Loading...
AG 21-127 - SOUND PACIFIC CONSTRUCTION, LLCRETURN TO: PW ADMIN EXT: 2700 ID #: 4272 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATINGDEPT/DIv: PUBLIC WORKS/ENGINEERING 2. ORIGINATING STAFF PERSON: John Cole EXT: 2718 3. DATE REQ. RN : 6/5/23 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 CI CONTRACT AMEINDMENT(AG#):AG21-127 ❑ INTERLOCAL ❑ OTHER ChangB Order #005 _ 4. PROJECTNAnII•:: 36217 - SW DASH POINT AND 47TH AVE SW COMPACT ROUNDABOUT 5. NAME OF CONTRACTOR. Sound Pacific Construction, LLC ADDRESS: Tom Aaplanalp TELEPHONE: 253-514-6226 E-MAIL: tom uOsoundpacificconst.com FAx: SIGNATURENAME: Tam Ah lanai TITLE: Owner 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 # 603606758 , EXP. _/_/_ 7. TERM: COMMENCEMENT DATE: 9/1 3/21 COMPLETION DATE: Project acceptance 8. TOTAL COMPENSATION: $ 1 ,248,885.56 (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: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED In PURCHASING: PLEASE CHARGE TO: C36217-26500 9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED 6 PROJECT MANAGER JC 6128/23 8 DIVISION MANAGER 8 DEPUTY DIRECTOR —= 8 DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) 6 LAW DEPT TMW 6/29/23 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, LICITNSES. rxHlBrrs ❑ 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 b&SIGNATORY (MAYOR OR DIRECTOR) ❑ CITY CLERK zr ❑ ASSIGNED AG # AG# ❑ SIGNED COPY RETURNED DATE SENT: COMMENTS: EXECUTE* 'ORIGINALS U2020 36217 PROJECT NUMBER CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT AG 21-127 AGREEMENT NUMBER 05 (o ISo 1 2-s CHANGE ORDER NUMBER EFFECTIVE DATE SW DASH POINT AND 47TM AVE SW COMPACT ROUNDABOUT Sound Pacific Construction, LLC PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: This Change Order covers additional work required to complete the project. These additional funds were approved by Council on January 3'", 2023. 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 are new and existing bid items with estimated quantities involved in this change order. EXISTING BID ITEMS: ITEM ITEM ADD'L UNIT UNIT PRICE ADD OR I DELETE NO. 08 FLAGGERS 444 HR $75.00 $33,300.00 20 OTHER TRAFFIC CONTROL LABOR 46.25 HR $80.00 $3,700.00 TOTAL NET CONTRACT: INCREASE $ 37.000.00 DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT $1,057,128.00 PREVIOUS CHANGE ORDERS $ 154,757.56 THIS CHANGE ORDER $ 37.000.00 NEW CONTRACT AMOUNT $.1.248A85.56 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 ofany 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 SIGNATURE DATE 1 -501 zo 2-3 PUB C WORKS DIRECTOR DATE CHANGE ORDER AGREEMENT 2 Rev. 8/19 RETURN TO: PW ADMIN EXT: 2700 ID #: 4213 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. B►•; 3/10/23 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#): 21-127 ❑ INTERLOCAL 0 OTHER Cbanae Order #004 4. PROJECT NAME: 36217 - SW DASH POINT AND 47TH AVE SW COMPACT ROUNDABOUT 5. NAME OF CONTRACTOR: Sound Pacific Construction, LLC ADDRESS: Tam Abolanal❑ TELEPHONE: 253-514-6226 E-MAIL: tomO-soundoacif[cconst.com FAX: SIGNATURENAME: Tom Abplanalp TITLE: Owner 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 # 603606758 , EXP. 7. TERM: COMMENCEMENT DATE: 9/13/21 COMPLETION DATE: 9/13/23 8. TOTAL COMPENSATION: $ 1 ,211, 885.56 (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: 13 YES 0 NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT: RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED d PURCHASING: PLEASE CHARGE TO: 3064400-217-595-30-650 9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED 6 PROJECT MANAGER JC WW23 6 DIVISION MANAGER 9 8 DEPUTY DIRECTOR -- A DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) 8 LAW DEPT KVA4/3/2023 10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: 3/6/23 COMMITTEE APPROVAL DATE: 3/6/23 SCHEDULED COUNCIL DATE: 3/21/23 COUNCIL APPROVAL DATE: It. CONTRACT SIGNATURE ROUTING A SENT TO VENDOR/CONTRACTOR DATE SENT: 4/3/23 DATE REC' D: 6/6/23 ❑ 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 t A SIGNATORY (MAYOR OR Di�R} fO l ❑ CITY CLERK ❑ ASSIGNED AG # AG# 2,•,2� ❑ SIGNED COPY RETURNED DATE SENT: COMMENTS: EXECUTE" " ORIGINALS E -2020 36217 PROJECT NUMBER CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT AG 21-127 AGREEMENT NUMBER 04 CHANGE ORDER NUMBER SW DASH POINT AND 47TH AVE SW COMPACT ROUNDABOUT PROJECT TITLE SUMMARY OF PROPOSED CHANGES: This Change Order covers the work changes summarized below: (01-11 Za--p E FE TIVE DATE Sound Pacific Construction LLC CONTRACTOR 1. PER FIELD DIRECTIVE 010 [Attached) Special order CB solid vault lid and installation. Add 0.5 additional working days. 2. PER FIELD DIRECTIVE 014 (Attached) Relocate the ditch line on the SE side of the project to accommodate the 2:1 slope required. Add beehive CB lid and approximately 1 foot of risers. Add 1 additional working days. 3. PER FIELD DIRECTIVE 015 (Attached) Tree trimming is required around new luminaires and flashing beacon sitewide. Add 0.5 additional working days. 4. PER FIELD DIRECTIVE 017 (Attached) Replace extruded curb with a 6-inch vertical curb adjacent to the block wall. Add a white edge line that was omitted from project plans. Add 1 additional working days. 5. PER FIELD DIRECTIVE 018 (Attached) Add block wall around luminaire #4 to stabilize slope that was disturbed in order to place luminaire. Add 1 additional working days. The time provided for completion in the Contract is ❑ Unchanged ® Increased by 4 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 CHANGE ORDER AGREEMENT Rev. 8/19 EXISTING UNIT PRICES: ITEM ITEM QTY UNIT UNIT PRICE ADD NO. 01 MINOR CHANGE 1 FA $10,000.00 $10,000.00 08 FLAGGERS 196 HR $75.00 $14,700.00 26 MODULAR BLOCK WALL 54 SF $70.00 $3.50 $3,780.00 49 PLASTIC LINE 180 LF $630.00 NEW UNIT PRICES: ITEM ITEM QTY UNIT UNIT PRICE ADD NO. 69 Solid Non -Skid Lid 1 FA $4,000.00 $4,000.00 63 Beehive CB Lid 1 EA $1,000 $1,000 70 Tree Trimming 1 LS $11,098.08 $11,098.08 68 CIP 6" Vertical Curb 1 LS $13,237.23 $13,237.23 1.64 Additional Erosion Control 1 FA $4,000.00 $4,000.00 TOTAL NET CONTRACT: $ 62 "5.31 INCREASE $ J DECREASE $ DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT PREVIOUS CHANGE ORDERS THIS CHANGE ORDER NEW CONTRACT AMOUNT $ 1.057.128.00 $ 92,312.25 $- 62,445.31 $ 1.211.885.56 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. May 15, 2023 CONTf2ACT{3R'S IGNATURE DATE PUBLIC WORKS DIRECTOR (,111 ZoL--, DATE CHANGE ORDER AGREEMENT 2 Rev. 8/19 CITY OF FIELD DIRECTIVE Federal Way PUBLIC WORKS DEPARTMENT Field Order No.: FD 010 Project: SW DASH PT ROAD AND 47TH AVE SW COMPACT ROUNDABOUT PROJECT Project Address VARIES Owner: CITY OF FEDERAL WAY To: SOUND PACIFIC CONSTRUCTION, 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: ADD SOLID NON-SKID LID PER THIS "FIELD DIRECTIVE"....: Unnumbered CB in the SE corner of the project will be located in a paved shoulder/sidewalk. Please add a solid non-skid lid to this CB found on attached sheet #9. The current lid is large, possibly double veined grate. An acceptable, optional solution, is to covert this lid to a more common type with a solid, non-skid lid. COMPENSATION TO COMPLETE THESE FIELD DIRECTIVE WILL BE PER .... Force Account time and materials. Attachments: Below Prepared By: John Cole Directed By: Capital Engineer Approved By: Date: Date: Date: Public Works Director or Capital Project Manager Received By: l ,fly 441 _ , Date: Co tra flnswetlpn. Inc.) 3/7/2022 3/7/2022 3/7/22 THIS FIELD WORK DIRECTIVE DOES NOT PROVIDE FOR EITHER A TIME EXTENSION OR A CHANGE IN THE CONTRACT PRICE. LABOR, EQUIPMENT, AND/OR MATERIAL OUTLINED IN THIS FIELD WORK DIRECTIVE SHALL BE PAID BY BID ITEM(S) OR A CHANGE ORDER SHALL BE DEVELOPED FOR TIME EXTENSION OR CONTRACT PRICE INCREASES. ANY PROTEST TO THE FIELDWORK DIRECTIVE SHALL FOLLOW 1-04.5 OF THE WSDOT STANDARD SPECIFICATIONS OR g. 3� $� in� . o - I a H O m Cc in Z C) Z � Q O J U � UD LU u! F— x ti g O O C) U) F- z 0 CL 0 c Aft CITY OF FIELD DIRECTIVE Federal Way PUBLIC WORKS DEPARTMENT Field Order No.: FD 014 Project: SW DASH PT ROAD AND 47TH AVE SW COMPACT ROUNDABOUT PROJECT To: SOUND PACIFIC CONSTRUCTION, 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: Shoulder restoration and associated ditch work PER THIS "FIELD DIRECTIVE" See attached plan sheet. Replace "Seeded lawn and 8" topsoil type A" with "Gravel Borrow" for shoulder restoration. Adjust CB #9 by approximately V to accommodate the required 3:1 slope for shoulder restoration. Install beehive lid to CB #10. Excavate and relocate ditch on East side of 47th to East approximately 5' x 125' long to accomidate the required 3:1 slope for shoulder restoration. Line new excavated ditch with quarry spalls. COMPENSATION TO COMPLETE THESE FIELD DIRECTIVE WILL BE PER Bid item #20 "GRAVEL BORROW INCL. HAUL" - 28 TN, existing unit price. Bid item #32 "ADJUST CATCH BASIN" - 1 EA, existing unit price. New Bid item #62 "RE-ESTABLISH DITCH LINE" - Force Account for time and materials. New Bid item #63 "BEEHIVE LID" - 1 EA (Waiting on unit price) Attachments: Sheet 9 of 21 Prepared By: Directed By: John Cole Date: 6/23/2022 )0z�.� Date: 6/23/2022 Capital Engineer Christine Mullen 2022.07 08 16:12.43-07'00' 0 - 4-2022 Approved By: � � _ Date: Public Works Director or Engineering Manager Received By: _ Date: July 9, 2022 Cuntractor (Sormu-pacitir Uonstruction, Inc.) ❖ Sound Pacific Construction, Inc. is in disagreement with the method of Measurement and/or Payment of this Field Work Directive. Sound Pacific Construction, Inc. specifically reserves all of its rights and defenses under the Contract, regardless of whether stated herein, and the positions stated herein are without waiver of Sound Pacific Construction, Inc.'s rights, positions, defenses, and remedies. Yes ❑ No ❑ THIS FIELD WORK DIRECTIVE DOES NOT PROVIDE FOR EITHER A TIME EXTENSION OR A CHANGE IN THE CONTRACT PRICE. LABOR, EQUIPMENT, AND/OR MATERIAL OUTLINED IN THIS FIELD WORK DIRECTIVE SHALL BE PAID BY BID ITEM(S) OR A CHANGE ORDER SHALL BE DEVELOPED FOR TIME EXTENSION OR CONTRACT PRICE INCREASES. ANY PROTEST TO THE FIELD WORK DIRECTIVE SHALL FOLLOW 1-04.5 OF THE WSDOT STANDARD SPECIFICATIONS CITY OF Federal Way Field Order No.: Project: FIELD DIRECTIVE PUBLIC WORKS DEPARTMENT FD 015 SW DASH PT ROAD AND 47TH AVE SW COMPACT ROUNDABOUT PROJECT To: SOUND PACIFIC CONSTRUCTION, 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: Tree trimminq for vehicle clearance and luminaire liqhtinq distribution PER THIS "FIELD DIRECTIVE" See attached plan sheet. Trees over the roadway and ones that obstruct new luminaire lighting distribution need to be trimmed back to provide vehicle clearance of a minimum of 14'. COMPENSATION TO COMPLETE THESE FIELD DIRECTIVE WILL BE PER Bid item #1 "MINOR CHANGE" - Force Account Attachments: Sheet 9 of 21 Prepared By: Johns Cole /o Directed By: Capital Engineerr In Approved By: C4 Y r l Received By: Christine Mullen 2022 06 27 08:02:59-07'00' Date: 6/23/2022 Date: 6/23/2022 Date Public Works Director or Engineering Manager - - - Date Contractor (Sound Pacific Construction, Inc.) 27-9ml-2022 July 1, 2022 Sound Pacific Construction, Inc. is in disagreement with the method of Measurement and/or Payment of this Field Work Directive. Sound Pacific Construction, Inc. specifically reserves all of its rights and defenses under the Contract, regardless of whether stated herein, and the positions stated herein are without waiver of Sound Pacific Construction, Inc.'s rights, positions, defenses, and remedies. Yes ❑ No ❑ THIS FIELD WORK DIRECTIVE DOES NOT PROVIDE FOR EITHER A TIME EXTENSION OR A CHANGE IN THE CONTRACT PRICE. LABOR, EQUIPMENT, AND/OR MATERIAL OUTLINED IN THIS FIELD WORK DIRECTIVE SHALL BE PAID BY BID ITEM(S) OR A CHANGE ORDER SHALL BE DEVELOPED FOR TIME EXTENSION OR CONTRACT PRICE INCREASES. ANY PROTEST TO THE FIELD WORK DIRECTIVE SHALL FOLLOW 1-04.5 OF THE WSDOT STANDARD SPECIFICATIONS. Y 9 0 E 3 leaEE F MU NO <�� w o ■ Q � n � i / n / / 4 � I iln a - §@S ell F � �•3P��SVb �/ � �� J CITY OF FIELD DIRECTIVE Federal V` PUBLIC WORKS DEPARTMENT Field Order No. FD 017 Project: SW DASH PT ROAD AND 47TH AVE SW COMPACT ROUNDABOUT PROJECT To: SOUND PACIFIC CONSTRUCTION, 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: CIP curb and edge line PER THIS "FIELD DIRECTIVE......: See attached plan sheets. Replace extruded curb adjacent to the block wall with a 6" vertical cast -in -place curb embedded into the existing HMA surface by approximately 6". From the end of extruded curb to the paving extent, extend the white edge line. COMPENSATION TO COMPLETE THESE FIELD DIRECTIVE WILL BE PER .... Bid item #8 "FLAGGERS" Bid item #49 "PLASTIC LINE" - 180 additional LF New Bid item "6" CIP CURB COMPLETE" - Lump sum = $13,237.23 Attachments: Sheet 6 of 21 Prepared By: John Cole Directed By: Capital Engineer Approved By: Public Works Director or Engineering Manager Date: Date: Date: Received By: _ Date: contractor( � Cars[r 1r,10- — 10/13/2022 10/13/2022 10/17/2022 ❖ Sound Pacific Construction, Inc. is in disagreement with the method of Measurement and/or Payment of this Field Work Directive. Sound Pacific Construction, Inc. specifically reserves all of its rights and defenses under the Contract, regardless of whether stated herein, and the positions stated herein are without waiver of Sound Pacific Construction, Inc.'s rights, positions, defenses, and remedies. Yes ❑ No ❑ THIS FIELD WORK DIRECTIVE DOES NOT PROVIDE FOR EITHER A TIME EXTENSION OR A CHANGE IN THE CONTRACT PRICE. LABOR, EQUIPMENT, AND/OR MATERIAL OUTLINED IN THIS FIELD WORK DIRECTIVE SHALL BE PAID BY BID ITEM(S) OR A CHANGE ORDER SHALL BE DEVELOPED FOR TIME EXTENSION OR CONTRACT PRICE INCREASES ANY PROTEST TO THE FIELD WORK DIRECTIVE SHALL FOLLOW 1-04.5 OF THE WSDOT STANDARD SPECIFICATIONS :03AOaddV WOO'AVMIVa3033dOA-LIO'MMM WOJ'3]NtlI11M35 sxrzseax:a srrzs—a OOGZiEB (E8Z) :3NOHd e 9[SR N019,INAM'A33VI E0086 VM'AVM IVt003d S 3AV Hig 9ZEEE NO :03M3IA3N OX 3LM3N-ra 1— Aliunlioddp uo pajajuao :03N`JIS30 30Nb111d f 'OS �PAA leaOpa- f0 MS NOISIA3N 31V0,~rv03J�b'i!0 30 A�L�7 �JOI NOISIn3a / NOIS213L� �JNUNVaId T A 9NILSVI3 HO1rN 2 AVIMG N1938 ¢ 1$+i ' ano 03analX3 NI938 @ 11d13a NOIASNni moo iIVHdSV 03an&X3 s � x -z I ON3 1 \ -6 1038 % CdkO awisi nundS ` - 6 eara a3ana1x3 aN3 L 11 sr61 '01Zz+6 a s WD mmiHm Owl z9al •+€'leifi a 'zl Ipl 1■F■R � 9 � 1 .. ` �44 `b\ a s aN lralN33 3HlerlNnomnoN r�. b BanO 030naLX3 ON3 +y k\ 18 61'Bl WZZ+61 v Nul owis1 8311nds ■ �•�, k � b sn, 3 � 9NILSI%3 FO1rN a Ar1a3A0 N1930 IN iZ'sl 'Bang 030na1K3 N1038 Ban? CMnal?3 NCM la 68'OZ '9NNrd NI938 �1Ir33a 33S ' LL SW& GN3 11 59'61 '98'LZ+Si V \ 'l6+LI v earo Q30flalX ,Z N030 11 9L'91 '£8'Bs'}vZ r 98no a3ona3Xa UN3 _ 11 1111 '91,1051 v M0a fiM3 MIN" \\\ 13 51 Hlyd'30 xove \ s ONLLSI%3 Ha1rW \ 11 80'Ll 'MnO a3anaIX3 N1038 � ll ItiZZ 'ONNrd N1038— Zfi'£0+61 r � s11w11 6u1Aed of g3no papn3lxa;o pue w03} awl a6pa pu91x3 • ` N��b 4fp _ a+tiu :03AOdddV WOO AVMIV2J3O33dOA1J0'MMM OOLZ-S£9(£SZ) 3NOHd •'Y r'+�o �03M31/�32i euse:�o>a•i 1H°A•"''"`" �s+��ns au vx•n hnnr.or<s £0086 VM AVM IV>d3O3d S 3AV H19 SZEEC 4i s fixrunUoddp udleOaapa�a�ua� � O3NSIS3O 3ON'dI —V r0s J�e� pa� [� NOISIA3i 31V0 ON "r r �Q MS 0313va0 .. dO Ally OOl NOISIA32i I NOIS2i3A ONIMV2iO \ ■ 9NOSIX3 4DIVN s , kVIdW N1038 ll S6U 'Ban0 030nwX3 N1938 Q I ` LLL■ I 1 � ON3 I •6 , Me -6 B y ■ \ ('&i) ONVISI a3L11ldS 08M 030AdiX3 ON3 11 SI 6l 'O1 ZZ+6 8 1 ( e8n0 030na1X3 ON3 R ll Z9"9l 'bf'l£+6 B 1 I � , 4` 4 ■ a scz aNvlsl IVELN30 318V1NnON 1 Ban0 030n81X3 NI930 18 49'Ll 'WIE+61 V �e ■ edn0 030na1X3 ON3 1H ' 0 �° ('del) ONVISI 831111dS 1 _ r � b sc� '„g to gldop c cl VIMH olui papagwc gJro oceld ui lsrc 1e;!lJP.', Ileac •"cclq cl lu@crdpe OJno paJpnJl:•:�;o,.?q r:lalewl:ro,dde nocld,rj \ 9NILSIX3 HOON IV183A0 N038 \ 18 brsi '8an0 SOna1X3 N1038 edn0 030ndIX3 N1030 ` \ 18 6TOZ 'ON61Vd N1030 1Yf30 335 'MMNVai ON3 ll 99-61 '98•LZ+61 8li�7 030QiiLY3 Z NOM L11 'CBEB+OZ 9L"81 V o8n0 030na1X3 ON3 ll LM '91L1+61 V mod NOa3 NnNININ 1J Z SI H1Vd JO NOVB 9NILSIX3 H01VN 11 90'LI '8an0 030naLX3 NI030� 11 WZZ 'ONIAVd N1030 Z5£0+61 Y 6 _ Q11Cr ,14%�: CITY OF Federal Way Field Order No. Project: FIELD DIRECTIVE PUBLIC WORKS DEPARTMENT FD 018 SW DASH PT ROAD AND 47TH AVE SW COMPACT ROUNDABOUT PROJECT To: SOUND PACIFIC CONSTRUCTION, 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: Luminaire #4 Wall PER THIS "FIELD DIRECTIVE"....: Luminaire #4 base and associated junction box required excavation of slope. Place block from RAM #13 around the luminaire base and junction box to support the exposed soft surface. Stair step/taper ends of the wall as needed. Cap blocks to be used on ends as well as tops. Soft surface slope at top of wall should not exceed 2:1 slope. Seed or mulch top sloped exposed surface. COMPENSATION TO COMPLETE THESE FIELD DIRECTIVE WILL BE PER .... Bid item #8 "FLAGGERS" This work shall be performed at Time and Materials rate and paid under Force Account. Attachments: None Prepared By John Cole Directed By: _ Capital Engineer Approved By: Received By: Public Works Director or Engineering Manager Date: 10/17/2022 Date: 10/17/2022 Date: Date: Corrtractor (Smm-ff�PaFdTc Construction, Ina) 10/26/22 ❖ Sound Pacific Construction, Inc. is in disagreement with the method of Measurement and/or Payment of this Field Work Directive. Sound Pacific Construction, Inc. specifically reserves all of its rights and defenses under the Contract, regardless of whether stated herein, and the positions stated herein are without waiver of Sound Pacific Construction, Inc.'s rights, positions, defenses, and remedies. Yes ❑ No ❑ THIS FIELD WORK DIRECTIVE DOES NOT PROVIDE FOR EITHER A TIME EXTENSION OR A CHANGE IN THE CONTRACT PRICE. LABOR, EQUIPMENT, AND/OR MATERIAL OUTLINED IN THIS FIELD WORK DIRECTIVE SHALL BE PAID BY BID ITEM(S) OR A CHANGE ORDER SHALL BE DEVELOPED FOR TIME EXTENSION OR CONTRACT PRICE INCREASES. ANY PROTEST TO THE FIELD WORK DIRECTIVE SHALL FOLLOW 1-04 5 OF THE WSDOT STANDARD SPECIFICATIONS RETURN TO: PW ADMIN EXT: 2700 ID#: 4137 1 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. Bl - 8/31 /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#): 1% ❑ INTERLOCAL ❑ OTHER,QhsUCle Order #003 PROJECT NANIF;: 36217 - SW DASH POINT AND 47TH AVE SW COMPACT ROUNDABOUT NAME OF CONTRACTOR: Sound Pacific Construction, LLC ADDRESS: Tom AbDIanalo TELEPHONE: 253-514-6226 E-MAIL: tom(CDsoundpacificconst.com FAX: SIGNATURE NAME: Tom Abplana o TITLE: Owner 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 9603606758 , EXP. —/—/— . TERM: COMMENCEMENT DATE: 9/13/21 COMPLETION DATE: Upon Completion _ TOTAL COMPENSATION: $ 1,148, 055.79 (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: O YES fa NO IF YES, MAXIMUM DOLLARAMOUNT: $ IS SALES TAX OWED: O YES 0 NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED 8 PURCHASING: PLEASE CHARGE TO: 306-4400-217-595-30-650 9. DOCUMENT / CONTRACT REVIEW 8 PROJECT MANAGER 8 DIVISION MANAGER 8 DEPUTY DIRECTOR 8 DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) 8 LAW DEPT 10. COUNCIL APPROVAL (IF APPLICABLE) I I- CONTRACT SIGNATURE ROUTING INITIAL / DATE REVIEWED Jc 8112/22 DSW 9/7122 EJW 9/12/2022 KVA 9/12/2022 SCHEDULED COMMITTEE DATE: SCHEDULED COUNCIL DATE: INITIAL / DATE APPROVED COMMITTEE APPROVAL DATE: COUNCIL APPROVAL DATE: ❑ SENTTO VENDOR/CONTRACTOR DATE SENT: 9113/22 DATE REC' D: 9/14/22 ❑ 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 (MAYOR OR DIRECTOR) O CITY CLERK O ASSIGNED AG # ❑ SIGNED COPY RETURNED COMMENTS: CV--.. .. I)I lye- _q AGt# 21-127c DATE SENT: 9-26-22 CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT 36217 AG 21-127 03 PROJECT NUMBER AGREEMENT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE SW DASH POINT AND 47TM AVE SW COMPACT ROUNDABOUT Sound Pacific Construction LLC PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: This Change Order covers the work changes summarized below: 1. PER FIELD DIRECTIVE 007' (Attached) Relocate silt fence per field discussion, as located in white in the field. Remove and export unsuitable soils near storm outfall. Place quarry spalls on entire SE comer. Place check dams with spalls and waddles per attached WSDOT Standard Plan 1-50.20-01. Payment for this work will be paid as force account under new bid item #64 "Additional Erosion Control". An additional 40 hours will also be added to existing bid item #8 "Flaggers". Increase contract working days by 1.25 days. 2. PER FIELD DIRECTIVE 008 {Attached Relocate CB #11 to hard surface per field discussion. (See attached) The previous location was unsuitable due to existing slope conditions. A 45-degree elbow at the end of the footing drain to direct it down and toward a suitable hard surface location is required. Payment for this work will be paid as force account under new bid item #65 "Relocate CB #11". An additional 16 hours will also be added to existing bid item #8 "Flaggers". Increase contract working days by 0.5 days. 3. PER FIELD DIRECTIVE 009 (Attached) Relocate Luminaire 1 to the end of the soldier pile wall. (See attached) Resulting in need to relocate footing drain cleanout. Payment for this work will be paid as force account under new bid item #6 "Relocate Cleanout". An additional 8 hours will also be added to existing bid item #8 "Flaggers". Increase contract working days by 0.25 days. 4. PER FIELD DIRECTIVE 012 Attached) It was found that the trench for the conduit on the west end of Dash Pt Rd was in the HMA surface. The plan set stated soft surface. A trench in the paved surface was required (approximately 300' x 2' trench). Pavement removal included the trench, as well as a 5' width between the edge of trench and the existing edge of pavement. (See attached) Payment for this work will be adding an additional 610 linear feet of bid item #16 "Sawcutting", an additional 77.8 cubic yards of bid item #18 "Roadway Excavation, Incl. Haul", and 80 additional ton of bid item #24 "HMA CL. 1/2in. PG 58H-22". An additional 32 hours will also be added to existing bid item #8 "Flaggers". CHANGE ORDER AGREEMENT 1 Rev. 8/19 Increase contract working days by 1 days. The time provided for completion in the Contract is ❑ Unchanged ® Increased by _�L 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 EXISTING UNIT PRICES: ITEM ITEM QTY UNIT UNIT PRICE ADD NO. 08 FLAGGERS 96 HR $75.00 $7.200.00 16 SAWCUTTING 610 LF $3.00 $1,830.00 18 ROADWAY EXCAVATION, INCL. HAUL 77.8 CY $55.00 $4,279.00 24 HMA CL.'/:in PG 581-1-22 80 TN $118.00 $9,440.00 NEW UNIT PRICES: ITEM ITEM QTY UNIT UNIT PRICE ADD NO. 64 ADDITIONAL EROSION CONTROL 1 FA $9,926.06 $9,926.06 65 RELOCATE CB #11 1 FA $1.619.02 $1,619.02 66 RELOCATE CLEANOUT 1 FA $ 250.59 $ 250.59 TOTAL NET CONTRACT: $ 34,5".67_ JINCREASE DECREASE $ DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT $ 1 05�00 PREVIOUS CHANGE ORDERS $ 70,012.00 THIS CHANGE ORDER $ 34,544.67 NEW CONTRACT AMOUNT $ 1 1661 684.67 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 CHANGE ORDER AGREEMENT 2 Rev. 8/19 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. CORACTOR'S SIGNATURE DATE _ ot�� l fiq (20zt- PUBt WORKS DIRECTOR DATE CHANGE ORDER AGREEMENT 3 Rev. 8/19 CITY of FIELD DIRECTIVE Federal Way PUBLIC WORKS DEPARTMENT Field Order No. FD 007 Project: SW DASH PT ROAD AND 47TH AVE SW COMPACT ROUNDABOUT PROJECT Project Address: VARIES Owner. CITY OF FEDERAL WAY To: SOUND PACIFIC CONSTRUCTION, 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: SE Erosion Measures PER THIS "FIELD DIRECTIVE"....: Relocate sill fence per field discusion, as located in white in field. (See attached) Remove and export unsutable soils near storm outfall. (See attached) Place quarry spalls on entire SE corner. Place check dams with spalls and waddles per attached WSDOT Standard Plan 1-50.20-01. (See attached) COMPENSATION TO COMPLETE THESE FIELD DIRECTIVE WILL BE PER.... Force Account. Attachments: Below Prepared By: John Cole Date: Directed By: Az Date: Capital Engineer Approved By: Dale: 11/1/2021 11 /112021 11 /01 /2021 Public Wwsi,- r or Capital Project Managor J Received By: Date: nlramto•l and a rc ar.57ruG%W.Inc.) THIS FIELD WORK DIRECTIVE DOES NOT PROVIDE FOR EITHER A TIME EXTENSION OR A CHANGE IN THE CONTRACT PRICE. LABOR, EQUIPMENT, AND/OR MATERIAL OUTLINED IN THIS FIELD WORK DIRECTIVE SHALL BE PAID BY BID ITEM(S) OR A CHANGE ORDER SHALL BE DEVELOPED FOR TIME EXTENSION OR CONTRACT PRICE INCREASES, ANY PROTEST TO THE FIELD WORK DIRECT)VE SHALL FOLLOW 1-045 OF THE WSDOT STANDARD SPECIFICATIONS CHANGE ORDER AGREEMENT 4 Rev. 8/19 .wF+ai.++o e CIALl jo 110,1 O cmA ewmvaldo AZOGIAO&Aoa iovgvm NV76 aff" Ii IS Momm ..warr�w.w.rwww� 6� bt L77Mnrri/�fs 1�IQ� ti1�::ti�OII FieA�'9fo �wpe�arrslseTepF+o �11�N�#+Cuv�spaa rP � aP p a Ipwu rdn eoaco T� et0oona�OOML��('tl'k� Fpptrt�L+�oamaQ, Z ro�r+ePoDP�0laerropP�P� � Z � N GeW Gw ePg opywurzmn �ba 4 U*W uma 4i Fa ae �uli am AwrdmA i jam pn pwA p onooAB W+y*OnopsrJ 1 P wasamPmMe4 ®4A! T 7 was %r+ PQ en¢� wi iW rw ,maSemD �xmAa6wyn •m0a•L1a0PW�0e0eer«Op7W71�ePN s �ecsv�+�wa•ws Ni�PY�W�ibi��G 7 nan nax�n MO7i99i19 OY Q0uma3mmum 1"a mbb" -Ttoeaalnp�ie IMMMUMOVOLIMMM Npu39Y-B110�IOV1011f1q r� xawcu � _ ice msmnow�oa� f6�101t1� 1POMI�B � m�Ci7 �Mll lIa71LYtl71A m�Y VM JM 6I/8 -AOU Iz :10 IHS LLM g INENREP V 2IHQ2I0 HONVHD NVId OS�11'8 NOIIV/ :]`dd�]�:Jd B11S inOO dONf10N lOddAOO MS 3AV H1LV' GVO�I AlOd HSVO MS uq/Yk lmp� �! 1 1iprY Ig1A7 � " 15lm i _l tr NO Vs •:n :ilY 1711 M )lfir srati tii Qj INw1 5,N-ttY 1p �rurr w h I IDY'p0 I4�17 f• 94Wu ma Jwlrid aY " I A 11,49 Y-\ I l w S 'm4. 6 H-, !l v]Z1 St�lL'Y� s II t:G'i1C+tS�OC r- 'eVIC{! lit-]3 4 11 W C [A s1616: Y- 1 ti I� - 1t t y CITY OF Federal Way Field Order No.: Project: FIELD DIRECTIVE PUBLIC WORKS DEPARTMENT FD 008 SW DASH PT ROAD AND 47TH AVE SW COMPACT ROUNDABOUT PROJECT Project Address: VARIES Owner. CITY OF FEDERAL WAY To: SOUND PACIFIC CONSTRUCTION. 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: CB #11 Relocation PER THIS "FIELD DIRECTIVE"....: Relocate CB #11 to hard surface per field discussion, (See attached) The previous location was unsuitable due to existing slope conditions. A 45-degree elbow at the end of the footing drain to direct it down and toward a suitable hard surface location is required. COMPENSATION TO COMPLETE THESE FIELD DIRECTIVE WILL BE PER .... Force Account and bid items. Attachments: Below Prepared By: John Cole Directed By: Approved By: Date: 2/24/2022 /z Date: 7J2412022 Capital EngineerChristine 022!Mullen 09.02 16:37:50.07'00' Date: Public Works D,rector or Capital Project Manager Received By: ���Date: 2/25/22 traclo a is on-t uceon. Inc ) THIS FIELD WORK DIRECTIVE DOES NOT PROVIDE FOR EITHER A TIME EXTENSION OR A CHANGE IN THE CONTRACT PRICE. LABOR, EQUIPMENT, AND/OR MATERIAL OUTLINED IN THIS FIELD WORK DIRECTIVE SHALL BE PAID BY BID ITEM(S) OR A CHANGE ORDER SHALL BE DEVELOPED FOR TIME EXTENSION OR CONTRACT PRICE INCREASES. ANY PROTEST TO THE FIELD WORK DIRECTIVE SHALL FOLLOW 1-04.5 OF THE WSDOT STANDARD SPECIFICATIONS CHANGE ORDER AGREEMENT 7 Rev. S/l9 NVId 831WANO1S wj mvoNnu 1OW1103 MS 3AY Hi& S OVOa 1NIOd HSVO MS ao 1 ■ r rm Q aw o uio q- � � � � 1 I�J0?�118t3 k a m� . Iraal n ,s iw�o warw4 �%•� -_ oi`. o'srr�ram o uaor�n F 1 MIM " W d eu IM nrr .Qouw a male" A a natlrc llav,l ' run.slarfcarwrti:oa/rJlaLal amlae.a sm j U N Womb 00.4r1a iar 1.i17P am n6w AKM i Rom' tor iRF wrCr �•^1 la V ca+a / � •!•4 YA�w e: a® a a. Y l 1aR IrAf so aon O! [ v.'MW rriA, ' %"u' • ' L Samw:w • l it + Win: a a•a aye w amtl��>n,°•Yf` • , gipwa 7F trj wRf o-. �n '�� c Va aaoi cm ow Pai M Jlp4R . - �iF11�.. ,. �IiJU v �IOJrd �(r7a{ i �� � _ . / •1 � o � � �� Kwcnrmmr no pan lkI' A. ilai TrII Nu � � �• � r � ,t � VA.* i�.. -•Z W1C f'K'+1 ' J ,alAllri Jp / 1 • �. . CITY OF Federal Way Field Order No.: Project: FIELD DIRECTIVE PUBLIC WORKS DEPARTMENT FD 009 SW DASH PT ROAD AND 47TH AVE SW COMPACT ROUNDABOUT PROJECT Project Address: VARIES Owner. CITY OF FEDERAL WAY To: SOUND PACIFIC CONSTRUCTION. 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: Luminaire 1 Relocation PER THIS "FIELD DIRECTIVE"....: Relocate Luminaire 1 to end of soldier pile wall. (See attached) Move the luminaire slightly east behind the end of the wall using a type B foundation (WSDOT Std Plan J28.30-03) and raise the foundation to match or slightly above the top of the wall (—T), The foundation should be located directly behind the soldier pile wall at or near the end of the wall. COMPENSATION TO COMPLETE THESE FIELD DIRECTIVE WILL BE PER .... Force Account and bid items. Attachments: Below Prepared By: John Cole it Directed By: Capital Engineer Approved By: C�14twl � I/f. rl'�%� '-`r Dale 2/25/2022 Date: 2/2512022 Christine Mullen 2022 09.02 16:37:00-0TOO' Date: Public Works Director or Capital Project Manager Received By: f..� Date: Cvnpucla.^, �cvnd Fuclfu: CanMlvu.nn, 11+� I 3/1/22 THIS FIELD WORK DIRECTIVE DOES NOT PROVIDE FOR EITHER A TIME EXTENSION OR A CHANGE IN THE CONTRACT PRICE LABOR, EQUIPMENT, AND/OR MATERIAL OUTLINED IN THIS FIELD WORK DIRECTIVE SHALL BE PAID BY BID ITEM(S) OR A CHANGE ORDER SHALL BE DEVELOPED FOR TIME EXTENSION OR CONTRACT PRICE INCREASES. ANY PROTEST TO THE FIELDWORK DIRECTIVE SHALL FOLLOW 1-04.5 OF THE WSDOT STANDARD SPECIFICATIONS CHANGE ORDER AGREEMENT 9 Rev. 8/19 LEGEND .��^• •�� ti�.�... •ram ' uurlaww ` sn rM1 � •I.1 •'•, �11'- r1� 0 f �• all• f �_� \.� �-^I155 tf i Y - f Ill_ r. rsl+l •. a.c r GENERAL VOTES Fa \.�.a•d ocs� ry Twwerr ra ru.ra wu r w A (lyd•CI rrT• vw\•° M1nY \ •r'_r as r. Ln Y\!a • .w ia•. �c.w+o..ro. aw. rc •... iar��u r [.l M. ° F I( •.Irl F\ i =Jl rw n l l l r•=w-I I r.W l rnlrr H r.�J..a raw. tw r.. �1F ♦afo..wr..a avI\ Inclsw c••ters sat R 1 ou�c r1F ••� un ar rror w .v swan+\r • Ia1•f.YM.+r •UI Ofa.R •a il�r+r=\Y.ryOMrt( rw'IY IIJ'ilr0 :01 RCtw • tl\/w LIT[1sv+rr•\I f', FaT\tLfYlirwl ao.r•1 [q.alew• ulr v rmd...>r •Iw EyxlSTitu:71LY[ M71E5 - [•� r..n.�r. • Inr.,.+cw b..-,s. w^ r.r. • n.w rr,.. f c•�r• a..•n-rr rr•n-r:=.w r •+.r•wrn r.l.. ur w]�f•y1•Yq IICI V•AW III uI.W rp\/t�yal Nt RfM It\•=1 C}w\`.\ r.n • urc'ua a.n+.\Nr a]ra�,c.r �w\•Al Fwl VC'4\rCrw..aw rr]wI11C Fr `� Yl•r•NYO•wJrl C•1 rt•f1 RaN al rtll .°IY'I Vr•a Y ••11 •T+w f•. f.= w\.\n Y. Ur.1� rIM\ I.11 •OI w!'° rarw 111CM.41MCIu _L#,M .RE SOMEOME •.law lullw =fr• � ?T [ •ra.- .....a..w � uuf ' :�v. Nru. • •.awl aY.. a ]'>K•I+I re .�r�.w...a..r-n. aF+ >r Irs I ns Ti >•L,. � iK ra n�.,Iw,.s3,,.T. ,. R[ � 1•l'11� ^L11 d+, •w. ...w �..� IJIY•\F.\•M.. YI. .[ Yrl )N.1 11.R IT fLb Rlf]aa�t•.1.6m1 Nr r F I•R • }a ni rT, 11 v �!s.•lw wd-Ir]n\+wsl•4•\a lwr 1 .f I,�c ' ' av o-Inoa ur:allaulY.R w'.t r.n•I. °" ""° " SW DASH POINT & 4TTH AVE SW COMPACT ROUNDABOUT t62J,170",wodvr:OCFwaME ILLUMINATION PLANSW DASH POINT RD & 47TH AVE SW Alt LtTV OF FIELD DIRECTIVE Federal Way PUBLIC WORKS DEPARTMENT Field Order No.: FD 012 Project: SW DASH PT ROAD AND 47TH AVE SW COMPACT ROUNDABOUT PROJECT To: SOUND PACIFIC CONSTRUCTION, 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: Work required for trenching paved surface on west end of Dash Pt Rd. PER THIS "FIELD DIRECTIVE"....: It was found that the trench for the conduit on the west end of Dash Pt Rd was in the HMA surface. The plan set stated soft surface. A trench in the paved surface was required (approximately 300' x 2' trench). Pavement removal included the trench, as well as a 3' width between the edge of trench and the existing edge of pavement. Excavation width = 2' trench + 3' shoulder + 1' T-cut repair. (Roadway excavation = 300' x 6' x 1' = 66.7 CY). T-cut trench restoration will be required. HMA Trench restoration - match existing pavement depth of 1'. 300' x 6' x 1' = 136.7 TN COMPENSATION TO COMPLETE THESE FIELD DIRECTIVE WILL BE PER .... Bid item #16 "Sawcutting" - 610 additional linear feet at bid unit price (paid on Pay Est #6) + 300 LF for T-cut pavement repair (to be paid on future pay estimate) Bid item #18 "Roadway Excavation, Incl. Haul" - 66.7 additional cubic yards at bid unit price New bid item "HMA trench restoration". Need cost proposal from Sound Pacific for City approval prior to completing work. 136.7 TN Attachments: None Prepared By: John Cole Dale: Directed By: Dale: Caprtal Engireer /T "dL ,4 ✓ /1Wa'1/�L Digitally signed by Chrlstino Mullon Approved By; Date: 2022.06.03 15:02:37-07'00' Dale: Pubbc Works Director or Engincenng Manager Received By: Date: Dale: Contractor (Sound Pacific Construcbon. Inc.) 6/2/2022 6/212022 July 1, 2022 THIS FIELD WORK DIRECTIVE DOES Nor PROVIDE FOR EITHER A TIME EXTENSION OR A CHANGE IN THE CONTRACT PRICE. LABOR. EQUIPMENT. ANDIOR MATERIAL OUTLINED IN THIS FIELD WORK DIRECTIVE SHALL BE PAID BY BID ITEM(S) OR A CHANGE ORDER SHALL BE DEVELOPED FOR TIME EXTENSION OR CONTRACT PRICE INCREASES ANY PROTEST TO THE FIELD WORK DIRECTIVE SHALL FOLLOW 1-045 OF THE WSDOT S TANOARO SPFCIFICATIONS CHANGE ORDER AGREEMENT i 1 Rev. 8/19 8/12/22, 11:36 AM Corporations and Charities System BUSINESS INFORMATION Business Name: SOUND PACIFIC CONSTRUCTION LLC UBI Number: 603 606 758 Business Type: WA LIMITED LIABILITY COMPANY Business Status: ACTIVE Principal Office Street Address: 6708 144TH ST NW STE A, GIG HARBOR, WA, 98332-8735, UNITED STATES Principal Office Mailing Address: 6708 144TH ST NW STE A, GIG HARBOR, WA, 98332-8735, UNITED STATES Expiration Date: 04/30/2023 Jurisdiction: UNITED STATES, WASHINGTON Formation/ Registration Date: 04/15/2016 Period of Duration: PERPETUAL Inactive Date: Nature of Business: CONSTRUCTION REGISTERED AGENT INFORMATION Registered Agent Name: PAIJE ABPLANALP Street Address: 3902 157TH ST CT NW, GIG HARBOR, WA, 98332-0000, UNITED STATES Mailing Address: 3902 157TH ST CT NW, GIG HARBOR, WA, 98332-0000, UNITED STATES GOVERNORS Title Governors Type Entity Name First Name Last Name GOVERNOR INDIVIDUAL JOHN BRUNSON GOVERNOR INDIVIDUAL PAIJE ABPLANALP GOVERNOR INDIVIDUAL PARRI BRUNSON GOVERNOR INDIVIDUAL THOMAS ABPLANALP https://ccfs.sos.wa.gov/#/BusinessSearch/Businesslnformation 1/1 8/12/22, 11:37 AM Washington State Department of Revenue \i\1i,tO?l Stare Dep8rtn-leilt of revenue < Business Lookup License Information: Entity name: SOUND PACIFIC CONSTRUCTION LLC Business name: SOUND PACIFIC CONSTRUCTION LLC Entity type: Limited Liability Company LIBI #: 603-606-758 Business ID: 001 Location ID: 0001 Location: Active Location address: 6708 144TH ST NW STE A GIG HARBOR WA 98332-8735 Mailing address: 6708 144TH ST NW STE A GIG HARBOR WA 98332-8735 Excise tax and reseller permit status: Click here Secretary of State status: Click here Endorsements Endorsements held at this loc License # Count Details Bremerton General 34032 Business - Non -Resident Federal Way General Business - Non -Resident' Gig Harbor General Business - Non -Resident Minor Work Permit Olympia General Business - 42534 Non -Resident Status Active Active Active Active Active New search Back to results Expiration dat First issuance Apr-30-2023 Apr-25-2022 Apr-30-2023 Jul-12-2021 Apr-30-2023 Jul-13-2021 Apr-30-2023 Sep-22-2016 Apr-30-2023 Mar-15-2021 hftps://secure.dor.wa.gov/gteunauth/_/#3 1 /2 8/12/22, 11:37 AM Washington State Department of Revenue Endorsements held at this loc License # Count Details Status Poulsbo General Business - Active Non -Resident Governing People May include governing people not registered with Secretary of State Governing people Title ABPLANALP, PAIJE ABPLANALP, THOMAS BRUNSON, JOHN BRUNSON, PARRI Expiration dal First issuance Jun-30-2023 Jun-23-2022 The Business Lookup information is updated nightly. Search date and time: 8/12/2022 11:37:18 AM Contact us How are we doing? Take our survey! Don't see what you expected? Check if your browser is supported https:Hsecure.dor.wa.gov/gteunauth/_t#3 2/2 RETURN TO: PW ADMIN EXT: 2700 ID #: 4031 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATINGDEPT/DIv. PUBLIC WORKS/CAPITAL PROJECTS 2. ORIGINATING STAFF PERSON: John Cole EXT: 2718 3. DATE REQ.11,,': 12/20/21 3. TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION ❑ CONTRACT AMENDMENT (AG#): 21-127 ❑ INTERLOCAL 0 OTHER Chanae Order #002 4. PROJECTNAME:36217 - SW DASH POINT AND 47TH AVE SW COMPACT ROUNDABOUT 5. NAME OF CONTRACTOR: Sound Pacific Construction, LLC ADDRESS: Tom Abplanalp TELEPHONE: 253-514-6226 E-MAIL: tom iDsoundpacificconst.com FAX: SIGNATURENAME: Tom Abplanalp TITLE: Owner 6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION 13 INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE # BL, EXP. 12/31/_ uBi # 603606758 , EXP. 7. TERM: COMMENCEMENT DATE: 9/02/21 COMPLETION DATE: 12/31 /24 8. TOTAL COMPENSATION: $ 1,069,372.42+45,523.16=1,114,895.58 (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: 0 CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED in PURCHASING: PLEASE CHARGE TO: 306A400-217-595-30-650 9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED 6 PROJECT MANAGER ac 12MI 6 DIVISION MANAGER DSW 12W1 4 DEPUTY DIRECTOR DSW 12J6121 6 DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) 8 LAW DEPT 12115/2021 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: 12/16/21 DATE REC, D: 01/20/22 ❑ 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 (MAYOR O DIRECTOR) ]L ❑ CITY CLERK ❑ ASSIGNED AG # ❑ SIGNED COPY RETURNED COMMENTS: EXECUTE " "ORIGINALS 20Z4L AG# 21-127B DATE SENT: 1/26/22 1/2020 CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT 36217 AG 21-127 02 PROJECT NUMBER AGREEMENT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE SW DASH POINT AND 47T" AVE SW COMPACT ROUNDABOUT_ Sound Pacific Construction, LLC PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: This Change Order covers the work changes summarized below: 1. PER FIELD DIRECTIVE 004 (Attached The city has determined there is not enough room to perform the work to construct the walls for the project under the existing traffic control plans. Per Section 1-07.23, existing plans and specifications do not allow for one-way traffic control without approval. This will allow for one-way traffic control during the construction of the wall. 2. PER FIELD DIRECTIVE 005 (Attached) Based on communication from the contractor concerning the underdrain, the city would like to add an additional block row to the base of the wall between Sta 50+73.50 and 50+87.00 to accommodate the slope for the underdrain pipe. Based on RFI 03, the city would like the existing CB located at the SW corner to be removed and replaced with a type 1 L and adjusted to final grade. (See attached) 3. PER FIELD DIRECTIVE 006 (Attached) 12" ADS storm pipe from approximately 51+90 to CB #3 shall be excavated and reset to accommodate the required depth for Type 2 CB as discussed in Field Directive 005. (See attached) 4. PER REQUEST FOR INFORMATION #3 (Attached) Excavate existing CMP to the west to the next pipe joint, undermine pipe and slope down towards CB #3 to gain sufficient depth/cover for type 2. Remove and replace pipe run from CB #3 going east to existing CB (no # on plans) north of CB #1. At CB #3 for replacement pipe to the east, lower/drop exists to a minimum of 2' cover. Replace existing CMP pipe with 18" Solid Wall PVC Culy. Pipe. (See attached) The time provided for completion in the Contract is ❑ Unchanged ® Increased by 5 Working Day(s) ❑ Decreased by_ Working Day(s) This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑ Yes ® No If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No CHANGE ORDER AGREEMENT 1 Rev. 8/19 NEW UNIT PRICES: ITEM NO. ITEM QTY UNIT PRICE ADD 08 FLAGGERS 100 $ 75.00 $ 7,500.00 26 MODULAR BLOCK WALL 100 $ 70.00 $ 7,000.00 58 CATCH BASIN TYPE 1 L 1 $ 2,500 $ 2,500.00 59 121N ADS CORRUGATED STORM PIPE 16 $ 90.00 $ 1,440.00 60 181N ADS CORRUGATED STORM PIPE 156 $ 173.61 $ 27,083.16 TOTAL NET CONTRACT: $ 45,523.16 IIINCREASE $ DECREASE $ DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT $ 1,057 , 128.00 PREVIOUS CHANGE ORDERS $ 12,244.42 THIS CHANGE ORDER $ 45,523.16 NEW CONTRACT AMOUNT $ 1,114,895.58 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. 1 / 12/22 CORA TO '8 SIGNATURE DATE v PUBLIC WORKS DIRECTOR \ \z,% \Z'Dws DATE CHANGE ORDER AGREEMENT 2 Rev. 8/19 FIELD DIRECTIVE Federal Way PUBLIC WORKS DEPARTMENT Field Order No.: FD 004 Project: SW DASH PT ROAD AND 47TH AVE SW COMPACT ROUNDABOUT PROJECT Project Address: VARIES Owner: CITY OF FEDERAL WAY To: SOUND PACIFIC CONSTRUCTION, 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: TRAFFIC CONTROL FOR WALL CONSTRUCTION PER THIS "FIELD DIRECTIVE'....: The city has determined there is not enough room to perform the work to construct the walls for the project under the existing traffic control plans. Per Section 1-07.23, existing plans and specifications do not allow for one way traffic control without approval. This will allow for one way traffic control during the construction of the wall. COMPENSATION TO COMPLETE THESE FIELD DIRECTIVE WILL BE PER.... Unit bid item for traffic control Attachments: Below Prepared By: John Date: 10/18/2021 Directed By: Date: Capital Engineer Approved By: )r-M Date: Puolic Works Qlrector or Ca ' I Project Manager Received By: Date: rt otr d FropliC Conn&ucbon, Inc I 10/18/2021 10/18/2021 /0f7la-/;—:- l THIS FIELD WORK DIRECTIVE DOES NOT PROVIDE FOR EITHER A TIME EXTENSION OR A CHANGE IN THE CONTRACT PRICE. LABOR, EQUIPMENT, AND/OR MATERIAL OUTLINED IN THIS FIELD WORK DIRECTIVE SHALL BE PAID BY BID ITEM(S) OR A CHANGE ORDER SHALL BE DEVELOPED FOR TIME EXTENSION OR CONTRACT PRICE INCREASES. ANY PROTEST TO THE FIELD WORK DIRECTIVE SHALL FOLLOW 1-04.5 OF THE WSDOT STANDARD SPECIFICATIONS CHANGE ORDER AGREEMENT 3 Rev. 8/ 19 CITY OF Federal Way Field Order No.: Project: FIELD DIRECTIVE PUBLIC WORKS DEPARTMENT FD 005 SW DASH PT ROAD AND 47TH AVE SW COMPACT ROUNDABOUT PROJECT Project Address: VARIES Owner: CITY OF FEDERAL WAY Ta; SOUND PACIFIC CONSTRUCTION, 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: BLOCK WALL AND CB PER THIS "FIELD DIRECTIVE"....: Based on communication from the contractor concerning under drain, the city would like to add additional block row to base of wall between Sta 50+73.50 and 50+87.00 to accommodated slope for under drain pipe. (See attached) Based on RFI 03, the city would like the existing CB located at the SW corner to be removed and replaced with a type 1 L and adjusted to final grade. (See attached) COMPENSATION TO COMPLETE THESE FIELD DIRECTIVE WILL BE PER .... Unit bid item for "MODULAR BLOCK WALL" and additional bid item "CATCH BASIN TYPE 1 L" to be included in Change Order 02. Attachments: Below Prepared By: John Cole Directed By: Approved By: Capital Engineer 1� Date: 10/1912021 Date: 10/19/2021 Date: 10/1912021 Public Works Ouaehlr5f Dital Project Manager Received By:� Date: r and pG a.: R6lruU nn 10 10125/21 THIS FIELD WORK DIRECTIVE DOES NOT PROVIDE FOR EITHER A TIME EXTENSION OR A CHANGE IN TI4E CONTRACT PRICE. LABOR, EQUIPMENT, AND/OR MATERIAL OUTLINED IN THIS FIELD WORK DIRECTIVE SHALL BE PAID BY BID ITEM(S) OR A CHANGE ORDER SHALL BE DEVELOPED FOR TIME EXTENSION OR CONTRACT PRICE INCREASES. ANY PROTEST TO THE FIELD WORK DIRECTIVE SHALL FOLLOW 1.04.5 OF THE WSDOTSTANDARD SPECIFICATIONS CHANGE ORDER AGREEMENT 4 Rev. 8/19 rr— C.O git - �j: S$ 15 m (A g �x. 4 $; gi s al •r FvT" u�* r CHANGE ORDER AGREEMENT 5 Rev. 8/19 CITY or FIELD DIRECTIVE Federal Way PUBLIC WORKS DEPARTMENT Field Order No.: FD 006 Project: SW DASH PT ROAD AND 47TH AVE SW COMPACT ROUNDABOUT PROJECT Project Address: VARIES Owner: CITY OF FEDERAL WAY To: SOUND PACIFIC CONSTRUCTION. 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: CB#3 West PER THIS "FIELD DIRECTIVE"....: 12" ADS storm pipe was damaged by excavation as well as drilling for H Pile at 52+01. This section of pipe shall be replaced at no Cost to the city. (See attached) 12" ADS storm pipe from approximately 51+90 to CB #3 shall be excavated and reset to accomidate required depth for Type 2 CB as discussed in Field Directive 005. (See attached) COMPENSATION TO COMPLETE THESE FIELD DIRECTIVE WILL BE PER .... Existing bid items. Attachments: Below Prepared By: John Cole 7 Directed By: Capital Engineer Approved By: Date: 10/27/2021 Date: 10/27/2021 Date: Public Works Dirt r Capital Project Manager Received By: Date: .:��Y� ♦��i 1r� aL�i CsylruGllprt, InL.j 10/29/21 THIS FIELD WORK DIRECTIVE DOES NOT PROVIDE FOR EITHER A TIME EXTENSION OR A CHANGE IN THE CONTRACT PRICE. LABOR, EQUIPMENT, AND/OR MATERIAL OUTLINED IN THIS FIELD WORK DIRECTIVE SHALL BE PAID BY BID ITEM(S) OR A CHANGE ORDER SHALL BE DEVELOPED FOR TIME EXTENSION OR CONTRACT PRICE INCREASES. ANY PROTESTTO THE FIELDWORK DIRECTIVE SHALL FOLLOW 1-045 OF THE WSDOT STANDARD SPECIFICATIONS CHANGE ORDER AGREEMENT 6 Rev. 8/19 C V. 8/19 SOUND PACIFIC CONSTRUCTION REQUEST FOR INFORMATION (RFI) City Project Number 36217 RFI #:3 City Project Title: SW Dash Point and 47ti' Ave. SW Compact Roundabout General Subject of RFI: CB 3 Elevation RFI Prepared By Tom Abplanalp From Contractor_ Question or Description of Request (Include Spec reference or Plan Sheet Number if applicable): On CB 03 where we replace the emstira pipe. we only have 13- from the top of The tS' pipe to the rim. With a Type 2 CB it has a 10.5" flano and 4.5` Frame and grate, we are at W. A Type 1L will accommodate an 18" pipe- It has a 6' reducing slab plus the 4.5" for Frame and Graw That would leave us 2.5' for adjustment. i recommend _ ing to a type 1 L for CB 03_ We were planning on setting this tomorrow. Is the Question or Request Critical to the Schedule? O Yes I] No Does the Question of Request have a Cost Impact? M Yes 0 No Engineer's Response: Excavate existing CMP to the west tp next pipe ioint, undermine pipe and slope down towards CB #3 tv gain sufficient depthlcover for type 2_ Remove and replace pipe run from CB #3 going east to existing CU (no # on plans) north of CS #1. At CB #3 for replacement pipe to east. lowerldra exist to a minimum of 2' cover. Replace existing CMP pipe with 18' Solid Wall PVC COX Pipe. See attached sketch. Data__ 10/14/21 Engineer's Response By: John Cole Firm: COFW CHANGE ORDER AGREEMENT 8 Rev. 8/19 CHANGE ORDER AGREEMENT 9 Rev. 8/19 12/6/21, 12:18 PM Corporations and Charities System BUSINESS INFORMATION Business Name: SOUND PACIFIC CONSTRUCTION LLC UBI Number: 603 606 758 Business Type: WA LIMITED LIABILITY COMPANY Business Status: ACTIVE Principal Office Street Address: 6708144TH ST NW STE A, GIG HARBOR, WA, 98332-8735, UNITED STATES Principal Office Mailing Address: 6708144TH ST NW STE A, GIG HARBOR, WA, 98332-8735, UNITED STATES Expiration Date: 04/30/2022 Jurisdiction: UNITED STATES, WASHINGTON Formation/ Registration Date: 04/15/2016 Period of Duration: PERPETUAL Inactive Date: Nature of Business: CONSTRUCTION REGISTERED AGENT INFORMATION Registered Agent Name: PAIJE ABPLANALP Street Address: 3902 157TH ST CT NW, GIG HARBOR, WA, 98332-0000, UNITED STATES Mailing Address: 3902 157TH ST CT NW, GIG HARBOR, WA, 98332-0000, UNITED STATES GOVERNORS Title Governors Type GOVERNOR INDIVIDUAL GOVERNOR INDIVIDUAL GOVERNOR INDIVIDUAL GOVERNOR INDIVIDUAL Entity Name First Name Last Name JOHN BRUNSON PAIJE ABPLANALP PARRI BRUNSON THOMAS ABPLANALP hftps://ccfs.sos.wa.gov/#/BusinessSearch/Businessinformation 1 /1 12/6/21, 12:20 PM Washington State Department of Revenue Washington State Department of Revenue < Business Lookup License Information: Entity name: SOUND PACIFIC CONSTRUCTION LLC Business SOUND PACIFIC CONSTRUCTION LLC name: Entity type: Limited Liability Company UBI #: 603-606-758 Business ID: 001 Location ID: 0001 Location: Active Location address: 6708 144TH ST NW STE A GIG HARBOR WA 98332-8735 Mailing address: 6708 144TH ST NW STE A GIG HARBOR WA 98332-8735 Excise tax and reseller permit status: Click here Secretary of State status: Click here Endorsements Endorsements held a License # Count De s https://secure.dor.wa.gov/gteunauth/—/#4 New search Back to results Status Expiration First issua 0 /3 12/6/21, 12:20 PM Washington State Department of Revenue Endorsements held a License # Count Details Status Federal Way General Business - Non -Resident Gig Harbor General Business - Non -Resident Minor Work Permit Olympia General 42534 Business - Non - Resident Active Active Expiration First issua Jul-31-20, Jul-12-20, Jul-31-20, Jul-13-20, Active Apr-30-2( Sep-22-21 Active Mar-31-2 Mar-15-2 Governing People May include governing people not registered with Secretary of State Governing people Title ABPLANALP, PAIJE ABPLANALP, THOMAS BRUNSON, JOHN BRUNSON, PARRI The Business Lookup information is updated nightly. Search date and time: 12/6/2021 12:20:33 PM hftps://secure.dor.wa.gov/gteunauth/­/#4 2/3 12/6/21, 12:20 PM Washington State Department of Revenue Contact us How are we doing? Take our survey! Don't see what you expected? Check if your browser is supported hftps:Hsecure.dor.wa.gov/gteunauth/_/#4 3/3 RETURN TO: PW ADMIN EXT: 2700 ID #: 3985 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. Bl : 10/26/21 3. TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION ® CONTRACT AMENDMENT (AG#): 21-127 ❑ INTERLOCAL M OTHER Chanae Order #00 4. PROJECTNAME: 36217 - SW DASH POINT AND 47TH AVE SW COMPACT ROUNDABOUT 5. NAMEOFCONmLc-rOR: Sound Pacific Construction, LLC ADDRESS: Tom Abplanalp TELEPHONE: 253-514-6226 E-MAIL: tom d)soundpacificconst.com FAX: SIGNATURE NAME: Tom Ahplanalp TITLE: Owner 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 # 603606758 , EXP. 7. TERM: COMMENCEMENT DATE: f COMPLETION DATE i + 8. TOTAL COMPENSATION: $ 1_,057,128.00+12 244.42=1.069 372.42 (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES ka NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: 13 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: 3064400-217-595-30-650 9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL, / DATE APPROVED 11 PROJECT MANAGER Jc 10n/21 8 DIVISION MANAGER SLH 10/19/2021 8 DEPUTY DIRECTOR DSW 10/19/21 6 DIRECTOR EJW 11/9/2021 ❑ RISK MANAGEMENT (IF APPLICABLE) A LAW DEPT KVA 10/22/2021 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: [Lk DATE REC' D: �� 1 ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSE , EXHIBITS a ❑ 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 oif-SIGNATORY (MAYOR OR DIRECTOR ` * ❑ CITY CLERK _- c 11 12al 2 0 PC, eL ❑ ASSIGNED AG # AG# - 1-10A ❑ SIGNED COPY RETURNED DATE SENT: NQF, -an�41 COMMENTS: !J EXECUTE " " ORIGINALS -i %,ee.c*w �►anc.�� '„n �i7►re or`�_ [.� a�nc.� . I/2020 36217 PROJECT NUMBER CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT AG 21-127 AGREEMENT NUMBER 01 �k I 22 CHANGE ORDER NUMBER ECTIVE DATE SW Dash Point & 47th Ave SW Compact Roundabout Sound Pacific Construction LLC PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: This Change Order covers the work changes summarized below: 1. PER FIELD DIRECTIVE 001 Attached Increase the size of CB #10 from 48" diameter to 60" diameter. Rotate the storm drain line from CB #5 to CB #10 just slightly (approx. 1 degree to the south), so that we can obtain 8" clear between knockouts 2 and 3 in the Oldcastle Infrastructure submittal. Show 8" clear between the knockouts 2 and 3 on the shop drawing. All other pipe alignment entering and exiting CB #10 shall remain per the Bid Documents drawings. 2. PER FIELD DIRECTIVE 002 (Attached Remove two additional trees that will end up behind the Soldier Pile wall at approximate station 18+00 RT. The two trees are 35" and 24" Douglas Firs located growing out of the bank that is begins excavated for the new wall. The roadway has been excavated below the roadway grade for relocation of conduit, increasing concerns about future risk of the trees falling. 3. PER FIELD DIRECTIVE 003 Attached Remove two additional trees that interfere with the Soldier Pile wall at approximate station 18+50 RT. See attached clip of plans. The time provided for completion in the Contract is ❑ Unchanged ® Increased by 5 Working Day(s) ❑ Decreased by _ Working Day(s) This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑ Yes ® No If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No NEW UNIT PRICES: ITEM NO. ITEM 56 TREE REMOVAL 57 CATCH BASIN TYPE 2 60 IN. DIAM 57 CATCH BASIN TYPE 2 48 IN. DIAM QTY UNIT PRICE ADD 1 $ 10,939.48 $ 10,939.48 1 $ 6,704.94 $ 6,704.94 -1 ($ 5,400.00) ($ 5,400.00) CHANGE ORDER AGREEMENT 1 Rev. 8/19 TOTAL NET CONTRACT: $ 12,244.42 INCREASE $ DECREASE $ DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT PREVIOUS CHANGE ORDERS THIS CHANGE ORDER NEW CONTRACT AMOUNT $ 1,057,128.00 $ 0.00 $ 12,244.42 $ 1,069,372.42 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. f�/�Z/ O TRACTOR'S SIGNATURE DATE 4pal ORKSDIRECTOR DATE CHANGE ORDER AGREEMENT 2 Rev. 8/19 CITY OF FIELD DIRECTIVE Federal Way PUBLIC WORKS DEPARTMENT Field Order No: FD 001 Project: SW DASH PT ROAD AND 47TH AVE SW COMPACT ROUNDABOUT PROJECT Project Address: VARIES Owner: CITY OF FEDERAL WAY To: SOUND PACIFIC CONSTRUCTION, 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: CATCH BASIN #10 CONFLICT PER THIS "FIELD DIRECTIVE"....: "Increase the size of CB #10 from 48" diameter to 60" diameter. Rotate the storm drain line from CB #5 to CB #10 just slightly (approx. 1 degree to the south), so that we can obtain 8" clear between knockouts 2 and 3 in the Oldcastle Infrastructure submittal. Show 8" clear between the knockouts 2 and 3 on the shop drawing. All other pipe alignment entering and exiting CB #10 shall remain per the Bid Documents COMPENSATION TO COMPLETE THESE FIELD DIRECTIVE WILL BE PER... New bid item created in Change Order 01 to follow. Attachments: NONE Prepared By: John Cole Directed By: c, Capital Engineer Approved By: l Public Works Director or Street Systems Manager Received By: Date: 8/23/2021 Date: 8/23/2021 Date: 8/24/2021 Date: D _731� � CHANGE ORDER AGREEMENT 3 Rev. 8/19 C I I V CF ` FIELD DIRECTIVE Federal Way PUBLIC WORKS DEPARTMENT Field Order No. FD 002 Project: SW DASH PT ROAD AND 47TH AVE SW COMPACT ROUNDABOUT PROJECT Project Address: VARIES Owner: CITY OF FEDERAL WAY To: SOUND PACIFIC CONSTRUCTION, 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: TREE REMOVAL BEHIND PROPOSED WALL PER THIS "FIELD DIRECTIVE"....: Remove two additional existing trees are behind the Soldier Pile wall at approximate station 18+00 RT. The two trees are 35" and 24" dbh Douglas Firs located on a slope that is being excavated for the new wall. The roadway has been excavated below the roadway grade for relocation of conduit increasing concerns about future risk of the trees falling. COMPENSATION TO COMPLETE THESE FIELD DIRECTIVE WILL BE PER .... New bid item created in Change Order to follow. Attachments: Below Prepared By: John Cole Directed By: Capital Engineer A - Aft l T` Approved By: Public Works Received By: Capital Project hlanagor Date. 9/20/2021 Date: 9/20/2021 Date: 09/20/2021 Date: 9/21 /2021 THIS FIELD WORK DIRECTIVE DOES NOT PROVIDE FOR EITHER A TIME ExrENSION OR A CHANGE IN THE CONTRACT PRICE. LABOR, EQUIPMENT, AND/OR MATERIAL OUTLINED IN THIS FIELD WORK DIRECTIVE SHALL BE PAID BY BID ITEMS) OR A CHANGE ORDER SHALL BE DEVELOPED FOR TIME EXTENSION OR CONTRACT PRICE INCREASES ANY PROTEST TO THE FIELDWORK DIRECTIVE SHALL FOLLOW 1-04 5 OF THE WSDOT STANDARD SPECIFICATIONS. CHANGE ORDER AGREEMENT 4 Rev. 8/19 CHANGE ORDER AGREEMENT 5 Rev. 8/19 CITY at FIELD DIRECTIVE Federal Way PUBLIC WORKS DEPARTMENT Field Order No. FD 003 Project: SW DASH PT ROAD AND 47TH AVE SW COMPACT ROUNDABOUT PROJECT Project Address: VARIES Owner: CITY OF FEDERAL WAY To: SOUND PACIFIC CONSTRUCTION, 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: TREE REMOVAL FOR WALL EXCAVATION PER THIS "FIELD DIRECTIVE"....: Remove two additional trees that interfere with the Soldier Pile construction. wall at approximate station 18+50 RT. See attached clip of plans. COMPENSATION TO COMPLETE THESE FIELD DIRECTIVE WILL BE PER .... New bid item created in Change Order to follow. Attachments: Below Prepared By: John Cole Date: 10/6/2021 Directed By: ' r Date: 101612021 Capital Engineer /I Approved By: / ja/ VI 1.44 Date: 10/07/2021 Public Works Director or Capital Project Manager Received By: Date: Contractor (Sound Pacific Construction, Inc.) THIS FIELD WORK DIRECTIVE DOES NOT PROVIDE FOR EITHER A TIME EXTENSION OR A CHANGE IN THE CONTRACT PRICE. LABOR, EQUIPMENT, AND/OR MATERIAL OUTLINED IN THIS FIELD WORK DIRECTIVE SHALL BE PAID BY BID ITEM(S) OR A CHANGE ORDER SHALL BE DEVELOPED FOR TIME EXTENSION OR CONTRACT PRICE INCREASES. ANY PROTEST TO THE FIELD WORK DIRECTIVE SHALL FOLLOW 1-04.5 OF THE WSDOT STANDARD SPECIFICATIONS. CHANGE ORDER AGREEMENT 6 Rev. 8/19 10/7/21, 12:56 PM BUSINESS INFORMATION Corporations and Charities System Business Name: SOUND PACIFIC CONSTRUCTION LLC UBI Number: 603 606 758 Business Type: WA LIMITED LIABILITY COMPANY Business Status: ACTIVE Principal Office Street Address: 6708 144TH ST NW STE A, GIG HARBOR, WA, 98332-8735, UNITED STATES Principal Office Mailing Address: 6708144TH ST NW STE A, GIG HARBOR, WA, 98332-8735, UNITED STATES Expiration Date: 04/30/2022 Jurisdiction: UNITED STATES, WASHINGTON Formation/ Registration Date: 04/15/2016 Period of Duration: PERPETUAL Inactive Date: Nature of Business: CONSTRUCTION REGISTERED AGENT INFORMATION Registered Agent Name: PAIJE ABPLANALP Street Address: 3902 157TH ST CT NW, GIG HARBOR, WA, 98332-0000, UNITED STATES Mailing Address: 3902 157TH ST CT NW, GIG HARBOR, WA, 98332-0000, UNITED STATES GOVERNORS Title Governors Type Entity Name First Name Last Name GOVERNOR INDIVIDUAL JOHN BRUNSON GOVERNOR INDIVIDUAL PAIJE ABPLANALP GOVERNOR INDIVIDUAL PARRI BRUNSON GOVERNOR INDIVIDUAL THOMAS ABPLANALP hftps://cds.sos.wa.gov/#/BusinessSearch/Businesslnformation 1 /1 10/7/21, 1:01 PM Washington State Department of Revenue Washington State Department of Revei,u,; < Business Lookup License Information: Entity name: SOUND PACIFIC CONSTRUCTION LLC Business name: SOUND PACIFIC CONSTRUCTION LLC Entity type: Limited Liability Company UBI #: 603-606-758 Business ID: 001 Location ID: 0001 Location: Active Location address: 6708 144TH ST NW STE A GIG HARBOR WA 98332-8735 Mailing address: 6708 144TH ST NW STE A GIG HARBOR WA 98332-8735 Excise tax and reseller permit status: Click here Secretary of State status: Endorsements Endorsements held at this loci License # Federal Way General Business - Non -Resident Gig Harbor General Business - Non -Resident Minor Work Permit Olympia General Business - 42534 Non -Resident Click here Count Details Governing People May include governing People not registered with Secretary ofState Governing people Title New search Back to results Status Expiration dat First issuance i Active Jul-31-2022 Jul-12-2021 Active Jul-31-2022 Jul-13-2021 Active Apr-30-2022 Sep-22-2016 Active Mar-31-2022 Mar-15-2021 https:Hsecure.dor.wa.gov/gteunauth/_/#5 1 /2 10/7/21, 1:01 PM Governing people ABPLANALP, PAIJE ABPLANALP, THOMAS BRUNSON, JOHN BRUNSON, PARRI Washington State Department of Revenue Title The Business Lookup information is updated nightly. Search date and time: 10/7/2021 1:01:42 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/_,/#5 2/2 SOUND PACIFIC CONSTRUCTION, LLC EXTRA WORK COSTING X ACCT NO: X502 PROJECT. -Dash Point Compact Roundabout COST DATE: 9/20/2021 NAME: 12 Additional Tree Removals PERFORM DATE: 9/21/2021 Per the city's request, pricing to removal 2 additional trees. ITEM DESCRIPTION HOURS HOURLY EXTENDED NO. RATE COST$ LABOR: Excavator Operator Truck Driver Remove Stumps Haul Off Stumps 4.001 86.17 $344.68 2.00 77.00 $154.00 $0.00 EQUIPMENT: 22 23 24 25 TOTAL LABOR: LABOR MARKUP 29% $498.68 $144.62 501 Deere Excavator 135G 4.00 81.95 $327.80 103 Kenworth 0 Dump Truck 2.00 93.64 $187.28 $0.00 $0.00 TOTAL EQUIPMENT: EQUIPMENT MARKUP 21 % MATERIALS & SUPPLIES: 39 40 41 42 43 44 $515.08 $108.17 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 SUBS/SERVICES: 54 55 56 TOTAL MATERIALS & SUPPLIES. MARKUP 21 % $0 00 $0 00 Sky High 1.00 3200.00 $3.200.00 $0.00 $0.00 COSTS ARE ONLY FOR DIRECTLY AFFECTE SUBS MARK-UPS @ 12% WORK PRICED ABOVE. RIGHT RESERVED TO SUBMIT COSTS FOR DELAY AFFECTS, IMPACT: SUBTOTAL SUBS/SERVICES = AND DISRUPTIONS NOT KNOWN AT THIS TIME. SALES TAX EXTRA IF APPLICABLE -- EXTRA TIME REQUIRED= DAYS TOTAL COSTS = $384.00 $3,200.00 $4,850.54 Sky High Tree Removal, Inc. 28023 34th Ave S I Auburn, WA 98001 253-797-3621 1 skyhightrees@yahoo.com I https://skyhightreeremoval.com RECIPIENT: Sound Pacific Constuction Sent on 3902 157th St Ct NW te Gig Harbor, WA 98332 Contact Phone: 360-340-0622 Contact SERVICE ADDRESS: Southwest Dash Point Road 47th Ave SW Federal Way, Washington A - Subcontracted Complete cut to the ground of 2 fir trees along SW Complete Removal Dash Pt Rd & 47th Ave. Clean up and removal of limbs, leaves and debris. Leaving the logs onsite. A - Subcontracted Hauling OPTIONAL: Logs Complete removal of the logs. * Non-taxable This quote is valid for the next 30 days, after which values may be subject to change. Signature: Date: 1 1 $2,200.00 $1,000.00 Total 09/13/2021 John $2,200.00* $1,000.00* $3,200.00 SOUND PACIFIC CONSTRUCTION, LLC EXTRA WORK COSTING X ACCT NO: X503 PROJECT:Dash Point Compact Roundabout COST DATE: 10/6/2021 NAME' 12 Additional Tree Removals PERFORM DATE: Per the city's request, pricing to removal 2 additional trees. Price for Tree Removal/stubs. ITEM DESCRIPTION HOURS HOURLY EXTENDED NO. RATE COST$ LABOR: 1 L Excavator Operator Truck Driver Remove Stumps Haul Off Stumps 1 4.00 86.17 $344.68 2.00 77.00 $154.00 F $0.00 EQUIPMENT: 22 23 24 25 TOTAL LABOR: LABOR MARKUP 29% $498.68 $144.62 501 Deere Excavator 135G 4.00 81.95 $327.80 $0.00 $0.00 $0.00 TOTAL EQUIPMENT: EQUIPMENT MARKUP 21% MATERIALS & SUPPLIES. 39 40 41 42 43 44 $327.80 $68.84 Dump Fee 1.00 100.00 $100.00 $0.00 $0.00: $0.00 $0.00 $0.00 TOTAL MATERIALS & SUPPLIES: MARKUP 21 % SUBS/SERVICES: 54 55' 56 $100.00 $21.00 Sky High 1.00 4400.001 $4.400.00 $0.00 $0.00 COSTS ARE ONLY FOR DIRECTLY AFFECTE SUBS MARK-UPS all 12% WORK PRICED ABOVE. RIGHT RESERVED TO SUBMIT COSTS FOR DELAY AFFECTS, IMPACT: SUBTOTAL SUBS/SERVICES = AND DISRUPTIONS NOT KNOWN AT THIS TIME. SALES TAX EXTRA IF APPLICABLE --------------- -------------- EXTRA TIME REQUIRED= DAYS TOTAL COSTS = $528.00 ------------- $4,400.00 $6,088.94 Sky High Tree Removal, Inc. 28023 34th Ave S I Auburn, WA 98001 253-797-3621 1 skyhightrees@yahoo.com I https://skyhightreeremoval.com RECIPIENT: Sound Pacific Constuction 3902 157th St Ct NW Gig Harbor, WA 98332 Phone: 360-340-0622 SERVICE ADDRESS: Southwest Dash Point Road 47th Ave SW Federal Way, Washington Complete Removal Subcontracted A - Subcontracted Hauling Logs * Non-taxable Sent on Onsite Contact Complete Removal of 2 trees, complete cleanup and removal of limbs leaves and debris. Leaving logs in log form for contractors use. OPTIONAL: Complete removal of the logs. This quote is valid for the next 30 days, after which values may be subject to change. Signature: Date: 1 $3,400.00 1 $1,000.00 10/07/2021 John $3,400.00* $1,000.00* Total $4,400.00 RETURN TO: PW ADMIN EXT: 2700 ID #: 3869 / 3943 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATINGDEPT/DIV: PUBLIC Wi'1RK5 / CAPITAL PROJECTS .jb+w x i 2. ORIGINATING STAFF PERSON: COLC EXT: %2-4� 3. DATE REQ. $Y:0 - 3. TYPE OF DOCUMENT (CHECK ONE): - - appr to anything you can do to rus X CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) this.I forgot it had to go ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT back through law, butthat ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT delay is on me. ❑ GOODS AND SERVICE AGREEMENT ❑ toreceive. ctor HUMAN SERVICES / CDBG r is eager eive. ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION ❑ CONTRACT AMENDMENT (AG#): ❑ INTERLOCAL ❑ OTHER _ 4. PROJECTNAME: SW DASH POINT RD AT 47TH AVE SW COMPACT ROUNDABOUT 5. NAME OF CONTRACTOR:�ED SOUND PACIFIC CONSTRUCTION, LLC ADDRESS: 6708 144TH ST NW, SUITE A GIG HARBOR, WA 98332 TELEPHONE: E-MAIL. FAX: SIGNATURE NAME; TITLE: 6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE # BL EXP. 12/31/ I UBI # . EXP. / / 7. TERM: COMMENCEMENT DATE: UPON CONTRACT AWARD / EXECUTION COMPLETION DATE: CONPLEMNOFCo1 TRUCTION USEM1=4FORTRACKINGPURPOSE!n 8. TOTAL COMPENSATION: $ 1,057,128GO(CONTRACT WITH CONTRACTOR)*$105,712.80(CONTINCENCV)•$m9i ,AM@0 (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES N NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑ YES$Q O NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY RETAINAGE RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE TO: C36217-26500 9. DOCUMENT / CONTRACT REVIEW II MALI DATE REVIEWED INITIAL/DATF,APPROVED 6 PROJECT MANAGERY'll26-Jan-2021- I DIVISION MANAGER SLH 1I26I2021 g; ._.- 8 DEPUTY DIRECTOR oSW 2021 ---_- - 8 DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) It LAW DEPT ER 2/9/21 KVA 7/22/2021 10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: 12-Jul-2021 SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 20-Jul-2021 11. CONTRACT SIGNATURE ROUTING -1 I Z(O 1 Z� DATE REC'D: !-. J L, ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: ❑ 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 T-t L DEPT 1i '1,O 8'JIGNATORY (MAYOR OR DIRECTOR) ❑ CITY CLERK N U ❑ ASSIGNED AG # AG# 6-DI " 191 ❑ SIGNED COPY RETURNED DATE SENT: R.I . aj,»t COMMENTS: EXECUTE" "ORIGINALS 25-Jan-2021 : Please review RFB docs before we advertise for bid. 20-Jul-2021: Contract for routing before send to contractor for signatures. l i2O2II 41k CITY OF Federal Way BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS FOR SW DASH POINT AND 47TH AVE SW COMPACT ROUNDABOUT PROJECT # 36217 GRANT FUNDING # HSIP-OOOS(528) City of Federal Way Public Works Department 33325 8th Avenue South Federal Way, WA 98003 CON. ORMED SET BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS FOR SW DASH POINT AND 47TH AVE SW COMPACT ROUNDABOUT PROJECT # 36217 RFB # 20-0010 GRANT FUNDING # HSIP-OOOS(528) Bids Accepted Until 11:OOam, June 11, 2021 at City of Federal Way 33325 8th Avenue South Federal Way, WA 98003 Prepared By: DKS Associates. 719 Second Ave, Suite 1250 Seattle, WA 98104 11 1 r44. _ v 13T Corey Jurcak is the Engineer responsible 05/19/2021 for Special Provisions Divisions 2 thru 7 The contract plans and specifications for this Project have been reviewed and approved by: Public Works Director/Deputy Public Works Director CITY OF FEDERAL WAY SW DASH POINT & 47TH AVE SW COMPACTROUNDABOUT RFB-i PROJECT #36217 CFW RFB VERSION 2020-JUN TABLE OF CONTENTS PAGE ADVERTISEMENTFOR BIDS...............................................................................................................................3 INSTRUCTIONS TO BIDDERS & CHECKLISTS..................................................................................................5 BIDPROPOSAL.....................................................................................................................................................7 BIDBOND.............................................................................................................................................................13 SUBCONTRACTORLIST....................................................................................................................................14 CONTRACTOR WAGE LAW COMPLIANCE CERTIFICATION.........................................................................15 PROPOSAL FOR INCORPORATING RECYCLED MATERIALS.......................................................................16 DBEUTILIZATION CERTIFICATION..................................................................................................................17 DBE WRITTEN CONFIRMATION DOCUMENT..................................................................................................18 DBEBID ITEM BREAKDOWN.............................................................................................................................19 DBEBID ITEM TRUCKING CREDIT...................................................................................................................20 PUBLICWORKS CONTRACT.............................................................................................................................21 SAMPLECONTRACT CHANGE ORDER...........................................................................................................28 CERTIFICATEOF INSURANCE..........................................................................................................................30 PERFORMANCEAND PAYMENT BOND...........................................................................................................31 SPECIAL PROVISIONS STANDARD PLANS AND DETAILS FHWA 1273 PREVAILING WAGES AND BENEFIT CODE KEY GEOTECH REPORT & MEMO PROJECT PLANS (BOUND SEPARATELY) CITY OF FEDERAL WAY SW DASH POINT & 47TH AVE SW COMPACT ROUNDABOUT RFB-ii PROJECT #36217 CFW RFB VERSION 2020-JUN ADVERTISEMENT FOR BIDS SW DASH POINT AND 47TH AVE SW COMPACT ROUNDABOUT SUBMITTAL OF SEALED BIDS: Notice is hereby given that the City of Federal Way will receive sealed bids through June 11, 2021 at 11:00 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 bid submittal deadline at the main door of City Hall to provide access to the Finance Department. Proposals received after said date and time will not be considered. All timely bids will be opened and read publicily aloud via a remote meeting at 11:05 a.m. on June 11, 2021. The remote meeting can be accessed at www.Zoom.us by clicking on "Join a Meeting" and entering Meeting ID: 934 8100 1834 and Passcode: 767666 or by telephone at (253) 215-8782. This project shall consist of: construction of a compact roundabout, roadway grind and overlay, storm drainage improvements, illumination improvement, and other associated work. 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 90 working days. BID DOCUMENTS: Plans, Specifications, Addenda, and plan holders list are available on-line through Builders Exchange of Washington at www.bxwa.com. Click on: "Posted Projects," "Public Works," and "City of Federal Way." It is recommended that Bidders "Register" in order to receive automatic e-mail notification of future addenda and to place themselves on the "Bidders List." Bidders that do not register will need to periodically check on-line for addenda issued on this project. Contact Builders Exchange of Washington at (425) 258-1303 if you require assistance with access or registration. An informational copy of plans, specifications, and addenda are available for viewing only at the City of Federal Way Finance Department. QUESTIONS: Any questions must be directed to Christine Mullen, P.E., Senior Capital Engineer, by email at Christine.Mullen@cityoffederalway.com. 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 2021 (Standard Specifications), which is incorporated by this reference as though set forth in full. All bid proposals shall be in accordance with the Contract and all bid proposals shall be accompanied by a bid deposit or bond in the amount required in the Contract. Forfeiture of the proposal bond or deposit to the City shall be in accordance with the Contract. The City, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49 C.F.R., Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally -assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an award. The City encourages minority and women -owned firms to submit bids consistent with the City's policy to ensure that such firms are afforded the maximum practicable opportunity to compete for and obtain public contracts. CITY OF FEDERAL WAY SW DASH POINT & 47TH AVE SW COMPACT ROUNDABOUT RFB-3 PROJECT #36217 CFW RFB VERSION 2020-JUN 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 Federal Way Mirror CITY OF FEDERAL WAY Publish May 21, 2021, May 28, 2021, and June 4, 2021 Publish May 21, 2021, May 28, 2021, and June 4, 2021 SW DASH POINT & 47TH AVE SW COMPACT ROUNDABOUT RFB-4 PROJECT #36217 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 Christine Mullen, P.E., Senior Capital Engiener, by email at Christine.Mullen@cityoffederalway.com, or by letter addressed to same. The questions must be received by the City no later than 5:00 p.m. three business days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their bids. Any interpretation deemed necessary by the City will be in the form of an Addendum to the bid documents and when issued will be sent as promptly as is practical to all parties to whom the bid documents have been issued. All such Addenda shall become part of the bid. (4) BID PRICE The bid price shall include everything necessary for the completion of the Contract and the Work including, but not limited to, furnishing all materials, equipment, tools, freight charges, facilities and all management, superintendence, labor and service, except as may be provided otherwise in the Contract Documents. All Washington State sales tax and all other government taxes, assessments and charges shall be included in the various Bid item prices as required by law. The offer shall remain in effect ninety (90) days after the bid opening. (5) POSTPONEMENT OF BID OPENING The City reserves the right to postpone the date and time for the opening of bids by Addendum at any time prior to the bid opening date and time announced in these documents. (6) REJECTION OF BIDS The City reserves the right to reject any bid for any reason including, but not limited to, the reasons listed in Special Provisions Section 1-02.13. The City further reserves the right to reject any portion of any bid and/or to reject all bids. In consideration for the City's review and evaluation of its bid, the bidder waives and releases any claims against the City arising from any rejection of any or all bids. If, in the opinion of the City, there is reason to believe that collusion exists among bidders, none of the bids of the participants in such collusion will be considered. CITY OF FEDERAL WAY SW DASH POINT & 47TH AVE SW COMPACT ROUNDABOUT RFB-5 PROJECT #36217 CFW RFB VERSION 2020-JUN (7) RECYCLED PRODUCTS The Contractor shall use recycled paper for proposals and for any printed or photocopied material created pursuant to a contract with the City whenever practicable and use both sides of paper sheets for reports submitted to the City whenever practicable. (8) BIDDER'S CHECKLIST The bidder's attention is especially called to the following forms, which must be executed in full as required. Failure to comply may result in rejection of any bid not so complying. ❑ Bid Proposal: The Bid Proposal shall be completed and fully executed, including filling in the total bid amount. ❑ Bid Bond: This form is to be executed by the bidder (and the surety company as appropriate, depending upon the option selected by the bidder). ❑ Subcontractor List: The Subcontractor List shall be filled in by the bidder. ❑ Contractor Certification —Wage Law Compliance: This form shall be filled in and fully executed by the bidder. ❑ Proposal for Incorporating Recycled Materials: This form shall be filled in and executed by the bidder. ❑ DBE Utilization Certification: This form shall be filled in by the bidder. ❑ DBE Written Confirmation: Part A of this form shall be filled in by the bidder and Part B shall be signed by UDBE firm. (9) CONTRACT CHECKLIST The following documents are to be executed and delivered to the City after the Bid is awarded. [l Public Works Contract: The successful bidder will fully execute and deliver to the City the Public Works Contract ("Contract") from these Bid Documents. �j Certificate of Insurance: The successful bidder will provide a Certificate of Insurance evidencing the insurance requirement set forth in the Contract. [j Performance/Payment Bond: The successful bidder will provide a fully executed Performance/Payment Bond as appropriate. ❑ Business License: The successful bidder will provide a copy of a current Business License with the City of Federal Way. CITY OF FEDERAL WAY SW DASH POINT & 47TH AVE SW COMPACT ROUNDABOUT RFB-6 PROJECT #36217 CFW RFB VERSION 2020-JUN BID PROPOSAL SW DASH POINT AND 47TH AVE SW COMPACT ROUNDABOUT PROPOSAL SUBMITTED TO: City of Federal Way 33325 8th Ave South Federal Way, Washington 98003-6325 PROPOSAL SUBMITTED BY: Bidder: Sound Pacific Construction, LLC Full Legal Name of Firm Contact: Tom Abplanal Individual with Legal Authority to sign Bid and Contract Address: 6708 144th St. NVV, Suite A Street Address Gig Harbor, WA 98332 City, State Zip Phone: 253-514-6226 E-Mail: tom@soundpacificconstcom Select One of the Following: ❑ Corporation cg Partnership. ❑ Individual ❑ Other State Contractor's License No.. SOUNDPC842J8 State Contractor's License Expiration Date: 04 1 as 1 9099 Month Day Year State UBI No 603-606-758 State Worker's Comp. Account No CITY OF FEDERAL WAY 626,236-00 SW DASH POINT & 47TH AVE SW COMPACT ROUNDABOUT RFB-7 PROJECT #36217 CFW RFS VERSION 2020-JUN Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal NOTE' All entries shall be written in ink or typed. Unit prices for all items, all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only, in dollars and cents to two (2) decimal places (including for whole dollar amounts) All figures must be clearly legible Bids with illegible figures in the unit price column will be regarded as wrimspoosive Where conflict occurs between the unit prce and the tbral amount specified for any item, the unit price shah 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 mathernatical 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: SW DASH POINT RD AT 47TH AVE SW ROADWAY IMPROVEMENTS All unit prices shall include -applicable sales tax (Roadway Improvements) Item Spec. Bid Item Description Unit Plan Unit Price Amount No. Div. Qt 1 1-04 MINOR CHANGE FA 1 $10,000.00 $10,000.00 2 1-05 ROADWAY SURVEYING LS 1 $ 12,000.00 '$ 12,000.0(0 3 1-05 STRUCTURE SURVEYING LS 1 $ 1,100. 00 !$ 2,100.00 4 1-05 AS -BUILT SURVEY & RECORD LS 1 $ Q, 500.00 :$ 9, 500.00 DRAWINGS 1 5 1-07 SPCC PLAN LS $1,000.00 ;$ 1,000 00 6 1-09 MOBILIZATION LS 1 $ 90,000.00 '$ g0,000, 00 7 1-10 TRAFFIC CONTROL SUPEERVISOR LS 1 $ 55,000.00 !$ 55,000.00 8 1-10 FLAGGERS HR 1,200 $ 75.00 !$ 90,000.00 9 1-10 CONSTRUCTION SIGNS, CLASS A SF 91 $ 28.00 1$ 2,548.00 10 1-10 OTHER TRAFFIC CONTROL LABOR HR 120 $ 80.00 '$ 9,600.00 11 1-10 'CONTRACTOR PROVIDED HR 24 $ 140.00 $ 3,360.00 UNIFORMED POLICE OFFICER 12 1-10 PORTABLE CHANGEABLE MESSAGE HR 1,200 1$12.00 $ 14,400.00 S IGN 13 1-10 'OTHER TEMPORARY TRAFFIC LS 1 $ 6,000.00 $ 6.000.00 CONTROL 14 2-01 CLEARING & GRUBBING AC 0.21 $ 90 000.00 $ 18.900.00 15 2.02 REMOVAL OF STRUCTURES & LS 1 :$ 4,000.00 I$ 4,000.00 OBSTRUCTIONS i 16 2-02 SAWCUTTING LF 1,000 $ 3.00 $ 3,000.00 17 2-02 REMOVE EXISTING CATCH BASIN EA 2 $ 900.00 '$ 1,800.00 18 2-03 ROADWAY EXCAVATION, INCL CY 290 ;$ 55.00 :$ 15,950.00 HAUL 19 2-03 UNSUITABLE FOUNDATION CY 10 S '$ EXCAVATION, INCL. HAUL 45.00 450.00 20 2-03 GRAVEL BORROW INCL, HAUL TN 30 $ 38.00 '$ 1,140.00 21 4-04 CRUSHED SURFACING BASE TN 200 $ 52.00 :$10,400.00 COURSE CITY OF FEDERAL WAY SW DASH POINT & 47TH AVE SW COMPACT ROUNDABOUT RFB-8 PROJECT #t36217 CFW RFB VERSION 2020-JUN Provided to Buildcrs E=:change o:: S;A, Inc. For usag7. Condit-uns Agreen_nt AlwAys Verify ,,al 22 5-04 PLANING BITUMINOUS PAVEMENT SY 1400 $ $ Iq, 000.00 23 5-04 HMA FOR PRELEVELING CL 1/2 IN. TN 300 $ 153• 00 $ LfS, q 00, pp PG 58H-22 24 5-04 HMA CL 1/2 IN. PG 58H-22 TN 650 $ 110, 0p $ 1 b, 700..00 25 6-13 SOLDIER PILE RETAINING WALL SF 875 $ 10j5.00 $ 1(91,(05.00 WITH SHOTCRETE FACING 26 6-13 MODULAR BLOCK WALL SF 250 $ 70. 00 $ 17,500, 00 I 27 7 02 SOLID WALL PVC CULV. PIPE 12 IN I LF 360 $90.00 is 32,400.00 DIAM 28 7-02 DUCTILE IRON STORM SEWER PIPE LF 45 $ $ 12 IN. DIAM 110.00 4,950.00 29 7-05 CATCH BASIN TYPE 1 EA 9 $ 2,000.00 $ 18,000.00 30 7-05 CATCH BASIN TYPE 2 48 IN. DIAM EA 2 $5,400.00 $ 10,800.00 31 7-05 CONNECTION TO DRAINAGE EA 2 $ 3,700.00 $ 7,400.00 STRUCTURE 32 7-05 ,ADJUST CATCH BASIN EA 3 $1,100.00 $ 3,300.00 33 7-08 SHORING OR EXTRA EXCAVATION SF 1275 $ $ CLASS B 2.00 2.550.00 34 8-01 EROSION CONTROL AND WATER LS 1 $ 10,000.00 $ 10,000.00 POLLUTION PREVENTION 35 8-01 HIGH VISIBILITY SILT FENCE LF 955 $6.00 $ 5,730.00 36 8-02 SEEDED LAWN SY 550 is 3.00 $ I,b50.00 37 8-02 BARK MULCH CY 100 $ 10.00 is 1,000.00 38 8-02 'TOPSOIL TYPE A (4" DEPTH) CY 75 is 70.00 is 51250. 39 8-04 EXTRUDED CURB LF 980 is 10.00 $ q,,b 00. 00 40 8-07 PRECAST SLOPED MOUNTABLE LF 400 '$ 2va-00 is 11, 200.00 ,CURB 41 8-09 RAISED PAVEMENT MARKER TYPE HUN 2 '$ Soo-00 $ 1,000.00 42 8-12 BLACK VINYL COATED CHAIN LINK LF 185 $ fp0.00 $ !l, (00.00 FENCE 43 8-14 DETECTABLE WARNING SURFACE SF 160 $ 5500 $ %(600.00 44 8-20 ILLUMINATION SYSTEM, COMPLETE LS 1 $ jq0, 000. 00 $ 140, 0019, 00 45 8-20 FLASHING BEACON ASSEMBLY EA 3 !$ 1A,500, 00 $37, 500, OD 46 8-21 PERMANENT SIGNINIG LS 1 I$ 17, 000.00 $ 17, 000. 00 47 8-22 PLASTIC CROSSWALK LINE SF 215 :$ 1.00 $ 1,609.00 48 8-22 PLASTIC YIELD LINE SYMBOL EA 15 ,$ r00.00 $ 1, 200.00 49 8-22 PLASTIC LINE LF 2400 :$ 3-SO $ �� Lim 00 CITY OF FEDERAL WAY SW DASH POINT & 47TH AVE SW COMPACT ROUNDABOUT RFB-8 PROJECT #36217 CFW RFB VERSION 2020-JUN ME Provided Lo Builders Exchange of WA, Inc. For r,�aaF 50 8-22 PLASTIC WIDE LANE LINE LF 80 $ 4.00 $ 720. 00 51 8-22 PLASTIC WIDE DOTTED ENTRY LINE LF 50 $ 11.00 Is s 50.00 52 8-22 MMA COLORED PAVEMENT LS 1 $ b,OD0.00 $ I0, 000.00 MARKING FOR CENTRAL ISLAND 53 8-22 IREMOVE PAVEMENT MARKINGS LS 1 $ 1000.00 $ 3,000.00 54 8-30 RESOLUTION OF UTILITY FA 1 $10,000 $10,000 CONFLICTS 55 8-30 POTHOLING FA 1 $10,000 I$10,000 IS 1,057, tlb,oc BID SUMMARY ITEM BID AMOUNT SCHEDULE A: SW DASH POINT RD AT 47TH AVE $ ( Oc 7 (��,p0 J SW ROADWAY IMPROVEMENTS , i TOTAL BID AMOUNT (including Washington State sales lax, at/ other $ 13 0571 government taxes assessments and charges) The documents incorporated by reference, as if fully set forth, are the Advertisement for Bids, the Instructions to Bidders and Checklists, the Contractor's Bid Proposal (including all forms and supplemental information listed on the Bidders Checklist), the Contract Documents (including Project Plans, Specifications, and all Appendices, Amendments, and Supplemental 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 CITY OF FEDERAL WAY SW DASH POINT & 47TH AVE SW COMPACT ROUNDABOUT RFB-10 PROJECT #36217 CF W RFB VERSION 2020-JUN Provided to Builders Fxchancle of WA, Inc. For usage Conditions Agreement see www.biwa.com - Always Varify Scal hotline is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. CONFLICTS OF INTEREST, GRATUITIES, & NON-COMPETITIVE PRACTICES By signing this proposal; the undersigned agrees as follows: (1) That it has no direct or indirect pecuniary or proprietary interest, that it shall not acquire any interest which conflicts in any manner or degree with the work, services, equipment or materials required to be performed and/or provided under this contract and that it shall not employ any person or agent having any such interests In the event that the Contractor or its agents, employees or representatives hereafter acquires such a conflict of interest, it shall immediately disclose such interest to the City and take action immediately to eliminate the conflict or to withdraw from this contract, as the City may require; and (2) That no person or selling agency except bona fide employees or designated agents or representatives of the Contractor have been employed or retained to solicit or secure this contract with an agreement or understanding that a commission, percentage, brokerage, or contingent fee would be paid; and (3) That no gratuities in the form of entertainment, gifts or otherwise, were offered or given by the Contractor or any of its agents, employees or representatives, to any official, member or employee of the City or other governmental agency with a view toward securing this contract or securing favorable treatment with respect to the awarding or amending, or the making of any determination with respect to the performance of this contract. AFFIDAVIT OF ELIGIBILITY The Contractor rertifies 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 5148 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. 1 Date Issued: 6/7/2021 Addendum No. Date Issued: Addendum No. Date Issued: The undersigned individual represents and warrants that he or she is dully authorized to execute the bid and all bid documents on behalf of any partnership, joint venture or corporation. Srgna ure Tom Abplanalp Printed !Name CITY OF FEDERAL WAY SW DASH POINT & 47TH AVE SW COMPACT ROUNDABOUT RFB-11 PROJECT #36217 CFWRFB VERSION2020-JUN Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.coai - Always Verify Scal Managing Member Title Subscribed and sworn to before me this 110 day of Tune, 20,'LL. �p►ti►u I Irrrrrrr Signature of Notary Won '(' MOIAR), Printed name of Notary Notary Public in and for the State at Washington pllBt;C My commission expires177 Oa 1 • -D;2 H Op 4r f !� zoji rWASV CITY OF FEDERAL WAY SW DASH POINT & 47TH AVE SW COMPACT ROUNDABOUT RFB-12 PROJECT #36217 CFWRFB VERSION2020-JUN Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal BID BOND SW DASH POINT AND 47TH AVE SW COMPACT ROUNDABOUT 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. Sound Pacific Construction, LLC as Principal, and North American Specialty Insurance Company as Surety, are held and firmly bound unto the City of Federal Way, as Obligee, in the sum of five (5) percent of the total amount of the bid proposal for the payment of which the Principal and the Surety bond themselves, their heirs and executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for the above - mentioned Project according to the terms of the proposal or bid made by the Principal therefore, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise, it shall be, and remain in full force and effect, and the Surety shall forthwith pay and forfeit to the Obligee as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS 11 DAY OF June , 2021 . Sound Easif Construction, LLC North American SpeciallylInsurance Cnrnpany Principa — Signature of Authorized Official Surety — Attorney in Fact Andrew P. Larsen (Attach Power of Attorney) Title Name and Address of Local Office/Agent of Surety Company is - Parker, Smith & Feek, Inc. 2233 112th Ave NE Bellevue, WA 98004 CITY OF FEDERAL WAY SW DASH POINT & 47TH AVE SW COMPACT ROUNDABOUT RFB-13 PROJECT #f.36217 CFW RFB VERSION 2020-JUN SWISS RE CORPORATE SOLUTIONS NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE, COMPANY WESTPORT INSURANCE CORPORATION GENERAL POWER OF ATTORNEY KNOW ALL MEN BY'I'HESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Kansas City, Missouri and Washington International Insurance Company a corporation arganircd and existing under the laws of the State of New Iampshire and having its principal office in the City of Kansas City, Missouri, and Westport Insurance Corporation, or anizcd under the laws of the State of Missouri, and having its principal office in the City of Kansas City, Missovi [ does hereby make, constitute and appoint: SUSAN B. LARSON, SCOTT FISHER. MINDEE L RANKIN, DEANNA M. FRENCH, RONALD J. LANGE, ELIZABETH R. HAHN, JANA M. ROY, ROGER R_ KALTENBACH, SCOTT GARCIA GUY P ARMFIELD, SCO'l I' McGILVRAY, ANDREW P. LARSEN. NICiIOLAS FREDRICKSON. JOHN R. CLAF.YS. Cl IARI A M. BOADLE, And DEREK SABO JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: ONE HUNDRED TWENTY FIVE MILLION ($I25,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on March 24, 2000 and Westport insurance Corporation by written consent of its Executive Committee dated July 18, 2011. "RESOLVED, that any two of the President, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be bindiro upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." By SEAL L sfe+•rn n enen,. n r Ire rrs rnE a e nylon n er" una n.ur.ntt Company Sf./1� = :xn & Senior Vice President of Narlh American Specially Insurance Campa * m• & Senior Vice President of Westport Insurance Corporation x� t973 i Eli gF;QG �C BY i11 Mike A. Ito, Senior Vice President orWtuhln`loa Intel national Insurance Company �tlltit�{i •1a:ej & Senior Vice President of Rarth American Specially Insurance Company & Senior Vice President of Wv9;p.,1 Insurance Corporation IN WITNESS WHEREOF, North American Specialty insurance Company, Washington International Insurance Company and Westport Insurance Corporation have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this this 30TH day of MAY 20 19 North American Specialty Insurance Company Washington International Insurance Company State of Illinois Westport Insurance Corporation County of Cook SS: On this30THday of MAY , 20 19, before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Comparty and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation and Michael ASenior Vice President afWashington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. t]FF aoi. SEAL 11u1dl� puk9XENNY AN rC • 5wir ni A1ir,.i,, ' .._ ____ _ �__ M. Kenny, Notary Public 1 I, Jcfft'Gy Goldberg the duly elected Vice President and Assistant Secretary of North American Specially Insurance Company, Washington international Insurance Company and Westport Insurance Corporation do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance. Corporation which is still in full force and effect. IN WITNESS WHEREOF, 1 have set my hand and affixed the seals of the Companies this I I day of June t 20 21 JJh- Goldl-p., Vice Pidm. & A,,ktam Seuclary or Nrnshmµton loemaiioaai lnsunnce Compyry R North A,-- Specialty insurance Cnmpanv & Vice President & Assistant 5e cuny of W estprnl Insusunre Coiporatior SUBCONTRACTOR LIST AMM MWashington State . Department of Transportation Subcontractor List r7rentlrad In compliance with RCW 39.30.060 as amended To Be Submitted with the Bid Proposal Project Name SW Dash Point and 47th Ave. SW Compact Roundabout Failure to list subcontractors with whom the bidder, If awarded the contract. will directly subcontract for performance of the work of structural steel installation, rebar installation, heating, ventilation and air conditioning, plumbing, as described In Chapter 18.100 RCW, and sir-ctrical, as described in Chapter 19.28 RCW or naming more than one subcontractor to perform the sane work will result In your bid being nonresponsive and therefore void. SubcontracW(s) with whom the bidder w18 directly subcontract that are proposed to perform the work of structural steel installation, rebar Installation. heating, ventilation and air conditioning, plumbing, as described In Chapter 18.106 RCW, and electrical as described In Chapter 1928 RCW must be listed below. The work to be performed Is to be limed below the subcontracior(s) name. To the extent the Project includes one or more categories of work referenced in RCW 39.30.000, and no subcontractor is listed below to perform such work, thtt bidder certifies that the work will either (1) be performed by the bidder itself, or 01) be performed by a lowertier subcoWnctor whowlll not contract directly with the bidder. Subcontractor Name G&G Inc Work to be performed Electrical Subcontractor Name r tion Work to be performed C4r, ir4rnrol C4col and Rchgr Subcontractor Name Work to be performed Subcontractor Name Work to be performed Subcontractor Name Work to be performed Bidders are notified that it is the opinion of the enforcement agency that PVC or metal conduit, junction boxes, etc, are considered electrical equipment and therefore considered part of electrical work, even if the installation Is for future use and no wiring or electrical current is connected during the project. DOT Form 271-015 Revised 0&2020 CITY OF FEDERAL WAY SW DASH POINT & 47TH AVE SW COMPACT ROUNDABOUT RFB-14 PROJECT #36217 CFWRFB VERSION2020-JUN Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.br_wa.com - Always Verify Scal CONTRACTOR WAGE LAW COMPLIANCE CERTIFICATION FAILURE TO RETURN THIS CERTIFICATION AS PART OF THE BID PROPOSAL PACKAGE WILL MAKE THIS BID NONRESPONSIVE AND INELIGIBLE FOR AWARD. I hereby certify, under penalty of perjury under the laws of the State of Washington, on behalf of the firm identified below that, to the best of my knowledge and belief, this firm has NOT been determined by a final and binding citation and notice of assessment issued by the Washington State Department of Labor and industries or through a civil judgment entered by a court of limited or general jurisdiction to have willfully violated, as defined in RCW 49.48.082, any provision of Chapters 49 46, 49.48, and 49.52 RCW within three (3) years prior to the date of the Request for Bids. Bidder Name: Sound Pacific Construction Print Full Legal Name of Firm By.. Signature of Authorized Person Title: Managing Member Title of Person Signing Certificate Date: June 11, 2021 Tom Abdanalp Print Name of Person Making Certifications for Firm Place: Gig Harbor, WA Print City and State Where Signed CITY OF FEDERAL WAY SW DASH POINT & 47TH AVE SW COMPACT ROUNDABOUT RFB-15 PROJECT #36217 CFW RFB VERSION 2020-JUN Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal PROPOSAL FOR INCORPORATING RECYCLED MATERIALS ;-- APWA-WA Division 1 Committee rev.1/t3J2016 Proposal for Incorporating Recycled Materials Into the Project In compliance with a new law that went into effect January 1, 2016 (SHB 1695), the Bidder shall propose below, the total percent of construction aggregate and concrete materials to be incorporated into the Project that are recycled materials. Calculated percentages must be within the amounts allowed in Section "3.21(1)E, Table on Maximum Allowable Percent (By Weight) of Recycled Material, of the Standard Specifications. Proposed total percentage: V percent. Note: Use of recycled materials is highly encouraged within the limits shown above, but does not constitute a Bidder Preference, and will not affect the determination of award, unless two or more lowest responsive Bid totals are exactly equal, in which case proposed recycling percentages will be used as a tie -breaker, per the APWA GSP in Section 1-03.1 of the Special Provisions. Regardless, the Bidder's stated proposed percentages will become a goal the Contractor should do its best to accomplish. Bidders will be required to report on recycled materials actually incorporated into the Projecf, in accordance with the APWA GSP in Section 1-06.6 of the Special Provisions. Bidder: Sound Pacific Construction, LLC Signature of Authorized Official: _ Date: June 11, 2021 CITY OF FEDERAL WAY SW DASH POINT & 47TH AVE SW COMPACT ROUNDABOUT RFB-16 PROJECT #136217 CFW RFB VERSION 2020-JUN Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal DBE UTILIZATION CERTIFICATION Adw Washington State �Af Departrnert! of 7'ransporUtkilirt Disadvantaged Business Enterprise Utilization Certification To be elgible for Award of Urns Contract the Bidder arl8dl M " and subm& as a suppiameru to rb sealed Bid Proposal. a Disadvantaged Business Enterpnsa (DBE) tlh3szabon Certrrrl 1 m The Conlracti g Agency shall consider as non- responsive and chat rood any Bid Proposal That does M oWan a DBE Lki»n Cerofinbon wtidl properly derrwnstratea that M» Bidder will rtWt the DBE parsupabon re qurenxx 3s In one of M r►g can provided tar in tf,i proposed Cork-aa Rarer to the InsOuctione on Pop 2 When A" out dwls terra or die Bid miy be m*iod. An axamois hum his been provided on Page &the stx=wld Bidder's DBE Uotmo t CatiMabon "be deemed a pars of Ov fesr *V Contract Box i . _ _$Qtrnd F?a9 f.� 175tf�{ L _LC . r7 "ks that the DBE firms ixswd Dhow liar* beta me&vw regarding paiti6pauon on is project +cs 8odderis suctessiur or1 Ur:s and ,s d+rardes! tre Centraci a spa': asaure that subcontracts or supply agreerrents we exeWed -A1th named DWs {If r��ty;. use add6tonal cheats e= 2: SW Dash Point and 47th Ave SW Compact Roundabout Ct>lurwl i Her" of WE U3M wawovl O'Bunco Engineering G&G Inc. Cdum 2 Pfojstt nob (Sir w4rucsetil Ct1Yae 3 Desorption of t}MRt R« g el Surveying Electrical cab" 4 D04W MrterlRll SubCarAra[ied i Boom fSw nti,mul $14,785.00 ULM 5 Do"W Amount tetra Ap tod towwds aril 16re rwt+re�rr] $14.785.00 Subcontractor Subcontractor $151.000,00 $151,000.00 a.advrlt,q.d Buakreas EnteTpriss ! 50, 5(r 9 • 0 Total OBE corr+n+sr+rrt; DoAw AnwLm I_I?SZV5t90 Condition of Award Contra** Goal a" s sa. 4 51 ) By checking Box 5 Ute Blddef Is sti" that then alle rpts to sdkd sutticrent DBE perbapabon lomeet the COA Contract goal has been unsuccessful and good faith eHol wd be subnwttod in acaordenee With Section 1-02 9 of the Contract DOT form moll Re'.4w avW1s CITY OF FEDERAL WAY SW DASH POINT & 47TH AVE SW COMPACT ROUNDABOUT RFB-17 PROJECT #36217 CFW RFB VERSION 2020-JUN rovided to Builders Exchanae of WA. Inc. For usage Conditions Aareement see www.bxwa.com - Always Verifv Scal DBE WRITTEN CONFIRMATION DOCUMENT Washington Stale Disadvantaged Business Enterprise (DBE) � -/f Department of Transportation Written Confirmation Document I, In, I )NI I l't lll,tt of \!+h-IM0,11 Iti"(piln,rl, Pit' 1), J lilnrvl, , I l.rid, 1/+n,,- AII11, ;N.Ilnu; fill I OR%f till ll I I I\I \ III St IM1 l 1111 11, \ Intl III \1 IS l I* I I I) (I\ 1111 ( ()\ I k.\( IOk'\ 1)I,,\U\ \\1 \(II I) itl �I\l tiff l till RIIRI51 11111/ \1111\ ( I kIII 11L 1IifIN IIII ('I INIItu I(IRNII\II 1INNI II VAR IAl'I:I()H IO\1\DI\lI IIII111 I!1ll• V%R I A: lu I)e inm�l�'Irc! In the hidtlrr III,: ; nlll., I"'li ti ,bell Ili: -.%IT!; �k lt. 1. 1, •.11,0•I If 1111 1111: IIIJII, ["I Ilu,ln_•„ I lWilm-.r ( U!li .It 11 111 l �I lllt,,l tl„II ! .Il ltlli i�1 J1, „I S,II I:,ul III IiIJ iCC, ll,'ll ( ICI ltl.111 I III, � 4�/ •L/`r t��� • �\ �� �� `���V� CJ�J 111dilo 1111,1111,E \-Inl, Sound Pacific Construction, LLC 111111 •, I1u'w'-, \,1+1: � t Cin \ `VC 1),,,Ill,( I,-Il III I!IiI , \11x1. , l�L � \c C; J II, !ler 1r1 1ulU 1,1 h. \111,II,11 I•nl,l;,l. 111i1 [,;I,II $151,000.00 Il, il.l1 \III, unt I, I+, Huh„ -I III 141,it I, I ) I I I ' IL\ItI It; 1n hr lutapltlllf I+% HII IIi�;Id�:Inta�t,tl Itu�int\\ 1 ulrlpri,Il \, ml_ttlth"I tjol 1, 111, ,, Ilt.11l„ 14111i 111 ,.h1, I:It,I _'„I Illl,llh '•' 1111, 11,I 1-u Ih.1%, 1,,c(l lh H+J,I, 1 t,l!ll I<:1.1:11 t„ 111: IC1,:,II,i1! 1+'I'll.l I!K 11;It 1,11.1 1`1 I',I!1111:I I1; :' I!{I \\1111. J, ,,I II,:(I I I,o II tll IiIJ1!11 I11% 11,1 Cl1 Ill, ( ,`I lti •I, I, •.,, ,\III illt"l IthI,III op l Crll C111 ,.II!I III, 11111, 1,t 1.11`II 11, 11+.I i, 111 till 11I „I II tl`I I I I, I, :It ,, 1 t 11111, till' M11,11 h III III „1 III, I! Ill P,llt \Of 1111i` 11 111HI) l(' `^ `--------�----!'L- 11;�n.111n, DBE WRITTEN CONFIRMATION DOCUMENT Washinglon Stab Disadvantaged (Business Enterprise (DBE) W. Department of Transportation Written Confirmation Document Se4 C'ortuo+r I'roriri+rrl+ I)!fl_ Ih)clrrnl'1rl.4uhnrl11rti It:aluirrmerrn I)lsllallrrrl,e I'r/ lileslxra.l Enler'llr'1t,' Pra•tic'ilvrlion 1_1II10:0W*%I SIIAI 1 ON1.1 1i1: SUHMITT(-I)Tt),1I)Ill:'IIIA•1' IS I ttil'f'f)ON'Ilfl: ('ON-I-Itr\('r()It•s DISAIWANTACH) IWSIN1;SS ENTI,ItITIS]: U IILI1.:11'lt_)N(A:ltl'It lt'ATION. illliC'1)\1ItA('fUft911,\LI.i7)111'I.FTI:I'r11t'IAI'It11.)R It)tilc\I)Iti[i'fOTIIF.I]Hl{, 1_'..]Itf_.1: 1e) hr rrintpLj!jr(l hi thl, hidilcr fhc can ie.c halo++ ,hall l>c cunziolcut ++ills ++hat i> +llovcli r1n the IiiJ+icr', 1)t,ad+anta�rJ Hu,in"� I nlclpnsc L.-tilization C'erlihLalioll- I"Idurr 1,1 do ,ml +adl le-nll is Bid rrjel:tion. Uonn'a10 litk�- SW PASK POIW( AA-V -S/744VS Sw 64MA T fLoyuagEar 111dalr1'.+ liioines< Nanic Sound Pacific Construction, LLC 1AW's lin+inr + Naisiv, 013w .LCC I)caartl,tioll of I )HE'+ Work: SV IZOSLi I tAC. Dollaraillounr to hr Allphol Im+•;lyd, IDIiF /i,)al $14,785.00 D011.11 A111.1WIt IN 11 1lItliNlllfdil�d lu OIII 'i}al•�iul I ir.+l MR I k J41 tp, rnn!P� t1 �11'1h�L�i��tl+2lnta rd lin l n1 Si+� A, an authorlr.Il of the Di.+aJlunt.lrr,i Ilu,ul.tio. I.nlell.rt,r. I coaiinn 111;u we ha+,• heell eontd.'1c11 h}'the Iiidllrl +filth Irl;ard Iu thr tef:'rnccJ 111(114:11 lol the Ilutl,el,e Of11e1lilIll ing the \folk d,,,rlibcd uho+c If dic IIid&i i, n)+.irdctl the (AnILIocl, %%C will cola i11A1 all ,Ikfrrntcn( 1+Ith the Ruhlcl to pulticil)ate in 11w 11r+11% 1 u)rttl<lent With the inti)I1111illoll Pro%Idett III 111111 A tit III1N mill) V:ull+' j1)n111ct1) "TC.4[7 W1 L,LI q✓►?.�_ _ -t'l21INC1 P41. A4ldr+:,'.' fC)Yz-W6Sr ZTAMCS orze-E'T N&tr ra,4 9bost CITY OF FEDERAL WAY RFB-18 CFW RFB VERSION 2020-JUN O:Ile 0/9124 SW DASH POINT & 47TH AVE SW COMPACT ROUNDABOUT PROJECT #36217 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal DBE BID ITEM BREAKDOWN Twa►Wnstart Star: Disadvantaged Business Enterprise -ram (DBE) Bid Item Breakdown Form 1. Coftred Nun6sr -- 2 canted Name 36217 HSIP-000S 528 SW Dash Point and 47th Ave SW Compact Roundabout 3. Pane C,nnbackm s Pone Qxtrachx Reprewtatrw Haar Sound Pacific Construction, LLC Tom Ab lanalp 5. PrYm Cw*ador Repreeenl &* Phone Number 6. Prime Conbedor RspnownWw Eumill 253-514-6226 1 tom@soundpacificconst.com c4som i Mane as UDW rur�ai Caiurr 2 aw kW w a 0-1-1 Larw.r 3 FutW"at tr ar-so" Cetaae 4 QMVfRy fV arta—i cown a DMarrllpilice tar �.++r edam a Ufa hba ra. a�sarr Tear Usk Cove awYdwd�r ceum e D04V AAgNR to be A0000 Toerenh �sM O'Bunco Engineering Inc. 2 Full 1 LS Roadway Surveying :110.470.00 $10,470.00 $10,470.00 ounco engineering Inc o ull T LS -Structure burveymg 41.64U,u 4-11a e lm4U.umu O'Bunco Englneering 4 Full 1 LS As -Built Surveying & Recor, n. $2,375.00 $2.375.00 $2,375.00 G&G Inc. 44 Full 1 LS Illumination System $118,000.00 $118,000.00 $118,000.00 Subtotal: sou. s o co 1+awa sf Una ammme FuYlPwllsl titaewr DMt?NOfi Ultt ►rt0e row Up* � C;otewr" m bpi AppAW It1er G&G Inc. 45 Full 3 EA (Flashing Beacon Assembly $11,000.00 $33,000.00 $33,000.00 f Subtotal: s L Lq, s E cr) Ms oa UDC! tw Mem a FWWWW QuWay o"90110aton Urd'rtq TOW DOW Aerrrt to r Awled Towards per SubloUld Maste4@FV a "Mehl FtW►"of Orte"My Deeerjrtlort UnetPfko s 7Cetl� beb Art To rwds Der Subtotal: s c +� : +. r•e, TOTAL UDIIE Dollar Amount: I i is oo s e coo DOT Farm 3r2-0% 11two rlq M020 CITY OF FEDERAL WAY SW DASH POINT & 47TH AVE SW COMPACT ROUNDABOUT RFB-19 PROJECT #36217 CFW RFB VERSION 2020-JUN rovided to Builders Fxchanae of WA, Inc. For usaae Conditions Aareement see www-bxwa.com - Always Verifv Scal DBE BID ITEM TRUCKING CREDIT AOL SWDisadvantaged Business Enterprise T � of Trmnspa.1<,Mon (D6E)Trucking Credit Form PART A, TO BE COMPLETED BY THE BIDDER The farm Is in sgpoR or Wo VuckM mrawomfnt derm"d an t DBE UW kndW Cerakabon Form *%Cwm=d WO fn propped. P%~ noM that DBE's muw be oeaand Drip 10 Wm of womb FedmiM Aid a HSIP-OOOS(528) 136217 Can*w f Prgecl Mom SW Dash Paint and 47th Ave SW Compact K hang dams by hours, or by Lump kar wrmwo. pk asp proade c.ah'13~..% to rAelltwb the Vr+eneoea baw arrr Item Desaom NIA V" I �lWaa ue rr11eeaw- Bk30M NmriWUae (ONWW "I Sound Pacific Construction, LLC Tom Ab lanai I ManaSing Member Mom j Fast Sgtetue 253-514-6226 253-444-0049 A70 644th St. NW, Suite A Gig Harbor, WA 98332 I dY ft . an aeae rdarmseert to tanKew nerd eoasels E mr1 Dab tom@soundpacificconst.com I June 11. 2021 PART B: TO BE COMPLETED BY THE DBE TRUCKWO FIRM Mob: WE tnbdwV bm poUcIpef a my only be aedW as DAE pesdpaeon tot ON vebe of fu tod" $WVW . We Iw fr mshnib trip heubd unoeis to Uuc" bm a abo moopeied an a supple of fre rnatanalu urd on Me wood end sppored fa Om propKi w r repubr deebr 1 Type of 1AaterW exp*cbd b be hribiwo 2 Nm9W d hlly gpelettoml Wuca rr r tw 1raoYfn Dranp ouch _ expeded to be used on IN@ prayed? 3 Ntambu of Yucks and parrs owt m by _ _ Troam1badw s Qlnp tRrrua the 0K ftrf od be wed on M WWI 1 Nurroer d Wualo and Yaderi teased by _ _ _ T►rdorl*tsasn _ Ouep Yucem fr OBE VW rwa be used on fur DBE FWm Name Namr►Ttfb {Dime pnnQ cer'Jk4~ Numb" Phorm Fa>< f5gwe Emar -- - - - UOT ILOM 272AM ReAmd oino20 CITY OF FEDERAL WAY lounfdabnut I em M apse efbrrnetton a compWA end ecctseb l}asa SW DASH POINT & 47TH AVE SW COMPACT ROUNDABOUT RFB-20 PROJECT #t36217 CFWRF6 VERSION2020•JUN Provided to Builders Ex--hange 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 day of , 2021 and is made by and between the City of Federal Way, a Washington municipal corporation ("City or Owner"), and Sound Pacific Construction, LLC , a _Washington Limfted Liability Company ("Contractor"), for the project known as SW Dash Point & 47'" Ave SW Compact Roundabout (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, Fifty -Seven Thousand. One Hundred Twenty -Eight and 00 /100 Dollars ($ 1,057,128.00 ), which amount shall constitute full and complete payment by the City ("Total Compensation"). The Contractor shall be solely responsible for the payment of any taxes imposed by any lawful jurisdiction as a result of the performance and payment of this Contract. 3.2 The City shall pay the Contractor for Work performed under this Contract as detailed in the Bid Proposal, which is incorporated herein and made a part hereof by this reference, and as detailed in the Contract 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 SW DASH POINT & 47TH AVE SW COMPACT ROUNDABOUT RFB-21 PROJECT #36217 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. 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 SW DASH POINT & 47TH AVE SW COMPACT ROUNDABOUT RFB-22 PROJECT #36217 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 SW DASH POINT & 47TH AVE SW COMPACT ROUNDABOUT RFB-23 PROJECT #36217 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 SW DASH POINT & 47TH AVE SW COMPACT ROUNDABOUT RFB-24 PROJECT #36217 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 AuthoritylDiscretionlJudgment. Where the Contract Documents provide the City or its Engineer with "sole" authority, discretion, or judgment, such authority, discretion, or judgment shall be considered unconditional and absolute. 8.13 Governing Law. This Contract shall be made in and shall be governed by and interpreted in accordance with the laws of the State of Washington. 8.14 Authority. Each individual executing this Contract on behalf of the City and Contractor represents and warrants that such individuals are duly authorized to execute and deliver this Contract on behalf of the Contractor or City. 8.15 Engineer. The Engineer is the City's representative who directly supervises the engineering and administration of a construction Contract. The Engineer's authorities, duties, and responsibilities are limited to those specifically identified in the Contract Documents. Designation of an individual or entity as the Engineer for the Project is solely to identify the representative of the City as the entity to act as the Engineer as described in the Contract Documents. Using the term "engineer" does not imply that such entity or person is a licensed professional engineer or an engineering company and does not import any additional obligations upon the actions of the Engineer that may govern licensed professional engineers when performing engineering services. The Engineer for this Project is designated as: Christine Mullen, P.E., Senior Capital Engineer 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 SW DASH POINT & 47TH AVE SW COMPACT ROUNDABOUT RFB-25 PROJECT #36217 CFW RFB VERSION 2020-JUN CONTRACTOR: Sound Pacific Construction, LLC Attn: Tom Abplanalp 6708 144th St NW, Suite A Gig Harbor, WA 98332 ENGINEER: City of Federal Way Attn: Christine Mullen, P.E. 33325 8th Ave S Federal Way, WA 98003 8.17 Captions. The respective captions of the Sections of this Contract are inserted for convenience of reference only and shall not be deemed to modify or otherwise affect in any respect any of the provisions of this Contract. 8.18 Performance. Time is of the essence of this Contract and each and all of its provisions in which performance is a factor. Adherence to completion dates is essential to the Contractor's performance of this Contract. 8.19 Compliance with Ethics Code. If a violation of the City's Ethics Resolution No. 91-54, as amended, occurs as a result of the formation and/or performance of this Contract, this Contract may be rendered null and void, at the City's option. 9. PERFORMANCE/PAYMENT BOND Pursuant to RCW 39.08.010, the Contractor's payment and performance bonds must be conditioned upon: (i) faithful performance of all of the provisions of the Contract, including warranty obligations; (ii) the payment of all laborers, mechanics, Subcontractors, and Suppliers, and all persons who supply such persons with provisions or supplies in carrying out the Work; and (iii) payment of any taxes, liabilities, increases, or penalties incurred on the Project under Titles 50, 51, and 82 RCW which may be due on (a) projects referred to in RCW 60.28.011(1)(b), and (b) projects for which the bond is conditioned on the payment of such taxes, liabilities, increases, or penalties. Contractor's obligations under this Contract shall not be limited to the dollar amount of the bond. DATED the day and year set forth above. CITY OF FEDERAL WAY: CONTRACTOR: errel , Mayor 3 25 8th Avenue South ederal Way, WA 98003-6325 ATTESTqg��� Steptbnie Courtney, CM , City Clerk AP R VED AST Ryan Call, City Att ney CITY OF FEDERAL WAY Srgn ure o uthorized Individual Tom Abplanalp Printed Name of Authorized Individual 6708 144th St. NW, Suite A Street Address Gig Harbor, WA 98332 City, State, Zip SW DASH POINT & 47TH AVE SW COMPACT ROUNDABOUT RFB-26 PROJECT #36217 CFW RFB VERSION 2020-JUN NOTARY OF CONTRACTOR'S SIGNATURE: STATE OF WASHINGTON ) ) ss. COUNTY OF Pierce ) On this day personally appeared before me TOM R bF=?loirt r'Ll p , to me known to be the rua b of Sound PKcifi'c. CDaLtyyc on 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 Zq t" day of cDAN 201L. �f$iGn200 tkOTAf�y Pt19L1G eNurnbe 4. CITY OF FEDERAL WAY ^ rri55c+ While _ (typed/printed name of notary) Notary Public in and for the State of Washington. My commission expires 0"1- 08 - 2a 2il SW DASH POINT & 47TH AVE SW COMPACT ROUNDABOUT RFB-27 PROJECT #36217 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 QTTY UNIT PRICE UNIT PRICE ADD OR DELETE THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE: ITEM NO. ITEM QTY UNIT PRICE ADD OR DELETE TOTAL NET CONTRACT: INCREASE $ DECREASE $ DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT $ PREVIOUS CHANGE ORDERS S 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 claims by the CITY OF FEDERAL WAY SW DASH POINT & 47TH AVE SW COMPACT ROUNDABOUT RFB-28 PROJECT #36217 CFW RFB VERSION 2020-JUN Contractor arising out of, or relating in any way to, the Work identified, to be performed, or deleted pursuant to Change Order except as specifically described in this Change Order. CONTRACTOR'S SIGNATURE DATE PUBLIC WORKS DIRECTOR DATE Contract Change Order provided for Contractor's reference. Change orders executed during the project will use this form. CITY OF FEDERAL WAY SW DASH POINT & 47TH AVE SW COMPACT ROUNDABOUT RFB-29 PROJECT #36217 CFW RFB VERSION 2020-JUN CERTIFICATE OF INSURANCE Contractor's Certificate ❑f Insurance to be inserted here during Contract Execution CITY OF FEDERAL WAY SW DASH POINT & 47TH AVE SW COMPACT ROUNDABOUT RFB-30 PROJECT #36217 CFW RFB VERSION 2020-JUN Bond No. 2319527 PERFORMANCE AND PAYMENT BOND SW DASH POINT AND 47TH AVE SW COMPACT ROUNDABOUT The City of Federal Way ("City") has awarded to Sound Pacific Construction, LLC ("Principal"), a contract for the construction of the above referenced project, and said Principal is required to furnish a bond for performance of all obligations under the Contract and for payment in accord with Chapter 39.08 Revised Code of Washington (RCW) and (where applicable) Chapter 60.28 RCW. The Principal, and North American' ("Surety"), a corporation organized under the laws of the State of New Hampshire 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., arejointly and severally held and firmly bound to the City of Federal Way, in the sum of One Million. Fifty -Seven Thousand, One Hundred Twenty-Eioht US Dollars ($_1,057,128.00_) Total Contract Amount, subject to the provisions herein. *Specialty Insurance Company This bond shall become null and void, if and when the Principal, its heirs, executors, administrators, successors, or assigns shall: 1) Well and faithfully perform all of the Principal's obligations under the Contract and fulfill all terms and conditions of all duly authorized modifications, additions, and changes to said Contract that may hereafter be made, at the time and in the manner therein specified; and if such performance obligations have not been fulfilled, this bond shall remain in force and effect; and 2) Pay all persons in accordance with Chapters 39.08, 39.12, and 60.28 RCW including all workers, laborers, mechanics, subcontractors, and materialmen, and all person who shall supply such contractor or subcontractor with provisions and supplies for the carrying on of such work, and all taxes incurred on said Contract under Titles 50 and 51 RCW and all taxes imposed on the Principal under Title 82 RCW; and if such payment obligations have not been fulfilled, this bond shall remain in full force and effect. The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the Contract, the specifications accompanying the Contract, or to the work to be performed under the Contract shall in any way affect its obligation on this bond, and waives notice of any change, extension of time, alteration or addition to the terms of the Contract or the work performed. The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond shall be signed by duly authorized officers and will only be accepted if accompanied by a fully executed, original power of attorney for the office executing on behalf of the surety. PRINCIPAL: Sound Pacific Construction, LLC SURETY: North American Specialty Principal gignature Date 1 won-, db Printed Name Title ny lk"%i t Cp I-N re Surety Signatuoft Andrew P. Larsen = :.► cs V.- Printed Name ': ar �, d��► ����11, Attorney -in -Fact �vr�i �L�.+•'� Title , „�,,►, CITY OF FEDERAL WAY SW DASH POINT & 47TH AVE SW COMPACT ROUNDABOUT RFB-31 PROJECT #36217 CFW RFB VERSION 2020-JUN LOCAL OFFICE/AGENT OF SURETY: Parker, Smith & Feek, Inc. Name 2233 112th Ave NE Street Address Bellevue, WA 98004 City, State, Zip (425) 709-3600 Telephone BOND NO.: 2319527 APPROVED AS TO FORM: -� (: . Ryan Call, City Attorn CITY OF FEDERAL WAY SW DASH POINT & 47TH AVE SW COMPACT ROUNDABOUT RFB-32 PROJECT #36217 CFW RFB VERSION 2020-JUN SWISS RE CORPORATE SOLUTIONS NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY WESTPORT INSURANCE CORPORATION GENERAL POWER OF ATTORNEY KNOW ALL MEIN BY THESE PRESENTS. THAT North American Specialty insurance Company. a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal ofiicc in the City of Kansas City, Missouri and Washington Intemational insurance Company a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the. City arKansas City, Missouri, and Westport Insurance Corporation; organized under the laws of the State of Missouri, and having its principal office ill the City of lamas City, Missouri does hereby make, constitute an11•appoint: SUSAN B. LARSON, SCOTT FISHER, MINDEE L. RANKIN, DEANNA M. FRENCH, RONALD J. LANGE, ELIZABETII R, I IAI IN, JANA M, ROY, ROGER R KALTENBACH, SCOTT GARCIA, DEREK SABO GUY P, ARMFIELD, SCOTT McGILVRAY, ANDREW P. LARSEN _NICHOLAS FREDRICKSON, JOHN R. CLAEYS, CHARLA M. BOADLE, And ANDREW KERSLAKE JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: ONE HUNDRED TWENTY FIVE MILLION (S125,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on March 24, 2000 and Westport Insurance Corporation by written consent of its Executive Committee dated July 18, 2011. "RESOLVED, that any two of the President, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant. Secretary be. and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby i.s authorized to attest to the execution of any such Power of Attorney and to attach tlierein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." '���,<}t;l4illl1l'I/ryZ, � IDNq�u 1 .�hPOriY •:�G GogFot.SG BY C .tor •ter rss: cn[ o ■a stun neernot nn nsunmce CompanyV SEAL &Senior Vice President or North American Specialty Insurance Company '�`•• & Senior Vice President of Westport Insurance Corporation 1.73 y •-........ p� By Mike A. Ito. Senior Vice President of Washington Internntinnal hururance Company fJI���H',fl!!V111�\�� ; WAittntu & Senior Vice President of North American Specialty Insurance Company & Senior Vice President of Weuport Insurance Corporation IN WITNESS WHEREOF, North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation have caused their- official seals to be hereunto affixed, and these presents to be signed by their authorized officers this this 2TH day of JUKE 20 '—I North American Specialty Insurance Company Washington International Insurance Company State of Illinois Westport Insurance Corporation County of Cook ss: On this 2TH day of JUNE , 20 21, before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company artd 5cnior Vice President of North American Specialty Insurance Company and Senior- Vice President of Westport Insurance Corporation and Michael A. Ito Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. ©FFfCiAt SEAL M. KENNY Notary public • slat' nl Illinois �' t Myc ya- 132-11 i"K M. Kenny, Notary Public I, Jeffrey Goldberg. , the duly elected Vice President and Assistant Secretary of North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 26 day of July � 20 21 Jeffrey Goldberg, Vice President & Aisi$iant Secretary of Wwhington international lrLmrance Company & North American Specialty Insurance Company & Vice Presidem & Assistant Secretary of 1VnLport Insurance Corporatior INTRODUCTION TO THE SPECIAL PROVISIONS (December 10, 2020 APWA GSP) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2021 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 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 • Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current edition 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 SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SPA PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995 WSDOT GSP) This Contract provides for the improvement of the SW Dash Point Rd and 47th Ave SW Compact Roundabout Improvements and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 1-01.3 Definitions (January 4, 2016 APWA GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following: Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date The date the Contracting Agency officially binds the Agency to the Contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the Contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract. Physical Completion Date The day all of the Work is physically completed on the project. All documentation required by the Contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the Contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the Work as complete. Supplement this Section with the following: All references in the Standard Specifications, Amendments, or WSDOT General Special Provisions, to the terms "Department of Transportation", "Washington State Transportation Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency." CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-2 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 01B All references to the terms "State" or "state" shall be revised to read "Contracting Agency" unless the reference is to an administrative agency of the State of Washington, a State statute or regulation, or the context reasonably indicates otherwise. All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location." All references to "final contract voucher certification" shall be interpreted to mean the Contracting Agency form(s) by which final payment is authorized, and final completion and acceptance granted. Additive A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Business Day A business day is any day from Monday through Friday except holidays as listed in Section 1-08.5. Contract Bond The definition in the Standard Specifications for "Contract Bond" applies to whatever bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond. Contract Documents See definition for "Contract." Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency's acceptance of the Bid Proposal. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins. Traffic Both vehicular and non -vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-3 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01B 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 Reduced Plans (11" x 17") No. of Sets Basis of Distribution 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) 1-02.40) General (August 15, 2016 APWA GSP, Option B) The first sentence of the last paragraph is revised to read: Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, shall request the explanation or interpretation in writing by close of business three (3) business days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their Bids. 1-02.4(2) Subsurface Information (March 8, 2013 APWA GSP) The second sentence in the first paragraph is revised to read: The Summary of Geotechnical Conditions and the boring logs, if and when included as an appendix to the Special Provisions, shall be considered as part of the Contract. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-4 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 01B 1-02.5 Proposal Forms (July 31, 2017 APWA GSP) Delete this section and replace it with the following: The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's UBDE/DBE/M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified. 1-02.5 Preparation of Proposal (Dec 10, 2020 APWA GSP, OPTION A) Supplement this section with the following: The Bidder shall submit with the Bid a completed Disadvantaged Business Enterprise (DBE) Utilization Certification, when required by the Special Provisions. For each and every DBE firm listed on the Bidder's completed Disadvantaged Business Enterprise Utilization Certification, the Bidder shall submit written confirmation from that DBE firm that the DBE is in agreement with the DBE participation commitment that the Bidder has made in the Bidder's completed Disadvantaged Business Enterprise Utilization Certification. WSDOT Form 422 031 (Disadvantaged Business Enterprise Written Confirmation Document) is to be used for this purpose. Bidder must submit good faith effort documentation only in the event the bidder's efforts to solicit sufficient DBE participation have been unsuccessful. The Bidder shall submit a DBE Bid Item Breakdown form defining the scope of work to be performed by each DBE listed on the DBE Utilization Certification. If the Bidder lists a DBE Trucking firm on the DBE Utilization Certification, then the Bidder must also submit a DBE Trucking Credit Form (WSDOT Form 272-058) documenting how the DBE Trucking firm will be able to perform the scope of work subcontracted to them. Directions for delivery of the Disadvantaged Business Enterprise Written Confirmation Documents, Disadvantaged Business Enterprise Good Faith Effort documentation, DBE Bid Item Breakdown Form and the DBE Trucking Credit Form are included in Section 1-02.9. (December 10, 2020 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. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-5 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01B 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: 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. (November 9, 2020 WSDOT GSP, OPTION 2) The fourth paragraph of Section 1-02.6 is revised to read: The Bidder shall submit with the Bid a completed Disadvantaged Business Enterprise (DBE) Utilization Certification, when required by the Special Provisions. For each and every DBE firm listed on the Bidder's completed Disadvantaged Business Enterprise Utilization Certification, the Bidder shall submit written confirmation from that DBE firm that the DBE is in agreement with the DBE participation commitment that the Bidder has made in the Bidder's completed Disadvantaged Business Enterprise Utilization Certification. WSDOT Form 422 031 (Disadvantaged Business Enterprise Written Confirmation Document) is to be used for this purpose. Bidder must submit good faith effort documentation only in the event the bidder's efforts to solicit sufficient DBE participation have been unsuccessful. The Bidder shall submit a DBE Bid Item Breakdown form defining the scope of work to be performed by each DBE listed on the DBE Utilization Certification. If the Bidder lists a DBE Trucking firm on the DBE Utilization Certification, then the Bidder must also submit a DBE Trucking Credit Form (WSDOT Form 272-058) documenting how the DBE Trucking firm will be able to perform the scope of work subcontracted to them. Directions for delivery of the Disadvantaged Business Enterprise Written Confirmation Documents, Disadvantaged Business Enterprise Good Faith Effort documentation, DBE Bid Item Breakdown Form and the DBE Trucking Credit Form are included in Section 1-02.9. 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. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-6 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B 1-02.7 Bid Deposit (March 8, 2013 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency -assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 1-02.9 Delivery of Proposal (October 1, 2020 APWA GSP, OPTION A) Delete this section and replace it with the following: Each Proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery. To be considered responsive on a FHWA-funded project, the Bidder may be required to submit the following items, as required by Section 1-02.6: • DBE Written Confirmation Document from each DBE firm listed on the Bidder's completed DBE Utilization Certification (WSDOT 272-056) • Good Faith Effort (GFE) Documentation • DBE Bid Item Breakdown (WSDOT 272-054) • DBE Trucking Credit Form (WSDOT 272-058) These documents, if applicable, shall be received either with the Bid Proposal or as a supplement to the Bid. These documents shall be received no later than 48 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. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-7 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01B 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" (DBE confirmations, or GFE documentation) that is received after the time specified above, or received in a location other than that specified in the Call for Bids. If an emergency or unanticipated event interrupts normal work processes of the Contracting Agency so that Proposals cannot be received at the office designated for receipt of bids as specified in Section 1-02.12 the time specified for receipt of the Proposal will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which the normal work processes of the Contracting Agency resume. 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 (October 1, 2020 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; CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-g PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01B 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 Disadvantaged Business Enterprise Certification, if applicable, as required in Section 1-02.6; i. The Bidder fails to submit written confirmation from each DBE firm listed on the Bidder's completed DBE Utilization Certification that they are in agreement with the bidder's DBE participation commitment, if applicable, as required in Section 1-02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; j The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the.Condition of Award was made; k. The Bidder fails to submit a DBE Bid Item Breakdown form, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to meet the requirements of the Special Provisions; I. The Bidder fails to submit DBE Trucking Credit Forms, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to meet the requirements of the Special Provisions; M. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or n. More than one Proposal is submitted for the same project from a Bidder under the same or different names. 2. A Proposal may be considered irregular and may be rejected if: a. The Proposal does not include a unit price for every Bid item; b. Any of the unit prices are excessively unbalanced (either above or below the amount of a reasonable Bid) to the potential detriment of the Contracting Agency; C. Receipt of Addenda is not acknowledged; d. A member of a joint venture or partnership and the joint venture or partnership submit Proposals for the same project (in such an instance, both Bids may be rejected); or e. If Proposal form entries are not made in ink. 1-02.14 Disqualification of Bidders (May 17, 2018 APWA GSP, OPTION B) Delete this section and replace it with the following: A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended; or does not meet Supplemental Criteria 1-7 listed in this Section. Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility criteria in RCW 39.04.350(1), and Supplemental Criteria 1-2. Evidence that the Bidder meets Supplemental Criteria 3-7 shall be provided by the Bidder as stated later in this Section. 1. Delinquent State Taxes CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-9 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B 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 Res ❑nsibilit A. Criterion: The Bidder's standard subcontract form shall include the subcontractor responsibility language required by RCW 39.06.020, and the Bidder shall have an established procedure which it utilizes to validate the responsibility of each of its subcontractors. The Bidder's subcontract form shall also include a requirement that each of its subcontractors shall have and document a similar procedure to determine whether the sub -tier subcontractors with whom it contracts are also "responsible" subcontractors as defined by RCW 39.06.020. B. Documentation: The Bidder, if and when required as detailed below, shall submit a copy of its standard subcontract form for review by the Contracting Agency, and a written description of its procedure for validating the responsibility of subcontractors with which it contracts. 4. Claims Against Retaina a and Bonds A. Criterion: The Bidder shall not have a record of excessive claims filed against the retainage or payment bonds for public works projects in the three years prior to the bid submittal date, that demonstrate a lack of effective management by the Bidder of making timely and appropriate payments to its subcontractors, suppliers, and workers, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall submit a list of the public works projects completed in the three years prior to the bid submittal date that have had claims against retainage and bonds and include for each project the following information: • Name of project • The owner and contact information for the owner; CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-10 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 01 B • A list of claims filed against the retainage and/or payment bond for any of the projects listed; • A written explanation of the circumstances surrounding each claim and the ultimate resolution of the claim. 5. Public Bidding Crime A. Criterion: The Bidder and/or its owners shall not have been convicted of a crime involving bidding on a public works contract in the five years prior to the bid submittal date. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder and/or its owners have not been convicted of a crime involving bidding on a public works contract. 6. Termination for Cause / Termination for Default A. Criterion: The Bidder shall not have had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date; or if Bidder was terminated, describe the circumstances. . 7. Lawsuits A. Criterion: The Bidder shall not have lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a 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 CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SPA PROJECT 36217 CFW SPECIAL PROVISIONS VER, 2021 01B Supplemental Criteria. The Contracting Agency reserves the right to request further documentation as needed from the low Bidder and documentation from other Bidders as well to assess Bidder responsibility and compliance with all bidder responsibility criteria. The Contracting Agency also reserves the right to obtain information from third -parties and independent sources of information concerning a Bidder's compliance with the mandatory and supplemental criteria, and to use that information in their evaluation. The Contracting Agency may consider mitigating factors in determining whether the Bidder complies with the requirements of the supplemental criteria. The basis for evaluation of Bidder compliance with these mandatory and supplemental criteria shall include any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from others for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter. If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Contracting Agency's determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency's final determination. Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders with concerns about the relevancy or restrictiveness of the Supplemental Bidder Responsibility Criteria may make or submit requests to the Contracting Agency to modify the criteria. Such requests shall be in writing, describe the nature of the concerns, and propose specific modifications to the criteria. Bidders shall submit such requests to the Contracting Agency no later than five (5) business days prior to the bid submittal deadline and address the request to the Project Engineer or such other person designated by the Contracting Agency in the Bid Documents. 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 minimumspecified 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 CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-12 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency -will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1-03.1(1) Identical Bid Totals (January 4, 2016 APWA GSP) Revise this section to read: 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 Proiect. per the form submitted with the Bid Proposal. If those percentages are also exactly equal, then the tie -breaker will be determined by drawing as follows: Two or more slips of paper will be marked as follows: one marked "Winner" and the other(s) marked "unsuccessful." The slips will be folded to make the marking unseen. The slips will be placed inside a box. One authorized representative of each Bidder shall draw a slip from the box. Bidders shall draw in alphabetic order by the name of the firm as registered with the Washington State Department of Licensing. The slips shall be unfolded and the firm with the slip marked "Winner" will be determined to be the successful Bidder and eligible for Award of the Contract. Only those Bidders who submitted a Bid total that is exactly equal to the lowest responsive Bid, and with a proposed recycled materials percentage that is exactly equal to the highest proposed recycled materials amount. are eligible to draw. 1-03.4 Contract Bond (July 23, 2015 APWA GSP) Delete the first paragraph and replace it with the following: The successful bidder shall provide executed payment and performance bond(s) for the full contract amount. The bond may be a combined payment and performance bond; or be separate payment and performance bonds. In the case of separate payment and performance bonds, each shall be for the full contract amount. The bond(s) shall: 1. Be on Contracting Agency -furnished form(s); 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, Guarantee that the Contractor will perform and comply with all obligations, duties, and conditions under the Contract, including but not limited to the duty and obligation to indemnify, defend, and protect the Contracting Agency against all losses and claims related directly or indirectly from any failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform and comply with all contract obligations, conditions, and duties, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SPA PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01B 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 woom, 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (January 8, 2021 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. Proposal Form, 5. Special Provisions, 6. Contract Plans, 7. Standard Specifications, 8. Contracting Agency's Standard Plans or Details (if any), and 9. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1-04.4 Chancies_ CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-14 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 (April 30, 2020 WSDOT GSP, OPTION 1) Section 1-04.4 is supplemented with the following: Change Orders will be transmitted electronically to the Contractor for signature. The Contractor shall apply all signatures electronically using the software provided by the Contracting Agency. Within 21 days of execution of the Contract, the Contractor shall submit a Type 1 Working Drawing consisting of the names, email addresses, and text - message capable phone numbers for the authorized change order signers and shall bear the name, phone number and email of the officer providing this authorization. Delegation of authority to sign Change Orders shall be by the officer authorized to sign the Contract in accordance with Section 1-02.1 1- 5 CONTROL_ OF WORK 1-05.4 Conformity With and Deviations from Plans and Stakes (January 13, 2021 WSDOT GSP, OPTION 1) Section 1-05.4 is supplemented with the following: Contractor Surveying — Structure The Contracting Agency has provided primary survey control in the Plans. The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, slope stakes, and grades necessary for the construction of bridges, noise walls, and retaining walls. Except for the surrey control data to be furnished by the Contracting Agency, calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. The Contractor shall inform the Engineer when monuments are discovered that were not identified in the Plans and construction activity may disturb or damage the monuments. All monuments noted on the plans "DO NOT DISTURB" shall be protected throughout the length of the project or be replaced at the Contractors expense. Detailed survey records shall be maintained, including a description of the work performed on each shift, the methods utilized, and the control points used. The record shall be adequate to allow the survey to be reproduced. A copy of each day's record shall be provided to the Engineer within three working days after the end of the shift. The meaning of words and terms used in this provision shall be as listed in "Definitions of Surveying and Associated Terms" current edition, published by the American Congress on Surveying and Mapping and the American Society of Civil Engineers. The survey work by the Contractor shall include but not be limited to the following 1. Verify the primary horizontal and vertical control furnished by the Contracting Agency, and expand into secondary control by adding stakes and hubs as well as additional survey control needed for the project. Provide descriptions of secondary control to the Contracting Agency. The description shall include coordinates and elevations of all secondary control points. 2. Establish, by placing hubs and/or marked stakes, the location with offsets of foundation shafts and piles. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-15 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B 3. Establish offsets to footing centerline of bearing for structure excavation. 4. Establish offsets to footing centerline of bearing for footing forms. 5. Establish wing wall, retaining wall, and noise wall horizontal alignment. 6. Establish retaining wall top of wall profile grade. 7. Establish elevation benchmarks for all substructure formwork. 8. Check elevations at top of footing concrete line inside footing formwork immediately prior to concrete placement. 9. Check column location and pier centerline of bearing at top of footing immediately prior to concrete placement. 10. Establish location and plumbness of column forms, and monitor column plumbness during concrete placement. 11. Establish pier cap and crossbeam top and bottom elevations and centerline of bearing. 12. Check pier cap and crossbeam top and bottom elevations and centerline of bearing prior to and during concrete placement. 13. Establish grout pad locations and elevations. 14. Establish structure bearing locations and elevations, including locations of anchor bolt assemblies. 15. Establish box girder bottom slab grades and locations. 16. Establish girder and/or web wall profiles and locations. 17. Establish diaphragm locations and centerline of bearing. 18. Establish roadway slab alignment, grades and provide dimensions from top of girder to top of roadway slab. Set elevations for deck paving machine rails. 19. Establish traffic barrier and curb profile. 20. Profile all girders prior to the placement of any deadload or construction live load that may affect the girder's profile. The Contractor shall provide the Contracting Agency copies of any calculations and staking data when requested by the Engineer. The Contractor shall submit the computed elevations at the top of bridge decks as a Type 2 Working Drawing. The elevations shall be computed at tenth points along the centerline of each girder web. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-16 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01B The Contractor shall ensure a surveying accuracy within the following tolerances: 1. Stationing on structures 2. Alignment on structures 3. Superstructure elevations 4. Substructure Vertical Horizontal ±0.02 feet ±0.02 feet ±0.01 feet variation from plan elevation ±0.02 feet variation from Plan grades. The Contracting Agency may spot-check the Contractor's surveying. These spot-checks will not change the requirements for normal checking by the Contractor. When staking the following items, the Contractor shall perform independent checks from different secondary control to ensure that the points staked for these items are within the specified survey accuracy tolerances: Piles Shafts Footings Columns The Contractor shall calculate coordinates for the points associated with piles, shafts, footings and columns. The Contracting Agency will verify these coordinates prior to issuing approval to the Contractor for commencing with the survey work. The Contracting Agency will require up to seven calendar days from the date the data is received to issuing approval. Contract work to be performed using contractor -provided stakes shall not begin until the stakes are approved by the Contracting Agency. Such approval shall not relieve the Contractor of responsibility for the accuracy of the stakes. Payment Payment will be made for the following bid item when included in the proposal "Structure Surveying", lump sum. The lump sum contract price for "Structure Surveying" shall be full pay for all labor, equipment, materials, and supervision utilized to perform the Work specified, including any resurveying, checking, correction of errors, replacement of missing or damaged stakes, and coordination efforts. (January 13, 2021 WSDOT GSP, OPTION 2) Section 1-05.4 is supplemented with the following: Contractor Surveying — Roadway The Contracting Agency has provided primary survey control in the Plans. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-17 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 01B The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, slope stakes, and grades necessary for the construction of the roadbed, drainage, surfacing, paving, channelization and pavement marking, illumination and signals, guardrails and barriers, and signing. Except for the survey control data to be furnished by the Contracting Agency, calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. The Contractor shall inform the Engineer when monuments are discovered that were not identified in the Plans and construction activity may disturb or damage the monuments. All monuments noted on the plans "DO NOT DISTURB" shall be protected throughout the length of the project or be replaced at the Contractors expense. Detailed survey records shall be maintained, including a description of the work performed on each shift, the methods utilized, and the control points used. The record shall be adequate to allow the survey to be reproduced. A copy of each day's record shall be provided to the Engineer within three working days after the end of the shift. The meaning of words and terms used in this provision shall be as listed in "Definitions of Surveying and Associated Terms" current edition, published by the American Congress on Surveying and Mapping and the American Society of Civil Engineers. The survey work shall include but not be limited to the following: 1. Verify the primary horizontal and vertical control furnished by the Contracting Agency, and expand into secondary control by adding stakes and hubs as well as additional survey control needed for the project. Provide descriptions of secondary control to the Contracting Agency. The description shall include coordinates and elevations of all secondary control points. 2. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks on centerline or on offsets to centerline at all curve points (PCs, PTs, and Pis) and at points on the alignments spaced no further than 50 feet. 3. Establish clearing limits, placing stakes at all angle points and at intermediate points not more than 50 feet apart. The clearing and grubbing limits shall be 5 feet beyond the toe of a fill and 10 feet beyond the top of a cut unless otherwise shown in the Plans. 4. Establish grading limits, placing slope stakes at centerline increments not more than 50 feet apart. Establish offset reference to all slope stakes. If Global Positioning Satellite (GPS) Machine Controls are used to provide grade control, then slope stakes may be omitted at the discretion of the Contractor 5. Establish the horizontal and vertical location of all drainage features, placing offset stakes to all drainage structures and to pipes at a horizontal interval not greater than 25 feet. 6. Establish roadbed and surfacing elevations by placing stakes at the top of subgrade and at the top of each course of surfacing. Subgrade and surfacing stakes shall be set at horizontal intervals not greater than 50 feet in tangent CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-18 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 018 sections, 25 feet in curve sections with a radius less than 300 feet, and at 10-foot intervals in intersection radii with a radius less than 10 feet. Transversely, stakes shall be placed at all locations where the roadway slope changes and at additional points such that the transverse spacing of stakes is not more than 12 feet. If GPS Machine Controls are used to provide grade control, then roadbed and surfacing stakes may be omitted at the discretion of the Contractor. 7. Establish intermediate elevation benchmarks as needed to check work throughout the project. 8. Provide references for paving pins at 25-foot intervals or provide simultaneous surveying to establish location and elevation of paving pins as they are being placed. 9. For all other types of construction included in this provision, (including but not limited to channelization and pavement marking, illumination and signals, guardrails and barriers, and signing) provide staking and layout as necessary to adequately locate, construct, and check the specific construction activity. 10. Contractor shall determine if changes are needed to the profiles or roadway sections shown in the Contract Plans in order to achieve proper smoothness and drainage where matching into existing features, such as a smooth transition from new pavement to existing pavement. The Contractor shall submit these changes to the Engineer for review and approval 10 days prior to the beginning of work. The Contractor shall provide the Contracting Agency copies of any calculations and staking data when requested by the Engineer. The Contractor shall ensure a surveying accuracy within the following tolerances: Vertical Horizontal Slope stakes ±0.10 feet ±0.10 feet Subgrade grade stakes set 0.04 feet below grade ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet (normal to alignment) Stationing on roadway N/A ±0.1 feet Alignment on roadway N/A ±0.04 feet Surfacing grade stakes ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet (normal to alignment) Roadway paving pins for surfacing or paving ±0.01 feet ±0.2 feet (parallel to alignment) ±0.1 feet (normal to alignment) The Contracting Agency may spot-check the Contractor's surveying. These spot-checks will not change the requirements for normal checking by the Contractor. CITY OF FEDERAL WAY SW DASH PT RD S 47TH AVE SW COMPACT ROUNDABOUT SPA PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 018 When staking roadway alignment and stationing, the Contractor shall perform independent checks from different secondary control to ensure that the points staked are within the specified survey accuracy tolerances. The Contractor shall calculate coordinates for the alignment. The Contracting Agency will verify these coordinates prior to issuing approval to the Contractor for commencing with the work. The Contracting Agency will require up to seven calendar days from the date the data is received. Contract work to be performed using contractor -provided stakes shall not begin until the stakes are approved by the Contracting Agency. Such approval shall not relieve the Contractor of responsibility for the accuracy of the stakes. Stakes shall be marked in accordance with Standard Plan A10.10. When stakes are needed that are not described in the Plans, then those stakes shall be marked, at no additional cost to the Contracting Agency as ordered by the Engineer. Payment Payment will be made for the following bid item when included in the proposal: "Roadway Surveying", lump sum. The lump sum contract price for "Roadway Surveying" shall be full pay for all labor, equipment, materials, and supervision utilized to perform the Work specified, including any resurveying, checking, correction of errors, replacement of missing or damaged stakes, and coordination efforts. 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-20 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 01B 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 Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-21 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01B 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 12, 2019 CFW GSP) Delete the third and fourth sentences in the first paragraph and replace it with the following: Final acceptance date of the work shall be the date the Federal Way City Council accepts the project as complete. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-22 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B 1-05.13 Superintendents, Labor and E ui ment of Contractor (August 14, 2013 APWA GSP) Delete the sixth and seventh paragraphs of this section. 1-05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as a -mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. Add the following new section: 1-05.16 Water and Power (October 1, 2005 APWA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power and water as a pay item. 1-05.17 As -Built Survey and Record Drawinas (December 2, 2019 CFW GSP) Section 1-05.17 is a new section: As -Built Survey After construction has been completed the Contractor shall perform an as -built survey and provide the information (including point files) in AutoCAD 2019 or later version file to the Engineer. The applicable tolerance limits for the as -built survey include, but are not limited to the following: Vertical Horizontal As -built sanitary & storm invert and grate ± 0.01 foot ± 0.01 foot elevations As -built monumentation ± 0.001 foot ± 0.001 foot As -built waterlines, inverts, valves, ± 0.10 foot ± 0.10 foot hydrants As -built ponds/swales/water features ± 0.10 foot ± 0.10 foot As -built buildings (fin. Floor elev.) ± 0.01 foot ± 0.10 foot As -built gas lines, power, TV, Tel, Com ± 0.10 foot ± 0.10 foot As -built signs, signals, etc. N/A ± 0.10 foot This as -built survey shall consist of the following: • Survey of rim elevation, sump elevations, and invert elevations of all storm drainage structures installed, modified or left in place within the limits of this contract. Storm pipe diameter and material; drainage structure type, size, lid type (solid cover or grate, standard or heavy duty), and lid shape; model No. of CB CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-23 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01B water quality treatment inserts installed, flowline of open channel conveyance systems at 50-foot max. intervals, and retaining wall footing drains, including cleanouts. Finished grade shots on all utility appurtenances within the limits of this contract, including, but not limited to vaults, handholes, valves, fire hydrants, water meters, junction boxes, signal poles, etc. Appurtenances with round covers should have one survey shot in the center of the manhole or valve cover, or at the center of the fire hydrant. Utility handholes and boxes shall have two shots on opposite corners of the cover. • Final curb elevations, with a minimum of 8 shots at each curb return. Also, final shots along all curb and gutter, block curb, integral curb and extruded curb installed in this contract (at flowline of the curbs). • Final elevations at the front and back of walk throughout the project limits. • Final wall elevations at the face and top of all walls installed in this contract. • Shots of all signs, trees, illumination and signal equipment installed as part of this contract. • Shots to delineate all channelization installed in this contract. Record Drawings Throughout construction, the Contractor shall be responsible for tracking all relevant field changes to the approved construction drawings. These changes shall be clearly identified in red ink in a comprehensive manner on one set of full size Plans. These Record Drawing shall be kept separate from other Plan sheets, and shall be clearly marked as Record Drawings. The Record Drawings shall be kept on site, and shall be available for review by the Contracting Agency at all times. The Contractor shall bring the Record Drawings to each progress meeting for review. Upon completion of construction, the Contractor shall submit to the City a clean set of marked -up drawings in electronic PDF format that are signed and certified by the Contractor or their surveyor. The Certification on each page of the record drawings shall state that said drawings are an accurate depiction of built conditions. City acceptance of the Record Drawings is one of the requirements for achieving Physical Completion. The certified Record Drawings shall, at a minimum, consist of the following: • Existing or abandoned utilities that were encountered during construction that were not shown on the approved construction drawings. Accurate locations of storm drainage (including invert elevations), sanitary sewer, water mains and other water appurtenances, structures, conduits, light standards, vaults, width of roadways, sidewalks, landscaping areas, channelization and pavement markings, etc. Record drawings shall reflect actual dimensions, arrangement, and materials used when different than shown in the Plans. As -built survey information shall be used to confirm information shown on record drawings. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-24 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B • Changes made by Change Order or Field Directive • Changes made by the Contractor as approved by the Engineer. • Pothole information gathered by the Contractor. Payment Payment will be made in accordance with Section 1-04.1 for the following bid item(s) when included in the proposal: "As -Built Survey and Record Drawings", lump sum. The lump sum contract price for "As -Built Survey and Record Drawings " shall be full pay for all labor, equipment, materials, and supervision utilized to perform the work specified, including any surveying, checking, correction of errors, preparation of record drawings, and coordination efforts. 1-06 CONTROL OF MATERIAL (August 6, 2012, WSDOT GSP, OPTION 1(A)) Section 1-06 is supplemented with the following: Buy America In accordance with Buy America requirements contained in 23 CFR 635.410, the major quantities of steel and iron construction material that is permanently incorporated into the project shall consist of American -made materials only. Buy America does not apply to temporary steel items, e.g., temporary sheet piling, temporary bridges, steel scaffolding and falsework. Minor amounts of foreign steel and iron may be utilized in this project provided the cost of the foreign material used does not exceed one -tenth of one percent of the total contract cost or $2,500.00, whichever is greater. American -made material is defined as material having all manufacturing processes occurring domestically. To further define the coverage, a domestic product is a manufactured steel material that was produced in one of the 50 States, the District of Columbia, Puerto Rico, or in the territories and possessions of the United States. If domestically produced steel billets or iron ingots are exported outside of the area of coverage, as defined above, for any manufacturing process then the resulting product does not conform to the Buy America requirements. Additionally, products manufactured domestically from foreign source steel billets or iron ingots do not conform to the Buy America requirements because the initial melting and mixing of alloys to create the material occurred in a foreign country. Manufacturing begins with the initial melting and mixing, and continues through the coating stage. Any process which modifies the chemical content, the physical size or shape, or the final finish is considered a manufacturing process. The processes include rolling, extruding, machining, bending, grinding, drilling, welding, and coating. The action of applying a coating to steel or iron is deemed a manufacturing process. Coating includes epoxy coating, galvanizing, aluminizing, painting, and any other coating that protects or enhances the value of steel or iron. Any process from the original reduction from ore to the finished product constitutes a manufacturing process for iron. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-25 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 Due to a nationwide waiver, Buy America does not apply to raw materials (iron ore and alloys), scrap (recycled steel or iron), and pig iron or processed, pelletized, and reduced iron ore. The following are considered to be steel manufacturing processes: 1. Production of steel by any of the following processes: a. Open hearth furnace. b. Basic oxygen c. Electric furnace. d. Direct reduction. 2. Rolling, heat treating, and any other similar processing. 3. Fabrication of the products. a. Spinning wire into cable or strand. b. Corrugating and rolling into culverts. c. Shop fabrication. A certification of materials origin will be required for any items comprised of, or containing, steel or iron construction materials prior to such items being incorporated into the permanent work. The certification shall be on DOT Form 350-109EF provided by the Engineer, or such other form the Contractor chooses, provided it contains the same information as DOT Form 350-109EF. 1-06.2 Acceptance of Materials 1.06.2 1 Samples and Tests for Acceptance (DASH-47TH PROJECT GSP) Section 1-06.2(1) is supplemented with the following: The Contractor will be responsible to hire an independent, third -party testing company to conduct testing such as gradation, concrete compressive strength, and compaction testing. The testing company shall be designated as a WSDOT-certified testing firm. The testing company shall provide prompt results. Original test results shall be sent to the City's Project Engineer and Field Inspector. Email delivery of test results is acceptable. Copies of test results shall also be sent to the Prime Contractor. Contractor shall cooperate with testing company's personnel and provide access to work to be tested. Contractor shall be responsible to notify testing company in advance of operations requiring testing and inspection services. If Contractor does not coordinate for testing services with sufficient advance notice, they are responsible for any delays caused by the inability to proceed with work due to lack of testing. This will not be grounds for assignment of a non -working day. Required tests and frequency shall be in conformance with the WSDOT Construction Manual. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-26 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B "Material Testing" shall be measured on a lump sum basis and shall include all material testing required for the project. 1-06.6 Recycled Materials (January 4, 2016 APWA GSP) Delete this section, including its subsections, and replace it with the following: The Contractor shall make their best effort to utilize recycled materials in the construction of the project. Approval of such material use shall be as detailed elsewhere in the Standard Specifications. Prior to Physical Completion the Contractor shall report the quantity of recycled materials that were utilized in the construction of the project for each of the items listed in Section 9-03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled glass, steel furnace slag and other recycled materials (e.g. utilization of on -site material and aggregates from concrete returned to the supplier). The Contractor's report shall be provided on DOT form 350-075 Recycled Materials Reporting. 1-07 LEGAL RELATIONS -AND 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. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-27 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 01B Section 1-07.1 is supplemented with the following: (April 3, 2006 WSDOT GSP, OPTION 3) Confined Space Confined spaces are known to exist at the following locations: Existing storm drainage, sanitary sewer, and other utility systems, vaults, and structures, along with all new similar new construction items that meet the requirements of WAC 296-809-100. The Contractor shall be fully responsible for the safety and health of all on -site workers and compliant with Washington Administrative Code (WAC 296-809). The Contractor shall prepare and implement a confined space program for each of the confined spaces identified above. The Contractors Confined Space program shall be sent to the contracting agency at least 30 days prior to the Contractor beginning work in or adjacent to the confined space. No work shall be performed in or adjacent to the confined space until the plan is submitted to the Engineer as required. The Contractor shall communicate with the Engineer to ensure a coordinated effort for providing and maintaining a safe worksite for both the Contracting Agency's and Contractor's workers when working in or near a confined space. All costs to prepare and implement the confined space program shall be included in the bid prices for the various items associated with the confined space work. Section 1-07.1 is supplemented with the following: (May 13, 2020 WSDOT GSP, OPTION 4) In response to COVID-19, the Contractor shall prepare a project specific COVID-19 health and safety plan (CHSP) in conformance with Section 1-07.4(2) as supplemented in these specifications, COVID-19 Health and Safety Plan (CHSP). 1-07.2 State Taxes Delete this section, including its sub -sections, in its entirety and replace it with the following 1-07.2 State Sales Tax (June 27, 2011 APWA GSP) The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a Bid on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit Bid prices or other Contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(2) describes this exception. The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA-funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all Contract -related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-28 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01B 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. 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(31 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) CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-29 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 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. 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 Wades 1-07.91 General (January 13, 2021 WSDOT GSP, OPTION 1) Section 1-07.9(1) is supplemented with the following: The Federal wage rates incorporated in this contract have been established by the Secretary of Labor under United States Department of Labor General Decision No. WA20201001. The State rates incorporated in this contract are applicable to all construction activities associated with this contract. (April 2, 2007 WSDOT GSP, OPTION 4) Application of Wage Rates For The Occupation Of Landscape Construction State prevailing wage rates for public works contracts are included in this contract and show a separate listing for the occupation: CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-30 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 01B Landscape Construction, which includes several different occupation descriptions such as: Irrigation and Landscape Plumbers, Irrigation and Landscape Power Equipment Operators, and Landscaping or Planting Laborers. In addition, federal wage rates that are included in this contract may also include occupation descriptions in Federal Occupational groups for work also specifically identified with landscaping such as: Laborers with the occupation description, Landscaping or Planting, or Power Equipment Operators with the occupation description, Mulch Seeding Operator. If Federal wage rates include one or more rates specified as applicable to landscaping work, then Federal wage rates for all occupation descriptions, specific or general, must be considered and compared with corresponding State wage rates. The higher wage rate, either State or Federal, becomes the minimum wage rate for the work performed in that occupation. Contractors are responsible for determining the appropriate crafts necessary to perform the contract work. If a classification considered necessary for performance of the work is missing from the Federal Wage Determination applicable to the contract, the Contractor shall initiate a request for approval of a proposed wage and benefit rate. The Contractor shall prepare and submit Standard Form 1444, Request for Authorization of Additional Classification and Wage Rate available at http://www.wdol.gov/docs/sfl444.pdf, and submit the completed form to the Engineer's office. The presence of a classification wage on the Washington State Prevailing Wage Rates For Public Works Contracts does not exempt the use of form 1444 for the purpose of determining a federal classification wage rate. 1-07.9 5 Required Documents (January 3, 2020 APWA GSP) Delete this section and replace it with the following: General All "Statements of Intent to Pay Prevailing Wages", "Affidavits of Wages Paid" and Certified Payrolls, including a signed Statement of Compliance for Federal -aid projects, shall be submitted to the Engineer using the State L&I online Prevailing Wage Intent & Affidavit (PWIA) system. Intents and Affidavits On forms provided by the Industrial Statistician of State L&I, the Contractor shall submit to the Engineer the following for themselves and for each firm covered under RCW 39.12 that will or has provided Work and materials for the Contract: 1. The approved "Statement of Intent to Pay Prevailing Wages" State L&I's form number F700-029-000. The Contracting Agency will make no payment under this Contract until this statement has been approved by State L&I and reviewed by the Engineer. 2. The approved "Affidavit of Prevailing Wages Paid", State L&I's form F700-007- 000. The Contracting Agency will not grant Completion until all approved Affidavit of Wages paid for the Contractor and all Subcontractors have been received by the Engineer. The Contracting Agency will not release to the CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-31 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01B 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. The Contractor is responsible for requesting these forms from State L&I and for paying any fees required by State L&I. Certified Payrolls Certified payrolls are required to be submitted by the Contractor for themselves, all Subcontractors and all lower tier subcontractors. The payrolls shall be submitted weekly on all Federal -aid projects and no less than monthly on State funded projects. Penalties for Noncompliance The Contractor is advised, if these payrolls are not supplied within the prescribed deadlines, any or all payments may be withheld until compliance is achieved. In addition, failure to provide these payrolls may result in other sanctions as provided by State laws (RCW 39.12.050) and/or Federal regulations (29 CFR 5.12). 1-07.11 Requirements for Nondiscrimination (September 3, 2019 WSDOT GSP, OPTION 1) Section 1-07.11 is supplemented with the following: Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246 1. The Contractor's attention is called to the Equal Opportunity Clause and the Standard Federal Equal Employment Opportunity Construction Contract Specifications set forth herein. The goals and timetables for minority and female participation set by the Office of Federal Contract Compliance Programs, expressed in percentage terms for the Contractor's aggregate work force in each construction craft and in each trade on all construction work in the covered area, are as follows: Women - Statewide Timetable Until further notice Goal 6.9% Minorities - by Standard Metropolitan Statistical Area {SMSA Spokane, WA: SMSA Counties: Spokane, WA 2.8 WA Spokane. Non-SMSA Counties 3.0 WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield; WA Lincoln, WA Pend Oreille; WA Stevens; WA Whitman. Richland, WA: SMSA Counties: Richland Kennewick, WA 5.4 CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-32 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 WA Benton; WA Franklin, Non-SMSA Counties WA Walla Walla. Yakima, WA: SMSA Counties: Yakima, WA WAYakima. Non-SMSA Counties WA Chelan; WA Douglas; WA Grant; 3.6 9.7 7.2 WA Kittitas; WA Okanogan. Seattle, WA: SMSA Counties: Seattle Everett, WA 7.2 WA King; WA Snohomish. Tacoma, WA 6.2 WA Pierce. Non-SMSA Counties 6.1 WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA Kitsap; WA Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA Thurston; WA Whatcom. Portland, OR: SMSA Counties: Portland, OR -WA 4.5 WA Clark. Non-SMSA Counties 3.8 WA Cowlitz; WA Klickitat; WA Skamania; WA Wahkiakum. These goals are applicable to each nonexempt Contractor's total on -site construction workforce, regardless of whether or not part of that workforce is performing work on a Federal, or federally assisted project, contract, or subcontract until further notice. Compliance with these goals and time tables is enforced by the Office of Federal Contract compliance Programs. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, in each construction craft and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goal shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Office of Federal Contract Compliance Programs (OFCCP) within 10 working days of award of any construction subcontract in excess of $10,000 or more that are Federally funded, at any tier for CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-33 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the Subcontractor; employer identification number of the Subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. The notification shall be sent to: U.S. Department of Labor Office of Federal Contract Compliance Programs Pacific Region Attn: Regional Director San Francisco Federal Building 90 — 7th Street, Suite 18-300 San Francisco, CA 94103(415) 625-7800 Phone (415) 625-7799 Fax Additional information may be found at the U.S. Department of Labor website: http://www.dol.gov/ofccp/TAguides/ctaguide.htm 4. As used in this Notice, and in the contract resulting from this solicitation, the Covered Area is as designated herein. Standard Federal Equal Employment Opportunity Construction_ Contract Specifications (Executive Order 11246) 1. As used in these specifications: a. Covered Area means the geographical area described in the solicitation from which this contract resulted; b. Director means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. Employer Identification Number means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U. S. Treasury Department Form 941; d. Minority includes: (1) Black, a person having origins in any of the Black Racial Groups of Africa. (2) Hispanic, a fluent Spanish speaking, Spanish surnamed person of Mexican, Puerto Rican, Cuban, Central American, South American, or other Spanish origin. (3) Asian or Pacific Islander, a person having origins in any of the original peoples of the Pacific rim or the Pacific Islands, the Hawaiian Islands and Samoa. (4) American Indian or Alaskan Native, a person having origins in any of the original peoples of North America, and who maintain cultural identification through tribal affiliation or community recognition. 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-34 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith effort to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of this Special Provision. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its action. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-35 PROJECT 36217 CFW SPECIAL PROVISIONS VER, 2021 018 a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on -site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off -the -street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on-the-job training opportunity and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the U.S. Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-36 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 018 any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on - site supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. I. Conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are non -segregated except that separate or single -user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-37 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor -union, contractor - community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of the obligations under 7a through 7p of this Special Provision provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensure that the concrete benefits of the program are reflected in the Contractor's minority and female work -force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrate the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non -minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspensions, terminations and cancellations of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of this Special Provision, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-38 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B government and to keep records. Records shall at least include, for each employee, their name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, the Contractors will not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). 16. Additional assistance for Federal Construction Contractors on contracts administered by Washington State Department of Transportation or by Local Agencies may be found at: Washington State Dept. of Transportation Office of Equal Opportunity PO Box 47314 310 Maple Park Ave. SE Olympia WA 98504-7314 Ph: 360-705-7090 Fax: 360-705-6801 http://www.wsdot.wa.gov/equalopportunity/default.htm (October 1, 2020, APWA GSP, OPTION B) Supplement this section with the following. Disadvantaged Business Enterprise Participation The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR Part 26 and USDOT's official interpretations (i.e., Questions & Answers) apply to this Contract. Demonstrating compliance with these Specifications is a Condition of Award (COA) of this Contract. Failure to comply with the requirements of this Specification may result in your Bid being found to be nonresponsive resulting in rejection or other sanctions as provided by Contract. DBE Abbreviations and Definitions Broker — A business firm that provides a bona fide service, such as professional, technical, consultant or managerial services and assistance in the procurement of essential personnel, facilities, equipment, materials, or supplies required for the performance of the Contract; or, persons/companies who arrange or expedite transactions. Certified Business Description — Specific descriptions of work the DBE is certified to perform, as identified in the Certified Firm Directory, under the Vendor Information page. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-39 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B Certified Firm Directory —A database of all Minority, Women, and Disadvantaged Business Enterprises currently certified by Washington State. The on-line Directory is available to Contractors for their use in identifying and soliciting interest from DBE firms. The database is located under the Firm Certification section of the Diversity Management and Compliance System web page at: https://omwbe.diversitycompliance.com. Commercially Useful Function (CUF) — 49 CFR 26.55(c)(1) defines commercially useful function as: "A DBE performs a commercially useful function when it is responsible for execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a commercially useful function, the DBE must also be responsible, with respect to materials and supplies used on the contract, for negotiating price, determining quality and quantity, ordering the material, and installing (where applicable) and paying for the material itself. To determine whether a DBE is performing a commercially useful function, you must evaluate the amount of work subcontracted, industry practices, whether the amount the firm is to be paid under the contract is commensurate with the work it is actually performing and the DBE credit claimed for its performance of the work, and other relevant factors." Disadvantaged Business Enterprise (DBE) — A business firm certified by the Washington State Office of Minority and Women's Business Enterprises, as meeting the criteria outlined in 49 CFR 26 regarding DBE certification. Force Account Work — Work measured and paid in accordance with Section 1- 09.6. Good Faith Efforts — Efforts to achieve the DBE COA Goal or other requirements of this part which, by their scope, intensity, and appropriateness to the objective, can reasonably be expected to fulfill the program requirement. Manufacturer (DBE) — A DBE firm that operates or maintains a factory or establishment that produces on the premises the materials, supplies, articles, or equipment required under the Contract. A DBE Manufacturer shall produce finished goods or products from raw or unfinished material or purchase and substantially alters goods and materials to make them suitable for construction use before reselling them. Reasonable Fee (DBE) — For purposes of Brokers or service providers a reasonable fee shall not exceed 5% of the total cost of the goods or services brokered. Regular Dealer (DBE) — A DBE firm that owns, operates, or maintains a store, warehouse, or other establishment in which the materials or supplies required for the performance of a Contract are bought, kept in stock, and regularly sold to the public in the usual course of business. To be a Regular Dealer, the DBE firm must be an established regular business that engages in as its principal business and in its own name the purchase and sale of the products in question. A Regular Dealer in such items as steel, cement, gravel, stone, and petroleum products need not own, operate or maintain a place of business if it both owns and operates CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-40 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 01B distribution equipment for the products. Any supplementing of regular dealers' own distribution equipment shall be by long-term formal lease agreements and not on an ad -hoc basis. Brokers, packagers, manufacturers' representatives, or other persons who arrange or expedite transactions shall not be regarded as Regular Dealers within the meaning of this definition. DBE Commitment — The dollar amount the Bidder indicates they will be subcontracting to be applied towards the DBE Condition of Award Goal as shown on the DBE Utilization Certification Form for each DBE Subcontractor. This DBE Commitment amount will be incorporated into the Contract and shall be considered a Contract requirement. The Contractor shall utilize the COA DBEs to perform the work and supply the materials for which they are committed. Any changes to the DBE Commitment require the Engineer's prior written approval. DBE Condition of Award (COA) Goal — An assigned numerical amount specified as a percentage of the Contract. Initially, this is the minimum amount that the Bidder must commit to by submission of the Utilization Certification Form and/or by Good Faith Effort (GFE). DBE COA Goal The Contracting Agency has established a DBE COA Goal for this Contract in the amount of fifteen percent (15%). Crediting DBE Participation Subcontractors proposed as COA must be certified prior to the due date for bids on the Contract. All non-COA DBE Subcontractors shall be certified before the subcontract on which they are participating is executed. DBE participation is only credited upon payment to the DBE. The following are some definitions of what may be counted as DBE participation. DBE Prime Contractor Only take credit for that portion of the total dollar value of the Contract equal to the distinct, clearly defined portion of the Work that the DBE Prime Contractor performs with its own forces and is certified to perform. DBE Subcontractor Only take credit for that portion of the total dollar value of the subcontract that is equal to the distinct, clearly defined portion of the Work that the DBE performs with its own forces and is certified to perform. The value of work performed by the DBE includes the cost of supplies and materials purchased by the DBE and equipment leased by the DBE, for its work on the contract. Supplies, materials or equipment obtained by a DBE that are not utilized or incorporated in the contract work by the DBE will not be eligible for DBE credit. The supplies, materials, and equipment purchased or leased from the Contractor or its affiliate, including any Contractor's resources available to DBE subcontractors at no cost, shall not be credited. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-41 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021.018 DBE credit will not be given in instances where the equipment lease includes the operator. The DBE is expected to operate the equipment used in the performance of its work under the contract with its own forces. Situations where equipment is leased and used by the DBE, but payment is deducted from the Contractor's payment to the DBE is not allowed. When the subcontractor is part of a DBE Commitment, the following apply: 1. If a DBE subcontracts a portion of the Work of its contract to another firm, the value of the subcontracted Work may be counted toward the DBE COA Goal only if the Lower -Tier Subcontractor is also a DBE. 2. Work subcontracted to a Lower -Tier Subcontractor that is a DBE, may be counted toward the DBE COA Goal. 3. Work subcontracted to a non -DBE does not count towards the DBE COA Goal. DBE Subcontract and Lower Tier Subcontract Documents There must be a subcontract agreement that complies with 49 CFR Part 26 and fully describes the distinct elements of Work committed to be performed by the DBE. DBE Service Provider The value of fees or commissions charged by a DBE firm behaving in a manner of a Broker, or another service provider for providing a bona fide service, such as professional, technical, consultant, managerial services, or for providing bonds or insurance specifically required for the performance of the contract will only be credited as DBE participation, if the fee/commission is determined by the Contracting Agency to be reasonable and the firm has performed a CUF. Force Account Work When the Bidder elects to utilize force account Work to meet the DBE COA Goal, as demonstrated by listing this force account Work on the DBE Utilization Certification Form, for the purposes of meeting the DBE COA Goal, only 50% of the Proposal amount shall be credited toward the Bidder's Commitment to meet the DBE COA Goal. One hundred percent of the actual amounts paid to the DBE for the force account Work shall be credited towards the DBE COA Goal or DBE participation. Temporary Traffic Control If the DBE firm only provides "Flagging", the DBE firm must provide a Traffic Control Supervisor (TCS) and flagger, which are under the direct control of the DBE. The DBE firm shall also provide all flagging equipment for it's employees (e.g. paddles, hard hats, and vests). If the DBE firm provides "Traffic Control Services", the DBE firm must provide a TCS, flaggers, and traffic control items (e.g., cones, barrels, signs, etc.) and be in total control of all items in implementing the traffic control for the project. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-42 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 Trucking DBE trucking firm participation may only be credited as DBE participation for the value of the hauling services, not for the materials being hauled unless the trucking firm is also certified as a supplier of those materials. In situations where the DBE's work is priced per ton, the value of the hauling service must be calculated separately from the value of the materials in order to determine DBE credit for hauling The DBE trucking firm must own and operate at least one licensed, insured and operational truck on the contract. The truck must be of the type that is necessary to perform the hauling duties required under the contract. The DBE receives credit for the value of the transportation services it provides on the Contract using trucks it owns or leases, licenses, insures, and operates with drivers it employs. The DBE may lease additional trucks from another DBE firm. The DBE who leases additional trucks from another DBE firm receives credit for the value of the transportation services the lessee DBE provides on the Contract. The trucking Work subcontracted to any non -DBE trucking firm will not receive credit for Work done on the project. The DBE may lease trucks from a truck leasing company (recognized truck rental center), but can only receive credit towards DBE participation if the DBE uses its own employees as drivers. DBE Manufacturer and DBE Regular Dealer One hundred percent (100%) of the cost of the manufactured product obtained from a DBE manufacturer may count towards the DBE COA Goal. Sixty percent (60%) of the cost of materials or supplies purchased from a DBE Regular Dealer may be credited towards the DBE Goal. If the role of the DBE Regular Dealer is determined to be that of a Broker, then DBE credit shall be limited to the fee or commission it receives for its services. Regular Dealer status and the amount of credit is determined on a Contract -by -Contract basis. DBE firms proposed to be used as a Regular Dealer must be approved before being listed as a COA/used on a project. The WSDOT Approved Regular Dealer list published on WSDOT's Office of Equal Opportunity (OEO) web site must include the specific project for which approval is being requested. For purposes of the DBE COA Goal participation, the Regular Dealer must submit the Regular Dealer Status Request form a minimum of five calendar days prior to bid opening. Purchase of materials or supplies from a DBE which is neither a manufacturer nor a regular dealer, (i.e. Broker) only the fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or transportation charges for the delivery of materials or supplies required on a job site, may count towards the DBE COA goal provided the fees are not excessive as compared with fees customarily allowed for similar services. Documentation will be required to support CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-43 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 018 the fee/commission charged by the DBE. The cost of the materials and supplies themselves cannot be counted toward the DBE COA Goal. Note: Requests to be listed as a Regular Dealer will only be processed if the requesting firm is a material supplier certified by the Office of Minority and Women's Business Enterprises in a NAICS code that falls within the 42XXXX NAICS Wholesale code section. Disadvantaged Business Enterprise Utilization To be eligible for award of the Contract, the Bidder shall properly complete and submit a Disadvantaged Business Enterprise (DBE) Utilization Certification with the Bidder's sealed Bid Proposal, as specified in Section 1-02.9 Delivery of Proposal. The Bidder's DBE Utilization Certification must clearly demonstrate how the Bidder intends to meet the DBE COA Goal. A DBE Utilization Certification (WSDOT Form 272-056) is included in the Proposal package for this purpose as well as instructions on how to properly fill out the form. The Bidder is advised that the items listed below when listed in the Utilization Certification must have their amounts reduced to the percentages shown and those reduced amounts will be the amount applied towards meeting the DBE COA Goal. Force account at 50% Regular dealer at 60% In the event of arithmetic errors in completing the DBE Utilization Certification, the amount listed to be applied towards the DBE COA Goal for each DBE shall govern and the DBE total amount shall be adjusted accordingly. Note: The Contracting Agency shall consider as non -responsive and shall reject any Bid Proposal submitted that does not contain a DBE Utilization Certification Form that accurately demonstrates how the Bidder intends to meet the DBE COA Goal. Disadvantaged Business Enterprise Written Confirmation Document(s) The Bidder shall submit an Disadvantaged Business Enterprise (DBE) Written Confirmation Document (completed and signed by the DBE) for each DBE firm listed in the Bidder's completed DBE Utilization Certification submitted with the Bid. Failure to do so will result in the associated participation being disallowed, which may cause the Bid to be determined to be nonresponsive resulting in Bid rejection. The Confirmation Documents provide confirmation from the DBEs that they are participating in the Contract as provided in the Bidder's Commitment. The Confirmation Documents must be consistent with the Utilization Certification. A DBE Written Confirmation Document (form No. 422-031) is included in the Proposal package for this purpose. The form(s) shall be received as specified in the special provisions for Section 1-02.9 Delivery of Proposal. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-44 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B It is prohibited for the Bidder to require a DBE to submit a Written Confirmation Document with any part of the form left blank. Should the Contracting Agency determine that an incomplete Written Confirmation Document was signed by a DBE, the validity of the document comes into question. The associated DBE participation may not receive credit. Selection of Successful Bidder/Good Faith Efforts (GFE) The successful Bidder shall be selected on the basis of having submitted the lowest responsive Bid, which demonstrates a good faith effort to achieve the DBE COA Goal. The Contracting Agency, at any time during the selection process, may request a breakdown of the bid items and amounts that are counted towards the overall contract goal for any of the DBEs listed on the DBE Utilization Certification. Achieving the DBE COA Goal may be accomplished in one of two ways: 1. BV meeting the DBE COA Goal Submission of the DBE Utilization Certification, supporting DBE Written Confirmation Document(s) showing the Bidder has obtained enough DBE participation to meet or exceed the DBE COA Goal, the DBE Bid Item Breakdown and the DBE Trucking Credit Form, if applicable. 2. By documentation that the Bidder made adequate GFE to meet the DBE COAGoal The Bidder may demonstrate a GFE in whole or part through GFE documentation ONLY IN THE EVENT a Bidder's efforts to solicit sufficient DBE participation have been unsuccessful. The Bidder must supply GFE documentation in addition to the DBE Utilization Certification, supporting DBE Written Confirmation Document(s), the DBE Bid Item Breakdown form and the DBE Trucking Credit Form, if applicable. Note: In the case where a Bidder is awarded the contract based on demonstrating adequate GFE, the advertised DBE COA Goal will not be reduced. The Bidder shall demonstrate a GFE during the life of the Contract to attain the advertised DBE COA Goal. GFE documentation, the DBE Bid Item Breakdown form, and the DBE Trucking Credit Form, if applicable, shall be submitted as specified in Section 1-02.9. The Contracting Agency will review the GFE documentation and will determine if the Bidder made an adequate good faith effort. Good Faith Effort (GFE) Documentation GFE is evaluated when: Determining award of a Contract that has COA goal, 2. When a COA DBE is terminated and substitution is required, and 3. Prior to Physical Completion when determining whether the Contractor has satisfied its DBE commitments. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-45 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B 49 CFR Part 26, Appendix A is intended as general guidance and does not, in itself, demonstrate adequate good faith efforts. The following is a list of types of actions, which would be considered as part of the Bidder's GFE to achieve DBE participation. It is not intended to be a mandatory checklist, nor is it intended to be exclusive or exhaustive. Other factors or types of efforts may be relevant in appropriate cases. Soliciting through all reasonable and available means (e.g. attendance at pre -bid meetings, advertising and/or written notices) the interest of all certified DBEs who have the capability to perform the Work of the Contract. The Bidder must solicit this interest within sufficient time to allow the DBEs to respond to the solicitation. The Bidder must determine with certainty if the DBEs are interested by taking appropriate steps to follow up initial solicitations. 2. Selecting portions of the Work to be performed by DBEs in order to increase the likelihood that the DBE COA Goal will be achieved. This includes, where appropriate, breaking out contract Work items into economically feasible units to facilitate DBE participation, even when the Contractor might otherwise prefer to perform these Work items with its own forces. 3. Providing interested DBEs with adequate information about the Plans, Specifications, and requirements of the Contract in a timely manner to assist them in responding to a solicitation. a. Negotiating in good faith with interested DBEs. It is the Bidder's responsibility to make a portion of the Work available to DBE subcontractors and suppliers and to select those portions of the Work or material needs consistent with the available DBE subcontractors and suppliers, so as to facilitate DBE participation. Evidence of such negotiation includes the names, addresses, and telephone numbers of DBEs that were considered; a description of the information provided regarding the Plans and Specifications for the Work selected for subcontracting; and evidence as to why additional agreements could not be reached for DBEs to perform the Work. b. A Bidder using good business judgment would consider a number of factors in negotiating with subcontractors, including DBE subcontractors, and would take a firm's price and capabilities as well as the DBE COA Goal into consideration. However, the fact that there may be some additional costs involved in finding and using DBEs is not in itself sufficient reason for a Bidder's failure to meet the DBE COA Goal, as long as such costs are reasonable. Also, the ability or desire of a Bidder to perform the Work of a Contract with its own organization does not relieve the Bidder of the responsibility to make Good Faith Efforts. Bidders are not, however, required to accept higher quotes from DBEs if the price difference is excessive or unreasonable. 4. Not rejecting DBEs as being unqualified without sound reasons based on a thorough investigation of their capabilities. The Bidder's standing within its industry, membership in specific groups, organizations, or associations and political or social affiliations (for example union vs. non -union employee status) are not CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-46 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 01B legitimate causes for the rejection or non -solicitation of bids in the Bidder's efforts to meet the DBE COA Goal. 5. Making efforts to assist interested DBEs in obtaining bonding, lines of credit, or insurance as required by the recipient or Bidder. 6. Making efforts to assist interested DBEs in obtaining necessary equipment, supplies, materials, or related assistance or services. 7. Effectively using the services of available minority/women community organizations; minority/women contractors' groups; local, State, and Federal minority/women business assistance offices; and other organizations as allowed on a case -by -case basis to provide assistance in the recruitment and placement of DBEs. 8. Documentation of GFE must include copies of each DBE and non -DBE subcontractor quotes submitted to the Bidder when a non -DBE subcontractor is selected over a DBE for Work on the Contract. (ref. updated DBE regulations — 26.53(b)(2)(vi) & App. A) Administrative Reconsideration of GFE Documentation A Bidder has the right to request reconsideration if the GFE documentation submitted with their Bid was determined to be inadequate. ■ The Bidder must request within 48 hours of notification of being nonresponsive or forfeit the right to reconsideration. • The reconsideration decision on the adequacy of the Bidder's GFE documentation shall be made by an official who did not take part in the original determination. • Only original GFE documentation submitted as a supplement to the Bid shall be considered. The Bidder shall not introduce new documentation at the reconsideration hearing. • The Bidder shall have the opportunity to meet in person with the official for the purpose of setting forth the Bidder's position as to why the GFE documentation demonstrates a sufficient effort. • The reconsideration official shall provide the Bidder with a written decision on reconsideration within five working days of the hearing explaining the basis for their finding. DBE Bid Item Breakdown The Bidder shall submit a DBE Bid Item Breakdown Form (WSDOT Form 272-054) as specified in the Special Provisions for Section 1-02.9, Delivery of Proposal. DBE Trucking Credit Form The Bidder shall submit a DBE Trucking Credit Form (WSDOT Form 272-058), as specified in the Special Provisions for Section 1-02.9, Delivery of Proposal. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-47 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B Note: The DBE Trucking Credit Form is only required for a DBE Firm listed on the DBE Utilization Certification as a subcontractor for "Trucking" or "Hauling" and are performing a part of a bid item. For example, if the item of Work is Structure Excavation including Haul, and another firm is doing the excavation and the DBE Trucking firm is doing the haul, the form is required. For a DBE subcontractor that is responsible for an entire item of work that may require some use of trucks, the form is not required. Procedures between Award and Execution After Award and prior to Execution, the Contractor shall provide the additional information described below. Failure to comply shall result in the forfeiture of the Bidder's Proposal bond or deposit. 1. A list of all firms who submitted a bid or quote in attempt to participate in this project whether they were successful or not. Include the business name and mailing address. Note: The firms identified by the Contractor may be contacted by the Contracting Agency to solicit general information as follows: age of the firm and average of its gross annual receipts over the past three -years. Procedures after Execution Commercially Useful Function (CUF) The Contractor may only take credit for the payments made for Work performed by a DBE that is determined to be performing a CUF. Payment must be commensurate with the work actually performed by the DBE. This applies to all DBEs performing Work on a project, whether or not the DBEs are COA, if the Contractor wants to receive credit for their participation. The Engineer will conduct CUF reviews to ascertain whether DBEs are performing a CUF. A DBE performs a CUF when it is carrying out its responsibilities of its contract by actually performing, managing, and supervising the Work involved. The DBE must be responsible for negotiating price; determining quality and quantity; ordering the material, installing (where applicable); and paying for the material itself. If a DBE does not perform "all" of these functions on a furnish -and -install contract, it has not performed a CUF and the cost of materials cannot be counted toward DBE COA Goal. Leasing of equipment from a leasing company is allowed. However, leasing/purchasing equipment from the Contractor is not allowed. Lease agreements shall be provided prior to the Subcontractor beginning Work. Any use of the Contractor's equipment by a DBE may not be credited as countable participation. The DBE does not perform a CUF if its role is limited to that of an extra participant in a transaction, contract, or project through which the funds are passed in order to obtain the appearance of DBE participation. In order for a DBE traffic control company to be considered to be performing a CUF, the DBE must be in control of its work inclusive of supervision. The DBE shall employ a Traffic Control Supervisor who is directly involved in the management and supervision of the traffic control employees and services. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-48 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 The following are some of the factors that the Engineer will use in determining whether a DBE trucking company is performing a CUF: • The DBE shall be responsible for the management and supervision of the entire trucking operation for which it is responsible on the contract. The owner demonstrates business related knowledge, shows up on site and is determined to be actively running the business. The DBE shall own and operate at least one fully licensed, insured, and operational truck used on the Contract. The drivers of the trucks owned and leased by the DBE must be exclusively employed by the DBE and reflected on the DBE's payroll. • Lease agreements for trucks shall indicate that the DBE has exclusive use of and control over the truck(s). This does not preclude the leased truck from working for others provided it is with the consent of the DBE and the lease provides the DBE absolute priority for use of the leased truck. • Leased trucks shall display the name and identification number of the DBE. UDBE/DBE/FSBE Truck Unit Listing Log In addition to the subcontracting requirements of Section 1-08.1, each DBE trucking firm shall submit supplemental information consisting of a completed Primary UDBE/DBE/FSBE Truck Unit Listing Log (WSDOT Form 350-077), copy of vehicle registrations, and all Rental/Lease agreements (if applicable). The supplemental information shall be submitted to the Engineer prior to any trucking services being performed for DBE credit. Incomplete or incorrect supplemental information will be returned for correction. The corrected Primary UDBE/DBE/FSBE Truck Unit Listing Log and any Updated Primary UDBE/DBE/FSBE Truck Unit Listing Logs shall be submitted and accepted by the Engineer no later than ten calendar days of utilizing applicable trucks. Failure to submit or update the DBE Truck Unit Listing Log may result in trucks not being credited as DBE participation. Each DBE trucking firm shall complete a Daily UDBE/DBE/FSBE Trucking Unit Listing Log for each day that the DBE performs trucking services for DBE credit. The Daily UDBE/DBE/FSBE Trucking Unit Listing Log forms shall be submitted to the Engineer by Friday of the week after the work was performed. Joint Checking A joint check is a check between a Subcontractor and the Contractor to the supplier of materials/supplies. The check is issued by the Contractor as payer to the Subcontractor and the material supplier jointly for items to be incorporated into the project. The DBE must release the check to the supplier, while the Contractor acts solely as the guarantor. Ajoint check agreement must be approved by the Engineer and requested by the DBE involved using the DBE Joint Check Request Form (form # 272-053) prior to its use. The form must accompany the DBE Joint Check Agreement between the CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-49 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 018 parties involved, including the conditions of the arrangement and expected use of the joint checks. The approval to use joint checks and the use will be closely monitored by the Engineer. To receive DBE credit for performing a CUF with respect to obtaining materials and supplies, a DBE must "be responsible for negotiating price, determining quality and quantity, ordering the material, installing and paying for the material itself." The Contractor shall submit DBE Joint Check Request Form to the Engineer and be in receipt of written approval prior to using a joint check. Material costs paid by the Contractor directly to the material supplier are not allowed. If proper procedures are not followed or the Engineer determines that the arrangement results in lack of independence for the DBE involved, no DBE credit will be given for the DBE's participation as it relates to the material cost. Prompt Payment Prompt payment to all subcontractors shall be in accordance with Section 1-08.1. Prompt payment requirements apply to progress payments as well as return of retainage. Subcontracts Prior to a DBE performing Work on the Contract, an executed subcontract between the DBE and the Contractor shall be submitted to the Engineer. The executed subcontracts shall be submitted by email to the following email address NWRegionOEO@wsdot.wa.gov The prime contractor shall notify the Engineer in writing within five calendar days of contract submittal. Reporting The Contractor and all subcontractors/suppliers/service providers that utilize DBEs to perform work on the project, shall maintain appropriate records that will enable the Engineer to verify DBE participation throughout the life of the project. Refer to Section 1-08.1 for additional reporting requirements associated with this contract. Changes in COA Work Committed to DBE The Contractor shall utilize the COA DBEs to perform the work and supply the materials for which each is committed unless prior written approval by the Engineer is received by the Contractor. The Contractor shall not be entitled to any payment for work or material completed by the Contractor or subcontractors that was committed to be completed by the COA DBEs in the DBE Utilization Certification form. Owner Initiated Changes In instances where the Engineer makes changes that result in changes to Work that was committed to a COA DBE the Contractor may be directed to substitute for the Work. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-50 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 01B Contractor Initiated Changes The Contractor cannot change the scope or reduce the amount of work committed to a COA DBE without good cause. Reducing DBE Commitment is viewed as partial DBE termination, and therefore subject to the termination procedures below. Original Quantity Underruns In the event that Work committed to a DBE firm as part of the COA underruns the original planned quantities the Contractor may be required to substitute other remaining Work to another DBE. Contractor Proposed DBE Substitutions Requests to substitute a COA DBE must be for good cause (see DBE termination process below), and requires prior written approval of the Engineer. After receiving a termination with good cause approval, the Contractor may only replace a DBE with another certified DBE. When any changes between Contract Award and Execution result in a substitution of COA DBE, the substitute DBE shall be certified prior to the bid opening on the Contract. DBE Termination Termination of a COA DBE (or an approved substitute DBE) is only allowed in whole or in part for good cause and with prior written approval of the Engineer. If the Contractor terminates a COA DBE without the prior written approval of the Engineer, the Contractor shall not be entitled to payment for work or material committed to, but not performed/supplied by the COA DBE. In addition, sanctions may apply as described elsewhere in this specification. Prior to requesting approval to terminate a COA DBE, the Contractor shall give notice in writing to the DBE with a copy to the Engineer of its intent to request to terminate DBE Work and the reasons for doing so. The DBE shall have five (5) days to respond to the Contractor's notice. The DBE's response shall either support the termination or advise the Engineer and the Contractor of the reasons it objects to the termination of its subcontract. If the request for termination is approved, the Contractor is required to substitute with another DBE to perform at least the same amount of work as the DBE that was terminated (or provide documentation of GFE). A plan to replace the COA DBE Commitment amount shall be submitted to the Engineer within 2 days of the approval of termination. The plan to replace the Commitment shall provide the same detail as that required in the DBE Utilization Certification. The Contractor must have good cause to terminate a COA DBE. Good cause typically includes situations where the DBE Subcontractor is unable or unwilling to perform the work of its subcontract. Good cause may exist if: • The DBE fails or refuses to execute a written contract. • The DBE fails or refuses to perform the Work of its subcontract in a way consistent with normal industry standards. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-51 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 018 • The DBE fails or refuses to meet the Contractor's reasonable nondiscriminatory bond requirements. • The DBE becomes bankrupt, insolvent, or exhibits credit unworthiness. • The DBE is ineligible to work on public works projects because of suspension and debarment proceedings pursuant to federal law or applicable State law. • The DBE is ineligible to receive DBE credit for the type of work involved. The DBE voluntarily withdraws from the project, and provides written notice of its withdrawal. • The DBE's work is deemed unsatisfactory by the Engineer and not in compliance with the Contract. • The DBE's owner dies or becomes disabled with the result that the DBE is unable to complete its Work on the Contract. Good cause does not exist if: The Contractor seeks to terminate a COA DBE so that the Contractor can self -perform the Work. The Contractor seeks to terminate a COA DBE so the Contractor can substitute another DBE contractor or non -DBE contractor after Contract Award. • The failure or refusal of the COA DBE to perform its Work on the subcontract results from the bad faith or discriminatory action of the Contractor (e.g., the failure of the Contractor to make timely payments or the unnecessary placing of obstacles in the path of the DBE's Work). Decertification When a DBE is "decertified" from the DBE program during the course of the Contract, the participation of that DBE shall continue to count as DBE participation as long as the subcontract with the DBE was executed prior to the decertification notice. The Contractor is obligated to substitute when a DBE does not have an executed subcontract agreement at the time of decertification. Consequences of Non -Compliance Breach of Contract Each contract with a Contractor (and each subcontract the Contractor signs with a Subcontractor) must include the following assurance clause: The Contractor, subrecipient, or Subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT -assisted contracts. Failure by the Contractor to carry CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-52 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 01 B out these requirements is a material breach of this Contract, which may result in the termination of this Contract or such other remedy as the recipient deems appropriate, which may include, but is not limited to: (1) Withholding monthly progress payments; (2) Assessing sanctions; (3) Liquidated damages; and/or (4) Disqualifying the Contractor from future bidding as non -responsible. Notice If the Contractor or any Subcontractor, Consultant, Regular Dealer, or service provider is deemed to be in non-compliance, the Contractor will be informed in writing, by certified mail by the Engineer that sanctions will be imposed for failure to meet the DBE COA Commitment and/or submit documentation of good faith efforts. The notice will state the specific sanctions to be imposed which may include impacting a Contractor or other entity's ability to participate in future contracts. Sanctions If it is determined that the Contractor's failure to meet all or part of the DBE COA Commitment is due to the Contractor's inadequate good faith efforts throughout the life of the Contract, including failure to submit timely, required Good Faith Efforts information and documentation, the Contractor may be required to pay DBE penalty equal to the amount of the unmet Commitment, in addition to the sanctions outlined in Section 1-07.11(5). Payment Compensation for all costs involved with complying with the conditions of this Specification and any other associated DBE requirements is included in payment for the associated Contract items of Work, except otherwise provided in the Specifications. 1-07.12 Federal AgencV Inspection (January 25, 2016 WSDOT GSP) Section 1-07.12 is supplemented with the following: Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) Revised May 1, 2012 and the amendments thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this Contract; provided, however, that if any of the provisions of FHWA 1273, as amended, are less restrictive than Washington State Law, then the Washington State Law shall prevail. The provisions of FHWA 1273, as amended, included in this Contract require that the Contractor insert the FHWA 1273 and amendments thereto in each Subcontract, together with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be included in each Subcontract requiring the Subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier Subcontracts, together with the wage rates. The Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each Subcontract for Subcontractors and lower tier Subcontractors. For this CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-53 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B purpose, upon request to the Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special Provision. 1-07.13 Contractor's Responsibility for Work 1-07.13 4 Repair of 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 1-07.16 2 Vegetation Protection and Restoration (August 2, 2010 WSDOT GSP) Section 1-07.16(2) is supplemented with the following: Vegetation and soil protection zones for trees shall extend out from the trunk to a distance of 1 foot radius for each inch of trunk diameter at breast height. Vegetation and soil protection zones for shrubs shall extend out from the stems at ground level to twice the radius of the shrub. Vegetation and soil protection zones for herbaceous vegetation shall extend to encompass the diameter of the plant as measured from the outer edge of the plant. 1-07.17 Utilities and Similar Facilities (April 2, 2007 WSDOT GSP, OPTION 1) Section 1-07.17 is supplemented with the following: Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience. UTILITY CONTACTS Puget Sound Energy Attn: Jason Airey 3130 S 38th St Tacoma, WA 98409 Telephone: (206) 348-9637 Century Link Attn: Tanaiya Anderson 23315 66th Ave S Kent, WA 98032 Telephone: (253) 313-8961 Lakehaven Water & Sewer District Comcast Attn: Andrew Weygandt Attn: Aaron Cantrell 31627 1 st Avenue S 4020 Auburn Way North Federal Way, WA 98003 Auburn, WA 98002 Telephone: (253)945-1624 Telephone: (253) 864-4281 CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-54 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 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 Damage Insurance Delete this section in its entirety, and replace it with the following: 1-07.18 Insurance (January 4, 2016 APWA GSP) 1-07.180) General Requirements A. The Contractor shall procure and maintain the insurance described in all subsections of section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best rating of not less than A-: VII and licensed to do business in the State of Washington. The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer's financial condition. B. The Contractor shall keep this insurance in force without interruption from the commencement of the Contractor's Work through the term of the Contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated below. C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims - made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Completion Date or earlier termination of this Contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-55 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 01B 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. ■ Consultants hired by the Contracting Agency for design, construction support, or materials testing. The above -listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4) describes limits lower than those maintained by the Contractor. For Commercial General Liability insurance coverage, the required additional insured endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-56 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 01B 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. 1-07.1$ 4 Verification of Coverage The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. Failure of Contracting Agency to demand such verification of coverage with these insurance requirements or failure of Contracting Agency to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor's obligation to maintain such insurance. Verification of coverage shall include: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07.18(2) as additional insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. 3. Any other amendatory endorsements to show the coverage required herein. 4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these requirements — actual endorsements must be submitted. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is required on this Project, a full and certified copy of that policy is required when the Contractor delivers the signed Contract for the work. 1-07.1815) 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 CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-57 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 or self -insured retention shall be the responsibility of the Contractor. In the event an additional insured incurs a liability subject to any policy's deductibles or self -insured retention, said deductibles or self -insured retention shall be the responsibility of the Contractor. 1-07.18 5 A Commercial General Liability Commercial General Liability insurance shall be written on coverage forms at least as broad as ISO occurrence form CG 00 01, including but not limited to liability arising from premises, operations, stop gap liability, independent contractors, products -completed operations, personal and advertising injury, and liability assumed under an insured contract. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement. Contractor shall maintain Commercial General Liability Insurance arising out of the Contractor's completed operations for at least three years following Substantial Completion of the Work. Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $2,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury each offense $1,000,000 Stop Gap / Employers' Liability each Accident 1-07.18(5)B Automobile Liability Automobile Liability shall cover owned, non -owned, hired, and leased vehicles; and shall be written on a coverage form at least as broad as ISO form CA 00 01. If the work involves the transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99 48 endorsements. Such policy must provide the following minimum limit: $1,000,000 Combined single limit each accident 1-07.18(5)C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 1-07.18 5 D Excess or Umbrella 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. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-58 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B 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 Safet 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. During nonworking hours equipment or materials shall not be within the WZCZ unless they are protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless protected as described above. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-59 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows: Regulatory Posted Speed Distance From Traveled Way Feet 35 mph or less 10 40 mph 15 45 to 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: Unless otherwise approved or shown on plans, the Contractor shall maintain two-way traffic during construction. If a lane closure is required, the Contractor shall obtain prior approval from the Engineer. If a lane closure is approved, at least one lane of traffic (alternating directions / fagger controlled) shall be maintained at all times using qualified flaggers placed in strategic locations to insure the public safety and minimize driver confusion. The vehicles waiting for the traffic operations to run in their direction of travel should not wait a period of time exceeding two (2) minutes. Regardless of the period of time, no queue greater than ten (10) cars in length will be allowed. • Any approved lane closures may be closed to traffic between the hours of 7:OOAM and 3:30PM unless otherwise specified by the Engineer. • Due to the project proximity to Dash Point State Park, the contractor is required to maintain access for oversized vehicles such as RV's, motor homes, and trailers through the project site at all times. • Working at night (8pm to lam weekdays, 8 pm-9am weekends & holidays) is not mandated by the City. Should the contractor schedule project work during nighttime hours, it shall be the Contractor's responsibility to obtain any required noise variance or exemption for such work. • For approved night work, the Contractor shall, at no additional cost to the City, make all arrangements for operations during hours of darkness. Flagger stations shall be illuminated using a minimum 150-watt floodlight. Lighting used for nighttime work shall, whenever possible, be directed away from or shielded from residences and oncoming traffic. Signs and barricades shall be supplemented by Type C steady burn lights to delineate edge of roadway during the hours of darkness. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-60 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01B + The Contractor shall keep all pedestrian routes & access points (including, but not limited to, sidewalks, and crosswalks when located within the project limits) open and clear at all times unless permitted otherwise by the Engineer in an approved traffic control plan. • An ADA accessible route must be provided through the project site at all times. ■ Pedestrians must have access to pedestrian push buttons at all times. The Contractor shall provide flaggers, signs, and other traffic control devices. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, sidewalks, or paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place. • All signs and traffic control devices for the permitted closures shall only be installed during the specified hours. Construction signs, if placed earlier than the specified hours of closure, shall be turned or covered so as not to be visible to motorists The Contractor shall be responsible for notifying all affected property owners and tenants prior to commencing the barricading of streets, alleys, sidewalks and driveways. Notifications should be at least 48 hours in advance of closures, if possible. • The Contractor shall, at all times throughout the project, conduct the work in such a manner as will obstruct and inconvenience vehicular and pedestrian traffic as little as possible. The streets, sidewalks and private 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. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-61 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 01B 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 (September 30, 2020 WSDOT GSP, OPTION 7) The last paragraph of Section 1-07.23(1) is revised to read: The Contractor shall conduct all operations to minimize any drop-offs (abrupt changes in roadway elevation) left exposed to traffic during nonworking hours. Unless otherwise specified in the Traffic Control Plan, drop-offs left exposed to traffic during nonworking hours shall be protected as follows with an accepted traffic control plan submittal in accordance with Section 1-10.2(2): 1. Drop-offs up to 0.20 foot, unless otherwise ordered by the Engineer, may remain exposed with appropriate warning signs alerting motorists of the condition. 2. Drop-offs more than 0.20 foot that are in the Traveled Way or Auxiliary Lane will not be allowed unless protected with appropriate warning signs and further protected as indicated in 3b or 3c below. 3. Drop-offs more than 0.20 foot, but no more than 0.50 foot, that are not within the Traveled Way shall be protected with appropriate warning signs and further protected by having one of the following: a. A wedge of compacted stable material placed at a slope of 4:1 or flatter. Channelizing devices (Type 1 barricades, plastic safety drums, or other devices 36 inches or more in height) placed along the traffic side of the drop-off and a new edge of pavement stripes placed a minimum of 3 feet from the drop-off. The maximum spacing between the devices in feet shall be the posted speed in miles per hour. Pavement drop-off warning signs shall be placed in advance and throughout the drop-off treatment. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-62 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01B c. A temporary concrete barrier, temporary steel barrier, or other approved traffic barrier installed on the traffic side of a drop-off with a new edge line placed a minimum of 2-feet from the traffic face of the barrier. The barrier shall have a lateral offset from the edge of the drop-off to the back of the barrier as follows: i. A minimum offset of 3-feet for temporary Type F or Type 2 concrete barrier when not anchored. ii. A minimum offset of 1-foot for temporary Type F or Type 2 concrete barrier when anchored on hot mix asphalt pavement as shown on WSDOT Standard Plans C-60.10 or K-80.35. iii. A minimum offset of 1-foot for temporary Type F concrete barrier when anchored on cement concrete pavement as shown on WSDOT Standard Plans C-60.10. iv. A minimum offset of 9-inches for temporary Type F or Type 2 concrete barrier when anchored on cement concrete pavement and/or concrete bridge decks as shown on WSDOT Standard Plan K-80.35. v. A minimum offset of 6-inches or 9-inches for temporary Type F or Type 2 narrow base concrete barrier when anchored on cement concrete pavement and concrete bridge decks as shown on WSDOT Standard Plan K-80.37. vi. A minimum offset following manufacturer recommendations for temporary steel barrier when no anchored; or when anchored on hot mix asphalt pavement, cement concrete pavement, or concrete bridge decks. vii. A minimum offset as directed by the Engineer for any barrier type or configuration not shown in this Section. An approved terminal, flare, or impact attenuator is required at the approach end of the barrier run, and is required at the trailing end of a barrier run in two-way operations when shown in the plans or as directed by the Engineer. 4. Drop-offs more than 0.50 foot not within the Traveled Way or Auxiliary Lane shall be protected with appropriate warning signs and further protected as indicated in 3a, 3b, or 3c if all of the following conditions are met: a. The drop-off is less than 2 feet; b. The total length throughout the project is less than 1 mile; c. The drop-off does not remain for more than 3 working days; CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-63 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 01B d. The drop-off is not present on any of the holidays listed in Section 1- 08.5; and e. The drop-off is only on one side of the Roadway. 5. Drop-offs more than 0.50 foot that are not within the Traveled Way or Auxiliary Lane and are not otherwise covered by No. 4 above shall be protected with appropriate warning signs and further protected as indicated in 3a or 3c. 6. Open trenches within the Traveled Way or Auxiliary Lane shall have a steel - plate cover placed and anchored over them. A wedge of suitable material, if required, shall be placed for a smooth transition between the pavement and the steel plate. Warning signs shall be used to alert motorists of the presence of the steel plates. 1-07.24 Rights of Way (July 23, 2015 APWA GSP) Delete this section and replace it with the following: Street Right of Way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public Right of Way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-64 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 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. 1-08 PROSECUTION AND PROGRESS Add the following new section: 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) 1-08.00) 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. 1-08,0(2) Hours of Work (December 8, 2014 APWA GSP) Add the following new section: Except in the case of emergency or unless otherwise approved by the Engineer, the normal working hours for the Contract shall be any consecutive 8-hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-65 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 break. If the Contractor desires different than the normal working hours stated above, the request must be submitted in writing prior to the preconstruction conference, subject to the provisions below. The working hours for the Contract shall be established at or prior to the preconstruction conference. All working hours and days are also subject to local permit and ordinance conditions (such as noise ordinances). If the Contractor wishes to deviate from the established working hours, the Contractor shall submit a written request to the Engineer for consideration. This request shall state what hours are being requested, and why. Requests shall be submitted for review no later than noon two working days prior to the day(s) the Contractor is requesting to change the hours. If the Contracting Agency approves such a deviation, such approval may be subject to certain other conditions, which will be detailed in writing. For example: 1. On non -Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency representatives who worked during such times. (The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees or third party consultants when, in the opinion of the Engineer, such work necessitates their presence.) 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 (December 19, 2019 APWA GSP, OPTION A) CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-66 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall submit to the Engineer a certification (WSDOT Form 420-004) that a written agreement between the Contractor and the subcontractor or between the subcontractor and any lower tier subcontractor has been executed. This certification shall also guarantee that these subcontract agreements include all the documents required by the Special Provision Federal Agency Inspection. A Subcontractor or lower tier Subcontractor will not be permitted to perform any work under the contract until the following documents have been completed and submitted to the Engineer: 1. Request to Sublet Work (Form 421-012), and 2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal -aid Projects (Form 420-004). The Contractor shall submit to the Engineer a completed Monthly Retainage Report (WSDOT Form 272-065) within 15 calendar days after receipt of every monthly progress payment until every Subcontractor and lower tier Subcontractor's retainage has been released. The ninth paragraph, beginning with "On all projects, ..." is revised to read: The Contractor shall certify to the actual amount received from the Contracting Agency and amounts paid to all firms that were used as Subcontractors, lower tier subcontractors, manufacturers, regular dealers, or service providers on the Contract. This includes all Disadvantaged, Minority, Small, Veteran or Women's Business Enterprise firms. This Certification shall be submitted to the Engineer on a monthly basis each month between Execution of the Contract and Physical Completion of the Contract using the application available at: https://wsdot.diversitycompliance.com. A monthly report shall be submitted for every month between Execution of the Contract and Physical Completion regardless of whether payments were made or work occurred. 1-08.3 Progress Schedule 1-08.3(2)A Type A Progress Schedule (March 13, 2012 APWA GSP) Revise this section to read: The Contractor shall submit 3 copies of a Type A Progress Schedule no later than at the preconStFUGtMn 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 CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-67 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 01B by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1-10.1(2). Upon Construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract. 1-08.5 Time for Completion (November 30, 2018 APWA GSP, OPTION A) Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor is approved to work 10 hours a day and 4 days a week (a 4-10 schedule) and the _fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that dam 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)). CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-68 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 b. Material Acceptance Certification Documents c. Monthly Reports of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor and all Subcontractors f. A copy of the Notice of Termination sent to the Washington State Department of Ecology (Ecology); the elapse of 30 calendar days from the date of receipt of the Notice of Termination by Ecology; and no rejection of the Notice of Termination by Ecology. This requirement will not apply if the Construction Stormwater General Permit is transferred back to the Contracting Agency in accordance with Section 8-01.3(16). 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 90 working days. 1-08.6 Suspension of Work (January 2, 2018 WSDOT GSP, OPTION 2) Section 1-08.6 is supplemented with the following: Contract time may be suspended for procurement of critical materials (Procurement Suspension). In order to receive a Procurement Suspension, the Contractor shall within 21 calendar days after execution by the Contracting Agency, place purchase orders for all materials deemed critical by the Contracting Agency for physical completion of the contract. The Contractor shall provide copies of purchase orders for the critical materials. Such purchase orders shall disclose the purchase order date and estimated delivery dates for such critical material. The Contractor shall show procurement of the materials listed below as activities in the Progress Schedule. If the approved Progress Schedule indicates the materials procurement are critical activities, and if the Contractor has provided documentation that purchase orders are placed for the critical materials within the prescribed 21 calendar days, then contract time shall be suspended upon physical completion of all critical work except that work dependent upon the listed critical materials: *** Luminaire Poles *** Charging of contract time will resume upon delivery of the critical materials to the Contractor or 120 calendar days after execution by the Contracting Agency, whichever occurs first. 1-08.9 Liquidated Damage (September 8, 2020 WSDOT GSP, OPTION 3) Section 1-08.9 is supplemented with the following: Liquidated damages in the amount of $2,100 per working day will be assessed for failure to physically complete the Contract within the physical completion time specified. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-69 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01B 1-09 MEASUREMENT AND PAYMENT 1-09.2(1) General Requirements for Weighing Equipment (January 13, 2021, WSDOT GSP, OPTION 2) Section 1-09.2(1) is revised to read as follows: Unless specified otherwise, any Highway or Bridge construction materials to be proportioned or measured and paid for by weight shall be weighed on a scale. Scales — Scales shall: 1. Be accurate to within 0.5 percent of the correct weight throughout the range of use; 2. Not include spring balances; 3. Include beams, dials, or other reliable readout equipment; 4. Be built to prevent scale parts from binding, vibrating, or being displaced and to protect all working parts from falling material, wind, and weather; and 5. Be carefully maintained, with bunkers and platforms kept clear of accumulated materials that could cause errors and with knife edges given extra care and protection. Scale Operations — "Contractor -provided scale operations" are defined as operations where a Scale is set up by the Contractor specifically for the project and most, if not all, material weighed on the scale is utilized for Contract Work. In this situation, the Contractor shall provide a person to operate the project scale, generate E-Tickets, perform scale checks, and prepare reports. "Commercial scale operations" include the use of established scales used to sell materials to the public on a regular basis. In addition, for the purposes of this Specification, all batch, hopper, and belt scale are considered to be commercial scales. When a commercial scale is used as the project scale, the Contractor may utilize a commercial scale operator provided it is at no additional cost to the Contracting Agency. In addition, the Contractor shall ensure that: 1. The Engineer is allowed to observe the weighing operation and check the daily scale weight record; 2. Scale verification checks are performed at the direction of the Contracting Agency (see Section 1-09.2(5)); 3. Several times each day, the scale operator records and makes certain the platform scale balances and returns to zero when the load is removed; and CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-70 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 4. Test results and Daily Summary Reports for each day's hauling operations are provided to the Engineer daily. Trucks and E-Tickets — Each truck to be weighed shall bear a unique identification number. This number shall be legible and in plain view of the scale operator. The contractor shall provide E-tickets for all weighed materials. All E-tickets shall, at a minimum, contain the following information: 1. Date of haul; 2. Contract number; 3. Contract unit Bid item; 4. Unit of measure; 5. Identification number of hauling vehicle; and 6. Weight delivered: a. Net weight in the case of batch and hopper scales. b. Gross weight, tare weight (am and pm minimum), and net weight in the case of platform scales. c. Approximate load out weight in the case of belt conveyor scales. The E-Ticket shall be uploaded to a designated site so that it can be accessed by the material receiver at the material delivery point. The material delivery point is defined as the location where the material is incorporated into the permanent Work. The Contractor's representative shall make report summaries available to the Engineer's designated receiver, not later than the end of shift, for reconciliation. E-tickets for loads not verified as delivered will receive no pay. Electronic Delivery Management System (E-Ticketing) No fewer than 30 days prior to delivery or placement activities, the Contractor shall submit a Type 2 Working Drawing to the Engineer detailing all E-Ticketing Systems used to provide the required information. It is recognized that multiple systems may be used to accommodate individual Contractors and Material supplier capabilities. The Working Drawings shall explain how partial loads will be tracked, and include contingency plans for lost internet connectivity and/or phone reception. The Contractor shall provide on -site technical assistance and training during the initial setup to all parties requiring access to the e-ticket information. The Contractor shall provide ETS support as necessary during the Work to ensure effective ongoing utilization. Equipment The Contractor shall demonstrate that the ETS can provide the following. The ETS shall be fully integrated with the Contractor's Load Read -Out scale system at the material source site. In the absence of a fully integrated system, CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-71 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 018 digital data can be captured by a photo of the ticket (pdf ticket) generated at the scale at load out. The information shall be immediately uploaded to a designated site so the information can be accessed by the Inspector located at the material delivery site. 2. The ETS shall be accessible by real-time monitoring with a mobile communication device such as a tablet, smartphone, etc. The Material Source site (point of load out) shall have a reliable, stable internet connection, with a local Wi-Fi device (hot spot) in areas with poor or no cell service. The Contractor shall install and operate equipment in accordance with their accepted ETS. The Type 2 Working Drawing shall identify an alternative method for manually capturing and electronically delivering data if internet access and/or cell phone service is temporarily unavailable at the load out site. E-Tickets The E-Tickets must provide at a minimum, the information required in Section 1-09.2(1) for truck weight measurement and Section 6-02.3(5)B for concrete delivery. Daily Summary Report The Contractor shall provide to the Engineer a means in which to gather report summaries using mobile communication devices. The following summary of information shall be provided to the Engineer electronically, in a file format that cannot be edited, at the end of the days hauling operation or as agreed to by the Project Engineer. The summary report shall include: 1. For each Material a. List of Individual Loads including; Contractor Name and Material Producer Project Number and County iii. Truck Number iv. Net Weight for Payment (nearest 0.1 tons) or volume for payment V. Date Placed vi. Time Loaded CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-72 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B 2. For each Bid Item: a. Total Quantity for Payment (weight or volume) Payment Payment will be made for the following bid item when included in the proposal: "Electronic Ticketing System", lump sum. The lump sum contract price for "Electronic Ticketing System" shall be full pay for all costs related to providing all equipment, information, and reporting. All quality control procedures including technical support and on -site training shall be included in the Contract lump sum price. (July 23, 2015 APWA GSP, OPTION 2) Revise item 4 of the fifth paragraph to read: 4. Test results and scale weight records for each day's hauling operations are provided to the Engineer daily. Reporting shall utilize WSDOT form 422-027, Scaleman's Daily Report, unless the printed ticket contains the same information that is on the Scaleman's Daily Report Form. The scale operator must provide AM and/or PM tare weights for each truck on the printed ticket. 1-09.2(5) Measurement (May 2, 2017 APWA GSP) Revise the first paragraph to read Scale Verification Checks — At the Engineer's discretion. the Engineer may perform verification checks on the accuracy of each batch, hopper, or platform scale used in weighing contract items of Work. 1-09.6 Force Account (October 10, 2008 APWA GSP) Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1-09.9 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 CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-73 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 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. 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. 1-09.901 Retaina_ge (June 27, 2011 WSDOT GSP, OPTION 1) Section 1-09.9(1) content and title is deleted and replaced with the following: CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-74 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01B Vacant 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. 1-09.13 3 A Administration of Arbitration (November 30, 2018 APWA GSP) Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headquarters is located, provided that where clalms 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) CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-75 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 Section 1-10.1(2) is supplemented with the following: City of Federal Way Project Signs City of Federal Way Project signs shall be considered Construction Signs Class A. The Contractor shall provide two (2) project signs (4' x 8') per the detail available from the City. 1-10.2 Traffic Control Management 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: • Stop line locations with station and offset to verify safety of intersection turning radius for vehicles. • Minimum lane widths provided for vehicular travel. Turn pocket length, gap, and tapers in conformance with the City of Federal Way Standard Detail DWG 3-19A. 2. Detours will not be allowed except as noted herein or Section 1-07.23(2) as amended. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-76 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 01 B 3. Temporary paint striping, reflective marking tape, and/or retroreflective tubular markers shall be required for each shift of traffic control. The Contractor shall provide temporary striping, reflective marking tape, and/or reflective tubular markers as required at the direction of the Engineer. 4. The Contractor provided Traffic Control Plans shall lay out traffic control device spacing, tapers, etc., to scale, and shall contain accurate dimensions and legends and shall be signed by the preparer. 1-10.3 Traffic Control Labor, Procedures and Devices (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. 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. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-77 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B 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(2) Item Bids with Lump Sum for Incidentals (August 2, 2004 WSDOT GSP, OPTION 1) Section 1-10.4(2) is supplemented with the following: The proposal does not contain the item "Project Temporary Traffic Control", lump sum. The provisions of Section 1-10.4(2) shall apply. 1-10.4(2) Contractor Provided Uniformed Police Officer (May 20, 2020 WSDOT GSP, OPTION 6) Section 1-10.4(2) is supplemented with the following: "Contractor Provided Uniformed Police Officer" will be measured by the hour. (June 12, 2020 CFW GSP) Section 1-10.4(2) is supplemented with the following: The off -duty uniformed police officer hours, as stated in the proposal, are the City's estimate, without knowledge of the contractor's specific method of operation, and has been presented for the purpose of providing a common amount for all bidders. Hours measured for "Contractor Provided Uniformed Police Officer" will be for actual hours spent on site providing traffic control duties. Additional hours due to minimum hours billed by the Police Department, due to requiring fewer UPO hours than anticipated/scheduled, or due to cancellations (unless outside of the control of the Contractor) will be the responsibility of the Contractor. 1-10.5 Payment 1-10.5 2 Item Bids with Lurng Sum for Incidentals Section 1-10.5(2) is supplemented with the following: (May 20, 2020 WSDOT GSP, OPTION 5) "Contractor Provided Uniformed Police Officer", per hour. The unit Contract price per hour for "Contractor Provided Uniformed Police Officer" shall be full pay for performing the Work as specified and as shown in the Plans, including all costs for arrangement for and supervision of a uniformed law enforcement personnel and vehicles to participate in the Contractor's traffic control activities. END OF DIVISION 1 CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-78 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01B DIVISION 2 EARTHWORK Fail 444114.1n Lei 2-01.1 Description (March 13, 1995 WSDOT GSP, OPTION 1) Section 2-01.1 is supplemented with the following: Clearing and grubbing on this project shall be performed within the following limits: Limits for clearing & grubbing shall be as shown on the plans. Clearing shall include removal of trees as noted on the plans or additional trees identified during construction as directed by the Engineer to accommodate the improvements. Tree removal shall include removal of stumps and/or grinding of stumps to a depth at least two feet below finish grade. 2-01.3 Construction Requirements 2-01.3 3 Clearinq Limit Fence (April 12, 2018 CFW GSP) Section 2-01.3(3) is a new section: Clearing limit fence shall be 4-feet high, orange, high density polyethylene fencing with mesh openings 1'h-inch by 3-inches nominal and weigh at least 7 oz. per linear foot. Either wood or steel posts shall be used. Wood posts shall have minimum dimensions of 1'/2 inches by 11/ inches by the minimum length of 5 feet, and shall be free of knots, splits, or gouges. Steel posts shall consist of either size No. 6 rebar or larger, ASTM A 120 steel pipe with a minimum diameter of 1 inch, U, T, L or C shape steel posts with a minimum weight of 1.35 lbs./ft. or other steel posts having equivalent strength and bending resistance to the post sizes listed. The spacing of the support posts shall be a maximum of 6'h feet. 2-01.3(4) Roadside Cleanup (January 5, 1998 WSDOT GSP, OPTION 1) Section 2-01.3(4) is supplemented with the following: The Contractor shall restore, repair or correct all portions of the roadside or adjacent landscapes that were unavoidably damaged due to the performance or installation of the specified work. Unavoidable damage shall be determined only by the Engineer. All materials utilized shall be in accordance with Sections 9-14 and 9-15 and other applicable sections of the Standard Specifications or Special Provisions, whichever may apply. All work shall be performed in accordance with Sections 8-02 and 8-03 and other applicable sections of the Standard Specifications. The Contractor shall review the work with the Engineer and receive approval to proceed prior to commencing the work. 2-01.4 Measurement (April 12, 2018 CFW GSP) Section 2-01.4 is supplemented with the following: "Clearing and Grubbinq"will be measured on a lump sum basis. Installation, maintenance, and removal of the Clearing Limit Fence shall be included in the Clearing and Grubbing bid item. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-79 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 2-01.5 Payment (April 12, 2018 CFW GSP) Section 2-01.5 is supplemented with the following- "Clearing and Grubbing °', lump sum. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.1 Description (September 30, 1996 WSDOT GSP, OPTION 4) Section 2-02.1 is supplemented with the following: The Contractor is advised that asbestos may be present on this project. 2-02.3 Construction Requirements (February 17, 1998 WSDOT GSP, OPTION 1) Section 2-02.3 is supplemented with the following: Removal of Obstructions The Contractor shall remove and dispose of all items shown on the plans and other minor items necessary to complete the work. The following partial list of items to be removed and disposed of is provided for the convenience of the contractor. The contractor shall review the plans, specifications, and project site to verify other items to be removed. Items to be removed include, but is not limited to, the following: ITEMS TO BE REMOVED INCUDE, BUT IS NOT LIMITED TO, THE FOLLOWING: STATION / I ITEM DESCRIPTION QUANTITY OFFSET 21 +25 RT 21+25 RT Remove Rockery Remove Quarry Spalls 160 SF 60 SF Removal of pavements, curbs, sidewalks, concrete, and driveway approaches are included in the "Roadway Excavation Incl. Haul" bid item. 2-02.3 Construction Re uirements 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters (April 12, 2018 CFW GSP) Section 2-02.3(3) is supplemented with the following: Prior to removal of pavement, the Contractor shall make a full -depth sawcut to delineate the areas of pavement removal from those areas of pavement to remain. The Engineer shall approve the equipment and procedures used to make the full - depth sawcut. No wastewater from the sawcutting operation shall be released directly to any stream or storm sewer system. Removal of pavement, curbs, gutters, and sidewalks within the entire project limits shall be measured and paid as "Roadway Excavation incl. Haul" in accordance with Section 2-03. 2-02.3(4) Removal of Drainage Structures (April 12, 2018 CFW GSP) Section 2-02.3(4) is a new section: Where shown in the Plans or where designated by the Engineer, the Contractor shall remove existing catch basins, manholes, pipes, and other drainage features in accordance with Section 2-02 of the Standard Specifications. Removal shall be CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-80 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 conducted in such a manner as to prevent damage to surrounding facilities including any existing storm sewers, sanitary sewers, electrical conduits or other facilities to remain. All remaining facilities including but not limited to storm sewers, sanitary sewers, monuments, valves, vaults, and electrical conduits damaged due to the Contractor's operations shall be replaced by the Contractor to the satisfaction of the Engineer at no additional cost to the Contracting Agency. Catch basins, manholes, and other drainage structures designated for removal, including all debris, shall be completely removed. All removed catch basins, manholes, and other drainage structures shall become the property of the Contractor and shall be disposed of in accordance with Section 2-02 of the Standard Specifications. All undamaged frames, grates, and solid covers in a re -useable condition shall become the property of the City of Federal Way and shall be delivered to a location specified by the Engineer. Sawcutting (full depth) of existing asphalt concrete pavement and cement concrete curb and gutter surrounding the structure required for removal will be considered incidental to the removal of the catch basin, manhole, or other drainage structures. Sawcuts shall be in accordance with Section 2-02 of these Special Provisions. Backfilling of catch basins, manholes, pipes and other drainage structures to be removed and replaced shall not be performed until the new structure is installed and shall be in accordance with Section 7-05. Backfilling of a structure to be replaced shall be considered incidental to the construction and installation of the new catch basin, manhole, or other drainage structure. Backfilling of catch basins, manholes, pipes and other drainage structures to be completely removed shall be performed using gravel borrow paid in accordance with the Bid Schedule. Prior to backfilling any voids, the Contractor shall remove pipe as noted in the plans. Pipe shown to be abandoned or ordered by the Engineer to be abandoned shall be filled with CDF in accordance with Section 2-09.3(1)E of the Standard Specifications. Plugging pipe ends shall be considered incidental and included in the pipe removal and no additional payment will be made. The Contractor shall maintain existing drainage, where designated by the Engineer, until the new drainage system is completely installed and functioning. 2-02.3(5) Ad'lust 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. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-81 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B Existing facilities shall be adjusted to the finished grade as shown in the Drawings and as further specified herein. Existing box, ring, grate, and cover shall be reset in a careful and workmanlike manner to conform to the new grade. Special care shall be exercised in all operations. Any damage occurring to the manholes, concrete inlets, monument cases, valve boxes, or water mains, due to the Contractor's operations, shall be repaired at the Contractor's own expense. Adjustments shall be made using bricks, concrete blocks, or cement, and the interior of the manhole adjustment shall be mortared smoothly. All covers and frames shall be thoroughly cleaned. The Contractor shall be responsible for referencing and keeping a record of such references of all manholes, catch basins, monument cases, meter boxes, and valve boxes encountered, and shall submit a copy of these references to the Engineer. The manholes, catch basins, monument cases, meter boxes, and valve boxes shall be adjusted to grade in accordance with Section 1-05.3(1). Final restoration of finished grade surfaces shall be performed in the following manner: 1. Within a Gravel Surface: Provide a 6-inch-deep and 6-inch-wide concrete collar installed and restored with 3 inches of crushed surfacing top course. 2. Within a Grass Surface: Provide crushed surfacing top course backfill and 3 inches of Topsoil Type A, and seed. 3. Within an Asphalt Cement Concrete Paved Surface: See City standard detail for Utility Adjustment. 2-02.3 6 Existing Utilities to Remain (April 12, 2018 CFW GSP) 2-02.3(6) is a new section: Utilities indicated in the Plans to remain shall be protected and supported in place in such a manner that they remain functional and undamaged. Utilities indicated to remain that are damaged as a result of Contractor's activity shall be repaired or replaced to the satisfaction of the Contracting Agency at no additional cost. 2-02.4 Vacant (April 12, 2018 CFW GSP) Section 2-02.4 Vacant shall be deleted and replaced with the following: 2-02.4 Measurement "Sawcutting" will be measured by the linear foot for pavement removal. "Remove Existing Catch Basin" will be measured per each. 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: "Removal of Structure and Obstruction", lump sum. Structure Excavation Class B for the removal of items shall be considered included in this bid item. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-82 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 018 "Sawcutting", per linear foot. Sawcutting necessary for utility and stormwater installation are incidental to the measurement and payment of those contract items. "Remove Existing Catch Basin", per each. 2-03 ROADWAY gXCAVATIGN AND EMBANKMENT 2-03.2 Pavement Removal (April 12, 2018 CFW GSP) Section 2-03.2 is replaced with the following: Where shown in the Plans or where designated by the Engineer, the Contractor shall remove asphalt, concrete, Portland cement concrete pavement, sidewalks and curbs. Prior to removal, the Contractor shall make a full -depth sawcut to delineate the areas of pavement removal from those areas of pavement to remain. The Engineer shall approve the equipment and procedures used to make the full -depth sawcut. No wastewater from the sawcutting operation shall be released directly to any stream or storm sewer system. Alternatively, the Contractor may elect grinding for pavement removal, where appropriate. The removed pavement shall become the property of the Contractor and shall be removed from the project. Damage caused to portions of the pavement to remain, due to the Contractor's operation, shall be repaired by the Contractor at the Contractor's expense and to the satisfaction of the Engineer. Removal of pavement, sidewalks, curbs, and gutters throughout the project shall be measured and paid as "Roadway Excavation Incl. Haul" and no additional payment will be made. 2-03.3 Construction 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 2-03.3(14)E Unsuitable Foundation Excavation (February 9, 2021 Project Specific GSP Section 2-03.3(14)E is supplemented with the following: All embankments shall be founded on dense, non -yielding granular foundation soil as approved by the engineer. Remove all organic materials and debris, trash, and all other deleterious material prior to beginning construction of new embankments. Proof roll the foundation to verify dense non -yielding conditions. Section 2-03.3(14)G Backfillinq (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. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-83 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B Section 2-03.3 14 N Wet Weather Earthwork (April 12, 2018 CFW GSP) Section 2-03.3(14)N is a new section: Earthwork completed in wet weather or under wet conditions shall be accomplished in small sections to minimize exposure to wet weather. Each section shall be sufficiently small so that the removal of soil and placement of backfill can be accomplished on the same day. No soil shall be left un-compacted and exposed to water. Soil that is too wet for compaction shall be removed and replaced with Gravel Borrow material. Grading and earthwork should not be accomplished during periods of heavy continuous rainfall. 2-03.4 Measurement (March 13, 1995 WSDOT GSP, OPTION 2) Section 2-03.4 is supplemented with the following: Only one determination of the original ground elevation will be made on this project. Measurement for roadway excavation and embankment will be based on the original ground elevations recorded previous to the award of this contract. If discrepancies are discovered in the ground elevations, which will materially affect the quantities of earthwork, the original computations of earthwork quantities will be adjusted accordingly. Earthwork quantities will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method or by the finite element analysis method utilizing digital terrain modeling techniques. Copies of the ground cross-section notes will be available for the bidder's inspection, before the opening of bids, at the Engineer's office and at the Region office. Upon award of the contract, copies of the original ground cross -sections will be furnished to the successful bidder on request to the Engineer. (April 12, 2018 CFW GSP) Section 2-03.4 is supplemented with the following: If the Contractor excavates outside the neat -line limits designated for "Roadway Excavation, Incl. Haul" or performs extra excavation, it shall be considered for the Contractor's benefit and shall be included in the cost of other Bid Items. The quantities for Gravel Borrow shall be computed based on the in -situ measurement. 2-03.5 Payment (April 12, 2018 CFW GSP) Section 2-03.5 is supplemented with the following: Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: "Roadway Excavation Incl. Haul", per cubic yard. "Gravel Borrow, Incl. Haul", per ton CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-84 PROJECT 36217 CFWSPECIAL PROVISIONS VER 2021 018 (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 STRU TUBE EXCAVATION 2-09.3 Construction Requirements 2-09.3 1 General Requirements (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 SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-85 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 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 Backfillin (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. 2-09.3(3) Construction Requirements, Structure Excavation, Class A 2-09.3(3)F Trench Safety Systems (March 17, 2020 CFW GSP) Add the following new subsection: The Contractor shall provide all materials, labor, and equipment necessary to shore trenches to protect the Work, and existing improvements and natural features not designated for removal, and to provide safe working conditions in the trench. The Contractor may elect to use any combination of shoring and overbreak, tunneling, boring, sliding trench shield, or other method of accomplishing the Work consistent with applicable local, State, or Federal safety codes. If workers enter any trench four (4) feet or more in depth that does not meet the open pit requirements of Section 2-09.3(3)B, the excavation shall be shored as provided in Section 2-09.3(4). The Contractor alone shall be responsible for worker safety, and the Contracting Agency assumes no responsibility. Upon completing the Work, the Contractor shall remove all shoring unless the Plans or the Engineer direct otherwise. Shoring to be removed, or moveable trench shields or boxes, shall be located at least two and one-half (2-1/2) pipe diameters away from metal or thermoplastic pipe if the bottom of the shoring, shield, or box extends below the top of the pipe, unless a satisfactory means of reconsolidating the bedding or side support material disturbed by shoring removal can be demonstrated. Damages resulting from improper shoring or failure to shore shall be the sole responsibility of the Contractor. The furnishing by the Contracting Agency of resident project representation and inspection shall not make the Contracting Agency responsible for the CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-86 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 enforcement of such laws, rules, regulations, or procedures, nor shall such make the Contracting Agency responsible for construction means, methods, techniques, sequences, procedures, or for the Contractor's failure to properly perform the Work necessary for proper trench excavation safety. 2-09.4 Measurement (March 17, 2020 CFW GSP) Section 2-09.4 is supplemented with the following: Shoring or Extra Excavation Class B will be measured for payment only when the excavation is four -feet (4') or deeper. 2-09.5 Payment (March 17, 2020 CFW GSP) Replace the fourteenth paragraph with the following: The unit contract price per square foot for "Shoring or Extra Excavation Class B" shall be full pay for furnishing, placing, moving, and removing temporary shoring, or equivalent trench stabilization and worker protection system, and for all excavation, backfill, compact, and other work required when extra excavation is used in lieu of such temporary shoring or equivalent trench safety system. If select backfill material is required for backfilling within the limits of the excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense. END OF DIVISION 2 CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-87 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 01 B DIVISION 3 AGGREGATE PRODUCTION AND ACCEPTANCE 3-01 PRODUCTION FROM QUARRY AND PIT SITES 3-01.4 Contractor Furnished Material Sources 3-01.401 Acquisition and Development (April 12, 2018 CFW GSP) Section 3-01.4(1) is supplemented with the following: No source has been provided for any materials necessary for the construction of these improvements. If the source of material provided by the Contractor necessitates hauling over roads other than City streets, the Contractor shall, at his own cost and expense, make all arrangements for the use of haul routes. END OF DIVISION 3 CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-88 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B DIVISION 4 BASES 4-04 BALLAST AND CRUSHED SURFACING 4-04.3 Construction Reouirements 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 SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-89 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021.01E DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5-04 HOT MIX ASPHALT (July 18, 2018 APWA GSP) Delete Section 5-04 and amendments, Hot Mix Asphalt and replace it with the following. 5-04.1 Description This Work shall consist of providing and placing one or more layers of plant -mixed hot mix asphalt (HMA) on a prepared foundation or base in accordance with these Specifications and the lines, grades, thicknesses, and typical cross -sections shown in the Plans. The manufacture of HMA may include warm mix asphalt (WMA) processes in accordance with these Specifications. WMA processes include organic additives, chemical additives, and foaming. HMA shall be composed of asphalt binder and mineral materials as may be required, mixed in the proportions specified to provide a homogeneous, stable, and workable mixture. 5-04.2 Materials Materials shall meet the requirements of the following sections Asphalt Binder 9-02.1(4) Cationic Emulsified Asphalt 9-02.1(6) Anti -Stripping Additive 9-02.4 HMA Additive 9-02.5 Aggregates 9-03.8 Recycled Asphalt Pavement 9-03.8(3)B Mineral Filler 9-03.8(5) Recycled Material 9-03.21 Portland Cement 9-01 Sand 9-03.1(2) (As noted in 5-04.3(5)C for crack sealing) Joint Sealant 9-04.2 Foam Backer Rod 9-04.2(3)A The Contract documents may establish that the various mineral materials required for the manufacture of HMA will be furnished in whole or in part by the Contracting Agency. If the documents do not establish the furnishing of any of these mineral materials by the Contracting Agency, the Contractor shall be required to furnish such materials in the amounts required for the designated mix. Mineral materials include coarse and fine aggregates, and mineral filler. The Contractor may choose to utilize recycled asphalt pavement (RAP) in the production of HMA. The RAP may be from pavements removed under the Contract, if any, or pavement material from an existing stockpile. The Contractor may use up to 20 percent RAP by total weight of HMA with no additional sampling or testing of the RAP. The RAP shall be sampled and tested at a frequency of one sample for every 1,000 tons produced and not less than ten samples per project. The asphalt content and gradation test data shall be reported to the Contracting Agency when submitting the mix design for approval on the QPL. The Contractor shall include the RAP as part of the mix design as defined in these Specifications. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-90 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 01 B 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). 5-04.20 A Vacant 5-04.2(2) Mix Design —Obtaining Proiect Approval No paving shall begin prior to the approval of the mix design by the Engineer. Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. The Proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation. Nonstatistical Mix Design. Fifteen days prior to the first day of paving the contractor shall provide one of the following mix design verification certifications for Contracting Agency review; • The WSDOT Mix Design Evaluation Report from the current WSDOT QPL, or one of the mix design verification certifications listed below. • The proposed HMA mix design on WSDOT Form 350-042 with the seal and certification (stamp & sig-nature) of a valid licensed Washington State Professional Engineer. • The Mix Design Report for the proposed HMA mix design developed by a qualified City or County laboratory that is within one year of the approval date.** The mix design shall be performed by a lab accredited by a national authority such as Laboratory Accredita-tion Bureau, L-A-B for Construction Materials Testing, The Construction Materials Engineering Council (CMEC's) ISO 17025 or AASHTO Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO: resource proficiency sample program. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-91 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B Mix designs for HMA accepted by Nonstatistical evaluation shall; Have the aggregate structure and asphalt binder content determined in accordance with WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9-03.8(2), except that Hamburg testing for ruts and stripping are at the discretion of the Engineer, and 9-03.8(6). Have anti -strip requirements, if any, for the proposed mix design determined in accordance with AASHTO T 283 or T 324, or based on historic anti -strip and aggregate source compatibility from previous WSDOT lab testing. At the discretion of the Engineer, agencies may accept verified mix designs older than 12 months from the original verification date with a certification from the Contractor that the materials and sources are the same as those shown on the original mix design. Commercial Evaluation Approval of a mix design for "Commercial Evaluation" will be based on a review of the Contractor's submittal of WSDOT Form 350-042 (For commercial mixes, AASHTO T 324 evaluation is not required) or a Mix Design from the current WSDOT QPL or from one of the processes allowed by this section. Testing of the HMA by the Contracting Agency for mix design approval is not required. For the Bid Item Commercial HMA, the Contractor shall select a class of HMA and design level of Equivalent Single Axle Loads (ESAL's) appropriate for the required use. 5-04.2(2)B Usincf 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 6-04.3 1 Weather Limitations Do not place HMA for wearing course on any Traveled Way beginning October 1 st 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 Pavi Compacted Thickness (Feet) Wearing Course Less than 0.10 55-F 0.10 to .20 45-F More than 0.20 35-F Other Courses 45-F 35-F 35-F CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-92 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 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. 5-04.3131 Eauir)ment 5-04.3 3 A Mixincl 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 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 CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-93 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01B 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. 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 CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-94 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021.01E referencing device and a slope control device. When the finish of the grade prepared for paving is superior to the established tolerances and when, in the opinion of the Engineer, further improvement to the line, grade, cross-section, and smoothness can best be achieved without the use of the reference line, a mat referencing device may be substituted for the reference line. Substitution of the device will be subject to the continued approval of the Engineer. A joint matcher may be used subject to the approval of the Engineer. The reference line may be removed after the completion of the first course of HMA when approved by the Engineer. Whenever the Engineer determines that any of these methods are failing to provide the necessary vertical control, the reference lines will be reinstalled by the Contractor. The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and accessories necessary for satisfactory operation of the automatic control equipment. If the paving machine in use is not providing the required finish, the Engineer may suspend Work as allowed by Section 1-08.6. Any cleaning or solvent type liquids spilled on the pavement shall be thoroughly removed before paving proceeds. 5-04.3(3)D Material Transfer Device or Material Transfer Vehicle A Material Transfer Device/Vehicle (MTD/V) shall only be used with the Engineer's approval, unless other -wise required by the contract. Where an MTD/V is required by the contract, the Engineer may approve paving without an MTD/V, at the request of the Contractor. The Engineer will determine if an equitable adjustment in cost or time is due. When used, the MTD/V shall mix the HMA after delivery by the hauling equipment and prior to laydown by the paving machine. Mixing of the HMA shall be sufficient to obtain a uniform temperature throughout the mixture. If a windrow elevator is used, the length of the windrow may be limited in urban areas or through intersections, at the discretion of the Engineer. To be approved for use, an MTV: 1. Shall be self-propelled vehicle, separate from the hauling vehicle or paver. 2. Shall not be connected to the hauling vehicle or paver. 3. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 4. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 5. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. To be approved for use, an MTD 1. Shall be positively connected to the paver. 2. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 3. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 4. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-95 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 5-04.3 3 E Rollers Rollers shall be of the steel wheel, vibratory, oscilatory, or pneumatic tire type, in good condition and capable of reversing without backlash. Operation of the roller shall be in accordance with the manufacturer's recommendations. When ordered by the Engineer for any roller planned for use on the project, the Contractor shall provide a copy of the manufacturer's recommendation for the use of that roller for compaction of HMA. The number and weight of rollers shall be sufficient to compact the mixture in compliance with the requirements of Section 5-04.3(10). The use of equipment that results in crushing of the aggregate will not be permitted. Rollers producing pickup, washboard, uneven compaction of the surface, displacement of the mixture or other undesirable results shall not be used. 5-04.3(4) Preparation of Existing Paved Surfaces When the surface of the existing pavement or old base is irregular, the Contractor shall bring it to a uniform grade and cross-section as shown on the Plans or approved by the Engineer. Preleveling of uneven or broken surfaces over which HMA is to be placed may be accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as approved by the Engineer. Compaction of preleveling HMA shall be to the satisfaction of the Engineer and may require the use of small steel wheel rollers, plate compactors, or pneumatic rollers to avoid bridging across preleveled areas by the compaction equipment. Equipment used for the compaction of preleveling HMA shall be approved by the Engineer. Before construction of HMA on an existing paved surface, the entire surface of the pavement shall be clean. All fatty asphalt patches, grease drippings, and other objectionable matter shall be entirely removed from the existing pavement. All pavements or bituminous surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. All holes and small depressions shall be filled with an appropriate class of HMA. The surface of the patched area shall be leveled and compacted thoroughly. Prior to the application of tack coat, or paving, the condition of the surface shall be approved by the Engineer. A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is to be placed or abutted; except that tack coat may be omitted from clean, newly paved surfaces at the discretion of the Engineer. Tack coat shall be uniformly applied to cover the existing pavement with a thin film of residual asphalt free of streaks and bare spots at a rate between 0.02 and 0.10 gallons per square yard of retained asphalt. The rate of application shall be approved by the Engineer. A heavy application of tack coat shall be applied to all joints. For Roadways open to traffic, the application of tack coat shall be limited to surfaces that will be paved during the same working shift. The spreading equipment shall be equipped with a thermometer to indicate the temperature of the tack coat material. 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. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-96 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B 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. 5-04.3(41A Crack Sealin 5-04.3(4)A1 General When the Proposal includes a pay item for crack sealing, seal all cracks % inch in width and greater. Cleaning: Ensure that cracks are thoroughly clean, dry and free of all loose and foreign material when filling with crack sealant material. Use a hot compressed air lance to dry and warm the pavement surfaces within the crack immediately prior to filling a crack with the sealant material. Do not overheat pavement. Do not use direct flame dryers. Routing cracks is not required. Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly mix the components and pour the mixture into the cracks until full. Add additional CSS-1 cationic emulsified asphalt to the sand slurry as needed for workability to ensure the mixture will completely fill the cracks. Strike off the sand slurry flush with the existing pavement surface and allow the mixture to cure. Top off cracks that were not completely filled with additional sand slurry. Do not place the HMA overlay until the slurry has fully cured. The sand slurry shall consist of approximately 20 percent CSS-1 emulsified asphalt, approximately 2 percent portland cement, water (if required), and the remainder clean Class 1 or 2 fine aggregate per section 9-03.1(2). The components shall be thoroughly mixed and then poured into the cracks and joints until full. The following day, any cracks or joints that are not completely filled shall be topped off with additional sand slurry. After the sand slurry is placed, the filler shall be struck off flush with the existing pavement surface and allowed to cure. The HMA overlay shall not be placed until the slurry has fully cured. The requirements of Section 1-06 will not apply to the portland cement and sand used in the sand slurry. In areas where HMA will be placed, use sand slurry to fill the cracks. In areas where HMA will not be placed, fill the cracks as follows: 1. Cracks % inch to 1 inch in width - fill with hot poured sealant. 2. Cracks greater than 1 inch in width — fill with sand slurry. Hot Poured Sealant: For cracks that are to be filled with hot poured sealant, apply the material in accordance with these requirements and the manufacturer's recommendations. Furnish a Type 1 Working Drawing of the manufacturer's product information and recommendations to the Engineer prior to the start of work, including the manufacturer's recommended heating time and temperatures, allowable storage time and temperatures after initial heating, allowable reheating criteria, and application temperature range. Confine hot poured sealant material within the crack. Clean any overflow of sealant from the pavement surface. If, in the opinion of the Engineer, the Contractor's method of CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-97 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B sealing the cracks with hot poured sealant results in an excessive amount of material on the pavement surface, stop and correct the operation to eliminate the excess material. 5-04.3(4)A2 Crack Sealing Areas Prior to Paving In areas where HMA will be placed, use sand slurry to fill the cracks. 5-04.3(4)A3 Crack Sealing Areas Not to be Paved In areas where HMA will not be placed, fill the cracks as follows, A. Cracks'/4 inch to 1 inch in width - fill with hot poured sealant. B. Cracks greater than 1 inch in width — fill with sand slurry. 5-04.3(41B Vacant 5-04.3(4)C Pavement Repair The Contractor shall excavate pavement repair areas and shall backfill these with HMA in accordance with the details shown in the Plans and as marked in the field. The Contractor shall conduct the excavation operations in a manner that will protect the pavement that is to remain. Pavement not designated to be removed that is damaged as a result of the Contractor's operations shall be repaired by the Contractor to the satisfaction of the Engineer at no cost to the Contracting Agency. The Contractor shall excavate only within one lane at a time unless approved otherwise by the Engineer. The Contractor shall not excavate more area than can be completely finished during the same shift, unless approved by the Engineer. Unless otherwise shown in the Plans or determined by the Engineer, excavate to a depth of 1.0 feet. The Engineer will make the final determination of the excavation depth required. The minimum width of any pavement repair area shall be 40 inches unless shown otherwise in the Plans. Before any excavation, the existing pavement shall be sawcut or shall be removed by a pavement grinder. Excavated materials will become the property of the Contractor and shall be disposed of in a Contractor -provided site off the Right of Way or used in accordance with Sections 2-02.3(3) or 9-03.21. Asphalt for tack coat shall be required as specified in Section 5-04.3(4). A heavy application of tack coat shall be applied to all surfaces of existing pavement in the pavement repair area. Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35-foot compacted depth. Lifts that exceed 0.35-foot of compacted depth may be accomplished with the approval of the Engineer. Each lift shall be thoroughly compacted by a mechanical tamper or a roller. 5-04.3(5) Producing/Stockpiling Aggregates and RAP Aggregates and RAP shall be stockpiled according to the requirements of Section 3-02. Sufficient storage space shall be provided for each size of aggregate and RAP. Materials shall be removed from stockpile(s) in a manner to ensure minimal segregation when 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 CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-98 PROJECT 36217 CFW SPECIAL PROVISIONS VER_ 2021.018 5-04,3(6) Mixing After the required amount of mineral materials, asphalt binder, recycling agent and anti - stripping additives have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials is ensured. When discharged, the temperature of the HMA shall not exceed the optimum mixing temperature by more than 25°F as shown on the reference mix design report or as approved by the Engineer. Also, when a WMA additive is included in the manufacture of HMA, the discharge temperature of the HMA shall not exceed the maximum recommended by the manufacturer of the WMA additive. A maximum water content of 2 percent in the mix, at discharge, will be allowed providing the water causes no problems with handling, stripping, or flushing. If the water in the HMA causes any of these problems, the moisture content shall be reduced as directed by the Engineer. Storing or holding of the HMA in approved storage facilities will be permitted with approval of the Engineer, but in no event shall the HMA be held for more than 24 hours. HMA held for more than 24 hours after mixing shall be rejected. Rejected HMA shall be disposed of by the Contractor at no expense to the Contracting Agency. The storage facility shall have an accessible device located at the top of the cone or about the third point. The device shall indicate the amount of material in storage. No HMA shall be accepted from the storage facility when the HMA in storage is below the top of the cone of the storage facility, except as the storage facility is being emptied at the end of the working shift. Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior to entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there is evidence of the recycled asphalt pavement not breaking down during the heating and mixing of the HMA, the Contractor shall immediately suspend the use of the RAP until changes have been approved by the Engineer. After the required amount of mineral materials, RAP, new asphalt binder and asphalt rejuvenator have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials, and RAP is ensured. 6-04.3 7 Spreadinci 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 1/" and HMA Class'/" wearing course 0.30 feet other courses 0.35 feet HMA Class %" 0.15 feet On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the paving may be done with other equipment or by hand. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-99 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 0113 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 (LS1 required uired 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. gA gregate Percent Non -Statistical Commercial Evaluation Passing Evaluation 1", W, %", and 3/8" sieves +/- 6% No. 4 sieve +/-6% No. 8 Sieve +/- 6% +/- 8% +/-8% No. 200 sieve +/- 2.0% 1 +/- 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 CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SPA00 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 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'/z", 1 ", 3/", '/", W, and the No. 4 sieves, 1 percent for aggregate passing the No. 8 sieve, and 0.5 percent for the aggregate passing the No. 200 sieve. The adjusted JMF shall be within the range of the control points in Section 9-03.8(6). b. Asphalt Binder Content — The Engineer may order or approve changes to asphalt binder content. The maximum adjustment from the approved mix design for the asphalt binder content shall be 0.3 percent 5-04.3 9 A Vacant 5-04.3(9)B Vacant 5-04.3(9)C Mixture Acceptance — Nonstatistical Evaluation HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the Contracting Agency by dividing the HMA tonnage into lots. 5-04.3(9)C1 Mixture Nonstatistical Evaluation — Lots and Sublots A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day's production or 800 tons, whichever is less except that the final sublot will be a minimum of 400 tons and may be increased to 1200 tons. All of the test results obtained from the acceptance samples from a given lot shall be evaluated collectively. If the Contractor requests a change to the JMF that is approved, the material produced after the change will be evaluated on the basis of the new JMF for the remaining sublots in the current lot and for acceptance of subsequent lots. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. Sampling and testing for evaluation shall be performed on the frequency of one sample per sublot. 5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling Samples for acceptance testing shall be obtained by the Contractor when ordered by the Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer and in accordance with AASH-TO T 168. A minimum of three samples should be taken 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. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-101 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B 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. "4.3(9)C3 Mixture Nonstatistical Evaluation — Acceptance Testing Testing of HMA for compliance of Va will at the option of the Contracting Agency. If tested, compliance of Va will use WSDOT SOP 731. Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11. 5-04.3f9 C4 Mixture Nonstatistical Evaluation — Pay Factors For each lot of material falling outside the tolerance limits in 5-04.3(9), the Contracting Agency will determine a Composite Pay Factor (CPF) using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor All aggregate passing: 1'/2", 1", %",'/2', W and No.4 sieves 2 All aggregate passing No. 8 sieve 15 All aggregate passing No. 200 sieve 20 Asphalt binder 40 Air Voids (Va) (where applicable) 20 Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling within the toler-ance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the nonstatistical tolerance limits in the Job Mix Formula shown in Table of Price Adjustment Factors, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appro-priate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the Roadway shall be tested to provide a minimum of three sets of results for evaluation. 5-04.3(9)C5 Vacant CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-102 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021.018 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 MD Mixture Acceptance — Commercial Evaluation If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the commercial tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA mix produced and tested under Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the Composite Pay Factor (CPF). 5-04.300) 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 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 CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-103 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 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. 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 CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-104 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 01 B 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. 5-04.3001A 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. 5-04.300113 HMA Compaction —Cyclic density Low cyclic density areas are defined as spots or streaks in the pavement that are less than 90 percent of the theoretical maximum density. At the Engineer's discretion, the Engineer may evaluate the HMA pavement for low cyclic density, and when doing so will follow WSDOT SOP 733. A $500 Cyclic Density Price Adjustment will be assessed for any 500-foot section with two or more density readings below 90 percent of the theoretical maximum density. 5-04.31101C Vacant 5-04.31101D HMA Nonstatistical Compaction 5-04.3 10 ❑1 HMA Nonstatistical Compaction— Lots and Sublots HMA compaction which is accepted by nonstatistical evaluation will be based on acceptance testing performed by the Contracting Agency dividing the project into compaction lots. A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day's production or 400 tons, whichever is less except that the final sublot will be a minimum of 200 tons and may be increased to 800 tons. Testing for compaction will be at the rate of 5 tests per sublot per WSDOT T 738. The sublot locations within each density lot will be determined by the Engineer. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SPA05 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 018 instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel ruts shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. 5-04.3 10 D2 HMA Compaction Nonstatistical Evaluation — Acceptance Testing The location of the HMA compaction acceptance tests will be randomly selected by the Engineer from within each sublot, with one test per sublot. 5-04.3 10 D3 HMA Nonstatistical Compaction — Price Adjustments For each compaction lot with one or two sublots, having all sublots attain a relative density that is 92 percent of the reference maximum density the HMA shall be accepted at the unit Contract price with no further evaluation. When a sublot does not attain a relative density that is 92 percent of the reference maximum density, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The maximum CPF shall be 1.00, however, lots with a calculated CPF in excess of 1.00 will be used to offset lots with CPF values below 1.00 but greater than 0.90. Lots with CPF lower than 0.90 will be evaluated for compliance per 5-04.3(11). Additional testing by either a nuclear moisture -density gauge or cores will be completed as required to provide a minimum of three tests for evaluation. For compaction below the required 92% a Non -Conforming Compaction Factor (NCCF) will be determined. The NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of CPF, the quantity of HMA in the compaction control lot in tons, and the unit Contract price per ton of mix. 5-04.3111) 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. 5-04.3011B Resection bV Contractor The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material. Any such new material will be sampled, tested, and evaluated for acceptance. 5-04.3(11)C Rejection Without Testing (Mixture or Compaction) The Engineer may, without sampling, reject any batch, load, or section of Roadway that appears defective. Material rejected before placement shall not be incorporated into the pavement. Any rejected section of Roadway shall be removed. No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests that the rejected material be tested. If the Contractor elects to CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-106 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 have the rejected material tested, a minimum of three representative samples will be obtained and tested. Acceptance of rejected material will be based on conformance with the nonstatistical acceptance Specification. If the CPF for the rejected material is less than 0.75, no payment will be made for the rejected material; in addition, the cost of sampling and testing shall be borne by the Contractor. If the CPF is greater than or equal to 0.75, the cost of sampling and testing will be borne by the Contracting Agency. If the material is rejected before placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at a CPF of 0.75. If rejection occurs after placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at the calculated CPF with an addition of 25 percent of the unit Contract price added for the cost of removal and disposal. 5-04.3 11 ❑ Rejection -A Partial Sublot In addition to the random acceptance sampling and testing, the Engineer may also isolate from a normal sublot any material that is suspected of being defective in relative density, gradation or asphalt binder content. Such isolated material will not include an original sample location. A minimum of three random samples of the suspect material will be obtained and tested. The material will then be statistically evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.3 11 E Rejection - An Entire Sublot An entire sublot that is suspected of being defective may be rejected. When a sublot is rejected a minimum of two additional random samples from this sublot will be obtained. These additional samples and the original sublot will be evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.301)F Reiection -A Lot in Progress The Contractor shall shut down operations and shall not resume HMA placement until such time as the Engineer is satisfied that material conforming to the Specifications can be produced: 1. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and the Contractor is taking no corrective action, or 2. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95 and the Contractor is taking no corrective action, or 3. When either the PR for any constituent or the CPF of a lot in progress is less than 0.75. 5-04.3I11)G Rejection - An Entire Lot (Mixture or Compaction) An entire lot with a CPF of less than 0.75 will be rejected. 5-04.302) .faints 5-04.3 12 A HMA Joints 5-04.3021A1 '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, CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-107 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 01 B 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 201-1:1V shall be constructed where a transverse joint as a result of paving or planing is open to traffic. The HMA in the temporary wedge shall be separated from the permanent HMA by strips of heavy wrapping paper or other methods approved by the Engineer. The wrapping paper shall be removed and the joint trimmed to a slightly beveled edge for the full thickness of the course prior to resumption of paving. The material that is cut away shall be wasted and new mix shall be laid against the cut. Rollers or tamping irons shall be used to seal the joint. 5-04.304A2 Longitudinal Joints The longitudinal joint in any one course shall be offset from the course immediately below by not more than 6 inches nor less than 2 inches. All longitudinal joints constructed in the wearing course shall be located at a lane line or an edge line of the Traveled Way. A notched wedge joint shall be constructed along all longitudinal joints in the wearing surface of new HMA unless otherwise approved by the Engineer. The notched wedge joint shall have a vertical edge of not less than the maximum aggregate size or more than'/ of the compacted lift thickness and then taper down on a slope not steeper than 4H:1V. The sloped portion of the HMA notched wedge joint shall be uniformly compacted. 5-04.3[12)B Bridge Paving Joint Seals 5-04.3(12)B1 HMA S_awcut and Seal Prior to placing HMA on the bridge deck, establish sawcut alignment points at both ends of the bridge paving joint seals to be placed at the bridge ends, and at interior joints within the bridge deck when and where shown in the Plans. Establish the sawcut alignment points in a manner that they remain functional for use in aligning the sawcut after placing the overlay. Submit a Type 1 Working Drawing consisting of the sealant manufacturer's application procedure. Construct the bridge paving joint seal as specified ion the Plans and in accordance with the detail shown in the Standard Plans. Construct the sawcut in accordance with the detail shown in the Standard Plan. Construct the sawcut in accordance with Section 5-05.3(8)B and the manufacturer's application procedure. 5-04.3 12 B2 Paved Panel Joint Seal Construct the paved panel joint seal in accordance with the requirements specified in section 5-04.3(12)B1 and the following requirement: 1. Clean and seal the existing joint between concrete panels in accordance with Section 5-01.3(8) and the details shown in the Standard Plans. 6-04.3 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 CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-108 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 018 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 4 Planing (Milling) Bituminous Pavement The planing plan must be approved by the Engineer and a pre planing meeting must be held prior to the start of any planing. See Section 5-04.3(14)B2 for information on planning submittals. Locations of existing surfacing to be planed are as shown in the Drawings. Where planing an existing pavement is specified in the Contract, the Contractor must remove existing surfacing material and to reshape the surface to remove irregularities. The finished product must be a prepared surface acceptable for receiving an HMA overlay. Use the cold milling method for planing unless otherwise specified in the Contract. Do not use the planer on the final wearing course of new HMA. Conduct planing operations in a manner that does not tear, break, burn, or otherwise damage the surface which is to remain. The finished planed surface must be slightly grooved or roughened and must be free from gouges, deep grooves, ridges, or other imperfections. The Contractor must repair any damage to the sur-face by the Contractor's planing equipment, using an Engineer approved method. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-109 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 018 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. 5-04.3114113 Paving and Planing Under Traffic 5-04.3f141B1 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: 'I . 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 CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-110 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B or partial closure, must be addressed in the traffic control plan, which must be submitted to and accepted by the Engineer, see Section 1-10.2(2). b. When planing or paving and related construction must occur in an intersection, consider scheduling and sequencing such work into quarters of the intersection, or half or more of an intersection with side street detours. Be prepared to sequence the work to individual lanes or portions thereof. C. Should closure of the intersection in its entirety be necessary, and no trolley service is impacted, keep such closure to the minimum time required to place and compact the HMA mixture, plane, remove asphalt, tack coat, and as needed. d. Any work in an intersection requires advance warning in both signage and a number of Working Days advance notice as determined by the Engineer, to alert traffic and emergency services of the intersection closure or partial closure. e. Allow new compacted HMA asphalt to cool to ambient temperature before any traffic is allowed on it. Traffic is not allowed on newly placed asphalt until approval has been obtained from the Engineer. 2. Temporary centerline marking, post -paving temporary marking, temporary stop bars, and maintaining temporary pavement marking must comply with Section 8- 23. 3. Permanent pavement marking must comply with Section 8-22. 5-04.3(14)B2 Submittals — Planing Plan and HMA Paving Plan The Contractor must submit a separate planing plan and a separate paving plan to the Engineer at least 5 Working Days in advance of each operation's activity start date. These plans must show how the moving operation and traffic control are coordinated, as they will be discussed at the pre -planing briefing and pre -paving briefing. When requested by the Engineer, the Contractor must provide each operation's traffic control plan on 24 x 36 inch or larger size Shop Drawings with a scale showing both the area of operation and sufficient detail of traffic beyond the area of operation where detour traffic may be required. The scale on the Shop Drawings is 1 inch = 20 feet, which may be changed if the Engineer agrees sufficient detail is shown. The planing operation and the paving operation include, but are not limited to, metal detection, removal of asphalt and temporary asphalt of any kind, tack coat and drying, 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. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-111 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021. 01 B 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: 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. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SPA12 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B 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(17) Temporary Asphalt Pavement (April 12, 2018 CFW GSP) Section 5-04.3(17) is a new section: Temporary asphalt pavement shall be placed by the Contractor immediately upon the request of the Engineer for the maintenance of traffic during construction. These areas include: voids created by the removal of existing improvements (i.e. Traffic islands, curbs), providing paved access to private properties, and ramps for property access during cement concrete driveway approach construction. All temporary paving shall be approved by the Engineer before placement. Any areas of temporary pavement to be removed and replaced shall be approved by the Engineer beforehand. This work shall also include the removal of temporary asphalt concrete pavement in its entirety prior to final paving. Hot Mix Asphalt Temporary Pavement: Hot mix asphalt will be used for any trench restoration within the traveled way. Whether temporary or permanent, saw cut and treat edges with CSS-1 asphalt emulsion and apply a minimum 3-inch pavement depth or match existing, whichever is greater. Also, fill voids created by the removal of existing traffic islands and curbing, paving over excavated roadway to temporary access to adjacent properties, and ramps for property access during concrete approach construction. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-113 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 01 B Cold Mix Asphalt Temporary Pavement: Cold mix asphalt is allowed for temporary paving outside the traveled way. The cold mix shall be approved by the Engineer and placed in a 2-inch minimum thickness. Placement of temporary pavement without prior approval of the Engineer shall be considered as a benefit of the Contractor and no cost to the owner. Any areas of temporary pavement to be removed and replaced require prior approval by the Engineer. This work shall include the removal of the temporary pavement prior to paving of final asphalt concrete pavement. 5-04.4 Measurement HMA Cl. 1/2 In. PG 58-22, HMA for Preleveling Cl 1/2 In. PG 58-22, and Commercial HMA will be measured by the ton in accordance with Section 1-09.2, with no deduction being made for the weight of asphalt binder, mineral filler, or any other component of the mixture. If the Contractor elects to remove and replace mix as allowed by Section 5-04.3(11), the material removed will not be measured. Roadway cores will be measured per each for the number of cores taken. Preparation of untreated roadway will be measured by the mile once along the centerline of the main line Roadway. No additional measurement will be made for ramps, Auxiliary Lanes, service roads, Frontage Roads, or Shoulders. Measurement will be to the nearest 0.01 mile. Soil residual herbicide will be measured by the mile for the stated width to the nearest 0.01 mile or by the square yard, whichever is designated in the Proposal. Pavement repair excavation will be measured by the square yard of surface marked prior to excavation. Asphalt for prime coat will be measured by the ton in accordance with Section 1-09.2. Prime coat aggregate will be measured by the cubic yard, truck measure, or by the ton, whichever is designated in the Proposal. Asphalt for fog seal will be measured by the ton, as provided in Section 5-02.4. Longitudinal joint seals between the HMA and cement concrete pavement will be measured by the linear foot along the line and slope of the completed joint seal. Planing bituminous pavement will be measured by the square yard. Temporary pavement marking will be measured by the linear foot as provided in Section 8-23.4. Water will be measured by the M gallon as provided in Section 2-07.4. (April 12, 2018 CFW GSP) Section 5-04.4 is supplemented with the following: Hot Mix Asphalt Temporary Pavement shall be measured by the ton of material actually placed, with no deduction being made for the weight of liquid asphalt, CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-114 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021.01E blending sand, mineral filler, or any other component of the mixture. Hot Mix Asphalt Temporary Pavement shall be paid under the "Temporary Pavement" bid item and shall include placement and compaction of hot mix asphalt, removal and disposal of temporary pavement. Cold Mix Asphalt Temporary Pavement will not be measured and shall be considered incidental to other bid items. 5-04.5 Payment Payment will be made for each of the following Bid items that are included in the Proposal- "HMA Cl. 1/2 In PG 58-22", per ton. "HMA for Preleveling Cl. 1/2 In. PG 58-22", per ton. The unit Contract price per ton for "HMA Cl. 1/2 In PG 58-22" and "HMA for Preleveling Cl. 1/2 In PG 58-22" shall be full compensation for all costs, including anti -stripping additive, incurred to carry out the requirements of Section 5-04 except for those costs included in other items which are included in this Subsection and which are included in the Proposal. "Planing Bituminous Pavement", per square yard. The unit Contract price per square yard for "Planing Bituminous Pavement' shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(14). "Temporary Pavement Marking", per linear foot. Payment for "Temporary Pavement Marking" is described in Section 8-23.5. END OF DIVISION 5 CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SPA15 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B DIVISION 6 STRUCTURES 6-13 STRUCTURAL EARTH WALLS 6-13.1 Description_ (April 12, 2018 CFW GSP) Section 6-13.1 is supplemented with the following: The work consists of constructing Modular Block Walls in accordance with the details in the plans. Modular block walls are defined as Structural Earth Walls constructed of standard unit blocks, without geogrid or anchor reinforcing. Construction and installation must conform to the manufacturer's specific requirements. 6-13.2 Materials (January 2, 2018 WSDOT GSP, OPTION 3) Section 6-13.2 is supplemented with the following: Concrete Block Faced Structural Earth Wall Materials General Materials Concrete Block Acceptability of the blocks will be determined based on the following: 1. Visual inspection. 2. Compressive strength tests, conforming to Section 6-13.3(4). 3. Water absorption tests, conforming to Section 6-13.3(4). 4. Manufacturer's Certificate of Compliance in accordance with Section 1- 06.3. 5. Freeze -thaw tests conducted on the lot of blocks produced for use in this project, as specified in Section 6-13.3(4). 6. Copies of results from tests conducted on the lot of blocks produced for this project by the concrete block fabricator in accordance with the quality control program required by the structural earth wall manufacturer. The blocks shall be considered acceptable regardless of curing age when compressive test results indicate that the compressive strength conforms to the 28-day requirements, and when all other acceptability requirements specified above are met. Testing and inspection of dry cast concrete blocks shall conform to ASTM C 140, and shall include block fabrication plant approval by WSDOT prior to the start of block production for this project. Mortar Mortar shall conform to ASTM C 270, Type S, with an integral water repellent admixture as approved by the Engineer. The amount of admixture shall be as recommended by the admixture manufacturer. To ensure uniform color, texture, and quality, all mortar mix components shall be obtained from one manufacturer for each component, and from one source and producer for each aggregate. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SPA16 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 Geosynthetic Soil Reinforcement Geogrid reinforcement shall conform to Section 9-33.1, and shall be a product listed in Appendix D of the current WSDOT Qualified Products List (QPL). The values of Ta, and Tuft as listed in the QPL for the products used shall meet or exceed the values required for the wall manufacturer's reinforcement design as specified in the structural earth wall design calculation and working drawing submittal. The minimum ultimate tensile strength of the geogrid shall be a minimum average roll value (the average test results for any sampled roll in a lot shall meet or exceed the values shown in Appendix D of the current WSDOT QPL). The strength shall be determined in accordance with ASTM D 6637, for multi -rib specimens. The ultraviolet (UV) radiation stability, in accordance with ASTM D 4355, shall be a minimum of 70 percent strength retained after 500 hours in the weatherometer. The longitudinal (i.e., in the direction of loading) and transverse (i.e., parallel to the wall or slope face) ribs that make up the geogrid shall be perpendicular to one another. The maximum deviation of the cross -rib from being perpendicular to the longitudinal rib (skew) shall be no more than 1 inch in 5 feet of geogrid width. The maximum deviation of the cross -rib at any point from a line perpendicular to the longitudinal ribs located at the cross -rib (bow) shall be 0.5 inches. The gap between the connector and the bearing surface of the connector tab cross -rib shall not exceed 0.5 inches. A maximum of 10 percent of connector tabs may have a gap between 0.3 inches and 0.5 inches. Gaps in the remaining connector tabs shall not exceed 0.3 inches. The Engineer will take random samples of the geogrid materials at the job site. Approval of the geogrid materials will be based on testing of samples from each lot. A "lot" shall be defined as all geogrid rolls sent to the project site produced by the same manufacturer during a continuous period of production at the same manufacturing plant having the same product name. The Contracting Agency will require 14 calendar days maximum for testing the samples after their arrival at the WSDOT Materials Laboratory in Tumwater, WA. The geogrid samples will be tested for conformance to the specified material properties. If the test results indicate that the geogrid lot does not meet the specified properties, the roll or rolls which were sampled will be rejected. Two additional rolls for each roll tested which failed from the lot previously tested will then be selected at random by the Engineer for sampling and retesting. If the retesting shows that any of the additional rolls tested do not meet the specified properties, the entire lot will be rejected. If the test results from all the rolls retested meet the specified properties, the entire lot minus the roll(s) which failed will be accepted. All geogrid materials which have defects, deterioration, or damage, as determined by the Engineer, will be rejected. All rejected geogrid materials shall be replaced at no expense to the Contracting Agency. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SPA17 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01B Except as otherwise noted, geogrid identification, storage and handling shall conform to the requirements specified in Section 2-12.2. The geogrid materials shall not be exposed to temperatures less than —20F and greater than 122F. Drainage Geosynthetic Fabric Drainage geosynthetic fabric shall be a non -woven geosynthetic conforming to the requirements in Section 9-33.1, for Construction Geotextile for Underground Drainage, Moderate Survivability, Class B. Proprietary Materials Allan Block Wall Wall backfill material placed in the open cells of the precast concrete blocks and placed in the one to three foot zone immediately behind the precast concrete blocks shall be crushed granular material conforming to Section 9-03.9(3). GEOWALL Structural Earth Retaining Wall System Connection pins shall be fiberglass conforming to the requirements of Basalite Concrete Products, LLC. KeyGrid Wall Keystone connection pins shall be fiberglass conforming to the requirements of Keystone Retaining Wall Systems, Inc. Landmark Retaining Wall Lock bars shall be made of a rigid polyvinyl chloride polymer conforming to the following requirements: Property Value Specification Specific Gravity 1.4 minimum ASTM D 792 Tensile Strength at field 2,700 psi minimum ASTM D 638 Lock bars shall remain sealed in their shipping containers until placement into the wall. Lock bars exposed to direct sunlight for a period exceeding two months shall not be used for construction of the wall. Mesa Wall Block connectors for block courses with geogrid reinforcement shall be glass fiber reinforced high -density polypropylene conforming to the following minimum material specifications: Property Specification Value ASTM D 4101 Polypropylene Group 1 Class 1 73 ± 2 percent Grade 2 Fiberglass ASTM D 2584 25 ± 3 percent Content Carbon Black ASTM D 4218 2 percent minimum Specific ASTM D 792 1.08 ± 0.04 Gravity CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-118 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 018 Tensile 8,700 ± 1,450 Strength at ASTM D 638 yield psi Melt Flow ASTM D 1238 0.37 ± 0.16 Rate ounces/10 min. Block connectors for block courses without geogrid reinforcement shall be glass fiber reinforced high -density polyethylene (HDPE) conforming to the following minimum material specifications: Property Specification Value ASTM D 1248 HDPE Type III Class A 68 ± 3 percent Grade 5 Fiberglass ASTM D 2584 30 ± 3 percent Content Carbon ASTM D 4218 2 percent minimum Black Specific ASTM D 792 1.16 ± 0.06 Gravity Tensile Strength ASTM D 638 8,700 ± 725 psi at yield Melt Flow ASTM D 1238 0.11 ± 0.07 Rate ounces/10 min. (April 12, 2018 CFW GSP) Section 6-13.2 is supplemented with the following: Modular block wall facing shall be straight face standard blocks, 8-inches in height, 12 to 18-inches in width, and a maximum depth of 18 inches, unless otherwise approved by the City. Blocks shall be concrete grey in color. Wall shall be capable of being installed with a vertical or near vertical wall batter. ANTI -GRAFFITI COATING Anti -graffiti coating shall be a non -sacrificial, clear, UV stable, anti -graffiti sealer suitable for vertical and horizontal concrete and rough stone surfaces and shall have the following characteristics: 9 Meet or exceed ASTM D6578 Graffiti test a Non -reactive, zero VOC, AQMD, and CARB compliant Allow moisture vapor to escape while not allowing moisture to penetrate UNIT FILL Unit Fill shall consist of clean 1" minus crushed stone meeting the following gradation requirements, tested in accordance with ASTM D-422. The percent fracture requirement shall be 75% minimum. The fracture requirement shall be at least one fractured face and will apply to combined aggregate retained on the U.S. No. 4 sieve in accordance with FOP forAASHTO PT 61. Sieve Percent Size Passin 1 inch 100 CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SPA19 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B 3/ inch 75-100 No.4 0-10 No. 50 0-5 6-13.3 Construction Requirements (January 2, 2018 WSDOT GSP, OPTION 3) Section 6-13.3 is supplemented with the following: Concrete Block Faced Structural Earth Wall Concrete block faced structural earth walls shall be constructed of only one of the following wall systems. The Contractor shall make arrangements to purchase the concrete blocks, soil reinforcement, attachment devices, joint filler, and all necessary incidentals from the source identified with each wall system: Allan Block Wall Allan Block Wall is a registered trademark of the Allan Block Corporation Allan Block Corporation 7424 W 78th Street Bloomington, MN 55439 (800) 899-5309 FAX (952) 835-0013 www.allanblock.com GEOWALL Structural Earth Retaininq Wall System GEOWALL is a registered trademark of Basalite Concrete Products, LLC Basalite Concrete Products, LLC 3299 International Place Dupont, WA 98327-7707 (800) 964-9424 FAX: (253) 964-5005 www.basalite.com Redi-Rock Positive Connection System Redi-Rock Positive Connection System International, LLC Redi-Rock International, LLC 05481 US 31 South Charlevoix, MI 49720 (866) 222-8400 FAX (231) 237-9521 www.redi-rock.com is a registered trademark of Redi-Rock Mesa Wall Mesa Wall is a registered trademark of Tensar Corporation Tensar Corporation 2500 Northwinds Parkway Suite 500 Atlanta, GA 30009 (770) 334-2090 FAX (678) 281-8546 www.tensarcorp.com Landmark Retaininci Wall System CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-120 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021.018 Landmark Retaining Wall System is Systems, Inc. Anchor Wall Systems, Inc. 5959 Baker Road, Suite 390 Minnetonka, MN 55345-5996 (877) 295-5415 FAX (952) 979-8454 www.anchorwall.com a registered trademark of Anchor Wall KeyGrid Wall KeyGrid is a registered trademark of Keystone Retaining Wall Systems, Inc. Keystone Retaining Wall Systems, Inc. 4444 West 781h Street Minneapolis, MN 55435 (800) 747-8971 FAX (952) 897-3858 www.keystonewalls.com (April 12, 2018 CFW GSP) Section 6-13.3 is supplemented with the following: Unit Fill A minimum of one (1) cubic foot of Unit Fill shall be used for each square foot of wall face. Unit fill shall be placed within cores of blocks before next layer of blocks is placed, unless otherwise recommended by the block manufacturer. Filling of block cores with unit fill after multiple levels of the wall has been constructed will not be allowed. Concrete Blocks Modular block wall shall be installed as shown in the plans with a vertical or near vertical batter. Geogrid or anchor reinforcements shall not be used where they would extend outside of the right-of-way or tie -back easements. The contractor -supplied design shall incorporate a proposed block that will accommodate these design parameters. Only one style of precast concrete block shall be allowed on the project. Once approved, all precast concrete blocks shall be of the same manufacture and style for all modular block and structural earth walls. Ends of walls shall have finished end/corner blocks or be wrapped back into slope so that unfinished sides of blocks are not visible. Exposed ends of levels at wall steps shall also have finished end/corner blocks. Contractor is responsible to ensure any wall batter is taken into account when staking wall location so that full sidewalk widths shown on plans is constructed. 6-13.3(5) Precast Concrete Facing Panel and Concrete Block Erection (April 2, 2012 WSDOT GSP, OPTION 2) Section 6-13.3(5) is supplemented with the following: Specific Erection Requirements for Precast Concrete Block Faced Structural Earth Walls Landmark Retaining Wall CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SPA21 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 018 When placing each course of concrete blocks, the Contractor shall pull the blocks towards the front face of the wall until the male key of the bottom face of the upper block contacts and fits into the female key of the top face of the supporting block below. A maximum gap of 1/8-inch is allowed between adjacent concrete blocks, except for the base course set of concrete blocks placed on the leveling pad. A maximum gap of 1-inch is allowed between adjacent base course concrete blocks, provided geosynthetic reinforcement for drains is in place over the gap at the back face of the concrete blocks. Lock bars shall be installed in the female key of the top face of all concrete block courses receiving geogrid reinforcement. Gaps between adjacent lock bars in the key shall not exceed 3-inches. The lock bar shall be installed flat side up, with the angled side to the back of the concrete block, as shown in the shop drawings. Geogrid reinforcement shall be placed and connected to concrete block courses specified to receive soil reinforcement. The leading edge of the geogrid reinforcement shall be maintained within 1-inch of the front face of the supporting concrete blocks below. Geogrid panels shall be abutted for 100 percent backfill coverage with less than a 4-inch gap between adjacent panels. Backfill shall be placed and compacted level with the top of each course of concrete blocks, and geogrid reinforcement placed and connected to concrete block courses specified to receive soil reinforcement, before the Contractor may continue placing the next course of concrete blocks. Mesa Wall For all concrete block courses receiving geogrid reinforcement, the fingers of the block connectors shall engage the geogrid reinforcement apertures, both in the connector slot in the block, and across the block core. For all concrete block courses with intermittent geogrid coverage, a #3 steel reinforcing bar shall be placed, butt end to butt end, in the top block groove, with the butt ends being placed at a center of a concrete block. 6-13.4 Measurement (April 1 Z 2018 CFW GSP) Section 6-13.4 is supplemented with the following: Modular Block Wall shall be measured by the square foot of completed wall in place. The vertical limits for measurement are from the top of the base leveling pad to the top of the top course of blocks (including cap blocks) of the exposed finished face. The horizontal limits for measurement are from the end of wall to the end of wall along the length of the exposed finished face. 6-13.5 Payment (April 1 Z 2018 CFW GSP) Section 6-13.5 is supplemented with the following "Modular Block Wall", per square foot. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-122 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 The unit Contract price per square foot for "Modular Block Wall" shall be full payment for all costs to perform the Work in connection with constructing modular block walls, including leveling pads. The unit contract price per square foot for Structural Earth Wall and/or Modular Block Wall shall be full compensation for the complete construction of the retaining wall(s) as shown in the Plans. This includes all other items as may be required to complete the work as specified including but not limited to: engineering design, structure excavation, haul, shoring, modular block units, cap units, end/corner units, shear connectors, tie- back/geogrid system, anti -graffiti coating, base leveling pad, backfill, unit fill, gravel backfill for drain, gravel borrow for structural earth walls, non -woven geotextile, and wall drainpipe including cleanouts. All components of walls shown in Plan details or required for a complete and finished wall are included in this bid item. 6-16 SOLDIER PILE AND SOLDIER PILE TIEBACK WALLS 6-16.3 $ Concrete Fascia Panel (February 19, 2021 DASH147TH GSP) Section 6-16.3(8) is supplemented with the following: An anti -graffiti coating shall be applied to the concrete face of the wall. ANTI -GRAFFITI COATING Anti -graffiti coating shall be a non -sacrificial, clear, UV stable, anti -graffiti sealer suitable for vertical and horizontal concrete and rough stone surfaces and shall have the following characteristics: ■ Meet or exceed ASTM D6578 Graffiti test a Non -reactive, zero VOC, AQMD, and CARB compliant 41 Allow moisture vapor to escape while not allowing moisture to penetrate 6-16.4 Measurement (February 19, 2021 DASH147TH GSP) Section 6-16.4 is supplemented with the following: The soldier pile retaining wall with shotcrete facing will be measured by square foot face front of wall, measured from the front base of wall at finished grade to the top of wall, for the length of the wall, as shown on the Drawings. 6-16.5 Payment (February 19, 2021 DASH147TH GSP) Section 6-16.5 is supplemented with the following: "Soldier Pile Retaining Wall with Shotcrete Facing", per square foot. All costs in connection with furnishing the soldier pile retaining wall with shotcrete facing shall be included in the unit Contract price per square foot of face front of wall, including all costs for the following as shown on the Drawings: 1. Constructing the soldier pile shafts, shaft excavation, temporary casing if used, CDF, lean concrete Class 4000P, and installing the soldier pile assembly. 2. Furnishing the soldier pile assemblies including fabricating the pile assemblies, and field splicing and field trimming the soldier piles. 3. Furnishing and installing the lagging. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SPA23 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B 4. Furnishing and installing the prefabricated drainage mat. 5. Constructing the shotcrete facing, matching the finish and color of the adjacent wall as shown on the Drawings. The unit contract price per square foot for Soldier Pile Retaining Wall with Shotcrete Facing shall be full compensation for the complete construction of the retaining wall(s) as shown in the Plans. This includes all other items as may be required to complete the work as specified including but not limited to: engineering design, structure excavation, haul, shoring, anti -graffiti coating, backfill, unit fill, gravel backfill for drain, gravel borrow for structural earth walls, non -woven geotextile, and wall drainpipe including cleanouts. All components of walls shown in Plan details or required for a complete and finished wall are included in this bid item. END OF DIVISION 6 CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-124 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7-01.1 Description (April 12, 2018 CFW GSP) Section 7-01.1 is supplemented with the following: This work consists of removing and installing catch basins and connecting wall drains to the storm drainage system. 7-01.3 Construction Requirements 7-01.3(3) Cleanouts and Fittings for Drain and Underdrain Pipe (April 12, 2018 CFW GSP) Section 7-01.3(3) is a new section: The Contractor shall install cleanouts at the terminal end of any drain or underdrain pipe not entering into a drainage structure. Cleanouts shall be installed at 150' maximum spacing with a maximum of two (2) cleanouts per section of drain or underdrain pipe. 7-01.5 Payment (April 12, 2018 CFW GSP) Section 7-01.5 is supplemented with the following: Excavation, laying pipe, fittings, cleanouts, pipe bedding, imported backfill material (or native material if approved by the engineer), construction geotextile, connections to new or existing storm drainage structures, haul and disposal of trench material to be wasted including unsuitable material, cleaning, and testing will not be measured as these items are incidental to the drain pipe and/or underdrain pipe pay item(s). 7-04 STORM SEWERS 7-04.3 Construction Requirements 7-04.3(1) Cleaning and Testing (April 12, 2018 CFW GSP) Section 7-04.3(1) is supplemented with the following: Cleaning and testing of storm sewer pipe shall be in accordance with Section 7- 04.3(1) of the Standard Specifications, except as modified herein: Any departures from the best construction practices by the Contractor, such as pipe line misalignment, presence of foreign matter in the pipes or catch basins, poor catch basin construction, etc., shall be corrected by the Contractor at the Contractor's own expense. Testing will not be authorized until such corrections have been made to the satisfaction of the Engineer. 7-04.5 Payment (June 12, 2020 CFW GSP) Section 7-04.5 is supplemented with the following: CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-125 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 01 B "Ductile Iron Storm Sewer Pipe _ In. Diam.", per linear foot. Section 7-04.5 is modified as follows: The unit contract price per linear foot of storm sewer pipe of the type and size specified shall be full pay for furnishing all tools, labor, and equipment, and materials necessary for its complete installation, including, but not limited to: sawcutting, pavement removal, trench excavation, dewatering (if required), temporary flow bypass, laying pipe, pipe bedding, imported or native backfill, compaction, connection to new or existing storm sewers or drainage structures, haul and disposal of trench material to be wasted including unsuitable material, cleaning and testing, and costs related to maintaining existing drainage system during construction or to provide temporary drainage systems. 90% of payment will be made once the storm sewer pipe is installed. The remaining 10% will be paid once pipe testing has been completed with satisfactory results. The engineer will have the discretion to adjust these payment percentages as may be appropriate. Payment percentages may be adjusted for any reason the engineer deems necessary, including but not limited to, a high number of unsatisfactory test results. 7-06 MANHOLES, INLETS, CATCH BASINS. AND DRYWELLS 7-05.3 Construction Requirements (April 1 Z 2018 CFW GSP) Section 7-05.3 is supplemented with the following: Storm drain cleanouts shall be provided for retaining wall drainage and connected to the storm drainage system at the locations specified on the plans or as directed by the Engineer. All lids located within sidewalk areas, along an ADA pedestrian route, or in other accessible surfaces within the public right-of-way or on publicly owned properties, must meet ADA requirements and be slip -resistant. Acceptable slip -resistant products are: 1. Mebacl manufactured by IKG Industries. 2. SlipNOT Grade 3-coarse manufactured by W.S. Molnar Company. 3. Saftrax TH604 Non -Skid manufactured by Thermion. Where the exposed portion of the frame is 1 /2 inch wide or less the slip -resistant treatment may be omitted on that portion of the frame. The slip -resistant lid shall be identified with permanent marking on the underside indicating the type of surface treatment ("M1" for Mebac 1; "SY for SlipNOT Grade 3-coarse; or "ST" for Saftrax TH604) and the year manufactured. The permanent marking shall be 1/8 inch line thickness formed with a mild steel weld bead. The following requirements shall be applicable to both existing and proposed structures, as shown on the plans, or as designated by the Engineer: Vaned Grate vs Solid Lid A vaned grate and associated frame shall be installed on manholes and catch basins located where they will accept runoff. Bi-directional vaned grates shall be installed at all roadway sag locations and at low points along curb returns. All structures not receiving surface runoff shall include solid lids, unless otherwise indicated on the plans or directed by the Engineer. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-126 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B Locking vs Non -Locking Lid All lids and frames shall be locking unless shown as non -locking on plans or directed otherwise by the Engineer. The Contractor shall place anti - seize compound on all locking lid bolts prior to the final project punch list inspection. Round vs Square Lid All structures, new or existing, shall utilize round lids, except for those that accept surface runoff (i.e. those located along a gutter flow line). Catch basins shall include conversion risers to accommodate round lids where indicated in the plans or directed by the Engineer. Heavy -Duty Hinged Frames and Covers Heavy-duty hinged frames and covers shall be installed whenever round, solid lids are required as outlined above. 7-05.3 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. 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 CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SPA27 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 018 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(3) Connections to Existing Manholes (April 12, 2018 CFW GSP) Section 7-05.3(3) is supplemented with the following: The requirements of this section shall also apply to connections to existing catch basins. 7-05.3 5 Connections to Existing Pipe (April 12, 2018 CFW GSP) Section 7-05.3(5) is a new section: The contractor shall connect (or reconnect) existing pipes to new manholes or catch basins without obstructing flow from upstream locations. 7-05.3(6) Cleaning (April 12, 2019 CFW GSP) Section 7-05.3(6) is a new section: Prior to final project acceptance by the City, the Contractor shall be responsible to ensure the sumps of all manholes, inlets, catch basins, and drywells are clean of sediment and debris. 7-05.5 Pay (June 12, 2020 CFW GSP) Section 7-05.5 is supplemented with the following: The unit contract price for catch basins and/or manholes shall be full pay for furnishing all labor, tools, equipment, and materials necessary to complete each unit according to the Plans and Specifications. This includes all sawcutting, pavement removal and disposal, excavation, dewatering (if required), temporary flow bypass, connections to existing and new pipe, foundation material, bedding, imported or native backfill, compaction, surface restoration, testing, cleaning, and furnishing and placing of all accessories and conversion risers, temporary patching hot mix to allow for the passage of traffic, and other items as applicable. Frames and grates or rings and covers, grade rings and adjustment risers including conversion risers shall be considered incidental to this bid item and will not be measured for separate payment. 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 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. Conversion of catch basin/manhole/inlet lids (i.e. convert to heavy duty, solid, round locking lid) shall be included in this bid item. 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 CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SPA28 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 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 "Connection to Drainage Structure" applies to connecting new storm drain pipe to existing storm drainage catch basins and manholes and includes all labor, tools, equipment, and materials necessary to core drill the existing drainage structure and provide the necessary pipe connection. Any associated sawcutting, pavement removal and disposal, excavation, imported or native backfill, compaction, and pavement restoration are incidental to this bid item. 7-07 CLEANING EXISTING DRAINAGE STRUCTURES 7-07.5 Payment (April 1 Z 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. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.3(1)A Trenches (April 1 Z 2018 CFW GSP) Section 7-08.3(1)A is supplemented with the following: Where water is encountered in the trench, it shall be removed during pipe -laying operations and the trench so maintained until the ends of the pipe are sealed and provisions are made to prevent floating of the pipe. Trench water or other deleterious materials shall not be allowed to enter the pipe at any time. Trenching may disturb existing pavement markings that are not shown to be replaced on the plans. All such pavement markings damaged by trenching shall be repaired after trenching is backfilled and restored. The new pavement markings shall match the damaged pavement marking. All pavement marking repair cost shall be incidental to the pipe installation, including all necessary labor and materials. 7-08.3(3) Backfilling_ (April 1 Z 2018 CFW GSP) Section 7-08.3(3) is supplemented with the following: Initial backfilling shall be performed only after inspection and approval of the installed pipe. Backfill shall be accomplished in such a manner that the pipe is not damaged by impact or overloading. Water settling will not be permitted. If there is an excess of acceptable backfill material obtained from trench excavation at one location on the project, it shall be used at other locations on the project as directed by the Engineer. Native backfill stockpiles shall be protected to prevent excessive wetting. The cost of transporting the excess backfill material shall be considered incidental to the pipe or structure backfilled. END OF DIVISION 7 CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SPA29 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B DIVISION 8 MISCELLANEOUS CONSTRUCTION 1 ■1.1 [fig11■ 8-01.1 Description 8-01.1(1) Definitions (February 25, 2021 WSDOT GSP OPT 1) Item 1 C of Section 8-01.1(1) is revised to read: May be neutralized and discharged to surface waters or neutralized and infiltrated. (February 25, 2021 WSDOT GSP OPT 2) Item 2E of Section 8-01.1(1) is revised to read: May be neutralized, treated, and discharged to surface waters or neutralized and infiltrated in accordance with the CSWGP, with the exception of water -only shaft drilling slurry. Water -only shaft drilling slurry may be treated, neutralized, and infiltrated but not discharged to surface waters (Refer to Special Conditions S1.C. Authorized Discharges and S1.d Prohibited Discharges of the CSWGP). 8-01.3 Construction Requirements 8.01.30) General (April 12, 2018 CFW GSP) The first paragraph of 8-01.3(1) is deleted and replaced with the following: The Contractor shall install a high visibility fence along the right-of-way lines, as shown in the Plans, or as instructed by the Engineer. 8-01.301A Submittals (April 12, 2018 CFW GSP) Section 8-01.3(1)A is revised to read: A Stormwater Pollution Prevention Plan (SWPPP) shall be prepared by the Contractor and submitted for approval to the Engineer. The plan shall consist of the Contractor's complete strategy to meet the requirements of the Department of Ecology's NPDES and State Waste Discharge General Permit for Stormwater Discharges Associated With Construction Activity (General Permit). The SWPPP shall include and modify as necessary the Site Preparation and Erosion Control Plan drawings provided as part of the Contract Plans. The Contractor shall prepare review and modify the SWPPP as necessary to be consistent with the actual work schedule, sequencing, and construction methods that will be used on the project. The Contractor's SWPPP shall meet the requirements of the general permit. The Contractor's modifications to the SWPPP shall also incorporate the content and requirements for the Spill Prevention, Control and Countermeasures (SPCC) Plan in accordance with Section 1-07.15(1). The SWPPP shall document all the erosion and sediment control Best Management Practices (BMPs) proposed, whether permanent or temporary. The plan shall document installation procedures, materials, scheduling, and maintenance procedures for each erosion and sediment control BMP. The Contractor shall submit the SWPPP for the Engineer's approval before any work CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-130 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 01 B begins. The Contractor shall allow at least five working days for the Engineer's review of the initial SWPPP or any revisions to the modified SWPPP. Failure to approve all or part of any such plan shall not make the Contracting Agency liable to the Contractor for any work delays. The Contractor may not begin work without an approved Contractor's SWPPP. The Contractor shall complete and modify the SWPPP to meet the Contractor's schedule and method of construction. All TESC Plans shall meet the requirements of the current edition of the WSDOT Temporary Erosion and Sediment Control Manual M 3109 and be adapted as needed throughout construction based on site inspections and discharge samples to maintain compliance with the CSWGP. The Contractor shall develop a schedule for implementation of the SWPPP work and incorporate it into the Contractor's progress schedule. In addition, the SWPPP shall outline the procedures to be used to prevent high pH stormwater or dewatering water from entering surface waters. The plan shall include how the pH of the water will be maintained between pH 6.5 and pH 8.5 prior to being discharged from the project or entering surface waters. Prior to beginning any concrete or grinding work, the Contractor shall submit the plan, for the Engineer's review and approval. As a minimum, the SWPPP shall include all the SWPPP requirements identified in the General Permit, including: Narrative discussing and justifying erosion control decisions (12 elements) Drawings illustrating BMPs types and locations Engineering calculations for ponds and vaults used for erosion control A schedule for phased installation and removal of the proposed BMPs, including: A. BMPs that will be installed at the beginning of project startup. B. BMPs that will be installed at the beginning of each construction season. C. BMPs that will be installed at the end of each construction season- D. BMPs that will be removed at the end of each construction season- E. BMPs that will be removed upon completion of the project. An Ecology template is available to the Contractor for producing the SWPPP, using project- specific information added by the Contractor. The template and instructions are available at: http://www.ecy.wa.gov/programs/wq/stormwater/construction/ Turbidity and pH Exceedances Following any exceedances of the turbidity or pH benchmarks, the Contractor shall provide the following at no additional cost to the Contracting agency: CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-131 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 1. The necessary SWPPP revisions and on -site measures/revisions including additional source control, BMP maintenance, and/or additional stormwater treatment BMPs that are necessary to prevent continued exceedance of turbidly and/or pH benchmarks. 2. The regulatory notification to the Dept. of Ecology and to the Engineer of any monitoring results requiring regulatory notification. 3. The additional daily sampling and reporting measures described in the General Permit to verify when project site runoff is in compliance. 8-01.3(1)B Erosion and Sediment Control (ESC) Lead (February 25, 2021 WSDOT GSP OPT 2) The second sentence of the first paragraph of Section 8-01.3(1)B is revised to read: The ESC Lead shall have, for the life of the Contract, a current Certificate of Training in construction Site Erosion and Sediment Control from a course approved by the Washington State Department of Ecology. 8-01.3(1)B Erosion and Sediment Control (ESC) Lead (February 25, 2021 WSDOT GSP OPT 3) The second sentence of the second paragraph of Section 8-01.3(1)B (excluding the numbered list) is revised to read: Implementation shall include, but is not limited to: 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. 8-02.3 Construction Requirements 8-02.30) Responsibility During Construction (April 12, 2018 CFW GSP) Section 8-02.3(1) is supplemented with the following: Landscape construction is anticipated to begin after all curbs, sidewalks, walls, and associated roadside work is completed. Landscape materials shall not be installed until weather permits and installation has been authorized by the Engineer. If water restrictions are anticipated or in force, planting of landscape materials may be delayed. Throughout planting operations, the Contractor shall keep the premises clean, free of excess soils, plants, and other materials, including refuse and debris, resulting from the Contractor's work. At the end of each work day, and as each planting area is completed, CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-132 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 01 B it shall be neatly dressed, and all surrounding walks and paved areas shall be cleaned to the satisfaction of the Engineer. No flushing will be allowed. At the conclusion of work, the Contractor shall remove surplus soils, materials, and debris from the construction site and shall leave the project in a condition acceptable to the Engineer. 8-02.3(5) Planting Area Preparation (April 12, 2018 CFW GSP) Section 8-02.3(5) is supplemented with the following: Thoroughly scarify subgrade in tree, and seeded lawn areas to a minimum depth of six -inches (6") except within critical root zones of existing trees to remain, as noted on plans. Scarified subgrade shall be inspected and approved by the Engineer prior to the placement of topsoil. Remove all construction debris and rocks over two -inches (2") in diameter prior to placing topsoil. Scarified subgrade shall be inspected and approved by the Engineer prior to placement of topsoil. Upon approval of the subgrade, Topsoil A shall be installed to a minimum depth of 4 inches lightly compacted depth in all seeded areas, unless otherwise noted on plans. Lightly compact soil and establish a smooth and uniform finished grade to allow to surface drainage and prevents ponding. The areas shall be brought to a uniform grade, 1 inch, or the specified depth of mulch, below walks, curbs, junction and valve boxes, and driveways, unless otherwise specified. The costs of removing all excess material and debris shall be considered incidental to and included in the unit contract prices of other items in this contract. 8-02.3(6)B Fertilizers (September 3, 2019 WSDOT GSP, OPTION 3) Section 8-02.3(6)B is supplemented with the following: Fertilizer shall be a commercially prepared mix of 10-20-20 and shall be applied at the rate of 10 pounds per 1000 square feet. 8-02.3 9 B Seeding and Fertilizing (September 3, 2019 WSDOT GSP, OPTION 2) Section 8-02.3(9)B is supplemented with the following: Grass seed shall be a commercially prepared mix, made up of low growing species which will grow without irrigation at the project location, and accepted by the Engineer. The application rate shall be two pounds per 1000 square feet. 8-02.300) Fertilizer (April 12, 2018 CFW GSP) Section 8-02.3(10) is supplemented with the following: All fertilizers shall be furnished in standard unopened containers with weight, name of plant nutrients and manufacturer's guaranteed statement of analysis clearly marked, in accordance with State and Federal law. Seeded areas, trees, and shrubs shall be fertilized at a rate according to fertilizer manufacturer's recommendations. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-133 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B 8-02.301) Bark or Wood ChiP Mulch_ (April 12, 2018 CFW GSP) Section 8-02.3(11) is supplemented with the following: Bark Mulch shall be placed over all tree planting pits to a depth no less than two (2) inches, or as detailed on the Plans. Thoroughly water and hose down plants with a fine spray to wash the leaves of the plants immediately after application. 8-02.3 13) Plant Establishment (April 12, 2018 CFW GSP) Section 8-02.3(13) is supplemented with the following: Plant establishment shall consist of insuring resumption and continued growth of all planted materials including trees, shrubs, ground cover, and seeded areas for a period of one (1) year. This shall include, but is not limited to, labor and materials necessary or removal and replacement of any rejected plant material planted under this contract. 8-02.4 Measurement (April 12, 2018 CFW GSP) Section 8-02.4 is supplemented with the following: Topsoil, bark mulch, compost, and/or soil amendments will be measured by the cubic yard in the haul conveyance at the point of delivery. "Seeded Lawn" will be measured in square yards of actual lawn completed, established, and accepted. Fertilizer shall be incidental to other bid items unless specifically listed as a bid item. 8-02.5 Payment (April 12, 2018 CFW GSP) Section 8-02.5 is supplemented with the following: "Bark Mulch" per cubic yard. The unit contract price shall be full pay for furnishing and spreading the mulch. "Seeded Lawn" per square yard. The unit contract price will include all preparation, fertilizer, establishment, and mowing as called for in the specifications. 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 SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SPA34 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B 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. 8-09 ED PAVEMENT MARKERS 8-09.1 Description (December 12, 2012 CFW GSP) Section 8-09.1 is supplemented with the following: RPM's shall be installed per City of Federal Way Standard Details. 8-09.2 Materials (December 12, 2012 CFW GSP) Section 8-09.2 is supplemented with the following: RPM's shall not be ceramic. 8-12 CHAIN LINK FENCE AND WIRE FENCE 8-12.2 Materials (September 8, 2020 WSDOT GSP OPTION 1) Section 8-12.2 is supplemented with the following: Coated Chain Link Fence Chain link fence fabric shall be hot -dip galvanized with a minimum of 0.8 ounce per square foot of surface area. Fencing materials shall be coated with an ultraviolet -insensitive plastic or other inert material at least 2 mils in thickness. Any pretreatment or coating shall be applied in accordance with the manufacturer's written instructions. The Contractor shall provide the Engineer with the manufacturer's written specifications detailing the product and method of fabrication. The color shall match SAE AMS Standard 595 color number 37038 (black), or be as approved by the Engineer. Samples of the coated fencing materials shall have received the Engineer's acceptance prior to installation on the project. The Contractor shall supply the Engineer with 10 aerosol spray cans containing a minimum of 14 ounces each of paint of the color specified above. The touch-up paint shall be compatible with the coating system used. (September 17, 2019 CFW GSP) Section 8-12.2 is supplemented with the following: Chain link fencing installed with the project shall include a top rail. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-135 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 8-12.5 Payment (April 12, 2018 CFW GSP) Section 8-12.5 is supplemented with the following: "Black Vinyl Coated Chain Link Fence", per linear foot. The unit Contract price per linear foot for "Black Vinyl Coated Chain Link Fence" shall be full payment for all costs for the specified Work including brace post installation; end, corner, and pull posts; top rail and bottom rail; and all other requirements of Section 8-12 for Chain Link Fence, unless covered in a separate Bid Item in this section. Far-FAWTUMem :_ is 8-14.3(5) Detectable Warnina Surface (January 13, 2021 WSDOT GSP, OPT 1) The first paragraph of Section 8-14.3(5) is revised to read: The detectable warning surface shall be located as shown in the Contract Plans or Standard Plans. Placement of the detectable warning surface shall be in accordance with the manufacturer's recommendation for placement in fresh concrete, before the concrete has reached initial set, or on a hardened cement concrete surface. Glued or stick down Detectable Warning Surfaces are allowed on asphalt surfaces only for temporary work zone applications. (April 12, 2018 CFW GSP) Section 8-14.3(5) is supplemented with the following MMA-Style Truncated Dome Detectable Warning Surfaces applied to asphalt surfaces shall be liquid -applied Vanguard ADA Systems, or approved equal. S»20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION SYSTEMS, AND ELECTRICAL 8-20.1 Description 8-20.1(1) Regulations and Code (March 13, 2012 CFW GSP) Section 8-20.1(1) is supplemented with the following: Where applicable, materials shall conform to the latest requirements of Puget Sound Energy and the Washington State Department of Labor and Industries. 8-20.1 2 Industry Codes and Standards (March 13, 2012 CFW GSP) The following is added at the end of the first paragraph of this section: National Electrical Safety Code (NESC) Committee, IEEE Post Office Box 1331445 Hoes Lane, Piscataway, NJ 08855-1331. 8-20.1(3) Permitting and Inspections (April 12, 2018 CFW GSP) Section 8-20.1(3) is supplemented with the following: The Contractor shall be responsible for obtaining all required electrical permits, including all required City electrical permits. All costs to obtain and comply with electrical permits shall be included in the applicable bid items for the work involved. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-136 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 8-20.2 Materials Section 8-20.2 is supplemented with the following: (March 13, 2012 CFW GSP) Control density fill shall meet the requirements of Washington Aggregates and Concrete Association. Bedding material shall consist of 5/8-inch minus crushed rock free of any deleterious substances (Section 9-03.1(5)A of the Standard Specifications). (September 3, 2019 WSDOT GSP, OPTION 1) Slip -Resistant Surfacing for Junction Boxes, Cable Vaults, and Pull Boxes Where slip -resistant junction boxes, cable vaults, or pull boxes are required, each box or vault shall have slip -resistant surfacing material applied to the steel lid and frame of the box or vault. Where the exposed portion of the frame is 1/2 inch wide or less, slip resistant surfacing material may be omitted from that portion of the frame. Slip -resistant surfacing material shall be identified with a permanent marking on the underside of each box or vault lid where it is applied. The permanent marking shall be formed with a mild steel weld bead, with a line thickness of at least 1/8 inch. The marking shall include a two character identification code for the type of material used and the year of manufacture or application. The following materials are approved for application as slip -resistant material, and shall use the associated identification codes: 1) Harsco Industrial IKG, Mebac #1 — Steel: M1 2) W.S. Molnar Co., SlipNOT Grade 3 — Coarse: S3 3) Thermion, SafTrax TH604 Grade #1 — Coarse: T1 8-20.201 Equipment List And Drawings (January 26, 2012 CFW GSP) The first paragraph is deleted and replaced with the following: Within one (1) week following the pre -construction conference, the Contractor shall submit to the Engineer a completed "Request for Approval of Materials" that describes the material proposed for use to fulfill the Plans and Specifications. Manufacturer's technical information shall be submitted for signal, Safe City Cameras and related equipment (Pan -Tilt -Zoom, Fisheye, Bullet and License Plate Reader), electrical and luminaire equipment, all wire, conduit, junction boxes, and all other items to be used on the project. Approvals by the Engineer must be received before material will be allowed on the job site. Materials not approved will not be permitted on the job site. (March 13, 1995 WSDOT GSP, OPTION 1) Section 8-20.2(1) is supplemented with the following: Pole base to light source distances (1-11) for lighting standards with pre -approved plans shall be as noted in the Plans. Pole base to light source distances (1-11) for lighting standards without pre - approved plans will be furnished by the Engineer as part of the final approved shop drawings, prior to fabrication. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-137 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 8-20.3 Construction Requirements 8-20.30) General (May 15, 2000 WSDOT NWR GSP, OPTION 2) Section 8-20.3(1) is supplemented with the following: Energized Equipment Work shall be coordinated so that electrical equipment, with the exception of the service cabinet, is energized within 72 hours of installation. (May 15, 2000 WSDOT NWR GSP, OPTION 6) Section 8-20.3(1) is supplemented with the following: Electrical Equipment Removals Removals associated with the electrical system shall not be stockpiled within the job site without the Engineer's approval. (January 26, 2012 CFW GSP) Section 8-20.3(1) is supplemented with the following: Contractor Owned Removals All removals associated with an electrical system, which are not designated to remain the property of the Contracting Agency, shall become the property of the Contractor and shall be removed from the project. The Contractor shall: Remove all wires for discontinued circuits from the conduit system or as directed by the Engineer. Remove elbow sections of abandoned conduit entering junction boxes or as directed by the Engineer. Abandoned conduit encountered during excavation shall be removed to the nearest outlets or as directed by the Engineer. Remove foundations entirely, unless the Plans state otherwise. Backfill voids created by removal of foundations and junction boxes. Backfilling and compaction shall be performed in accordance with Section 2-09.3(1)E. (November 14, 2014 CFW GSP) Section 8-20.3(1) is supplemented with the following: Delivery of Removed Items The Engineer shall decide the ownership of all salvaged signal materials. All salvaged signal materials not directed by the Engineer to remain property of the City shall become the property of the Contractor, except the existing controller cabinet and all its contents shall remain as property of the City. Removed signal and electrical equipment which remains the property of the City shall be delivered to: King County Signal Shop Attn: Mark Parrett 155 Monroe Avenue NE CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-138 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B Renton, Washington 98056 Phone: 206-396-3763 Forty eight (48) working hours advance notice shall be communicated to both the Engineer and the Signal Technician at the address listed above. Delivery shall occur during the hours of 8:00 a.m. to 2:00 p.m. Monday through Friday. Material will not be accepted without the required advance notice. The Contractor shall be responsible for unloading the equipment where directed by the Engineer or Signal Tech at the delivery site. Equipment damaged during removal or delivery shall be repaired or replaced to the Engineer's satisfaction at no cost to the City. 8-20.3(2) Excavatincl and Backfilliny (January 8, 2013 CFW GSP) Section 8-20.3(2) is supplemented with the following: The Contractor shall supply all trenching necessary for the complete and proper installation of the traffic signal system, interconnect conduit and wiring, and illumination system. Trenching shall conform to the following: 1. In paved areas, edges of the trench shall be sawcut the full depth of the pavement and sawcuts shall be parallel. All trenches for placement of conduit shall be straight and as narrow in width as practical to provide a minimum of pavement disturbance. The existing pavement shall be removed in an approved manner. The trench bottom shall be graded to provide a uniform grade. 2. Trenches located under existing traveled ways shall provide a minimum of 24 inches cover over conduits and shall be backfilled with 21 inches of controlled density fill, vibrated in place, followed by either 3 inches minimum of HMA Cl 1/2" PG 58 -22 , or a surface matching the existing pavement section, whichever is greatest. The asphalt concrete surface cuts shall be given a tack coat of asphalt emulsion (CSS-1) or approved equal immediately before resurfacing, applied to the entire edge and full depth of the pavement cut. Immediately after compacting the new asphalt surface to conform to the adjacent paved surface, all joints between new and original pavement shall be filled with joint sealant meeting the requirements of Section 9-04.2. 3. Trenches for Schedule 40 PVC conduits to be located under existing sidewalks shall be installed to conform with the City of Federal Way Luminaire Electrical Trench Detail. Such trenches shall be backfilled with bedding material two inches (2") above and below the conduit, with the remaining depth of trench backfilled with native material. If the Engineer determines that the native material is unsuitable, Gravel Borrow shall be used. Sidewalks and driveways shall be removed and replaced as specified. 4. Trenches for Schedule 40 PVC conduits to be located within the right-of-way and outside the traveled way shall have a minimum of twenty-four inches (24") cover over conduits. Such trenches shall be backfilled with bedding material two inches (2") above and below the conduit, with the remaining CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-139 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 018 depth of trench backfilled with bank run gravel unless the Engineer determines that spoils from the trench excavation are suitable for backfill. 5. When trenches are not to be placed under sidewalks or driveways, the backfill shall match the elevation of the surrounding ground, including a matching depth of top soil, mulch and/or sod if necessary to restore the trench area to its prior condition. 6. Contractor shall use joint trench where possible. Backfill shall be carefully placed so that the backfilling operation will not disturb the conduit in any way. The backfill shall be thoroughly mechanically tamped in eight -inch (8") layers with each layer compacted to ninety-five percent (95%) of maximum density in traveled ways, and ninety percent (90%) of maximum density elsewhere at optimum soil moisture content. Bank run gravel for backfill shall conform to Section 2.01 of the Standard Specifications. Bedding material shall conform to Section 2.01 of the Standard Specifications. All trenches shall be properly signed and/or barricaded to prevent injury to the public. All traffic control devices to be installed or maintained in accordance with Part VI of the Manual on Uniform Traffic Control Devices for Streets and Highways, latest edition, and as specified elsewhere in these Specifications. Excavation for foundations shall be completed by vactor excavation. This excavation shall be incidental to the signal or illumination bid items. (April 1 Z 2018 CFW GSP) Section 8-20.3(2) is supplemented with the following: Underground utilities of record are shown on the construction plans insofar as information is available. These, however, are shown for convenience only and the City assumes no responsibility for improper locations or failure to show utility locations on the construction plans. The location of existing underground utilities, when shown on the plans, is approximate only, and the Contractor shall be responsible for determining their exact location. The Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area, as not all utilities may be shown on the plans. The Contractor shall be responsible for potholing for conflicts with underground utility locations prior to determining exact locations of signal and luminaire pole foundations, underground vaults and directional boring operations. Prior to construction, if any conflicts are expected, it shall be brought to the attention of the Engineer for resolution. The Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-140 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 If a conflict is identified, the Contractor shall contact the Engineer. The Contractor and City shall locate alternative locations for poles, cabinet, orjunction boxes. The Contractor shall get approval from the Engineer prior to installation. The Contractor may consider changing depth or alignment of conduit to avoid utility conflicts. Before beginning any excavation work for foundations, vaults, junction boxes or conduit runs, the contractor shall confirm that the location proposed on the Contract Plans does not conflict with utility location markings placed on the surface by the various utility companies. If a conflict is identified, the following process shall be used to resolve the conflict: 1. Contact the Engineer and determine if there is an alternative location for the foundation, junction box, vault or conduit trench. 2. If an adequate alternate location is not obvious for the underground work, select a location that may be acceptable and pothole to determine the exact location of other utilities. Potholing must be approved by the Engineer. 3. If an adequate alternate alignment still cannot be identified following potholing operations, the pothole area should be restored and work in the area should stop until a new design can be developed. The Contractor shall not attempt to adjust the location of an existing utility unless specifically agreed to by the utility owner. 8-20.3(4) Foundations (November 2, 2020 CFW GSP) Section 8-20.3(4) is supplemented with the following: Excavation for foundations shall be completed by vactor excavation. This excavation shall be incidental to the signal or illumination or flashing beacon bid items. Pole foundations within the sidewalk area shall be constructed in a single pour to the bottom of the cement concrete sidewalk. The sidewalk shall be constructed in a separate pour. Pole foundations not within the sidewalk area shall incorporate a 3-foot by 3-foot by 4-inch-thick cement concrete pad set flush with the adjacent ground. Where the pad abuts a sidewalk, the pad shall extend to the sidewalk and the top of the pad shall be flush with the sidewalk. A construction joint shall be provided between the two units. The foundation for the controller and service cabinets shall conform to the detail on the Plans. Conduits shall be centered horizontally except service conduit, which shall be placed at the side of the power panel. Foundations for Type I traffic signal poles shall conform to Standard Plan J-21.10. Foundations for Type II and Type III traffic signal poles shall conform to details on the Signal Standard Sheet in the Plans. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-141 PROJECT 36217 CFW SPECIAL PROVISIONS VER_ 2021. 01B Foundations for streetlight poles shall conform to City of Federal Way Drawing Number 3-39 except that foundation depth shall be as noted on the Illumination Pole Schedule. Foundations for the decorative streetlight poles shall conform to City of Federal Way Drawing Number 3-43 except that foundation depth shall be as noted on the Illumination Pole Schedule. 8-20.3 4A Controller Foundations (November 5, 2012 CFW GSP) Section 8-20.3(4)A is a new section: The controller foundation shall conform to the City of Federal Way's Drawing No. 3-45B and 3-45C included in the Appendix of these Specifications. Additionally, the pad mount shall conform to the following: 1. The concrete pedestal height shall be 20 inches. 2. The spare two-inch conduit shall run to the nearest junction box, unless placement of such would exceed the junction box capacity in which case the spare two-inch conduit shall run to the next nearest junction box. 3. Conduits shall be centered horizontally except service conduit which shall be placed at the side of the power panel. 4. Pedestal shall be tapered from top to bottom at 1:10 on all four sides. 5. Unit shall be mounted on a cement concrete pad per Plan Details. 6. Conduits shall be placed in the front 1/3 of the foundation. Foundations constructed with conduits located within the three (3) inch cabinet mounting flange shall be removed and reconstructed. Modification of the three (3) inch cabinet mounting flange will not be accepted. The service cabinet foundation shall also be constructed on the larger cement concrete pad noted on the Plans and shall conform to the City of Federal Way's Drawing No. 3-45 included in the Appendix of these Specifications. 8-20.3(5) Conduit 8-20.3 5 A General (March 16, 2011 CFW GSP) Section 8-20.3(5) is supplemented with the following: All conduit trenches shall be straight and as narrow in width as is practical to provide a minimum of pavement disturbance. When conduit risers are installed, they shall be attached to the pole every 4 feet and shall be equipped with weather heads. Conduit for the service wires between the Puget Sound Energy pole and the service panel and all above ground conduit shall be hot -dip galvanized rigid steel. All conduits shall be clearly labeled at each junction box, handhole, vault or other utility appurtenance. Labeling shall be permanent and shall consist of the owner/type name and a unique conduit number or color. The owner name shall be CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-142 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B approved by the Engineer prior to starting abbreviations are: PSE — Puget Sound Energy QWEST — Qwest COMCAST(AT&T)/C — Cable COMCAST(AT&T)/F — Fiber SIC — City Signal Interconnect City Spare — City spares Cobra — COBRA luminaire system work. The recommended owner/type Traffic signal interconnect shall be placed, wherever feasible, in the joint utility trench being constructed under this contract (if applicable). This work shall be coordinated with the other utilities to ensure a 2" minimum conduit is provided solely for the traffic signal interconnect. Conduit size shall be verified with City Traffic Engineer prior to installation. 8-20.3(5)A1 Fiber Optic Conduit (June 24, 2013 WSDOT NWR — OPTION 1) Section 8-20.3(5)A1 is supplemented with the following: When multiple conduits are installed in the same trench, one location wire shall be placed between conduits. When multiple conduits are installed in the same boring, one locate wire is required for the conduit bundle. Location wire routed into pull boxes or cable vaults shall be attached to the "C" channel or the cover hinge bracket with stainless steel bolts and straps. A 1-foot loop of locate wire shall be provided above the channel as shown in the Plans. 8-20.3(5)A2 ITS and Cabinet Outer and Inner Duct Conduit (June 24, 2013 WSDOT NWR — OPTION 1) Section 8-20.3(5)A1 is supplemented with the following: Conduit Seal Existing conduits, entering cabinets, that are scheduled to have cables added or removed shall be sealed with an approved mechanical plug or waterproof foam at both ends of the conduit run. Existing Outer duct and inner duct conduit, entering cabinets, that are scheduled to have cables added or removed shall be sealed according to this section. 8-20.3 51B Conduit Type (March 16, 2011 CFW GSP) Section 8-20.3(5)B is supplemented with the following: All conduits for signal cable raceways under driveways shall be rigid galvanized steel or Schedule 80 polyvinyl chloride (PVC). Whenever PVC conduit is used a ground wire shall be provided. 8-20.3 5 E3 Boring (October 16, 2006 WSDOT NWR, OPTION 1) Section 8-20.3(5)E3 is supplemented with the following CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-143 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B In addition to the requirements for boring with casing, the Contractor shall submit to the Engineer for approval a pit plan and a proposed method of boring that includes, but is not limited to, the following: 1) A pit plan depicting: a) Protection of traffic and pedestrians. b) The dimension of the pit. c) Shoring, bracing, struts, walers or sheet piles. d) Type of casing. 2) The proposed method of boring, including: a) The boring system. b) The support system. c) The support system under and at the bottom of the pit. The shoring and boring pit plan shall be prepared by and bear the seal and signature of a Washington State licensed Professional Civil Engineer. Installed casing pipe shall be free from grease, dirt, rust, moisture and any other deleterious contaminants. Commercial concrete meeting the requirements of Section 6-02.3(2)B may be used to seal the casing. 8-20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes (November 2, 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 CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-144 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 01 B is necessary to maintain system operation. If wire is installed for this reason, sufficient slack shall be left to allow for future adjustment. Wiring shall be replaced for full length if sufficient slack as specified in Section 8-20.3(8) is not maintained. No splicing will be permitted. Junction boxes Type 1 and 2 shall meet the requirements of WSDOT Standard Plan J-40.10. Type 8 junction boxes shall meet the requirements of WSDOT Standard Plan J-40.30. Junction boxes shall be inscribed based upon system per WSDOT Standard Plan J-40.30. 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. 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 CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-145 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 the cover only. All voids created in and around the vault while adjusting it to grade shall be filled with grout. 5. Fiber vaults shall be installed at the approximate location shown in the Drawings. Final location to be approved by the Engineer. 6. All existing conduits will need to be open and exposed for access within the vault. Care shall be taken to identify which conduits have existing cables. All conduits will extend 2 inches within the vault walls. At the 2-inch mark the excess conduit on the existing structure will need to be removed and all cables exposed. 7. Once the conduits are located, excavate a hole large enough to install the fiber vault. The vault shall have a concrete floor as indicated on the Drawings. The floor shall be installed on 6 inches of crushed surfacing top course. If a fiber vault is installed outside a paved area, an asphalt pad shall be constructed surrounding the junction box. Ensure that the existing conduits are at a minimum of 4 inches above the top of the floor. If the existing conduits contain existing cables, the new vault will need to be bottomless to allow the existing conduit and cable to be routed into the new vault. 8-20.3(8) Wiring (March 13, 1995 WSDOT NWR, OPTION 2) Section 8-20.3(8) is supplemented with the following: Wire Splices All splices shall be made in the presence of the Engineer. (May 1, 2006 WSDOT NWR, OPTION 3) Section 8-20.3(8) is supplemented with the following: Illumination Circuit Splices Temporary splices shall be the heat shrink type. (March 6, 2012 CFW GSP) Section 8-20.3(8) is supplemented with the following: 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 CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-146 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 and fully sealed around the wire. The end of the lead-in cables shall have the sheathing removed 8 inches and shall be dressed external to the splice. The 8th paragraph of this section is deleted and replaced with the following: Fused quick disconnect kits shall be of the SEC type or equivalent. Underground illumination splices shall be epoxy or underground service buss/lighting connector kits. Installation shall conform to details in the Standard Plans. 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. 8-20.3(10) Services, Transformer, InteIIigent Transportation System Cabinet (March 13, 2012 CFW GSP) Section 8-20.3(10) is supplemented with the following: The Contractor shall apply for an electrical service connection with Puget Sound Energy or Tacoma Public Utilities as applicable and make arrangements for a new electrical service connection. The Engineer will approve Electrical Service Installations. The Contractor shall request the City of Federal Way Building Division to perform required inspections for service approval. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-147 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B Electrical service is detailed in the Plans. The Contractor shall notify the City of Federal Way inspector when the service is ready for connection. A two -circuit electrical service shall be used at 240/120 volts, 60 Hz AC. The underground electrical service shall be brought to the load center in minimum 2-inch conduit. Wire sizes and conduit terminations between the load center and the connection location shall meet the requirements of PSE or Tacoma Public Utilities as applicable. The service shall be split in the load center into a 120-volt circuit for the signals and 240 volt for the illumination. When the service is to be provided from an overhead source, the Contractor shall provide conduit from the electrical service to ten feet up the power pole from which service is provided. Stand-off brackets 14 inches long shall be installed on the pole every ten feet. In addition, the Contractor shall provide service conductors from the electrical service to the top of the conduit on the power pole with 30 feet of service wire coiled at top and provide the local electrical utility with 30 feet of 2-inch conduit to make the connection. Electrical service cabinet will be painted inside with white polyurethane or polyester urethane power coat in accordance with Section 6-07. Outside will be bare aluminum finish. The twist lock photocell shall be mounted on top of the luminaire closest to the electrical service. All circuit breakers shall be clearly marked or labeled. 8-20.3011 Testing (April 12, 2018 CFW GSP) Section 8-20.3(11) is supplemented with the following: After power switch over, the signal system shall be put into operation by King County personnel. The Contractor shall be present during the turn -on with adequate equipment to repair any deficiencies in operation. The Contractor shall notify King County five working days in advance of power switch over. 8-20.3 13 Illumination Systems (April 12, 2018 CFW GSP) Section 8-20.3(13) is supplemented with the following: The existing lighting systems shall remain operational until the new systems are functioning. The Engineer may approve partial interruptions required because of staging. 8-20.3 13 A Light Standards (January 11, 2019 CFW GSP) The 8th paragraph of this section is deleted and replaced with the following: All new and relocated metal light standards shall be numbered per City of Federal Way Development Standard Drawing number 3-39B. Section 8-20.3(13)A is supplemented with the following: Each roadway luminaire shall be installed with a CIMCON control node on each individual luminaire fixture. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-148 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 018 8-20.3 14 E Signal Standards (February 19, 2021 DASH-47TH PROJECT GSP) Section 8-20.3(14)E is supplemented with the following: All new flashing beacons shall be mounted on poles per manufacturer's recommendations or as directed by the Engineer in the field. 8-20.307] "As Built" Plans (December 18, 2009 CFW GSP) Section 8-21.3(17) is deleted and replaced with the following: Upon completion of the project, the Contractor shall furnish an "as -built" drawing of the intersection showing all signal heads, pole locations, detectors, junction boxes, Illumination system showing luminaire locations, miscellaneous equipment, conductors, cable wires up to the signal controller cabinet, and with a special symbol identifying those items that have been changed from the original contract drawings. All items shall be located to within one foot (1') horizontally and six inches (6") vertically above or below the finished surface grade. 8-20.4 Measurement (April 12, 2018 CFW GSP) Section 8-20.4 is replaced with the following: "Illumination System, Complete", shall be measured per lump sum. "Flashing Beacon Assembly" 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 "Illumination System, Complete", per lump sum. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-149 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B The lump sum price for "Illumination System, Complete" shall be full pay for furnishing all labor, equipment, materials and supplies necessary to complete the work as specified. The lump sum price shall include all costs associated with connecting the illumination system to the service cabinet and for making modifications to the existing systems as noted. All items and labor necessary to supply, install, and test the conduit, junction boxes, service circuit breaker and connections, the photocell, electrical service and service cabinet electrical connections, connections with existing conduit and junction boxes, restoring facilities destroyed or damaged during construction, salvaging existing materials, and all other components necessary to make a complete system shall be included within the lump sum measurement. "Flashing Beacon Assembly", per each. "Flashing Beacon Assembly" shall be measured per each for the total of all items for complete flashing beacon assemblies. All items and labor necessary to supply, install, and test; installation of new flashing beacon equipment, excavation, constructing foundations, conduit, wiring, junction boxes, trenching, backfilling and compacting, restoring facilities destroyed or damaged during construction, testing, electrical inspection, as -built plans and all other components necessary to make a complete system shall be included within the per each measurement. Sawcutting, pavement removal, excavation, trenching, bedding and backfill materials, backfilling of trenches, pavement restoration of trenches and conduit/junction box installations shall be incidental to the bid items included in this section and no additional compensation will be made. Coordination of service connections with Puget Sound Energy and any necessary permits and fees associated with the service connections shall be considered incidental to the bid items included in this section and no additional compensation will be made. Coordination with communication connections with Comcast, Qwest, or other communication provider affected by this project, and any necessary permits and fees associated with the communications connections shall be considered incidental to the bid items included in this section and no additional compensation will be made. All costs for installing junction boxes and conduit containing traffic signal system, illumination system, decorative illumination system, festival outlet system and/or interconnect system wiring shall be incidental to the bid item(s) of this section and no additional compensation will be made. All costs for painting shall be incidental and included in the bid items included in this section and no additional compensation will be made. Adjustment of junction boxes shall be incidental and included in the bid items included in this section and no additional compensation will be made. Restoration of facilities destroyed or damaged during construction shall be considered incidental to the bid items included in this section and no additional compensation will be made. CTION 8-21 PERMANENT SIGNING CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-150 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 01 B 8-21.1 Description (November 3, 2020 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, and sign relocation, 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. 8-21.315) Sign Relocation (December 18, 2009 CFW GSP) Section 8-21.3(5) is supplemented with the following: King County METRO and/or Pierce Transit personnel will remove and reinstall all existing bus stop signs and supports within the project limits. The Contractor shall contact King County METRO at (206)684-2732 or Pierce Transit at (253)581-8130 to coordinate sign work 2 weeks prior to the required sign removal or installation. A copy of the record of communication shall be forwarded to the City of Federal Way. 8-21.4 Measurement (April 12, 2018 CFW GSP) Section 8-21.4 is deleted and replaced with the following: "Permanent signing" is measured on a lump sum basis 8-21.5 Payment (April 12, 2018 CFW GSP) Section 8-21.5 is deleted and replaced with the following: The lump sum price for "Permanent Signing" shall include all labor, materials, tools, and equipment necessary to furnish and install permanent signing, sign removal, and sign relocation. Sign covering shall be incidental and shall not be measured. SECTION 8-22 PAVEMENT MARKIN 8-22.1 Description CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SPA51 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 (November 2, 2020 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. 8-22.2 Materials (October 23, 2014 CFW GSP) Section 8-22.2 Sentence #3 is deleted and replaced with the following: Glass beads for Type A plastic shall be as recommended by the manufacturer. Section 8-22.2 is supplemented with the following: Glass beads for Type D plastic and Bonded Core Elements shall be as shown in Section 9-34.4. 8-22.3 Construction Requirements (April 12, 2018 CFW GSP) Section 8-22.3 is supplemented with the following: Temporary Pavement Marking Temporary pavement markings shall be installed and maintained by the Contractor whenever permanent pavement markings are included in the Contract and traffic is released onto public streets or roadways prior to installation of permanent pavement markings. The Contractor shall perform preliminary layout work to the satisfaction of the Engineer prior to installation of temporary pavement markings. After approval of permanent lane markings, the Contractor shall remove the temporary lane markings to the satisfaction of the Engineer. The Contractor shall install and remove approved 4-inch-wide reflective traffic tape, paint line, RPMs and pavement markings per City of Federal Way Standard Details Dwg 3-17, Dwy 3-18, and Dwg 3-19, as shown on the Plans, specified in the Special Provisions for this Contract, or as directed by the Engineer. Appropriately colored 4-inch-wide reflective traffic tape shall be installed with a skip pattern based on a 10-foot unit consisting of a 1-foot line of tape and a 9-foot gap, unless otherwise specified on the Plans or in the Special Provisions. Reflective traffic tape markings shall generally follow the alignment for the permanent pavement markings and double lines shall be used when specified for the permanent pavement markings. Reflective tape shall not be used when the temporary pavement markings are to be exposed to traffic for more than two weeks without the written approval of the Engineer. Paint lines shall be provided for temporary pavement marking conditions not applicable for reflective tape. All costs in connection with the use of (placement and removal) reflective traffic tape as temporary pavement markings shall be incidental to other bid items. All costs for paint lines and reflective pavement markers used for temporary traffic control will be paid under those respective bid items. 8-22.301 Marking Application CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SPA52 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 8-22.3 3 E Installation (November 2, 2020 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. 8-22.3 3 G Glass Beads (March 13, 2012, CFW GSP) Section 8-22.3(3)G is supplemented with the following: Glass beads shall be applied to Type D markings at a rate of eight (8) to ten (10) pounds per one hundred square feet. Bonded core elements shall be applied to Type D markings at a rate of ten (10) grams per four (4) inch wide by one (1) linear foot of marking. 8-22.3(6) Removal of Pavement Markings (April 12, 2018 CFW GSP) Section 8-22.3(6) is supplemented with the following: As indicated on the plans, the Contractor shall remove existing pavement markings that may consist of paint, plastic and raised pavement markings. 8-22.4 Measurement (December 13, 2012 CFW GSP) Section 8-22.4 is supplemented with the following: Measurement for the removal of all pavement markings will be per lump sum. 8-22.5 Pa ment (April 12, 2018 CFW GSP) Section 8-22.5 is modified as follows: The following bid items are deleted: "Removing Paint Line", per linear foot. "Removing Plastic Line", per linear foot. "Removing Painted Crosswalk Line", per square foot. "Removing Plastic Crosswalk Line", per square foot. "Removing Painted Traffic Marking", per each. "Removing Plastic Traffic Marking", per each. The following is a new bid item: "Removing Pavement Markings", per lump sum. "MMA Colored Pavement Marking for Central Island", per lump sum. 8-30 POTHOLING L TID CONFLICTS (April 12, 2018 CFW GSP) Section 8-30 and it's subsections are new sections as follows: 8-30.1 Description (April 12, 2018 CFW GSP) Section 8-30.1 is a new section: This work involves the identification and resolution of utility conflicts not identified in the plans between proposed improvements and existing utilities. The City will pay these costs by force account if the work proves to be acceptable and the Contractor had performed the work with the authority of and due notice to the Engineer. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SPA53 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01B 8-30.3 Construction Requirements (April 12, 2018 CFW GSP) Section 8-30.3 is a new section: The City may direct the Contractor to pothole existing utilities to verify the field location and depth. Potholing shall include excavation and backfilling of the existing utility, identification of the pipe or line size, material type and condition and the survey work to locate the facility horizontally and vertically. Survey information to be obtained shall include station and offset to center of utility and elevation at top of utility. Stations, offsets and elevations shall be to the nearest 0.1 foot unless greater accuracy is required. Potholes shall be backfilled with CSTC compacted to 95%, or with CDF, as directed by the Engineer. In areas subject to public traffic, the HMA patch shall match the depth of the surrounding pavement. 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. 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 CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-154 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021.018 To provide a common proposal for all bidders, the City has estimated the amount for "Resolution of Utility Conflicts" and "Potholing" and entered the amounts in the proposal to become a part of the total bid by the Contractor. Utility conflicts due to the Contractor's actions or operations shall be resolved by the Contractor at no expense to the Contracting Agency. END OF DIVISION 8 CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-155 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021.01 B DIVISION 9 MATERIALS 9-03 AGGREGATES 9-03.12 Gravel Backfill 99-0�6) Pit Run Sand (April 12, 2018 CFW GSP) Section 9-03.12(6) is a new section: Sieve Size Percent Passing 3/8" square _ 100 U.S. No. 4 90 Sand Equivalent 30 minimum 9-03.14 3 Common Borrow (April 12, 2018 CFW GSP) Section 9-03.14(3) is modified with the following requirements: Material from on -site excavations meeting the requirements for Common Borrow shall be used to the extent practicable. Material for common borrow shall consist of granular soil and/or aggregate which is free of trash, wood, debris, and other deleterious material. Common Borrow material shall be at the proper moisture content for compaction. This material is generally moisture sensitive. The natural moisture content shall range from not more than 1 percent wet of optimum to not more than 3 percent dry of optimum as determined in accordance with Section 2-03.3(14)D. The material shall not pump or yield under the weight of compaction equipment and construction traffic. The Contractor is responsible for protecting the material from excess moisture wherever/whenever possible. To the extent practicable, this material should be handled only during non -rainy periods and should be removed, hauled, placed, and compacted into final embankments without intermediate handling or stockpiling. Surfaces should be graded and sloped to drain and should not be left uncompacted. Common Borrow shall meet the following gradation limits: Sieve Size Percent Passing (by weight) 6" square100 4" square 90-100 2" square 75 - 100 U.S. No. 4 50 - 80 U.S. No. 40 50 max. U.S. No 200 25 max. For geosynthetic reinforced walls or slopes, 100percent passing 1'/4-inch square sieve and 90 to 100 percent passing the 1-inch square sieve. Common Borrow shall contain sufficient fines for compaction and to bind the compacted soil mass together to form a stable surface when heavy construction equipment is operated on its surface. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-156 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B 1 ■ i 9-05.16 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 9-05.15(51 High Impact Multi -Purpose Rubber Composite Adjustment Risers (December 2, 2019 CFW GSP) Section 9-05.15(5) is a new section: Risers shall be minimum 80% by weight recycled rubber and minimum 10% by volume recycled RFL fiber. Adjustment risers shall be of uniform quality and free from cracks, holes, and any other surface defects. Adjustment risers shall be designed for heavy duty street traffic and shall meet or exceed minimum load capacity requirements of AASHTO. Adjustment risers shall be installed as a single unit and shall not be cut into pieces or used as shims. Manufacturer certification shall be furnished upon request stating that the product meets the requirements of this specification. Risers shall be available in standard thicknesses from 1/2-inch to 3-inches; available flat or tapered; and in round, square, and rectangular shapes. 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 9-14.2 Topsoil CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SPA57 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 9-14.20) Topsoil TypeA (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 9-14.3 Seed (June 12, 2020 CFW GSP) Section 9-14.3 is supplemented with the following: The grass seed dealer shall mix the grass seed only. The Contractor shall furnish the Engineer with a dealer's guaranteed statement of the composition, mixture, and the percentage of purity and germination of each variety. Seed shall be applied at manufacturer's recommended rate. Hydroseed shall be composed of the following varieties mixed in the proportions indicated, or approved equal: SEEDED LAWN MIXTURE NAME BY WEIGHT % PURITY % GERMINATION Tall Fescue / Festuca 40% 98% 90% arundinacea Creeping Red Fescue / Festuca 1 25% 1 98% 1 90% rubra Highland Colonial Bentgrass / 5% 98% 90% Agrostis capillaris var. 'Highland' Perennial Rye / Lolimum 30% 95% 90% perenne (blend of two: 'Fiesta II', 'Prelude II', 'Commander' 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 CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-158 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 01 B 9-14.5(3) Bark or Wood Chips (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'/" screen. 9-14.7 Plant Materials 9-14.7[2) Quality (June 12, 2020 CFW GSP) Section 9-14.7(2) is supplemented with the following: Plant material shall be free from disfiguring knots, swollen grafts, sunscald injuries, bark abrasions, evidence of improper pruning or other objectionable disfigurement. Potted and container stock shall be well rooted and vigorous enough to ensure survival and healthy growth. Shrubs shall have full foliage (not leggy). Container stock shall be grown in its delivery container for not less than six (6) months, but not for more than two (2) years. Root bound or broken containers will not be accepted. Bare root, liner and root stock with dried or shriveled roots from exposure will not be accepted. Measurements, caliper, branching, grading, quality, balling and burlapping shall follow the Code of Standards of the American Associate of Nurserymen in the American Standard for Nursery Stock, ANSI 260.1, latest edition. Measurements shall be taken with all branches in their normal growing position. Plants shall not be pruned prior to delivery to site. 9-14.7 3 Handling and Shipping (June 12, 2020 CFW GSP) Section 9-14.7(3) is supplemented with the following: Tie back branches as necessary, and protect bark from chafing with burlap bags. Do not drag plant materials along ground without proper protection of roots and branches. Protect rootballs from environmental or mechanical damage and water as necessary to keep roots moist. Do not store plants for more than one week. 9-14.7(4) Sod (June 12, 2020 CFW GSP) Section 9-14.7(4) is supplemented with the following: Sod Lawn shall be three-way Tall Fescue Blend Sod, 33.33% Firecracker LS Tall Fescue, 33.33% Spyder LS Tall Fescue, 33.33% Raptor II Tall Fescue with degradable netting, or approved equal. 9-14.7 5 Tagging (June 12, 2020 CFW GSP) Section 9-14.7(5) is a new section:: All plant material shall be legibly tagged. Tagging may be by species or variety with minimum of one tag per ten trees, shrubs, or vines. Remove all tagging prior to final acceptance. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-159 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 9-14.7 61 Inspection (June 12, 2020 CFW GSP) Section 9-14.7(6) is a new section: The Contracting Agency shall reserve the option of selecting and inspecting plant material at the nursery. The contractor shall provide the Contracting Agency with at least one week notice prior to preparing plants for shipping and delivery. The Contractor shall neither deliver to site nor install plant materials until authorized by the Contracting Agency. 9-14.7 7 Temnormy 5tora e (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. 9-14.8 Stakes Gus and Wrapping (June 12, 2020 CFW GSP) Section 9-14.8 is supplemented with the following: Stakes shall be BVC round tree stakes with Chainlock guying or Engineer accepted product. No wrapping required. 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. 9-16 IRRIGATION SYSTEM 9-15.1 Pie Tubing And Fittin s (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, 17'L x 24" D x 12" W with green HDPE drop in locking lid. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SPA60 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B Valve boxes for Double Check Valve Assembly shall be grey heavy duty polymer concrete, top dimensions 25"L x 15-16"W and 24" D designed to withstand H-10 and H-20 loading in incidental and non -deliberate traffic areas. Valve box must be compliant with AASHTO H-10 Design Load; ASTM C 857-95 Design Load of A-8, 8,000lbs. Box shall be alkaline, acid and weather resistant, with flush locking polymer concrete cover. Verify size to fit Double Check Valve Assembly. Valve boxes for quick coupler shall be light duty HDPE with UV inhibitors, 10" diameter flared box with bolt down cover. 9-15.6 Gate Valves (April 12, 2018 CFW GSP) Section 9-15.6 is supplemented with the following: Gate valves shall be heavy duty cast brass body and heavy cast iron handwheel, suitable for residential or commercial potable water applications, with screwed bonnet, non -rising stern, solid wedge disc and integral seats. 9-15.7 Control Valves 9-15.7 1 Manual Control Valves (April 12, 2018 CFW GSP) Section 9-15.7(1) is supplemented with the following: Shut off valves upstream of automatic control valves shall be a heavy duty cast brass body gate valve with heavy cast iron handwheel, suitable for residential or commercial potable water applications, with screwed bonnet, non -rising stem, solid wedge disc and integral seats, size to fit line. 9-15.13 Pressure Regulating Valves (April 12, 2018 CFW GSP) Section 9-15.13 is supplemented with the following: Pressure regulating valve shall be designed to reduce incoming water pressure from up to 400psi to a range of 25-75psi. Valve shall be all bronze body construction, with thermal expansion bypass, serviceable in line, with internal stainless steel strainer. SECTION 9-18 PRECAST TRAFFIC CURB AN BLOCK TRAFFIC CURB 9-18.3 Vacant (December 12, 2012 CFW GSP) Section 9-18.3 is deleted and replaced with the following new Section: 9-18.3 Block Traffic Curb In construction of the block traffic curb, the Contractor shall have the option of using either length block shown in the plans, provided the same length block is used throughout the entire project. The curb units shall be made from portland cement and high quality sand and gravel, the proportions of which will be left to the discretion of the producer as long as the unit develops a minimum compressive strength of 1,600 psi at 28 days when tested for end loading. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SPA61 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 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'/z inch, or air holes not more than 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. SECTION9-RAISED-PAVEMENT 9-21.20) Physical Properties (March 13, 2012 CFW GSP) Section 9-21.2(1) is supplemented with the following: Type 2 raised pavement markers shall NOT be ceramic. SECTION 9-28 SIGNING MATERIALS AND FABRICATION 9-28.1 General (January 8, 2013 CFW GSP) Paragraph three is deleted and replaced with the following: All regulatory (R series), school (S series), and warning (W and X series) signs, except for parking regulation, parking prohibition signing and signs of fluorescent yellow color shall be constructed with Type III Glass Bead Retroreflective Element Material sheeting in accordance with Section 9-28.12 of the Standard Specifications. This sheeting has a retro reflection rating of 250 candelas/foot candle/square foot for white -silver sheeting with a divergence angle of 0.2 degrees and an incidence angle of minus 4 degrees. This high intensity sheeting shall be Type III sheeting or greater. All street name (D-3) sign sheeting shall meet this specification. The reflectivity standard of supplemental plaques shall match that of the primary sign. All overhead signing, all regulatory (R series) of fluorescent yellow color and all school (S series) of florescent yellow color shall meet the specifications of Type IX Micro Prismatic Retroreflective Element Material sheeting in accordance with Section 9-28.12 of the Standard Specifications. This standard applies to all signs mounted above the roadway, on span wire or signal mast arms and all regulatory (R series) and school (S series) signs of fluorescent yellow color. The reflectivity standard of supplemental plaques shall match that of the primary sign. Motorist information and parking signing shall be constructed with Type I Glass Bead Retroreflective Element Material sheeting in accordance with Section 9-28.12 of the Standard Specifications. The reflectivity standard of supplemental plaques shall match that of the primary sign. 9-28.2 Manufacturer's Identification and Date (October 23, 2014 CFW GSP) Section 9-28.2 is deleted and replaced with the following: All signs shall show the manufacturer's name and date of manufacture on the back. 9-28.8 Sheet Aluminum Signs CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SPA62 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B (January 8, 2013 CFW GSP) Section 9-28.8 table is deleted and replaced with the following - Maximum Dimension Less than 30 inches Greater than 30 inches, less than 48 inches Greater than 48 inches Blank Thickness 0.080 inches 0.100 inches 0.125 inches Section 9-28.8 is supplemented with the following: All permanent signs shall be constructed from aluminum sign blanks unless otherwise approved by the Engineer. Sign -blank minimum thicknesses, based on maximum dimensions, shall be as follows: All D-3 street -name signs shall be constructed with 0.100-inch-thick blanks. The Contractor shall install permanent signs which meet or exceed the minimum reflectivity standards. All sign face sheeting shall be applied to sign blanks with pressure sensitive adhesives. 9-28.9 Fiberglass Reinforced Plastic Signs (December 18, 2009 CFW GSP) Section 9-28.9 is deleted in its entirety. 9-28.14 Sign Support Structures (January 8, 2021 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. 9-29.1 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 SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-163 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B 9-29.1[11 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. 9-29.1121 Rigid Metal Conduit Fittings and Appurtenances (August 10, 2009 WSDOT NWR) Section 9-29.1(2) is supplemented with the following: Conduit Coatings Electroplated couplings are not allowed. (March 4, 2009 WSDOT NWR)) Surface Mounting Conduit Attachment Components Channel supports and all fastening hardware components shall be Type 304 stainless steel. 9-29.1(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 9-29.20 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. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-164 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 The slip -resistant lid shall be identified with permanent marking on the underside indicating the type of surface treatment ("M1" for Mebac 1; "SY for SlipNOT Grade 3-coarse; or "ST" for Saftrax TH604) and the year manufactured. The permanent marking shall be 1/8 inch line thickness formed with a mild steel weld bead. 9-29.2 1 JA2 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; "SY for SlipNOT Grade 3-coarse; or "ST" for Saftrax TH604) and the year manufactured. The permanent marking shall be 1/8 inch line thickness formed with a mild steel weld bead. 9-29.2(5)E Fiber Vaults (March 15, 2012 CFW GSP) Section 9-20.2(5)E is a new section: Where fiber vaults are called for on the Drawings, the Contractor shall provide pre -cast utility vaults meeting ASTM C 478 with twenty-eight (28) day 5500 psi minimum compressive strength concrete and designed for H-20 loading unless otherwise indicated on the Drawings. The communications/fibers vault, shall be a type 444-LA manufactured by Oldcastle Precast, Inc. or approved equivalent, or a WSDOT Pull Box or cable vault per WSDOT Standard Plan J.90.10 and J.90.20. The fiber vaults are to be provided with a racking hardware package for cable storage and mounting of the splice case. The vault cover shall have a bolt - down, non-skid surface and a ground strap. For fiber vaults located within the sidewalk, along an ADA pedestrian route, or in other accessible surfaces within the public right-of-way or on publicly CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SPA65 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B owned properties, both the lid and frame shall be treated with one of the following slip -resistance products: 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; "SY for SlipNOT Grade 3-coarse; or "ST" for Saftrax TH604) and the year manufactured. The permanent marking shall be 1/8 inch line thickness formed with a mild steel weld bead. Fiber vaults shall contain a splice enclosure. Fiber Optic Splice Closure shall be a Coyote Closure manufactured by Preformed Line Products or equivalent, shall be suitable for both vault and aerial applications, and shall meet the following requirements: 1. Be made of two injection -molded high -density thermoplastic shells, be 22 inches in length and 6 inches in diameter, and have capacity to store up to four splice trays. 2. Each splice case shall have two end plates; one end plate shall have no ports, the other endplate shall consist of a three section end plate with six ports - two 3/4-inch ports and four 7/8-inch ports. Each unused port shall have a grommet installed. The end plates shall be durable glass -filled high -density thermoplastic shells. 3. The splice enclosure shall be suitable for outdoor applications with a temperature range of -10°C to 60°C. 4. The splice enclosure shall provide sufficient space to allow entry of fiber optic cable without exceeding the cable minimum bending radius. 5. The enclosure shall protect the splices from moisture and mechanical damage and shall be resistant to corrosion. 6. The enclosure shall be waterproof, re -enterable and shall have a neoprene gasket sealing system to prevent water from entering. 7. The enclosure shall permit selective splicing to allow one or more fibers to be cut and spliced without disrupting other fibers. 8. The enclosure shall have strain relief for the cable to prevent accidental tension from disturbing the splices. 9. Each splice tray will be able to store 36 splices securely. Each splice shall be individually mounted and mechanically protected on the splice tray. Vinyl markers shall be supplied to identify each fiber spliced within the enclosure. 9-29.3 Fiber Optic Cable, Electrical Conductors and Cable (December 13, 2012 CFW GSP) CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-166 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 O1B Section 9-29.3 is supplemented with the following: Video cable from the camera (sensor) to the controller cabinet shall conform to the video detection manufacturer's recommendations. 9-29.3(2)F Detector Loop Wire (April 12, 2018 CFW GSP) Section 9-29.3(2)F is modified as follows: Detector loop wire shall use 14 AWG stranded copper conductors, and shall conform to IMSA Specification 51-7, with cross -linked polyethylene (XLPE) insulation encased in a polyethylene outer jacket (PE tube). 9-29.3(2)H Three -Conductor Shielded Cable (March 13, 2012 CFW GSP) Section 9-29.3(2)H is supplemented with the following: Lead-in cable back to the controller for pre-emption units shall be 6TT detector 138 cable or equivalent. 9-29.3(2)1 Twisted Pair Communications Cable (October 23, 2014 CFW GSP) Section 9-29.3(2)1 is deleted in its entirety. See Section 8-20.3(8)A. 9-29.5 Vacant (May 31, 2012 CFW GSP) Section 9-29.5 is deleted and replaced with the following new section: 9-29.5 School Zone Beacon & Rectangular Rapid Flashing Beacon (RRFB) Standards Pole Foundations: Shall be as indicated on the plans. 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 131.2). 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.2. 2. Galvanized After Fabrication: Pipe shall have clean square saw cuts and free of burrs. Pole shall be hot dipped galvanized to comply with ASTM A- 123 with a minimum of 1.6 oz./ft2 after fabrication. Threads shall be heated and brushed to remove excess zinc. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-167 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 01 B 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'/cinch OD pole, with a stainless steel set screw, sq hd, W-20 X 1/ ". The pole base shall be square aluminum pedestal base with aluminum door meeting the following minimum requirements: 1. Square cast aluminum with natural finish, minimum weight of 21 lbs. with dimensions as shown in the Figure below. 2. Upper end shall be threaded to receive a 4" NPT pipe shaft. Base threads shall be tapped to allow full pole engagement w/o exposed threads on the pole. 3. Shall be of such design that it may be fastened to a foundation with four (4) 3/4" anchor bolts located 90 degrees apart on the bottom of the base. 4. There shall be slots in the bottom of the base 11/" 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'/" 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 CITY OF FEDERAL WAY SW DASH PT RD S 47TH AVE SW COMPACT ROUNDABOUT SP-168 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 018 FRANGIBILITY: The base shall meet or exceed 1985 AASHTO breakaway requirements. Test reports from an FHWA approved independent laboratory shall be provided certifying that the base has been tested and meets all applicable requirements. In addition, a statement of certification from the FHWA stating such tests have been accepted and approved shall be supplied. STRUCTURAL INTEGRITY: In order to prove structural soundness a certification from a recognized independent structural laboratory shall be provided certifying that the base will withstand a bending moment of 10,750 ft. lbs. Such test shall be performed in the following manner: 1. A force shall be applied at a distance from the bottom of the base in order to produce a moment. All bases must reach a moment capacity of 10,750 ft. lbs. without breaking, cracking or rupturing in any manner. 2. After force has been removed, the lever arm shall return to within .250" of its original rest position. 3. All tests shall be made using 4" schedule 40 Steel Pipe. A reinforcing collar shall be installed at the top of the pole base in accordance with manufacturers' instructions. The collar shall be a three segment assembly designed to retrofit onto an existing square cast aluminum or iron pedestal base. The collar shall meet the following minimum requirements: MATERIAL: Reinforcing collar minimum requirements: Aluminum Alloy .............. Tensile Strength, KSI ..... Yield Strength, KSI.......... Elongation (% in 2") ....... Brinell Hardness .............. Minimum Wall Thickness Minimum Overall Height.. shall be three-piece cast aluminum with the INSTALLATION: The collar shall be clamped around the top of a pedestal base by the use of two (2) 5/16" Socket Head Bolts per segment (Figure 1). Each segment shall have a 5/16" pilot hole for drilling through base. A 5/16" x 3/4" Roll Pin shall be driven through the collar into the base until flush to prevent the collar from walking up the base. HARDWARE: (6) 5/16"-18 x 1'h" 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 CITY OF FEDERAL WAY SW DASH PT RD S 47TH AVE SW COMPACT ROUNDABOUT SPA69 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B • Pole Cap, Model No PB-5402 • Pole & Base Collar Assembly, Model No PB-5325 9-29.6 Li ht 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 13, 2020 WSDOT GSP, OPTION 5) Section 9-29.6 is supplemented with the following: Traffic Signal Standards Traffic signal standards shall be furnished and installed in accordance with the methods and materials noted in the applicable Standard Plans, pre -approved plans, or special design plans. All welds shall comply with the latest AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals. Welding inspection shall comply with Section 6-03.3(25)A Welding Inspection. Hardened washers shall be used with all signal arm connecting bolts instead of lockwashers. All signal arm ASTM F 3125 Grade A325 connecting bolts tightening shall comply with Section 6-03.3(33). Traffic signal standard types and applicable characteristics are as follows: Type PPB Pedestrian push button posts shall conform to Standard Plan J-20.10 or to one of the following pre -approved plans: Fabricator Pre -Approved Drawing No. Valmont Ind. Inc. _DB01165 Rev. B 4 sheets WA15TR10-1 Rev. C (1 sheet) and Ameron Pole Products Div. WA15TR10-3 Rev. B (1 sheet Millerbend 74514-WA-PED-PPB Rev H (2 sheets) Manufacturin , Co. Foundations shall be as noted in Standard Plan J-20.10 Type PS, Type I, Type RM, and Type FB Type PS pedestrian signal standards, Type I vehicle signal standards, Type RM ramp meter signal standards, and Type FB flashing beacon standards shall conform to Standard Plan J-20.16, J-21.15, J-21.16, and J-22.15 respectively, or to one of the following pre -approved plans: Fabricator I Pre -Approved Drawing No. Valmont Ind. Inc. I DB01165 Rev. B (4 sheets CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-170 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 01 B Ameron Pole Products Div. WA15TR10-1 Rev. C (1 sheet) and WA15TR10-2 Rev. C(1 sheet) Millerbend 74514-WA-PED-FB Rev. H (2 sheets) Manufacturin Millerbend 74514-WA-PED-SB Rev H (2 sheets) Manufacturing, Co. Foundations shall be as noted in Standard Plan J-21.10. Type II Type II signal standards are single mast arm signal standards with no luminaire arm or extension. Type II standards shall conform to one of the following pre -approved plans. Maximum arm length (in feet) and wind load (XYZ value, in cubic feet) is noted for each manufacturer. Max. Pre -Approved Max. Arm Wind Fabricator Drawing No. Length (ft) Load (XYZ) (ft3) Valmont Ind., DB00162 Rev. B (5 65 3206 Inc. sheets Ameron Pole WA15TR3724-1 Rev. C Products (sheet 1 of 2), and 65 2935 Division WA15TR3724-2 Rev. D sheet 2 of 2) 74516-WA-TS-II Rev. H _ Millerbend Manufacturing, (3 sheets) 65 3697 Co. Foundations shall be as noted in the Plans and Standard Plan J-26.10. Type II signal standards with two mast arms installed 90 degrees apart may use these pre -approved drawings. Standards with two arms at any other angle are Type SD and require special design. Type III Type III signal standards are single mast arm signal standards with one Type 1 (radial davit type) luminaire arm. The luminaire arm has a maximum length of 16 feet and a mounting height of 30, 35, 40, or 50 feet, as noted in the Plans. Type III standards shall conform to one of the following pre -approved plans. Maximum arm length (in feet) and wind load (XYZ value, in cubic feet) is noted for each manufacturer. Wind load limit includes a luminaire arm up to 16 feet in length. Max. Arm Max. Fabricator Pre -Approved Length Wind Drawing No. (ft ) Load XYZ ft3 Valmont Ind. D1300162 Rev. B (5 "J" Inc. sheets), with Type 65 3259 _ luminaire arm CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-171 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 WA15TR3724-1 Rev. C Ameron Pole (sheet 1 of 2), and Products WA15TR3724-2 Rev. D 65 2988 Division (sheet 2 of 2), with Series "J" luminaire arm Millerbend 74516-WA-TS-II Rev. H Manufacturing, (4 sheets) 65 3750 Co. Foundations shall be as noted in the Plans and Standard Plan J-26.10. Type III signal standards with two mast arms installed 90 degrees apart may use these pre -approved drawings. Standards with two arms at any other angle are Type SD and require special design. Type IV Type IV strain pole standards shall be consistent with the Plans and Standard Plan J-27.15 or one of the following pre -approved plans: Fabricator Pre -Approved Drawing No. Valmont Ind. Inc. DB01167 Rev. B 2 sheets Ameron Pole WA15TR15 Rev. A (2 sheets) Products Div. Millerbend 74554-WA-SP-IV Rev H (2 sheets) Manufacturin Foundations shall be as noted in the Plans and Standard Plan J-27.10. Type V Type V strain poles are combination strain pole and light standards, with Type 1 (radial davit type) luminaire arms. Luminaire rams may be up to 16 feet in length, and a mounting height of 40 or 50 feet, as noted in the Plans. Type V strain poles shall be consistent with the Plans and Standard Plan J027.15 or one of the following pre -approved plans: Fabricator Pre -Approved Drawing No. Valmont Ind. Inc. D1301167 Rev. B 2 sheets Ameron Pole WA15TR15 Rev. A (2 sheets) Products Div. Millerbend 74554-WA-SP-V Rev J (3 sheets) Manufacturin Foundations shall be as noted in the Plans and Standard Plan J-27.10. Type CCTV Type CCTV camera pole standards shall conform to Standard Plan J-29.15 or to one of the following pre -approved plans: Fabricator Pre -Approved Drawing No. Valmont Ind. Inc. DBO1166 Rev. C 4 sheets CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SPA72 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 01 B AmeronPole WA15CCTV01 Rev.BA (2 sheets) PrProductoducts Div. Millerbend 74577-WA-LC1 Rev H (2 sheets) Manufacturing, Co. Millerbend 74577-WA-LC2 Rev. H (2 sheets) Manufacturing, Co. Millerbend 74577-WA-LC3 Rev H (3 sheets) Manufacturing,Co. Foundations shall be as noted in the Plans and Standard Plan J-29.10. Type SD Type SD signal standards are outside the basic requirements of any pre- defined signal standard and require special design. All special design shall be based on the latest AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals and pre -approved plans and as follows: 1. A 115 mph wind loading shall be used. 2. The Mean Recurrence Interval shall be 1700 years. 3. Fatigue category shall be III. Complete calculations for structural design, including anchor bolt details, shall be prepared by a Professional Engineer, licensed under Title 18 RCW, State of Washington, in the branch of Civil or Structural Engineering or by an individual holding valid registration in another state as a civil or structural Engineer. All shop drawings and the cover page of all calculation submittals shall carry the Professional Engineer's original signature, date of signature, original seal, registration number, contract title, and sequential index to calculation page numbers. Two copies of the associated design calculations shall be submitted for approval along with shop drawings. Details for handholes and luminaire arm connections are available from the Bridges and Structures Office. Foundations for Type SD standards shall be as noted in the Plans. 9-29.6(1) Steel Light and Signal Standards (December 18, 2009 CFW GSP) Section 9-29.6(1) is supplement with the following: Traffic signal standards and illumination standards shall be furnished and installed in accordance with the methods and materials noted in the applicable Standard Plans, pre -approved plans, or special design plans. All welds shall comply with the latest AASHTO Standard Specifications for Support of Highway Signs, Luminaires, and Traffic Signals. Welding inspection shall comply with Section 6-03.3(25)A, Welding Inspection. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-173 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 01 B All traffic signal standards and arms shall be round tapered. After delivering the poles or arms to the job site and before they are installed, they shall be stored in a place that will not inconvenience the public. All poles and arms shall be installed in compliance with Washington State Utility and Electrical Codes. Terminal cabinet(s) shall be installed on all Type II and Type III signal poles or where designated on the wiring diagrams in the Plans in accordance with the material requirements of Section 9-29.25 of the Standard Specifications. Terminal cabinets shall be installed at a height not to impede pedestrians. Galvanized steel light and signal standards shall not be painted. 9-29.6[5] Foundation Hardware (January 13, 2021, WSDOT GSP, OPTION 1) Section 9-29.6(5) is supplement with the following: Anchor bolt assemblies for light standards installed on top of barrier (median barrier mount) shall consist of the following: ■ (4) 1-inch diameter threaded rods (bolts), minimum 36 inches in length • (24) heavy hex nuts, six per anchor rod • (24) flat washers, six per anchor rod • Two anchor plates Each anchor plate shall be constructed from 1/2" ASTM A36 plate and hot - dip galvanized in accordance with AASHTO M111. Each anchor plate shall be ring shaped, with an outside diameter of 16 inches and an inside diameter of 12 inches. Each anchor plate shall have four 1 1/8" diameter holes on a 13.89" bolt circle, with the holes positioned to match the anchor rod layout shown in the Standard Plans. Anchor rods shall extend a minimum of five inches and a maximum of six inches above the top of the traffic barrier. The lower anchor plate shall be embedded 29 inches below the top of the traffic barrier. Each anchor plate shall be clamped with a heavy hex nut and washer above and below the anchor plate. The lower heavy hex nut for the pole base plate shall be no more than one inche from the top of the traffic barrier. 9-29.7 Luminaire Fusing and Electrical Connections at Light Standard Bases, Cantilever Bases, and Sign Bridge Bases 9-29.70 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 CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-174 PROJECT 36217 CFW SPECIAL PROVISIONS VER 202101 B buss/light connector kits. Installation shall conform to details in the Standard Plans. 9-29.10 Luminaires (March 7, 2018 CFW GSP) Section 9-29.10 paragraph 3 and 4 are deleted and replaced with the following: All cobra -head style roadway luminaires shall be provided with markers for positive identification of light source type and wattage in accordance with ANSI C136.15- 2011 with whole number wattage value and "LED" text. Legends shall be sealed with transparent film resistant to dust, weather, and ultraviolet exposure. 9-29.100) Conventional Roadway Luminaires (January 11, 2019 CFW GSP) Section 9-29.10(1) is supplemented with the following: New roadway luminaire installations shall be cobra -head style light -emitting diode (LED), wattage per plan, with 7-pin photocell receptacle and shall be supplied and installed by the Contractor. The terminal board shall have lugs of a 240-volt 3-wire power source. Terminals shall be labeled line -neutral - line. The neutral terminal shall be grounded to the metal housing of the luminaire. The LED luminaire shall be factory set to produce IES pattern Type II. Conductors serving the luminaires shall be copper of the size shown on the Plans and shall run to the service pole in separate conduit from the signal conductors as shown in the plan view. Fused quick disconnect wye cable connector kits shall be installed at the handhole inside the base of each pole supporting a luminaire. Top conductors from the pole base to the luminaire shall be a minimum No. 12 stranded copper. The grounding conductor shall be connected to the neutral terminal in the luminaire fixture. Pole type and mounting heights shall be as specified in the Contract Plans and Standard Plans. 9-29.10(2) Vacant (January 11, 2019 CFW GSP) Section 9-29.10(2) is deleted and replaced with the following new section- 9-29.10(2) Decorative Luminaires Section 9-29.10(2) is supplemented with the following: All new decorative luminaire installations shall be light -emitting diode (LED) luminaires. LED luminaires must meet City standards for average maintained footcandles, uniformity ratio, mounting height, distribution pattern, and spacing as indicated in City of Federal Way Development Standard Drawing 3-42. LED luminaires shall have a correlated color temperature (CCT) of 4000K. Pole and fixtures shall meet requirements of Special Provision 8-20.3(13)B, Decorative Light Standards. 9-29.10(3) Vacan# (January 11, 2019 CFW GSP) Section 9-29.10(3) is deleted and replaced with the following new section. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-175 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 01B 9-29.10(3) L.E.D. Roadway Luminaires All new roadway luminaire installations shall be Eaton Archeon light - emitting diode (LED) luminaires. LED luminaires shall be furnished and installed by the Contractor. The units shall meet City standards for wattage, average maintained footcandles, uniformity ratio, mounting height, and distribution pattern, spacing, and model as indicated in City of Federal Way Development Standard Drawings 3-38 and 3-42. LED luminaires shall have a correlated color temperature (CCT) of 4000K and minimum color rendering index (CRI) of 70. Any variations from this standard must be approved by the City Traffic Engineer and shall require a lighting design performed by a Licensed Engineer. The Contractor shall provide a photometric plot of the proposed streetlight system and line loss calculations for these variation requests. Units shall incorporate the following features: 1. A housing with 2.5-degree leveling steps capable of being mounted on a standard 2-inch roadway pole pipe tenon. 2. A housing and door manufactured from a die-cast low copper alloy aluminum designed to minimize corrosion. 3. Electrical components accessible through a swing -down entry door secured by a trigger latch or similar tool -less entry mechanism. 4. Resistance to vibration and impact, 3G vibration rated. 5. Provisions for installing a 7-pin photoelectric cell. 6. An LED light engine protected from the elements by a prismatic glass lens. 7. A thermal management system that promotes maximum air flow through the luminaire to ensure a minimum of 60,000 hours of operation at 25 degree centigrade with 90% lumen maintenance. 8. Protection against solar heating when not in operation. 9. Dark sky optics. 10. Glass tertiary optics that will not discolor or become brittle over time. 11. Sealed optics system rated for IP66 against water and dirt infiltration. 12. Surge protection module to protect the LED drivers, photo controls, transfer switches, and relays from electrical disturbances as defined by ANSI/IEEEC62.41, Category C. The unit shall be replaceable through the use of modular plug and wiring. 13. Solid state multi volt electrical drivers with a rated life of 50,000 hours. 14. Electrical drivers mounted in a heat sink and located such that they are isolated from heating by the sun when not in use. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-176 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 018 15. 7-Pin Photo control receptacle that is adjustable without tools and is designed to meet U11598 specifications for wet operation. Retro-fit Existing Luminaires LED luminaires shall be installed when existing luminaire replacement is required. Replacement LED luminaires shall meet the requirements of this chapter. 9-29.11 Control Equipment 9-29.11(21 Photoelectric Control (January 11, 2019 CFW GSP) Section 9-29.11(2) is supplemented with the following: One CIMCON control node, model #iSLC-3100-7P-U-A-G-10-CATB-05-T shall be installed on the top of each cobra head roadway luminaire. 9-29.13 Control Cabinet Assemblies 9-29.13(2) Traffic Signal Controller Assembly Testing (October 23, 2014 CFW GSP) Section 9-29.13(2) is supplemented with the following: Replace all references to "WSDOT Materials Laboratory", "WSDOT facility", and "WSDOT" with "King County Traffic Maintenance". 9-29.13(3) Traffic Signal Controller (November 17, 2014 CFW GSP) Section 9-29.13(3) is supplemented with the following: Equipment includes the following: • Quantity One (1) — NEMA TS2 Type 1 or Type 2 cabinet with 16 position load bay. • Quantity One (1) — TS2 Controller unit Cobalt. • Quantity One (1) — Type 16 Malfunction Management Unit EDI 16LE. • Quantity One( 1) — TS2 Detector racks capable of 16 channels. • Quantity One (1) — TS2 Power Supply. • Auxiliary equipment so as to form completely functional eight phase traffic signal control cabinets. • Video Detection Equipment and Advanced Loop Detection Equipment. • Fiber Optic Patch Panel - _ fiber count. • Fiber Optic Ethernet Switch(s). • Fiber Optic Patch Cords. Documentation and Training Contractor to supply complete technical information, shop drawings, schematic diagrams, photographs, circuit diagrams, programming and operation instruction manuals, and any other necessary documents to fully describe the proposed equipment. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-177 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B Schematics & Manuals: The cabinet(s) shall have a waterproof envelope with a side access attached to the inside of the door. At the time of delivery the envelope shall have two complete sets of schematics and manuals for all assemblies and sub -assemblies. In addition, the cabinet shall arrive with two sets of cabinet prints and one disk copy of the cabinet print in AutoCAD format including circuit schematics for each model of the following: 1. Controller 2. Conflict Monitor 3. Opticom Equipment 4. Video Detection Equipment 5. Fiber Optic Communication Equipment The supplier shall provide a minimum of a one -day (8 hour) training session, given by qualified technical representative(s) of the manufacturer's firm. The sessions shall be conducted at the County and the training sessions shall be coordinated with the City Traffic Engineer. The supplier shall contact the City Traffic Engineer approximately three weeks prior to delivery of the equipment for the purpose of discussing the format and scheduling of the training sessions. The sessions shall be conducted within five (5) working days AFTER delivery of the equipment. The training sessions shall as a minimum meet the following requirements: 1. Session 1: Basic operation, detector programming, special configuration programming, and time of time of day operation. This would cover operator front panel instruction for each component (i.e., Controller, Malfunction Management Unit, and Detector). 2. Session 2: Preemption, telemetry, diagnostics, cabinet operation, preventative maintenance, computer software, and troubleshooting. Technical maintenance and troubleshooting instruction shall be the main focus. 3. Presentations shall be made by "factory trained personnel'. Supplier shall provide all necessary equipment needed for the training. The instructional materials provided with the training sessions shall include the following information: 1. Table of Contents 2. Operating Procedure 3. Theory of Operation 4. Maintenance and Troubleshooting Information 5. Circuit Wiring Diagrams 6. Pictorial Diagrams of Part Locations 7. Timing Sheet The controller shall be a NEMA TS2 controller, specifically, an Econolite Cobalt and be installed within a complete NEMA TS2 Type 1 eight phase signal cabinet. 9-29.13(51 Flashing Operations (February 2, 2012 CFW GSP) CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-178 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 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 Preem tian (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. 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. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-179 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021.018 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. 9-29.13 10 A Auxiliary Equipment for NEMA Controllers (February 2, 2012 CFW GSP) Section 9-29.13(10)A is modified as follows: Paragraph 1, Item 1 is supplemented with the following: All flasher units shall as a minimum meet NEMA TS-2 1992, Section 6 requirements and shall be EDI Model 810 or approved equal. Paragraph 1, Item 2 is supplemented with the following: All load switches shall as a minimum meet NEMA TS-2 1992, Section 6 requirements and shall be EDI Model 510 or approved equal. Paragraph 1, Item 3a is deleted and replaced with the following: A 50-amp main breaker shall be supplied. This breaker shall supply power to the controller, MMU, signals, cabinet power supply, and auxiliary panels. Paragraph 1, Item 3b is deleted and replaced with the following: A 15-amp auxiliary breaker shall supply power to the fan, light, and GFI outlet. Paragraph 1, Item 3c is supplemented with the following: Spare neutral buss bars shall be provided on the bottom left and right of the cabinet. Paragraph 1, Item 3 is supplemented with the following: g. A normally -open, 60-amp, solid-state device, "Crydom CWA 4850 relay", or approved equivalent. h. The power panel shall be covered by an easily removable, clear Plexiglas cover. Paragraph 1, Item 4 is supplemented with the following: Inside the police door there shall be a flash switch, which shall be the only switch on that panel. The switch shall have two positions, "Auto" and "Flash". The up position shall be "Auto" and result in normal signal operation. The down position shall be "Flash" and will put the signal into CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-180 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B flashing operation and apply stop time to the controller. The switch shall be a general-purpose bat style toggle switch with 0.688-inch-long bat. The switch shall have a protective cover, which must be lifted to operate the switch. Paragraph 1, Item 6 is supplemented with the following: Cabinets shall be equipped with a NEMA TS2 Type 16 Malfunction Management Unit. Paragraph 1, Item 7, sub -paragraph 1 is deleted and the section is supplemented with the following: The detector interface panel shall support up to 32 channels of detection and four channels of preemption devices. Detector Racks Two vehicle detector amplifier racks and two detector interface panels shall be provided in each cabinet. Each rack shall support up to 16 channels of loop detection, one 4-channel preemption device, and one BIU. Paragraph 1, Item 8 is supplemented with the following: There shall be terminal strips for field wiring in the controller cabinet. The terminals shall be numbered in accordance to the field wiring chart included in these Specifications. A common buss bar with a minimum of 15 spare terminals shall be available after the cabinet is fully wired. In addition, a 15 terminal bar shall be provided for the pedestrian common and a terminal shall be provided for each signal head neutral. The buss bars shall be located on the left side wall of the cabinet. Only King County numbers shall be shown, as described in Section 8-20.3(8). Pedestrian Detector Field Wiring All pedestrian detectors shall be connected between logic ground and their appropriate field terminal. The terminals shall be grouped together and located in the lower left side panel. Main Panel and Wire Terminations All wires terminated behind the main panel and other panels shall be SOLDERED. No pressure or solderless connectors shall be used. Printed circuit boards shall NOT be used on main panels. Field Terminal Locations Field terminals shall be located at the bottom of the backboard. Their order shall be left to right beginning with phase one and following the order of the load switches. Field terminals shall be of the Screw type per NEMA TS2 5.3.6. Paragraph 1, Item 9 is supplemented with the following: The cabinet shall be provided with a thermostatically -controlled (adjustable between 80-150 degrees F) ventilation fan and shall be installed in the top of the cabinet plenum. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-181 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B Paragraph 1, Item 10 is deleted and replaced with the following: The cabinet shall have an incandescent lighting fixture that shall be mounted on the inside top of the cabinet near the front edge. An on/off switch that is turned on when the cabinet door is opened and off when it is closed shall activate the incandescent light. The lamp socket shall be placed on the circuit with convenience outlets which shall be protected by a circuit breaker rated at 25 amps. An incandescent 150-watt bulb shall be provided. Paragraph 1, Item 11 is supplemented with the following: All Controller and Malfunction Management Unit cables shall be of sufficient length to access any shelf position. All cables shall be encased in a protective sleeve along their entire free length. Color Coding All cabinet wiring shall be color coded as follows: Purple = MMU Wiring Orange = Flash Color Programming Brown = Green Signal Wiring Yellow = Yellow Signal Wiring Red = Red Signal Wiring Blue = Controller wiring Gray = DC ground AC+ = Black AC- = White Chassis Ground = Green Paragraph 1 is supplemented with the following: 13. Main Panel Configuration - The main panel shall be fully wired in the following configuration: a) Sixteen (16) load sockets. b) Six (6) flash -transfer -relay sockets. c) One (1) flasher socket. d) Two (2) main panel rack slots for BIUs 1 and 2. Two rack slots for Terminal and Facilities BIU's 3 and 4 which shall be wired to numbered terminal strips. e) Wiring for 2 detector racks and 1 Type-16 MMU. 14. Lightning Suppression - The cabinet shall be equipped with an Innovative Technologies Model HS-P-SP-120A-60A-RJ or approved equivalent surge arrester. 15. Convenience Outlets - One convenience outlet with a ground fault interrupter and a second convenience outlet without ground fault interrupter shall be furnished in the cabinet(s). The ground fault outlet shall be mounted one on right side of the cabinet, near the top shelf, and the non -ground fault outlet shall be mounted on the left side of the cabinet, near the top shelf. No outlets shall be mounted on the door. The convenience outlets shall be placed on the circuit with the lamp socket which shall be protected by a circuit breaker rated at 25 amps. 16. Loop Detector Units: CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SPA82 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B (a) Cabinets shall be supplied with eight 4-channel loop detectors minimum or sixteen 4-channel loop detectors maximum as shown on the Plans. Loop detectors shall meet TS2 Specifications. (b) Equipment and loop detection for advanced loops shall be as shown in the plans. 17. Telemetry Interface Panel - All cabinets shall be wired with a telemetry interface panel and telemetry connecting cable so as to work with the master cabinet. In addition, every cabinet shall also be wired for transient suppression (Model # EDCO PC642C-00-AD or approved equivalent). 18. Preemption - The cabinet shall be completely wired to accept and service calls from GTT (formerly 3M) Opticom, Model 764 multimode phase -selector modules and their related optical -detector units. 19. Buss Interface Unit - Buss interface units (BIUs) shall meet all TS2- 1992 Section 8 requirements. In addition, all BIUs shall provide separate front panel indicator light emitting diode (LEDs) for Valid Data. 20. Cabinet Power Supply - The cabinet power supply shall as a minimum meet all TS2-1992, Section 5.3.5 requirements. All power supplies shall also provide a separate front panel indicator LED for each of the four outputs. Front panel banana jack test points for 24 VDC and logic ground shall also be provided. 21. Fiber Optic Interconnect - The cabinet shall be furnished with equipment to accommodate the fiber optic interconnect cable including an IFS model D9130 fiber to serial modem or approved equal and RuggedCom brand Ethernet switch(s) including RuggedSwitch RS90OG (fiber only), RuggedSwitch RS900L (fiber and copper) and/or RuggedSwitch RS930L (copper only) or approved equal(s). 22. Inside Control Panel Switches - Service Panel Switches (a) Power Switches: There shall not be a main power switch inside the cabinet(s) that shall render all control equipment electrically dead when turned off. There shall be a controller power switch that shall render the controller and load switching devices electrically dead while maintaining flashing operation for purposes of changing the controller or load switching devices. The switch shall be a general- purpose bat style toggle switch with .688-inch-long bat. The switch shall have a protective cover, which must be lifted to operate the switch. (b) Stop Time Switch: There shall be a 3-position switch located inside the cabinet door identified as the Stop Time switch. Its positions shall be labeled "Normal" (up), "Off" (center), and "On" (down). With the switch in its Normal position, a stop timing command may be applied to the controller by the police flash switch or the conflict monitor unit. When the switch is- in its "Off" position, stop -timing commands shall be removed from the controller. The "On" position of the switch shall cause the controller to stop timing. The switch shall be a general-purpose bat style toggle switch with .688-inch-long bat. The switch shall have a protective cover, which must be lifted to operate the switch. (c) Technician Hash Switch: There shall be a switch inside the cabinet to place the signal in flashing operation while the controller CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SPA83 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B continues to operate. This flash shall have no effect on the operation of the controller or conflict monitor. The switch shall be a general-purpose bat style toggle switch with .688-inch-long bat. The switch shall have a protective cover, which must be lifted to operate the switch. (d) Detector TestSwitches: All eight controller phase inputs shall have push button momentary test switches, Each switch shall be connected to the first channel of each detector card input to the BIU. All eight pedestrian phases shall have push button momentary test switches by phase. These switches shall be located inside the cabinet door and labeled by associated phase number. A see - through Plexiglas cover shall cover all detector disconnect/test switches. (e) Preempt Test Switches: All Six preempt inputs shall have disconnect/test switches. These switches shall have three positions labeled "Normal" (up) which shall connect the controller to the Opticom output: "Off" (center) which shall isolate the controller from the Opticom output: and "Test" (down) which shall provide a momentary true input to the controller. (f) Switches shall be in groups of eight (8), matching the phase groupings of the intersection. Section 9-29.13(10)C is supplemented with the following: "Plug and Play" Cabinets are not acceptable. "Modular" Main Panels shall not be permitted. Section 9-29.13(10)C is modified as follows: Paragraph 1, Item 1 is deleted and replaced with the following: Cabinet Construction A complete NEMA TS2 Type 1 eight -phase cabinet shall be supplied and installed by the Contractor. The size of the cabinet shall be Type 6 (P 55"). Cabinets shall meet, as a minimum, all applicable sections of the NEMA Standard Publication No. TS2-1998. Where differences occur, this Specification shall govern. The cabinets shall meet the following criteria: 1. Material shall be 5052-H32 0.125-inch-thick aluminum. 2. The cabinet shall be supplied with a natural finish inside and out, unless otherwise specified. 3. The door hinge shall be of the continuous type with a stainless steel hinge pin. 4. All external fasteners shall be stainless steel. 5. The door handle shall be cast aluminum. 6. All seams shall be sealed with RTV sealant or equivalent material on the interior of the cabinet. Paragraph 1, Item 2 is deleted and replaced with the following: CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-184 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B The cabinet shall contain shelving, brackets, racks, etc., to support the controller and auxiliary equipment. All equipment shall set squarely on shelves or be mounted in racks and shall be removable without turning, tilting, rotating or relocating one device to remove another. Shelf Height The cabinet shall be supplied with two removable shelves manufactured from 5052-H32 aluminum. The shelves must have the ability of being removed and reinstalled WITHOUT the use of hand tools. Paragraph 1, Item 4 is supplemented with the following: Air Filter Assembly The cabinet air filter shall be a one-piece removable, noncorrosive, vermin - and insect -proof air filter and shall be secured to the air entrance of the cabinet. Paragraph 1 is supplemented with the following: 6. Additional Panel Space - Adequate space shall be left open for the addition of a master interface panel and an AVI interface panel. 9-29.14 Vacant Section 9-29.14 is deleted and replaced with the following: 9-29A4 School Zone Beacon Control (March 14, 2012 CFW GSP) The calendar -activated school zone flashing beacon system shall be an, RTC School Zone Beacon System or approved equal whether solar -powered or hard- wired. The school zone beacon system user interface shall be quickly and easily accessed . Programming shall be via a push-button keyboard integral to the unit with easy -to -use interface prompts. The controller shall have all calendar data stored locally to ensure timely activations in virtually all circumstances The School Zone Beacon System shall consist of the following components: 1. Controller: The controller shall be an RTC AP22 time switch, or approved equal, equipped with a GPS receiver capable of accepting the time -of -day reference to update the time -of -day in the time switch for zero time drift to ensure on -time beacon activation. 2. Beacon: The beacon housing and frame shall be made of aluminum, and the beacon bulb shall have at least 150 individual LEDs. The total light emission per beacon shall be greater than 678 candelas. The beacon shall draw attention at distances greater than 1000 feet during the day and greater than 1 mile at night. 3. Redundant Calendar: There shall be no limit for day schedule on -off times. The user shall be able to configure calendars with a minimum of 10 years of scheduling. The controller shall have all calendar data stored locally so that in the event of an interruption, the controller shall be able to maintain scheduled activations. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-185 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B 4. On -Demand Activation, Test and Reports: Each system shall provide on - demand activation of beacons for emergency or any other purposes;, battery health (solar only), Beacon outage, and activation reports through the user interface. S. Enclosure: The controller shall be housed in a vandal -resistant, aluminum, NEMA 3R pole -mounted aluminum cabinet with a lockable, hinged door. The enclosure shall be mounted at a height consistent with ADA guidelines while not requiring a bucket truck from maintenance. 6. Power Options: The controller unit shall be available in solar 12 VDC, 35 AHr equipped with 90W solar panels, or in 120 VAC, 50W versions. Solar - powered systems shall provide a minimum of 15 days of back-up battery power in the absence of sunlight while operating at full brightness and at standard usage levels. 9-29.15 Flashina Beacon Control Section 9-29.15 is supplemented with the following: Rapid Flashing Beacons (January 7, 2019 WSDOT GSP, OPTION 1) Rapid Flashing Beacon (RFB) indications shall comply with the dimensional, operational, and flash pattern requirements of Federal Highway Administration (FHWA) Interim Approval 21 (IA-21, Conditions 4, 5, and 6, excluding Condition 5f; https://mutcd.fhwa.dot.gov/resources/interim_approval/ia21/index.htm). RFB system shall be capable of providing, at a minimum, the following two -channel flashing patterns: 1. NEMA Standard 50-50: • Channel one is ON and channel two is OFF for 0.5 seconds. • Channel one is OFF and channel two is ON for 0.5 seconds. (Cycle repeats; the total flashing pattern cycle length is 1.00 second.) 2. RFB "WW+S" Pattern (IA-21 Condition 5b): • Channel on is ON and channel two is OFF for 0.05 seconds. • Both channels are OFF for 0.05 seconds. • Channel one is OFF and channel two is ON for 0.05 seconds. • Both channels are OFF for 0.05 seconds. • Channel one is ON and channel two is OFF for 0.05 seconds. ■ Both channels are OFF for 0.05 seconds. • Channel one is OFF and channel two is ON for 0.05 seconds. • Both channels are OFF for 0.05 seconds. • Both channels are ON for 0.05 seconds. • Both channels are OFF for 0.05 seconds. • Both channels are ON for 0.05 seconds. Both channels are OFF for 0.25 seconds. (Cycle repeats; the total flashing pattern cycle length is 0.80 seconds.) The flashing pattern shall be user -selectable in the field. RFB system pushbuttons shall include a locator tone, but shall not include tactile arrows, speech messages, or vibrotactile indications. RFB system pushbuttons may include speech message and vibrotactile functionality, provided these CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SPA86 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 features can be deactivated. RFB system pushbuttons shall use a 9" x 12" R10- 25 sign. The R10-25 sign may include integral yellow warning lights. Section 9-29.15 is supplemented with the following: Rectangular Rapid Flashing Beacon System_ (September 17, 2014 CFW GSP) The Rectangular Rapid Flashing Beacon System shall be an R920 by Carmanah or AB- 9400 by JSF Technologies with High Performance Rectangular Rapid Flashing Beacons or approved equal system. The Controller with Rectangular Rapid Flashing Beacons (RRFB) shall meet all FHWA and MUTCD standards. The system shall be capable of activation by a variety of devices, including pushbuttons, microwave detectors, pedestrian - activated pads and passive activation bollards. The RRFB brightness and light emitting surface dimensions shall exceed the FHWA minimum standards and shall be capable of being viewed from distances of over 1000 feet during the day and over one mile at night. The system components shall mount quickly and easily to any pole, and construction shall be durable, corrosion -resistant and protect against wind, rain and vandalism. The Rectangular Rapid Flashing Beacon System shall consist of the following components: 1. Controller: The Controller shall be equipped with a GPS receiver attached to its antenna unit, and the system shall not require the installation or alteration of any other equipment or associated hardware. 2. Rectangular Rapid Flashing Beacons: The RRFB housing shall contain two primary light bars mounted in compliance with MUTCD requirements, but exceeding the minimum 5" W x 2" H size and MUTCD total light emission requirements. In addition to the primary light bars, the housing shall have smaller secondary light bars mounted on each end for pedestrian notification, arrayed in a minimum 0.4" W x 2" H rectangle. The secondary light bars shall have optional opaque covers if pedestrian notification from either or both ends of the housing is not desired. The overall dimensions of the RRFB unit shall be approximately 24"-29"W x 3.5"-4.5"H x 1.5"-5"D. The LEDs used in both the primary and secondary light bars shall be rated for a minimum 15-year life, and the light bars shall not protrude beyond the surface of the housing, shall not be mounted to the housing with exposed screws, and shall be covered with polycarbonate windows for durability and vandal resistance. The RRFB shall draw attention at distances greater than 1000 feet during the day and over 1 mile at night. The controller shall adjust RRFB brightness as outside light levels change between day and night, being brighter during the day and less bright at night. 3. Rectangular Rapid Flashing Beacon Housing: The RRFB housing shall be made of powder -coated aluminum with a minimum thickness of 0.125", and shall provide a mounting mechanism allowing for directional rotation of the primary light bars toward oncoming traffic at curves, corners, and roundabouts. 4. Activation Devices: The controller shall be capable of being activated by a variety of devices, including pushbuttons, microwave detectors, CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-187 PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 01 B pedestrian -activated pads and passive -activation bollards. Pushbuttons shall be APS style units with a directional arrow. 5. On -Demand Activation, Test and Reports: Each system shall provide on -demand activation of RRFBs for emergency or any other purposes; on -demand test of communication interruption (knockdown), battery health (solar only), Beacon outage, and activation reports through the user interface. 6. Enclosure: The controller shall be housed in a vandal -resistant, aluminum, NEMA 3R pole -mounted cabinet with a lockable, hinged door. 7. Power Options: The controller unit shall be available in solar 12 V DC, 35-36 Ah equipped with 10-40W solar panels, or in 120 VAC, 50W versions. Solar -powered systems shall provide a minimum of 15 days of back-up battery power in the absence of sunlight while operating at full brightness and at standard usage levels. 9-29.24 Service Cabinets (December 18, 2009 CFW GSP) Section 9-29.24 is supplemented with the following: The service cabinet shall be aluminum, and shall conform to Federal Way Drawing Number 3-45 included in the appendices of these Special Provisions. The unit shall be modified as necessary to meet all current requirements of the Department of Labor and Industries and Puget Sound Energy. The service cabinet shall be equipped with a lockable stainless steel handle and a three-point locking system. The service cabinet shall contain one (1) ground fault receptacle. Main breaker, branch breakers, and contactors shall be rated per the Breaker Schedule on the Plans. The service cabinet shall be equipped with a door -in -door, dead -front assembly, which shall prevent the exposure of circuit breakers and wiring. Wiring shall be arranged so that any piece of apparatus may be removed without disconnecting any wiring, except the lead to that piece of apparatus. All wiring shall be appropriately marked with a permanent, indelibly marked, clip -sleeve wire marker. All wiring shall conform to NEMA Class II C. The service cabinet shall be aluminum, and shall be a Skyline Electric Type ES-2EU or approved equal with Underwriters Laboratory label on the panel boards. A copy of the wiring diagram shall be provided in a plastic holder mounted conveniently inside the service cabinet. Nameplates shall be provided for each control component and shall be embossed phenolic with white letters on black background. Nameplates shall be screw -fastened. 9-29.25 Amplifier, Transformer, and Terminal Cabinets (February 24, 2012 CFW GSP) Section 9-29.25 is supplemented with the following: Where noted on the Plans, terminal cabinets shall be furnished and installed on mast arm poles. Terminal cabinets shall be mounted at a minimum height of seven (7) feet to maintain ADA accessible pathways. Numbered terminal strips shall be installed in each cabinet with sufficient connections to accommodate all necessary wires and specs as shown on the Wiring Diagram. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-188 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B The unit shall be fastened to the pole shaft with a minimum of three (3) self -tapping galvanized metal screws employing minimum 1-inch-diameter flat washers on the inside of the cabinet. Following installation, an epoxy sealant shall be used to provide a rain tight seal between the pole shaft and the cabinet back. SECTION 9-34 PAVEMENT MARKING MATERIAL 9-34.3 Plastic 9-34.3(4) Type ❑ — 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 Swarco Series 3132 bead that has a Methacrylate compatible coupling agent approved by the material manufacturer. Glass beads shall be applied at a rate of eight (8) to ten (10) pounds per one hundred square feet. Bonded Core Elements Surface -drop ceramic elements shall be the Series 50M or 70M with a Methacrylate compatible coupling agent approved by the material manufacturer. Elements shall meet or exceed a minimum initial value of 150 mcd for white and 125 mcd for yellow per ASTM 2176. The bonded core reflective elements shall contain either clear or yellow tinted microcrystalline ceramic beads bonded to the opacified core. These elements shall not be manufactured using lead, chromate or arsenic. All "dry -performing" microcrystalline ceramic beads bonded to the core shall have a minimum index of refraction of 1.8 when tested using the liquid oil immersion method. All "wet performing" microcrystalline ceramic beads bonded to the core shall have a minimum index of refraction of 2.30 when tested using the liquid oil immersion method. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-189 PROJECT 36217 CFW SPECIAL PROVISIONS VER 202101 B 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 'IS" Series 12 1700 80-100 85-100 14 1410 45-80 70-96 16 1180 5-40 50-90 18 1000 0-20 5-60 20 850 0-7 0-25 30 600 0-7 A sample of bonded core reflective elements supplied by the manufacturer shall show resistance to corrosion of their surface after exposure to a 1 % solution (by weight) of sulfuric acid. The 1 % acid solution shall be made by adding 5.7 cc of concentrated acid into 1000cc of distilled water. CAUTION: Always add the concentrated acid into the water, not the reverse. The bonded core elements are surface treated to optimize embedment and adhesion to the MMA binder. Elements treated for use with MMA shall have identification on packaging or label to indicate use with the MMA binder. Bonded core elements shall be applied at a rate of ten (10) grams per four (4) inch wide by one (1) linear foot of marking. Reflectance Typical initial retro reflectance values are shown in the Table below. Typical retro reflectivity is averaged over many readings. Minimum Retro reflectivity results represent average performance for smooth pavement surfaces. Values represent both standard and "S" Series elements. Results may vary due to differences in pavement type and surface roughness. Increased element drop rate may be necessary to compensate for increased surface area characteristic of rough pavement surfaces. The initial retro reflectance of a single installation shall be the average value determined by the measurement procedures outlined in ASTM E 1710, using a 30-meter (98.4 feet) retro-reflectometer. RL shall be expressed in units of millicandelas per square foot per foot-candle [mcd(ft-2)(fc-1)]. The optics incorporated into the pavement marking system shall be tested and certified by an independent laboratory to meet ASTM E2177 for wet -recovery and ASTM E2176 for wet -continuous performance levels. The pavement marking system installed shall meet a minimum Dry reflectance value of 700 MCD/M2/LX for white pavement markings and 500 MCD/M2/LX for yellow pavement markings and wet -recovery (as described by ASTM 2177) reflectance value of 375 MCD/M2/LX for white pavement markings and 280 MCD/M2/LX for yellow pavement markings, and wet -continuous (as described by ASTM 2176 testing) reflectance values of 150 MCD/M2/LX for white pavement markings and 125 MCD/M2/LX for yellow pavement markings as measured with a 30 meter device approved by the Traffic Engineering Division (TED). CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-190 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 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 (January 13, 2021 WSD07) The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01, effective September 30, 2020 is made a part of this contract. The Standard Plans are revised as follows: A-50.10 DELETED A-50.20 DELETED A-50.30 DELETED A-50.40 DELETED B-90.40 Valve Detail — DELETED C-1 DELETED C-8 Add new Note 5, "5. Type 2 Barrier and Barrier Terminals are allowed in temporary installations only. New Type 2 Barrier and Barrier Terminals are not allowed to be fabricated after December 31, 2019. The plan is provided as a means to verify that any Type 2 barrier and Barrier Terminals fabricated prior to December 31, 2019 meets the plan requirements and cross -sectional dimensions as specified in Standard Specifications 6- 10.3(5)." C-8a Add new Note 2, "2. Type 4 Barrier and Barrier Transition are allowed in temporary installations only. New Type 4 Barrier and Barrier Transition are not allowed to be fabricated after December 31, 2019. The plan is provided as a means to verify that any Type 4 barrier and Barrier Transition fabricated prior to December 31, 2019 meets the plan CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SPA91 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B requirements and cross -sectional dimensions as specified in Standard Specifications 6- 10.3(5)." C-8b DELETED C-8e DELETED C-8f DELETED C-16a DELETED C-20.10 The following table is added: SLOPE \ EMBANKMENT TABLE FOR 8', 9, 11' LONG POSTS POST LENGTH SLOPE W FT 8-FOOT 1 H : 1V OR FLATTER 2.5 MIN 8-FOOT 2H : IVOR FLATTER 0 (FACE OF BARRIER AT SLOPE BREAK POINT 9-FOOT 1.51-1: 1V OR FLATTER 0 (FACE OF BARRIER AT _ SLOPE BREAK POINT) 11-FOOT 1H : 1V OR FLATTER 0 (FACE OF BARRIER AT SLOPE BREAK POINT) C-20.11 DELETED C-20.19 DELETED C-40.16 DELETED C-40.18 DELETED C-80.50 DELETED C-85.14 DELETED C85.15 CITY OF FEDERAL WAY SP-192 SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021.01 B SECTION B detail, the callout reading "ANCHOR BOLT (TYP.) — SEE DETAIL, STANDARD PLAN C-8b", is revised to read "ANCHOR BOLT (TYP.) — SEE DETAIL IN PLANS". SECTION B detail, the callout reading "ANCHOR PLATE (TYP.) — SEE STANDARD PLAN J-8b", is revised to read "ANCHOR PLATE (TYP.) — SEE DETAIL IN PLANS". D-2.14 DELETED D-2.16 DELETED D-2.18 DELETED D-2.20 DELETED D-2.42 DELETED D-2.44 DELETED D-2.46 DELETED D-2.48 DELETED D-2.82 DELETED D-2.86 DELETED D-10.10 Wall Type 1 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT Bridge Design Manual (BDM) and the revisions stated in the 11/3/15 Bridge Design memorandum. D-10.15 Wall Type 2 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT BDM and the revisions stated in the 11/3/15 Bridge Design memorandum. D-10.30 Wall Type 5 may be used in all cases. CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-193 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 01 B 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. G-20.10 " SIGN INSTALLATION BEHIND TRAFFIC BARRIER detail, dimension callout "T MIN.", is revised to read "5' MIN.". H-70.20 Sheet 2, Spacing Detail, Mailbox Support Type 1, reference to Standard Plan 1-70.10 is revised to H-70.10 H-70.30 DELETED J-10.16 Key Note 14, reads: "Mounting Hole — See Standard Plan J-10.30 for mounting Details." Is revised to read: "Mounting Hole — See Standard Plan J-10.14 for mounting Details." General Note 12, reads: "See Standard Plan J-10.30 for pole installation details." Is revised to read: "See Standard Plan J-10.14 for pole installation details." J-10.17 Key Note 16, reads: "Mounting Hole — See Standard Plan J-10.?? for mounting Details." Is revised to read: "Mounting Hole — See Standard Plan J-10.14 for mounting Details." CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-194 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 General Note 12, reads: "See Standard Plan J-10.30 for pole installation details." Is revised to read: "See Standard Plan J-10.14 for pole installation details." J-10.18 Key Note 12, reads: "Mounting Hole — See Standard Plan J-10.20 for mounting Details." Is revised to read: "Mounting Hole — See Standard Plan J-10.14 for mounting Details." General Note 12, reads: "See Standard Plan J-10.30 for pole installation details." Is revised to read: "See Standard Plan J-10.14 for pole installation details." 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 ^- 3/4" (IN) x 30" (IN) FULL THREAD — FOUR REQ'D. PER ASSEMBLY" Sheet 1 of 2, Elevation view (Round), add dimension depicting the distance from the top of the foundation to find 2 #4 reinforcing bar shown, to read; 3" CLR.. Delete "(TYR)" from the 2'/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 2 # 4 reinf. Bar. Sheet 1 of 2, Elevation view (Square), add dimension depicting the distance from the top of the foundation to find 1 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYR)" from the 2'/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 "(TYR)" from the 2'/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 2 # 4 reinf. Bar. Sheet 2 of 2, Elevation view (Square), add dimension depicting the distance from the top of the foundation to find 1 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYR)" from the 2 1/" CLR. dimension, depicting the distance from the bottom of the foundation to find 1 # 4 reinf. Bar. Detail F, callout, "Heavy Hex Clamping Bolt (TYR) — 3/4" (IN) Diam. Torque Clamping Bolts (see Note 3)" is revised to read; "Heavy Hex Clamping Bolt (TYR) — 3/4" (IN) Diam. Torque Clamping Bolts (see Note 1)" Detail F, callout, "3/4" (IN) x 2'— 6" Anchor Bolt (TYR) — Four Required (See Note 4)" is revised to read; "3/4" (IN) x 2'— 6" Anchor Bolt (TYR) — Three Required (See Note 2)" J-21.15 Partial View, callout, was — LOCK NIPPLE — 1 1/" 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 CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT SP-195 PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 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-40.10 Sheet 2 of 2, Detail F, callout, "12 — 13 x 1 1/" S.S. PENTA HEAD BOLT AND 12" S. S. FLAT WASHER" is revised to read; 12 — 13 x 1 '/2" S.S. PENTA HEAD BOLT AND 1/2" (IN) S. S. FLAT WASHER" J-40.36 Note 1, second sentence: "Finish shall be # 2B for backbox and # 4 for the cover." Is revised to read: "Finish shall be # 2B for barrier box and HRAP (Hot Rolled Annealed and Pickled) for the cover. J-40.37 Note 1, second sentence: "Finish shall be # 2B for backbox and # 4 for the cover." Is revised to read: "Finish shall be # 2B for barrier box and HRAP (Hot Rolled Annealed and Pickled) for the cover. 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 All references to "Type 170 Controller" are replaced with "Controller". L-40.10 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 B-5.20-03........ 9/9/20 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-10.70-01...... 9/9/20 B-15.20-01 ........ 2/7/12 B-15.40-01..... ... 2/7/12 CITY OF FEDERAL WAY SP-196 A-30.35-00....... 10/12/07 A-60.10-03........ 12/23/14 A-40.00-00......... 8/11 /09 A-60.20-03......... 12/23/14 A-40.10-04......... 7/31/19 A-60.30-01.......... 6/28/18 A-40.15-00......... 8/11 /09 A-60.40-00.......... 8/31 /07 A-40.20-04......... 1 /18/17 A-40.50-02......... 12/23/14 B-30.50-03.......... 2/27/18 B-75.20-02.......... 2/27/18 B-30.60-00....... 9/9/20 B-75.50-01.......... 6/10/08 B-30-70-04...... 2/27/18 B-75.60-00............ 6/8/06 B-30.80-01.......... 2/27/18 B-80.20-00......... 6/8/06 B-30.90-02......... 1 /26/17 B-80.40-00... ...... 6/1 /06 B-35.20-00... ........ 6/8/06 B-85.10-01......... 6/10/08 B-35.40-00........... 6/8/06 B-85.20-00-- ..... 6/1/06 B-40.20-00........... 6/1 /06 B-85.30-00.......... 6/1 /06 SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 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-30.05-00 ...... 9/9/20 B-30.10-03.... ..... 2/27/18 B-30.15-00.. ....2/27/18 B-30.20-04......... 2/27/18 B-30.30-03......... 2/27/18 B-30.40-03.......... 2/27/18 C-1.................... 9/9/20 C-1 b...................9/9/20 C-1 d................ 10/31 /03 C-2c..................8/12/19 C-4f................... 8/ 12/ 19 C-6a................10/14/09 C-7.....................6/16/11 C-7 a ................... 6/ 16/ 11 C-8.....................2/10/09 C-8a...................7/25/97 C-20.10-06......... 9/ 16/20 C-20.14-04.......... 8/12/19 C-20.15-02.......... 6/11 /14 C-20.18-03.......... 8/12/19 C-20.40-07.......... 8/12/19 C-20.41-02.......... 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-2.32-00........ 11 /10/05 D-2.34-01....... .1 /6/09 D-2.36-03........6/11 /14 D-2.60-00... .....11 /10/05 D-2.62-00........ 11 /10/05 D-2.64-01........ 1 /6/09 D-2.66-00........ 11 /10/05 D-2.68-00...... ..11 /10/05 E-1....................2/21 /07 E-2.................... 5/29/98 F-10.12-04------- 9/24/20 F-10.16-00------- 12/20/06 F-10.18-02......... 9/24/20 F-10.40-04........... 9/24/20 F-10.42-00......... 1 /23/07 CITY OF FEDERAL WAY SP-197 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-55.20-02.......... 2/27/ 18 B-60.20-02.......... 9/9/20 B-60.40-01.......... 2/27/18 B-65.20-01.......... 4/26/ 12 B-65.40-00.......... 6/1 /06 B-70.20-00.......... 6/1 /06 13-70.60-01...... - ..1 /26/17 C-20.42-05.......... 7/14/15 C-20.45.02........... 8/12/19 C-22.16-07........ 9/16/20 C-22.40-08........ 9/ 16/20 C-22.45-05........ 9/16/20 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-60.10-01....... 9/24/20 C-60.20-00...... 9/24/20 C-60.30-00....... 9/24/20 C-60.70-00....... 9/24/20 D-2.80-00 ........ 11 /10/05 D-2.84-00 ........ 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...... 5/2 9/ 13 D-3.11-03...... 6/11 /14 D-3.15-02...... 6/10/13 D-3.16-02 ..... 5/29/ 13 D-3.17-02 ...... 5/9/ 16 D-4................. 12/11 /98 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-30.10-04 ........ 9/25/20 F-40.12-03 ........ 6/29/ 16 F-40.14-03 ........ 6/2 9/ 16 B-85.40-00 .......... 6/8/06 B-8 5.50-01......... 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 B-95.40-01.......... 6/2 8/ 18 C-70.10-02 ..... ... 9/ 16/20 C-75.10-02........ 9/ 16/20 C-75.20-02 ........ 9/16/20 C-75.30-02 ........ 9/16/20 C-80.10-02........ 9/ 16/2 0 C-80.20-01 ........ 6/11 /14 C-80.30-01 ..... ...6/11 /14 C-80.40-01 ........ 6/11 /14 C-85.10-00 ........ 4/8/12 C-85.11-01 ........ 9/16/20 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-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-10.45-01...... 12/2/08 F-40.15-04........ 9/25/20 F-40.16-03........ 6/29/16 F-45.10-02........ 7/ 15/ 16 F-80.10-04-------- 7/ 15/ 16 SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 G-10.10-00........ 9/20/07 G-2 0.10-02 ........ 6/2 3/ 15 G-22.10-04.......... 6/28/ 18 G-24.10-00...... 11 /8/07 G-24.20-01...... 2/7/12 G-24.30-02...... 6/28/18 G-24.40-07..... 6/28/18 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 1-10.10-01- ...... 8/11 /09 1-30.10-02......... 3/22/13 1-30.15-02... ...... 3/22/13 1-30.16-01...... ...7/11 /19 1-30.17-01......... 6/12/19 J-10..................7/18/97 J-10.10-04...... 9/16/20 J-10.12-00....... 9/16/20 J-10.14-00........ 9/16/20 J-10.15-01........ 6/11 /14 J-10.16-01...... 9/16/20 J-10.17-01...... 9/16/20 J-10.18-01...... 9/16/20 J-10.20-03...... 9/16/20 J-10.21-01...... 9/16/20 J-10.22-01........ 9/16/20 J-10.25-00...... 7/11 /17 J-12.15- 0 0 ...... 6/28/18 J-12.16-00...... 6/28/18 J-15.10-01........ 6/11 /14 J-15.15-02...... 7/10/15 J-20.10-04........ 7/31 /19 J-20.11-03........ 7/31 /19 J-20.15-03........6/30/14 J-20.16-02........ 6/30/ 14 J-20.20-02... --5/20/13 J-20.26-01........ 7/12/12 J-21.10-04...... 6/30/14 J-21.15-01...... 6/ 10/ 13 J-21.16-01...... 6/ 10/ 13 J-21.17-01...... 6/10/13 J-21.20-01...... 6/10/13 J-22.15-02...... 7/10/15 J-22.16-03...... 7/10/15 J-26.10-03.....7/21 /16 J-26.15-01.....5/17/12 CITY OF FEDERAL WAY SP-198 G-25.10-05....... 9/16/20 G-26.10-00...... 7/31 /19 G-30.10-04....... 6/23/15 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-60.1 0-01 ......... 7/3/08 H-60.20-01......... 7/3/08 1-30.20-00......... 9/20/07 1-30.30-02......... 6/12/19 1-30.40-02....... 6/12/19 1-30.60-02......... 6/12/19 1-40.10-00......... 9/20/07 J-28.40-02...... 6/11 /14 J-28.42-01....... 6/11 /14 J-28.43-01....... 6/28/18 J-28.45-03....... 7/21 /16 J-28.50-03.......7/21 /16 J-28.60-02.......7/21 /16 J-28.70-03....... 7/21 /17 J-29.10-01....... 7/21 /16 J-29.15-01.......7/21 /16 J-29.16-02....... 7/21 /16 J-30.10-00...... 6/18/15 J-40.05-00...... 7/21 /16 J-40.10-04...... 4/28/16 J-40.20-03...... 4/28/16 J-40.30-04...... 4/28/16 J-40.35-01... ... 5/29/13 J-40.36-02...... 7/21 /17 J-40.37-02...... 7/21 /17 J-40.38-01 ....... 5/20/13 J-40.39-00...... 5/20/13 J-40.40-02...... 7/31 /19 J-45.36-00...... 7/21 /17 J-50.05-00...... 7/21 /17 J-50.10-01....... 7/31 /19 J-50.11-02....... 7/31 /19 J-50.12-02 ....... 8/7/ 19 J-50.13-00....... 8/22/ 19 J-50.15-01....... 7/21 /17 J-50.16-01....... 3/22/ 13 J-50.18-00....... 8/7/19 J-50.19-00 ....... 8/7/ 19 G-95.10-02........ 6/28/18 G-95.20-03..... ... 6/28/18 G-95.30-03........ 6/28/18 H-70.10-01...... 2/7/ 12 H-70.20-01......2/16/12 1-40.20-00......... 9/20/07 1-50.20-01.......... 6/ 10/ 13 1-60.10-01 .......... 6/10/13 1-60.20-01..... ..... 6/10/13 1-80.10-02 .......... 7/ 15/ 16 J-60.13-00....... 6/ 16/ 10 J-60.14-01...... 7/31 /19 J-75.10-02...... 7/10/15 J-75.20-01...... 7/10/15 J-75.30-02 ....... 7/10/15 J-75.40-02 ...... 6/1 /16 J-75.41-01...... 6/29/16 J-75.45-02...... 6/1 /16 J-80.10-00...... 6/28/18 J-80.15-00 ..... . 6/28/18 J-81.10-01...... 9/16/20 J-86.10-00...... 6/28/18 J-90.10-03 ....... 6/28/18 J-90.20-03 ....... 6/28/18 J-90.21-02...... 6/28/18 J-90.50-00...... 6/28/18 SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT PROJECT 36217 CFW SPECIAL PROVISIONS VER. 2021 01 B J-26.20-01..... 6/28/18 J-27.10-01 _....7/21 /16 J-27.15-00 .... . 3/15/12 J-28.10-02...... 8/7/19 J-28.22-00....... 8/07/07 J-28.24-02....... 9/16/20 J-28.26-01 ...... 12/02/08 J-28.30-03.. .... 6/11 /14 K-70.20-01 ....... 6/1 /16 K-80.10-02....... 9/25/20 K-80.20-00 ..... 12/20/06 K-80.35-01 ....... 9/16/20 K-80.37-01 ....... 9/16/20 L-10.10-02........6/21 /12 L-20.10-03........7/14/15 L-30.10-02..... ...6/11 /14 M-1.20-04......... 9/25/20 M-1.40-03......... 9/25/20 M-1.60-03......... 9/25/20 M-1.80-03......... 6/3/11 M-2.20-03......... 7/10/15 M-2.21-00...... 7/10/15 M-3.10-04......... 9/25/20 M-3.20-03......... 9/25/20 M-3.30-04......... 9/25/20 M-3.40-04......... 9/25/20 M-3.50-03......... 9/25/20 M-5.10-03......... 9/25/20 M-7.50-01......... 1 /30/07 M-9.50-02......... 6/24/ 14 M-9.60-00 ........ 2/10/09 CITY OF FEDERAL WAY SPA 99 J-50.20-00 .....6/3/11 J-50.25-00....... 6/3/11 J-50.30-00 .....6/3/11 J-60.05-01....... 7/21 /16 J-60.11-00.......5/20/13 J-60.12-00....... 5/20/13 L-40.15-01........ 6/16/11 L-40.20-02........ 6/21 /12 M-11.10-03. -- - _ ..8/7/19 M-12.10-02 ...... 9/25/2 0 M-15.10-01........ 2/6/07 M-17.10-02........ 7/3/08 M-20.10-03........ 9/25/20 M-20.20-02........ 4/20/ 15 M-20.30-04........ 2/29/16 M-20.40-03........ 6/24/14 M-20.50-02........ 6/3/11 M-24.20-02....... 4/20/15 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-40.2 0-00...10/ 12/07 M-40.30-01...... 7/11 /17 M-40.40-00...... 9/20/07 M-40.50-00...... 9/20/07 M-40.60-00...... 9/20/07 M-60.10-01...... 6/3/11 M-60.20-02...... 6/27/11 M-65.10-02...... 5/11 /11 M-80.10-01...... 6/3/11 M-80.20-00...... 6/10/08 M-80.30-00...... 6/10/08 SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT PROJECT 36217 CFW SPECIAL PROVISIONS VER 2021 018 0 m LL U Z F U R cr W aU 2 O NU V W Z Za =7 W O K U UV U Z0. O W \ O N H N H F Y j ° m c n w - 4 U � W m N 4 F- LL I U L n Q Z 4 W } w m P ON ~p OwR •�,i . 3 w .Z/L a w U � � F 0 ` LLJ Z .9 a'V ~ W�a Z< O oa 9 LL Z < O2O O UOW oN $ W W o m 6. U .Z Z Z HW AVM 6313AIMI !O 3J0 D O g Z t 9 i 1 o I � W J � W a i x 3 m Z U O U 0 s iL Ly W N m Q o U n o z —�� w m 1 Z a1 W 0 WO n� d �Z Tr V ' M Q J LU MWM 1.� U U V) J Y m 0: O a3 N tl J IL a � j U w g w ° 9 m r I �r I ca i UJ N Z Z U I N a O O N a H O F o in 'i w W af LLI U (_7 a LJ O of u U U p U U Zvk a Z N Y n F J � zdJ d Om3 W a Ozo U Z a 3 w w aaaa2 V W W W m� 7 Z SWCE O N G 3� Q O mI2 C a w� W Z a ¢ate F O OQ< 0.I W W W K� J VI�K O > U 0.Q X w 4 O M W Fo a > = * W * Z K a a a J W 0 O w F U U F <W Lj C mZ W W a O a •. 00 J Q W UJ ' ^ ^ wof a U w J 0 F O D F Z a U W � J O L d U Ui w � m a � Z_ of z U U N - Z a n O U Z F F T a lnaiiv5 Z W X d w w w Q U F O w Z O Z W 2 Wm V N J 1=f a c) W� �W W F— rim F— = X 0 W 00 ZZ as m V U Y J m0 a3 EDG EDGE OF PAVER SHOULDEF 0.02 FT 12- I SHOULDER WIDTH {MIN) W (VARIES) ;I z o, MINI j xl wl O 7 W1 U W OI W, R. O In w of 1 0.02-0.05 FT /FTwI SECTION A -A 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 -WIDTH SEE KCRS SEC. 3.04. 2 PIPE SHALL BE: A. SIZED TO CONVEY COMPUTED STORM WATER RUNOFF, AND B. MIN. 12" DIAMETER, AND C. EOUAL TO OR LARGER THAN THE EXISTING PIPES WITHIN 500' 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 IV CONCRETE PIPE, AND SHALL HAVE A MINIMUM OF 12" COVER. 5 PIPE SHALL BE INSTALLED IN A STRAIGHT UNIFORM ALIGNMENT AT A MIN. 0.5X SLOPE (0 5 FT PER 100 FT.) WITH THE DOWNSTREAM END LOWER THAN THE UPSTREAM END 6'-0" (TMP, ) f w W � 2 J Q = 3 I H I � G 1 n� _n.05 cnraC. GRADE � �3:1 �1:/ • • r nu,,,PWSV wirwT AIN. VAX. STR. 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. 8 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. 3.213 REV: MARCH ��1O° PUBLIC SHOULDER & DITCH DWG. NO. F�q.dasTa0 Way WORKS SECTION DRIVEWAY 3-5 gi , \ ct \ LL z § 0§\3; !9 i 2§M))% k } )� Eq,« |§ z2 a3§ §§§( / W� 28 oeE �)\I §in �; kEn W>w° CAOO CD;}/ §{\7§\■ §L)t: ���} § §)W() 9&|f ri 0. , / � § , / ) z® 41 |k k\! / LLJ >o `0|=B k\ - , �j �§f� j W. 777 ,a § 2|e � �.. / \ -§| _|\ : p§ ° ° §§ § ! ■ �� $ Is � ! � � \ � z� \ ) � U) W J � U) Q co 0 0 w W W � IL � W 0 � J L 00 W 2 Z Z Q 0 � Q W J � §§ }2 G N 7 W 0 CD -J Q W LL J IJ 0= p Z Z Qua U) Q j J wQ J U CO U U) J Q~ Q Zp � Zp� UIIJU Q Jw � Uw Q UwQ Qg�z z (IfO� Z0 dm m UW U�o N LL) 0 F-a om zQ w ,,,� wLL F-- C) U 0 p� p J 00 a O a- 0 'L' QQLiJW W Wp W(n Wa J }'� W N =mm cn F-Z N Nm J ~ Z~ Z F- w Z~ o Q Q Z Z Q Q E N O O d Q!:>J F-- 00 W (nz U) OEU Q JmU a- F- Jcr w z Of w �. Z_=U)(n p WW JQ mF-p g Q �_ Q �' d~ Z mE J� WF-W � p� 0 -03QLLJ Q' F o Z F- 0 J� N J U m g N Li NIJ Q J U) 2 Q Q Z J UA W p = = Q w of p w F- p w F- U Z aWW(i za Nw �O wOf cii cwn� vwi�� �_ H o��o �� (nw a_ a- F-- F- "-' Ofw O �wO p W � — N (n I 0 HUN= F- mm NQ wZm ZZ Q wZd Wed O 0 J (.D(nWW Q �(n �IJ w J wC'(� U M Wp Q WpQ Q I Of oJgN J ag Qv F- ��_�_ `` LL �V)z ��z w m W m Z � W U Q Q z F- W U U W e (� �mF- Q Nm �t .4 Q LnU1(n (n (D r- L¢i 00 Lai J VV CLLJ LLJ D m z z z U Y J � in O a3 0 W U 's ~ m Z J L z J W W z < l� J OJ O - ~lam J (D Z O W J OF N wZ� >-W W OJo F- O �Z JO WZ z W ;I- U) J �z w O caw _ - W O N U)J 't U) d J F- Z v - U O Ln w - e U Z N O W 0 w ' B B J z — e d \A J a_ Z J Cif D �-' �. J O (n \\\ � CO N CL w z- � � d Of a- J J U) r i N W J a J Of eCh } N e a_ a _ LLJ d r �_ W N O e Of Of d O ~ w a_ m — � U U U Cif .. af w ^�� to O w _ O J L O Z w w Z w O W � F- O Z O Z J w Z� O Z z F JN U w =z F- U W O WF- ~O = Z W �O = Z 0 UT W Of �0 p z W LLJ (/l Of p U LLI c W U)� w - w w Of W 00N o�(A N +r] Ln 0' CO J LLJ ~ N O J [ Nzz -} z Q. W W ❑ � .. W ( 00 � z Q� LLJ %n a_ LLJ N LLJ N O W LJ —� O Q Z Z �N Q W N J _ } Li w W W 0 — N J W Lij cn Cl-W Cl- O Of Ll Lj Ui Q 0 O z 00 6 � M 0 U YJ 07 0 a3 a1 not I/i ® c L U L O z ® a) ) J m Z `c O ® C O L~L EN ® Q m N L1J 3 Q O a) C3a) ® ® � LL Q O N O U �Qj U C) O L N C C O I sE 0 ' 0 i C O- } C a 'u O T �° 200 0 0 °—T a� 0 3 Z U a.Sc3 LU c rC) ``c o N O O U m Q T ~ C O O C O U N a) m O) C O C O C 0 a O O L E C LU� C L w N + Ol O U w _ O , t OWN 00 NtL + U C O �- o Qo Q-3 o�LQ��3+ aa�—C-003 ao3 03 0�— u u u u u 3 o a a GUOI ®' ®>4 o E�e���ddy auiL�ndad 0 U O7 d 30 Q W U V- Q T a) } S snulw Il Tac 2a w snUi� aD O U Li a Lu LU Q UQ0E 0N 019 su � E�~Io p U O CL r } 0 (V O O Q m I.b Y CQ LG r Z W 2 W Q a W U) a U N J Id m O� O a3 0 z a d a) E C 0 N C N 7 U U 0 N I d f o`f f z c�ri J J Q Q Z _ O W Q ^ a E T Go 0 v~i o 0 co o s7 � U W O N N Elf 3 W g a o ,01 J cn a a Q Z z (n C T C Q Z L J No U U (D-a V) Z F Q N 0 0 I d V) Q N O c�� O N~ v o O Q z Q ina U N 3 3 a M W W Q N W W N 0� ~O J (n Q in I Z N J -J F 3 N O m N W N W N N N N N W J 3 J J N W m N W -i C7 I VJ W Z r > Y J W O Z CL J � O O cr O Q } N J Q f" W d W H CL Z LLJ V J � LLJ L� Q Q = ❑ Z W L. Lal N Q Y w F- 2 m 0.. O Z r Cj N CM 2 U Y J 0:m0 a3 SEAL JOINT PAVEMENT RESTORATION MINIMUM 3" HMA CL" EXISTING ACP LIMITS, 1' BACK FROM PG 64-22 (COMPACTED DEPTH) EDGE OF TRENCH OR MATCH EXISTING (3' MIN. WIDTH) WHICHEVER IS GREATER NATIVE SUBBASE SEAL JOINT EXISTING ACP USE 1" EPDXY COATED SMOOTH DOWEL BAR ACP TRENCH RESTORATION EXISTING BASE 5/8" MINUS BACKFILL FOR TRENCH 1.2 PAVEMENT RESTORATION MATCH EXISTING DEPTH LIMITS, 1' BACK FROM PCCP PAVEMENT IS TO EDGE OF TRENCH EXCEPT BE CONSTRUCTED PER IF WITH 3' OF JOINT THEN WSDOT STANDARD 5-05 REPLACE TO JOINT 3' MIN. WIDTH 15' MIN 25' MIN r EXISTING BASE 0.5' BAR NATIVE SUBBASE LENGTH PCCP TRENCH RESTORATION FOR MINUS BACKFILL FOR TRENCH 1.2 SEAL JOINT EXISTING ACP USE 1" EPDXY COATED SMOOTH DOWEL BARFN_ 25' MIN J NATIVE SUBBASE - PAVEMENT RESTORATION LIMITS, 1' BACK FROM EDGE OF TRENCH EXCEPT IF WITH 3' OF JOINT THEN REPLACE TO JOINT 3' MIN. WIDTH !� e MATCH EXISTING ACP COMPACTED DEPTH WITH HMA Y2", PG 64,-22 MATCH EXISTING DEPTH PCCP PAVEMENT IS TO BE CONSTRUCTED PER WSDOT STANDARD 5-05 15' MIN 4 +T EXISTING BASE r'T�y iyiar:yr,'r r_r_�LENGTH 5/8" MINUS BACKFILL ACIP OVER O. TRENCH 1.2 TRENCH RESTORATION NOTES: 1) FOR TRENCHES LESS THAN 18" WIDE, USE 100% CDF FOR TRENCH BACKFILL. 2) FOR TRENCHES GREATER THAN 18" WIDE, ALL BACKFILL IN RIGHT-OF-WAY SHALL BE MIN. 5/8" CSTC. JULY 2014 =Q PUBLIC TRENCH RESTORATION DWG. NO. C�'\\ FardI_�MWORKS 3-28 I I � I I II c Z II 1I 0 J W _ N 1 I J w Ua I W E I MU I zo II 'N 1 I O {O E a II a. in in 11 m a o II z U� Z in (J in U? o I W W � I mo I �> II IW I N J Q m Q' J Li J I } T O WC., I I Y Q Wr�W= mw ZW m O O U I r 2 0 O w O 2 U Z w w -(Z I I r m� J z g _ Z W u 3 zZ w uj w W Z w Q Z I :' Q Q r In r o f E o� :Sx i�J r L%N17iQm x n I I / I Wu J W (n Q O U U � � Or =N J tt o O IA OLU U W _ U 2 `r to U D I.i w o�N L 3 0 C7 I m Q J J I ap Q V .. ^ QLU =� -0z I I r I a �� rwWY V 6 I .r}.. _�W QU U Q r y I I r J O LU f2 .:. I I ¢ a ¢ ¢ V) O I Z Z W \ O U U U Z I Ln U) ui W O w p W Q I w X w �Qo � a > Lu m .. .. r aw W¢ o I G� r� �Nna a I LA a O a II I If II wWo r s I II If I I II I a I I I uwi oQ z co N p M `) F— r J = J � W WF- Q O/^ Q 0 Z LU Q P OZ W O r Nw 0 LL U) 2� V N ZlO.fi LU W r Y < z Z W a o 81 Lu 06 �9 O j ' .8 a LJ � Ir 9-.S I •9 _ZI .i z a ox N W OO W yO I • •; L O ti n aveaa s .ar+ Lj 3 m a z _ I M a ' OW=Ma =F3�La UOwt=/I Q z �O��m ¢ LZJ ¢ O WZ OOW LU r LCT j Q OZC) O W Z W Z Of Of O O p W F d' N 2 O U z0 00 O QO U ZZ W H ¢ U W O WNm Lj UQ2 zM zo a a s O U� Q O Jam¢ cl �ul ¢ a ut G v cYi r wd2z2 mir m d' J r 2 yj VI W } JQ z O V7 W H Ir U J !- UI UI Ul Q U } Ovj m<o rmmm a w U O Z W UI VI N W WO Ul�z =JJJ Wmm m �n o FW J JNZZZ QWWOW m Z Q W go 0 0 O � O U L., J� �s 3 a ¢ z 3 �a u I m 2 U �Ulz}ZZ Q cWl� SO >�0~ as I C ¢ V) = H Owm�< N �WM3�0 ir 0 X J W a W W J (� Q a W WM. z �a LLj OQOO is w Ul 2 I III O U W C C Q O zQ OZ LjOm U¢z QaooLrW aUVf Q� ZO w o �JW¢UUI Ua UW Um a a0 U W U J d F J L, O Z < ¢ O (A313aON0D Z W m Vl O 0 UIW�}00 5 ¢p a m U w Q O U H Q In WHZX WX N¢ W Q ' �d J h - KIN _9-.Z 1 � �11L � a IIIj L ' 1 Lt LI II 11 1 m v ti' sA W W W WQ UQ iW � Z Qcr uj w2 .$ • �=w K f- 2U .• • Y '• ZO•O U DO Z-W L 4 I UZ z 2/1 cn �3 N N d' Q a rc J V! W ou ¢ V)Q Or z x O xF JW W Zo 2 <= 3 a:wrw ;U M Gam O O OZMU Ow CL xJOZ x r �mOJ W w Z crCIAL> fW= ~ JwJ QVI J�� r O O QVI 2U d' N <L Q O WWQ V)UZ �VI rYQ • Z U a ZOirx� t/16 tn0 zOp _ 5x r= �Qmw- Z W w Or m 5 u?WmV, �'^� �< U V 00 Or •. J U Ncr JWw Z<I i> Q J LL, YQ Q w wFQ:Jm O� J 3mxna Ur Ln m mcnx0� Umw, ww I � M X Z �� ¢ Jwa=o �rw Oz OwFCL �I¢ w oa x �o�r a o rx-Jo Olz tnw ut cnwF4� ozo Fo xr3aw ' f Q< H JHrl O a Q w 0 w w : a x V) Z U d' Q L 0 J Mn U =p Vw10a �Or Za rV)Zvm 'wQ Z wJOr w0� O Q�w�F xcr o xwooz xM- ow 3 �w� �M U �MJmO IV13 U¢1 QK) C)W ?, w OZQW r r N Ili v Lei Iro0oVw z O i 1\ `•ti r d' o Z W Wcou M O N J i Q a -earl ,e-,Z r ¢ r V _i+ LLJ Q_ Z F- M. O Lu w'AjN r z CDVIr zr \ p J z p Z r QI m � La z Z r La ' z I a'�Q n : � zLL, D z?�III Q J V7 a� rn avB3N BN' • . .. z p\ z w Cl Q 5 Z _• � Q M ? pw p Z) `• r JW 0U) '. w W Q Q li p r C� M.M VjOZO .Z%l 6 t=/!ww OCk: O m 5 Z U w w J r O V 1 W r Z a U Z X WXU1Q W Q C >z c • J�l o'ernI- � V� m OZ � rJ W m I r'7 N f� U Ii ,Iti .�I to ❑ o Z = T7 O (n Q ¢ N > J o g i'� m Q U � m w / Z � oo NCa `> 1 aa� 0 FF_so I_O0 0 W ng W z w F i oQ o z W ¢ U Y J K mQ =a3 CITY OF FEDERAL WAY MONUMENT RECORD MONUMENT RECORD NUMBER (TO BE COMPLETED BY CITY STAFF): DATE SET. ELEVATION: DATUM (FT) (M) ESTABLISHED BY (NAME), (COMPANY): LEVEL LOOP: PRECISION OF SURVEY ORDER. CLASS. LOCATION: — [ SECTION TOWNSHIP NORTH RANGE EAST, W.M. LOCATION DESCRIPTION; SKETCH (INCLUDE ANY REFERENCE TIES): NOTES: PLS SEAL JULY 2014 �"ir" PUBLIC MONUMENT RECORD DWG. NO. [RE"' May WORKS 3-37 __ o a 0 aW o� U iA =U Fi 0J N W F�" 0 •iI 0� r LL u c 0 p Q p Q p Q my p Q 0-0 O O rncn rnLn 'DLn �oLn LLnV) bC! (,bO NO NO �O Q ¢ Q n Q n LL c �Z tea• �Z a �z •� =n 2oC 2� 2 ce 2� W O Q~ ¢ Q~ Q~ a IN- J E i7 O .10 C m J � c E rya, a a � CL a- t; G E 7 .O d En ffn En M O O MIX J EIPT N O 'a c0 C;i c+•i it cr CD c CMS C �10 i 10 a M M %D Ln v y C .4 ,� O O O .O a O f U. 01 a o+ E0 J m rn m � kD Ln 3 I M a3 lD vi vi vi vi ov' 0 m �j L a 1°. V ¢ ¢ C ` C u a 8 a; w N Ln u rn.2�. c L L t V O �p c c N c o - 0 a •-: cn Uj OZO f(a 'C m C L E 4-1 o E yr a C -0 a) E Cl C N W r6 Y Q N la � C Co m � 'N o y -ow a� —62L, � Ln- >a` C1 L- 2.Q fa a) fa •c M la n. E - a) c y u E u a v '� a) �0�vca o MaM�2�(a u o 0 a) ,a v m Ln v c to m°'�sm(Aga) `) Z J E '-' u u -0 `0uC <ra yVE�r1E>c to M U M kt�O 0 L49 n vc�Za49Z, ' :E O 0 f0�a,�0 C� E J , am O �O o v o� E v o 0 0 c U — U � _ 4� 0 fa Q N L Y a) C Lvl V1 � ja � c t! O cn 3 . W c o N �EcCqtawl �a Ln Enb b �o ra V) C Ln 'U 0 O E vcl c� c� o o a) - +� a) o uvEra�i',� io -iV)-1 2< +--i N M d' u1 %.D ao co M — M N O� Z U a) �) a) c 0 0 v :5 o = c� z w J 4Y2" O.D. ALUM. TUBE HAPCO 41 SERIES AND 188" WALL ALLOY VALMONT RTA POLES 6063-T6 SATIN MEET THIS STANDARD. GROUND FINISH MIN. 2. ,4Q. �8 4Y2" O.D 5 2" N.P.S. SLIPFITTER I � (2)- 1/2" 13 N.0 ' STAINLESS STEEL 00 rTHRU-BOLTS, - -' NUTS, AND NYLON —02" O.D WASHERS. 063-T6 ALUMINUM ALLOY SHAFT, TAPERED FROM 8" TO 4Y2", 0.219" WALL THICKNESS SATIN BRUSHED FINISH NOTES : 1. POLE ASSEMBLIES DESIGNED TO SUPPORT MAX. LUMINAIRE SIZE OF 1.5 SO. FT. E.P.A. AND 60 LBS. IN A 90 MPH ISOTACH / 120 MPH GUST VELOCITY WIND. 2. 4043 FILLER WIRE USED FOR WELDING. 3. ONLY THE BASE FLANGE WELDS ARE HEAT -TREATED. 4. BASE FLANGE SHALL ACCOMODATE 1 1 " TO 12" BOLT CIRCLE. 5. (4) 1 "- 8 NC STEEL ANCHOR BOLTS ASTM 2"— KBOLT Y2" DIA. A 576, AISI GRADE 7 021-1046, 50,000 CIRCLE PSI = MIN. YIELD MEAN DIA. OF ROD STOCK 0.908 f .011", OUT OF ROUND TOLERANCE : t 0.012" ROLLED OR CUT THREADS PER A307, CLASS 2A, TOP 10" GALVANIZED PER ASTM A153, COMPLETE #4 HOOP REBAR 8 - #7 REBAR AND WITH (8) 1 " 8NC GALVANIZED STEEL HEX ' NUTS & (8) 1 GALVANIZED STEEL FLAT 1'-0" CENTERS WASHERS. 6. CITY MAY ACCEPT OTHER BEND RADII AND �1 Y2 DAVIT ARM MOUNTING ANGLES. HANDHOLE (4" X 6" NOMINAL) NON -FLUSH TYPE, COMPLETE qM_ WITH REINFORCING FRAME ALLOY It356-T6, COVER AND S.S.HEX HD. SCREWS -1 1 Ya" 13 NC S.S. BOLT W/ S.S. SPLIT WASHER AND S.S. FLAT WASHER SECTION THRU HANDHOLE 2" SCH. 40 PVC CONDUIT I -4 I — 1 r5Y4" 4" CLASS 5 (1Y2) PORTLAND CEMENT - CONCRETE (3000 psi ). 3'x 3' SQUARE OR 3' DIAMETER BASE. I Rev. NOV 2014 �'"w PUBLIC DWG. NO. WORKS LUMINAIRE POLE 3-39 LUMINAIRE BASE LOCATION DETAIL IN 6' PLANTER STRIP BEHIND SIDEWALK 6' SIDEWALK PLANTER- { PLAN UNLESS SPECIFIED, BASE FOUNDATION CAN BE EITHER 3' DIAMETER OR 3' SQUARE. pk CONCRETE PAD NOT SHOWN FOR CLARITY SEE DETAILS, BELOW ok WI Yk a mk I TOP OF PAD TO BE WITH 5 2OUT UI BASE SECTION SECTION LUMINAIRE BASE AND J—BOX CONCRETE PAD ENCASEMENT DETAIL FOR 6' PLANTER STRIP FOR 4' PLANTER STRIP (STREET LIGHT IN FRONT OF SIDEWALK) (STREET LIGHT BEHIND SIDEWALK) 12" MIN STREET LIGHT POLE BASE CONCRETE PAD FUtL DEPTH W FINISH PE4,-BOX EXPANSION JOINT „ Lli DETAIL 3-3 F— ,o 12' MIN QLQ��\Q .�J Q 6" MIN, m i' U DEC 2014 �1°a PUBLIC STREET LIGHT POLE BASE PLACEMENT DWG. NO. ��O /mil �J WORKS AND CONCRETE PAD AROUND 3-39A J-BOXES AND POLE BASES XXXX = SERVICE CABINET LOCATION x NUMBER BASED UPON A CITY DEFINED COORDINATE SYSTEM x x YY = THE SERVICE NUMBER, WITH MOST LOCATIONS ONLY HAVING ONE x SERVICE CABINET, THUS NUMBER 1 ' AAZZ = CIRCUIT DESIGNATION NUMBER y EXAMPLE IS STREET LIGHT CIRCUIT 10 = SL10 Y BB = POLE NUMBER WITHIN CIRCUIT A LEADING ZEROS SHALL BE OMITTED A ALL NUMBERS/LETTERS SHALL BE TWO Z (2) INCHES HIGH WITH TWO (2) INCH Z VERTICAL SPACING ' ALL NUMBERS/LETTERS SHALL BE B PAINTED BLACK ON THE POLE FACE NEAREST THE STREET. PAINT SHALL BE +� B 2 BLACK ALKYD GLOSS CONFORMING TO FEDERAL SPECIFICATION TT—E-489. 6" 111 / -1 FEB 2011 cw1O@ PUBLIC LUMINAIRE POLE NUMBERING DWG. NO. o p VWw WORKS 3-39B a W Q 0 W zcr O t= j o W m O U I w W H LLJQ Q \\\ J — V) V) W O LLJ I p z 0 W U I 2 0 2 U Z Z W ]ZJIVNIwm ; UU U �� Q Z O U W O w of I �� Q LLJU I fJNd Q W N n �f D p J Q LLJ rK \ I Z W \ I Z W J U U OD W LJO JL� 0� cnZ W ` J02 J J `\ C'C� Q LLJ as aL:)i 0aaQ 0 a `, n m w LLJ I' F-- UO- z � Z) Q \.I f O 0 W Q LLJ 3: Ld z a zn z�i � =�a� � � ''.� CD o �Q OW �JI .. z O QCf) Ud 1 Z O 2N J z0 LjQ F- �o IZ LLJ _< ~ d QO Q w Q O Qf 0 _> N \ ULLJ _ O W \y 0 0 J J¢ U O U V) �� O D O F LLJ z ��ozw0 LLJ LLJ ova) 00 COLLJj � ZU zOZ OQ O � OW OZZ>Op (/l DW < cr Q U LLJ U a_ 0 of J WOU)=> < o0 U > LLJ 0- Of z Q U p OF- Ou-)_Of Q OU) J Jz Q a m —�JO C� � w Q 2N LLJ J O= J � LLJLj LLJZ = 0 - V) O OQ3Lnw ccUQCS>m V) p0 O N� LLJ Q Q W LLJQ _ x D _ i F- LLJ ' WWmZ �Q�� O Z X WO F- CLW Y U D = U z0 �ONOdLLJ � 00 LLJ LLi � Wm V)0 O� ZmJU Vl U> U 0 3: z m W L O Q I V) W Y F 0 J LLJ O OQ <> �W 0 p Q X W O F- W� Cr d J Z — W = V1 O COm pp C' JZ O=aU� J Q J �Q X H W OV) Q J J Z QJ—W c) W. O O W W V) D m LLJ W H ��0 mZ (=/)m�'mQz�~ m ^ SH �U) W 0d � m O H Om z Q LLJC) C) 0 L Li U U� > m N U Q� OQO- mU) Oyu �W J� —U 0- OF- Q O m F- Oz-1 Z X F- a-Q Z O 0 w w Q O p LLJ m W Vo D0 UAW`'-�Nw m V) J I Xz z > LLJO LLJ J LLJ LLJLLJD LLJQ Q F— Ki 0 m O N z II Z ZO d 3.1 M 0 W 0 � LLj m O U U W (n O Q 3 , �� �W Q U cn J Ua0 �0 OU I IZ LL�I m0W ' p �Z^ 0 Z W Of 0 VU IYZr)z O Z _ZLLI �Z N W� g W =U U m 1 0 > OW(v F0 W p QM� N11 o-IW Lei o QZ ~ 0 w U U Q 2 W �0 = U 0 O af UpLLI � ��000 U 0OW 11 Q 0 ] (n CIO 00 LLI 0 of LLJ O N Z W W H F- Q cn cn U F- O j (IfQ U m' Q I 0 ofQ U)Cn J E 2 (f) 0 0 C' 0 W Ch O QLLJ O UO �Q 3 Z U U)U C' 0 on a 'L9 OJ Z U)0 OU Q Z _ W O LLJ 00 ~ > N ~Q of H — U 0 W N � O0 ? � LL- O �OQ Zw Z �LJ Q O I:C� �� W Wwoa U 0 X UIY 0(n tY 0 0 L� �ui mOn I Z 0 m �� m O Z Z — I Q Nu<Wo n 0`�Q / ow z U o V 0 (n d Z_ z J J Q - 1 O O I -Of D Q = fn z� --ZZ �W Z (A f JO�ZD (n W (A0 E JZ?i 0 0 �' 00 E Q 0 W CE N 00 W O (A F- C7 H 3 E �OLLJ< W = �v z(5Q-c) i U Q WLLJ = ? E J N �F- E IY D 2 U W > W O F- J (n Z 0 11 W Y Q 0 Q N 0 J OULLI U W m(A 000 W 0 r W Z I ��WJ= Q' I � OJ� J H 0-0 Q Z_m 0 = L`I QU W W 00 3YF-WZ -iw0t1 (n LL,> 0 Z � W F- Z t 0E- L, J Q S Q D_ J = W 0 COS 0 1� 0 0 0 O~ F- W Q X a V) m H W U Z L� a a- W m O J JZ WU0_~OF- F-0 a- m W O Zm !I m =�~(nmN<NW t1 L`' (n > 0 VJ 0' (n 3 `� W (n (O a- 0 M 0 J Q 0_ m 11 U X�N�mf-W�-i JU O z 0 WQ mNWC) z I OZ> W m U0 F-0W0 IZ�LLI J wQ ZO f'lE-(n JU0 W U) OO—Z W(/)W(n m H U 3 O O W ~�wa x �Y o � N Z )-Jmm>WIY II Z 0 �F-.~_.CQ Ma_3 0 Zqr, o � M C Q W 13 `V LIJ U) W U) U) O a CZ G J J U Y J � m0 a3 i a COMPONENT SCHEDULE OMETERBASE: 100 AMP, 4 JAW, B-LINE U264 BY-PASS TYPE, 5TH JAW AT 9:00 POSITION THE CONTRACTOR SHALL VERIFY THE SERVING UTILITY'S REQUIREMENTS PRIOR TO FABRICATION AND INSTALLATION OF THE SERVICE EQUIPMENT 0 PANELBOARD: 120/240 VAC, 100 AMP, 1 PHASE, 3 WIRE, COPPER BUS EATON BAB BOLT -ON BREAKERS: 1-100/2 MAIN `x 3-15/2 ILLUMINATION BRANCH 1-50/1 SIGNAL BRANCH 1-20/1 GROUND FAULT RECEPTACLE BRANCH a 1-15/1 CONTROL CKT BRANCH 2" B� 4• t�24" UL USTED PER STANDARD /508A SUITABLE FOR USE AS SERVICE ENTERANCE EQUIPMENT MEETS EUSERC/PSE SPEC TOP OF CABINET 82" MAX F 16"-20" PEDESTAL HEIGHT MAY VARY SO AS %7 NOT TO EXCEED MAX CABINET HEIGHT AND ENSURE 6 PROPER METER HEIGHT BETWEEN 48" AND 72" (OR CURRENT UTILITY'S STANDARDS. CONTACTOR: LIGHTING RATED, 2 POLE, 120 VAC COIL, 3-REQUIRED O4 ///0/ TERMINAL BLOCK TO REMOTE CELL PHOTO -CELL BYPASS SWITCH, SPST, 15 AMP, 277 VAC GROUND FAULT RECEPTACLE, 120 VAC, DUPLEX, 20A 0 O THE METER DOOR IS REMOVABLE AND SHALL BE HINGED ON THE RIGHT SIDE 2• CABINET: NEMA 3R, PADMOUNT, 1/81H INCH ALUMINUM CONSTRUCTION, TYPE 5052-H32 2 SCREENED AND GASKETED VENTS DOORS: HEAVY DUTY WELDED HINGES (LIFT OFF TYPE), OPENS TO THE RIGHT IV STAINLESS STEEL VAULT HANDLES, PADLOCKABLE METER DOOR BEST CX LOCK ON DISTRIBUTION DOOR POLISHED WIRE GLASS WINDOW IN METER DOOR CLOSED CELL NEOPRENE GASKET, CARD HOLDER �I FINISH: BARE ALUMINUM (MILL FINISH) OUTSIDE, WHITE INSIDE ALL CONDUIT TO CLEAR TOWER CENTER BRACE OF CABINET BY 1/2' MIN -SEE NOTE 5 ANCHOR BOLTS PER tYS00T STANDARD PLAN J-10.10, NOTE 4 SHIU TO PLUMB #4 HOOPS p_ BAR EACH CORNER 3/8" DIAMETER PLASTIC DRAIN HOLE BASE DETAIL 71" - 2", SEE NOTE 2 IVIJ 6" INSTALL ONE SPARE 2" CONDUIT AND CAP; OTHERS AS REQUIRED. 24" L I14 Hl Cos 14 BAR EACH CORNER 6" I LOCATE CONDUITS CENTRALLY IN FOUNDATION 2" UNDERGROUND SERVICE ENTRANCE CONOUIT TO BE LOCATED IN CORNER (V,'ITHNV 4" X 4" SRAC--) 120/240 VAC 1' 3W ME TER PHOTO R ELECTRIC CELL MAW CONTPOL TEST SIGNAL • SNITCH LTG GEt0i111P FAULT RECEPTACLE —ZSEE DETAIL 3-41 FOR GROUNDING REQUIREMENTS WIRING DIAGRAM NOTES 1 PAD MOUNT SHALL BE CL 3000 CONCRETE UNLESS OTHERWISE NOTED ON THE PLANS 2 WHERE PAD MOUNT IS LOCATED IN OR ADJACENT TO SIDEWALK, TOP OF BASE PAD SHALL BE FLUSH WITH TOP OF SIDEWALK, AND OMIT CHAMFER WHERE PAD AND SIDEWALK MEET 3 PAD MOUNT IS TYPICAL. CONTRACTOR SHALL USE CABINET MFR'S SPEC'S TO ASSURE PROPER FIT OF CABINET ON BASE WITH RESPECT TO CONDUIT PLACEMENT CONTRACTOR SHALL SUBMIT FOR APPROVAL A PROPOSED DESIGN, WITH PLAN, ELEVATION, AND RELEVANT SECTION VIEWS 4 CABINET SHALL BE ATTACHED WITH AASHTO M164 CHEMICALLY BONDED ANCHORS TO PAD MOUNT ANCHOR INSTALLATION SHALL BE AASHTO GRADE A307 HOT -DIPPED GALVANIZED h%8"x2". 5 PLACE SILICONE SEAL BETWEEN THE CABINET AND CABINET FOUNDATION. 6 ORIENT FACE OF CABINET DOORS PER PLAN. 7 CONTRACTOR SHALL COORDINATE WITH POWER COMPANY REGARDING SERVICE CONNECTION. 8. CONTRACTOR SHALL OBTAIN AN ELECTRICAL PERMIT FROM THE CITY BUILDING DEPARTMENT 9. WHEN SIGNAL CABINET, SERVICE CABINET, AND/OR UPS/BBS AUXILIARY CABINET ARE INSTALLED NEXT TO EACH OTHER, REFER TO CITY DETAIL 3-45C FOR FOUNDATION DETAIL. METER DOOR MUST OPEN 180 DEGREES. 10. PUGET SOUND ENERGY (PSE) OR OTHER FRANCHISE UTILITY POWER PROVIDER'S STANDARDS MAY CHANGE PERIODICALLY IT IS THE CONTRACTORS RESPONSIBILITY TO ENSURE THE CABINET MEETS THOSE STANDARDS Rev MAR 2017 ��OUT OF PUBLIC STREET LIGHT SERVICE CABINET DWG. NO. RIASMO My WORKS 3-45 a 12" 36" S 320 St 156 Hole 7 3 Hole 78 +, ,rem D3-1A 906 Copy — 6 Inch Highway Gothic Series B Silver Legend on a Green Background 36" SWCau •156 Hde 2L 16 3/8' HIP ole Drive l D3-3 18x36 Copy — Two Lines 6 Inch Highway Gothic Series B Silver Legend on a Green Background 36" 14 .156 Hole Ave 1. 2„ 3/8' Hole Private Read -T� D3-3PVT 1206 Copy — Line 1 — 6 Inch Highway Gothic Series B Line 2 — 3 Inch Highway Gothic Series B Silver Legend on a Green Background MATERIALS: Aluminum: 1. Alloy — Mode from 6061—T6 aluminum alloy chemically conversion coated in accordance with ASTM Designation B449-67 Class 2 (olodine). 2. Size — 9—inches by 36—inches outside minimum dimension. Lengths of 12 by 36 inches may be used for named streets. Thickness shall be .100 inch. 3. Holes — Four (4) 0.156 inch nail holes. Two (2) holes punched 7/8 inch from one end, inch from the top and bottom. Two (2) holes punched 2-7/8 inches from the some end, inch from the top and bottom. 4. Finish — All edges, corners, and holes shall be smooth and free of burrs and snags. Message: 1. Background — Type III Green. See detail. 2. Legend — Silver. 3. Legend Size — See detail. 4. Pointer signs — Pointer signs shall follow the some specifications as the street name signs, except the end opposite the attachment end shall have white 45 degree corner cuts to indicate a direction in which the legend applies. Rev. NOV 2014 G `\a"911 PUBLIC DWG. NO. FEdGM0 may WORKS STREET NAME SIGNS 3-49 'j 9 W G 0 Re v N o 0 U L� L� Q • CD w N w Z O • Q U m Q a � � LLJ Z H (7 O vn Z O LJ W O of v CL �D Li 0� a Z a � W W c/1 z O U Z z w a w 0 (/l W_ Q: oj CD z W J 1 w 0 z a CF! C7 � Q Q Q Z Q Q Q O z � � � O O [if � � o� Q U = z w��� w z �! cry _ � Q � w � o � w z_ O cn O N_ ~� � L.� m J Q m � 12w --�mO � W�� W m W Q � N ������ =ate �w m Q � U � a c~n \ O W � � N � Q ¢ w Z W 0 W O N �� O z � � ~ � iE QJ m W � O N N� N� m� Z � -O � � � � o c/') O w � � 0 w — � d1 � OO dJ � OO QJ �--� � � O � ~ N U = N N�� O N O wo O N ~ o~o O O � r�.� � M N cn x x x O Z pM V O 2 1 ,,Z^ ,V vI CW G a Z W WN LL U Y J � m 0 a3<4 O Z pM V O 2 1 ,,Z^ ,V vI CW G a Z W WN LL U Y J � m 0 a3<4 INSTALLATION Sign 1. A maximum of 5 street name signs or pointers shall be located on one post. Longer posts will normally be needed for more than three signs to maintain 8 feet clearance from the ground line. A 1 /4 inch space should be maintained between signs on the some post. 2. Street name signs shall be located above pointers and shall be installed parallel to the street which they name. Avenue street name signs designating north —south streets should normally be on top. Wedges shall be utilized if necessary to install signs other than 90 degrees to each other. 3. Signs shall be attached perpendicular to the posts with four duplex eight —penny galvanized nails or approved sign mounting brackets. 4. Street name shall be on both sides of one sign 5. See Drawing No. 3-51 for sign post details. Rev. 3/2010 CRMW p/�p PUBLIC STREET SIGN INSTALLATION DWG. NO. " 4 4 a O W WORKS 3-50 7/ 16" 0 1 HOLES (TYP.) U �-2i4 t 8" O 7 2Y�.'k MIN. 3/4" 0 HOLES (TYP.) 0 �r—WELD (TYP.) 0 `' Y4 T I�-7" MIN.�I O O p O —SEE NOTE 1 SEE NOTE 2 O 0 O 0 O 0 0 O O p 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 PUBLIC SURFACE MOUNT BASE PLATE AND DWG. NO. can 40 WORKS RECEIVING POST ON SIDEWALK EWALK EL SIGN 3_52 CITY OF V:N�&Federal Way Public Works Department STREET SIGN STANDARD SPECIFICATIONS SIGN FACE MATERIALS All permanent signs faces shall be constructed from aluminum sign blanks unless otherwise approved by the engineer. Sign blank minimum thicknesses, based on maximum dimensions, are as follows: Maximum Dimension Blank Thickness Less than 30 inches 0.080 inches Greater than 30 inches, less than 48 inches 0.100 inches Greater than 48 inches 0.125 inches All D-3 street name signs shall be constructed with 0.100" thick blanks. The contractor shall install permanent signs, which meet or exceed the minimum reflectivity standards. All sign face sheeting shall be applied to sign blanks with pressure sensitive adhesives. All regulatory (R series), school (S series), and warning (W and X series) signs, except for parking regulation and parking prohibition signing, shall be constructed with Type III sheeting in accordance with Section 9-28.8 of the Standard Specifications. This sheeting has a retro-reflection rating of 250 candelas/foot candle/square foot for white -silver sheeting with a divergence angle of 0.2E and an incidence angle of -4E. This high intensity sheeting shall be 3M Series 3800 or its equivalent. All street name (D-3) sign sheeting shall meet this specification. All overhead signing shall meet the specifications of Type IX sheeting. This sheeting has a minimum retro-reflection rating of 800 candelas/foot candle/square foot for white -silver sheeting with a divergence angle of 0.2E and an incidence angle of -4E. This standard applies to all signs mounted above the roadway, on span wire or signal mast arms. Motorist information and parking signing shall be constructed with Type I sheeting, in accordance with Section 9-28.6 of the Standard Specifications. This sheeting has a minimum retro-reflection rating of 70 candelas/foot candle/square foot for white -silver sheeting with a divergence angle of 0.2E and an incidence angle of -4E. These signs include guide signing (D Series — except D-3), corporate limit signing (I Series), and motorist information signing (K Series). The reflectivity standard of supplemental plates shall match that of the primary sign. SIGN INVENTORY City of Federal Way, (253) 835-2700, shall be contacted within two working days of completion of the permanent signing installation to inspect, inventory, and log all new and relocated signs. OTHER SIGNS Refer to 2009 MUTCD or equivalent approved source. Includes pavement markings as supplement to signing. ADIDMONAL OuESTIoNsIREDuEsTs SHALL BE DIREc-rFP 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 § a c §& _ Jug§& M.oe-W k � � < }�3Rƒ& §<® e E )< -u«bw �k D< o eee§(Az jk( \) °5)2/Lu a«=crU) ) / � 3 ƒ S � 2 % — �- be ®z 2 ƒ � § � R LLJ z\m �§ j ] / \§) �I Q ® zz= 2/ goV ±CN / / j\§ �} - 0 i a:o \w ® � L, E /=w \Q Lj<� J\ 2 S �§9 �V) § / /zj /( z < zj ° G 2§§ d z F ® _ § F { ¥ b R z [ ui < _ ° LG \ 6 2 / $ 2 \e \w7& �§ f § § o§8j k ( z § a§ a- z O c§ - > / = Q u e _ / � y z \ o z u-j - w ce §\R \ E LO < LLJ� u k J3 o < § t \ $ z ir Cl) 2 o� < R «yam >- Z. ® a 2 \4 EN < 2 /I< oxU, §/ 3 2 \\- < 0V) /j?c §/k) \8 LLI m ��k o itU ¥ Yz> o § kaƒ E mFrbo ool= zg Oz OW u \ $§2 /� /mƒ\ GMj} §3 / 3 °= G��� Ce §eyo (A ° § 0oaf> § ] eu u «uo� /\ §3j /\ / G z» 0 -z (A V) r 2 B Lf) /Cf) � F- Z W � � Cl) D � � Q � � � � a }z� k § \\\ kEew o}i) 0 j _ \ o�§c q � Oa § n ƒ� _° _2 « ow. L } (m §Kgw k §ate§ §\ }�2 / ))a #�`% L) v) R j) e \ k \A7 >§ w =»es kg gm ( �« wm3z»g ��§e) a LU §d« a")! »�kR& E`S2 o\g)§ §° CEO b k§§E� a * gk\ RSmm( / «_�w� @\ #* § &!g¢m 8 §) » cou m,>/ - oz �/ m °) - z �j a > u (L`8 k §a} [0W z Oz F. §) clzW f k§ §\w ww �- ± /k�j �� \m / jRIm� E t� R M§ ^� j.u) ( �GLaa- _e /u /k �. J/ ° !G§#» j6 a/ '5_ <-- wmw<5 / /)ƒ)) -z $q \/}}, 0Lq A- o§ »ot2m ±. ��<)® �� �� `\ \) = }\LnL 2ce 3} )§ £9z 5`20_ r° i/2Y� 0e )\ §, - a� ]ƒ3 (/§\9 $) -0BBo }) �§ <z \§ �k)uz »< j) )% {§ §z§kk w< }} \\j "mwo< <u (n < wZL§ I o�� )2 c w ,z < ok��z Lo § j> g § z & w ¥ a a K k , § S ) ! & ----r--= ■� \/ 0. , I = � \ § ~ 2 � §§ }2 r � QZZ Y am N xp� rZ5 3 p1± oZ �Wyr O 0- z J w � WQU UI2/LL, NJ O z O OZO pw; U= I mwJ 0=X= lu mjZ VO E. wWn Q oa� W�V(Nj 2 JtLZ 0 X2 Q� <,` QZ > Zz OTO 3wmFx U1 ()QJ�VI r UI mN ZM mtnZ Z JQ QjD F F3W� ?� r� N\ wr r d =m ZOF tn� m0w 0 w � 3Q�Y OW W 3 � U� ZQO M 0 rn 3 d NU O N Q UZ� w Lr V 0 W Q U 22ZzV Z onV p0 w W dX J� F O Spy=� W O Y r W= H p�p3 r p r 0 La w Q > Ira aU-,U 0 �OfO 0 �O WN W VQQ Z J W 0 Z 02mNr N_ N J p 7 W F w0 W W _Z QZ UI4O H Z Q V Ow Z m to OU U T� rQQ ?i N Z W J d LL V1 J O I� Q Z J W Q J 3 J J w O z J O W U' H¢ J m 2 W 0 Z O O W mO =a mar WQNQF Q Z_ = WIn� J O OW NN Q-Eri -` , U W=- 3 Q Z wU N- ¢�� 2�iW J�WlY u V)pa03 om mm =Z Q�w� Lj Lj zw r aoQm...0 r(.�>nO 0 W ZJY WYQ04 UU Q y} QQ rF pUi l`p�nU X p > Z�Z aZQ MI e O to Z pU �� Zwu, Otn z�r4z U� a�¢� U> Qz ¢ Oo Za mH i_YW rj rF d'0 aaZW Y m�wNO Z Qr r W 0 Q' lie m¢O N '0� W r=O�WO �Ys 9 Oa Y 00 YY aN QD r Owcir to wQ 0.1 ON 2 UmZ ZUOrO z mo UUN>U' 10 U UU U 7Z 1 -,U 0 WZ UUd Qad�a QU dY Oam YO YY I < U3 W,§z W,0 rim w� In W �' ..- O Z N •7 V v7 IG Ir a0 01 O O 2 O 2W O� U yVj 2 N U p U N Q IW/J Z < w O73 rn O ✓j r�Qw ; 3 � w � VI (liiW �• ~ U ¢ a n c \47 a 0 x c N O zN 64c� ' 0 1 J z O 4i U O F Zvi = .4,gr O o to m ¢=0 WWU~WO Jwg3 n - mcj x UrnaWo zZ w ci�Z �� 3w� wiv w g U o �r oJ�ma wLj mFpz oa a U A W ��m�o J W oN w Z m O U a J O W_ d ,n o O Z U ¢=U1 „�a ¢OU6 m w �Z 00 2, mN JWNz �w�Ow }O z ¢ to Or �x J WO,a1 7YEn a Wo m-" W O rn O(nQ QUtn�-w x om SO rn oo �F=J 4' QiN�a Q awQ: V704ut wz�< �~ ¢� O a o O O F ¢wz JQ Jz0 ~ S.J7 JQO'Fa xJmu Ula W _ O >a ¢ n a 3zN Q�Ozg 2 J wy ~3w�W JNZpw .. OO"izO o � >o a '� S Woa lnio<Ww zg owmm3 =z o0 m�ao ox�= xg� vi w O °0a �U pW �~ > o�U w x2Z�w T NUSLim cn ut �a< 4Zw� w w v) ui WxQOW Um ¢x ZQJWVIO w20 7n a ¢0 ow VImW a'Z N�H Z UI� UI J W (n3 gJ OS Z(n Ul QJQm NJU^ S U (��u�Uw Z JZU QJQ i W 0a3 rQoc�w 2 m a= ,`N win �3io��� o�z�a o�m� wa rn o zw <� ,U,zw wtnz�o �zaw zW ai = Jo, <^woo `nay 2 g J "'o aw, mQF r. UI�m00 NW JYY OQOOOZ ,OSa wwON1 ��4xW02 > Z 3 �m2Qm aU =UOU� N,z �m" U 3a Q� 12�o ax~O= Op OFr�mwn ��OwO wig<U ww3 xa �O v100 z=z ?rUZ UU WYo U tn W O �UmU3� O� zw~Si} �ww W ¢oQ O N mo tnm �Qd' no aZ o o z O Mn �V a�;�Wz cn 7JY JowmWO OJO NUWxz Qz mc=/la w2m Jz a io w O o?oWw� ww NoSu-Imw oaJ=acwi- mao� r aC7w _Jw ow w3 Ana an =n x rn xinNLOO a2z �a U� oz cY> ,n.;, w, - cx�o�z3 )Z d'W Zvi WO o Fmz Q Q g ZW HO z �<nZ-�� JJ ¢ JJ t,.IOZJUC7 Of Z-a Q2 Z GNmwm �UOp UQ W <li JQ' Qt/10 Z_7 UI ow w I cn W L) QQ dY�3wW YO(nQOU a z cv ui d r ao of o sass s �ssss W p p p O p Z. -m`aoi.,i° 46—wl. M'W �xzzzz 00000 �Qr-r-r�� N 2 u W W W W W � h'D•KKK �OaOpp oaf KCo �2Z222 go 6 O U Ln Ow n < O ...IOA � a m U �6pry Fzo w V aa+ o W W oo oI a j a - K 0 0 0 0 0 a rc 'zaz N .mo �I7777((((yWWyqyA���I y I 000 fl I i �nmaoroir n❑ -00 n °00 33 7e3 ss55 o Z� �00000 ~ N ,up x z x iisss o0000 00 f_ 6 i , N N q • 00 U Q 00000 — O rNlpOn °1Di o00 22222 W00000 f • n z< a�crc� �WWWVW xv" .pl `o° vg�aW c7 �� WQ'Q'¢KK N00000 N1W _9 A "'rc� <oaVVan mouuc=i c=i c=i SS555 • ' aU,W NIA �2Z22Z g Zizzzz W" 66666 o -__--az ]5 �I> Z-- ¢00000 ¢ z O � O { J 34 ,ZL 1HO13H 'XVVI 0 N J VI z C: ¢g z U pl WO } mW d 2 WW2 O F o N a aaQ 0 k ao� r Z w 0 W j O W U W ¢ m 0 Jo N ( K U 0'O m Q OU w a�w � a 1,3 Jr a�=m ¢i w 0 Oz > am¢ zW ow wO � �~3 m=QZa �N o 3W Z �Wm m L*�I oz �4mN Ow v QUOU � nmz w - I� �Ow =0 c7 `�o�J �W a ry o m?J gym¢ 3 Zw- Woo � y OLO rn-¢ WaU¢ "' G0 o ¢_ OON z � � tr_zO mom, } s tgio� ZxZ J�Ym xN N WNV F aFm �! mWw _ ¢ 0S2¢ J JUW x FNm W w0¢ 0 uj ZXT 1 L, z¢a� m< N d'OW rw� J m}mW ma �N <m _J ul Qrn mOi ¢Jww \o rnw am wO w m J0- ¢ VI D:w m wO lid xW0 VI~ E� > �mw r O G=Q 0 w m J (A J¢ O Zr U a¢ W 3 N p N m W� I. Z I }W ZW, n¢xg O of z w WmiL u K? 0� mzJ 5oa ¢ ¢� wav Axe~ O� a 0 ¢¢w A OON zz zj o awm UK ww xpo m <Zj oU (7Vx �� O U, �Un a¢¢ ui r a U z ¢axw U¢wa z I0 5 > ¢x`m 0 5u Z Z U $Iw 0 0o w � 0 z ri a vi ui r-: o; MR i 1 6 + _ -_- - z s z s 0 .z +w a MR tl i .9 .i l C.z 0- I, 1 i W a0 sl 'MR „L/1 9r Q �rc� NIN ox s who .JL fl I 4 Z! u¢ ip 1 �'J $ _ 11rcs s a L ---- -7 N JU 1 u �00 Y W W Iz S 9%, OLL� YY� 05 IM02i g0Yu B /77 - a Ni� !V -- u0. . � a J W 0 U) Ma W V V N a 'V V / U Y J m a3 0 J m � U 3 3 W K 2 2 �Qn m I m C V Na= m U S U a O U a I I I I I I Ico w U I l\ Q I o LLJ l I D — J 1 � _J � > U � X n w KQ� 1 W 1� J F a c' a w 3 _ , = _ _Z/l l Vow > 1 �-Z,' a, .e,1 f —� � U W i_ z m > 7 rl i O m w v N o W 0 U zz z 1 O W 50 _ Z Hv n Q v U O < S J=3 Q Q ry x n Z i in X O K z 0 a o` a z n a o zo oOu R z 9� 0 0�0 < - ago w 0 a N 4�3 a 0 ti W r N C w � � J zJ W <nOo w < 4 w z z a n Z _0 J Z Q CW G Z 111,���...,Q� L Z:) V) v Q � m W _a V a� vw _I a 0 J F- Q `U_ r W U Y J CX m O CL3 I O R W J d W W N in W O mOf U �= J N 0 W � cai n K N 0 u� m O O z� U m O z OD r0 a aLi a �a a G t o a Q 0= jr ir w w o mF a o� W W W W z V O W } U 1�/1 � ON LiLi N H W m ir f N N N oa a J 0a rz ~nz 5 O 3- 3 O cr 3z W U W W J H W O a � O = N W ~ N 7 a o z = og �a oz x N W .9l 6 -Z .> 9l/6 a _Z/l l `i N 0000000 00000-�0 - 000000 w_ �2 O W mz 00000000 �W WW zx rcm n �W pm Ji Z u ui a " 00000 0000 �� 1 000 -� NI Jz � u i .sr s/s s r u w \W O J �D V Z `Q i U W J V, U Y J m O Ca3 I/i a s Y J 7 I LZ z Z _z j sz 9 z o z U a a � ,z/t I _ ,4/£ F I u Y Ul UZ io p I ZO Li Li NL-4-4 t Z ZO U of x o I 1 n = N�a w m � OM U i a��p zj2 J UI 2 N sm� 5 a N onN U U O m a o = JQ y�aS Q 0 UI w N Q w U Z O r .ZZ j j O N a `m ur v Z J I Z Z = t ------ ---- Z O ¢ ; z En 3 I0 w w r u U LLJ a m twir _4/£ £z w 41C Z cli M v 5 WE sz v N N n � s ` 9f x ri -tlf-I I I f — x 3m z o ��n L a In �a o Z O o F= a =LLJ e 9 ir-- 1 II ow ,L I zlr a Z .45^4 z i o o�i r a4o o� U Mm m� a3 0 o MUM A 33VJHAS Hang �Np9 AYM�70a y m 3 I x m m c� p x C a A K Y 3 m U U 8 to K Z 4 a Ili s a 4 � T � z a y v 3 V) L, I w 1 m I O ? Q r I I c I � Q w r [\\ x Uq Z V. O I 1 I v U z 2 I W Q UI o u O � m r U r r z Z O U Z LLJ O Q •. U O r w N o N W C r O Z w w W F— WZ 0_p Q J W J Z L M W W W ZV Nm J 1� V LLI O 2 F— U N J Y m w aO 3 u U Ld m w W LY w a z a m N W H F tnN (L Q Lai BYO Q 3> zuj Ja Lnc1l ¢ z <aWZ Ww W3 z me a 0 W az W w O7 w LY pm Q WO O Z Y'tLI) w Z O O N UJ w y UOa w O M U U WO " H w Z Zm w O �H LY Ln U Z Y> 3�aJ Ln 0O �0 Ln� U O OJa =_ O Wp J J m a O- Ia §W Q I 3zw a: -w �m JO 00 ¢0 3uj �a wQ�0 I D <2000 jY I �0 w~ H 0 (LLJA0 Vui I son p zLan H N t0 W O z o' ra 00 j_ 4 t] LL t L_ ' l n 0 m \ M1 m 0 m D r - z \ OUTFACE TO z j a x a � - DUMP k0 POLLUTANTS J a a z FOUNDRY NAME R U Y mW 0 0a3 I s N z W m W f=A U WOQ � mi W ?29 r I =('J n �a wQQ tnN U W Oy] K }H O• O z j1AN a zW Z � 1a , W mW z �z > ca NU K Om -� z0 Uz YYN W iz 2�VI Wyy U O W O _ zm 'S B U ¢O W Z� 7 c pa^ p Q z »Q Z�- 06 00 O U U> F =F NO O H 4 Oa _W O <I �W m0 02 JQ 3z b W� Wm IJQ p I jY �'U W- O WO tx nCA J O Q Zaa i VI N� 71Aa Vl �a0 `O� N r0 I%1 O z oa 2 d � F O LU cn C W U Y J a' m O a3 a 4 OE7 r d U Z Z w U Y r O w 2 a -Z a � (L C) � a U U Z Z O w z w m � �ma-wv a wF �xo-azw�Z w JvF3�no3oo a o ra5 wS ' 0-0 Z2UIm J�SJ� i i Z Oa-awZr `- w co S Q O¢a¢Wgw¢� 00 w Y Y J W¢ U Y w m cr OH zo V) Z) < � O r w Z C� ri v O a z o 0 o r Q c J Z = J O a < a z Q � ~ w z � c) 0 J C) O z Z Q Y 3 m � o � Uj Q VI W ,giP P�J v�-i ■ a . W r ' ► i ! l . 0 a 0 Z d 54 w Y Q _O i Z w w w 9L Z O H J J O a w w F— Q O U Vl J lemd' aO 3 I a MJ O W I Qw 0 Q O } a U 0 O 0 rc _B/f W I. W II u _nil H rN No m Z O 3 Q p Q o 9l/f p N Z w o m B/s � r z = n ui < 1 a a Z to m a a to (n O O n0� M Q v vI I �1 J I N J = - fl t/I `aj7 J Q L OJ z Q d' _ V,— Z O L Oxaa Z1 O _ W� �`� U J O J wN O N r U Z lJ=^ U y} F � I ,wa �71 > ~U N uj od ^ Fl�1N Q F QQ 31� w 3z W W w J O iW/7r0 Q � 2t/1 w H � N M •f I w p z K W � x U 2 O J a O W W H NO �2 � Q N b� Q n � � �e a � Q w ' m Q Z _ I LD i ~ i Z LO O -8/C Y 'ri 8/S J o Z 0 JL W o� IL 1 O 0Y 0 N O: W a O zN U r 0 W 0 V _Z Y V 0 J Z D 00 w U N J Y m 0 O a3 O z M 6,7 0 ELLI \ U ' V Z Y O ^J fly Z m O O LL SW G Q LL U Y J m Q a3 M N } 2 . \ / \ \ \ ! § ■ j / § / a A :. 2 - § § }o [ 3c �a .\ § ■ 02 &� �� e U2 Om . ® § ,[ [E 2 \kA� ( w 4 ] 20 ■2 - |% 01 �k! k,§ --mall- }'o ] - ! � � © :! � � BCD � W c!) Q � U) w ca W 0 \0 CL» r D 0 Z Q W J ci U Y J � m0 =a3 I 12' 6"` 40" PR❑VIDE 1' COVER MIN. (TYP.) #5 HOOP BARS (TYP.) • • ��#5 HOOP BARS (TYP.) • # #4 HOOP BARS (TYP.) 36" MODIFIED TYPE 1L CATCH BASIN REDUCING SECTION JULY 2014 PUBLIC CONVERSION RISER FOR TYPE 1 CATCH BASIN DWG. NO. , o WORKS (CONVERTS RECTANGULAR 4-18 ""U'�l LID TO ROUND LID) as r O w ut O 0 O r O r �LLI Z � U w Y S r U LLI mw} L I ma LLI _ a 2 LJ mQ a W 2cr of in Z O N (nz x N W L, W r J z a>- W? Ul a_W H Q r w U LLJ a U) J r [If Of O - w- Q .-. d aV)Z Q- Qa2�~� HW r V)I)� woma J02 a'F}- W O U ZZ U W - a w W� H yCNrr 0 U U W U) 0-Z w w of J O m U) J ox (dJl) 'NIW „9 J�0 Zoo `xz 3owm Q.0 awJ� '0 zo�z x �(n -iwr U ~ V1 U O V) - a 2 O a 1 \ Q x W J >rV1�Z Z Z J a i LLJ r 0 a - / Q a _W X W w a W Q r o U U K) \` \\ rrmm20 Op00 0 3oa�w0 �awU o Ld _ a""� U a m U o< C/) z aOwm0Of 0 w>— Q a. of(nW ZaU O G Z W L� �0C) U a V) Fa�w Z�} Clf ? (Nn off } W L� z O Q w p~ m Q a Z r U J `k. Qf z 7OLLOY Z(A m Z w Q V1 J r r. Z U yIII m Q 0 Q I U W S Y - J W w a� o U U 0�pz�ao x DM zL, F- a w H w 3 0 w S r V7 V) Z o Q U w 0 d' w U1 - a0 oo zw � Z 0 j a m V)D- W V)O L U 0 Z C� CD z�zo� Q Jaa�Z�w Q J H U N m z�0o0E= zoaXz � O��Q�w?r O :2w0 x z cn Ln Y a _jo0 O z 0T Z L� O (n w O of Q W WV) U K j o of HU 00 V) U a a CD UJ) U� wZ zzz 0 o Y We _ U V l a } S F z U L J a , > W \ p m J V) m W 0 r-) a Q r 0 o Y Z 2 w Z F- Z w m Oz Z)O 03 O ooa�S > F-r P: w > r O K J O W V) H U LLJ Ud' Z XLLJ Uflf �, W O� Q W L J U w Z 000 LLJ r0 z0 LLJVlLd o 3a �03 wW 0 a LU!� zz �of Ua �W o0 SWOwZ OLi Q�� - 0co o0a \� DV Q� U 0 In % Q� ZO of w p w U w � 20 a z O J J W r [If Q Clfa J of 0�aCDz Cl- co)? _ m of a W W U U of Q W z Of S r a C�3(na aaF m ¢m Li �� O <20 CIJ0 0 m= �m,��z " z z J Q Q 0 rm Ct LLJ Z H co U I mv) w r� W W ('") 20 V) W w W (n QrN W O O 0 0� 0 w a Q- V) F Cr V) 7 0 0 r 0 m Z 03 o w� 0 U m V) 2 Lj rwW a Z 0 c a QC�} U J 0 J o I p Z z r} o 03 a H2O wC� wrr ax J��=JLJ E_n zm0 Z(n WU0 WQJ mwp0 OO(IQZ F- Oftea. W Z W �Q >U W,(n Q'U L, V 7 V" Z_ J Q Q W� OI w > W r Z Z Q a 2 0 0 0 � _Z o a 0 w a 0 z J az UEEz V) arz ood w mDz3oa VW) Q N r O N r7 z O z0 N 0 W Z LU `J Q Q 0 cc J Z cn MQ W 2 U H U W J 0 2 5Q U V) J Y m a3 I Wr jy�yW1 WGGS 2 z O" Q J J S ¢ W ILm w MUZ O s OU 4W W d zI ad �d pd CD °w 0 z a w LL LL $9 W N g sg �} d Y! m c SIRRig a o`'p� do` R Z • j! ! � r�O4E.- � ! W a vJ a Z <Y Q I 9 Q H J Q -n3C]Gn N83.J A8 NMVtld m h� o o U T ui t> saw- o 0'2 >. w E y o y Y E a v m N Q« ~ o o z V C m a m W a m o c n n o ) E '- m w Q m E d) v = N c 3 o 0 c K a) m a v >, c o m 3 a m L a0 a o E E Y d cO �L..=YL L 2-7— m L j m E `o o f Z m o S d rn a'o a' - -Eo a v E N m'E ma c E' EY o.. m E c_ w c- rn w'u L m E a rn E w = n v m? 6060 m m N cLN a NmE'aN 32m? v rnD om m Mm L ILCL Cm ui n =O mL- m w C �� 9 Lo .m m m W t o�p•'lp0 U 0 m v a o F E? U c m= `° t a m a ELu m o 0l m n a o W h lu aL L L L y L N <U) 3�iL N m'n3 F- u, c� ��' z N M V z¢z W U-o Ci J J m m m J ¢ U W C JU 3U a a UZ a. w 'Ka aN 3a m wa �m a _Q � ao OO 00 w ¢ UN rp/JN dN 16 r _ s p _ r x O ID x> IL I wo U 5� J p N z w ~ aw O ! / lJ! w. W z. F z W I 1 r a z a A U W 'A I N h � � dN W z Fp a e � Z W W w N l R l yOJ------------- _T_ f r I pU< � f!! ,1 l�•a W 0 a z 0 F- 0 coLu 0 z Lu �a m0 z20 F z O V 0 ui In W I-" H z U w w K N W > F Q z w W F J Q z Lu to to m y Q U a GldOjAO VSII =A9 NMVHO O U C 3 E� c m �O m N O m o E 'o 0 a a m nC f0 N a t 75 a O % O E 3 E oo :o G 3 UL o a 0 E E o c 3 m a my coo. o v � E Sc aE iV sae 6.0E a C TN Na � C L m rn� E.E BE m_ L N C C 3 J N m a a E Lai > E . au E m « m a w L a a a L C~ O m O mE y�'•� `m ? a a c uai m a° m E Yc ay W y O Z h0 a H L L U'j a 02 Yat 3 HF Z CV of 4 IA C.)W O Z W O a 2 Y `m ;p pp N N N N N 2 ~ F U G m Z U) Y O O w 1.3 y rfOi v v m con Z W Q O Y y W W Z Z Y ao ao ao N N N iV G �O Q m = ~ m = y J Z O fV U F K =Zw o v a¢ a n m rn N v U m a w �a z C7 o z o ro W� Ul Q W WO 0 00 Z' ' Z' wz W Q N Mo17 �m we QO zw rca mo �a UZ 2U M Q� UO UU 1 w0 'XtlW 4L ' .PZ a a o � � Q N � LL � 1 � 1 - w I m ow 0 w � Fa m � N O A a � N G N • l O `d` r f F 1 Q 4Y' F`n n ? a m IL F w o 0 Q .0 1 g ]y 3 Z 1D O " y LLJ W LL OY 3 LL m v v v a a v w a O M JO m m v v v v v V C y o, ri)N w Z 7 U Z j 2 ,� ® •y 1 N - m - - - N - t00 - t�0 �? a IL 'u O � J J S J J W M M m n w m V w 5 LU w Iw a a r IH Iw a U - N - t7 - m - V - V�i - t0 - f0 - n W a ;z U a C = Z W I a QLLI m n rn U0°5 O u Ow0 Z Jz w YW W Um N mZ Z w U Qw K ca Ow C7 a H K L Wwz ymz re 0 p m F Z r O O itin„il .I U, r W ? I Z K m —a< NIW ��F to mf W a as ' N z z b 8 0 (5(@ ll3001l N833 :AS NMVdC] k 0w to 1� 0 �\ (T , 5 J \ ) 0 k LU co »« 1190011 _. _ __ \\/ a \ mo 2 %§lo I){ ( k � \ « \7}) 7�! � §J}m \ \\\\ l \)�\ \ � om /k)j \ �k n \� $ - §aa) ! �{ U w w w ¥ `F � UJ / Y§ � o�@wo lj��mla:l, I §;§ a ■■ z!4 ƒ + � z \ � � ■ . N N Y N N j t a s 30 O N O �p U w y L O m N m« E m 0 O C m l0 t0 U O L r X N c C; N tIl y m C m C O Ea NUm m M a E m m A O NOD a C 9 aU rn^ m m �'cL�o� rn yi ac m 2•y3mom u �E N Om UI m N C C.. 3ZrIgg rnm > UI o o m F in N> to M L Q w m 1L Z - N e z3� �Wa'2 U — aN_ _ NUN ? Q Q W ONyU LL W w$U Z/L 4 O � I W H Q �o zZ �W W nN w N :I71 L O. N Z z Oa ❑1 Ha 0 f in J o N g g N y W 0' z a e c 4 ` o IC) $ MM F = N as J o y z , J oVg c m o w> c ' L. N lw O w 'Xb'W .IBIS L L z 0 U W N 1130011 N:133 :A9 NM"Cl N N U C <eUj�v N N Na N NUyry Q Q [7 u N Uw yL O IA K=n2 c N m U 1I � 11 y IN N O 2 N N O Y C In G N a N Z L c I a > — E Is ; m g N A c� � w a _ N_ o 0 o mLLN N U U N � DN o D E N N N L p y0 J tVOY mN aN c N � I � .715.' N C O N am✓ N— N 3 ayy �.m rn`oc E a U U to'Ow y N w . � w F m N> Z N M r a FM __- --------- ;__-__--- ri p I� . lk7 C; 3Y1WN ALEONIlO3 6 8 2 U W fA a O q o r O a M z 8 a W W %2 c J o o� �; a W IL . E g db ! y f V Z O w = w o `• Q `0 M f 1130411 14i13.d:AS NMVN4 N N L N 3tmo.o w�: �Emao c aNa °ur yt`o o w�? a c c oI C Ip Ip C W $ U _ -N N x G� mmoU� °f o E v N z U o m IIIrIII r`mrI vI p!.,...ii; d> - E u c - - - �I�I�J':!'!lill..:lillll Ill�i _,,.»... _ ui a ow`o o c v a m 3 U o E 0 .� N Ilir� 1jI N U a LL z N Io _ w F K 0 I I i I I r i i i i r O W .l _S , S I~r- S , - 4 tll X A .S .S r b a O F o O g w J O Z; �QW z 8 M 121 w F 3 ZVO i 0 `a ap O i a W d ^ IV W w a a )�t N Lu O rk H p�4) �F/ `W / Q m G ¢ 3 Z 11► f H z 0 w In U K F W 2 0 N 1130011 Na33 :A9 NMVHG M r u c 22 W O 3Yma _ wru' i ~ 119 z N W N a E E v ._A�'` Ap$ coo a� Z J oto e y g 1° 0L` m Af �i �r 4� y HC7 w c Q�L f4 E vi o 'o ,, S w N °i o o U m d+ M -� w �r 9 &p�4' uz W a N a �� g Eo NZL c _ IU °� •III > o m — InIIiMIV Iftl 0 IIE:Irn'I�Ip oc a a _ W ; c �v a a o z o Iw CYmi 9 N W � N Y Y (n m U V C U Z O d19 m 0z N C L VJ O. N N l O W mE y •� y O N m� m U�7 �� y o o-mcNaa c m m % O y cc �•a�igaaNi mm 'k w ` 1 w 1� N O L !` jW- H O Z N c0 7 w No ~ z �y 00 m a f 4T� r f f aino O wmo1341S sm 7 .oZ a O 1130011 N2J33 :AS NMVNO -% §§T j\\ j z j(\ \\( � ) - 8 !(UJ )z2o /! ! ! kT 2 })§ k§\(§ z■�;|§! ■ « gL CD �■o§w x !!2m i © 0 ■ . % ,an _, :AG __ N N L N� _m U N N c m a 3 o c m E oY�mc m mo ommDa �D �a m c L L L OE EL ID a k C O � u N D O O d N -110 co E p6 N a� moFEp c lV N OI L C J 2. (0 o C - Y: if tO N ui N 0 wm may x ALL >oo a y5,q N 2; U m fn . U ,q,q�� > SN ma I cai mm `-' �� ci U� cF co E coia m c� m tm mo D �c m me m •-cmi noE `oN '3U rnN a rno EE a a 8 N An C N L 3 L N N .20 m = y 3 m o 5 c N c = � L ��i min `o E rn a .ao >t `°�� Y L m c o m c a T o m w a s i z a E ; v T•— m a V a o me 01 V N U U C t O a C U N N y m C7 E'c 0 rLm. cmi m> a> ri Z N M V uj 6 r,� z z z Q O n w z_ In K O Z a � .41f �- to i I •� I x I❑ z a � y J - J Q ¢ 0 a o Im 3 C a z n A 4V M F Q IL 0 w j a $ /• 0 ¢ s H a r w � ,BI w - w 7-1 � Z i O w B/5 U p w z N w w u N ui I— v AIL Z U m w_ > U a� w 2 Q N 0 W a N 1130CII NH3j mAB NMVMG o?- Nma ao� ol. ma a p000 Q¢m =arc o ° N Hlu � W R W Of � i'�i z �e _ M, Q 7ixOC F Z o p a e } ti H 9. x Uj o S e{Uy Z W dlu o too Z ¢ a _m CL� E m N U C O Z ma �Eo O L - H W 5 LL" N7 0 3 c o c W F- E! w m m i N DNA Q a 7 a°t� any C7 ° E m ° Z $ E E' i ,L°(v W m- m m 2'� d. ¢ t -� a Em 0 O w w F w H G U rl � i Z Z QI U 'f j J w Q WN i i1; V O N a J W Z W U Q a '. w � 0 LL NIW .Bl m L � N Q&D ca 0 � o mO 7lVVY .,Qp 5 J �a w o`o U_ L � .. Eo I � z LL n w �� L IL w a .J i E w 0=<Z zM0 e¢=oo Z rvOa ��Q •QO Qo NZV a0 x 03 Na i� r -0 ocmz az gz aw z rv�a zo n2U vQ K; w - � C ry Z� a0 v O' k zz 1UGGII NZA.4 :AB NMVda ® I ! * ! z w w w ¥ f z\ <\\ \ \ Ao §� \ a a 3 LLI k z § k § u ��a r Z. I. § i }$ § }\ LU k LU U �LI� Ka§2 2 § IL §§§§ , so D r ^ 3 &` § /U) w2 q / k0 §) 0. �\ � z� iL[ i§ _ )§ §§ kw/ iL ■L �« §© 6u \\ /zw jw \ / \� § m n n maL oc n a r ° m t m d.'` o y o 0 yL°. ch A o m 3 o m �" « rn° E o� N C m m omN�=° Ea f°c U m Nw� D— 3 T- c o cmi c w m am NN m. m m CD 00 CD 0.« o m a L g N y m m No L) P u E (O t° Q, OI :t d C m a cry m O m N '. E m 13 U 0= fA o� m° U L U C w m 0 m x �� �� E m-m T °L u.� .S? xxxx� m m�`o SUE m�oava 0E o�m eta oom � m U�Cj N a $a E 3n mo 3 cS r m N m �co N N m c =E EN O O N �$ UUa �iy E m N duo ao N w3� a m of o c O_ -m N mO1 m m O. L O .. m L m aLc ti me _ 0Z «�a5 � �ami =3cmi ccUc 36 ma ° a �=°a Nmm -6.!q F F- E'nU) t « E o 2 Z O F a NIW 0 .9 Q' F -- - w U 5 0 0 O a Z U F>EJ r w o w O w _ z w N z Z m w z h � � a 0 K O w U m U � y K a ow ow Qa O O U o 1% W p a o 4 LL N jc `N J Eo r Fo a Q W o H> m S U $ c W J Z o Z V J o �J aN�U'Y- W Zy Z - 3 0 o H 1� J 113(RIP Nb33 :AG NMb'2JG m 9 g § § * 5 § m \� §0}LLI §00LU �w ,14 N §)�; LUw §\�E a� emID R� RZD§ � \= `§) {w`R /I{� )\°} {Q =& w ,o.;o;=®r Q� )z= Q{ J ®-/ o; )) o,& o& )m &§o� w§r q a = 2[ , a mN_a ! \( w � 0 cui 0 /w k 2 1 lu o !§&� LL-1d \¥ g Z�Z��`� 19b2 , T ■o�\:�)/ f �Lu&,: j e��nix 019 <1 % 4 B § 0 a u �0 u \� �� �CL �CL � - ' 2 2 w b / ( D § k § \ - N . w LL/ �B 0 0 \�\. &w /\ 2 �� 2 § � 2 . , 3 0 2k iL �2, 22LU �§§ m± �k m LD 4, > w E m C m v m cL•-v m., m m =gym c�a m w m E v v m vo c €�m v mmr -0 � m mvr m m 0 a _ c m m a t v m O c m &D m rn� n ?�cm� �m O m-6E O — m cc F r.2 o LLQ V) X _ N k -I-j U y 0 z w w a a V f= N 5 a uj w x F J ♦Y LLJ O LU V W w2 LL or..wcrf� �w+ O O O o c f.• lf..I N Z Z 0 d u G 0 LL a C w m -to w a N O U3 W a IL J F w U mF Uw c zu.- z x. I z ow W I W u r. L 2 Zy p �Qa x'o a O 3 0 m Z m wzv°0 x ro aaz U W w LLLai , O1,.TV WOJj S31NVA 2 K W LU wO U O zz oa U m z K z U WU �U W LL U LL a K F w Ww It w z� 00 U wa W m Uj 93 W IL) a LL LL LL J a 0 0 0 [7 �a +yp.�ir Opp u� LL « a'E m LL gym a ot� 40 F 0 z W Z w. z Q OU U QwU Z O �K z a Nm W maK W7z aJ J � =U ~ G= UUOw ZF W x� L vZ mo 0 3 z w ` LL of w a m > rU � rc = p nz T O U C U as F- � W LU � LU U Z �Z 0= LLo � m0 wF <z c rc m dz O LLZ Uz¢ pOY D 000 O0 wO Z Wp Za ~ Q w H W w w¢W K a<w N 04. ¢ z zzm W -=z W �3o a lu 9 ., F w m U z 0 r z ui I w � w z 11300f1 N833 A9 WV}JO � 3 U O ¢O w � LL I „g 4 m o wp� l n r N a i s m V O op. d WT,F aka I-- pQ E3 � o Z m t 61. Z 0OL ��o= 0 o C w w ❑ N 0> Ot = o c rnZ G Z a 3 ZW � �1► 2 LLv H m z� 110 22 LU a LL W a J m F Zw U Oz �0 U W M w U z U O U LL z LL z a W W ~ 0 c � N ILpb c ~ W C Ld „di BpQ c V � Egg i'3�+�- Per •% N ~ 23 IL ~ J a� �� � 4` a m W 6� o r Is i-L fa ti :! a 02a N =LU aC LL W m a K O �W _ ..i rCL 0 -� se 03 ." ;J. ig uj uj g a z N Q o� !, £- 4 s U V U ia rc ILW R W GU O E cocc Q c�i Ll m W a z Zd l 5 LU � 7 r 1- ZpWU a s 10 FE U 5 ¢ _ of � b Y g G Zac_ a�z 0 z K ul�]�'o j on 85 rn � ��VU '• � �� �V V l y pm� Z �-Svrc m i z I"a � Ct o i C Z 4 N J A' Z • '�Z � � W WW a O O K n3wn NM3j AB wAvaa ¢ V U 2 6 m f I .Z -Rf J a m w �+ IL � a 1. 4- ra G ¢ n �U Z W O � g¢ U m m HU z z< 2 v rcr LL W O� z cefO z OOW Qa `. mQN rn mod mnz W r�- r 2-� 2 O<O .r N y wm a i r� w SNMOS 1119 :A9 NMtlNO co d 1 Y t4Z--] sL o < QRl 4 ��� x w 7i t IL06 O T[ 6 G i 3 SI d 0 SN3l139 T19 :A9 NNtltlO 1 Al •a fol ! ,2 ■ � . !� !: w § � B� _ ® ■ _ �|� n�~ Z o «�$� &� ■ � 2 � or A � § s § � | § § k,k k w § §• � � � k � � k k � k ■ k § k k � 2 �< � � � � � � ��� � k k k � ■ � � k ° || - § - � - ■ / / ( ( § § § ( k __-nia:As __ d a_ F 1 b IL w m fob z I , Z , d r M n F = F 4 r IL N b �� FY S Z � '� �(� d JjB ° lam. fn O b d p I 11�11 i I S C1 0 W o 0 o E m E m L « m N« l0 �. L Q C .. ate= 3- E�Ecm mo .t� U �° $ E c� O 0 a C m m O� 0 -fi U O•r« CL "' O N UC w N dl «t V Us O•rN `-' a m U 0 0 0 m L dj 0" CO co_10 L°'i'E m ❑� mo vn w m ocai a m m my w �� Q m ccc�p> m `m my >> ;� n❑ mmm F uy a0� 5j x mO mnL N�L > d C) O O L Y E N� mL-p j m� �� ID tnc Nv«cfn« c c «� meM,w = N� 0> U�- 6nWUm �ppL C m •C C m T U) rnm c� m m CO w u. 0 � ML �E m E a-E m E a n o'mt U L m m Ec❑ip c oNOB n `❑' y w m 0 m m l0 m an d w 6 0 g arU m m QE N N N «Qaoi �coim�`o' jn �3 a� mn aUi 6 w E w m« O r O C n eCp m E m y 0 oc � N L m aa_micd�O L O 01° 0 96 U) �o ��E un o C r �« o 42 vn ra r wp v7 Z w z ZOO �I Z « U m s F 7 'L'! C7 O ❑. � aaa a z 3N °I ¢Wr cam.+ ac7 J wLLz w�w� 04 gag w W ❑ww rz p 5� a _ z z z Ir � 3 r+ F >_n =Z V\ I w in Q a 3 z3 W ¢0 w 30 Uw x Ow O Y ; ❑ z p <°� m j U m m U z zz a ¢ s SZSz[[ w> � OY J H �3 z O p r ❑ C� wQ w c U O O Wm 0 U ww LL 2 (W!1 0 � W 114'3a R •L r ,u z O 3UVMEi wo Q U r hw Z z = z l m S � a !rt 00 m O z V ¢ m °w I �m z r a w.. w ❑f O m z z m, 3� w � Won Q W F wnz V � rmW { ov❑im O z z m, wO¢ O m 4wW O '00 U O<z U Wow m K Y ❑ww < o r om �aw z Qm0 rcmo ❑ BUY 3 =zu U w m w O,0O°� NV3219 FWmz )4) 0—. w C w LL N 3 a: r' W m Jw0 00Z Z¢❑ ¢ m N�Z m ❑ w ❑ N O Z Z N o e f--;, 4> O !• pp � Ji r a W W w 5 3v 4S W� Z N mBR � 3 {F14 ei m > + c 4�aiy C7 � = W w O —T = O ~ 5.. F Z mxx uxa3 w L V z 6 p Z LU w i H iL m ¢ W � w O w Y x < W 00 YZ 0=3 S O ¢ wo MW w Q m m S a a x to I r 2 W r w \ zNv �= O maw = x ¢❑W = ❑ rW Ww a wv�w W V p wO F Z =Q w ❑ Z J QZ g -NIA mJ w W 0 N m n ' 0 H z -:w Z zar IY 3 W W W W¢w U mm Q �N a O¢1 H x Z WIN ,SL a3 Cl) NNP 3 O L) Q 0 a Z a H N w p a 1130011 N83J :A9 NMtRJO -1 — 6� Z W K t �' �zm r, T C p� Z T owx a 0 o�e< z S IL1 r z 0 o ax3w a +� LL S w cai ET cc J g z CEi S pL■ U dux o m d t=i >t Cy. Yi _ Aof R. ddlY! Al F O = p a u ►!!/Q 1� �i$ to - lntnnnitlilii l 1in vvi v v V�ii n' nvnmss •N: \Y� i7t��l�v�nnvw. �j a K C7Q ._..... «......._.......� ...... ............... Ol 0O �idAl1 + O~ zm zz H &i wN w i3-� + c0m w a - F 4w a Q CC)OJZ W ¢O �. F N OmQ z r �y W Lio ` x J 4 Ox l GduY. if .0' Jl w �O0 O a wa or, m a SD N i3 z F LL r- SN3M39 1118 :A9 NMVd(I aa3{{ N lilt O �y' O c 1 Q w gf; �W 3 � _ _ 5; pp m G� y�+ F3dp S 4 W e p7r `[; L R6 r ` ��■ �_ R r K Cl 6 LL O fflo m cc m wa q m cam- noG. az�m rm§ oLLz �qx 0�� � ° z sW Al a o6 � Lou ao�LL G � z ri vi v H i F W 6 p w O= Cl � ao� oWiip° � 5 Z� O� yrOw =J pKF S ° r W 4j 1' � YVV1I LL °I7A y r LL'A�%im dY r O W fJ 1� • lea zm xWrxW = W lJl �f V 1 W� g HiW.a•z �� �a—.� — 1 I I °Y I ZF� A• MM �COQ J F 1Cgh P° I a rr� zLy]ug p4 UZ F ( z SK3100 TWO AeWAVW § ( 2 ._ \\ k§ \ \\ §¥ ) § !| . k � $ a . % % kk) « � ao§ {z )� e § B � 0) 2 §9 `�k` « a / |r|| |� | o I- n B $ 2 w \ k ■�§| § � ■ \ : ■ � §|�| ©MA����� z2014 w\�i !MD Im a a. (�I § k s � IL ■ % S 5 C O CO R N c T o �cc °10 ? �_ U) j U N C r J -0 C 7 P1 cu `000 mu n� u Em N °° C O) N p a V T L. O ym9 > NO o mt °u' rnmt -2 o L C o� .29 p o 3 U E 2 c 'moo cLi� wE n SNc mm 9 Q1 0G' ma a c Nr• NO �� X ; r- N C N C TN TJ C N N aL U p O ,WOEO N u m u v E'v 0,0 w e o< N � m a d F � y N 71 � d �¢ 5 � m m a m f� z N t7 V ul 16 r z 16 zX w ¢ f z f K w a uj J m a o H N 3 = O c� Z U a y O r z a � r H � w a J N 2 > 2 i > 2 v� `V w z F N z F z_o �3 q 9Z N O 0 < Q M O 3 J W Q w O i u= p grad Z=�a{� F Q 0 0 o ZN 6 W a 0 A 0 O Q i! Q N 3 �a w �p aw 3m W IL N z O �y Z� N � W =0 = O Zp "w : F =zr •'f w� w 1 'E� . • _ - O 1�.— _ gg z J 11300f1 NU3J :A9 NMtlNd ( § k \ z § j § ■LH 2B §( _ZIAO _ :As __ REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS I. General II. Nondiscrimination III. Nonsegregated Facilities IV. Davis -Bacon and Related Act Provisions V. Contract Work Hours and Safety Standards Act Provisions VI. Subletting or Assigning the Contract VII. Safety: Accident Prevention Vill. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water Pollution Control Act X. Compliance with Governmentwide Suspension and Debarment Requirements XI. Certification Regarding Use of Contract Funds for Lobbying ATTACHMENTS A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (included in Appalachian contracts only) I. GENERAL 1. Form FHWA-1273 must be physically incorporated in each construction contract funded under Title 23 (excluding emergency contracts solely intended for debris removal). The contractor (or subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services). The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower -tier subcontractor or service provider. Form FHWA-1273 must be included in all Federal -aid design - build contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services). The design -builder shall be responsible for compliance by any subcontractor, lower -tier subcontractor or service provider. Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal documents, however, the Forth FHWA-1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower -tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a construction contract). 2. Subject to the applicability criteria noted in the following sections, these contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract. FHWA-1273 -- Revised May 1, 2012 3. A breach of any of the stipulations contained in these Required Contract Provisions may be sufficient grounds for withholding of progress payments, withholding of final payment, termination of the contract, suspension / debarment or any other action determined to be appropriate by the contracting agency and FHWA. 4. Selection of Labor: During the performance of this contract, the contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal -aid highway unless it is labor performed by convicts who are on parole, supervised release, or probation. The term Federal -aid highway does not include roadways functionally classified as local roads or rural minor collectors. II. NONDISCRIMINATION The provisions of this section related to 23 CFR Part 230 are applicable to all Federal -aid construction contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR 60. 29 CFR 1625-1627, Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 60- 1.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3. Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR 60, and 29 CFR 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), and Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The following provision is adopted from 23 CFR 230, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements 1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 27) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The provisions of the Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the contracting agency and the Federal Government to ensure that it has made every good faith effort to provide equal opportunity with respect to all of its terms and conditions of employment and in their review of activities under the contract. b. The contractor will accept as its operating policy the following statement: "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre -apprenticeship, and/or on-the- job training." 2. EEO Officer: The contractor will designate and make known to the contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active EEO program and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or whc are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer. b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minorities and women. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minorities and women in the area from which the project work force would normally be derived. a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minorities and women. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority and women applicants may be referred to the contractor for employment consideration. b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, the contractor is expected to observe the provisions of that agreement to the extent that the system meets the contractor's compliance with EEO contract provisions. Where implementation of such an agreement has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Federal nondiscrimination provisions. c. The contractor will encourage its present employees to refer minorities and women as applicants for employment. Information and procedures with regard to referring such applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of their avenues of appeal. 6. Training and Promotion: a The contractor will assist in locating, qualifying, and increasing the skills of minorities and women who are applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved. b. Consistent with the contractors work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contracting agency may reserve training positions for persons who receive welfare assistance in accordance with 23 U.S.C. 140(a). c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. d. The contractor will periodically review the training and promotion potential of employees who are minorities and women and will encourage eligible employees to apply for such training and promotion. 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. Actions by the contractor, either directly or through a contractor's association acting as agent, will include the procedures set forth below: a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment. b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the contracting agency and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the contractor with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the requirements of this paragraph. In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the contracting agency. B. Reasonable Accommodation for Applicants / Employees with Disabilities: The contractor must be familiar with the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established there under. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an undue hardship. 9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment The contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract. a. The contractor shall notify all potential subcontractors and suppliers and lessors of their EEO obligations under this contract. b The contractor will use good faith efforts to ensure subcontractor compliance with their EEO obligations. 10. Assurance Required by 49 CFR 26.13(b): a. The requirements of 49 CFR Part 26 and the State DOT's U.S. DOT -approved DBE program are incorporated by reference. b. The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT -assisted contracts. Failure by the contractor to cant' out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the contracting agency deems appropriate. 11. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the contractor for all contract work and shall be available at reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA. a. The records kept by the contractor shall document the following: (1) The number and work hours of minority and non - minority group members and women employed in each work classification on the project; (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; and (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minorities and women; b. The contractors and subcontractors will submit an annual report to the contracting agency each July for the duration of the project, indicating the number of minority, women, and non -minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. The staffing data should represent the project work force on board in all or any part of the last payroll period preceding the end of July. If on-the-job training is being required by special provision, the contractor will be required to collect and report training data. The employment data should reflect the work force on board during all or any part of the last payroll period preceding the end of July. III. NONSEGREGATED FACILITIES This provision is applicable to all Federal -aid construction contracts and to all related construction subcontracts of $10,000 or more. The contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensure that its employees are not assigned to perform their services at any location, under the contractor's control, where the facilities are segregated. The term "facilities" includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees. The contractor shall provide separate or single -user restrooms and necessary dressing or sleeping areas to assure privacy between sexes. IV. DAVIS-BACON AND RELATED ACT PROVISIONS This section is applicable to all Federal -aid construction projects exceeding $2,000 and to all related subcontracts and lower -tier subcontracts (regardless of subcontract size). The requirements apply to all projects located within the right-of- way of a roadway that is functionally classified as Federal -aid highway. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. Contracting agencies may elect to apply these requirements to other projects. The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5 "Contract provisions and related matters" with minor revisions to conform to the FHWA- 1273 format and FHWA program requirements. 1. Minimum wages a. All laborers and mechanics employed or working upon the site of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph 1.d. of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph 1.b. of this section) and the Davis -Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. b.(1) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (i) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (ii) The classification is utilized in the area by the construction industry; and (III) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (2) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (3) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. The Wage and Hour Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (4) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs 1.b.(2) or 1.b.(3) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. c. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. d. If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 2. Withholding The contracting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract, or any other Federal contract with the same prime contractor, or any other federally - assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the contracting agency may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3. Payrolls and basic records a. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis - Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. b.(1) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee e.g. , the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any forth desired. Optional Forth WH-347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/esa/whdtforms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the contracting agency for transmission to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the contracting agency.. (2) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (i) That the payroll for the payroll period contains the information required to be provided under §5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under §5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete; (ii) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (3) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph 3.b.(2) of this section. (4) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. c. The contractor or subcontractor shall make the records required under paragraph 3.a. of this section available for inspection, copying, or transcription by authorized representatives of the contracting agency, the State DOT, the FHWA, or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the FHWA may, after written notice to the contractor, the contracting agency or the State DOT, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and trainees a. Apprentices (programs of the USDOL). Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary, employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the joumeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. b. Trainees (programs of the USDOL). Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the joumeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c. Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. d. Apprentices and Trainees (programs of the U.S. DOT). Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal -aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. 6. Subcontracts. The contractor or subcontractor shall insert Form FHWA-1273 in any subcontracts and also require the subcontractors to include Form FHWA-1273 in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. 7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis -Bacon and Related Act requirements. All rulings and interpretations of the Davis - Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 10. Certification of eligibility. a. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firth who has an interest in the contractor's firm is a person or firth ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). c. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT The following clauses apply to any Federal -aid construction contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards. 1. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1.) of this section, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1 ) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1.) of this section. 3. Withholding for unpaid wages and liquidated damages. The FHWA or the contacting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2.) of this section. 4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1.) through (4.) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1.) through (4.) of this section. VI. SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal -aid construction contracts on the National Highway System. 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractors own organization (23 CFR 635.116). a. The term "perform work with its own organization" refers to workers employed or leased by the prime contractor, and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or lower tier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees from an employee leasing firth meeting all relevant Federal and State regulatory requirements. Leased employees may only be included in this term if the prime contractor meets all of the following conditions: (1) the prime contractor maintains control over the supervision of the day-to-day activities of the leased employees; (2) the prime contractor remains responsible for the quality of the work of the leased employees; (3) the prime contractor retains all power to accept or exclude individual employees from work on the project; and (4) the prime contractor remains ultimately responsible for the payment of predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirements. b "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract. 2. The contract amount upon which the requirements set forth in paragraph (1) of Section VI is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the contracting agency has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. 5. The 30% self -performance requirement of paragraph (1) is not applicable to design -build contracts; however, contracting agencies may establish their own self -performance requirements. VII. SAFETY: ACCIDENT PREVENTION T h i s p r o v i s i o n i s applicable to all Federal -aid construction contracts and to all related subcontracts. 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C.3704). VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS T h i s p r o v i s i o n i s applicable to all Federal -aid construction contracts and to all related subcontracts. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal - aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, Forth FHWA-1022 shall be posted on each Federal -aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project: 18 U.S.C. 1020 reads as follows: "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, fine, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal -aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined under this title or imprisoned not more than 5 years or both." IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT This provision is applicable to all Federal -aid construction contracts and to all related subcontracts. By submission of this bid/proposal or the execution of this contract, or subcontract, as appropriate, the bidder, proposer, Federal -aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an award due to a violation of Section 508 of the Clean Water Act or Section 306 of the Clean Air Act. 2. That the contractor agrees to include or cause to be included the requirements of paragraph (1) of this Section X in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements. X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION This provision is applicable to all Federal -aid construction contracts, design -build contracts, subcontracts, lower -tier subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA approval or that is estimated to cost $25,000 or more — as defined in 2 CFR Parts 180 and 1200. 1. Instructions for Certification — First Tier Participants a. By signing and submitting this proposal, the prospective first tier participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective first tier participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. c. The certification in this clause is a material representation of fact upon which reliance was placed when the contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of default. d. The prospective first tier participant shall provide immediate written notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier Participant" refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). f. The prospective first tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. g. The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transactions," provided by the department or contracting agency, entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (httos:11www.eals.rtovl), which is compiled by the General Services Administration. i. Nothing contained in the foregoing shall be construed to require the establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of the prospective participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph (f) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. 2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion — First Tier Participants: a. The prospective first tier participant certifies to the best of its knowledge and belief, that it and its principals: (1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency; (2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification; and (4) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. b. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 2. Instructions for Certification - Lower Tier Participants (Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant' refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier Participant' refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (httos:llwww.eo1s.aov1), which is compiled by the General Services Administration. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph a of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the 10 department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion --Lower Tier Participants: 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING This provision is applicable to all Federal -aid construction contracts and to all related subcontracts which exceed $100,000 (49 CFR 20). 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. 11 ATTACHMENT A - EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS This provision is applicable to all Federal -aid projects funded under the Appalachian Regional Development Act of 1965. 1. During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done as on -site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except: a. To the extent that qualified persons regularly residing in the area are not available. b. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. c. For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that the number of nonresident persons employed under this subparagraph (1 c) shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph (4) below. 2. The contractor shall place a job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees required in each classification, (c) the date on which the participant estimates such employees will be required, and (d) any other pertinent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. If during the course of the contract work, the information submitted by the contractor in the original job order is substantially modified, the participant shall promptly notify the State Employment Service. 3. The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work required. 4. If, within one week following the placing of a job order by the contractor with the State Employment Service, the State Employment Service is unable to refer any qualified job applicants to the contractor, or less than the number requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph (1c) above. 5. The provisions of 23 CFR 633 207(e) allow the contracting agency to provide a contractual preference for the use of mineral resource materials native to the Appalachian region. 6. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on -site work. 12 5/18/2021 SAM.gov "General Decision Number: WA20210001 02/26/2021 Superseded General Decision Number: WA20200001 State: Washington Construction Type: Highway Counties: Washington Statewide. HIGHWAY (Excludes D.O.E. Hanford Site in Benton and Franklin Counties) Note: Under Executive Order (ED) 13658, an hourly minimum wage of $10.95 for calendar year 2021 applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the ED, the contractor must pay all workers in any classification listed on this wage determination at least $10.95 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2021. If this contract is covered by the ED and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the ED minimum wage rate,if it is higher than the conformed wage rate). The ED minimum wage rate will be adjusted annually. Please note that this ED applies to the above -mentioned types of contracts entered into by the federal government that are subject to the Davis -Bacon Act itself, but it does not apply to contracts subject only to the Davis -Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the ED is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/01/2021 1 01/22/2021 2 02/12/2021 3 02/26/2021 CARP0003-006 06/01/2018 SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT, LEWIS(Piledriver only), PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to Willapa Bay to the Pacific Ocean), SKAMANIA, and WAHKIAKUM Counties. Rates Fringes Carpenters: CARPENTERS ..................$ 37.64 16.83 DIVERS TENDERS ..............$ 43.73 16.83 DIVERS ......................$ 87.73 16.83 DRYWALL .....................$ 37.64 16.83 MILLWRIGHTS .................$ 38.17 16.83 PILEDRIVERS .................$ 38.71 16.83 hftps://beta.sam.gov/wage-determination[WA20210001/3 1 /39 5/18/2021 SAM.gov DEPTH PAY: 50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET 101 TO 150 FEET $1.50 PER FOOT OVER 101 FEET 151 TO 200 FEET $2.00 PER FOOT OVER 151 FEET Zone Differential (Add up Zone 1 rates): Zone 2 - $0.85 Zone 3 - 1.25 Zone 4 - 1.70 Zone 5 - 2.00 Zone 6 - 3.00 BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND VANCOUVER, (NOTE: All dispatches for Washington State Counties: Cowlitz, Wahkiakum and Pacific shall be from Longview Local #1707 and mileage shall be computed from that point.) ZONE 1: Projects located within 30 miles of the respective city hall of the above mentioned cities ZONE 2: Projects located more than 30 miles and less than 40 miles of the respective city of the above mentioned cities ZONE 3: Projects located more than 40 miles and less than 50 miles of the respective city of the above mentioned cities ZONE 4: Projects located more than 50 miles and less than 60 miles of the respective city of the above mentioned cities. ZONE 5: Projects located more than 60 miles and less than 70 miles of the respective city of the above mentioned cities ZONE 6: Projects located more than 70 miles of the respected city of the above mentioned cities ---------------------------------------------------------------- CARP0030-004 06/01/2020 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM Counties Rates Fringes CARPENTER BRIDGE CARPENTERS ........... $ 46.92 18.02 CARPENTERS ON CREOSOTE MATERIAL ....................$ 47.02 18.02 CARPENTERS ..................$ 46.92 18.02 DIVERS TENDER ...............$ 51.89 18.02 DIVERS ............... ....... $ 100.78 18.02 MILLWRIGHT AND MACHINE ERECTORS ....................$ 48.42 18.02 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING ........ $ 47.17 18.02 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: hftps://beta.sam.gov/wage-determination/WA20210001/3 2/39 5/18/2021 SAM.gov Seattle Olympia Bellingham Auburn Bremerton Anacortes Renton Shelton Yakima Aberdeen-Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside Chelan Pt. Townsend Zone Pay: 0 -25 radius miles Free 26-35 radius miles $1.00/hour 36-45 radius miles $1.15/hour 46-55 radius miles $1.35/hour Over 55 radius miles $1.55/hour (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles Free 26-45 radius miles $ .70/hour Over 45 radius miles $1.50/hour ---------------------------------------------------------------- CARP0059-002 06/01/2019 ADAMS, ASOTIN, BENTON, CHELAN (East of 120th meridian), COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT (East of 120th meridian), KITTITAS (East of 120th meridian), LINCOLN, OKANOGAN (East of 120th meridian), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, and YAKIMA (East of 120th meridian) Counties Rates Fringes CARPENTER GROUP 1— ................... $ 35.47 16.88 GROUP 2.....................$ 47.42 18.96 GROUP 3.....................$ 36.66 16.88 GROUP 4.....................$ 36.66 16.88 GROUP 5.....................$ 83.96 16.88 GROUP 6.....................$ 40.23 16.88 GROUP 7.....................$ 41.23 16.88 GROUP 8.....................$ 37.66 16.88 GROUP 9.....................$ 44.23 16.88 CARPENTER & DIVER CLASSIFICATIONS: GROUP 1: Carpenter GROUP 2: Millwright, Machine Erector GROUP 3: Piledriver - includes driving, pulling, cutting, placing collars, setting, welding, or creosote treated material, on all piling GROUP 4: Bridge, Dock, and Wharf carpenters GROUP 5: Diver Wet GROUP 6: Diver Tender, Manifold Operator, ROV Operator https://beta.sam.gov/wage-determinationMA20210001/3 3/39 5/18/2021 SAM.gov GROUP 7: Diver Standby GROUP 8: Assistant Diver Tender, ROV Tender/Technician GROUP 9: Manifold Operator -Mixed Gas ZONE PAY: ZONE 1 0-45 MILES FREE ZONE 2 45-100 $4.00/PER HOUR ZONE 3 OVER 100 MILES $6.00/PER HOUR DISPATCH POINTS: CARPENTERS/MILLWRIGHTS: PASCO (515 N Neel Street) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS/PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE.) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: MOSCOW (306 N. JACKSON) or Main Post Office of established residence of employee (Whichever is closest to the worksite). DEPTH PAY FOR DIVERS BELOW WATER SURFACE: 50-100 feet $2.00 per foot 101-150 feet $3.00 per foot 151-220 feet $4.00 per foot 221 feet and deeper $5.00 per foot PREMIUM PAY FOR DIVING IN ENCLOSURES WITH NO VERTICAL ASCENT: 0-25 feet Free 26-300 feet $1.00 per Foot SATURATION DIVING: The standby rate applies until saturation starts. The saturation diving rate applies when divers are under pressure continuously until work task and decompression are complete. the diver rate shall be paid for all saturation hours. WORK IN COMBINATION OF CLASSIFICATIONS: Employees working in any combination of classifications within the diving crew (except dive supervisor) in a shift are paid in the classification with the highest rate for that shift. HAZMAT PROJECTS: Anyone working on a HAZMAT job (task), where HAZMAT certification is required, shall be compensated at a premium, in addition to the classification working in as follows: LEVEL D + $.25 per hour - This is the lowest level of protection. No respirator is used and skin protection is https:Hbeta.sam.gov/wage-determination/WA20210001/3 4/39 5/18/2021 SAM.gov minimal. LEVEL C + $.50 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B + $.75 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical ""splash suit"". LEVEL A +$1.00 per hour - This level utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line. ---------------------------------------------------------------- CARP0770-003 06/01/2020 WEST OF 120TH MERIDIAN FOR THE FOLLOWING COUNTIES: CHELAN, DOUGLAS, GRANT, KITTITAS, OKANOGAN, and YAKIMA Rates Fringes CARPENTER CARPENTERS ON CREOSOTE MATERIAL ....................$ 47.02 18.02 CARPENTERS ..................$ 46.92 18.02 DIVERS TENDER ...............$ 51.89 18.02 DIVERS ......................$ 100.78 18.02 MILLWRIGHT AND MACHINE ERECTORS ....................$ 48.42 18.02 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING ........ $ 47.17 18.02 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Olympia Bellingham Auburn Bremerton Anacortes Renton Shelton Yakima Aberdeen-Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside Chelan Pt. Townsend Zone Pay: 0 -25 radius miles Free 26-35 radius miles $1.00/hour 36-45 radius miles $1.15/hour 46-55 radius miles $1.35/hour Over 55 radius miles $1.55/hour (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: hftps://beta.sam.gov/wage-determination/WA20210001/3 5/39 5/18/2021 SAM.gov 0 -25 radius miles Free 26-45 radius miles $ .70/hour Over 45 radius miles $1.50/hour ---------------------------------------------------------------- * ELECOO46-001 02/21/2021 CALLAM, JEFFERSON, KING AND KITSAP COUNTIES Rates Fringes CABLE SPLICER ....................$ 66.90 3%+23.66 ELECTRICIAN ......................$ 60.82 3%+23.66 ---------------------------------------------------------------- * ELECOO48-003 01/01/2021 CLARK, KLICKITAT AND SKAMANIA COUNTIES Rates Fringes CABLE SPLICER ............ ........ $ 44.22 21.50 ELECTRICIAN ......................$ 50.35 25.48 HOURLY ZONE PAY: Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Portland, The Dalles, Hood River, Tillamook, Seaside and Astoria Zone Pay: Zone 1: 31-50 miles $1.50/hour Zone 2: 51-70 miles $3.50/hour Zone 3: 71-90 miles $5.50/hour Zone 4: Beyond 90 miles $9.00/hour *These are not miles driven. Zones are based on Delorrne Street Atlas USA 2006 plus. ---------------------------------------------------------------- ELECOO48-029 01/01/2021 COWLITZ AND WAHKIAKUM COUNTY Rates Fringes CABLE SPLICER ....................$ 44.22 21.50 ELECTRICIAN ...................... $ 50.35 25.48 ---------------------------------------------------------------- ELECOO73-001 07/01/2020 ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN COUNTIES Rates Fringes CABLE SPLICER ....................$ 34.10 16.68 ELECTRICIAN ......................$ 37.65 19.68 ---------------------------------------------------------------- ELECOO76-002 08/31/2020 GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON hftps://beta.sam.gov/wage-determination/WA20210001/3 6/39 5/1812021 SAM.gov COUNTIES Rates Fringes CABLE SPLICER.. ..................$ 53.15 23.81 ELECTRICIAN ......................$ 48.32 23.67 ELEC0112-005 06/01/2020 ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA, YAKIMA COUNTIES Rates Fringes CABLE SPLICER ....................$ 50.45 22.27 ELECTRICIAN ......................$ 48.05 22.12 ---------------------------------------------------------------- ELEC0191-003 06/01/2020 ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES Rates Fringes CABLE SPLICER ....................$ 44.23 17.73 ELECTRICIAN ......................$ 47.95 26.16 ---------------------------------------------------------------- ELEC0191-004 06/01/2018 CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES Rates Fringes CABLE SPLICER ....................$ 40.82 17.63 ELECTRICIAN ......................$ 42.45 21.34 ---------------------------------------------------------------- ENGI0302-003 06/01/2020 CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN), SAN JUNA, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE 120TH MERIDIAN) COUNTIES Zone 1 (0-25 radius miles): Rates Fringes POWER EQUIPMENT OPERATOR Group 1A...................$ 48.41 22.47 Group 1AA..................$ 49.13 22.47 Group 1AAA.................$ 49.83 22.47 Group 1.....................$ 47.70 22.47 Group 2......4..............$ 47.08 22.47 Group 3.....................$ 46.55 22.47 Group 4..................... $ 43.54 22.47 Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) - $1.00 Zone 3 (Over 45 radius miles) - $1.30 https://beta.sam.gov/wage-determination/WA20210001/3 7/39 5/18/2021 SAM.gov BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1AAA - Cranes -over 300 tons, or 300 ft of boom (including jib with attachments) GROUP 1AA - Cranes 200 to 300 tons, or 250 ft of boom (including jib with attachments); Tower crane over 175 ft in height, base to boom GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders -overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off -road equipment 45 yards and over; Loader- overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9, HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers -self propelled 45 yards and over; Slipform pavers; Transporters, all truck or track type GROUP 2 - Barrier machine (zipper); Batch Plant Operaor- Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane -overhead, bridge type-20 tons through 44 tons; Chipper; Concrete Pump -truck mount with boom attachment; Crusher; Deck Engineer/Deck Winches (power); Drilling machine; Excavator, shovel, backhoe-3yards and under; Finishing Machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Horizontal/directional drill operator; Loaders -overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics -all; Mixers -asphalt plant; Motor patrol graders -finishing; Piledriver (other than crane mount); Roto-mill,roto-grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self propelled, hard tail end dump, articulating off -road equipment -under 45 yards; Subgrade trimmer; Tractors, backhoes-over 75 hp; Transfer material service machine -shuttle buggy, blaw knox-roadtec; Truck crane oiler/driver-100 tons and over; Truck Mount portable conveyor; Yo Yo Pay dozer GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments; A -frame crane over 10 tons; Drill oilers -auger type, truck or crane mount; Dozers-D-9 and under; Forklift-3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside hoists -(elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loader -elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pumps -concrete; Roller, plant mix or multi -lift materials; Saws -concrete; Scrpers-concrete and carry -all; Service engineer -equipment; Trenching machines; Truck Crane Oiler/Driver under 100 tons; Tractors, backhoe 75 hp and under hftps:Hbeta.sam.gov/wage-determination/WA20210001/3 8/39 5/1812021 SAM.gov GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete finish mahine-laser screed; Cranes -A frame-10 tons and under; Elevator and Manlift-permanent or shaft type; Gradechecker, Stakehop; Forklifts under 3000 lbs. with attachments; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger, mechanical; Power plant; Pumps, water; Rigger and Bellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing H-2 Class ""C"" Suit - Base wage rate plus $ .25 per hour. H-3 Class ""B"" Suit - Base wage rate plus $ .50 per hour. H-4 Class ""A"" Suit - Base wage rate plus $ .75 per hour. ---------------------------------------------------------------- ENGI0370-002 07/01/2019 ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN), COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES ZONE 1: Rates Fringes POWER EQUIPMENT OPERATOR GROUP 1.....................$ 28.46 17.25 GROUP 2.....................$ 28.78 17.25 GROUP 3.....................$ 29.39 17.25 GROUP 4.....................$ 29.55 17.25 GROUP 5.....................$ 29.71 17.25 GROUP 6.....................$ 29.99 17.25 GROUP 7.....................$ 30.26 17.25 GROUP 8.....................$ 31.36 17.25 ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 - $2.00 Zone 1: Within 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho Zone 2: Outside 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors (under 2000 CFM, gas, diesel, or electric power); Deck https://beta.sam.gov/wage-determinationfWA20210001/3 9/39 5/18/2021 SAM.gov Hand; Fireman & Heater Tender; Hydro -seeder, Mulcher, Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine; Pumpman; Rollers, all types on subgrade, including seal and chip coatings (farm type, Case, John Deere & similar, or Compacting Vibrator), except when pulled by Dozer with operable blade; Welding Machine; Crane Oiler -Driver (CLD required) & Cable Tender, Mucking Machine GROUP 2: A -frame Truck (single drum); Assistant Refrigeration Plant (under 1000 ton); Assistant Plant Operator, Fireman or Pugmixer (asphalt); Bagley or Stationary Scraper; Belt Finishing Machine; Blower Operator (cement); Cement Hog; Compressor (2000 CFM or over, 2 or more, gas diesel or electric power); Concrete Saw (multiple cut); Distributor Leverman; Ditch Witch or similar; Elevator Hoisting Materials; Dope Pots (power agitated); Fork Lift or Lumber Stacker, hydra -lift & similar; Gin Trucks (pipeline); Hoist, single drum; Loaders (bucket elevators and conveyors); Longitudinal Float; Mixer (portable -concrete); Pavement Breaker, Hydra -Hammer & similar; Power Broom; Railroad Ballast Regulation Operator (self-propelled); Railroad Power Tamper Operator (self-propelled); Railroad Tamper Jack Operator (self-propelled; Spray Curing Machine (concrete); Spreader Box (self-propelled); Straddle Buggy (Ross & similar on construction job only); Tractor (Farm type R/T with attachment, except Backhoe); Tugger Operator GROUP 3: A -frame Truck (2 or more drums); Assistant Refrigeration Plant & Chiller Operator (over 1000 ton); Backfillers (Cleveland & similar); Batch Plant & Wet Mix Operator, single unit (concrete); Belt -Crete Conveyors with power pack or similar; Belt Loader (Kocal or similar); Bending Machine; Bob Cat (Skid Steer); Boring Machine (earth); Boring Machine (rock under 8 inch bit) (Quarry Master, Joy or similar); Bump Cutter (Wayne, Saginau or similar); Canal Lining Machine (concrete); Chipper (without crane); Cleaning & Doping Machine (pipeline); Deck Engineer; Elevating Belt -type Loader (Euclid, Barber Green & similar); Elevating Grader -type Loader (Dumor, Adams or similar); Generator Plant Engineers (diesel or electric); Gunnite Combination Mixer & Compressor; Locomotive Engineer; Mixermobile; Mucking Machine; Posthole Auger or Punch; Pump (grout or jet); Soil Stabilizer (P & H or similar); Spreader Machine; Dozer/Tractor (up to D-6 or equivalent) and Traxcavator; Traverse Finish Machine; Turnhead Operator GROUP 4: Concrete Pumps (squeeze-crete, flow-crete, pump- crete, Whitman & similar); Curb Extruder (asphalt or concrete); Drills (churn, core, calyx or diamond); Equipment Serviceman; Greaser & Oiler; Hoist (2 or more drums or Tower Hoist); Loaders (overhead & front-end, under 4 yds. R/T); Refrigeration Plant Engineer (under 1000 ton); Rubber -tired Skidders (R/T with or without attachments); Surface Heater & Plant Machine; Trenching Machines (under 7 ft. depth capacity); Turnhead (with re -screening); Vacuum Drill (reverse circulation drill under 8 inch bit) GROUP 5: Backhoe (under 45,000 gw); Backhoe & Hoe Ram (under 3/4 yd.); Carrydeck & Boom Truck (under 25 tons); Cranes (25 tons & under), all attachments including clamshell, dragline; Derricks & Stifflegs (under 65 tons); Drilling Equipment(8 inch bit & over) (Robbins, reverse circulation & similar); Hoe Ram; Piledriving Engineers; Paving (dual drum); Railroad Track Liner Operaotr (self-propelled); hftps:Hbeta.sam.gov/wage-determination/WA20210001/3 10/39 5/18/2021 SAM.gov Refrigeration Plant Engineer (1000 tons & over); Signalman (Whirleys, Highline Hammerheads or similar); Grade Checker GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches & Trimmers)(Autograde, ABC, R.A. Hansen & similar on grade wire); Backhoe (45,000 gw and over to 110,000 gw); Backhoes & Hoe Ram (3/4 yd. to 3 yd.); Batch Plant (over 4 units); Batch & Wet Mix Operator (multiple units, 2 & incl. 4); Blade Operator (motor patrol & attachments); Cable Controller (dispatcher); Compactor (self-propelled with blade); Concrete Pump Boom Truck; Concrete Slip Form Paver; Cranes (over 25 tons, to and including 45 tons), all attachments including clamshell, dragline; Crusher, Grizzle & Screening Plant Operator; Dozer, 834 R/T & similar; Drill Doctor; Loader Operator (front-end & overhead, 4 yds. incl. 8 yds.); Multiple Dozer Units with single blade; Paving Machine (asphalt and concrete); Quad -Track or similar equipment; Rollerman (finishing asphalt pavement); Roto Mill (pavement grinder); Scrapers, all, rubber -tired; Screed Operator; Shovel(under 3 yds.); Trenching Machines (7 ft. depth & over); Tug Boat Operator Vactor guzzler, super sucker; Lime Batch Tank Operator (REcycle Train); Lime Brain Operator (Recycle Train); Mobile Crusher Operator (Recycle Train) GROUP 7: Backhoe (over 110,000 gw); Backhoes & Hoe Ram (3 yds & over); Blade (finish & bluetop) Automatic, CMI, ABC, Finish Athey & Huber & similar when used as automatic; Cableway Operators; Concrete Cleaning/Decontamination machine operator; Cranes (over 45 tons to but not including 85 tons), all attachments including clamshell and dragine; Derricks & Stiffleys (65 tons & over); Elevating Belt (Holland type); Heavy equipment robotics operator; Loader (360 degrees revolving Koehring Scooper or similar); Loaders (overhead & front-end, over 8 yds. to 10 yds.); Rubber -tired Scrapers (multiple engine with three or more scrapers); Shovels (3 yds. & over); Whirleys & Hammerheads, ALL. H.D. Mechanic; H.D. Welder; Hydraulic Platform Trailers (Goldhofer, Shaurerly andSimilar); Ultra High Pressure Wateriet Cutting Tool System Operator (30,000 psi); Vacuum Blasting Machine Operator GROUP 8: Cranes (85 tons and over, and all climbing, overhead,rail and tower), all attachments including clamshell, dragline; Loaders (overhead and front-end, 10 yards and over); Helicopter Pilot BOOM PAY: (All Cranes, Including Tower) 180 ft to 250 ft $ .50 over scale Over 250 ft $ .80 over scale NOTE: In computing the length of the boom on Tower Cranes, they shall be measured from the base of the Tower to the point of the boom. HAZMAT: Anyone working on HAZMAT jobs, working with supplied air shall receive $1.00 an hour above classification. ENGI0612-001 06/01/2020 PIERCE County https://beta.sam.gov/wage-determination/WA20210001/3 11/39 5/18/2021 SAM.gov ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. Zone 1 (0-25 radius miles): Rates Fringes POWER EQUIPMENT OPERATOR GROUP 1A...................$ 49.50 22.47 GROUP 1AA..................$ 50.22 22.47 GROUP 1AAA.................$ 50.94 22.47 GROUP 1.....................$ 48.77 22.47 GROUP 2.....................$ 48.15 22.47 GROUP 3........... .......... $ 47.60 22.47 GROUP 4.....................$ 44.55 22.47 Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) _ $1.00 Zone 3 (Over 45 radius miles) - $1.30 BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1 AAA - Cranes -over 300 tons or 300 ft of boom (including jib with attachments) GROUP 1AA - Cranes- 200 tonsto 300 tons, or 250 ft of boom (including jib with attachments; Tower crane over 175 ft in height, bas to boom GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders -overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off -road equipment 45 yards and over; Loader- overhead, 6 yards to, but not including, 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9 HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers - self -propelled 45 yards and over; Slipform pavers; Transporters, all track or truck type GROUP 2 - Barrier machine (zipper); Batch Plant Operator - concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane -Overhead, bridge type, 20 tons through 44 tons; Chipper; Concrete pump -truck mount with boom attachment; Crusher; Deck engineer/deck winches (power); Drilling machine; Excavator, shovel, backhoe-3 yards and under; Finishing machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Loaders, overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics- all; Mixers, asphalt plant; Motor patrol graders, finishing; Piledriver (other than crane mount); Roto-mill, roto- grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self- propelled, hard tail end dump, articulating https:Hbeta.sam.gov/wage-determinationMA20210001/3 12/39 5/18/2021 SAM.gov off -road equipment- under 45 yards; Subgrader trimmer; Tractors, backhoe over 75 hp; Transfer material service machine -shuttle buggy, Blaw Knox- Roadtec; Truck Crane oiler/driver-100 tons and over; Truck Mount Portable Conveyor; Yo Yo pay GROUP 3 - Conveyors; Cranes through 19 tons with attachments; Crane -A -frame over 10 tons; Drill oilers -auger type, truck or crane mount; Dozer-D-9 and under; Forklift-3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside Hoists -(elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loaders -elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pump -Concrete; Roller, plant mix or multi-lfit materials; Saws -concrete; Scrapers, concrete and carry all; Service engineers -equipment; Trenching machines; Truck crane oiler/driver under 100 tons; Tractors, backhoe under 75 hp GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete Finish Machine -laser screed; Cranes A -frame 10 tons and under; Elevator and manlift (permanent and shaft type); Forklifts -under 3000 lbs. with attachments; Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger -mechanical; Power plant; Pumps -water; Rigger and Bellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator FOOTNOTE A- Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing, Class ""D"" Suit - Base wage rate plus $ .50 per hour. H-2 Class ""C"" Suit - Base wage rate plus $1.00 per hour. H-3 Class ""B"" Suit - Base wage rate plus $1.50 per hour. H-4 Class ""A"" Suit - Base wage rate plus $2.00 per hour. ENGI0612-012 06/01/2020 LEWIS, PACIFIC (portion lying north of a parallel line extending west from the northern boundary of Wahkaikum County to the sea) AND THURSTON COUNTIES https://beta.sam.gov/wage-determinationfWA20210001/3 13/39 5/18/2021 SAM.gov ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. Zone 1 (0-25 radius miles): Rates Fringes POWER EQUIPMENT OPERATOR GROUP 1A...................$ 48.41 22.47 GROUP 1AA..................$ 49.13 22.47 GROUP 1AAA.................$ 49.83 22.47 GROUP 1.....................$ 47.70 22.47 GROUP 2.....................$ 47.08 22.47 GROUP 3.....................$ 46.55 22.47 GROUP 4.....................$ 43.54 22.47 Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) _ $1.00 Zone 3 (Over 45 radius miles) - $1.30 BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1 AAA - Cranes -over 300 tons or 300 ft of boom (including jib with attachments) GROUP 1AA - Cranes- 200 tonsto 300 tons, or 250 ft of boom (including jib with attachments; Tower crane over 175 ft in height, bas to boom GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders -overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off -road equipment 45 yards and over; Loader- overhead, 6 yards to, but not including, 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9 HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers - self -propelled 45 yards and over; Slipform pavers; Transporters, all track or truck type GROUP 2 - Barrier machine (zipper); Batch Plant Operator - concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane -Overhead, bridge type, 20 tons through 44 tons; Chipper; Concrete pump -truck mount with boom attachment; Crusher; Deck engineer/deck winches (power); Drilling machine; Excavator, shovel, backhoe-3 yards and under; Finishing machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Loaders, overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics- all; Mixers, asphalt plant; Motor patrol graders, finishing; Piledriver (other than crane mount); Roto-mill, roto- grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self- propelled, hard tail end dump, articulating https://beta.sam.gov/wage-determinationMA20210001/3 14/39 5/18/2021 SAM.gov off -road equipment- under 45 yards; Subgrader trimmer; Tractors, backhoe over 75 hp; Transfer material service machine -shuttle buggy, Blaw Knox- Roadtec; Truck Crane oiler/driver-100 tons and over; Truck Mount Portable Conveyor; Yo Yo pay GROUP 3 - Conveyors; Cranes through 19 tons with attachments; Crane -A -frame over 10 tons; Drill oilers -auger type, truck or crane mount; Dozer-D-9 and under; Forklift-3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside Hoists -(elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loaders -elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pump -Concrete; Roller, plant mix or multi-lfit materials; Saws -concrete; Scrapers, concrete and carry all; Service engineers -equipment; Trenching machines; Truck crane oiler/driver under 100 tons; Tractors, backhoe under 75 hp GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete Finish Machine -laser screed; Cranes A -frame 10 tons and under; Elevator and manlift (permanent and shaft type); Forklifts -under 3000 lbs. with attachments; Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger -mechanical; Power plant; Pumps -water; Rigger and Bellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator FOOTNOTE A- Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage outfitted with wage rate plus H-2 Class ""C"" H-3 Class ""B"" H-4 Class ""A"" rate when on a hazardous waste site when not protective clothing, Class ""D"" Suit - Base $ .50 per hour. Suit - Base wage Suit - Base wage Suit - Base wage rate plus $1.00 per hour. rate plus $1.50 per hour. rate plus $2.00 per hour. ---------------------------------------------------------------- ENGI0701-002 01/01/2018 CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES POWER RQUIPMENT OPERATORS: ZONE 1 https://beta.sam.gov/wage-determination[WA20210001/3 15/39 5/18/2021 SAM.gov Rates Fringes POWER EQUIPMENT OPERATOR GROUP 1.....................$ 41.65 14.35 GROUP 1A....................$ 43.73 14.35 GROUP 1B....................$ 45.82 14.35 GROUP 2.....................$ 39.74 14.35 GROUP 3.....................$ 38.59 14.35 GROUP 4.....................$ 37.51 14.35 GROUP 5.....................$ 36.27 14.35 GROUP 6.....................$ 33.05 14.35 Zone Differential (add to Zone 1 rates): Zone 2 - $3.00 Zone 3 - $6.00 For the following metropolitan counties: MULTNOMAH; CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA; CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS INDICATED: All jobs or projects located in Multnomah, Clackamas and Marion Counties, West of the western boundary of Mt. Hood National Forest and West of Mile Post 30 on Interstate 84 and West of Mile Post 30 on State Highway 26 and West of Mile Post 30 on Highway 22 and all jobs or projects located in Yamhill County, Washington County and Columbia County and all jobs or porjects located in Clark & Cowlitz County, Washington except that portion of Cowlitz County in the Mt. St. Helens ""Blast Zone"" shall receive Zone I pay for all classifications. All jobs or projects located in the area outside the identified boundary above, but less than 50 miles from the Portland City Hall shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the Portland City Hall, but outside the identified border above, shall receive Zone III pay for all classifications. For the following cities: ALBANY; BEND; COOS BAY; EUGENE; GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG All jobs or projects located within 30 miles of the respective city hall of the above mentioned cities shall receive Zone I pay for all classifications. All jobs or projects located more than 30 miles and less than 50 miles from the respective city hall of the above mentioned cities shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the respective city hall of the above mentioned cities shall receive Zone III pay for all classifications. POWER EQUIPMENT OPERATORS CLASSIFICATIONS Group 1 Concrete Batch Plan and or Wet mix three (3) units or more; Crane, Floating one hundred and fifty (150) ton but less than two hundred and fifty (250) ton; Crane, two hundred hftps://beta.sam.gov/wage-determination[WA20210001/3 16/39 5/18/2021 SAM.gov (200) ton through two hundred ninety nine (299) ton with two hundred foot (200') boom or less (including jib, inserts and/or attachments); Crane, ninety (90) ton through one hundred ninety nine (199) ton with over two hundred (200') boom Including jib, inserts and/or attachments); Crane, Tower Crane with one hundred seventy five foot (175') tower or less and with less than two hundred foot (200') jib; Crane, Whirley ninety (90) ton and over; Helicopter when used in erecting work Group 1A Crane, floating two hundred fifty (250) ton and over; Crane, two hundred (200) ton through two hundred ninety nine (299) ton, with over two hundred foot (200') boom (including jib, inserts and/or attachments); Crane, three hundred (300) ton through three hundred ninety nine (399) ton; Crane, Tower Crane with over one hundred seventy five foot (175') tower or over two hundred foot (200') jib; Crane, tower Crane on rail system or 2nd tower or more in work radius Group 1B Crane, three hundred (300) ton through three hundred ninety nine (399) ton, with over two hundred foot (200') boom (including jib, inserts and/or attachments); Floating crane, three hundred fifty (350) ton and over; Crane, four hundred (400) ton and over Group 2 Asphalt Plant (any type); Asphalt Roto-Mill, pavement profiler eight foot (8') lateral cut and over; Auto Grader or ""Trimmer""; Blade, Robotic; Bulldozer, Robotic Equipment (any type); Bulldozer, over one hundred twenty thousand (120,000) lbs. and above; Concrete Batch Plant and/or Wet Mix one (1) and two (2) drum; Concrete Diamond Head Profiler; Canal Trimmer; Concrete, Automatic Slip Form Paver (Assistant to the Operator required); Crane, Boom Truck fifty (50) ton and with over one hundred fifty foot (150') boom and over; Crane, Floating (derrick barge) thirty (30) ton but less than one hundred fifty (150) ton; Crane, Cableway twenty-five (25) ton and over; Crane, Floating Clamshell three (3) cu. Yds. And over; Crane, ninety (90) ton through one hundred ninety nine (199) ton up to and including two hundred foot (200') of boom (including jib inserts and/or attachments); Crane, fifty (50) ton through eighty nine (89) ton with over one hundred fifty foot (150') boom (including jib inserts and/or attachments); Crane, Whirley under ninety (90) ton; Crusher Plant; Excavator over one hundred thirty thousand (130,000) lbs.; Loader one hundred twenty thousand (120,000) lbs. and above; Remote Controlled Earth Moving Equipment; Shovel, Dragline, Clamshell, five (5) cu. Yds. And over; Underwater Equipment remote or otherwise, when used in construction work; Wheel Excavator any size Group 3 Bulldozer, over seventy thousand (70,000) lbs. up to and including one hundred twenty thousand (120,000) lbs.; Crane, Boom Truck fifty (50) ton and over with less than one hundred fifty foot (150') boom; Crane, fifty (50) ton through eighty nine (89) ton with one hundred fifty foot (150') boom or less (including jib inserts and/or attachments); Crane, Shovel, Dragline or Clamshell three (3) cu. yds. but less than five (5) cu. Yds.; Excavator https:Hbeta.sam.gov/wage-determinationfWA20210001/3 17/39 5/18/2021 SAM.gov over eighty thousand (80,000) lbs. through one hundred thirty thousand (130,000) lbs.; Loader sixty thousand (60,000) lbs. and less than one hundred twenty thousand (120,000) lbs. Group 4 Asphalt, Screed; Asphalt Paver; Asphalt Roto-Mill, pavement profiler, under eight foot (8') lateral cut; Asphalt, Material Transfer Vehicle Operator; Back Filling Machine; Backhoe, Robotic, track and wheel type up to and including twenty thousand (20,000) lbs. with any attachments; Blade (any type); Boatman; Boring Machine; Bulldozer over twenty thousand (20,000) lbs. and more than one hundred (100) horse up to seventy thousand (70,000) lbs.; Cable -Plow (any type); Cableway up to twenty five (25) ton; Cat Drill (John Henry); Chippers; Compactor, multi -engine; Compactor, Robotic; Compactor with blade self-propelled; Concrete, Breaker; Concrete, Grout Plant; Concrete, Mixer Mobile; Concrete, Paving Road Mixer; Concrete, Reinforced Tank Banding Machine; Crane, Boom Truck twenty (20) ton and under fifty (50) ton; Crane, Bridge Locomotive, Gantry and Overhead; Crane, Carry Deck; Crane, Chicago Boom and similar types; Crane, Derrick Operator, under one hundred (100) ton; Crane, Floating Clamshell, Dragline, etc. Operator, under three (3) cu. yds. Or less than thirty (30) ton; Crane, under fifty (50) ton; Crane, Quick Tower under one hundred foot (100') in height and less than one hundred fifty foot (150') jib (on rail included); Diesel -Electric Engineer (Plant or Floating); Directional Drill over twenty thousand (20,000) lbs. pullback; Drill Cat Operator; Drill Doctor and/or Bit Grinder; Driller, Percussion, Diamond, Core, Cable, Rotary and similar type; Excavator Operator over twenty thousand (20,000) lbs. through eighty thousand (80,000) lbs.; Generator Operator; Grade -all; Guardrail Machines, i.e. punch, auger, etc.; Hammer Operator (Piledriver); Hoist, stiff leg, guy derrick or similar type, fifty (50) ton and over; Hoist, two (2) drums or more; Hydro Axe (loader mounted or similar type); Jack Operator, Elevating Barges, Barge Operator, self -unloading; Loader Operator, front end and overhead, twenty five thousand (25,000) lbs. and less than sixty thousand (60,000) lbs.; Log Skidders; Piledriver Operator (not crane type); Pipe, Bending, Cleaning, Doping and Wrapping Machines; Rail, Ballast Tamper Multi -Purpose; Rubber -tired Dozers and Pushers; Scraper, all types; Side -Boom; Skip Loader, Drag Box; Strump Grinder (loader mounted or similar type); Surface Heater and Planer; Tractor, rubber -tired, over fifty (50) HP Flywheel; Trenching Machine three foot (3') depth and deeper; Tub Grinder (used for wood debris); Tunnel Boring Machine Mechanic; Tunnel, Mucking Machine; Ultra High Pressure Water Jet Cutting Tool System Operator; Vacuum Blasting Machine Operator; Water pulls, Water wagons Group 5 Asphalt, Extrusion Machine; Asphalt, Roller (any asphalt mix); Asphalt, Roto-Mill pavement profiler ground man; Bulldozer, twenty thousand (20,000) lbs. or less, or one hundred (100) horse or less; Cement Pump; Chip Spreading Machine; Churn Drill and Earth Boring Machine; Compactor, self-propelled without blade; Compressor, (any power) one thousand two hundred fifty (1,250) cu. ft. and over, total capacity; Concrete, Batch Plant Quality control; Concrete, Combination Mixer and compressor operator, gunite work; hftps:Hbeta.sam.gov/wage-determination/WA20210001/3 18/39 5/18/2021 SAM.gov Concrete, Curb Machine, Mechanical Berm, Curb and/or Curb and Gutter; Concrete, Finishing Machine; Concrete, Grouting Machine; Concrete, Internal Full Slab Vibrator Operator; Concrete, Joint Machine; Concrete, Mixer single drum, any capacity; Concrete, Paving Machine eight foot (8') or less; Concrete, Planer; Concrete, Pump; Concrete, Pump Truck; Concrete, Pumperete Operator (any type); Concrete, Slip Form Pumps, power driven hydraulic lifting device for concrete forms; Conveyored Material Hauler; Crane, Boom Truck under twenty (20) tons; Crane, Boom Type lifting device, five (5) ton capacity or less; Drill, Directional type less than twenty thousand (20,000) lbs. pullback; Fork Lift, over ten (10) ton or Robotic; Helicopter Hoist; Hoist Operator, single drum; Hydraulic Backhoe track type up to and including twenty thousand (20,000) lbs.; Hydraulic Backhoe wheel type (any make); Laser Screed; Loaders, rubber -tired type, less than twenty five thousand (25,000) lbs.; Pavement Grinder and/or Grooving Machine (riding type); Pipe, cast in place Pipe Laying Machine; Pulva-Mixer or similar types; Pump Operator, more than five (5) pumps (any size); Rail, Ballast Compactor, Regulator, or Tamper machines; Service Oiler (Greaser); Sweeper Self -Propelled; Tractor, Rubber -Tired, fifty (50) HP flywheel and under; Trenching Machine Operator, maximum digging capacity three foot (3') depth; Tunnel, Locomotive, Dinkey; Tunnel, Power Jumbo setting slip forms, etc. Group 6 Asphalt, Pugmill (any type); Asphalt, Raker; Asphalt, Truck Mounted Asphalt Spreader, with Screed; Auger Oiler; Boatman; Bobcat, skid steed (less than one (1) yard); Broom, self-propelled; Compressor Operator (any power) under 1,250 cu. ft. total capacity; Concrete Curing Machine (riding type); Concrete Saw; Conveyor Operator or Assistant; Crane, Tugger; Crusher Feederman; Crusher Oiler; Deckhand; Drill, Directional Locator; Fork Lift; Grade Checker; Guardrail Punch Oiler; Hydrographic Seeder Machine, straw, pulp or seed; Hydrostatic Pump Operator; Mixer Box (CTB, dry batch, etc.); Oiler; Plant Oiler; Pump (any power); Rail, Brakeman, Switchman, Motorman; Rail, Tamping Machine, mechanical, self-propelled; Rigger; Roller grading (not asphalt); Truck, Crane Oiler -Driver IRON0014-005 07/01/2020 ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE, STEVENS, WALLA WALLA AND WHITMAN COUNTIES Rates Fringes IRONWORKER .......................$ 34.59 30.10 ---------------------------------------------------------------- IRON0029-002 07/01/2020 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM COUNTIES Rates Fringes IRONWORKER .......................$ 39.10 29.75 https://beta.sam.gov/wage-determination/WA20210001/3 19/39 5/18/2021 SAM.gov ---------------------------------------------------------------- IRON0086-002 07/01/2020 YAKIMA, KITTITAS AND CHELAN COUNTIES Rates Fringes IRONWORKER .......................$ 34.59 30.10 ---------------------------------------------------------------- IRON0086-004 07/01/2020 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES Rates Fringes IRONWORKER .......................$ 43.95 31.00 ---------------------------------------------------------------- LAB00238-004 06/01/2020 PASCO AREA: ADAMS, BENTON, COLUMBIA,DOUGLAS (East of 120th Meridian), FERRY, FRANKLIN, GRANT, OKANOGAN, WALLA WALLA SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS & WHITMAN COUNTIES Rates Fringes LABORER (PASCO) GROUP 1.....................$ 26.69 13.65 GROUP 2.....................$ 28.79 13.65 GROUP 3.....................$ 29.06 13.65 GROUP 4.....................$ 29.33 13.65 GROUP 5.....................$ 29.61 13.65 LABORER (SPOKANE) GROUP 1.....................$ 26.69 13.65 GROUP 2.....................$ 28.79 13.65 GROUP 3.....................$ 29.06 13.65 GROUP 4............ ......... $ 29.33 13.65 GROUP 5..................... $ 29.61 13.65 Zone Differential (Add to Zone 1 rate): $2.00 BASE POINTS: Spokane, Pasco, Lewiston Zone 1: 0-45 radius miles from the main post office. . Zone 2: 45 radius miles and over from the main post office. LABORERS CLASSIFICATIONS GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic Control Maintenance Laborer (to include erection and maintenance of barricades, signs and relief of flagperson); Window Washer/Cleaner (detail cleanup, such as, but not limited to cleaning floors, ceilings, walls, windows, etc. prior to final acceptance by the owner) GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder; Carpenter Tender; Cement Handler; Clean-up Laborer; Concrete Crewman (to include stripping of forms, hand operating jacks on slip form construction, application of concrete curing compounds, pumperete machine, signaling, https://beta.sam.gov/wage-determinationfWA20210001/3 20/39 5/18/2021 SAM.gov handling the nozzle of squeezcrete or similar machine,6 inches and smaller); Confined Space Attendant; Concrete Signalman; Crusher Feeder; Demolition (to include clean-up, burning, loading, wrecking and salvage of all material); Dumpman; Fence Erector; Firewatch; Form Cleaning Machine Feeder, Stacker; General Laborer; Grout Machine Header Tender; Guard Rail (to include guard rails, guide and reference posts, sign posts, and right-of-way markers); Hazardous Waste Worker, Level D (no respirator is used and skin protection is minimal); Miner, Class ""A"" (to include all bull gang, concrete crewman, dumpman and pumperete crewman, including distributing pipe, assembly & dismantle, and nipper); Nipper; Riprap Man; Sandblast Tailhoseman; Scaffold Erector (wood or steel); Stake Jumper; Structural Mover (to include separating foundation, preparation, cribbing, shoring, jacking and unloading of structures); Tailhoseman (water nozzle); Timber Bucker and Faller (by hand); Track Laborer (RR); Truck Loader; Well -Point Man; All Other Work Classifications Not Specially Listed Shall Be Classified As General Laborer GROUP 3: Asphalt Roller, walking; Cement Finisher Tender; Concrete Saw, walking; Demolition Torch; Dope Pot Firemen, non -mechanical; Driller Tender (when required to move and position machine); Form Setter, Paving; Grade Checker using level; Hazardous Waste Worker, Level C (uses a chemical ""splash suit"" and air purifying respirator); Jackhammer Operator; Miner, Class ""B"" (to include brakeman, finisher, vibrator, form setter); Nozzleman (to include squeeze and flo-crete nozzle); Nozzleman, water, air or steam; Pavement Breaker (under 90 lbs.); Pipelayer, corrugated metal culvert; Pipelayer, multi- plate; Pot Tender; Power Buggy Operator; Power Tool Operator, gas, electric, pneumatic; Railroad Equipment, power driven, except dual mobile power spiker or puller; Railroad Power Spiker or Puller, dual mobile; Rodder and Spreader; Tamper (to include operation of Barco, Essex and similar tampers); Trencher, Shawnee; Tugger Operator; Wagon Drills; Water Pipe Liner; Wheelbarrow (power driven) GROUP 4: Air and Hydraulic Track Drill; Aspahlt Raker;Brush Machine (to include horizontal construction joint cleanup brush machine, power propelled); Caisson Worker, free air; Chain Saw Operator and Faller; Concrete Stack (to include laborers when laborers working on free standing concrete stacks for smoke or fume control above 40 feet high); Gunite (to include operation of machine and nozzle); Hazardous Waste Worker, Level B (uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical ""splash suit""); High Scaler; Laser Beam Operator (to include grade checker and elevation control); Miner, Class C (to include miner, nozzleman for concrete, laser beam operator and rigger on tunnels); Monitor Operator (air track or similar mounting); Mortar Mixer; Nozzleman (to include jet blasting nozzleman, over 1,200 lbs., jet blast machine power propelled, sandblast nozzle); Pavement Breaker (90 lbs. and over); Pipelayer (to include working topman, caulker, collarman, jointer, mortarman, rigger, jacker, shorer, valve or meter installer); Pipewrapper; Plasterer Tender; Vibrators (all) GROUP 5 - Drills with Dual Masts;.Hazardous Waste Worker, Level A (utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line); Miner Class ""D"", (to include raise and shaft miner, laser https:Hbeta.sam.gov/wage-determination/WA20210001/3 21139 5/18/2021 SAM.gov beam operator on riases and shafts) ---------------------------------------------------------------- LAB00238-006 06/01/2019 COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN Rates Fringes Hod Carrier ......................$ 27.95 12.90 ---------------------------------------------------------------- LAB00242-003 06/01/2020 KING COUNTY Rates Fringes LABORER GROUP 1.....................$ 27.78 12.35 GROUP 2A....................$ 31.82 12.35 GROUP 3..................... $ 39.81 12.35 GROUP 4.....................$ 40.77 12.35 GROUP 5.....................$ 41.43 12.35 Group 6.....................$ 41.43 12.35 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $1.00 ZONE 3 - $1.30 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $2.25 LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer/Cleaner (detail clean-up, such as but not limited to cleaning floors, ceilings, walls, windows, etc., prior to final acceptance by the owner) GROUP 2A: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car GROUP 3: General Laborer; Air, Gas, or Electric Vibrating hftps://beta.sam.gov/wage-determination/WA20210001/3 22/39 5/18/2021 SAM.gov Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender; Clean-up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical ""splash suit"" and air purifying respirator); Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site); Topper-Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper -Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical ""splash suit""); High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller -Power; Raker -Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and glas operated tool; Timber Person -sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Mortarman and Hodcarrier; Powderman; Re-Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line). Group 6: Miner LAB00252-010 06/01/2020 CLALLAM, GRAYS HARBOR, JEFFERSON, KITSAP, LEWIS, MASON, PACIFIC (EXCLUDING SOUTHWEST), PIERCE, AND THURSTON COUNTIES Rates Fringes LABORER GROUP 1.....................$ 27.78 12.44 GROUP 2.....................$ 31.82 12.44 GROUP 3.....................$ 39.81 12.44 GROUP 4.....................$ 40.77 12.44 GROUP 5.....................$ 41.43 12.44 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective hftps:/Ibeta.sam.gov/wage-determination[WA20210001/3 23/39 5/18/2021 SAM.gov city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $1.00 ZONE 3 - $1.30 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $2.25 LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer/Cleaner (detail clean-up, such as but not limited to cleaning floors, ceilings, walls, windows, etc., prior to final acceptance by the owner) GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender; Clean-up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical ""splash suit"" and air purifying respirator); Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site); Topper-Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper -Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical ""splash suit""); Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller -Power; Raker -Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and glas operated tool; Timber Person -sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; https://beta.sam.gov/wage-determinationMA20210001 /3 24/39 5/18/2021 SAM.gov Well Point Laborer GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier; Grade Checker and Transit Person; High Scaler; Powderman; Re-Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line). ---------------------------------------------------------------- LABOO292-008 06/01/2020 ISLAND, SAN JUAN, SKAGIT, SNOHOMISH, AND WHATCOM COUNTIES Rates Fringes LABORER GROUP 1.....................$ 27.78 12.44 GROUP 2..................... $ 31.82 12.44 GROUP 3.....................$ 39.81 12.44 GROUP 4..................... $ 40.77 12.44 GROUP 5.....................$ 41.43 12.44 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $1.00 ZONE 3 - $1.30 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $2.25 LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer/Cleaner (detail clean-up, such as but not limited to cleaning floors, ceilings, walls, windows, etc., prior to final acceptance by the owner) GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender; Clean-up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; https://beta.sam.gov/wage-determination/WA20210001/3 25/39 5/18/2021 SAM.gov Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical ""splash suit"" and air purifying respirator); Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site); Topper-Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper -Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical ""splash suit""); High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller -Power; Raker -Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and glas operated tool; Timber Person -sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier; Powderman; Re-Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line). LAB00335-001 06/01/2020 CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES Rates Fringes Laborers: ZONE 1: GROUP 1....................$ 34.93 12.44 GROUP 2............. ....... $ 35.65 12.44 GROUP 3....................$ 36.20 12.44 GROUP 4.......... .......... $ 36.66 12.44 GROUP 5....................$ 31.93 12.44 GROUP 6....................$ 29.01 12.44 GROUP 7....................$ 25.14 12.44 Zone Differential (Add to Zone 1 rates): Zone 2 $ 0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: LONGVIEW AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city all. ZONE 2: More than 30 miles but less than 40 miles from the https://beta.sam.gov/wage-determination/WA20210001/3 26/39 5/18/2021 SAM.gov respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. LABORERS CLASSIFICATIONS GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch Weighman; Broomers; Brush Burners and Cutters; Car and Truck Loaders; Carpenter Tender; Change -House Man or Dry Shack Man; Choker Setter; Clean-up Laborers; Curing, Concrete; Demolition, Wrecking and Moving Laborers; Dumpers, road oiling crew; Dumpmen (for grading crew); Elevator Feeders; Median Rail Reference Post, Guide Post, Right of Way Marker; Fine Graders; Fire Watch; Form Strippers (not swinging stages); General Laborers; Hazardous Waste Worker; Leverman or Aggregate Spreader (Flaherty and similar types); Loading Spotters; Material Yard Man (including electrical); Pittsburgh Chipper Operator or Similar Types; Railroad Track Laborers; Ribbon Setters (including steel forms); Rip Rap Man (hand placed); Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers; Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring; Timber Faller and Bucker (hand labor); Toolroom Man (at job site); Tunnel Bullgang (above ground); Weight -Man- Crusher (aggregate when used) GROUP 2: Applicator (including pot power tender for same), applying protective material by hand or nozzle on utility lines or storage tanks on project; Brush Cutters (power saw); Burners; Choker Splicer; Clary Power Spreader and similar types; Clean- up Nozzleman-Green Cutter (concrete, rock, etc.); Concrete Power Buggyman; Concrete Laborer; Crusher Feeder; Demolition and Wrecking Charred Materials; Gunite Nozzleman Tender; Gunite or Sand Blasting Pot Tender; Handlers or Mixers of all Materials of an irritating nature (including cement and lime); Tool Operators (includes but not limited to: Dry Pack Machine; Jackhammer; Chipping Guns; Paving Breakers); Pipe Doping and Wrapping; Post Hole Digger, air, gas or electric; Vibrating Screed; Tampers; Sand Blasting (Wet); Stake -Setter; Tunnel-Muckers, Brakemen, Concrete Crew, Bullgang (underground) GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill Operators, air tracks, cat drills, wagon drills, rubber -mounted drills, and other similar types including at crusher plants; Gunite Nozzleman; High Scalers, Strippers and Drillers (covers work in swinging stages, chairs or belts, under extreme conditions unusual to normal drilling, blasting, barring -down, or sloping and stripping); Manhole Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power Saw Operators (Bucking and Falling); Pumperete Nozzlemen; Sand Blasting (Dry); Sewer Timberman; Track Liners, Anchor Machines, Ballast Regulators, Multiple Tampers, Power Jacks, Tugger Operator; Tunnel -Chuck Tenders, Nippers and Timbermen; Vibrator; Water Blaster GROUP 4: Asphalt Raker; Concrete Saw Operator (walls); Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam (pipelaying)-applicable when employee assigned to move, set up, align; Laser Beam; Tunnel Miners; Motorman -Dinky hftps://beta.sam.gov/wage-determinationMA20210001/3 27139 5/18/2021 SAM.gov Locomotive -Tunnel; Powderman-Tunnel; Shield Operator -Tunnel GROUP 5: Traffic Flaggers GROUP 6: Fence Builders GROUP 7: Landscaping or Planting Laborers ---------------------------------------------------------------- LAB00335-019 06/01/2020 Rates Fringes Hod Carrier ......................$ 34.93 12.44 ---------------------- LAB00348-003 06/01/2020 CHELAN, DOUGLAS (W OF 12TH MERIDIAN), KITTITAS, AND YAKIMA COUNTIES Rates Fringes LABORER GROUP 1..................... $ 23.68 12.44 GROUP 2.....................$ 27.17 12.44 GROUP 3.....................$ 29.74 12.44 GROUP 4.....................$ 30.46 12.44 GROUP 5.....................$ 30.99 12.44 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $1.00 ZONE 3 - $1.30 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $2.25 LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer/Cleaner (detail clean-up, such as but not limited to cleaning floors, ceilings, walls, windows, etc., prior to final acceptance by the owner) GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car hftps:Hbeta.sam.gov/wage-determination/WA20210001/3 28/39 5/18/2021 SAM.gov GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender; Clean-up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical ""splash suit"" and air purifying respirator); Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site); Topper-Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper -Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical ""splash suit".' High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller -Power; Raker -Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and glas operated tool; Timber Person -sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier; Powderman; Re-Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line). PAINOOO5-002 07/01/2020 STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Painters: STRIPERS ........... ......... $ 31.90 17.23 PAINOOO5-004 03/01/2009 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes PAINTER ..........................$ 20.82 7.44 hftps://beta.sam.gov/wage-determination/WA20210001/3 29/39 5/18/2021 SAM.gov ---------------------------------------------------------------- * PAIN0005-006 07/01/2018 ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE); CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES Rates Fringes PAINTER Application of Cold Tar Products, Epoxies, Polyure thanes, Acids, Radiation Resistant Material, Water and Sandblasting ............ $ 30.19 11.71 Over 30'/Swing Stage Work..$ 22.20 7.98 Brush, Roller, Striping, Steam -cleaning and Spray .... $ 22.94 11.61 Lead Abatement, Asbestos Abatement ...................$ 21.50 7.98 *$.70 shall be paid over and above the basic wage rates listed for work on swing stages and high work of over 30 feet. ----------------------------------------------------------------- PAIN0055-003 07/01/2020 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes PAINTER Brush & Roller ..............$ 26.56 13.40 Spray and Sandblasting ...... $ 26.56 13.40 All high work over 60 ft. = base rate + $0.75 ---------------------------------------------------------------- PAIN0055-006 03/01/2020 CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES Rates Fringes Painters: HIGHWAY & PARKING LOT STRIPER .....................$ 35.87 13.40 ---------------------------------------------------------------- PLAS0072-004 06/01/2020 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA COUNTIES Rates Fringes CEMENT MASON/CONCRETE FINISHER ZONE 1......................$ 31.30 15.53 hops://beta.sam.gov/wage-determination/WA20210001/3 30/39 5/18/2021 SAM.gov Zone Differential (Add to Zone 1 rate): Zone 2 - $2.00 BASE POINTS: Spokane, Pasco, Lewiston; Wenatchee Zone 1: 0 - 45 radius miles from the main post office Zone 2: Over 45 radius miles from the main post office ---------------------------------------------------------------- PLAS0528-001 06/01/2020 CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES Rates Fringes CEMENT MASON CEMENT MASON ................$ 45.80 18.54 COMPOSITION, TROWEL MACHINE, GRINDER, POWER TOOLS, GUNNITE NOZZLE ....... $ 46.30 18.54 TROWELING MACHINE OPERATOR ON COMPOSITION ..............$ 46.30 18.54 PLAS0555-002 07/01/2019 CLARK, KLICKITAT AND SKAMANIA COUNTIES ZONE 1: Rates Fringes CEMENT MASON CEMENT MASONS DOING BOTH COMPOSITION/POWER MACHINERY AND SUSPENDED/HANGING SCAFFOLD..$ 37.32 18.77 CEMENT MASONS ON SUSPENDED, SWINGING AND/OR HANGING SCAFFOLD ............ $ 36.58 18.77 CEMENT MASONS ...............$ 35.85 18.77 COMPOSITION WORKERS AND POWER MACHINERY OPERATORS ... $ 36.58 18.77 Zone Differential (Add To Zone 1 Rates): Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 3.00 BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND, SALEM, THE DALLES, VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall ------------------•--------------------------------------------- TEAM0037-002 06/01/2020 https:Hbeta.sam.gov/wage-determi nation/WA20210001 /3 31 /39 5/18/2021 SAM.gov CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Truck drivers: ZONE 1 GROUP 1....................$ 29.33 16.40 GROUP 2....................$ 29.46 16.40 GROUP 3— ................. $ 29.60 16.40 GROUP 4....................$ 29.89 16.40 GROUP 5....................$ 30.03 16.40 GROUP 6....................$ 30.31 16.40 GROUP 7....................$ 30.53 16.40 Zone Differential (Add to Zone 1 Rates): Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. TRUCK DRIVERS CLASSIFICATIONS GROUP 1: A Frame or Hydra lifrt truck w/load bearing surface; Articulated Dump Truck; Battery Rebuilders; Bus or Manhaul Driver; Concrete Buggies (power operated); Concrete Pump Truck; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations there of: up to and including 10 cu. yds.; Lift Jitneys, Fork Lifts (all sizes in loading, unloading and transporting material on job site); Loader and/or Leverman on Concrete Dry Batch Plant (manually operated); Pilot Car; Pickup Truck; Solo Flat Bed and misc. Body Trucks, 0-10 tons; Truck Tender; Truck Mechanic Tender; Water Wagons (rated capacity) up to 3,000 gallons; Transit Mix and Wet or Dry Mix - 5 cu. yds. and under; Lubrication Man, Fuel Truck Driver, Tireman, Wash Rack, Steam Cleaner or combinations; Team Driver; Slurry Truck Driver or Leverman; Tireman GROUP 2: Boom Truck/Hydra-lift or Retracting Crane; Challenger; Dumpsters or similar equipment all sizes; Dump Trucks/Articulated Dumps 6 cu to 10 cu.; Flaherty Spreader Driver or Leverman; Lowbed Equipment, Flat Bed Semi -trailer or doubles transporting equipment or wet or dry materials; Lumber Carrier, Driver -Straddle Carrier (used in loading, unloading and transporting of materials on job site); Oil Distributor Driver or Leverman; Transit mix and wet or dry https://beta.sam.gov/wage-determination/WA20210001/3 32/39 5/18/2021 SAM.gov mix trcuks: over 5 cu. yds. and including 7 cu. yds.; Vacuum Trucks; Water truck/Wagons (rated capacity) over 3,000 to 5,000 gallons GROUP 3: Ammonia Nitrate Distributor Driver; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 10 cu. yds. and including 30 cu. yds. includes Articulated Dump Trucks; Self -Propelled Street Sweeper; Transit mix and wet or dry mix truck: over 7 cu yds. and including 11 cu yds.; Truck Mechanic -Welder -Body Repairman; Utility and Clean-up Truck; Water Wagons (rated capacity) over 5,000 to 10,000 gallons GROUP 4: Asphalt Burner; Dump Trucks, side, end and bottom cumps, including Semi -Trucks and Trains or combinations thereof: over 30 cu. yds. and including 50 cu. yds. includes Articulated Dump Trucks; Fire Guard; Transit Mix and Wet or Dry Mix Trucks, over 11 cu. yds. and including 15 cu. yds.; Water Wagon (rated capacity) over 10,000 gallons to 15,000 gallons GROUP 5: Composite Crewman; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 50 cu. yds. and including 60 cu. yds. includes Articulated Dump Trucks GROUP 6: Bulk Cement Spreader w/o Auger; Dry Pre -Batch concrete Mix Trucks; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains of combinations thereof: over 60 cu. yds. and including 80 cu. yds., and includes Articulated Dump Trucks; Skid Truck GROUP 7: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 80 cu. yds. and including 100 cu. yds., includes Articulated Dump Trucks; Industrial Lift Truck (mechanical tailgate) ---------------------------------------------------------------- * TEAM0174-001 06/01/2020 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes Truck drivers: ZONE A: GROUP 1:...................$ 42.88 20.92 GROUP 2:...................$ 42.04 20.92 GROUP 3....................$ 39.23 20.92 GROUP 4:...................$ 34.26 20.92 GROUP 5: ................... 42.43 20.92 ZONE B (25-45 miles from center of listed cities*): Add $.70 per hour to Zone A rates. ZONE C (over 45 miles from centr of listed cities*). Add $1.00 per hour to Zone A rates. *Zone pay will be calculated from the city center of the following listed cities: hftps:Hbeta.sam.gov/wage-determinationfWA20210001/3 33/39 5/18/2021 SAM.gov BELLINGHAM CENTRALIA RAYMOND OLYMPIA EVERETT SHELTON ANACORTES BELLEVUE SEATTLE PORT ANGELES MT. VERNON KENT TACOMA PORT TOWNSEND ABERDEEN BREMERTON TRUCK DRIVERS CLASSIFICATIONS GROUP 1 - ""A -frame or Hydralift"" trucks and Boom trucks or similar equipment when ""A"" frame or ""Hydralift"" and Boom truck or similar equipment is used; Buggymobile; Bulk Cement Tanker; Dumpsters and similar equipment, Tournorockers, Tournowagon, Tournotrailer, Cat DW series, Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid Two and Four -Wheeled power tractor with trailer and similar top -loaded equipment transporting material: Dump Trucks, side, end and bottom dump, including semi -trucks and trains or combinations thereof with 16 yards to 30 yards capacity: Over 30 yards $.15 per hour additional for each 10 yard increment; Explosive Truck (field mix) and similar equipment; Hyster Operators (handling bulk loose aggregates); Lowbed and Heavy Duty Trailer; Road Oil Distributor Driver; Spreader, Flaherty Transit mix used exclusively in heavy construction; Water Wagon and Tank Truck-3,000 gallons and over capacity GROUP 2 - Bulllifts, or similar equipment used in loading or unloading trucks, transporting materials on job site; Dumpsters, and similar equipment, Tournorockers, Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra, Le Tourneau, Westinghouse, Athye wagon, Euclid two and four -wheeled power tractor with trailer and similar top -loaded equipment transporting material: Dump trucks, side, end and bottom dump, including semi -trucks and trains or combinations thereof with less than 16 yards capacity; Flatbed (Dual Rear Axle); Grease Truck, Fuel Truck, Greaser, Battery Service Man and/or Tire Service Man; Leverman and loader at bunkers and batch plants; Oil tank transport; Scissor truck; Slurry Truck; Sno-Go and similar equipment; Swampers; Straddler Carrier (Ross, Hyster) and similar equipment; Team Driver; Tractor (small, rubber-tired)(when used within Teamster jurisdiction); Vacuum truck; Water Wagon and Tank trucks -less than 3,000 gallons capacity; Winch Truck; Wrecker, Tow truck and similar equipment GROUP 3 - Flatbed (single rear axle); Pickup Sweeper; Pickup Truck. (Adjust Group 3 upward by $2.00 per hour for onsite work only) GROUP 4 - Escort or Pilot Car GROUP 5 - Mechanic HAZMAT PROJECTS Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in addition to the classification working in as follows: LEVEL C: +$.25 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B: +$.50 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical ""splash suit."" LEVEL A: +$.75 per hour - This level utilizes a fully - encapsulated suit with a self-contained breathing apparatus https://beta.sam.gov/wage-determinationfWA20210001/3 34139 5/18/2021 SAM.gov or a supplied air line. ----------------------------------------------------------------- TEAM0690-004 01/01/2019 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES Rates Fringes Truck drivers: (AREA 1: SPOKANE ZONE CENTER: Adams, Chelan, Douglas, Ferry, Grant, Kittitas, Lincoln, Okanogan, Pen Oreille, Spokane, Stevens, and Whitman Counties AREA 1: LEWISTON ZONE CENTER: Asotin, Columbia, and Garfield Counties AREA 2: PASCO ZONE CENTER: Benton, Franklin, Walla Walla and Yakima Counties) AREA 1: GROUP 1....................$ 23.91 17.40 GROUP 2....................$ 26.18 17.40 GROUP 3....................$ 26.68 17.40 GROUP 4....................$ 27.01 17.40 GROUP 5....................$ 27.12 17.40 GROUP 6....................$ 27.29 17.40 GROUP 7....................$ 27.82 17.40 GROUP 8....................$ 28.18 17.40 AREA 2: GROUP 1_ .................. $ 26.05 17.40 GROUP 2....................$ 28.69 17.40 GROUP 3.................... $ 28.80 17.40 GROUP 4....................$ 29.13 17.40 GROUP 5.................... $ 29.24 17.40 GROUP 6....................$ 29.24 17.40 GROUP 7................... .$ 29.78 17.40 GROUP 8....................$ 30.10 17.40 Zone Differential (Add to Zone 1 rate: Zone 1 + $2.00) BASE POINTS: Spokane, Pasco, Lewiston Zone 1: 0-45 radius miles from the main post office. Zone 2: Outside 45 radius miles from the main post office TRUCK DRIVERS CLASSIFICATIONS GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power Boat Hauling Employees or Material GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and under); Leverperson (loading trucks at bunkers); Trailer Mounted Hydro Seeder and Mulcher; Seeder & Mulcher; Stationary Fuel Operator; Tractor (small, rubber -tired, pulling trailer or similar equipment) hftps://beta.sam.gov/wage-determination/WA20210001/3 35/39 5/18/2021 SAM.gov GROUP 3: Auto Crane (2000 lbs. capacity); Buggy Mobile & Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. & under); Flat Bed Truck with Hydraullic System; Fork Lift (3001-16,000 lbs.); Fuel Truck Driver, Steamcleaner & Washer; Power Operated Sweeper; Rubber -tired Tunnel Jumbo; Scissors Truck; Slurry Truck Driver; Straddle Carrier (Ross, Hyster, & similar); Tireperson; Transit Mixers & Truck Hauling Concrete (3 yd. to & including 6 yds.); Trucks, side, end, bottom & articulated end dump (3 yards to and including 6 yds.); Warehouseperson (to include shipping & receiving); Wrecker & Tow Truck GROUP 4: A -Frame; Burner, Cutter, & Welder; Service Greaser; Trucks, side, end, bottom & articulated end dump (over 6 yards to and including 12 yds.); Truck Mounted Hydro Seeder; Warehouseperson; Water Tank truck (0-8,000 gallons) GROUP 5: Dumptor (over 6 yds.); Lowboy (50 tons & under); Self- loading Roll Off; Semi -Truck & Trailer; Tractor with Steer Trailer; Transit Mixers and Trucks Hauling Concrete (over 6 yds. to and including 10 yds.); Trucks, side, end, bottom and end dump (over 12 yds. to & including 20 yds.); Truck -Mounted Crane (with load bearing surface either mounted or pulled, up to 14 ton); Vacuum Truck (super sucker, guzzler, etc.) GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift (over 16,000 lbs.); Dumps (Semi -end); Mechanic (Field); Semi- end Dumps; Transfer Truck & Trailer; Transit Mixers & Trucks Hauling Concrete (over 10 yds. to & including 20 yds.); Trucks, side, end, bottom and articulated end dump (over 20 yds. to & including 40 yds.); Truck and Pup; Tournarocker, DWs & similar with 2 or more 4 wheel -power tractor with trailer, gallonage or yardage scale, whichever is greater Water Tank Truck (8,001- 14,000 gallons); Lowboy(over 50 tons) GROUP 7: Oil Distributor Driver; Stringer Truck (cable oeprated trailer); Transit Mixers & Trucks Hauling Concrete (over 20 yds.); Truck, side, end, bottom end dump (over 40 yds. to & including 100 yds.); Truck Mounted Crane (with load bearing surface either mounted or pulled (16 through 25 tons); GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end, bottom and articulated end dump (over 100 yds.); Helicopter Pilot Hauling Employees or Materials Footnote A - Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in additon to the classification working in as follows: LEVEL C-D: - $.50 PER HOUR (This is the lowest level of protection. This level may use an air purifying respirator or additional protective clothing. LEVEL A-B: - $1.00 PER HOUR (Uses supplied air is conjunction with a chemical spash suit or fully encapsulated suit with a self-contained breathing apparatus. Employees shall be paid Hazmat pay in increments of four(4) and eight(8) hours. NOTE: https://beta.sam.gov/wage-determination/WA20210001/3 36/39 5/18/2021 SAM.gov Trucks Pulling Equipment Trailers: shall receive $.15/hour over applicable truck rate WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Note: Executive Order (ED) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health -related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health -related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. https://beta.sam.gov/wage-determination/WA20210001/3 37/39 5/18/2021 SAM.gov Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2O12-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: https://beta.sam.gov/wage-determination/WA20210001/3 38/39 5/18/2021 SAM.gov Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION" https://beta.sam.gov/wage-determination/WA20210001/3 39/39 5/18/2021 hftps:Hsecure.Ini.wa.gov/wagelookup/ State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 06/11/2021 *Risk County_ Trade Job Classification Wage Holiday Overtime Note Class King Asbestos Abatement Workers Journey Level $52.39 5D 1 H View King Boilermakers Journey Level $70.79 5N 1C View King Brick Mason Journey Level $60.57 7E 1N View King Brick Mason Pointer -Caulker -Cleaner $60.57 7E 1N View King Building Service Employees Janitor $26.28 5S 2F View King Building Service Employees Traveling Waxer/Shampooer $26.63 5S 2F View King Building Service Employees Window Cleaner (Non -Scaffold) $29.98 5S 2F View King Building Service Employees Window Cleaner (Scaffold) $30.98 5S 2F View King Cabinet Makers (In Shop), Journey Level $22.74 1 View King Carpenters, Acoustical Worker $64.94 7A 4C View King Carpenters Carpenter $64.94 7A 4C View King Carpenters Carpenters on Stationary Tools $65.07 7A 4C View King Carpenters Creosoted Material $65.07 7A 4C View King Carpenters Floor Finisher $64.94 7A 4C View King Carpenters Floor Layer $64.94 7A 4C View King Carpenters Scaffold Erector $64.94 7A 4C View King Cement Masons Application of all Composition $64.84 7A 4U View Mastic King Cement Masons Application of all Epoxy $64.34 7A 4U View Material King Cement Masons Application of all Plastic $64.84 7A 4U View Material King Cement Masons Application of Sealing $64.34 7A 4U View Compound King Cement Masons Application of Underlayment $64.84 7A 4U View King Cement Masons Building General $64.34 7A 4U View King Cement Masons Composition or Kalman Floors $64.84 7A 41J View King Cement Masons Concrete Paving $64.34 7A 4U View King Cement Masons Curb Et Gutter Machine $64.84 7A 41J View King Cement Masons Curb Et Gutter, Sidewalks $64.34 7A 41J View King Cement Masons Curing Concrete $64.34 7A 4U View https://secure.ini.wa.gov/wagelookup/ 1 /16 5/18/2021 https://secure.Ini.wa.gov/wagelookup/ King Cement Masons Finish Colored Concrete $64.84 7A 4U View King Cement Masons Floor Grinding $64.84 7A 4U View King Cement Masons Floor Grinding/Polisher $64.34 7A 4U View King Cement Masons Green Concrete Saw, self- $64.84 7A 4U View powered King Cement Masons Grouting of all Plates $64.34 7A 4U View King Cement Masons Grouting of all Tilt -up Panels $64.34 7A 4U View King Cement Masons Gunite Noaleman $64.84 7A 4U View King Cement Masons Hand Powered Grinder $64.84 7A 4U View King Cement Masons Journey Level $64.34 7A 4U View King Cement Masons Patching Concrete $64.34 7A 4U View King Cement Masons Pneumatic Power Tools $64.84 7A 4U View King Cement Masons Power Chipping Et Brushing $64.84 7A 4U View King Cement Masons Sand Blasting Architectural $64.84 7A 4U View Finish King Cement Masons Screed Et Rodding Machine $64.84 7A 4U View King Cement Masons Spackling or Skim Coat $64.34 7A 4U View Concrete King Cement Masons Troweling Machine Operator $64.84 7A 4U View King Cement Masons Troweling Machine Operator on $64.84 7A 4U View Colored Slabs King Cement Masons Tunnel Workers $64.84 7A 4U View King Divers Et Tenders Bell/Vehicle or Submersible $118.80 7A 4C View Operator (Not Under Pressure) King Divers Et Tenders Dive Supervisor/Master $81.98 7A 4C View King Divers Et Tenders Diver $118.80 7A 4C 8V View King Divers Et Tenders Diver On Standby $76.98 7A 4C View King Divers Et Tenders Diver Tender $69.91 7A 4C View King Divers Et Tenders Manifold Operator $69.91 7A 4C View King Divers Et Tenders Manifold Operator Mixed Gas $74.91 7A 4C View King Divers Et Tenders Remote Operated Vehicle $69.91 7A View Operator/Technician King Divers R Tenders Remote Operated Vehicle $65.19 7A 4C View Tender King Dredge Workers Assistant Engineer $70.62 5D 3F View King Dredge Workers Assistant Mate (Deckhand) $70.07 5D 3F View King Dredge Workers Boatmen $70.62 5D 3F View King Dredge Workers Engineer Welder $71.97 5D 3F View King Dredge Workers Leverman, Hydraulic $73.41 5D 3F View King Dredge Workers Mates $70.62 5D 3F View King Dredge Workers Oiler $70.07 5D 3F View King Drywall Applicator Journey Level $64.94 5D 1 H View King Drywall Tapers Journey Level $65.31 5P 1E View King Electrical Fixture Maintenance Journey Level $31.99 5L 1E View Workers King Electricians - Inside Cable Splicer $92.57 7C aE View King Electricians - Inside Cable Splicer (tunnel) $99.46 7C 4E View King Electricians - Inside Certified Welder $89.44 7C 4E View https://secure Ini.wa gov/wagelookup/ 2/18 5/18/2021 https://secure.Ini.wa.gov/wagelookup/ King Electricians - Inside Certified Welder (tunnel) $96.02 7C 4E View King Electricians - Inside Construction Stock Person $44.78 7C 4E View King Electricians - Inside Journey Level $86.30 7C 4E View King Electricians - Inside Journey Level (tunnel) $92.57 7C 4E View King Electricians - Motor Shop Journey Level $47.53 5A 1B View King Electricians - Powerline Cable Splicer $82.39 5A 4D View Construction King Electricians - Powerline Certified Line Welder $75.64 5A 4D View Construction King Electricians - Powerline Groundperson $49.17 5A 4D View Construction King Electricians - Powerline Heavy Line Equipment $75.64 5A 4D View Construction Operator King Electricians . Powerline Journey Level Lineperson $75.64 5A 4D View Construction King Electricians - Powerline Line Equipment Operator $64.54 5A 4D View Construction King Electricians - Powerline Meter Installer $49.17 5A 4D 8W View Construction King Electricians - Powerline Pole Sprayer $75.64 5A 4D View Construction King Electricians - Powerline Powderperson $56.49 5A 4D View Construction King Electronic Technicians Journey Level $53.57 7E 1E View King Elevator Constructors Mechanic $100.51 7D 4A View King Elevator Constructors Mechanic In Charge $108.53 7D 4A View King Fabricated Precast Concrete All Classifications - In -Factory $18.25 5B 111 View Products Work Only King Fence Erectors Fence Erector $44.40 7A 4V 8Y View King Fence Erectors Fence Laborer $44.40 7A 4V 8Y View King Flaggers Journey Level $44.40 7A 4V 8Y View King Glaziers Journey Level $69.26 7L 1Y View King Heat Ft Frost Insulators And Journey Level $79.43 15H 11 C View Asbestos Workers King Heating Equipment Mechanics Journey Level $89.61 7F 1 E View King Hod Carriers Ft Masan Tenders Journey Level $54.01 7A 4V 8Y View King Industrial Power Vacuum Journey Level $13.69 1 View Cleaner King Inland Boatmen Boat Operator $61.41 5B 1K View King Inland Boatmen Cook $56.48 5B 1K View King Inland Boatmen Deckhand $57.48 5B 1K View King Inland Boatmen Deckhand Engineer $58.81 5B 1K View King Intand Boatmen Launch Operator $58.89 5B 1K View King intand Boatmen Mate $57.31 5B 1K View King Inspection/Cleaning/Sealing Of Cleaner Operator, Foamer $31.49 1 View Sewer a Water Systems By Operator Remote Control King Inspection/Cleaning/Sealing Of Grout Truck Operator $13.69 1 View Sewer Ft Water Systems sy Remote Control https://secure Ini.wa.gov/wagelookup/ 3/18 5/18/2021 https://secure.Ini.wa.gov/wagelookup/ 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 & Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Tv Truck Operator $20.45 1 View Sewer Et Water 5ystems 8y Remote Control King Insulation Applicators Journey Level $64.94 7A 4C View King Ironworkers Journeyman $76.78 7N 10 View King Laborers Air, Gas Or Electric Vibrating $52.39 7A 4V 8Y View Screed King Laborers Airtrac Drill Operator $54.01 7A 4V 8Y View King Laborers Ballast Regular Machine $52.39 7A 4V 8Y View King Laborers Batch Weighman $44.40 7A 4V 8Y View King Laborers Brick Pavers $52.39 7A 4V 8Y View King Laborers Brush Cutter $52.39 7A 4V 8Y View King Laborers Brush Hog Feeder $52.39 7A 4V 8Y View King Laborers Burner $52.39 7A 4V 8Y View King Laborers Caisson Worker $54.01 7A 4V 8Y View King Laborers Carpenter Tender $52.39 7A 4V 8Y View King Laborers Cement Dumper -paving $53.35 7A 4V 8Y View King Laborers Cement Finisher Tender $52.39 7A 4V 8Y View King Laborers Change House Or Dry Shack $52.39 7A 4V 8Y View King Laborers Chipping Gun (30 Lbs. And $53.35 7A 4V 8Y View Over) King Laborers Chipping Gun (Under 30 Lbs.) $52.39 7A 4V 8Y View King Laborers Choker Setter $52.39 7A 4V 8Y View King Laborers Chuck Tender $52.39 7A 4V 8Y View King Laborers Clary Power Spreader $53.35 7A 4V 8Y View King Laborers Clean-up Laborer $52.39 7A 4V 8Y View King Laborers Concrete Dumper/Chute $53.35 7A 4V 8Y View Operator King Laborers Concrete Form Stripper $52.39 7A 4V 8Y View King Laborers Concrete Placement Crew $53.35 7A 4V 8Y View King Laborers Concrete Saw Operator/Core $53.35 7A 4V 8Y View Driller King Laborers Crusher Feeder $44.40 7A 4V 8Y View King Laborers Curing Laborer $52.39 7A 4V 8Y View King Laborers Demolition: Wrecking Et Moving $52.39 7A 4V 8Y View (Intl. Charred Material) King Laborers Ditch Digger $52.39 7A 4V 8Y View King Laborers Diver $54.01 7A 4V 8Y View King Laborers Drill Operator (Hydraulic, $53.35 7A 4V 8Y View Diamond) King Laborers Dry Stack Walls $52.39 7A 4V 8Y View King Laborers Dump Person $52.39 7A 4V 8Y View King Laborers Epoxy Technician $52.39 7A 4V 8Y View https://secure.Ini.wa.gov/wagelookup/ 4/18 5/18/2021 https://secure.Ini.wa.gov/wagelookup/ King Laborers Erosion Control Worker $52.39 7A 4V 8Y View King Laborers Faller Et Bucker Chain Saw $53.35 7A 4V 8Y View King Laborers Fine Graders $52.39 7A 4V 8Y View King Laborers Firewatch $44.40 7A 4V 8Y View King Laborers Form Setter $52.39 7A 4V 8Y View King Laborers Gabian Basket Builders $52.39 7A 4V 8Y View King Laborers General Laborer $52.39 7A 4V 8Y View King Laborers Grade Checker Et Transit Person $54.01 7A 4V 8Y View King Laborers Grinders $52.39 7A 4V 8Y View King Laborers Grout Machine Tender $52.39 7A 4V 8Y View King Laborers Groutmen (Pressure) Including $53.35 7A 4V 8Y View Post Tension Beams King Laborers Guardrail Erector $52.39 7A 4V 8Y View King Laborers Hazardous Waste Worker (Level $54.01 7A 4V 8Y View A) King Laborers Hazardous Waste Worker (Level $53.35 7A 4V 8Y View B) King Laborers Hazardous Waste Worker (Level $52.39 7A 4V 8Y View C) King Laborers High Scaler $54.01 7A 4V 8Y View King Laborers Jackhammer $53.35 7A 4V 8Y View King Laborers Laserbeam Operator $53.35 7A 4V 8Y View King Laborers Maintenance Person $52.39 7A 4V 8Y View King Laborers Manhole Builder-Mudman $53.35 7A 4V 8Y View King Laborers Material Yard Person $52.39 7A 4V 8Y View King Laborers Motorman -Dinky Locomotive $53.35 7A 4V 8Y View King Laborers Nozzleman (Concrete Pump, $53.35 7A 4V 8Y View Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Blaster, Vacuum Blaster) King Laborers Pavement Breaker $53.35 7A 4V 8Y View King Laborers Pilot Car $44.40 7A 4V 8Y View King Laborers Pipe Layer Lead $54.01 7A 4V 8Y View King Laborers Pipe Layer/Tailor $53.35 7A 4V 8Y View King Laborers Pipe Pot Tender $53.35 7A 4V 8Y View King Laborers Pipe Reliner $53.35 7A 4V 8Y View King Laborers Pipe Wrapper $53.35 7A 4V 8Y View King Laborers Pot Tender $52.39 7A 4V 8Y View King Laborers Powderman $54.01 7A 4V 8Y View King Laborers Powderman's Helper $52.39 7A 4V 8Y View King Laborers Power Jacks $53.35 7A 4V 8Y View King Laborers Railroad Spike Puller - Power $53.35 7A 4V 8Y View King Laborers Raker - Asphalt $54.01 7A 4V 8Y View King Laborers Re-timberman $54.01 7A 4V 8Y View King Laborers Remote Equipment Operator $53.35 7A 4V 8Y View King Laborers Rigger/Signal Person $53.35 7A 4V 8Y View https://secure Ini.wa gov/wagelookup/ 5/18 5/18/2021 https://secure.Ini.wa.gov/wagelookup/ King Laborers Rip Rap Person $52.39 7A 4V 8Y View King Laborers Rivet Buster $53.35 7A 4V 8Y View King Laborers Rodder $53.35 7A 4V 8Y View King Laborers Scaffold Erector $52.39 7A 4V 8Y View King Laborers Scale Person $52.39 7A 4V 8Y View King Laborers Sloper (Over 20") $53.35 7A 4V 8Y View King Laborers Sloper Sprayer $52.39 7A 4V 8Y View King Laborers Spreader (Concrete) $53.35 7A 4V 8Y View King Laborers Stake Hopper $52.39 7A 4V 8Y View King Laborers Stock Piler $52.39 7A 4V 8Y View King Laborers Swinging Stage/Boatswain $44.40 7A 4V 8Y View Chair King Laborers Tamper Et Similar Electric, Air $53.35 7A 4V 8Y View Et Gas Operated Tools King Laborers Tamper (Multiple Et Self- $53.35 7A 4V 8Y View propelled) King Laborers Timber Person - Sewer (Lagger, $53.35 7A 4V 8Y View Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $52.39 7A 4V 8Y View King Laborers Topper $52.39 7A 4V 8Y View King Laborers Track Laborer $52.39 7A 4V 8Y View King Laborers Track Liner (Power) $53.35 7A 4V 8Y View King Laborers Traffic Control Laborer $47.48 7A 4V 9C View King Laborers Traffic Control Supervisor $50.31 7A 4V 9C View King Laborers Truck Spotter $52.39 7A 4V 8Y View King Laborers Tugger Operator $53.35 7A 4V 8Y View King Laborers Tunnel Work -Compressed Air $129.67 7A 4V 9B View Worker 0-30 psi King Laborers Tunnel Work -Compressed Air $134.70 7A 4V 9B View Worker 30.01-44.00 psi King Laborers Tunnel Work -Compressed Air $138.38 7A 4V 9B View Worker 44.01-54.00 psi King Laborers Tunnel Work -Compressed Air $144.08 7A 4V 9B View Worker 54.01-60.00 psi King Laborers Tunnel Work -Compressed Air $146.20 7A 4V 9B View Worker 60.01-64.00 psi King Laborers Tunnel Work -Compressed Air $151.30 7A 4V 9B View Worker 64.01-68.00 psi King Laborers Tunnel Work -Compressed Air $153.20 7A 4V 9B View Worker 68.01-70.00 psi King Laborers Tunnel Work -Compressed Air $155.20 7A 4V 9B View Worker 70.01-72.00 psi King Laborers Tunnel Work -Compressed Air $157.20 7A 4V 9B View Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $54.11 7A 4V 8Y View Tender King Laborers Tunnel Work -Miner $54.11 7A 4V 8Y View King Laborers Vibrator $53.35 7A 4V 8Y View King Laborers Vinyl Seamer $52.39 7A 4V 8Y View King Laborers Watchman $40.36 7A 4V 8Y View https://secure.Ini.wa.gov/wagelookup/ 6/18 5/18/2021 https://secure.Ini.wa.gov/wagelookup/ King Laborers Welder $53.35 7A 4V 8Y View King Laborers Well Point Laborer $53.35 7A 4V 8Y View King Laborers Window Washer/Cleaner $40.36 7A 4V 8Y View King Laborers - Underground Sewer General Laborer Et Topman $52.39 7A 4V 8Y View Et Water King Laborers - Underground Sewer Pipe Layer $53.35 7A 4V 8Y View Et Water King Landscape Construction Landscape $40.36 7A 4V 8Y View Construction/Landscaping Or Planting Laborers King Landscape Construction Landscape Operator $72.28 7A 3K 8X View King Landscape Maintenance Groundskeeper $17.87 1 View King Lathers Journey Level $64.94 5D 1 H View King Marble Setters Journey Level $60.57 7E 1 N View King Metal Fabrication (In Shop). Journey Level $41.70 15F 11A View King Millwright Journey Level $66.44 7A 4C View King Modular Buildings Cabinet Assembly $13.69 1 View King Modular Buildings Electrician $13.69 1 View King Modular Buildings Equipment Maintenance $13.69 1 View King Modular Buildings Plumber $13.69 1 View King Modular Buildings Production Worker $13.69 1 View King Modular Buildings Tool Maintenance $13.69 1 View King Modular Buildings Utility Person $13.69 1 View King Modular Buildings Welder $13.69 1 View King Painters Journey Level $45.40 6Z 2B View King Pile Driver Crew Tender $69.91 7A 4C View King Pile Driver Crew Tender/Technician $69.91 7A 4C View King Pile Driver Hyperbaric Worker - $80.76 7A 4C View Compressed Air Worker 0-30.00 PSI King Pile Driver Hyperbaric Worker - $85.76 7A 4C View Compressed Air Worker 30.01 - 44.00 PSI King Pile Driver Hyperbaric Worker - $89.76 7A 4C View Compressed Air Worker 44.01 - 54.00 PSI King Pile Driver Hyperbaric Worker - $94.76 7A 4C View Compressed Air Worker 54.01 - 60.00 PSI King Pile Driver Hyperbaric Worker - $97.26 7A 4C View Compressed Air Worker 60.01 - 64.00 PSI King Pile Driver Hyperbaric Worker - $102.26 7A 4C View Compressed Air Worker 64.01 - 68.00 PSI King Pile Driver Hyperbaric Worker - $104.26 7A 4C View Compressed Air Worker 68.01 - 70.00 PSI King Pile Driver Hyperbaric Worker - $106.26 7A 4C View Compressed Air Worker 70.01 - 72.00 PSI https://secure.Ini.wa.gov/wagelookup/ 7/18 5/18/2021 https://secure.Ini.wa.gov/wagelookup/ King Pile Driver Hyperbaric Worker - $108.26 7A 4C View Compressed Air Worker 72.01 - 74.00 PSI King Pile Driver Journey Level $65.19 7A 4C View King Plasterers Journey Level $61.67 M 1 R View King Playground Ft Park Equipment Journey Level $13.69 1 View Installers King Plumbers Ft Pipefitters Journey Level $92.19 6Z 1G View King Power Equipment Operators Asphalt Plant Operators $73.49 7A 3K 8X View King Power Equipment Operators Assistant Engineer $69.12 7A 3K 8X View King Power Equipment Operators Barrier Machine (zipper) $72.84 7A 3K 8X View King Power Equipment Operators Batch Plant Operator: concrete $72.84 7A 3K 8X View King Power Equipment Operators Bobcat $69.12 7A 3K 8X View King Power Equipment Operators Brokk - Remote Demolition $69.12 7A 3K 8X View Equipment King Power Equipment Operators Brooms $69.12 7A 3K 8X View King Power Equipment Operators Bump Cutter $72.84 7A 3K 8X View King Power Equipment Operators Cableways $73.49 7A 3K 8X View King Power Equipment Operators Chipper $72.84 7A 3K 8X View King Power Equipment Operators Compressor $69.12 7A 3K 8X View King Power Equipment Operators Concrete Finish Machine - $69.12 7A 3K 8X View Laser Screed King Power Equipment Operators Concrete Pump - Mounted Or $72.28 7A 3K 8X View Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators Concrete Pump: Truck Mount $73.49 7A 3K 8X View With Boom Attachment Over 42 M King Power Equipment Operators Concrete Pump: Truck Mount $72.84 7A 3K 8X View With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $72.28 7A 3K 8X View King Power Equipment Operators Cranes friction: 200 tons and $75.72 7A 3K 8X View over King Power Equipment Operators Cranes: 100 tons through 199 $74.22 7A 3K 8X View tons, or 150' of boom (including jib with attachments) King Power Equipment Operators Cranes: 20 Tons Through 44 $72.84 7A 3K 8X View Tons With Attachments King Power Equipment Operators Cranes: 200 tons- 299 tons, or $74.99 7A 3K 8X View 250' of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or $75.72 7A 3K 8X View 300' of boom including jib with attachments King Power Equipment Operators Cranes: 45 Tons Through 99 $73.49 7A 3K 8X View Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A -frame - 10 Tons And $69.12 7A 3K 8X View Under https://secure.Ini.wa.gov/wagelookup/ 8/18 5/18/2021 https://secure.Ini.wa.gov/wagelookup/ King Power Equipment Operators Cranes: Friction cranes through $74.99 7A 3K 8X View 199 tons King Power Equipment Operators Cranes: through 19 tons with $72.28 7A 3K 8X View attachments, A -frame over 10 tons King Power Equipment Operators Crusher $72.84 7A 3K 8X View King Power Equipment Operators Deck Engineer/Deck Winches $72.84 7A 3K 8X View (power) King Power Equipment Operators Derricks, On Building Work $73.49 7A 3K 8X View King Power Equipment Operators Dozers D-9 Et Under $72.28 7A 3K 8X View King Power Equipment Operators Drill Oilers: Auger Type, Truck $72.28 7A 3K 8X View Or Crane Mount King Power Equipment Operators Drilling Machine $74.22 7A 3K 8X View King Power Equipment Operators Elevator And Man -lift: $69.12 7A 3K 8X View Permanent And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell And $72.84 7A 3K 8X View Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over $72.28 7A 3K 8X View With Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. With $69.12 7A 3K 8X View Attachments King Power Equipment Operators Grade Engineer: Using Blue $72.84 7A 3K 8X View Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/Stakeman $69.12 7A 3K 8X View King Power Equipment Operators Guardrail Punch $72.84 7A 3K 8X View King Power Equipment Operators Hard Tail End Dump $73.49 7A 3K 8X View Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump $72.84 7A 3K 8X View Articulating Off -road Equipment Under 45 Yards King Power Equipment Operators Horizontal/Directional Drill $72.28 7A 3K 8X View Locator King Rower Equipment Operators Horizontal/Directional Drill $72.84 7A 3K 8X View Operator King Power Equipment Operators Hydralifts/Boom Trucks Over $72.28 7A 3K 8X View 10 Tons King Power Equipment Operators Hydralifts/Boom Trucks, 10 $69.12 7A 3K 8X View Tons And Under King Power Equipment Operators Loader, Overhead 8 Yards. Et $74.22 7A 3K 8X View Over King Power Equipment Operators Loader, Overhead, 6 Yards. But $73.49 7A 3K 8X View Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $72.84 7A 3K 8X View Yards King Power Equipment Operators Loaders, Plant Feed $72.84 7A 3K 8X View King Power Equipment Operators Loaders: Elevating Type Belt $72.28 7A 3K 8X View King Power Equipment Operators Locomotives, All $72.84 7A 3K 8X View King Power Equipment Operators Material Transfer Device $72.84 7A 3K 8X View King Power £quipment Operators Mechanics, All (leadmen - $74.22 7A 3K 8X View $0.50 Per Hour Over Mechanic) King Power Equipment Operators Motor Patrol Graders $73.49 7A 3K 8X View https://secure.Ini.wa.gov/wagelookup/ 9/18 5/18/2021 https://secure.Ini.wa.gov/wagelookup/ King Power Equipment Operators Mucking Machine, Mole, Tunnel $73.49 7A 3K 8X View Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $69.12 7A 3K 8X View Distribution Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (Elevators And $72.28 7A 3K 8X View Manlifts), Air Tuggers, Strato King Power Equipment Operators Overhead, Bridge Type Crane: $72.84 7A 3K 8X View 20 Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 $74.22 7A 3K 8X View Tons And Over King Power Equipment Operators Overhead, Bridge Type: 45 Tons $73.49 7A 3K 8X View Through 99 Tons King Power Equipment Operators Pavement Breaker $69.12 7A 3K 8X View King Power Equipment Operators Pile Driver (other Than Crane $72.84 7A 3K 8X View Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $72.28 7A 3K 8X View King Power Equipment Operators Posthole Digger, Mechanical $69.12 7A 3K 8X View King Power Equipment Operators Power Plant $69.12 7A 3K 8X View King Power Equipment Operators Pumps - Water $69.12 7A 3K 8X View King Power Equipment Operators Quad 9, Hd 41, D10 And Over $73.49 7A 3K 8X View King Power Equipment Operators Quick Tower - No Cab, Under $69.12 7A 3K 8X View 100 Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $73.49 7A 3K 8X View Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger and Bellman $69.12 7A 3K 8X View King Power Equipment Operators Rigger/Signal Person, Bellman $72.28 7A 3K 8X View (Certified) King Power Equipment Operators Rollagon $73.49 7A 3K 8X View King Power Equipment Operators Roller, Other Than Plant Mix $69.12 7A 3K 8X View King Power Equipment Operators Roller, Plant Mix Or Multi -lift $72.28 7A 3K 8X View Materials King Power Equipment Operators Roto-mill, Roto-grinder $72.84 7A 3K 8X View King Power Equipment Operators Saws - Concrete $72.28 7A 3K 8X View King Power Equipment Operators Scraper, Self Propelled Under $72.84 7A 3K 8X View 45 Yards King Power Equipment Operators Scrapers - Concrete Et Carry All $72.28 7A 3K 8X View King Power Equipment Operators Scrapers, Self-propelled: 45 $73.49 7A 3K 8X View Yards And Over King Power Equipment Operators Service Engineers - Equipment $72.28 7A 3K 8X View King Power Equipment Operators Shotcrete/Gunite Equipment $69.12 7A 3K 8X View King Power Equipment Operators Shovel, Excavator, Backhoe, $72.28 7A 3K 8X View Tractors Under 15 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoe: $73.49 7A 3K 8X View Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $72.84 7A 3K 8X View Tractors: 15 To 30 Metric Tons https://secure.Ini.wa.gov/wagelookup/ 10/18 5/18/2021 https://secure.Ini.wa.gov/wagelookup/ King Power Equipment Operators Shovel, Excavator, Backhoes: $74.22 7A 3K 8X View Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $74.99 7A 3K 8X View Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $73.49 7A 3K 8X View King Power Equipment Operators Spreader, Topsider Et $73.49 7A 3K 8X View Screedman King Power Equipment Operators Subgrader Trimmer $72.84 7A 3K 8X View King Power Equipment Operators Tower Bucket Elevators $72.28 7A 3K 8X View King Power Equipment Opera ors Tower Crane Up To 175' In $74.22 7A 3K 8X View Height Base To Boom King Power Equipment Operators Tower Crane: over 175' through $74.99 7A 3K 8X View 250' in height, base to boom King Power Equipment Operators Tower Cranes: over 250' in $75.72 7A 3K 8X View height from base to boom King Rower Equipment Operators Transporters, All Track Or Truck $73.49 7A 3K 8X View Type King Power Equipment Operators Trenching Machines $72.28 7A 3K 8X View King Power Equipment Operators Truck Crane Oiler/driver - 100 $72.84 7A 3K 8X View Tons And Over King Power Equipment Operators Truck Crane Oiler/Driver Under $72.28 7A 3K 8X View 100 Tons King Power Equipment Operators Truck Mount Portable Conveyor $72.84 7A 3K 8X View King Power Equipment Operators Welder $73.49 7A 3K 8X View King Pawer Equipment Operators Wheel Tractors, Farmall Type $69.12 7A 3K 8X View King Power Equipment Operators Yo Yo Pay Dozer $72.84 7A 3K 8X View King Power Equipment Operators- Asphalt Plant Operators $73.49 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $69.12 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $72.84 7A 3K 8X View Underground Sewer & Water King Power Equipment Operators- Batch Plant Operator, Concrete $72.84 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Bobcat $69.12 7A 3K 8X View Underground Sewer Ft Water King Power Equipment Operators- Brokk - Remote Demolition $69.12 7A 3K 8X View Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $69.12 7A 3K 8X View Underground Sewer Ft Water King Power Equipment Operators- Bump Cutter $72.84 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Cableways $73.49 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Chipper $72.84 7A 3K 8X View Underground Sewer It Water King Power Equipment Operators- Compressor $69.12 7A 3K 8X View Underground Sewer a Water King Power Equipment Operators- Concrete Finish Machine - $69.12 7A 3K 8X View Underground Sewer Et Water Laser Screed King Power Equipment Operators- Concrete Pump - Mounted Or $72.28 7A 3K 8X View https://secure.ini.wa.gov/wagelookup/ 11/18 5/18/2021 hftps:Hsecure.Ini.wa.gov/wagelookup/ Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators- Concrete Pump: Truck Mount $73.49 7A 3K 8X View Underground Sewer Et Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Pump: Truck Mount $72.84 7A 3K 8X View Underground Sewer Et Water With Boom Attachment Up To 42m King Power Equipment Operators• Conveyors $72.28 7A 3K 8X View Underground Sewer l3 Water King Power Equipment Operators- Cranes friction: 200 tons and $75.72 7A 3K 8X View Underground Sewer Et Water over King Power Equipment Operators- Cranes: 100 tons through 199 $74.22 7A 3K 8X View Underground Sewer Ft Water tons, or 150' of boom (including jib with attachments) King Power Equipment Operators- Cranes: 20 Tons Through 44 $72.84 7A 3K 8X View Underground Sewer Et W ter Tons With Attachments King Power Equipment Oper Cranes: 200 tons- 299 tons, or $74.99 7A R 8X View Underground Sewer Et Water 250' of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or $75.72 7A 3K 8X View Underground Sewer It Water 300' of boom including jib with attachments King Power Equipment Operators- Cranes: 45 Tons Through 99 $73.49 7A 3K 8X View Underground Sewer Et Water Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A -frame - 10 Tons And $69.12 7A 3K 8X View Underground Sewer Et Water Under King Power Equipment Operators- Cranes: Friction cranes through $74.99 7A 3K 8X View Underground Sewer Et Water 199 tons King Power Equipment Operators- Cranes: through 19 tons with $72.28 7A 3H 8X View Underground Sewer Ft Water attachments, A -frame over 10 tons King Power Equipment Operators- Crusher $72.84 7A 3K 8X View Underground Sewer ft Water King Power Equipment Operators- Deck Engineer/Deck Winches $72.84 7A 3K 8X View Underground Sewer Et Water (power) King Power Equipment Operators Derricks, On Building Work $73.49 7A 3K 8X View Underground Sewer & Water King Power Equipment Operators• Dozers D-9 Et Under $72.28 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck $72.28 7A 3K 8X View Underground Sewer Et Water Or Crane Mount King Power Equipment Operators- Drilling Machine $74.22 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Elevator And Man -lift: $69.12 7A 3K 8X View Underground Sewer Et Water Permanent And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell And $72.84 7A 3K 8X View Underground Sewer Et Water Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over $72.28 7A 3K 8X View Underground Sewer Et Water With Attachments King Power Equipment Operators• Forklifts: Under 3000 Lbs. With $69.12 7A 3K 8X View hftps:Hsecure.Ini.wa.gov/wagelookup/ 12/18 5/1812021 https://secure.ini.wa.gov/wagelookup/ Underground Sewer Et Water Attachments King Power Equipment Operators- Grade Engineer: Using Blue $72.84 7A 3K 8X View Underground Sewer a Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/Stakeman $69.12 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch $72.84 7A 3K 8X View Underground Sewer a Water King Power Equipment Operators- Hard Tail End Dump $73.49 7A 3K 8X View Underground Sewer a Wa er Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump $72.84 7A 3K 8x View Underground Sewer Et Water Articulating Off -road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/Directional Drill $72.28 7A 3K 8X View Underground Sewer Et Water Locator King Power Equipment Operators- Horizontal/Directional Drill $72.84 7A 3K 8X View Underground Sewer Et Water Operator King Power Equipment Operators- Hydralifts/Boom Trucks Over $72.28 7A 3K 8X View Underground Sewer Et Water 10 Tons King Rower Equipment Operators- Hydralifts/Boom Trucks, 10 $69.12 7A 3K 8K View Underground Sewer Et Water Tons And Under King Power Equipment Operators- Loader, Overhead 8 Yards. Et $74.22 7A 3K 8X, View Underground Sewer Et Water Over King Power f quipment Operators- Loader, Overhead, 6 Yards. But $73.49 7A 3K 8x View Underground Sewer Et Water Not Including 8 Yards King Power Equipment Opera ❑rs- Loaders, Overhead Under 6 $72.84 7A 3K 8X View Underground Sewer a Water Yards King Power Equipment Operators- Loaders, Plant Feed $72.84 7A 3K 8X View Underground Sewer Et Wa er King Power Equipment Operators Loaders: Elevating Type Belt $72.28 7A 3K 8x View Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $72.84 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $72.84 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Mechanics, All (leadmen - $74.22 7A 3K 8X View Underground Sewer Et Water $0.50 Per Hour Over Mechanic) King Power Equipment Operators- Motor Patrol Graders $73.49 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel $73.49 7A 3K 8X View Underground Sewer Et Water Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $69.12 7A 3K 8X View Underground Sewer Et Water Distribution Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (Elevators And $72.28 7A 3K 8X View Underground Sewer Et Water Manlifts), Air Tuggers, Strato King Power Equipment Operators- Overhead, Bridge Type Crane: $72.84 7A 3K 8X View Underground Sewer Et Water 20 Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 $74.22 7A 3K 8x View Underground Sewer Et Water Tons And Over King Power Equipment Operators- Overhead, Bridge Type: 45 Tons $73.49 7A 3K 8X View Underground Sewer Et Water Through 99 Tons https://secure.ini.wa.gov/wagelookup/ 13/18 5/18/2021 https://secure.Ini.wa.gov/wagelookup/ King Power Equipment Operators- Pavement Breaker $69.12 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $72.84 7A 3K 8X View Underground Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $72.28 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators Posthole Digger, Mechanical $69.12 7A 3K 8X View Underground Sewer Ft Water King Power Equipment Operators- Power Plant $69.12 7A 3K $X View Underground Sewer Et Water King Power Equipment Operators- Pumps - Water $69.12 7A 3K 8X View Underground Sewer Ft Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $73.49 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Quick Tower - No Cab, Under $69.12 7A 3K 8X View Underground Sewer Et Water 100 Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On $73.49 7A 3K 8X View Underground Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger and Bellman $69.12 7A 3K BX View Underground Sewer Et Water King Power Equipment Operators- Rigger/Signal Person, Bellman $72.28 7A 3K 8X View Underground Sewer Ft Water (Certified) King Power Equipment Operators- Rollagon $73.49 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $69.12 7A 3K 8X View Underground Sewer Ft Water King Power Equipment Operators- Roller, Plant Mix Or Multi -lift $72.28 7A 3K 8X View Underground Sewer Et Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $72.84 7A 3K 8X View Underground Sewer Ft Water King Power Equipment Operators- Saws - Concrete $72.28 7A 3K $X View Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under $72.84 7A 3K 8X View Underground Sewer Ft Water 45 Yards King Power Equipment Operators- Scrapers - Concrete Et Carry All $72.28 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Scrapers, Self-propelled: 45 $73.49 7A 3K 8X View Underground Sewer Et Water Yards And Over King Power Equipment Operators- Service Engineers - Equipment $72.28 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Shotcrete/Gunite Equipment $69.12 7A 3K 8X View Underground Sewer Ft Water King Power Equipment Operators- Shovel, Excavator, Backhoe, $72.28 7A 3K 8X View Underground Sewer Et Water Tractors Under 15 Metric Tons Ming Power Equipment Operators Shovel, Excavator, Backhoe: $73.49 7A 3K View Underground Sewer ft Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $72.84 7A 3K 8X View Underground Sewer Ft Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $74.22 7A 3K fV View Underground Sewer Et W to Over 50 Metric Tons To 90 https://secure.Ini.wa.gov/wagelookup/ 14/18 5/18/2021 https://secure.ini.wa.gov/wagelookup/ Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $74.99 7A 3K 8X View Underground Sewer a Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $73.49 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et $73.49 7A 3K 8X View Underground Sewer Et Water Screedman King Power Equipment Operators Subgrader Trimmer $72.84 7A 3K 8X View Underground Sewer Er Water King Power Equipment Operators- Tower Bucket Elevators $72.28 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Crane Up To 175' In $74.22 7A 3K 8X View Underground Sewer a Water Height Base To Boom King Power Equipment Operators- Tower Crane: over 175' through $74.99 7A 3K 8X View Underground Sewer Et Water 250' in height, base to boom King Power Equipment Operators- Tower Cranes: over 250' in $75.72 7A 3K 8X View Underground Sewer Et Water height from base to boom King Power Equipment Operators- Transporters, All Track Or Truck $73.49 7A 3K 8X View Underground Sewer Et Water Type King Power Equipment Operators- Trenching Machines $72.28 7A 3K 8X View Underground Sewer 8t Water King Power Equipment Operators Truck Crane Oiler/driver - 100 $72.84 7A 3K 8X View Underground Sewer Et Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/Driver Under $72.28 7A 3K 8X View Underground Sewer a Water 100 Tons King Power Equipment Operators- Truck Mount Portable Conveyor $72.84 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Welder $73.49 7A 3K 8X View Underground Sewer & Water King Power Equipment Operators- Wheel Tractors, Farmall Type $69.12 7A 3K 8X View Underground Sewer a Water King Power Equipment Operators- Yo Yo Pay Dozer $72.84 7A 3K 8X View Underground Sewer Ft Water King Power Line Clearance Tree Journey Level In Charge $55.03 5A 4A View Trimmers King Power Line Clearance Tree Spray Person $52.24 5A 4A View Trimmers King Power Line Clearance Tree Tree Equipment Operator $55.03 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer $49.21 5A 4A View Trimmers King Power Line Clearance Tr Tree Trimmer Groundperson $37.47 5A 4A View Trimmers King Refrigeration Et Air Journey Level $87.01 6Z 1 G View Conditioning Mechanics King Residential Brick Masors Journey Level $60.57 7E 1N View King Residential Carpenters Journey Level $36.44 1 View King Residential Cement Masons Journey Level $46.64 1 View King Residential ❑rywall Applicators Journey Level $64.94 7A 4C View King Residential Drywall Tapers Journey Level $36.36 1 View King Residential Electricians Journey Level $48.80 1 View King Residential _Glaziers Journey Level $28.93 1 View https://secure.Ini.wa.gov/wagelookup/ 15/18 5/18/2021 https://secure.Ini.wa.gov/wagelookup/ King Residential Insulation Journey Level $28.18 1 View Applicators King Residential Laborers Journey Level $29.73 1 View King Residential Marble Setters Journey Level $27.38 1 View King Residential Painters Journey Level $23.47 1 View King Residential Plumbers Et Journey Level $92.19 6Z 1 G View Pipefitters King Residential refrigeration Et Air Journey Level $87.01 6Z 1G View Conditioning Mechanics King Residential Sheet Metal Journey Level $89.61 7F 1 E View Workers King Residential Soft Floor Layers Journey Level $51.91 5A 3J View King Residential Sprinkler Fitters Journey Level $53.04 5C 2R View .(Fire Protection). King Residential Stone Masons Journey Level $60.57 7E 1 N View King Residential Terrazzo Workers Journey Level $55.71 7E 1N View King Residential Terrazzo/Tile Journey Level $24.39 1 View Finishers King Residential Tile Setters Journey Level $21.04 1 View King Roofers Journey Level $57.30 5A 3H View King Roofers Using Irritable Bituminous $60.30 5A 3H View Materials King Sheet Metal Workers Journey Level (Field or Shop) $89.61 7F 1 E View King Shipbuilding Ft Ship Repair New Construction Boilermaker $38.54 7V 1 View King Shipbuilding Ft Ship Repair New Construction Carpenter $38.54 7V 1 View King Shipbuilding Et Ship Repair New Construction Crane $38.54 7V 1 View Operator King Shipbuilding Et Ship Repair New Construction Electrician $38.54 7V 1 View King Shipbuilding Et Ship Repair New Construction Heat Et Frost $79.43 15H 11C View Insulator King Shipbuilding Et Ship Repair New Construction Laborer $38.54 7V 1 View King Shipbuilding Et Ship Repair New Construction Machinist $38.54 7V 1 View King Shipbuilding Et Ship Repair New Construction Operating $38.54 7V 1 View Engineer King Shipbuilding Et Ship Repair New Construction Painter $38.54 7V 1 View King Shipbuilding Et Ship Repair New Construction Pipefitter $38.54 7V 1 View King Shipbuilding Ft Ship Repair New Construction Rigger $38.54 7V 1 View King Shipbuilding Et Ship Repair New Construction Sheet Metal $38.54 7V 1 View King Shipbuilding Et Ship Repair New Construction Shipfitter $38.54 7V 1 View King Shipbuilding Et Ship Repair New Construction $38.54 7V 1 View Warehouse/Teamster King Shipbuilding Et Ship Repair New Construction Welder / $38.54 7V 1 View Burner King Shipbuilding Et Ship Repair Ship Repair Boilermaker $47.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Carpenter $47.35 7X 4.1 View King Shipbuilding Et Ship Repair Ship Repair Crane Operator $45.06 7Y 4K View King Shipbuilding Et Ship Repair Ship Repair Electrician $47.42 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Heat Et Frost $79.43 15H 11C View Insulator https://secure.Ini.wa.gov/wagelookup/ 16/18 5/18/2021 King Shipbuilding Et Ship Repair King Shipbuilding Et Ship Repair King Shipbuilding Et Ship Repair King Ship uilding Et Ship Repair King Shipbuilding Et Ship Repair King Shipbuilding Et Ship Repair King Shipbuilding Et Ship Repair King Shipbuilding Et Ship Repair King Shipbuilding Et Ship Repair hftps://secure.Ini.wa.gov/wagelookup/ Ship Repair Laborer $47.35 Ship Repair Machinist $47.35 Ship Repair Operating Engineer $45.06 Ship Repair Painter $47.35 Ship Repair Pipefitter $47.35 Ship Repair Rigger $47.35 Ship Repair Sheet Metal $47.35 Ship Repair Shipwright $47.35 Ship Repair Warehouse / $45.06 Teamster King Sign Makers Et Installers Journey Level $51.56 7X 4J View 7X 4J View 7Y 4K View 7X 4.1 View 7X 4J View 7X 4J View 7X 4J View 7X 4J View 7Y 4K View 0 1 View .(Electrical) King Sign Makers Et Installers (Non- Journey Level $33.20 0 1 View Electrical). King Soft Floor Layers Journey Level $51.91 5A 3.1 View King Solar Controls For Windows Journey Level $13.69 1 View King Sprinkler Fitters [Fire Journey Level $85.89 5C 1X View Protection). King Stage Rigging Mechanics {Non Journey Level $13.69 1 View Structural). King Stone Masons Journey Level $60.57 7E 1 N View King Street And Parking Lot Sweeper Journey Level $19.09 1 View Workers King Surveyors Assistant Construction Site $72.28 Surveyor King Surveyors Chainman $69.12 King Surveyors Construction Site Surveyor $73.49 King Telecommunication Technicians Journey Level $53.57 King Telephone Line Construction - Cable Splicer $37.40 Outside King Telephone Line Construction - Hole Digger/Ground Person $25.04 Outside King Telephone Line Construction - Telephone Equipment Operator $31.22 Outside (Light) King Telephone Line Construction - Telephone Lineperson $35.34 Outside King Terrazzo Workers Journey Level $55.71 King Tile Setters Journey Level $55.71 King Tile, Marble Et Terrazzo Finisher $46.54 Finishers King Traffic Control Stripers Journey Level $49.13 King Truck Drivers Asphalt Mix Over 16 Yards $64.55 King Truck Drivers Asphalt Mix To 16 Yards $63.71 King Truck Drivers Dump Truck $63.71 King Truck Drivers Dump Truck Et Trailer $64.55 King Truck Drivers Other Trucks $64.55 King Truck Drivers . Ready Mix Transit Mix $64.55 King Well Drillers Et Irrigation lump Irrigation Pump Installer $17.71 Installers King Well Drillers Et Irrigation Pump Oiler $13.69 hftps://secure.Ini.wa.gov/wagelookup/ 7A 3K 8X View 7A 3K 8X View 7A 3K 8X View 7E 1 E View 5A 2B View 5A 2B View 5A 2B View 5A 2B View 7E 1 N View 7E 1 N View 7E 1 N View 7A 1 K View 5D 4Y 8L View 5D 4Y 8L View 5D 4Y 8L View 5D 4Y 8L View 5D 4Y 8L View 5D 4Y 8L View 1 View 1 View 17/16 5/18/2021 https:/Isecure.Ini.wa.gov/wagelookup/ Installers King Well Drillers_ t Irrigation Pump Well Driller $18.00 1 View Installers https://secure.Ini.wa.gov/wagelookup/ 18/18 Benefit Code Key — Effective 3/3/2021 thru 8/31/2021 Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two (2) hours before or after a five -eight (8) hour workweek day or a four -ten (10) hour workweek day and the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. R The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four - ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid atone and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1of14 Benefit Code Key — Effective 3/3/2021 thru 8/31/2021 Overtime Codes Continued O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight -time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2of14 Benefit Code Key — Effective 3/3/2021 thru 8/31/2021 Overtime Codes Continued 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage. M. This code appears to be missing. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half (1-1/2) times the regular rate of pay. J. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on Saturdays shall be paid at a one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. K. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in excess of twelve (12) hours in a single shift shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the eight (8) hours rest period. 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. 3of14 Benefit Code Key— Effective 3/3/2021 thru 8/31/2021 Overtime Codes Continued 4. C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay. D, All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system, will be paid overtime under the following rates: The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one-half (1-1/2) times the hourly rate of wage. All hours worked in excess of eight (8) hours on Saturday, and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four -day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four - day, ten hour work week, and Saturday shall be paid at one and one half (1'/z) times the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, and all hours on Sunday shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. I. The First eight (8) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight (8) per day on Saturdays shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 4of14 Benefit Code Key — Effective 3/3/2021 thru 8/31/2021 Overtime Codes Continued The first eight (8) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight (8) hours on a Saturday shall be paid at double the hourly rate of wage. All hours worked over twelve (12) in a day, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. K. All hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is the sixth consecutive day worked. All hours worked over twelve (12) in a day Monday through Saturday, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. L. The first twelve (12) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on a Saturday in excess of twelve (12) hours shall be paid at double the hourly rate of pay. All hours worked over twelve (12) in a day Monday through Friday, and all hours worked on Sundays shall be paid at double the hourly rate of wage. All hours worked on a holiday shall be paid at one and one-half times the hourly rate of wage, except that all hours worked on Labor Day shall be paid at double the hourly rate of pay. U. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. (Except on makeup days if work is lost due to inclement weather, then the first eight (8) hours on Saturday may be paid the regular rate.) All hours worked over twelve (12) hours Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. V. Work performed in excess of ten (10) hours of straight time per day when four ten (10) hour shifts are established or outside the normal shift (5 am to 6pm), and all work on Saturdays, except for make-up days shall be paid at time and one-half (1 ''/2) the straight time rate. In the event the job is down due to weather conditions, then Saturday may, be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All work performed on Sundays and holidays and work in excess of twelve (12) hours per day shall be paid at double (2x) the straight time rate of pay. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. When an employee returns to work without a break of eight (8) hours since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. W. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. 5of14 Benefit Code Key — Effective 3/3/2021 thru 8/31/2021 Overtime Codes Continued 4. X. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. Work performed outside the normal shift of 6 am to 6pm shall be paid at one and one-half the straight time rate, (except for special shifts or three shift operations). All work performed on Sundays and holidays shall be paid at double the hourly rate of wage. Shifts may be established when considered necessary by the Employer. The Employer may establish shifts consisting of eight (8) or ten (10) hours of work (subject to WAC 296-127-022), that shall constitute a normal forty (40) hour work week. The Employer can change from a 5-eight to a 4-ten hour schedule or back to the other. All hours of work on these shifts shall be paid for at the straight time hourly rate. Work performed in excess of eight hours (or ten hours per day (subject to WAC 296-127-022) shall be paid atone and one- half the straight time rate. When due to conditions beyond the control of the Employer, or when contract specifications require that work can only be performed outside the regular day shift, then by mutual agreement a special shift may be worked at the straight time rate, eight (8) hours work for eight (8) hours pay. The starting time shall be arranged to fit such conditions of work. When an employee returns to work without at a break of eight (8) hours since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. Y. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. All work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. Z. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 20% over the hourly rate of wage. Work performed on Sundays may be paid at double time. All hours worked on holidays shall be paid at double the hourly rate of wage. 11. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. The first ten (10) hours worked on Saturday and all hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, and all hours worked on Sundays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours, all additional hours worked shall be paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. 6of14 Benefit Code Key — Effective 3/3/2021 thru 8/31/2021 HoUday Codas 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day (8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6). I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day, And Christmas Day (7). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9). P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, One -Half Day Before Christmas Day, And Christmas Day. (7 1/2). S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, And Christmas Day (7). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). 6. G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day (11). H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (10). 7of14 Benefit Code Key — Effective 3/3/2021 thru 8/31/2021 Holiday Codes Continued T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 8of14 Benefit Code Key — Effective 3/3/2021 thru 8/31/2021 Holiday Codes Continued J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. V. Holidays: New Year's Day, President's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, the day before or after Christmas, and the day before or after New Year's Day. If any of the above listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. W. Holidays: New Year's Day, Day After New Year's, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day, the day after Christmas, the day before New Year's Day, and a Floating Holiday. X. Holidays: New Year's Day, Day before or after New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off, then the holiday will be taken on the last normal workday. If the holiday falls on a Monday that is the normal day off or on a Sunday, then the holiday will be taken on the next normal workday. Y. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day. (8) If the holiday falls on a Sunday, then the day observed by the federal government shall be considered a holiday and compensated accordingly. 9of14 Benefit Code Key — Effective 3/3/2021 thru 8/31/2021 Holidav Codes Continued 7. G. New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, the last scheduled workday before Christmas, and Christmas Day (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. V. Holidays: New Year's Day, President's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, the day before or after Christmas, and the day before or after New Year's Day. If any of the above listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. 10 of 14 Benefit Code Key — Effective 3/3/2021 thru 8/31/2021 Holidav Codes Continued 7. W. Holidays: New Year's Day, Day After New Year's, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day, the day after Christmas, the day before New Year's Day, and a Floating Holiday. X. Holidays: New Year's Day, Day before or after New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off, then the holiday will be taken on the last normal workday. If the holiday falls on a Monday that is the normal day off or on a Sunday, then the holiday will be taken on the next normal workday. Y. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day. (8) If the holiday falls on a Sunday, then the day observed by the federal government shall be considered a holiday and compensated accordingly. 15. E Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the last scheduled workday before Christmas, and Christmas Day (8). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. G. New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, the last scheduled workday before Christmas, and Christmas Day (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Note Codes 8. D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25. S. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. 11 of 14 Benefit Code Key — Effective 3/3/2021 thru 8/31/2021 Note Codes Continued 8. T. Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. U. Workers on hazmat projects receive additional hourly premiums as follows — Class A Suit: $2.00, Class B Suit: $1.50, And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who do "pioneer" work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional $0.50 per hour. V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. Depth premiums apply to depths of fifty feet or more. Over 50' to 100' - $2.00 per foot for each foot over 50 feet. Over 101' to 150' - $3.00 per foot for each foot over 101 feet. Over 151' to 220' - $4.00 per foot for each foot over 220 feet. Over 22l' - $5.00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent and is measured by the distance travelled from the entrance. 25' to 300' - $1.00 per foot from entrance. 300' to 600' - $1.50 per foot beginning at 300'. Over 600' - $2.00 per foot beginning at 600'. W. Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates would apply to meters not fitting this description. X. Workers on hazmat projects receive additional hourly premiums as follows - Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, and Class D Suit: $0.50. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a government agency or the contract specifications requires that work can only be performed outside the normal 5 am to 6pm shift, then the special shift premium will be applied to the basic hourly rate. When an employee works on a special shift, they shall be paid a special shift premium for each hour worked unless they are in OT or Double-time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Y. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging state or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. 12 of 14 Benefit Code Key — Effective 3/3/2021 thru 8/31/2021 Note Codes Continued Z. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour - Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as a contractor), a government agency or the contract specifications require that more than (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they will be paid a special shift premium for each hour worked unless they are in overtime or double- time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) A. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a government agency or the contract specifications require that more than four (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they shall be paid a special shift premium for each hour worked unless they are in overtime or double- time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Certified Crane Operator Premium: Crane operators requiring certifications shall be paid $0.50 per hour above their classification rate. Boom Pay Premium: All cranes including tower shall be paid as follows based on boom length: (A) —130' to 199' — $0.50 per hour over their classification rate. (B) — 200' to 299' — $0.80 per hour over their classification rate. (C) — 300' and over — $1.00 per hour over their classification rate. B. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m, to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. C. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012. 13 of 14 Benefit Code Key — Effective 3/3/2021 thru 8/31/2021 Note Codes Continued 9. D. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines, towers, dams, bridges, power generation facilities and manufacturing facilities such as chemical plants, etc., or anywhere abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required. E. Heavy Construction includes construction, repair, alteration or additions to the production, fabrication or manufacturing portions of industrial or manufacturing plants, hydroelectric or nuclear power plants and atomic reactor construction. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25. F. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines, towers, dams, power generation facilities and manufacturing facilities such as chemical plants, etc., or anywhere abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required. 14 of 14 ADDENDUM NO. 1 SW DASH POINT ROAD & 47TH AVE SW COMPACT ROUNDABOUT CFW PROJECT 36217 ATTENTION ALL BIDDERS AND PLANHOLDERS: You are hereby notified that the Bid and Contract Documents are amended as follows: A) CONTRACT DOCUMENTS (1) Special Provisions Section 9-34.4: The first paragraph of this section is revised as follows to change the reference from the "Utah Blend" to the "Swarco Series 3132": "Surface -drop glass beads shall be the Swarco Series 3132 bead that has a Methacrylate compatible coupling agent approved by the material manufacturer." B) BID QUESTIONLS The following question(s) were sent to the City and the response is being provided here as it may be beneficial to all bidders: (1) Is there a geotech report for this job? Yes, there is a geotech report, as well as an additional geotech memo regarding the soldier pile walls. They are being provided with this addendum. (2) Regarding bid item 25; plan sheet 12 detail A notes "Shotcrete facing color and finish shall match adjacent wall'. This note appears to refer to the bid item 26 modular bock wall appearing on sheet 11 and per special provision 6-13. Please confirm this is a correct interpretation. Yes, the color and finish of the shotcrete facing on the soldier pile wall should match the color and finish of the adjacent modular block wall. (3) A shotcrete finish that approximates the "concrete grey" color and typical broken face finish of a modular block is WSDOT 6-18.3(8) Alternative A. Is it appropriate to assume this finish, WSDOT Alternative A, is appropriate for this project? If not please, provide a picture or detailed description of the finish you would find acceptable. The intent of the shotcrete facing detail provided in the Advertised Bid Document drawings is to match the shotcrete facing color and finish to the Contractor selected adjacent modular block wall face jointing and texture as much as possible. The selected modular block wall must meet the requirements of the Modular Block Wall specifications in the Bid Documents. WSDOT 6018.3(8) Alternative A specifies a broom finish to secure a uniform surface texture, which would not match the adjacent modular block wall facing finish. The shotcrete facing color and finish shall match the color, joint spacing, and texture of the selected and constructed adjacent modular block to the maximum extent feasible. C) BID OPENING The bid opening date has not changed. All bidders are required to acknowledge receipt of this addendum on the Bid Form. Failure to do so may cause rejection of the bid. CITY OF FEDERAL WAY Christine Mullen Christine J. Mullen, P.E. Senior Capital Engineer City of Federal Way Addendum No. 1 SW Dash Point Rd & 471h Ave SW Compact Roundabout Page 1 MUDESIGNZu AN NIV15 COMPANY Memorandum Page 1 To: Liu i DKS Associates Address: 1 720 SW Washington Street, Suite 500 Portland, OR 97205 From Date: cc: Corey jurcak, SQ Alliance (via email only) GDI Project: DKS-13-01 RE: Cantilever Soldier Pile Wall Recommendations Kevi n j.. Lamb, P.E. February 11, 2021 Federal Way 471h and Dash Point Road Roundabout Project 47`h Avenue SW and SW Dash Point Road Federal Way, Washington INTRODUCTION We understand that it has been determined that site constraints and required wall heights will prevent the use of a concrete masonry unit block gravity wall from being used to support the slope cut on the southwest side of the intersection. Anticipated wall heights are up to approximately 10 feet and sufficient room for sloping the cut at up to a 0.75H:1 V cut would require a temporary construction easement. A cantilever soldier pile wall has been determined to be a feasible alternative to a gravity wall. Geotechnical recommendations to support a cantilever soldier pile wall are provided below. WALL DESIGN PARAMETERS Soil parameters for estimating lateral earth pressures on the recommended shoring wall are provided on Figure 1 and are discussed below. We have assumed that the cantilever walls and any gravity wall sections will be free to rotate slightly around the base of the walls so that active soil conditions develop behind the walls. The walls should be designed as permanent shoring walls with appropriate corrosion protection for soldier piles. We have assumed drained soil conditions for the walls based on subsurface conditions encountered in the borings. Static lateral earth pressures acting on the wall should also be increased to account for seismic loading on each of the recommended wall types, as shown on Figure 1. The seismic pressure should be estimated as a uniform rectangular pressure of 6H pounds per square foot (psf), where H is the design retention height of the wall. The height of the wall used in the above equation should be measured from the finished ground surface in front of the wall to the top of the wall. The resultant should be applied at 0.6H of the exposed wall height. The value is based on one-half of the peak horizontal ground acceleration of 0.3 g. 19201 120`h Avenue SE, Suite 201 1 Bothell, WA 98011 1 206.838.9900 1 www.geodesigninc.com DESIGNuz AN NIYIS COMPANY Memorandum Page 2 Resistance to lateral loads may be developed through friction along the base of conventional walls and through passive resistance on the embedded portion of the wall. The recommended passive pressure is shown on Figure 1 and assumes the grade in front of the wall will result in a slope inclined at less than approximately 3H:1 V. Base friction resistance for the gravity wall may be computed using a coefficient of friction of 0.4 applied to the dead load forces. A factor of safety of 1.5 has been applied to the passive pressure. CANTILEVER SOLDIER PILE WALL Soldier pile walls consist of H-shaped steel beams that are installed and backfilled with concrete into vertical drilled holes. We anticipate pile spacing will be between 6 to 8 feet on -center along the wall alignment. Cantilevered soldier pile walls are suitable for excavations up to approximately 15 feet in height. Timber lagging is set within the pile flanges that lock it into place so that it supports the exposed cut face. Cantilever soldier pile walls should be designed to resist active lateral earth pressure based on the triangular pressure distribution shown on Figure 1. We have assumed that the permanent slope behind the wall will be inclined at less than 3H:IV. Design of the cantilever soldier pile wall should include surcharge loads if loads are anticipated within a horizontal distance equal to or less than the height of the wall. We recommend a lateral surcharge pressure of 70 psf to account for up to 2 feet of soil load above the wall height behind the wall. Passive pressure will depend on subsurface conditions and on the slope of the ground surface in front of the wall. The lateral earth pressures provided on Figure 1 account for sloping ground below the wall for inclinations up to approximately 3H:1 V. The passive resistance in the upper 2 feet of soil should be neglected adjacent to the wall. For both the cantilever and tieback soldier pile walls, we have assumed that the shoring will deflect into the excavation, resulting in settlement of the ground surface behind the wall. We anticipate that settlement will become negligible within a horizontal distance of one-half the height of the wall. The magnitude of settlement will depend on the quality of construction, but with good construction practices it should generally be less than 1 inch to 2 inches adjacent to the wall. SOLDIER PILES Soldier piles should be embedded to provide enough resistance against kick -out at the toe of the wall; we anticipate a minimum embedment depth of 1.2 to 1.5 times the depth of the excavation will be required for cantilever soldier pile walls. Soldier piles are expected to be embedded into the dense, glacially consolidated material encountered below surficial fill materials. We recommend using factors of safety of 1.5 and 2.0 for design against overturning and kick -out, respectively. Soldier piles embedded a minimum of 4 feet into undisturbed, dense, recessional outwash material encountered below a depth of 7.5 feet below ground surface may be designed using an allowable 19201 120" Avenue SE, Suite 201 1 Bothell, WA 98011 1 206.838.9900 1 www.geodesigninc.com �DESIGNz AN RIYI5 COMPANY Memorandum Page 3 end bearing pressure of 25 kips per square foot (ksfl, which includes a factor of safety of 3.0. Shaft resistance below the base of the excavation can be designed using a side friction value of 0.70 ksf, which includes a factor of safety of 3.0. Side friction above the excavation base should be neglected. L-PILE PARAMETERS SCJ Alliance has requested L-Pile parameters to support design of the cantilever soldier pile wall. Provided below are the recommended parameters based on the soil encountered in boring B-1 that was drilled near the southwest corner. • Soil type: Sand (Reese) • Effective density: 0.072 pounds per cubic inch (pci) • Modulus of subgrade reaction k-value: 90 pci • Friction angle: 36 degrees • Undrained cohesion: 0 • Strain factor: 0 For soldier pile walls with a single linear alignment of piles, no pile reduction factors for group effects are required. LAGGING Lagging typically consists of untreated or pressure -treated timber planks or concrete panels. Untreated timber planks are typically used for temporary lagging that will be in service less than three years and will be covered with permanent, load -carrying fascia. Pressure -treated timber planks can be used for permanent lagging and are considered to have a design life limited to approximately 20 years. Timber lagging should consist of Douglas fir -larch grade no. 2 or better in accordance with Washington Standard Specifications for Road, Bridge, and Municipal Construction (2020) 0-09.1(1). Concrete lagging use should be limited to cantilever soldier pile walls. Lagging should be installed and backfilled on newly excavated faces the same working day the face is excavated and should be designed to resist lateral earth and surcharge pressures. Lagging should be sized using the procedures outlined in the Federal Highway Administration Geotechnical Engineering Circular No. 4. Permanent fascia or lagging should be designed to resist 100 percent of the recommended lateral earth pressures. Voids that develop during construction behind the lagging should be backfilled as soon as practical. Lean concrete or controlled density fill can be used to fill voids behind the lagging. It should be placed in lifts at the end of each lagging stage. Gaps or voids between the lifts are acceptable and will help prevent the buildup of hydrostatic pressure should perched water or seepage be encountered. 19201 120`h Avenue SE, Suite 201 1 Bothell, WA 98011 1 206.838.9900 1 www.geodesigninc.com LUDESIGNuz AN NIV15COMPANY TEMPORARY CUT SLOPES Memorandum Page 4 Excavations can be completed with conventional earthwork equipment. Trench cut excavations should stand vertical to a depth of at least 4 feet, provided perched groundwater seepage does not occur in the trench walls. Some sloughing and caving of the sidewalls should be expected in utility trench excavations. Excavations to construct retaining walls can be sloped similar to the existing slope. The existing slope cut is inclined at approximately 1 H:1 V and is stable with occasional raveling. We anticipate that temporary slope cuts that stand for less than two weeks can be sloped at 0.75H:1 V and can include a temporary 4-foot vertical cut at the toe. The exposed cut should be covered with Visqueen sheeting or a geotextile material to manage occasional raveling of the slope face. The condition of the temporary cut will need to be observed each day for indications of instability by the Contractor's competent person or a licensed geotechnical engineer. Where recommended slope inclination extends into adjacent private property, a cantilever soldier pile wall is recommended to accommodate the site constraints. All excavations should be made in accordance with applicable OSHA and state regulations. While we have described certain approaches to excavation in the foregoing discussion, the contractor should be responsible for selecting the excavation methods, monitoring the trench excavations for safety, and providing shoring as required to protect personnel and adjacent areas. We appreciate the opportunity to be of continued service to you. Please call if you have questions concerning this memorandum or if we can provide additional services. KJL:sn Attachment One copy submitted (via email only) Document ID: DKS-13-01-021121-geom.docx © 2021 GeoDesign, Inc. All rights reserved. 1, J L VITAS 29441 �i►'�f �VAL�1� Signed 02/1 1 /2021 19201 12011 Avenue SE, Suite 201 1 Bothell, WA 98011 1 206.838.9900 1 www.geodesigninc.com FIGURES F PASSIVE EARTH ACTIVE EARTH TRAFFIC PRESSURE PRESSURE SURCHARGE SEISMIC PRESSURE CANTILEVER SOLDIER PILE RECOMMENDED LATERAL EARTH PRESSURES A B C D E (TRAFFIC) F (SEISMIC) ACTIVE 35 PCF I 70 PSF 6H PSF PASSIVE 300 PCF - LEGEND: H TOTAL HEIGHT OF EXCAVATION (FEET) D EMBEDMENT DEPTH (FEET) A, B, C. .. EARTH PRESSURE FACTORS (SEE TABLE) 1 . MINIMUM RECOMMENDED EMBEDMENT (D) IS 8 FEET. 2. PASSIVE PRESSURES ARE ALLOWABLE VALUES AND INCLUDE A 1.5 FACTOR OF SAFETY. 3. PASSIVE PRESSURE ACTS OVER 2.5 TIMES THE CONCRETED DIAMETER OF THE SOLDIER PILE OR THE PILE SPACING, WHICHEVER IS LESS. 4. APPARENT EARTH PRESSURE AND SURCHARGE ACT OVER THE PILE SPACING ABOVE THE BASE OF THE EXCAVATION. 5. ADDITIONAL SURCHARGE FROM FOOTINGS, LARGE STOCKPILES, HEAVY EQUIPMENT, ETC. MUST BE ADDED TO THESE PRESSURES. 6. ALL DIMENSIONS ARE IN FEET. 7. DIAGRAM IS NOT TO SCALE. DESIGN? DKS-13-01 LATERAL EARTH PRESSURES AN NIV15 COMPANY FEBRUARY 2021 47TH AND DASH POINT ROAD ROUNDABOUT FIGURE 1 FEDERAL WAY, WA fl CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YYYY) 07/27/2021 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 rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Rita Larsen NAME: Rice Insurance LLC PHONE (360) 734-1161 1 FAX (360) 734-1173 AfC No Ext : A1C, l�30 ADDRESS: nta ricelnsurance Com 1400 Broadway INSURER(S) AFFORDING COVERAGE NAIC# P.O. Box 639 INSURERA : BITCO Insurance Companies 20095 Bellingham WA 98227 INSURED INSURER B : Ironshore Specialty Insurance Company 25445 Sound Pacific Construction LLC INSURER C : INSURER D: 6708144th St NW Suite INSURER E : WSURERF: Gig Harbor WA 98332 COVERAGES CERTIFICATE NUMBER: CL2172185210 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONSAND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 1OLICY LTR TYPE OF INSURANCE AWLIL INSD IbUtdK WVD POLICY NUMBER EFF MM/DDIYYYY POLICY EXP MM/DDryYYY LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S 1.000,000 CLAIMS -MADE FX1 OCCUR PREMISES Ea occurrence $ 5,000 MED EXP (Any one person) S 10,000 PERSONAL& ADV INJURY A Y Y CLP3708275 07/25/2021 07/25/2022 s 1,000,000 S 2,000,000 GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE PRODUCTS - COMP/OPAGG S 2,000,000 POLICY � PRO LOC S OTHER: AUTOMOBILE LIABILITY MBINEU SIN LE 1_IMI7 Eo a=dent S 1,000,000 BODILY INJURY (Per person) $ ]� ANY AUTO A OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED X AUTOS ONLY AUTOS ONLY Y Y CAP3708274 07/25/2021 07/25/2022 BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accidentli $ S X UMBRELLA LIAB OCCUR EACH OCCURRENCE 5 2,000,000 A EXCESS LIAB H_CLAIMS-MADE Y Y CUP2821428 07/25/2021 07/25/2022 AGGREGATE s 2,000,000 DED I X1 RETENTION S 10,000 s A 'WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N .ANY PROPRIOFFICER/MEMB PROPRIETOR/PARTNER/EXECUTIVE ❑ IMandaoryinNE) EXCLUDED. (Mandatory in NH) NIA CLP3708275 07/25/2021 07/25/2022 PER OTH- STATLTE ER EL EACH ACCIDENT 5 1,000,000 E L. DISEASE - EA EMPLOYEE 5 1,000,000 E.L. DISEASE - POLICY LIMIT S 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below Aggregate 1, 000, 000 B Pollution Liability ICELLUW00111264 07125/2020 07/25/2021 Each Incident 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required) RE: SW Dash Pt Rd & 47th Ave SW Compact Roundabout; Project 36217 City of Federal Way, its officers, elected officials, employees, agents, and volunteers are Additional Insured on the General Liability coverage. Coverage is primary and non-contributory, Waiver of Subrogation, Ongoing Operations and Completed Operation for the General Liability. Per GL3085 & GL2784 attached. Auto Liability -Additional Insured, Waiver of Subrogation and Primary Non Contributory perAP04011017. Umbrella follows form for General Liability, Employers Liability and Auto Liability. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Federal Way ACCORDANCE WITH THE POLICY PROVISIONS. 33325 8th Ave S AUTHORIZED REPRESENTATIVE Federal Way WA 98003 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD BITCO GENERAL INSURANCE CORPORATION BITCO NATIONAL INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BROADENED COVERAGE - AUTOMOBILES The following modifies insurance provided under: BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. 1 - Broad Form Named Insured 2 - Automatic Waiver of Subrogation 3 - Automatic Additional Insured 4 - Primary and Noncontributory - Other Insurance Condition 5 - Unintentional Failure to Disclose Hazards 6 - Extended Notice of Cancellation, Non -Renewal 7 - When We Do Not Renew 8 - Notice of Knowledge of Accident or Loss 9 - Employees as Insured 10 - Employee Hired Autos 1. BROAD FORM NAMED INSURED 11 - Bodily Injury Extension 12 - Hired Auto Physical Damage 13 - Enhanced Supplementary Payments 14 - Fellow Employee Coverage for Designated Positions 15 - Physical Damage — Transportation Expenses 16 - Rental Reimbursement Coverage 17 - Loan/Lease Gap Coverage 18 - Accidental Air Bag Discharge Coverage 19 - Glass Repair — Waiver of Deductible SECTION II. A. 1. -WHO IS AN INSURED - Paragraph d. is added: d. Any organization you newly acquire or form, except for a partnership, joint venture or limited liability company, and over which you maintain majority ownership or interest (51 % or more) or for which you have assumed the active management, will qualify as a Named Insured if there is no other similar insurance available to that organization. However, coverage under this provision is only afforded until the end of the policy period or the 12-month anniversary of the policy inception date, whichever is earlier. 2. AUTOMATIC WAIVER OF SUBROGATION Section IV — Business Auto Conditions, Paragraph A.S., Transfer of Rights of Recovery Against Others to Us, is deleted and replaced with the following: a. If the insured has rights to recover all or part of any payment we have made under this Coverage Form, those rights are transferred to us. The insured must do nothing after loss to impair those rights. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce them. b. If required by a written contract executed prior to loss, we waive any right of recovery we may have against any person or organization because of payments we make for damages under this coverage form. AP-0401 (10/17) -1- AUTOMATIC ADDITIONAL INSURED SECTION II — WHO IS AN INSURED, Paragraph A.1, is amended to include as an "insured" any person or organization who is required by written contract or agreement to be an additional insured on your policy, but only with respect to liability arising out of operations performed by you or on your behalf for the additional insured. 4. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other Insurance - Primary And Excess Insurance Provisions in the Motor Carrier Coverage Form and supersedes any provision to the contrary: This Coverage Form's Covered Autos Liability Coverage is primary to and will not seek contribution from any other insurance available to an "insured" under your policy provided that: 1. Such "insured" is a Named Insured under such other insurance; and 2. You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to such "insured 5. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Although we relied on your representations as to existing and past hazards, if unintentionally you should fail to disclose all such hazards at the inception date of your policy, we will not deny coverage under this Coverage Form because of such failure. 6. EXTENDED NOTICE OF CANCELLATION, NON -RENEWAL The COMMON POLICY CONDITIONS, Item A.2.b. is deleted and replaced with the following: A.2.b. 60 days before the effective date of the cancellation if we cancel for any other reason WHEN WE DO NOT RENEW SECTION IV — BUSINESS AUTO CONDITIONS, is amended to add Item B.9. a. If we choose to nonrenew this policy, we will mail or deliver to the first Named Insured shown in the Declarations written notice of the nonrenewal not less than 60 days before the expiration date. b. If we do not give notice of our intent to nonrenew as prescribed in a. above, it is agreed that you may extend the period of this policy for a maximum additional sixty (60) days from its scheduled expiration date. Where not otherwise prohibited by law, the existing terms, conditions and rates will remain in effect during that extension period. It is further agreed that so long as it is not otherwise prohibited by law, this one-time sixty-day extension is the sole remedy and liquidated damages available to the insured as a result of our failure to give the notice as prescribed in 9. a. above. 8. NOTICE OF KNOWLEDGE OF ACCIDENT OR LOSS SECTION IV - BUSINESS AUTO CONDITIONS, Item A.2.a. is deleted and replaced with the following: 2. Duties in the Event of Accident, Claim Suit or Loss: a. You must see to it that we are notified of an "accident", "claim", "suit" or "loss" which may result in a claim as soon as practicable after the "occurrence" has been reported to you, a partner, a member, an officer, or an employee designated to give notice to us. Notice should include: AP-0401 (10/17) -2- (1) How, when and where the "accident" or "loss" occurred; (2) The "insured's" name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. 9. EMPLOYEES AS INSURED The following is added to the Section II - Covered Autos Liability Coverage, Paragraph A.I. Who Is An Insured provision: Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow in your business or your personal affairs. 10. EMPLOYEE HIRED AUTOS A. Changes In Covered Autos Liability Coverage The following is added to the Who Is An Insured Provision: An "employee" of yours is 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. Changes In General Conditions Paragraph 5.b. of the Other Insurance Condition in the Business Auto Coverage Form and Paragraph 5.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 by your "employee" under a contract in an "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". 11. BODILY INJURY EXTENSION SECTION V - DEFINITIONS, Paragraph C. is deleted and replaced by the following: C. "Bodily injury" means bodily injury, sickness or disease sustained by a person, including mental anguish or death resulting from any of these, at any time. Mental anguish means any type of mental or emotional illness or disease. 12. HIRED AUTO PHYSICAL DAMAGE SECTION III.A.4. - Coverage Extensions - Paragraph c. is added C. Hired Auto Physical Damage If Comprehensive, Specified Causes of Loss or Collision coverage is provided under this policy, then Hired Auto Physical Damage is provided for that coverage part subject to the following: AP-0401 (10/17) -3- (1) The most we will pay for any one "accident" or "loss" under this Hired Auto Physical Damage Coverage is the lesser of: (a) The any one "Accident" or "Loss" amount of $100,000; (b) The actual cash value; or (c) Cost of repair. Our obligation to pay for a loss in c.(1) above will be reduced by a deductible. The deductible will be equal to the largest deductible applicable to any owned "auto" for that coverage. The deductible will be waived for "loss" caused by fire or lightning. (2) Subject to paragraph c.(1). above, we will provide coverage equal to the broadest physical damage coverage applicable to any covered "auto" shown in the declarations. (3) When you are required by written contract to indemnify a lessor for actual financial loss because of loss of use of a hired "auto" resulting from a covered "accident" or "loss", we will cover that financial loss subject to the limit specified in paragraph c.(1). 13. ENHANCED SUPPLEMENTARY PAYMENTS SECTION II.A.2.a. COVERAGE EXTENSIONS, Supplementary Payments (2) and (4) are replaced by the following: (2) Up to $2,500 for the cost of bail bonds (including bonds for related traffic laws 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 $350 a day because of time off from work. 14. FELLOW EMPLOYEE COVERAGE FOR DESIGNATED POSITIONS The Fellow Employee Exclusion contained in Section II.B.5. does not apply to the following positions or job titles: foreman, supervisor, manager, officer, partner or other senior level "employee". Coverage is excess over all other collectible insurance. 15. PHYSICAL DAMAGE - TRANSPORTATION EXPENSES SECTION III.A.4.a. Transportation Expenses is replaced by the following: a. Transportation Expenses We will pay up to $50 per day to a maximum of $1,500 for temporary transportation expense incurred by you because of the total theft of a covered "auto". We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Cause of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expirations, when the covered "auto" is returned to use or we pay for its "loss". For autos provided with temporary transportation expense, the following physical damage coverage will apply: (1) The most we will pay for any one "accident" or "loss" under the temporary transportation expense physical damage coverage is the lessor of: (a) The any one "Accident" or "Loss" amount of $100,000; (b) The actual cash value; or AP-0401 (10/17) -4- (c) Cost of repair. Our obligation to pay for a loss in a.(1) above will be reduced by a deductible. The deductible will be equal to the largest deductible applicable to any owned "auto" for that coverage. The deductible will be waived for "loss" caused by fire or lightning. (2) Subject to paragraph a.(1). above, we will provide coverage equal to the broadest physical damage coverage applicable to any covered "auto" shown in the declarations. (3) When you are required by written contract to indemnify a lessor for actual financial loss because of loss of use of a hired "auto" resulting from a covered "accident" or "loss", we will cover that financial loss subject to the limit specified in paragraph a.(1). 16. RENTAL REIMBURSEMENT COVERAGE SECTION III.A.4. - Coverage Extensions - Paragraph d. is added d. If you carry Comprehensive, Specified Causes of Loss or Collision coverage for the damaged covered "auto" as provided under this policy, then Rental Reimbursement Coverage is provided for that coverage part subject to the following: We will pay for rental reimbursement expenses incurred by you for the rental of an "auto" because of "loss" other than theft, to a covered "auto". Payment applies in addition to the otherwise applicable amount of each coverage you have on a covered "auto". No deductibles apply to this coverage. 2. We will only pay for those expenses incurred during the policy period beginning 24 hours after the "loss" and ending, regardless of the policy's expiration, with the lesser of the following number of days: (a) The number of days reasonably required to repair or replace the covered "auto"; or, (b) 30 days. (c) Our payment is limited to the lesser of the following amounts: (1) Necessary and actual expenses incurred; or (2) $50 per day. 17. LOAN/LEASE GAP COVERAGE Physical Damage Coverage is amended by the addition of the following: In the event of a total "loss" to a covered "auto", we will pay your additional legal obligation for any difference between the actual cash value of the "auto" at the time of the loss and the "outstanding balance" of the loan/lease, not to exceed $2,500 for any one vehicle or $25,000 annually in aggregate. For the purposes of this endorsement, "outstanding balance" means the amount you owe on the loan/lease at the time of loss less any amounts representing taxes, overdue payments, penalties, interest or charges resulting from overdue payments, additional mileage charges, excess wear and tear charges or lease termination fees, costs for extended warranties, credit Life Insurance; Health, Accident or Disability Insurance purchased with the loan or lease; and carry-over balances from previous loans or leases. 18. ACCIDENTAL AIR BAG DISCHARGE COVERAGE SECTION III.B.3.a - Exclusions. This exclusion does not apply to the accidental discharge of an air bag. AP-0401 (10/17) -5- 19. GLASS REPAIR - WAIVER OF DEDUCTIBLE SECTION 111.13 - Deductible is replaced with the following: For each covered "auto", our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by the applicable deductible shown in the Declarations. Any Comprehensive Coverage deductible shown in the Declarations does not apply to "loss" caused by fire or lightning. The deductible does not apply to glass damage if the glass is repaired rather than replaced. AP-0401 (10/17) -6- THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TRANSPORTATION CONTRACTORS EXTENDED LIABILITY COVERAGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM It is agreed that the provisions listed below apply only upon the entry of an ❑X in the box next to the caption of such provision. A. X I Partnership and Joint Venture Extension B. 0 Contractors Automatic Additional Insured Coverage — Ongoing Operations C. F-x] Automatic Waiver of Subrogation D. ❑x Extended Notice of Cancellation, Nonrenewal E. x❑ Unintentional Failure to Disclose Hazards F. I -xi Broadened Mobile Equipment G. Q Personal and Advertising Injury - Contractual Coverage H. ED Nonemployment Discrimination I. x❑ Liquor Liability J. Fx7 Broadened Conditions K FX] Automatic Additional Insureds — Equipment Leases L. Fx Suits Against Dredges and Barges M. Fx Insured Contract Extension - Railroad Property and Construction Contracts N Construction Project General Aggregate Limits O. 0 Fellow Employee Coverage P. x❑ Property Damage Liability - Elevators Q. IR-1 Property Damage to the Named Insured's Work R ! ^ 1 Care, Custody or Control S LXJ Electronic Data Liability Coverage T. F7x Consolidated Insurance Program Residual Liability Coverage U n Automatic Additional Insureds — Managers or Lessors of Premises V. L x Automatic Additional Insureds — State or Governmental Agency or Political Subdivisions — Permits or Authorizations W 0 Contractors Automatic Additional Insured Coverage — Completed Operations X. x0 Additional Insured — Engineers, Architects or Surveyors A. PARTNERSHIP AND JOINT VENTURE EXTENSION The following provision is added to SECTION II - WHO IS AN INSURED The last full paragraph which reads as follows: No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations. is deleted and replaced with the following GL-3086 (09/11) -1- With respect to the conduct of any past or present joint venture or partnership not shown as a Named Insured in the Declarations and of which you are or were a partner or member, you are an insured, but only with respect to liability arising out of "your work" on behalf of any partnership or joint venture not shown as a Named Insured in the Declarations, provided no other similar liability insurance is available to you for "your work" in connection with your interest in such partnership orjoint venture. B. CONTRACTORS AUTOMATIC ADDITIONAL INSURED COVERAGE — ONGOING OPERATIONS SECTION II — WHO IS AN INSURED is amended to include as an additional insured any person or organization who is required by written contract to be an additional insured on your policy, but 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 for the additional insured(s) at the project(s) designated in the written contract. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. This insurance is excess of all other insurance available to the additional insured, whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. In that event, this insurance will be primary relative to insurance policy(s) which designate the additional insured as a Named Insured in the Declarations and we will not require contribution from such insurance if the written contract also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured, this insurance will be excess. C. AUTOMATIC WAIVER OF SUBROGATION Item 8. of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, is deleted and replaced with the following: 8. Transfer of Rights of Recovery Against Others to Us and Automatic Waiver of Subrogation. a. If the insured has rights to recover all or part of any payment we have made under this Coverage Form, those rights are transferred to us. The insured must do nothing after loss to impair those rights. At our request, the insured will bring "suit' or transfer those rights to us and help us enforce them. b. If required by a written contract executed prior to loss, we waive any right of recovery we may have against any person or organization because of payments we make for injury or damage arising out of "your work" for that person or organization. GL-3086 (09/11) -2- D. EXTENDED NOTICE OF CANCELLATION, NONRENEWAL Item A.2.b. of the COMMON POLICY CONDITIONS, is deleted and replaced with the following: A.2.b. 60 days before the effective date of the cancellation if we cancel for any other reason Item 9. of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, is deleted and replaced with the following: 9. WHEN WE DO NOT RENEW a. If we choose to nonrenew this policy, we will mail or deliver to the first Named Insured shown in the Declarations written notice of the nonrenewal not less than 60 days before the expiration date. b. If we do not give notice of our intent to nonrenew as prescribed in a. above, it is agreed that you may extend the period of this policy for a maximum additional sixty (60) days from its scheduled expiration date. Where not otherwise prohibited by law, the existing terms, conditions and rates will remain in effect during that extension period. It is further agreed that so long as it is not otherwise prohibited by law, this one time sixty day extension is the sole remedy and liquidated damages available to the insured as a result of our failure to give the notice as prescribed in 9. a. above. E. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Although we relied on your representations as to existing and past hazards, if unintentionally you should fail to disclose all such hazards at the inception date of your policy, we will not deny coverage under this Coverage Form because of such failure. F. BROADENED MOBILE EQUIPMENT Item 12.b. of SECTION V - DEFINITIONS, is deleted and replaced with the following 12.b. Vehicles maintained for use solely on or next to premises, sites or locations you own, rent or occupy. G. PERSONAL AND ADVERTISING INJURY - CONTRACTUAL COVERAGE Exclusion 2.e. of SECTION I, COVERAGE B is deleted. H. NONEMPLOYMENT DISCRIMINATION Unless "personal and advertising injury" is excluded from this policy: Item 14. of SECTION V - DEFINITIONS, is amended to include: "Personal and advertising injury" also means embarrassment or humiliation, mental or emotional distress, physical illness, physical impairment, loss of earning capacity or monetary loss, which is caused by "discrimination." SECTION V - DEFINITIONS, is amended to include: "Discrimination" means the unlawful treatment of individuals based on race, color, ethnic origin, age, gender or religion. GL-3086 (09/11) -3- Item 2. Exclusions of SECTION I, COVERAGE B, is amended to include: "Personal and advertising injury" arising out of "discrimination" directly or indirectly related to the past employment, employment or prospective employment of any person or class of persons by any insured; "Personal and advertising injury" arising out of "discrimination" by or at your, your agents or your "employees" direction or with your, your agents or your "employees" knowledge or consent; "Personal and advertising injury" arising out of "discrimination" directly or indirectly related to the sale, rental, lease or sub -lease or prospective sale, rental, lease or sub -lease of any dwelling, permanent lodging or premises by or at the direction of any insured. Fines, penalties, specific performance or injunctions levied or imposed by a governmental entity, or governmental code, law, or statute because of "discrimination." I. LIQUOR LIABILITY Exclusion 2.c. of SECTION I, COVERAGE A, is deleted. J. BROADENED CONDITIONS Items 2.a. and 2.b. of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, are deleted and replaced with the following: Duties In The Event Of Occurrence, Offense, Claim Or Suit: a. You must see to it that we are notified of an 'occurrence" or an offense which may result in a claim as soon as practicable after the 'occurrence" has been reported to you, one of your officers or an "employee" designated to give notice to us. Notice should include: (1) How, when and where the "occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the 'occurrence" or offense. b. If a claim is made or "suit" is brought against any insured, you must: (1) Record the specifics of the claim or "suit" and the date received as soon as you, one of your officers, or an "employee" designated to record such information is notified of it; and (2) Notify us in writing as soon as practicable after you, one of your officers, your legal department or an "employee" you designate to give us such notice learns of the claims or "suit." Item 2.e. is added to SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS: 2.e. If you report an 'occurrence" to your workers compensation insurer which develops into a liability claim for which coverage is provided by the Coverage Form, failure to report such "occurrence" to us at the time of 'occurrence" shall not be deemed in violation of paragraphs 2.a., 2.b., and 2.c. However, you shall give written notice of this 'occurrence" to us as soon as you are made aware of the fact that this 'occurrence" may be a liability claim rather than a workers compensation claim. GL-3086 (09/11) -4- K. AUTOMATIC ADDITIONAL INSUREDS - EQUIPMENT LEASES SECTION II - WHO IS AN INSURED is amended to include any person or organization with whom you agree in a written equipment lease or rental agreement to name as an additional insured with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, at least in part, by your maintenance, operation, or use by you of the equipment leased to you by such person or organization, subject to the following additional exclusions. The insurance provided to the additional insured does not apply to: "Bodily injury" or "property damage" occurring after you cease leasing the equipment. 2. "Bodily injury" or "property damage" arising out of the sole negligence of the additional insured. 3. "Property damage" to: a. Property owned, used or occupied by or rented to the additional insured; or b. Property in the care, custody or control of the additional insured or over which the additional insured is for any purpose exercising physical control. This insurance is excess of all other insurance available to the additional insured, whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. In that event, this insurance will be primary relative to insurance policy(s) which designate the additional insured as a Named Insured in the Declarations and we will not require contribution from such insurance if the written contract also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured, this insurance will be excess. L. SUITS AGAINST DREDGES AND BARGES We agree that any "suit' in rem against any dredge or barge owned, operated by or for you, and used in your operations, shall in all respects be treated in the same manner as though the "suit' were against you. This coverage is excess over and above any specific insurance on any dredge or barge owned, operated by or for you, and used in your operations. M. INSURED CONTRACT EXTENSION - RAILROAD PROPERTY AND CONSTRUCTION CONTRACTS Item 9. of SECTION V - DEFINITIONS, is deleted and replaced with the following. "Insured Contract" means: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire to premises while rented to you or temporarily occupied by you with permission of the owner is not an "insured contract"; b. A sidetrack agreement; c. Any easement or license agreement; d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; e. An elevator maintenance agreement; GL-3086 (09/11) -5- f. That part of any other contract or agreement pertaining to your business (including an indemnification of a municipality in connection with work performed for a municipality) under which you assume the tort liability of another party to pay for "bodily injury" or "property damage" to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f. does not include that part of any contract or agreement: (1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; or (2) Under which the insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failure to render professional services, including those listed in (1) above and supervisory, inspection, architectural or engineering activities. N. CONSTRUCTION PROJECT GENERAL AGGREGATE LIMITS This modifies SECTION III - LIMITS OF INSURANCE. A. For all sums which can be attributed only to ongoing operations at a single construction project for which the insured becomes legally obligated to pay as damages caused by an "occurrence" under SECTION I - COVERAGE A, and for all medical expenses caused by accidents under SECTION I - COVERAGE C: 1. A separate Construction Project General Aggregate Limit applies to each construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under COVERAGE A, except damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard," and for medical expenses under COVERAGE C regardless of the number of: a. Insureds; Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits." 3. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the Construction Project General Aggregate Limit for that construction project Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Construction Project General Aggregate Limit for any other construction project. 4. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Construction Project General Aggregate Limit. GL-3086 (09/11) -6- B. For all sums which cannot be attributed only to ongoing operations at a single construction project for which the insured becomes legally obligated to pay as damages caused by an "occurrence" under SECTION I - COVERAGE A, and for all medical expenses caused by accidents under SECTION I - COVERAGE C: 1. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products -Completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Construction Project General Aggregate Limit. C. Payments for damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard" will reduce the Products -Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Construction Project General Aggregate Limit. D. If a construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of SECTION III - LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to be applicable. O. FELLOW EMPLOYEE COVERAGE Exclusion 2.e. Employers Liability of SECTION I, COVERAGE A, is deleted and replaced with the following: 2.e. "Bodily injury" to (1) An "employee" of the insured arising out of and in the course of: (a) Employment by the insured; or (b) Performing duties related to the conduct of the insured's business; or (2) The spouse, child, parent, brother or sister of that "employee" as a consequence of paragraph (1) above. This exclusion applies: (1) Whether the insured may be liable as an employer or in any other capacity; and (2) To any obligation to share damages with or repay someone else who must pay damages because of the injury. This exclusion does not apply to: (1) Liability assumed by the insured under an "insured contract"; or (2) Liability arising from any action or omission of a co -"employee" while that co -"employee" is either in the course of his or her employment or performing duties related to the conduct of your business. GL-3086 (09/11) -7- Item 2.a. (1)(a) of SECTION II - WHO IS AN INSURED, is deleted and replaced with the following: 2.a. (1)(a) To you, to your partners or members (if you are a partnership or joint venture) or to your members (if you are a limited liability company), or to your "volunteer workers" while performing duties related to the conduct of your business. P. PROPERTY DAMAGE LIABILITY - ELEVATORS "Property damage" liability is changed as follows: Exclusions 2J.(3) and 2J.(4) of SECTION I, COVERAGE A, do not apply to the use of elevators. 2. The insurance afforded by reason of this provision is excess over any valid and collectible property insurance (including any deductible portion thereof) available to the insured whether primary, excess, contingent or on any other basis, and the OTHER INSURANCE condition is changed accordingly. Q. PROPERTY DAMAGE TO THE NAMED INSURED'S WORK Exclusion I of SECTION I, COVERAGE A. is deleted and replaced with the following: Damage to Your Work "Property damage" to "your work" arising out of it or any part of it and included in the "products completed operation hazard." This exclusion applies only to that portion of any loss in excess of $50,000 per occurrence if the damaged work and the work out of which the damage arises was performed by you. This exclusion does not apply if the damaged work or the work out of which the damage arises was performed on your behalf by a subcontractor. R. CARE, CUSTODY OR CONTROL Exclusion 2J.4 of SECTION I, COVERAGE A. is deleted and replaced with the following: 2.j.4 Personal property in the care, custody or control of the insured. However, for personal property in the care, custody or control of you or your "employees," this exclusion applies only to that portion of any loss in excess of $25,000 per occurrence, subject to the following terms and conditions; (a) The most that we will pay under this provision as an annual aggregate is $100,000, regardless of the number of occurrences. (b) This provision does not apply to "employee" owned property or any property that is missing where there is not physical evidence to show what happened to the property. (c) The aggregate limit for this coverage provision is part of the General Aggregate Limit and SECTION III - LIMITS OF INSURANCE is changed accordingly. (d) In the event of damage to or destruction of property covered by this exception, you shall, if requested by us, replace the property or furnish the labor and materials necessary for repairs thereto, at actual cost to you, exclusive of prospective profit or overhead charges of any nature. GL-3086 (09/11) -8- (e) $2,500 shall be deducted from the total amount of all sums you became obligated to pay as damages on account of damage to or destruction of all property of each person or organization, including the loss of use of that property, as a result of each 'occurrence." Our limit of liability under the endorsement as being applicable to each 'occurrence" shall be reduced by the amount of the deductible indicated above; however, our aggregate limit of liability under this provision shall not be reduced by the amount of such deductible. The conditions of the policy, including those with respect to duties in the event of 'occurrence," claims or "suit' apply irrespective of the application of the deductible amount. We may pay any part or all of the deductible amount to effect settlement of any claim or "suit' and, upon notification of the action taken, you shall promptly reimburse us for such part of the deductible amount as has been paid by us. S. ELECTRONIC DATA LIABILITY COVERAGE Exclusion 2.p. Electronic Data of SECTION I, COVERAGE A, is deleted and replaced with the following: 2.p. Damages arising out of the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate "electronic data" that does not result from physical injury to tangible property. 2. The following definition is added to SECTION V — DEFINITIONS: "Electronic data" means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software (including systems and applications software), hard or floppy disks, CD-ROMS, tapes, drives, cells, data processing devices or any other media which are used with electronically controlled equipment. 3. For the purposes of this coverage, the definition of "property damage" in SECTION V — DEFINITIONS is replaced by the following: "Property damage" means: a. Physical injury to tangible property, including all resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; b. Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at the time of the 'occurrence" that caused it; or C. Loss of, loss of use of, damage to, corruption of, inability to access, or inability to properly manipulate "electronic data", resulting from physical injury to tangible property. All such loss of "electronic data" shall be deemed to occur at the time of the 'occurrence" that caused it. For the purposes of this insurance, "electronic data" is not tangible property T. CONSOLIDATED INSURANCE PROGRAM RESIDUAL LIABILITY COVERAGE With respect to "bodily injury", "property damage", or `personal and advertising injury" arising out of your ongoing operations; or operations included within the "products -completed operations hazard", the policy to which this coverage is attached shall apply as excess insurance over coverage available to "you" under a Consolidated Insurance Program (such as an Owner Controlled Insurance Program or Contractors Controlled Insurance Program). Coverage afforded by this endorsement does not apply to any Consolidated Insurance Program involving a "residential project' or any deductible or insured retention, specified in the Consolidated Insurance Program. GL-3086 (09/11) -9- The following is added to Section V — Definitions "Residential project" means any project where 30% or more of the total square foot area of the structures on the project is used or is intended to be used for human residency. This includes but is not limited to single or multifamily housing, apartments, condominiums, townhouses, co-operatives or planned unit developments and appurtenant structures (including pools, hot tubs, detached garages, guest houses or any similar structures). A "residential project' does not include military owned housing, college/university owned housing or dormitories, long term care facilities, hotels, motels, hospitals or prisons. All other terms, provisions, exclusions and limitations of this policy apply. U. AUTOMATIC ADDITIONAL INSUREDS - MANAGERS OR LESSORS OR PREMISES SECTION II — WHO IS AN INSURED is amended to include: Any person or organization with whom you agree in a written contract or written agreement to name as an additional insured but only with respect to liability arising out of the ownership, maintenance or use of that part of the premises, designated in the written contract or written agreement, that is leased to you and subject to the following additional exclusions: This insurance does not apply to: 1. Any 'occurrence" which takes place after you cease to be a tenant in that premises. Structural alterations, new construction or demolition operations performed by or on behalf of the additional insured listed in the written contract or written agreement. This insurance is excess of all other insurance available to the additional insured, whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. In that event, this insurance will be primary relative to insurance policy(s) which designate the additional insured as a Named Insured in the Declarations and we will not require contribution from such insurance if the written contract also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured, this insurance will be excess. V. AUTOMATIC ADDITIONAL INSUREDS — STATE OR GOVERNMENTAL AGENCY OR POLITICAL SUBDIVISIONS — PERMITS OR AUTHORIZATIONS SECTION II — WHO IS AN INSURED is amended to include any state or governmental agency or subdivision or political subdivision with whom you are required by written contract, ordinance, law or building code to name as an additional insured subject to the following provisions: This insurance applies only with respect to operations performed by you or on your behalf for which the state or governmental agency or subdivision or political subdivision has issued a permit or authorization. This insurance does not apply to: "Bodily injury", "property damage" or "personal and advertising injury' arising out of operations performed for the federal government, state or municipality; or "Bodily injury" or "property damage" included within the "products -completed operations hazard". This insurance is excess of all other insurance available to the additional insured, whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. In that event, this insurance will be primary relative to insurance policy(s) which designate the additional insured as a Named Insured in the Declarations and we will not require contribution GL-3086 (09/11) -10- from such insurance if the written contract also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured, this insurance will be excess. W. CONTRACTORS AUTOMATIC ADDITIONAL INSURED COVERAGE — COMPLETED OPERATIONS SECTION II — WHO IS AN INSURED is amended to include as an additional insured any person or organization who is required by written contract to be an additional insured on your policy for completed operations, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the project designated in the contract, performed for that additional insured and included in the "products -completed operations hazard". This insurance is excess of all other insurance available to the additional insured, whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. In that event, this insurance will be primary relative to insurance policy(s) which designate the additional insured as a Named Insured in the Declarations and we will not require contribution from such insurance if the written contract also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured, this insurance will be excess. X. ADDITIONAL INSURED — ENGINEERS, ARCHITECTS OR SURVEYORS SECTION II — WHO IS AN INSURED is amended to include as an additional insured any architect, engineer or surveyor who is required by written contract to be an additional insured on your policy, but 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 performed by you or on your behalf. This includes such architect, engineer or surveyor, who may not be engaged by you, but is contractually required to be added as an additional insured to your policy. 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 the failure to render any professional services, including: 1. The preparing, approving, or failing to prepare or approve maps, drawings, opinions, reports, surveys, change orders, designs or specifications; or 2. Supervisory, inspection or engineering services. This insurance is excess of all other insurance available to the additional insured, whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. In that event, this insurance will be primary relative to insurance policy(s) which designate the additional insured as a Named Insured in the Declarations and we will not require contribution from such insurance if the written contract also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured, this insurance will be excess. GL-3086 (09/11) -11- This endorsement modifies insurance provided under the following: It is agreed that the provisions listed below apply only upon the entry of an FX-1 in the box next to the caption of such provision. A OX Broad Form Named Insured F. I-X] Chartered Aircraft B. ❑X Bodily Injury Extension G. EX] Coverage Territory Broadened C. OX Employee As Insureds - Health Care Services H. n Medical Payments - Increased Limits D. ❑X Non -Owned Watercraft Liability I. F-X] Expanded Expected or Intended Exception E [X I Liberalization J. F-x1 Property Perils Legal Liability K ❑X Broadened Supplementary Payments SECTION II - WHO IS AN INSURED , Paragraph 3 is deleted and replaced by the following: 3. Any organization you newly acquire or form, except for a partnership, joint venture or limited liability company, and over which you maintain majority ownership or interest (51%or more) or for which you have assumed the active management, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: a Coverage under this provision is afforded only until the end of the policy period or the 12- month anniversary of the policy inception date, whichever is earlier; b. Coverage A does not apply to "bodily injury' or "property damage" that occurred before you acquired or formed the organization; C. Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization. B. BWLY INJURY S ENSION SECTION V - DEFINITIONS , Paragraph 3, is deleted and replaced by the following: 3. "Bodily injury' means bodily injury, siclamess or disease sustained by a person, including mental anguish or death resulting from any of these, at any time. Mental anguish means any type of mental or emotional illness or disease. G. EMPLOYEES AS INSUREDS - HEALTH CARE SERVICES SECTION II - WHO IS AN INSURED , Item Za(1xd) is deleted. GL-2784 (09/11) -1- D. NOI+OVMED WATERCRAFT UABI LJT Y SECTION I - COVERAGES, COVERAGE A 2 ExamsONS , Item g.(2) is replaced with: (2) A watercraft you do not own that is: (a) Less than 51 feet long; and (b) Not being used to carry persons or property for a charge. E. UBERAUZATION SECTION IV - CONDITIONS , is amended to include: 10. Liberalization If we adopt a change in our forms or rules which would broaden the coverage of this policy without an additional premium charge, the broader coverage will apply. This extension is effective upon the approval of such broader coverage in your state of domicile. SECTION I - COVERAGES , Coverage A, Exclusions, Item 2g.(6) is added: (6) An aircraft in which you have no ownership interest and that you have chartered with crew. SECTION V - DEFINITIONS , Item Aa. is replaced with: a The United States of America (including its territories and possessions), Canada, Bermuda, the Bahamas, the Cayman Islands, British Virgin Islands and Puerto Fbco. Unless COVERAGE C. -MEDICAL PAYMENTS is excluded from this policy: SECTION I - COVERAGES , Coverage C , Insuring Agreement, Item c. is added: a The medical expense limit provided by this policy shall be the greater of: (1) $10,000; or (2) The amount shown in the declarations. I. E)PANDED EXPECTED or INTENDED EXCEPTION SECTION I - COVERAGES , 2. Exclusions Item a is amended as follows: a Expected or Ink nded Injury - "bodily injury' or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury' or "property damage" resulting from the use of reasonable force to protect persons or property. GL-2784 (09/11) -2- A SECTION I - COVERAGES, COVERAGE A, 2. Exclusions, the last paragraph following exclusion q. is replaced with: Exclusion a through n., do not apply to damage by fire, explosion, smoke, water damage, sprinkler leakage, or lightning to premises while rented to you or temporarily occupied by you with the permission of the owner. A separate limit of insurance applies to this coverage as described in SECTION III - LIMITS OF INSURANCE . B. SECTION III - LIMITS OF INSURANCE , Item 6. is replaced with: 6. Subject to 5. above, the Damage to Premises Rented to You Limit is the most we will pay under Coverage A for damages because of 'property damage" to any one premises while rented to you, or in the case of damages by fire, explosion, smoke, water damage, sprinkler leakage or lightning, while rented to you or temporarily occupied by you with the permission of the owner, arising out of any one fire, explosion, smoke, water damage, sprinkler leakage or lightning incident. The Damage to Premises Rented to You Limit provided by this policy shall be the greater of: 2- The amount shown in the declarations. C. SECTION IV - COLMERCiAL GENERAL LIABILITY CONDITIONS, Item 4.b.(lxaxii) is replaced with: (H) That is fire, explosion, smoke, water damage, sprinkler leakage or lightning insurance for premises while rented to you or temporarily occupied by you with the permission of the owner. D. SECTION V - DEFINfIIONS , Item 9.a. is replaced with: a A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire, explosion, smoke, water damage, sprinkler leakage or lightning to premises while rented to you or temporarily occupied by you with the permission of the owner is not an "insured contract." SECTION I - COVERAGES, SUPR I NE3+TTARY PAYMENTS - Coverages A and B, Item 1.b. and 1.d. are replaced with: 1.b. The cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. M do not have to fumish these bonds. 1.d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit," including actual loss of earnings up to $500 a day because of time off from works GL-2784 (09/11) -3- 7/22/2021 Corporations and Charities System BUSINESS INFORMATION Business Name: SOUND PACIFIC CONSTRUCTION LLC UBI Number: 603 606 759 Business Type: WA LIMITED LIABILITY COMPANY Business Status: ACTIVE Principal Office Street Address: 6708144TH ST NW STE A, GIG HARBOR, WA, 98332-8735, UNITED STATES Principal Office Mailing Address: 6708 144TH ST NW STE A, GIG HARBOR, WA, 98332-8735, UNITED STATES Expiration Date: 04/30/2022 Jurisdiction: UNITED STATES, WASHINGTON Formation/ Registration Date: 04/15/2016 Period of Duration: PERPETUAL Inactive Date: Nature of Business: CONSTRUCTION REGISTERED AGENT INFORMATION Registered Agent Name: PAIJE ABPLANALP Street Address: 3902 157TH ST CT NW, GIG HARBOR, WA, 98332-0000, UNITED STATES Mailing Address: 3902 157TH ST CT NW, GIG HARBOR, WA, 98332-0000, UNITED STATES GOVERNORS Title Governors Type Entity Name First Name Last Name GOVERNOR INDIVIDUAL JOHN BRUNSON GOVERNOR INDIVIDUAL PAVE ABPLANALP GOVERNOR INDIVIDUAL PARRI BRUNSON GOVERNOR INDIVIDUAL THOMAS ABPLANALP https://ccfs.sos.wa.gov/#/BusinessSearch/Businesslnformation 1/1 7/22/2021 Washington State Department of Revenue Washington State Department of Revenue < Business Lookup License Information: Entity name: SOUND PACIFIC CONSTRUCTION LLC Business name: SOUND PACIFIC CONSTRUCTION LLC Entity type: Limited Liability Company UBI #: 603-606-758 Business ID: 001 Location ID: 0001 Location: Active Location address: 6708 144TH ST NW STE A GIG HARBOR WA 98332-8735 Mailing address: 6708 144TH ST NW STE A GIG HARBOR WA 98332-8735 Excise tax and reseller permit status: Secretary of State status: Endorsements Endorsements held at this location License # Bremerton General Business - 34032 Non -Resident Federal Way General Business - Non -Resident Gig Harbor General Business - Non -Resident Minor Work Permit Olympia General Business - Non- 42534 Resident Click here Click here Governing People May inNude gnwm ny people na mgi#rrad with Seadary ofStc[e Governing people ABPLANALP, PAIJE ABPLANALP, THOMAS BRUNSON, JOHN New search Back to results Status Expiration date First issuance dal Active Dec-31-2021 May-04-2020 Active Jul-31-2022 Jul-12-2021 Active Jul-31-2022 Jul-13-2021 Active Apr-30-2022 Sep-22-2016 Mar-31-2022 Mar-15-2021 https://secure.dor.wa.gov/gteunauth/_/#3 112 7/22/2021 Washington State Department of Revenue Governing people BRUNSON, PARRI Title The Business Lookup information is updated nightly. Search date and time: 7/22/2021 9:00:05 AM 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/_/#3 2/2