Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
AG 22-011 - ACTIVE CONSTRUCTION, INC.
RETURN TO: PW ADMIN EXT: 2700 ID #: 4264 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATINGDEPT/DIV: PUBLIC WORKS/Engineering 2. ORIGINATING STAFF PERSON: John Mulkey EXT: 2722 3. DATE REQ. BY: 6/21 /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#): 22-01 1 ❑ INTERLOCAL ❑ OTHER Change Order 3 4. PROJECT NAME: 36204 - Lakota Middle School Safe Routes to School - SW Dash Pt Rd 5. NAME OF CONTRACTOR: Active Construction, Inc. ADDRESS: 5110 River Road E. Tacoma, WA 98443 TELEPHONE: 253-248-1091 E-MAIL: chrisr(c-Dactiyeconstruction.com FAX: SIGNATURE NAME: Chris Roberts TITLE: Proiect Manager 6. EXHIBITS AND ATTACHMENTS: El SCOPE, WORK OR SERVICES © COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS © PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE # 17-101998-00 BL, EXP. 12/31 / 22 UBI # 273-001-533 . EXP. / / 7. TERM: COMMENCEMENT DATE: 1 /18/2022 COMPLETION DATE: Upon completion 112 W D +6 8. TOTAL COMPENSATION: $ 113,665.40 this CO/$2,266,250.54 tote (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: 13 YES 0 NO IF YES, MAXIMUM DOLLAR AMOUNT: $ $2.082.47 this co IS SALES TAX OWED: OYES ❑ NO IF YES, $ $2.082.47 this co PAID BY: 0 CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT: ] ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED O PURCHASING: PLEASE CHARGE TO: C36204-26500 9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED 8 PROJECT MANAGER JRM-06113M23 8 DIVISION MANAGER � 8 DEPUTY DIRECTOR DSW 6114/23 0 DIRECTOR - ❑ RISK MANAGEMENT (IF APPLICABLE) 6 LAW DEPT KVA6/16/2023 10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 11. CONTRACT SIGNATURE ROUTING ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: 6/22/23 DATE REC' D- 6/23/23 ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIORTO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL / DATE SIGNED ❑ FINANCE DEPARTMENT ❑ LAW DEPT SIGNATORY (�I.AYQ$OR DiREcTOR) CITY CLERK ❑ ASSIGNED AG # AG# ❑ SIGNED COPY RETURNED DATE SENT. 6/30/73 COMMENTS: EXECUTE" " ORIGINALS 1 'UM CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT 36204 AG# 22-011 3 PROJECT NUMBER AGREEMENT NUMBER CHANGE ORDER NUMBER ErFECTIVE DATE LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL _ SW DASH POINT ROAD (21ST AVE SW TO SW 312TH ST) ACTIVE CONSTRUCTION, INC. PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: This Change Order covers the work changes summarized below: 1. Per Section 7-04.5 of the Special Provisions, it states that "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, ... imported or native backfill ...". Section 7-05.5 of the Special Provisions for payment of drainage structures is similarly worded. ACI noted to the City that they interpreted this to mean that they would be able to use native backfill, and bid the project as such. The City intended that if either native or imported backfill was used it was to be included but reviewed the specification and determined it was not sufficiently clear. ACI submitted copies of all gravel borrow tickets for the project as evidence of its use. The City reviewed the requirements in the Standard Specifications per Section 2-09.4 for the horizontal limits of excavation for payment, and Section 7-08.3 which calls for bedding depth to be completed per the standard plans, which is WSDOT Standard Plan B-55.20-03_e (attached.) Per the standard plan, for thermoplastic pipe, the bedding extends to 6-inches above the pipe. For ductile iron the bedding extends to 0.15 of the OD of the pipe from the bottom of the pipe. This was used to calculate the lower limit of the backfill. The upper limit of the backfill was the bottom of the pavement section per the plans. Payment for this work will be paid under current Bid Item A-21 "Gravel Borrow, Incl. Haul.", per Ton and new Bid Items B-29 "Gravel Borrow, Incl. Haul for Trench Backfill", per Ton. and C-18 "Gravel Borrow, Incl. Haul for Trench Backfill", per Ton. Based on the pay limits for pipe zone backfill and the planned excavation depths, the City has calculated the backfill quantities for storm drain pipe and structures. The additional quantity for Bid Item A-21 is 784.0 Tons, at a unit cost of $35.00 per Ton for a total additional cost of $27,440.00. The new quantity for Bid Item A-21 is 1,509.0 Tons. The new quantity for Bid Item B-29 "Gravel Borrow, Incl. Haul for Trench Backfill", is 274.4 Tons, at a unit cost of $35.00 per Ton for a total cost of $9,604.00. The new quantity for Bid Item C-19 "Gravel Borrow, Incl. Haul for Trench Backfill", is 54.5 Tons, at a unit cost of $35.00 per Ton for a total cost of $1,907.50. CHANGE ORDER AGREEMENT 1 Rev. 8/19 2. Removal and disposal of the native materials that were substituted for gravel borrow will be paid under new bid items A-83, "Export of Native Materials" per Cubic Yard, B-. Unit cost will be $35.00 per Cubic yard. New Bid Item A-83 Export of native Material. Cost for export were broken out by each schedule proportionally to the quantity of Gravel Borrow used for backfill. The new quantity for bid Item A-83, Export of Native Material will be 1,028.1 CY, for a total cost of $35,983.50. The new quantity for bid Item B-30, Export of Native Material will be 217.1 CY, for a total cost of $7,589.50. The new quantity for bid Item C-20, Export of Native Material will be 43.1 CY, for a total cost of $1,508.50. 3. Plans for striping did not reflect the Bid items. Per FD-09 Channelization Revisions to the quantities were required to reflect the plans. The following changes are made to bid items: A-66 Plastic Line. The quantity for A66 is decreased from 1880 LF to 680 LF. The unit cost for Bid Item A-66 remains unchanged at $1.50 per LF. The revised cost for Bid Item A-66 is $1,020.00. A-67 Profiled Plastic Line. The quantity for Profiled Plastic Line is increased form 1815 LF to 2040 LF. The unit cost for Bid Item A-67 remains unchanged at $3.30 per LF. The estimated revised cost for Bid Item A-67 is $6,732.00. A-68 Profiled Plastic Wide Line. The quantity for Profiled Plastic Wide Line is increased form 93 LF to 736 LF. The unit cost for Bid Item A-68 is reduced from $11.00 per LF to $8.50 per LF. The estimated revised cost for Bid Item A-68 is $6,256.00. New Bid Item A-84 "Plastic Wide Line" is created. The quantity for Bit Item A-841568 LF. The unit cost for Bid Item A-84 is $3.50 per LF. The cost for Bid Item A-84 is $5,488.00. 4. Pavement Repair for Curb Removal. Pavement was damaged by removal of existing curb. WSDOT required a 42" minimum width patch by 3.5" deep. Repair was paid for under a lump sum cost provided by ACI and attached as backup. New Bid Item A-85 "Pavement Repairfor Curb Removal' is created. The quantityfor Bid Item A-85 is 1, Lump Sum. The unit cost for Bid Item A-85 is $17,877.43. The time provided for completion in the Contract is ® Unchanged ❑ Increased by_ Working Day(s) ❑ Decreased by_ Working Day(s) This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑ Yes [K No If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No CHANGE ORDER AGREEMENT 2 Rev. 8/19 MODIFICATIONS TO UNIT PRICES: PREVIOUS REVISED ITEM NO. ITEM QTY UNIT PRICE UNIT PRICE A-68 Profiled Plastic Wide Line 750 LF $11.00 $8.50 THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE ITEM NO. ITEM QTY UNIT PRICE ADD OR DELETE A-21 GRAVEL BORROW INCL. HAUL 1509.0 $ 35.00 ADD $27,440.00 A-66 PLASTIC LINE 680 $ 1.50 DELETE $1,800.00 A-67 PROFILED PLASTIC LINE 2040 $ 3.30 ADD $742.50 A-68 PROFILED PLASTIC WIDE LINE 736 $ 8.50 ADD $5,233.00 A-83 EXPORT OF NATIVE MATERIALS 1028.1 $ 35.00 ADD $35,983.50 A-84 PLASTIC WIDE LINE 1568 $ 3.50 ADD $5,488.00 A-85 PAVEMENT REPAIR FOR CURB REMOVAL 1 $17,877.43 ADD$17,877.43 B-29 GRAVEL BORROW INCL. HAUL FOR TRENCH BACKFILL 274.4 $ 35.00 ADD $ 9,604.00 B-30 EXPORT OF NATIVE MATERIALS 217.1 $ 35.00 ADD $7,598.50 B-Tax 10.1 % SALES TAX ON SCHEDULE B ITEMS 1 $ 1,737.45 ADD $1,737.45 C19 GRAVEL BORROW INCL. HAUL FOR TRENCH BACKFILL 54.5 $ 35.00 ADD $1,907.50 C-20 EXPORT OF NATIVE MATERIALS 43.1 $ 35.00 ADD $1,508.50 C-Tax 10.1 % SALES TAX ON SCHEDULE C ITEMS 1 $ 345.02 ADD $345.02 TOTAL NET CONTRACT: INCREASE $113,665.40 C14ANGE ORDER AGREEMENT 3 Rev. 8/19 DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT $2,036,036.00 PREVIOUS CHANGE ORDERS $ 116,549.14 THIS CHANGE ORDER $ 113,665.40 NEW CONTRACT AMOUNT $2 266 250.54 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. 23 Miranda Morse 26:53:0 -0 r08.53:00-0T00' 06/23/2023 CONTRACTOR'S SIGNATURE DATE CHANGE ORDER AGREEMENT 4 Rev. 8/19 ACTIVE ACI CONSTRUCTION July 19, 2022 City of Federal Way Attn: John Mulkey 33325 8th Avenue South Federal Way, WA 98003 Subject: ACI Job No. 21-042, Lakota Middle School SRTS SW Dash Point Road SRTS-9917(033) / TIB No. P-P-113(P02)-1 Delegation of Signature Authority Dear Mr. Mulkey, By means of this letter, I, David Ceccanti, President of Active Construction, Inc., delegate' the authority herein described to Elizabeth Morris, Project Manager, and Miranda Morse, Project Engineer, on the following terms: 1. The project manager and project engineer may review and execute, on my behalf, project documentation, to include change orders, for the duration of the above referenced project. 2. This delegation commences from the project NTP Date (May 2, 2022) and will expire at Final Completion. 3. The authority delegated is not subject to sub -delegations without prior and expressed consent. If you have any questions, or should you require additional information, please do not hesitate to contact me. Sincerely, Active Construction, Inc. David Ceccanti President ONSTRUC SEAL PO BOY 430 PLIYALLUP, WA 98371 PHONE (253) 248-1091 FAX (253) 248-1092 ww ,v.activeconstruction.com RETURN T--- PW ADMIN 2700 ID #: 4166 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIv: PUBLIC WORKS / Engineering 2. ORIGINATING STAFF PERSON: John Mulkey EXT: 2722 3. DATE REQ. BY: 11/11/22 3. TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION 0 CONTRACT AMENDMENT (AG#): 22-01 1 ❑ INTERLOCAL ❑ OTHER Chanae Order 2 _ 4. PROJECT NAME: 36204 - Lakota Middle School Safe Routes to School - SW Dash Pt Rd 5. NAME OF CONTRACTOR: Active Construction, Inc. ADDRESS: 5110 River Road E. Tacoma, WA 98443 TELEPHONE: 253-248-1091 E-MAIL: c lrisr(i)activeconstruction.com _ FAX: SIGNATURENAME: Chris Roberts TITLE: Proiect Manager 6. EXHIBITS AND ATTACHMENTS: 0 SCOPE, WORK OR SERVICES 0 COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS 0 PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE # 17-101998-00 BL, EXP. 12/31/ 22 UBI # 273-001-533 , EXP. _/ / 7. TERM: COMMENCEMENT DA'I'.E: 1 /1 8/2022 COMPLETION DATE: Upon completion 112 WD +6 8. TOTAL COMPENSATION: $ 55,173.00 this CO/$2,112,470.96 total (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: d YES 0 NO IF YES, MAXIMUM DOLLAR AMOUNT: $ $2,342.15 to cn, cn pays state IS SALES TAX OWED: 0 YES ❑ NO IF YES, $ $2.342.15 to cn. cn pays state PAID BY: 0 CONTRACTOR 0 CITY RETAINAGE: RETAINAGE AMOUNT:N/A Fed Alfa ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED O PURCHASING: PLEASE CHARGE T0: C36204-26500 9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED 6 PROJECT MANAGER JRM 110/2712022 6 DIVISION MANAGER gm Dgmfly 5q bby Dlift—mullm Dn.: 2OU n ze r1.33 n DeoD 6 DEPUTY DIRECTOR DSW 11/30/22 8 DIRECTOR EJW 12/13/2022 ❑ RISK MANAGEMENT (IF APPLICABLE) 8 LAW DEPT KVA 12/9/2022 10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 11. CONTRACT SIGNATURE ROUTING ❑ SENT TO VENDOR/CONTRACTOR DATE SENT:. �2 13 122 DATE REC' D: ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL / DATE SIGNED ❑ FINANCE DEPARTMENT r] LA EP"I GNATORY (MAYOR OR DIRECTOR) G L I CITY CLERK ❑ ASSIGNED AG # 1� ❑ 3mff#E9-&jtw � � RETURNED DATE SENT: [a - COMMENTS: COMMENTS: fw V EXECU : ORIG,INALS 1/2020 36204 CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT AG# 22-011 PROJECT NUMBER AGREEMENT NUMBER CHANGE ORDER NUMBER LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL - I L , 2 Q2 EFFECTIVE DATE SW DASH POINT ROAD (21ST AVE SW TO SW 312TH ST) ACTIVE CONSTRUCTION, INC. PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: This Change Order covers the work changes summarized below: 1. Per discussion in the field and with subcontractors, add new Bid Items A79 and C17, Asphalt Cost Price Adjustment. The new bid items will be per WSDOT GSP 5- 04.5.OPT2.GR5 below: (January 13, 2021) Asphalt Cost Price Adjustment The Contracting Agency will make an Asphalt Cost Price Adjustment, either a credit or a payment, for qualifying changes in the reference cost of asphalt binder. The adjustment will be applied to partial payments made according to Section 1-09.9 for the following bid items when they are included in the proposal: "HMA Cl. _ PG "HMA for Approach Cl. _ PG "HMA for Preleveling Cl. _ PG "HMA for Pavement Repair Cl. _ PG "Commercial HMA" The adjustment is not a guarantee of full compensation for changes in the cost of asphalt binder. The Contracting Agency does not guarantee that asphalt binder will be available at the reference cost. The Contracting Agency will establish asphalt binder reference costs twice each month and post the information on the Agency website at: httos./Iwsdot.wa.aov/business-wsdot/contracts/about-Dublic-works- contracts) a ments-re ❑rtin /as halt -binder -reference -cost . The reference cost will be determined using posted prices furnished by Poten & Partners, Inc. If the selected price source ceases to be available for any reason, then the Contracting Agency will select a substitute price source to establish the reference cost. Price adjustments will be calculated one time per month. No price adjustment will be made if the Current Reference Cost is within +/-5% of the Base Cost. Reference costs for projects located in Eastern versus Western Washington shall be selected from the column in the WSDOT website table labeled "Eastern", or "Western", accordingly. The adjustment will be calculated as follows: If the reference cost is greater than or equal to 105% of the base cost, then Asphalt Cost Price Adjustment = (Current Reference Cost — (1.05 x Base Cost)) x (Q x 0.056). CHANGE ORDER AGREEMENT Rev. 8/19 If the reference cost is less than or equal to 95% of the base cost, then Asphalt Cost Price Adjustment = (Current Reference Cost — (0.95 x Base Cost)) x (Q x 0.056). Where: Current Reference Cost is selected from the website table based on the "Date Effective" that immediately precedes the current month's progress estimate end date. For work completed after all authorized working days are used, the adjustment will be based on the posted reference cost during which contract time was exhausted. Base Cost is selected from the website table based on the "Date Effective" that immediately precedes the contract bid opening date, and shall be a constant for all monthly adjustments. Q = total tons of all classes of HMA paid in the current month's progress payment. "Asphalt Cost Price Adjustment", by calculation. "Asphalt Cost Price Adjustment" will be calculated and paid for as described in this section. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount in the proposal to become a part of the total bid by the Contractor. The base cost per WSDOT website table is $520 Date Effective Begin Period End Period Eastern Western 11 /29/2021 11 /16/2021 11 /30/2021 $555.00 $520.00 The current reference cost will be based on the month the paving occurred. The City is exempting the new bid item A80 "HMA for Pavement Repair Cl. W PG 581-1-22" from this adjustment as it is a new bid item with current costs. Approximate Value for Bid Item A79, is $5,250, per calculation. Approximate Value for Bid Item C17, is $2,600, per calculation. 2. Add new bid item A80 "HMA for Pavement Repair Cl. '/2' PG 581-1-22". This bid item is to pay for the HMA to repair the existing pavement on 21 st avenue SW to a depth of 6" as existing bid items are not adequate to cover this type of work. Payment for this work will be by a new bid Item A80 "HMA for Pavement Repair Cl. '/2' PG 58-22", measurement will be per Ton of HMA placed and compacted per Section 5- 04. of the Standard Specifications. The new amount for Bid Item A80 is 14.41 Tons at a unit cost of $183.00 per Ton, for a total of $2,637.03. This Bid Item is exempted from the Asphalt Cost Price Adjustment. 3. Per Field Directive (FD) 006, Add 97 LF of 24 Inch Ductile Iron Pipe between existing CB 1 and existing CB 1692 to replace existing pipe that was found to be previously damaged and repaired incorrectly. Payment for the work will be completed using existing bid items and adjustment to the pipe cost. Per Section 1-04.6, Payment for this work will be by increasing the amount of BI A29 by 97 LF and creating a new bid item A81 "Ductile Iron Pipe 24 In. Reconciliation" for CHANGE ORDER AGREEMENT 2 Rev. 8/19 quantities over 125% of the original unit cost to accommodate the extra cost for the 24" pipe. The new amount for Bid Item A29 "Ductile Iron Pipe 24 In. Diam. is 332 LF, at $189.00 per LF. The new amount for Bid Item A81 is 1 lump sum of $2,307.16, per lump sum. 4. Per FD 006, The proposed lid for existing CB 1 will not work as there is not enough room between the top of the CB and the surface to install a conversion riser above the pipe. Payment for this work will be by a new bid Item A82 "Solid Locking Frame and Lid", per Each. The new quantity for Bid Item A82 "Solid Locking Frame and Lid", is 1, and the cost is $1,114.10 per Each. 5. Per FD 007, Additional work was added for paved pathways for the park. The original field directive proposed roadway excavation to pay for the work. Removal and grading proved to be more rigorous than expected and it was agreed to pay for that work under force account, temporarily under bid item C01. Additional quantities for Bid Item C05, Sawcutting of 40 LF, Bid Item C06, Crushed Surfacing Top Course of 45 Tons, Bid item C09 HMA CL. '/2' PG 581-1-22 of 50 Tons Payment for this work will be transferred to a new bid Item C18 "Parks Path Excavation", per Force Account. The new quantity for Bid Item C18 "Parks Excavation", is 1, and the cost is $10,749.56 per Force Account. The new amount for Bid Item C05 "Sawcutting" is 315 LF, at $3.00 per LF. The new amount for Bid Item C06 "Crushed Surfacing Top Course" is 100 Tons, at $56.00 per Ton. The new amount for Bid Item C09 "HMA CL. '/2" PG 581-1-22" is 250 TN L-F, at $144.00 per Ton. The time provided for completion in the Contract is ❑ Unchanged ® Increased by 6 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 3 Rev. 8/19 MODIFICATIONS TO UNIT PRICES: PREVIOUS REVISED ITEM NO. ITEM QTY UNIT PRICE UNIT PRICE THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE ITEM NO. ITEM QTY UNIT PRICE ADD OR DELETE A29 DUCTILE IRON PIPE 24 IN. DIAM 97 $189.00 ADD $18,333.00 A79 ASPHALT COST PRICE ADJUSTMENT 1 $5,250.00 ADD $ 5,250.00 A80 HMA FOR PAVEMENT REPAIR CL.'/2" PG 581-1-22 14.41 $183.00 ADD $ 2,637.03 A81 DUCTILE IRON PIPE 24 IN. RECONCILIATION 1 $2,307.16 ADD $ 2,307.16 A82 SOLID LOCKING FRAME AND GRATE 1 $1,114.10 ADD $ 1,114.10 C05 SAWCUTTING 40 $3.00 ADD $ 120.00 C06 CRUSHED SURFACING TOP COURSE 45 $56.00 ADD $ 2,520.00 C09 HMA CL. '/2' PG 581-1-22 50 $144.00 ADD $ 7,200.00 C17 ASPHALT COST PRICE ADJUSTMENT 1 $2,600.00 ADD $ 2,600.00 C18 PARKS PATH EXCAVATION 1 $10,749.56 ADD $10,749.56 C-Tax 10.1 % SALES TAX ON SCHEDULE C ITEMS 1 $2,342.15 ADD $ 2,342.15 TOTAL NET CONTRACT: INCREASE $ 55 173.00 DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT $2,036,036.00 PREVIOUS CHANGE ORDERS $ 21,261.98 THIS CHANGE ORDER $ 55,173.00 NEW CONTRACT AMOUNT $2 1 i2 470.98 STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. The execution of this Change Order shall constitute full satisfaction and a waiver of any and all claims by the Contractor arising out of, or relating in any way to, the Work identified, to be performed, or deleted pursuant to Change Order except as specifically described in this Change Order. CHANGE ORDER AGREEMENT 4 Rev. 8/19 ACTIVE ACI CONSTRUCTION INC. October 27, 2022 City of Federal Way Attn: John Mulkey 33325 8th Avenue South Federal Way, WA 98003 Subject: ACI Job No. 21-042, Lakota Middle School Safe Routes to School SW Dash Point Road SRTS-9917(033) / TIB No. P-P-113(P02)-1 Delegation of Signature Authority Dear Mr. Mulkey, By means of this letter, I, David Ceccanti, President of Active Construction, Inc., delegate the authority herein described to Chris Roberts, Senior Project Manager, on the following terms: 1. The project manager and project engineer may review and execute, on my behalf, project documentation, to include change orders, for the duration of the above referenced project. 2. This delegation commences from the project NTP Date (May 2, 2022) and will expire at Final Completion. 3. The authority delegated is not subject to sub -delegations without prior and express ten consent. If you have any questions, or should you require additional information, please do not hesitate to contact me. Sincerely, David Ceccanti President PO BOX 430 PUYALLUP, WA 98371 PHONE (253) 248-1091 FAX (253) 248-1092 www.aefiveconstruction.com RETURN TO: PW ADMIN EXT: 2700 ID #: 4123 1 1 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS / Enlneenn 2. ORIGINATING STAFF PERSON:. John Mulkey EXT: 2722 3. DATE REQ. BY: 7/20/22 3. TYPE OF DOCUMENT (CHECK ONE): O CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) O PUBLIC WORKS CONTRACT O SMALL OR LIMITED PUBLIC WORKS CONTRACT O PROFESSIONAL SERVICE AGREEMENT O MAINTENANCE AGREEMENT O GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) O ORDINANCE O RESOLUTION 0 CONTRACT AMENDMENT (AG#): 22-01 1 ❑ INTERLOCAL O OTHER Chanae_ Order 4. PRO.IECT NAME: Lakota Middle School Safe Routes to School - SW Dash Pt Rd 36204 5. NAME OF CONTRAUFOR: Active Construction, Inc. ADDRESS: 5110 River Road E. Tacoma, WA 98443 TELEPHONE: 253-248-1091 E-MAIL: dayidC(d)actiyeconstruction.COm FAX: SIGNATURENAME: David Ceccantl TITLE: EXHIBITS AND ATTACHMENTS: 0 SCOPE, WORK OR SERVICES 0 COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE m ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN O REQUIRED LICENSES O PRIOR CONTRACT/AMENDMENTS CFW LICENSE # 17-101998-00 BL, EXP.12/31/ 22 UBI # 273-001-533 EXP. —/—/— . TERM: COMMENCEMENT DATE: 1 /18/2022 COMPLETION DATE: Upon Completion 110 WD +2 TOTAL COMPENSATION: $ 22,302.58 C01 /$2,058,338.58 Total (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: O YES 0 NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: O YES [ZI NO IF YES, $ PAID BY: O CONTRACTOR O CITY RETAINAGE: RETAINAGE AMOUNT: _ fjl (�-Eed-Aijj-n RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE TO: C36204-26500 DOCUMENT / CONTRACT REVIEW 6 PROJECT MANAGER 8 DIVISION MANAGER 8 DEPUTY DIRECTOR d DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) 6 LAW DEPT INITIAL / DATE REVIEWED JRM - 7-13-2022 Dt, 2 sgned C�mune Mullen ' Date 02207 13 132909UT00' DSW 7/13122 '. KVA V14/2022 INITIAL / DATE APPROVED 110. 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: 7115122 DATE REC' D: 7n9/22 ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL / DATE SIGNED ❑ FINANCE DEPARTMENT ❑ LAW DEPT 8 SIGNATORY (MAYOR OR DIRECTOR) ❑ CITY CLERK ❑ ASSIGNED AG # ❑ SIGNED COPY RETURNED COMMENTS: A �O11 A DATE SENT:, 1.� ^'- CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT 36204 AG# 22-011 PROJECT NUMBER AGREEMENT NUMBER CHANGE ORDER NUMBER LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL 7-1 - 1:7- EFFECTIVE DATE SW DASH POINT ROAD (21ST AVE SW TO SW 312TH ST) ACTIVE CONSTRUCTION, INC. PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: This Change Order covers the work changes summarized below: 1. Per Request for Information (RFI) 6, the type of foundations for Permanent Signing were not identified in the original contract. The City directed Active Construction to utilize WSDOT Standard Plan G-24.50-05 Type St-4 Sign Support. This requires a concrete foundation and pole extension that was noted as an extra cost per the attached BI 65 permanent Signing Update. Payment for this work will be by increasing the lump sum cost of BI A 65 to accommodate the extra cost for the Type ST-4 foundations by $1,040.60. The new amount for Bid Item A 65 is $6,040.60. 2. Per Field Directive (FD) 002. 002.1 and 002 Revision 3, the City noted the sign sizes for the School Zone Flashing Beacons were incorrect, which required new signs and a modification to the length of the posts. Additionally, the was an incorrect plan note that should have been for a fourth School Zone Flashing Beacon, so this covers the full cost of installing the fourth School Zone Flashing Beacon. Payment for this work will be by increasing the lump sum cost of BI A 61 to accommodate the extra cost for the posts and relocating the existing sign with a new controller by $20,221.38. The new amount for Bid Item A 61 is $95,221.38. The time provided for completion in the Contract is ❑ Unchanged ® Increased by 2 Working Day(s) ❑ Decreased by_ Working Day(s) This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑ Yes ® No If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No CHANGE ORDER AGREEMENT 1 Rev. 8/19 MODIFICATIONS TO UNIT PRICES: ITEM NO. ITEM A61 School Zone Flashing Beacons, Complete A65 Permanent Signing TOTAL NET CONTRACT: DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT PREVIOUS CHANGE ORDERS THIS CHANGE ORDER NEW CONTRACT AMOUNT PREVIOUS REVISED (3' TY UNIT PRICE UNIT PRICE 1 LS $5,000.00 $6,040.60 1 LS $75,000.00 $95,221.38 (INCREASE $ 21,261.98 $2,036,036.00 $ 0.00 $ 21,261.98 $2,057,297.98 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. R'S SIGNATURE MA r 71Is/ ZZ DATE CHANGE ORDER AGREEMENT 2 Rev. 8/19 ACTIVE CONSTRUCTION ACIINC. July 19, 2022 City of Federal Way Attn: John Mulkey 33325 8th Avenue South Federal Way, WA 98003 Subject: ACI Job No. 21-042, Lakota Middle School SRTS SW Dash Point Road SRTS-9917(033) / TIB No. P-P-113(P02)-1 Delegation of Signature Authority Dear Mr. Mulkey, By means of this letter, 1, David Ceccanti, President of Active Construction, Inc., delegate the authority herein described to Elizabeth Morris, Project Manager, and Miranda Morse, Project Engineer, on the following terms: 1. The project manager and project engineer may review and execute, on my behalf, project documentation, to include change orders, for the duration of the above referenced project. 2. This delegation commences from the project NTP Date (May 2, 2022) and will expire at Final Completion. 3. The authority delegated is not subject to sub -delegations without prior and expressed consent. If you have any questions, or should you require additional information, please do not hesitate to contact me. Sincerely, Active Construction, Inc. David Ceccanti President GpN poRLJC . GOF, =� SEAL .G PO BOX 430 PUYALLUP, WA 98371 PHONE (253) 248-1091 FAX (253) 248-1092 www.activeconstruction.com iC/ au, i.y;nrll.nyi,n':;nn!ui,r RETURN TO: PW ADMIN EXT: 2700 ID #: 3994 / 4044 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIv: PUBLIC WORKS / Capital 2. 3. ORIGINATING STAFF PERSON: John Mulkey EXT: 2722 3. DATE REQ. Bv: 10/21 /21 TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) m PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION ❑ CONTRACT AMENDMENT (AG#):` ❑ INTERLOCAL ❑ OTHER RFB 21-003 4. PROJECTNAME: LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SW DASH POINT ROAD 5. NAMEOFCONTRAC[•OR: Active Construction Inc. ADDRESS: 5110 River Rd. E Tacoma WA 98443 TELEPHONE: 253-248-1091 E-MAIL: dayidcdactiyeconstruction.com FAX: SIGNATURE NAME: David Ceccanti TITLE: 6. EXHIBITS AND ATTACHMENTS: ® SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE # BL, EXP. 12/31/ UBI # , EXP. i / 7. TERM: COMMENCEMENT DATE: TBD � I `_ COMPLETION DATE: Upon Completion 8. TOTAL COMPENSATION: $ 2,036,036 (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑ YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT. ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED in PURCHASING: PLEASE CHARGE TO: c36204-26500 9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED 9 PROJECT MANAGER JRM- 10/14/2021 JRM - 1-4-2022 6 DIVISION MANAGER SLH 10114/2021 d DEPUTY DIRECTOR DSW 10/15/21 DSW 1-4-22 6 DIRECTOR optff=� EJW 1/5/2022 ❑ RISK MANAGEMENT (IF APPLICABLE) 6 LAW DEPT KVA 10/19/2021 KVA 1/4/2022 10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 11. CONTRACT SIGNATURE ROUTING ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: 01/04/22 DATE REC' D, 01/14/22 ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL / DATE SIGNED ❑ FINANCE DEPARTMENT 6 LAW DEPT 6 SIGNATORY (MAYOR OR DIRECTOR) d CITY CLERK ❑ ASSIGNED AG # ❑ SIGNED COPY RETURNED COMMENTS: l 111r AG# 22-011 DATE SENT: 1/26 22 1/2020 41111k6 , '. CITY Federalo. Way BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS FOR LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SW DASH POINT ROAD (21ST AVE SW TO SW 312TH STREET) PROJECT # 36204 RFB # 21-003 FEDERAL AID FUNDING #: SRTS-9917(033) TIB FUNDING #:P-P-113(P02)-1 City of Federal Way PUBLIC WORKS DEPARTMENT 33325 8th Avenue South Federal Way, WA 98003 BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS FOR LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SW DASH POINT ROAD (21 ST AVE SW TO SW 312TH STREET) PROJECT # 36204 RFB # 21-003 FEDERAL AID FUNDING #: SRTS-9917(033) TIB FUNDING #: P-P-113(P02)-1 Bids Accepted Until 3:00 p.m., December 3, 2021 at City of Federal Way 33325 8th Avenue South Federal Way, WA 98003 Prepared By: City of Federal Way Public Works Department pBE R T r,. 39889 �4 Cy �ON�G 11-10-2021 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 LAKOTA SRTS RFB-i PROJECT #204 / RFB #21-003 CFW RFB VERSION 2020-JUN TABLE OF CONTENTS PAGE ADVERTISEMENTFOR BIDS ................ ..................................................... ,..........................................................3 INSTRUCTIONSTO BIDDERS 8. CHECKLISTS ................................ ....................... ........................................... 5 BIDPROPOSAL.............................,,....,....,.............................................................-...........................................7 BIDBOND......................................................................................................................,......-..............................17 SUBCONTRACTORLIST......................................................................................................,.............................18 CONTRACTOR WAGE LAW COMPLIANCE CERTIFICATION.........................................................................19 PROPOSAL FOR INCORPORATING RECYCLED MATERIALS.......................................................................20 UDBEUTILIZATION CERTIFICATION............................................................... :................ ._.......... ..--- ............ 21 UDBE WRITTEN CONFIRMATION DOCUMENT................................................................................................22 UDBEBID ITEM BREAKDOWN............................................................................................._:,...,,...:.................23 UDBEBID ITEM TRUCKING CREDIT.................................................................................................................24 PUBLICWORKS CONTRACT............................................................ :...................... ::.::...:............ :.... :............ 25 SAMPLECONTRACT CHANGE ORDER...........................................................................................................25 CERTIFICATE OF INSURANCE.....................................................................................................................34 PERFORMANCE AND PAYMENT BOND.............................................................. ...... ................ ..................... 35 SPECIAL PROVISIONS SCHEDULES A AND C.................................................................................................... STANDARDPLANS AND DETAILS........................................................................................................................ FHWA1273............................................................................................................................................................... PREVAILING WAGES AND BENEFIT CODE KEY................................................................................................. DAHP INDEPENDENT DISCOVERY PLAN............................................................................................................ NPDESCSWGP....................................................................................................................................................... LAKEHAVENSPECIAL PROVISIONS................................................................................................................... PROJECT PLANS ............. BOUND SEPARATELY CITY OF FEDERAL WAY LAKOTA SRTS RFB-ii PROJECT #204 / RFB #21-003 CFW RFB VERSION 2020-JUN ADVERTISEMENT FOR BIDS LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SW DASH POINT ROAD (21ST AVE SW TO SW 312TH STREET) SUBMITTAL. OF SEALED BIDS: Notice is hereby given that the City of Federal Way will receive sealed bids through December 3, 2021, at 3:00 p.m. at the City Hall Finance Department at 33325 8th Avenue South, Federal Way, Washington 98003. Proposals received after said date and time will not be considered. All timely bids will be opened and read via Zoom at the following meeting id and link: https://cityoffedera[way.zoom . us/j/934884651847pwd=MkJ3UmY4NzFwOERZbTZmRIpNO2pxUT09 Meeting ID: 934 8846 5184 Passcode:976148 One tap mobile +12063379723„93488465184# US (Seattle) +12532158782„93488465184# US (Tacoma) Dial by your location +1 206 337 9723 US (Seattle) +1 253 215 8782 US (Tacoma) +1 213 338 8477 US (Los Angeles) Meeting ID: 934 8846 5184 3:05 p.m. on December 3, 2021. This project shall consist of: improvements for the Lakota Middle School Safe Route to School project - SW Dash Point Road (21st Ave SW to SW 312th St.), including but not limited to the following: New asphalt concrete pavement, curb & gutters, sidewalks, drainage improvements, illumination, landscaping, signing, signal modifications, channelization, water main replacement and other 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 110 working days. BID DOCUMENTS: Plans, Specifications, Addenda, and plan holders list are available online through Builders Exchange of Washington at www.bxwa.com. Click on: "Posted Projects," "Public Works," and "City of Federal Way." It is recommended that Bidders "Register' in order to receive automatic e-mail notification of future addenda and to place themselves on the "Bidders List." Bidders that do not register will need to periodically check on-line for addenda issued on this project. Contact Builders Exchange of Washington at (425) 258-1303 if you require assistance with access or registration. An informational copy of plans, specifications, and addenda are available for viewing only at the City of Federal Way Finance Department. QUESTIONS: Any questions must be directed to John Mulkey, Senior Capital Engineer, by email at john.mulkey@cityoffederalway.com, or by letter addressed to the same. Questions must be received by the City no later than 5:00 p.m. three business days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of bids. OTHER PROVISIONS: All bids and this Project shall be governed by the Contract, as defined by the Washington State Department of Transportation Standard Specifications for Road, Bridge, and Municipal Construction 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. CITY OF FEDERAL WAY LAKOTA SRTS RFB-3 PROJECT #204 / RFB #21-003 CFW RFB VERSION 2020-JUN The City, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49 C.F.R., Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally -assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an award. The City encourages minority and women -owned firms to submit bids consistent with the City's policy to ensure that such firms are afforded the maximum practicable opportunity to compete for and obtain public contracts. The City of Federal Way reserves the right to reject any and all bids, waive any informalities or minor irregularities in the bidding, and determine which bid or bidder meets the criteria set forth in the bid documents. DATES OF PUBLICATION: Daily Journal of Commerce Federal Way Mirror CITY OF FEDERAL WAY Publish November 12, 2021 and November 19, 2021 Publish November 12, 2021 and November 19, 2021 LAKOTA SRTS RFB-4 PROJECT #204 / RFB #21-003 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; publicly available information, and has reviewed and inspected all applicable federal, state, and local statutes; regulations, ordinances and resolutions dealing with or related to the equipment and/or services to be provided herein. The failure or neglect of a bidder to examine such documents, statutes. regulations, ordinances or resolutions shall in no way relieve the bidder from any obligations with respect to the bidder's bid or the contract documents No claim for additional compensation will be allowed which is based upon a lack of knowledge of any contract documents. statutes, regulations, ordinances or resolutions. Bidders shall visit delivery and service locations(s) as required. Bidders shall become familiar with and verify any environmental factors, which may impact current or future prices for this requirement. (3) INTERPRETATION OF BID AND CONTRACT DOCUMENTS No oral clarifications, interpretations, or representation will be made to any bidder as to the meaning of the bid or Contract Documents. Bidders shall not rely upon any oral statement or conversation they may have with City's employees, agents, representatives, consultants, or design professionals regarding the Contract Documents, whether at the pre -bid meeting or otherwise and no oral communications will be binding upon the City. Any questions must be directed to John Mulkey, Senior Capital Engineer: by email at john.mulkey@cityoffedealway.com, or by letter addressed to same The questions must be received by the City no later than 5:00 p_m three business days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their bids. Any interpretation deemed necessary by the City will be in the form of an Addendum to the bid documents and when issued will be sent as promptly as is practical to all parties to whom the bid documents have been issued. All such Addenda shall become part of the bid. (4) BID PRICE The bid price shall include everything necessary for the completion of the Contract and the Work including, but not limited to, furnishing all materials, equipment, tools, freight charges, facilities and all management, superintendence, labor and service, except as may be provided otherwise in the Contract Documents All Washington State sales tax and all other government taxes, assessments and charges shall be included in the various Bid item prices as required by law. The offer shall remain in effect ninety (90) days after the bid opening. (5) POSTPONEMENT OF BID OPENING The City reserves the right to postpone the date and time for the opening of bids by Addendum at any time prior to the bid opening date and time announced in these documents. (6) REJECTION OF BIDS The City reserves the right to reject any bid for any reason including; but not limited to. the reasons listed in Special Provisions Section 1-02.13. The City further reserves the right to reject any portion of any bid and/or to reject all bids. In consideration for the City's review and evaluation of its bid; the bidder waives and releases any claims against the City arising from any rejection of any or all bids. If, in the opinion of the City, there is reason to believe that collusion exists among bidders, none of the bids of the participants in such collusion will be considered. (7) RECYCLED PRODUCTS The Contractor shall use recycled paper for proposals and for any printed or photocopied material created pursuant to a contract with the City whenever practicable and use both sides of paper sheets for reports submitted to the City whenever practicable. CITY OF FEDERAL WAY LAKOTA SRTS RFB-5 PROJECT #204 / RFB #21-003 CF W RFB VERSION 2020-JUN Provided co Bu_lders Exchange cf WA, Inc For usage Conditions Agreement see ri^,,,•i.bxwa_ccm - Always verify Seal (8) (9) BIDDER'S CHECKLIST The bidder's attention is especially called to the following forms, which must be executed in full as required. Failure to comply may result in rejection of any bid not so complying. []� Bid Pr000sal: 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. j/ Proposal for Incorporating Recycled Materials: This form shall be filled in and executed by the bidder. ' UDBE Utilization Certification: This form shall be filled in by the bidder. ❑ UDBE Written Confirmation: Part A of this form shall be filled in by the bidder and Part B shall be signed by U D B E firm..— 64 141m O/fP-s?W�9- t-oz-9 CONTRACT CHECKLIST The following documents are to be executed and delivered to the City after the Bid is awarded ❑ Public Works Contract: The successful bidder will fully execute and deliver to the City the Public Works Contract ("Contract") from these Bid Documents. ❑ Certificate of Insurance: The successful bidder will provide a Certificate of Insurance evidencing the insurance requirement set forth in the Contract. ❑ Performance/Payment Bond: The successful bidder will provide a fully executed Performance/Payment Bond as appropriate. ❑ Business License: The successful bidder will provide a copy of a current Business License with the City of Federal Way. ❑ NPDES Transfer of Coverage Form; The successful bidder will provide the filled -in Transfer of Coverage Form provided by the City. CITY OF FEDERAL WAY LAKOTA SRTS RFB-6 PROJECT #204 / RFB #21-003 CFW RFB VERSION 2020-JUN ADDENDUMI Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see w wr bywa.com - , BID PROPOSAL LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SW DASH POINT ROAD (21ST AVE SW TO SW 312TH STREET) PROPOSAL SUBMITTED TO: City of Federal Way 33325 8th Ave South Federal Way, Washington 98003-6325 PROPOSAL SUBMITTED BY: Bidder: A&nW W/jL77"_7:A_Z- Full Legal Name of Firm Contact: PAVI Orl lndividUal with Legal AiAhority to sign Bid and Contract Address i5iIfd 91VW_ A Street Address --MtomA A)tq 9gNg3 City, State Zip Phone 26.3• N>> O- l0°!/ E-Mail�u�d�@ Ql��G61?sfYK�lfl7'1. CD/)') Select One of the Following. '.:orporation ❑ Partnership. ❑ Individual ❑ Other State Contractor's License No. State Contractor's License Expiration Date. 11 1 -7 1 Z Month Day Year State UBI No d Z79P01 Q6 State Worker's Comp. Account No. CITY OF FEDERAL WAY .2 qq -oo LAKOTA SRTS RFB-7 PROJECT #2041 RFB #21-003 CFWRFB VERSION 2020-JUN Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see ww,. ___.va 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 nonresponsive. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and tafals shall be corrected to conform thereto. The Bidder shall complete this entire Bid Form or this bid may be considered nonresponsive. The City may correct obvious mathematical errors. The City of Federal Way reserves the right to reject any and all bids, waive any informalities or minor irregularities in the bidding, and determine which bid or bidder meets the criteria set forth in the bid documents. SCHEDULE A: ROADWAY IMPROVEMENTS All unit prices shall include applicable sales tax (Roadway Improvements) Item Spec. Un Plan Div. Bid Item Description it G1ty Unit Price Amount No. A01 1-04 MINOR CHANGE FA 1 $5,000.00 $5,000.00 A02 1-05 ROADWAY SURVEYING LS 1 $ 1*61-000. 0° $ /�000. 00 A03 1-05 ADA FEATURES SURVEYING LS 1 $ �0d. 00 $ �jdp, 00 A04 1-05 AS -BUILT SURVEY AND RECORD LS 1 $ 00 $ /dQQ, 00 DRAWINGS 1-07 SPCC PLAN A05 LS 1 I $ A00 0D $ /D0. 00 A06 1-09 MOBILIZATION LS 1 $19gt70Z. $ I/q A07 1-10 TRAFFIC CONTROL SUPERVISOR LS 1 $ /�� 00 $ 7500. 00 A08 1-10 FLAGGERS HR 1000 I $ "J'70,0 $ 17 OP p, o0 A09 1-10 OTHER TRAFFIC CONTROL HR 1000 $ / DO 6S $ 00 l�� ODD. ,LABOR 11$) A10 1-10 CONSTRUCTION SIGNS CLASS A SF 100 $ �. OQ . 00 All 1-10 SEQUENTIAL ARROW SIGN HR 11280 $ _ ZS $ 2 3&. 00 Al2 1-10 PORTABLE CHANGEABLE HR 3840 $ $ 4L¢r qvo Da MESSAGE SIGN A13 1-10 PROJECT TEMPORARY TRAFFIC LS 1 $ /Gl�tl . po $ 2�100. Da CONTROL A14 2-01 CLEARING AND GRUBBING LS 1 $ $ 3� 0� "b A15 2-01 ROADSIDE CLEANUP FA 1 $5,000.00 $5,000.00 A16 2-02 REMOVAL OF STRUCTURES AND LS 1 900 000. Do $ ze ODO. OBSTRUCTIONS SAWCUTTING I$ A17 2-02 LF 1575 $ 3, OO $ Y_ZZS a� CITY OF FEDERAL WAY LAKOTA SRTS RFB-8 PROJECT #2041 RFB #21-003 CFW RFB VERSION 2020-JUN ADDENDUM 1 o�r_ded to Euildeis EXc'� ange of WA, Inc. For usage Cond_�ions 'g17eeme:-it see ;tir-,a.br_wa.ccm - Llways .eri`y Scal A18 2-02 REMOVE DRAINAGE STRUCTURE I EA REMOVE STORM SEWER PIPE LF ROADWAY EXCAVATION INCL. CY r2-O3 6 $ %0. Q0 $ 3000.00 A19 950 $ ��, DO $ ��i ��b• 1 0 A20 725 $ 60• DD $ q3, vQ, pv HAUL A21 2-03 GRAVEL BORROW INCL. HAUL TN 725 $ �%s 0 $ n A22 2-09 SHORING OR EXTRA EXCAVATION SF 4550 $ �, !Q $ (CLASS B A23 2-09 STRUCTURE EXCAVATION CLASS CY 210 1 4 00 o�' �bi g OQ, p0 B FOR RELOCATION OF UTILITIES A24 4-04 CRUSHED SURFACING TOP TN 140 $ 62,00 $ 069D, 00 COURSE A25 4-04 CRUSHED SURFACING BASE TN 425 $ Gj2, j $ a17,0 -5 COURSE A26 5-04 HMA CL. 112 IN PG 581-1-22 TN 550 $ �rj?J• Ott $ m rq. DO A27 5-04 TEMPORARY PAVEMENT TN 25 $ /L��. 00 $ /_'1. DO A28 7-04 HIGH DENSITY POLYETHYLENE LF 568 �D $ �j'�Gf $ /0d1 &7L 00 / (HDPE) PIPE 24 IN. DIAM. U , A29 7-04 DUCTILE IRON PIPE 24 IN. DIAM. LF 235 $ 00 04 A30 7-04 $ (D��. 00 HIGH DENSITY POLYETHYLENE LF 6 $ 3P5-. 00 (HDPE) PIPE 12 IN. DIAM. A31 7-04 TESTING STORM SEWER PIPE LF CATCH BASIN TYPE 1 EA CATCH BASIN TYPE 2 - 48 IN. EA 809 $ q DO $ �2g�, 00 A32 7-05 1 i$ �$OQ, 00 $ DO A33 7-05 9 $ �9«� DO "9 $ -7/ DIAM. ADJUST MANHOLE EA A34 7-05 3 �$ qb5 , 00 $ t<, S QO INSTALL CONVERSION RISER AND A35 7-05 ROUND SOLID COVER ON EXISTING TYPE 1 CB AND ADJUST TO GRADE A36 7-05 CONNECTION TO DRAINAGE STRUCTURE A37 8-01 ESC LEAD A38 8-01 STORM WATER POLLUTION PREVENTION PLAN A39 I 8-01 (EROSION CONTROL AND WATER (POLLUTION PREVENTION CITY OF FEDERAL WAY RFB-9 EA 1 1$ 1go0. 00 R$ 1000,00 EA I 4 $ l�• $ S�D, D" DA 110 $ /, 00 $ /` 0" bD LS 1 $ Poo, DO $ Pao. 00 LS 1 $ 0�000. 00 $ �$, p00. va LAKOTA SRTS PROJECT #204 / RFB #21-003 CFW RFB VERSION 2020-JUN ADDENDUM( Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see o��.hr_�a.com - Always Verify Scal A40 8-01 INLET PROTECTION SILT FENCE EA 22 $ 106.00 $ ZZOD. 00 A41 8-01 LF 850 $ 5-00 $ -12,0. 00 A42 8-02 TOPSOIL TYPE A CY 140 $ �-D 00 $ b am. Ob A43 8-02 SOD INSTALLATION SY 470 $ �3,�jl� $ b3gs OO A44 8-02 SEEDED LAWN INSTALLATION 8-02 BARK MULCH SY 215 $ /e, DD $ 1Z010, 00 A45 CY 20 00 $ (05 $ 1 00' 00 A46 8-02 ROOT BARRIER LF 576 $ 00 $ , 00 PSIPE ACER X FREEMANII A47 8-02 'JEFFERSRED'IAUTUMN BLAZE EA 24 $ 700, AD $ lb, gOO.o0 MAPLE: 2.5" CAL., 12'-14' HT. A48 8-02 PROPERTY RESTORATION FA 1 $2,000.00 $2,000.00 A49 8-03 CONTRACTOR DESIGNED AUTOMATIC IRRIGATION SYSTEM, TLs 1 $ U DDp, d o $ D00, 0' COMPLETE A50 8-04 CEMENT CONC. CURB & GUTTER 8-04 PEDESTRIAN CURB LF 1180 $ �qO $ 3S�Z Ofl A51 LF 55 $ I72, DD $ �Z�Q, 00 A52 8-04 EXTRUDED CURB, TYPE 6 LF 20 $ DD $ �DO. 0D A53 8-07 PRECAST SLOPED MOUNTABLE LF 10 $ 8�' Sn $ 8�, OD CURB A54 8-07 UAL SLOPED PRECASMOUNT LF 195 $ ?l. Do--] $ 6�S , IOU BLDE CURBCED A55 RAISED PAVEMENT MARKER, 8-09 HU 1.5 $ �j�p. 00 $ 10s� DO TYPE 2 8-09 RAPED PAVEMENT MARKER, ND A56 EA 1 $ Do. pD Is rf po, 00 8-14 (CEMENT CONC SIDEWALK I 8-14 EMENT IPCARALLELONC CURB RAMP TYPE $ A57 SY 915 $ 5C 70 J A58 EA 6 $ 29'75 00 $ 8-14 CEMENT CONC CURB RAMP TYPE ,7 A59 EA 3 $ ppI 2!?S.00 pp Oo $ D� SINGLE DIRECTION A60 8-20 ILLUMINATION SYSTEM, LS 1 $ �ZS pp0, 00 $ /�SD00, CC? COMPLETE A61 8-20 SCHOOL ZONE FLASHING COMPLETE LS 1 $ -75000. po Oo $ 1!�i 000. BEACONS, CITY OF FEDERAL WAY LAKOTA SRTS RFB-10 PROJECT #2041 RFB #21-003 CFW RFB VERSION 2020-JUN ADDENDUM 1 Provided _o Builders Exchange of 'WA, Inc For usage Conditions Agreement see :nav,,,.br_wa.com - Always Verify Scal VARIABLE SPEED LIMIT SIGNS, A62 8 20 COMPLETE SIGNAL MODIFICATION, A63 8-20 COMPLETE VIDEO CAMERA DETECTORS, A64 8-20 COMPLETE A65 8-21 PERMANENT SIGNING A66 1 8-22 IPLASTIC LINE A67 1 8-22 IPROFILED PLASTIC LINE A68 1 8-22 1PROFILED PLASTIC WIDE LINE A69 1 8-22 1PLASTIC CROSSWALK LINE A70 8-22 8-22 8-22 PLASTIC STOP LINE PAINTED BICYCLE LANE SYMBOL PLASTIC TRAFFIC ARROW A71 A72 REMOVING PAVEMENT A73 8-22 8-30 MARKINGS POTHOLING RESOLUTION OF UTILITY A74 A75 8-31 8-32 CONFLICTS PIT RUN SAND A76 PROVIDE AND INSTALL 2 IN A77 8-32 CONDUIT JOINT TRENCH PROVIDE AND A78 8-32 INSTALL WSDOT TYPE 1 JUNCTION BOX LS 1 $ 0 DOD- °" $ d p01r%• 00 LS 1 $ 000, 00 $ /S, D00. uo LS 1 $ g0'000av $ g0,000• 00 LS 1 $ �pOp• Q0 $ pod_ °° LF 1880 $ �. $ 18;0, 00 LF 1815 $ ?Jp $ s1$q , 51 LF SF 93 320 $ $ I . G0 -7• 00 $ d 197? . Oo $ 00 LF 75 $ K $ 4 1 C• Z� EA 4 $ 61j • DO $ -�&O. DO EA 5 $ 0 Do q6. $ "l DO LS is 1 I $ gj�w, 00 $5,000.00 $ SJ CW FA $5,000.00 FA 1 $5,000.00 $5,000.00 CY 60 I$ �jC 00 $ 330'0 LF 940 $ w $ /d+ 3q& d D EA 5 $ �50' OD $ 00. 0, TOTAL -SCHEDULE A $ I,"'a 753. SCHEDULE B: LAKEHAVEN WATER IMPROVEMENTS All unit prices shall NOT include applicable sales tax. _ _ Sales tax should be applied to the subtotal for this bid schedule. Item Spec_ Un Plan No. Di_ Bid Item Description it Q Unit Price Amount ty B01 1-07 (PERMITS LS 1 $ p0. 00 $ g5o, Do CITY OF FEDERAL WAY LAKOTA SRTS RFB-11 PROJECT #204 / RFB #21-003 CFW RFB VERSION 2020-JUN ADDENDUM I Provided uo Builders Exchange of WA, Inc For usage Conditions Agreement see wm,., b:cwa.com - Always Verify seal B02 1-07 COVID 19 HEALTH AND SAFETY LS 1 � DD. Qfj $ ` 00' DO iPLAN (CHSP) COVID 19 ADDED MEASURES i D B03 1-07 (WITHOUT OVERHEAD AND T 1 $1,500.00 $1,500.00 PROFIT - B04 2-01 SITE RESTORATION LS 1 1 $ A0. OP ``$ �f7t�. 40 $ /0ob•0 Q 1$ O0 �d�• B05 2-01 REMOVAL OF STRUCTURES AND LS OBSTRUCTIONS ( B06 2-02 RIE) OVE WATER VALVE (8 IN., 12 EA 3 $ ZL,�, 00 $ 70. DO REMOVE AC WATER MAIN (8 IN., B07 2-02 LF 1,070 $ ��_ t70 $ "l y 2�_ 00 12 IN.) REMOVE DUCTILE IRON / CAST �, DO BOB 2-02 LF 10 IRON WATER MAIN (8 IN.) B09 2-02 REMOVE HYDRANT ASSEMBLY EA 1 $ va 00 $ �Q, DO B10 2-09 TRENCH SAFETY SYSTEMS LS 1 $ /DD 00 $ 100.00 B11 2_09 SHORING OR EXTRA EXCAVATION SF 6,500 $ �.'Q $ &5Q- DO CLASS B B12 5-04 TEMPORARY PAVEMENT TN 20 $ 27d. -#0 $ S-qad•pD B13 7-09 MINOR CHANGE FOR WATER ES 1 $14,000.00 $14,000.00 IMPROVEMENTS T B14 7-09 DUCTILE IRON PIPE FOR WATER LF 35 $ �ZS Q0 $ q( 467 DO MAIN, 8 IN. DIAM. B15 7-09 DUCTILE IRON PIPE FOR WATER LF 12 IN. DIAM. 1,050 $ �s 00 $ ��• Oi �/ MAIN, Y V B16 7-09 ADDITIONAL DUCTILE IRON LB 225 $ �Z� $ 1 7� /b3 l FITTINGS CONNECT TO EXISTING WATER 7-09 617 EA 2 $ �0• Op �7 fjDO. �7 $ MAIN, 8 IN. DIAM. B18 7-09 CONNECT TO EXISTING WATER EA 2 $ DO ?J$Ot7, $ ����- vD MAIN, 12 IN. DIAM. B19 7-09 REMOVAL AND REPLACEMENT OF UNSUITABLE FOUNDATION CY 10 $ �BCJ,e71D $ ���• OD MATERIAL B20 7-09 CRUSHED SURFACING TOP CY 500 $ 106, DD $ �/ t%fii•00 COURSE FOR TRENCH BACKFILL CONSTRUCTION SEQUENCING 1 B21 710 LS $ 50• OD $ SD0. DO IB22 7-12 (GATE VALVE, 8 IN. EA 2 $ 2?0o. VO $ `B23 7-12 GATE VALVE, 12 IN. EA 5 $ �qoa 00 $ I BOe DO CITY OF FEDERAL WAY LAKOTA SRTS RFB-12 PROJECT #204 / RFB #21-003 CFW RFS VERSION 2020-JUN ADDENDUMI Provided to suilders Exchange of WA, Inc. For usage Conditions Agreement see w wr.brna.com - Always Verify- Scal B24 7-14 7-15 HYDRANT ASSEMBLY SERVICE REPLACEMENT (METER, EA 2 I$ -770. 00 $ l7J yv0, �D B25 EA 1 $ DD. 00 $ 3�0D_ 00 1.5 IN.) B26 7-15 SERVICE REPLACEMENT EA 1 $ (,� jv, 00 $ oo (IRRIGATION, 2 IN.) B27 8-31 UTILITY POTHOLE EA 13 $ 7 00 $ 01425- P 0 B28 8-31 RESOLUTION OF UTILITY FA 1 $5,000.00 $5,000.00 f ICONFLICTS $ 333,q0l. 2S SUBTOTAL — SCHEDULE B $ 33,673.53 SALES TAX (10.1 %) TOTAL — SCHEDULE B $ 67/O7y Is SCHEDULE C: PARK IMPROVEMENTS All unit prices shall NOT include applicable sales tax. Sales tax should be applied to the subtotal for this bid schedule. Item Spec. Bid Item Description Un Plan Unit Price Amount No. Div. it Qty i C01 1-04 UNEXPECTED SITE CHANGES FA 1 $5,000.00 $5,000.00 CO2 2-01 CONSTRUCTION SURVEYING LS 1 $ 5p®tq- OD $0. Ott CO3 2-02 REMOVAL OF STRUCTURES AND LS 1 $ 00 ��D�'®��' $ 0 0 OBSTRUCTIONS C04 2-02 2-02 REMOVE STORM SEWER PIPE LF 58 $ 5D' 00 $ 2G�Di 00 COS SAWCUTTING LF 275 $ .�too $ M 00 C06 4-04 CRUSHED SURFACING TOP TN 55 $ rOd $ 0 Do COURSE C07 5-04 ROADWAY EXCAVATION INCL CY 30 $ $ 2. 5-04 HAUL PLANING BITUMINOUS PAVEMENT C08 SY 1,750 is '7. $ 1Z 70, L C09 5-04 HMA CL. 1/2 IN PG 581-1-22 TN 200 $ 1W. IV $ �$ �dp _ DD C10 7-04 HIGH DENSITY POLYETHYLENE LF 134 $ 60- $ <�7� DO (HDPE) PIPE 12 IN. DIAM. ' C11 L7-04 TESTING STORM SEWER PIPE LF 134 $ jj, 00 Is lq-7q.�0 CITY OF FEDERAL WAY LAKOTA SRTS RFB-13 PROJECT #204 / RFB #21-003 CFW RFB VERSION 2020-JUN ADDENDUMI Frov-ided to Builders Exchange of WA, Inc Tor usage Conditions Agreement see ww-, .oxwa.com - Alwa�'s scal i C12 7-04 'CATCH BASIN TYPE 1 C13 1 8-07 IWHEEL STOP C14 1 8-22 IPAINT LINE C15 8-22 PLASTIC ACCESS PARKING SPACE SYMBOL C16 8-30 BOLLARDS EA 1 3 J$ 1��. $ 5700.0 EA 39 $ Q'S00 $ 33�1j , DD LF 1,100 $ 2.� $'%�, Ob EA 2 $ 00 $ S ✓� - DD EA 8 $ �5p, D) SUBTOTAL - SCHEDULE C SALES TAX (10.1%) TOTAL - SCHEDULE C $ ?4700, 00 $ 67,Q,-14j, 00 $ e1165-.Oy $ qq 908, oy SCHEDULE D: VERIZON RELOCATION All unit prices shall include applicable sales tax (Roadway Improvements) Item Spec. Bid Item Description Un Plan Qty Unit Price Amount No. Div. it D01 1-04 MINOR CHANGES INSTALL CONDUIT 2 IN, FA 1 $1,000.00 $1,000.00 D02 8-32 LF 400 D03 8-32 RELOCATE VAULT 8-32 EXCAVATION FOR INTERCEPTING LS 1 $ $2,000.00 pD4, do D04 FA 1 $2,000.00 IVERIZON CONDUIT TOTAL - SCHEDULE D $ BID SUMMARY SCHEDULE A: ROADWAY IMPROVEMENTS SCHEDULE B: LAKEHAVEN WATER ,IMPROVEMENTS CITY OF FEDERAL WAY 11-0-.- ded :c Eu_lde BID AMOUNT $ I, �s9, �53. ,6 LAKOTA SRTS RFB-14 PROJECT #204 1 RFB #21-003 CFW RFB VERSION 2020-JUN ADDENDUMI inc =C1 us u- Cendi�ions Agreemenc see ..._.,s ccm - 1•,; a.-s -, _�__; �C3' SCHEDULE C: PARK IMPROVEMENTS $ L%$,01 SCHEDULE D: VERIZON RELOCATION $ q6m- DD TOTAL BID AMOUNT (including Washington State sales tax, all other $ �j v36, cM. ov 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:OD p.m., Eastern Time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the hotline to report such activities. The hotline is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. CONFLICTS OF INTEREST. GRATUITIES, & NON-COMPETITIVE PRACTICES By signing this proposal, the undersigned agrees as follows: (1) That it has no direct or indirect pecuniary or proprietary interest, that it shall not acquire any interest which conflicts in any manner or degree with the work, services, equipment or materials required to be performed and/or provided under this contract and that it shall not employ any person or agent having any such interests. In the event that the Contractor or its agents, employees or representatives hereafter acquires such a conflict of interest, it shall immediately disclose such interest to the City and take action immediately to eliminate the conflict or to withdraw from this contract, as the City may require; and (2) That no person or selling agency except bona fide employees or designated agents or representatives of the- Contractor have been employed or retained to solicit or secure this contract with an agreement or understanding that a commission, percentage, brokerage, or contingent fee would be paid; and 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 CITY OF FEDERAL WAY LAKOTA SRTS RFB-15 PROJECT #204 / RFB #21-003 CFW RFB VERSION 2020-JUN ADDENDUM 1 Provided co Euilders Hxchanae of WA, Inc. For usage Condi.ions Agreement see and.bYAa c_em - - treatment with respect to the awarding or amending, or the making of any determination with respect to the performance of this contract. AFFIDAVIT OF ELIGIBILITY The Contractor certifies that it is properly licensed and registered under the laws of the State of Washington and has not been determined to have been in violation of RCW 50.12.070(1)(b), RCW 51.16.070(1)(b), or RCW 82.32.070(2) within the last two years. The Contractor further certifies that it has not been determined, within the last one year, to have committed any combination of two of the following violations or infractions within a five-year period: (1) Violated RCW 51 48.020(1) or 51 48 103: or (2) Committed an infraction or violation under Chapter 18.27 RCW CERTIFICATION OF LAWFUL EMPLOYMENT The Contractor hereby certifies that it has complied with all provisions of the Immigration and Nationality Act now or as herein after amended, 8 U.S.C. 1101 et. Seq.. and that all employees; including subcontractor employees, are lawfully permitted to perform work in the United States as provided in this agreement with the City of Federal Way Receipt of the following Addendums is hereby acknowledged: I Addendum No. Date Issued: `1( 'q-11:7-1 Addendum No Date Issued: Addendum No Date Issued: The undersigned individual represents and warrants that he or she is dully authorized to execute the bid and all bid documents on behalf of any partnership, joint venture or corporation. By: Signature D*vld 65r44AJW Printed Name Title Subscribed and sworn to before me this 3�= day of 20 III FPO LOO �5 : 4�p424j'• �`,¢•- Signature of N �' • NpIARY PUBOC ry = 2 t3y� �o ���,=• Ali q CITY OF FEDERAL WAY lilEus� !2. Coo1r� Printed name of Notary Notary Public in and for the S are of Washrngron My commission expirss: LAKOTA SRTS RFB-16 PROJECT #204 I RFB #21-003 CFW RFB VERSION 2020-JUN Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see wwv7.bY.wa_com - always Verify Scal BID BOND LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SW DASH POINT ROAD (21ST AVE SW TO SW 312TH STREET) 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, Active Cons' rlt_ tC Ion. Inc as Principal, and Libe al I rance CCompany 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 3rd DAY OF December , 2021 Active Construction, In Lille t aI Ins a mpany Principal — Signature of Authorized Official Suret — ttar in Fact Holli Albers (Attach Power of Attorney) Title Name and Address of Local Office/Agent of Surety Company is: Insurance 1201 Pacific Avenue, Suite 1000 Tacoma. WA 98402 CITY OF FEDERAL WAY LAKOTA SRTS RFB-17 PROJECT ##204 / RFB #21-003 CFWRFB VERSION 2020-JUN LJ(D �cc �> aD M C Cl) O aj O N C O N M` CD 0c E ♦� Q ca U CO a)I" O ` Z k_1 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except In the manner and to the extent herein stated. Libem Liberty Mutual Insurance Company ARutuaiv The Ohio Casualty Insurance Company Certificate No: 8205061-023049 i►1 i West American Insurance Company SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casually Insurance Company is a corporation duty Organized under the laws of the State ol New Hampshire, that Liberty Mutual Insurance Companygan is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein codex Mly called the 'Companies'), pursuant to and by authority herein set forth, does hereby name, constitute and appoint. Aliccon A. Kellner, Alyssa 3. Lopez. Amelia G. Burrill, Annelivs M. Richic, Brandon K. Bush, Brent E. Hetlescn. Carley Es iriru, Chri-AnIAWr Kinyun, Cynthia L. Jay. Diane M. Iiardin Gdworrl Sims. Eric A. Timmerman. Erica F Mosle . Heathcr L. Alter. Holli AfiTers, Jacobi, liadd(IC� James B. Binder. Jamie L. Ma ues.ICA rinc J. Snider, K Ic lost h [-Iowan ferric Canard all of fhe city of Tacoma state of WA each individually if there be more than one named, its true and lawful aHomey-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed. any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duty signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 19th day of March . 2021 Liberty Mutual Insurance Company IµSU �y r+vs� 1NSU The Ohio Casualty Insurance Company P4 ro a ¢ape. v aru West American Insurance Company a��aynfi a g�T�o 4°o terse m 1912 0 U 1919 n � 1991 ;y8d4CHUS" �a kAii7�+�e A �' fho�RUP �a3 l442el� u ''$i7 t 1• '�H� * tea S3dT * Y�' By: David M. Carey, Assistant Secretary State of PENNSYLVANIA E County of MONTGOMERY a C On this l9th day of March 2021 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casually Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes —�—� therein contained by signing On behalf of the corporations by himself as a. duly authorized officer. > E Q� IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. U) n p PAS .1 L=]m, m;rwt,4 hoc Penn syHan4-Notary 3c41 Teresa Paslella, Notary Public Montgomery Counly My commission expires March 28. 2025 By; cpmrmssgn number I I 2UD44 tiumeer, P~,ywaka Ataatiusm or+lola Pastella, Nolary This Power of Attomey is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV — OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, reoognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -In -fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE xlll — Execution of Contracts: section S. Surety Bonds and undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act In behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings. bonds, recognizances and other surely obligations- Such attomeys-in-fact subject to the limilatloms set forth In their respective powers of aMmey, shall have full power to bind the Company by their signature and execution of any such instruments and to attach therelo the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation —The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey. Assistant Secretary to appoint such attorneys -In - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds. recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directoks, the Company consents that fassimille or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds. shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Campony do hereby certify that the origlnai power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and ei'td and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 3rd day of December 2021 4IHS& VZY INS& INSxIR� OpPOgs'Ry �P' A�.p�y VP gRPAFyT 'L ° 1912 0 1919 n � 1991 ~ *✓ ~ 4 xa By: r n Q w d54t— rdyy�°Ddcnu0 da s& �'rrrrrs`` da `'s 'N)IA0 as Renee C. Llewellyn, Assistant Secretary —. C � O (D O Qo S7 ao ACM GO `oo T C CD m ❑ CID 00 to LL CL LMS-12873 LMIC OCIC WAIC Mufti Co 02r21 SUBCONTRACTOR LIST IF 1Na5hingtan State Department of Transportation Subcontractor List �}�� Prepared in compiance of th RCW 39 30.060 as amended To Be i.�'!i'• � j19 t lt'P �ylth the Bid Pro 5 Project Name _ G 0,0ar +C�'+�y�j 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 instalation, heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical, as described In Chapteri9.28 RCW or naming more than one subcontractor to perform the same work will result in your bid being non-responmive and therefore void. Subcontractor(s) with whom the bidder will directly subcontract that are proposed to perform the work of structural steel Instalation. rebar installation, healing, vendiallon and air conditioning, plumbing, as described in Chapter 18.105 RCW, and electrical as described in Chapter 19,28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name. To the extent the Project includes one or more categories of work referenced In RCW 39.30.050, and no subcontractor Is listed below to perform such work, the bidder certifies that the work will either (1) be performed by the bidder itself, or (II) be performed by a lower tier subcontractor who wig not contract directly with the bidder. Subcontractor Name Work to be performed��� _ Subcontractor Name} tom,` ff C L Work to be performedirsC— Subcontractor Name Work to be performed Subcontractor Name q/A Work to be performed L.(I lnib) iJ6 _ Subcontractor Name Work to be performed Bidder's are notified that kt!s the opinion of the enforcement agency that PVC or metal conduit. juncfio^ 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 OO12020 CITY OF FEDERAL WAY LAKOTA SRTS RFB-18 PROJECT #2041 RFB #21-003 CFWRFB VERSION 2020-JUN Proi,lded co Sunders Exchange of WA, lnc For usage Conditions Agreeme= see ,ti b—,aa com - Al%lays Verify Sr_al 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. A1•;n vc— L a c 07L- -�& Print Full Legal Name of Firrr LIM Signature of Authorized Person Title: PGC�'✓w Title of Person Signing Certificate Date 19/ � CITY OF FEDERAL WAY 6WCZ-) � Print Name of Person Making Certifications for Firm Place: 67kh . wn . Print City and State Where Signed LAKOTA SRTS RFB-19 PROJECT #2041 RFB #21-003 CFW RFB VERSION 2020-JUIV Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bzwa_com - Always Verify Scal PROPOSAL FOR INCORPORATING RECYCLED MATERIALS APWA-WA Division 1 Committee rev. 1/8/2D16 Proposal for Incorporating Recycled Materials into the Project In compliance with a new law that went into effect January 1, 2016 (SH61695), the Bidder shall propose below, the total percent of construction aggregate and concrete materials to be incorporated into the Project that are recycled materials. Calculated percentages must be within the amounts allowed in Section 9-03.21(1)E, Table on Maximum Allowable Percent (ey Weight) of Recycled Material, of the Standard Specifications. Proposed total percentage: 0.1 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 MY be used as a tie -breaker. per the APIWA GSP in Section 1-03.1 of the Special Provisions. Regardiess, the Bidder's stated proposed percentages will become a goal the Contractor should do its best to accomplish- Bidders will be required to report on recycled materials actually incorporated into the Project, in accordance with the APWA GSP in Section 1-06.6 of the Special Provisions. Bidder Signature of Authorized Official. Date: lv m m CITY OF FEDERAL WAY LAKOTA SRTS RFB-20 PROJECT #2041 RFB #21-003 CFWRFB VERS)ON2020-JUN Provided to Builders Exchange of 'WA, Inc. For usage Conditions Agreement see wvna bxwa.com - Always Verify Scal UDBE UTILIZATION CERTIFICATION Idilikk CWashington State o' Department of Transportation Disadvantaged Business Enterprise Utilization Certification To be eligible for Award of this Contract the Bidder shall fill out and submit, as a supplement to its sealed Bid Proposal, a Disadvantaged Business Enterprise (DBE) Utilization Certification. The Contracting Agency shall consider as non- responsive and shall reject any Bid Proposal that does not contain a DBE Utilization Certification which properly demonstrates Thal the Bidder will meet the DBE participation requirements in one of the manners provided for in the proposed Contract. Refer to the Instructions on Page 2 when filling out this form or the Bid may be rejected. An example farm has been provided on Page 3. The successful Bidder's DBE Utilization Certification shall be deemed a part of the reselling Contract Box 1: G-nvi5 4P 577M1G77c7,_ AC- certifies that the DBE firms listed below have been contacted rrcl irsfitn� pnrti::il,a[ipn on tt is rxrr)Ac1 It iti Ridrer i�-r.:.::rs5iirt r:r I:, rrr:,;� :i •rk: is awarded the Contract, it shall assure that subcontracts or supply agreements are exewled w th r=et pit?Ls 11 necessary, use additional sheets.) Box 2. Ike M- s' ��� a&-q ,Da1KT OW - Column 1 Name of DBE (See Instructions) Column 2 Column 3 Project Role Description of Work Geeinstructlons) (See instructions) Sub iclets rtoa _ _ Column 4 Dollar Amount Subcontracted to DBE (Seeins:ructons) Column 5 Dollar Amount to be Applied Towards Goal (See instructions) ra �G T>,tc 3g d,gSQ ' 3b lig5v. a' Disadvantaged Business Enterprise 90 Total DBE Commitment DollarAmounl 00 Condition of Award Contract Goal a i n B • checking Box � Uie Bidder is slating that their attempts to solicit sufficient DBE participation to meet he C A Contract goal has been unsuccessful and good faRh effort will be submitted in accordance with :3action 1-U.9 of the Contract Ubr 1-nrm 272-056 Revised 02i201 B CITY OF FEDERAL WAY RFB-21 CFW RFB VERSION 2020-JUN LAKOTA SRTS PROJECT #204 / RFB #21-003 w ,, crna cam 'Jeri Oro- , ded co Su_lders Exchange of `r7�, Inc. Fcr usage Conditions Agreement — - Alna s }' Scat UDBE WRITTEN CONFIRMATION DOCUMENT A11111116 Underutilized Disadvantaged Business Washington State Enterprise UDBE Written aeparlMont of Transportation p Confirmation Document Ser ('rrnlracr f �•us•rsrwr!'11fiF. I1uc•rcrrrerr� Srrl'nrrrrr; Rc•grrrrrrrirrrr� L�rscrcfsvrrrcr,�cd Drrsrrress !'rrlerf�rrsc 1'nrrrciparron T1t1S I-ORNI SHALL ONLl 13L SL BNIITTLD -ICI A L:D13L TI1:'1T 1S LISTLD ON rI IL C ON 1 RAC I OR'S t-NDF..RL'TILI7ED DISADVA\T.ACIFD BI'SINFSS FNTFRPRISF U.TILi7_ATiON CFRTIFIC'ATI(-)N TI IL CONTRACTHR SI [ALL CUMPLETE PART A PRIOR TC1 SENDING TO TILE L'DBE. PART ►_ 1'tr he cu tnlcted h% the hiddt The entries bclo\% shall be consistent sv rth what is shoo n on the Bidder's Undenurlued Disadvantaged 13uSlncss Lnterpri e Lltilizntion Certification. 1•nilmv to do sc) will result in Bid rejection. C ontract Title: i,Qm`LC_ 0C> Bidder ', 13u,incs, NaniC: L•DBE', Bu;inc,s Dame: c�T f c::rk S Descripuon of L.DBU:11 orl< EL66172A LAY--I�L L, 1757D Dull: 1 amount to be •\pphcd To\%ard, 1'r)I3F -$ Ctoal O6 /) • �O r)u11.11 X111OL1111 10 he tiL117+:UI1tIaCICd W l Dill-* U:r una' FWA 1'.►RI i3: 10 ht. Ontttlrlete•d hN the• I ndevutilired Ifia:►d aIna -Pc d Bu%iue%s Lritvr'lMiu• ►, iu1 aLill) 011ied Icpie,en1;111- ,+I'11 w I'rl(icr111111,•etl Di,ads:uit.iL;Q,1 Rits)Iie-. I'ntcrpri,c. I crnliirin 01:tt ue ha�c bCCIt cunlacicd h} the 13iLid rr »II]I r.u.ird fo 1i11: rcCCIc11cc.I PIvjiccI 1111- the PurPO%C ul'Pcrlitrneltl ;;;I 'fit•'.+rk dc-cribcd 11 illy Biddcr +r ,i\s atelC%l the C 011tr4ct. ss e g ill rntcl 1111t_+:111 atl CQtTWIlt ',e 11h thr Bidticr 10 Pal licipatc in the pit, jLXI cam>i,lcnl Will Ilse: inlurmautIir 1,r0s ide�d III NO A of this form \a1lic intcd i `\n \� �.► I�. IIi� tiIeminliv: - rule S Elate :ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal �Washington State Disadvantaged Business Enterprise VI/ Department of Transportation (DBE) Bid Item Breakdown Form 1. Contract Number 2. Contract Name 36204 / SRTS-9917(033) / 21-003 Lakota Middle School Safe Routes to School SW Dash Point Rd 3. Prime Contractor 4. Prime Contractor Representative Name Active Construction, Inc. Chris Roberts 6. Prime Contractor Representative Email 253-248-1091 chrisr@activeconstruction.com 5. Prime Contractor Representative Phone Numb�� Column 1 Name of UDBE (See Instructions) Column 2 Bid Item # (See Instructions) Column 3 Full/Partial (See Instructions) Column 4 Quantity (See Instructions) Column 5 Description (See Instructions) Column 6 Unit Price (See Instructions) Column 7 Total Unit Cost (See Instructions) Column 8 Dollar Amount to be Applied Towards Goal (See Instructions) G & G, Inc. A60 Full 1 LS Illumination System $ 115,000.00 $ 115,000.10C $ 115,000.00 G & G, Inc. A61 Full 1 LS School Zone Flashing B $ 58,000.00 $ 58,000.00 $ 58,000.00 G & G, Inc. A62 Full 1 LS Variable Speed Sign $ 120,000.00 G & G, Inc. A63 Full 1 LS Signal Mod $ 15,000.00 Subtotal: Name of UDBE Bid Item # Full/Partial Quantity Description Unit Price $ 120,000.00 $ 120,000.00 $ 15,000.00 $ 15,000.00 $ 308,000.00 $ 308,000.00 Total Unit Cost DollarAmount to be Applied Towards Goal G & G, Inc. A64 Full 1 LS Video Camera Detectors $ 36,000.00 Provide Install 2" Condui $ 10.00 $ 36,000.00 $ 36,000.00 G & G, Inc. A77 Full 940 LF $ 9,400.00 $ 9,400.00 G & G, Inc. A78 Full 5 EA Provide Install J-Box $ 750.00 $ 3,750.00 $ 3,750.00 G & G, Inc. D02 Full 400 LF Install Conduit 2" $ 12.00 Subtotal: $ 4,800.00 $ 4,800.00 $ 53.950.00 $ 53,950.00 Name of UDBE Bid Item # Full/Partial Quantity Description Unit Price Total Unit Cost Dollar Amount to be Applied Towards Goal Subtotal: $ 0.00 $ 0.00 Name of UDBE Bid Item # Full/Partial Quantity Description Unit Price Total Unit Cost Dollar Amount to be Applied Towards Goal I Subtotal: $ 0.00 $ 0.00 TOTAL UDBE Dollar Amount: $ 361,950.0 $ 361,950.00 DOT Form 272-054 Revised 09/2020 Washington State law Disadvantaged Business Enterprise MAP Department of Transportation (DBE)Trucking Credit Form PART A: TO BE COMPLETED BY THE BIDDER This form is in support of the trucking commitment identified on the DBE Utilization Certification Form submitted with the proposal Please note that DBE's must be certified prior to time of submittal. Federal Aid # Contract # I Project Name cRTc-QQ17ln4'A1 nsqu / 91-nm Lakota MS SRTS SW Dash Point It listing items by hours, or by lump sum amounts, please proviae caicwations to substantiate the quantities ustea. Bid Item Item Description NO TRUCKING DBE'S WILL BE USED Use additional sheets as necessary. Bidder Active Construction, Inc. Phone 253-248-1091 Fax 253-248-1093 Address 5110 River Rd E Tacoma WA 98443 Email davidc@activeconstruction.com Name/Title (please print) David Ceccanti / President Signature 0� I certify that the above information is complete and accurate. Date PART B: TO BE COMPLETED BY THE DBE TRUCKING FIRM Note: E trucking firm participation may only be credited as DBE participation for the value of the hauling services, not for the materials b ' hauled unless the trucking firm is also recognized as a supplier of the materials used on the project and approved for this project as regular dealer. 1. Type of Material ex ted to be hauled? 2. Number of fully operational trudKS Tractor/trailers: _ _ Dump trucks: expected to be used on this prolect? 3. Number of trucks and trailers owned by Tractor/trailers: Dump trucks: the DBE that will be used on this project? 4. Number of trucks and trailers leased by Trackorltrailers: Dump trucks: the DBE that will be used on this —Um4pcL? DBE Firm Name Na rlitle (please print) Certification Number Phone Fax Address Email Signature I certify that the above information is complete aq Date DOT Form 272-058 Revised 09/2020 CONFORMED PUBLIC WORKS CONTRACT THIS PUBLIC WORKS CONTRACT ("Contract") is dated effective this _%!�' day of r , 2022 and is made by and between the City of Federal Way, a Washington municipal corporation ("City o Owner"), and Active Construction, Inc., a Washington corporation ("Contractor"), for the project known as Lakota Middle School Safe Routes to School, SW Dash Point Road (21s' Ave SW to SW 3121h Street) (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 Two Million Thirty-six Thousand Thirty-six and No/100 Dollars ($2,036,036.00), 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 LAKOTA SRTS RFB-25 PROJECT #204 / RFB #21-003 CFW RFB VERSION 2020-JUN CONFORMED 3.3 In addition to the requirements set forth in the Contract Documents, the Contractor shall maintain Project cost records by cost codes and shall contemporaneously segregate and separately record, at the time incurred, all costs (1) directly associated with each work activity, (2) directly or indirectly resulting from any event, occurrence, condition, or direction for which Contractor seeks an adjustment in Contract price Contract time, or related to any other Claim or protest. Any work performed for which Contractor intends to seek an adjustment in Contract Price or Contract Time, or related to any other Claim or protest, shall be recorded on the same day the work is performed and kept separate so as to distinguish it from Contract Work. 4. INDEPENDENT CONTRACTOR 4.1 It is the intention and understanding of the Parties that the Contractor shall be an independent contractor and that the City shall be neither liable nor obligated to pay Contractor sick leave, vacation pay or any other benefit of employment, nor to pay any social security or other tax which may arise as an incident of employment. The Contractor shall not conduct itself as nor claim to be an officer or employee of the City. The Contractor shall pay all income and other taxes due. Industrial or any other insurance that is purchased for the benefit of the City, regardless of whether such may provide a secondary or incidental benefit to the Contractor, shall not be deemed to convert this Agreement to an employment contract. It is recognized that Contractor may or will be performing professional services during the Term for other parties; provided, however, that such performance of other services shall not conflict with or interfere with Contractor's ability to perform the Services. Contractor agrees to resolve any such conflicts of interest in favor of the City. Nothing contained in this Contract shall create a contractual or direct relationship with or a cause of action in favor of a Subcontractor or third party against the City, or by the Contractor against the Engineer, or against any of their agents, employees, engineers, or consultants. 4.2 If the Contractor is a sole proprietorship or if this is a contract with an individual, the contractor agrees to notify the City and complete any required form if the Contractor retired under a State of Washington retirement system and agrees to indemnify any losses the City may sustain through the Contractor's failure to do so. 5. INDEMNIFICATION 5.1 Contractor Indemnification. 5.1.1 The Contractor shall indemnify, defend, and hold the City, its elected officials, officers, employees, agents, consultants, and volunteers (collectively "the Indemnified Parties") harmless from any costs or losses, and pay and damages or judgments, related to any claim brought by any person employed in any capacity by the Contractor or subcontractor or supplier (of any tier) performing the Work, with respect to the payment of wages, salaries, or other compensation or benefits including but not limited to benefits such as medical, health, retirement, vacation, sick leave, etc. 5.1.2. To the fullest extent permitted by law, the Contractor shall defend, release, indemnify, and hold harmless the City and the Indemnified Parties for, from, and against any and all claims, demands, losses, costs, damages, suits, actions, expenses, fines, penalties, response costs, and liabilities (including costs and all attorney and expert fees and internal personnel costs of investigation) of whatsoever kind or nature to the extent arising from, resulting from, connected with, or incident to the Contractor's performance or failure to perform this Contract or the Work or its breach of this Contract; provided, however, that if the provisions of RCW 4.24.155 apply to the Work and any injuries to persons or property arising out of the performance of this Contract are caused by or result from the concurrent negligence of the Contractor or its subcontractors, agents, employees, or anyone for whom they are legally liable, and an Indemnified Party, the indemnification and defense obligations under this Section 5.1.2 apply only to the extent of the negligence of the Contractor, its subcontractors, agents, employees, and anyone for whom they are legally liable. 5.1.3 Contractor specifically assumes potential liability for actions brought by the Contractor's own employees or former employees against any Indemnified Party, and for that purpose Contractor waives any immunity that may be granted to it under the Washington State Industrial Insurance Act, Title 51 RCW. Contractor's indemnification shall not be limited in any way by any limitation on the amount of damages, compensation or benefits payable to or by any third party under workers' compensation acts, disability benefit acts or any other benefits acts or programs. Provided, however, the Contractor's waiver of immunity by the CITY OF FEDERAL WAY LAKOTA SRTS RFB-26 PROJECT #204 / RFB #21-003 CFW RFB VERSION 2020-JUN CONFORMED 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 LAKOTA SRTS RFB-27 PROJECT #204 / RFB #21-003 CFW RFB VERSION 2020-JUN CONFORMED 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 LAKOTA SRTS RFB-28 PROJECT #204 / RFB #21-003 CFW RFB VERSION 2020-JUN CONFORMED 8.8 Assignment. The Contractor shall not transfer or assign, in whole or in part, any or all of its obligations and rights hereunder without the prior written consent of the City. In the event the City consents to any such assignment or transfer, such consent shall in no way release the Contractor from any of its obligations or liabilities under this Contract. 8.9 Successors In Interest. Subject to the preceding Subsection, this Contract shall be binding upon and inure to the benefit of the Parties' successors in interest, heirs and assigns. 8.10 Time Limitation and Venue. For the convenience of the parties to the Contract it is mutually agreed by the parties that any claims, causes of action, or disputes which the Contractor has against the City arising from the Contract shall be brought within the following time period: (i) 180 calendar days from the date of Substantial Completion for those claims, causes of action, or disputes arising prior to the date of Substantial Completion, and (ii) 180 calendar days from the date of Final Acceptance of the Contract by the City for those claims, causes of action, or dispute arising after the date of Substantial Completion. It is further agreed that the venue for any claim, cause of action, or dispute related to this Contract shall be King County, Washington, which shall have exclusive jurisdiction over any such case, controversy, or dispute. The parties understand and agree that the Contractor's failure to bring suit within the time period provided, shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims, causes of action, or disputes which the Contractor asserts against the City arising from the Contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims, action, or dispute. 8.11 No Waiver. Failure of the City to declare any breach or default immediately upon occurrence thereof, or delay in taking any action in connection with, shall not waive such breach or default. Failure of the City to declare one breach or default does not act as a waiver of the City's right to declare another breach or default. 8.12 Sole Authority/Discretion/Judgment. Where the Contract Documents provide the City or its Engineer with "sole" authority, discretion, or judgment, such authority, discretion, or judgment shall be considered unconditional and absolute. 8.13 Governing Law. This Contract shall be made in and shall be governed by and interpreted in accordance with the laws of the State of Washington. 8.14 Authority. Each individual executing this Contract on behalf of the City and Contractor represents and warrants that such individuals are duly authorized to execute and deliver this Contract on behalf of the Contractor or City. 8.15 Engineer. The Engineer is the City's representative who directly supervises the engineering and administration of a construction Contract. The Engineer's authorities, duties, and responsibilities are limited to those specifically identified in the Contract Documents. Designation of an individual or entity as the Engineer for the Project is solely to identify the representative of the City as the entity to act as the Engineer as described in the Contract Documents. Using the term "engineer" does not imply that such entity or person is a licensed professional engineer or an engineering company and does not import any additional obligations upon the actions of the Engineer that may govern licensed professional engineers when performing engineering services. The Engineer for this Project is designated as: John Mulkey, P.E., Senior Capital Engineer 8.16 Notices. Any notices required to be given to Contractor or to the Engineer shall be delivered to the Parties at the addresses set forth below. Any notices may be delivered personally to the addressee of the notice or may be deposited in the United States mail, postage prepaid, to the address set forth herein. Any notice so posted in the United States mail shall be deemed received three (3) days after the date of mailing. CONTRACTOR: Active Construction, Inc Attn: David Ceccanti, President PO Box 430 CITY OF FEDERAL WAY LAKOTA SRTS RFB-29 PROJECT #204 / RFB #21-003 CFW RFB VERSION 2020-JUN CONFORMED Puyallup, WA 98371 ENGINEER: City of Federal Way Attn: John Mulkey, P.E. Senior Capital Engineer 33325 8th Ave S Federal Way, WA 98003 8.17 Captions. The respective captions of the Sections of this Contract are inserted for convenience of reference only and shall not be deemed to modify or otherwise affect in any respect any of the provisions of this Contract. 8.18 Performance. Time is of the essence of this Contract and each and all of its provisions in which performance is a factor. Adherence to completion dates is essential to the Contractor's performance of this Contract. 8.19 Compliance with Ethics 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. [SIGNATURE PAGE TO FOLLOW] CITY OF FEDERAL WAY LAKOTA SRTS RFB-30 PROJECT #204 / RFB #21-003 CFW RFB VERSION 2020-JUN CITY OF FEDERAL WAY: Jim Fer l ,' Mayor 3332 tK Avenue South FedopyWay, WA 98003-6325 TTE T: } 5 ha ie Courtney, CMC, dity Ierk APPROVED AS TO FORM: J. Ryan Call, City Attorney NOTARY OF CONTRACTOR'S SIGNATURE: STATE OF WASHINGTON ) ss. COUNTY OF 'DiPrcc ) CONTRACTOR: Signature of Authorized Individual �MV i 4 L' _Ccan4i Printed Name of Authoriz d Individual ,Z11b kiyeir Rwd A Street Address City, State, Zip On this day personally appeared before me rid LL-"'_'/'U4 . to me known to be the of that executed the foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that he/she was authorized to execute said instrument and that the seal affixed, if any, is the corporate seal of said corporation. GIVEN my hand and official seal this 17-1* day of aVLud.,r 2017— ��., P G Sq1l4"49P 15102'�+,(typed/printed name f notary) -.Z2 � +y�Cn 0+ Notary Public in and for the State of Washington. NOTARY �� Z i My commission expires 4- 21- 244-11 11 um- so AN LP �11 �4tifXPIRES�� �A 111 ` OF WAS'���= CITY OF FEDERAL WAY LAKOTA SRTS RFB-31 PROJECT #2041 RFB #21-003 CFW RFB VERSION 2020-JUN PROJECT NUMBER SAMPLE CONTRACT CHANGE ORDER AGREEMENT NUMBER PROJECT TITLE CHANGE ORDER NUMBER SUMMARY OF PROPOSED CHANGES: This Change Order covers the work changes summarized below: The time provided for completion in the Contract is EFFECTIVE DATE CONTRACTOR ❑ Unchanged ❑ Increased by _Working Day(s) ❑ Decreased by_ Working Day(s) This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑ Yes ❑ No If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No MODIFICATIONS TO UNIT PRICES: PREVIOUS REVISED ITEM NO. ITEM QTY UNIT PRICE UNIT PRICE ADD OR DELETE THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE: ITEM NO. ITEM QTY UNIT PRICE ADD OR DELETE TOTAL NET CONTRACT: IIINCREASE $ DECREASE $ DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT PREVIOUS CHANGE ORDERS $, THIS CHANGE ORDER $ NEW CONTRACT AMOUNT $ STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. The execution of this Change Order shall constitute full satisfaction and a waiver of any and all CITY OF FEDERAL WAY LAKOTA SRTS RFB-32 PROJECT #2041 RFB #21-003 CFW RFB VERSION 2020-JUN claims by the Contractor arising out of, or relating in any way to, the Work identified, to be performed, or deleted pursuant to Change Order except as specifically described in this Change Order. CONTRACTOR'S SIGNATURE DATE PUBLIC WORKS DIRECTOR DATE Contract Change Order provided for Contractor's reference. Change orders executed during the project will use this form. CITY OF FEDERAL WAY LAKOTA SRTS RFB-33 PROJECT #204 I RFB #21-003 CFW RFB VERSION 2020-JUN CERTIFICATE OF INSURANCE Contractor's Certificate of Insurance to be inserted here during Contract Execution CITY OF FEDERAL WAY LAKOTA SRTS RFB-34 PROJECT #204 / RFB #21-003 CFW RFB VERSION 2020-JUN Client#: 142662 ACTICONS3 DATE (MM/DDIYYYY) ACORDTM CERTIFICATE OF LIABILITY INSURANCE 1/06/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER CAM:O TEACT Anna Reid N Propel Insurance PHONE g00 499-0933 FAX 866 577-1326 A/C, No. Ex A/C, No Tacoma Commercial Insurance E-MAIL anna.reld ro elinsurance.com ADDRESS: oP p 1201 Pacific Ave, Suite 1000 INSURER(S) AFFORDING COVERAGE NAIC # Tacoma, WA 98402 INSURER A • Valley Forge Insurance Company 20508 INSURED Active Construction Inc PO Box 430 Puyallup, WA 98371-0162 INSURER B : Continental Insurance Company 35289 INSURER C : National Fire Ins Co of Hartford 20478 INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. kN8R ADDLSUSR. POLICY EFF POLICY EXP LTR TYPE OF INSURANCE .INSR WVD POLICY NUMBER MMIDD WR LIMITS A X COMMERCIAL GENERAL LIABILITY 5093447379 1316/15/2021 06/15/2022 EACH OCCURRENCE $1 000,000 CLAIMS -MADE I ^t OCCUR PREnma'ES taourrem $500 000 X PD Ded:5,000 MED EXP (Any one person) $15 000 PERSONAL & ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 PRO PRODUCTS -COMP/OP AGG s2,000,000 X JECT LOC POLICY $ OTHER. C AUTOMOBILE LIABILITY 5093447351 X ANY AUTO ED SCHED I AUTOS ONLY AUTOSULED X AUTOS ONLY ED X AUTOS ONLY B UMBRELLA LIAB I. X OCCUR 5093447365 �( EXCESS LIAB CLAIMS -MADE DFD I X I RETENTION810000 A WORKERS COMPENSATION I 15093447379 AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERIEXECUTIVEYIN WA STOP GAP ONLY OFFICER)MEMBER EXCLUDED FNI N / A (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below 5/2021106/1 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ Per aocidsn I 5/2021 06/15/202 EACH OCCURRENCE AGGREGATE 5/2021106/1 E L EACH ACCIDENT $1 E.L. DISEASE - EA EMPLOYEE $1 E.L. DISEASE - POLICY LIMIT $1 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required) RE: ACI Job No. 21-042 - Lakota Middle School Safe Routes to School SW Dash Point Road (21st Ave SW to SW 312th Street) project Additional Insured Status applies per attached form(s). Waiver of Subrogation applies per attached form(s). CFRTIFIC.ATF HOI nFR CANCELLATION City of Federal Way SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE y y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Public Works Dept ACCORDANCE WITH THE POLICY PROVISIONS. 33325 8th Avenue South Federal Way, WA 98003 AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD AQAQR9Rdn IMA71 AA91 AMR nn PERFORMANCE AND PAYMENT BOND LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SW DASH POINT ROAD (21 ST AVE SW TO SW 312TH STREET) The City of Federal Way ("City") has awarded to Active Construction, lnc.("Principal"), a contract for the construction of the above referenced project, and said Principal is required to furnish a bond for performance of all obligations under the Contract and for payment in accord with Chapter 39.08 Revised Code of Washington (RCW) and (where applicable) Chapter 60.28 RCW. The Principal, and Liberty Mutual Insurance company ("Surety"), a corporation organized under the laws of the State of Massachusetts and licensed to do business in the State of Washington as surety and named in the current list of "Surety Companies Acceptable in Federal Bonds as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Dept., are jointly and severally held and firmly bound to the City of Federal Way, in the sum of Two Million Thirty-six Thousand. Thirty-six and No1100 US Dollars ($ 2,036,036M ) Total Contract Amount, subject to the provisions herein. This bond shall become null and void, if and when the Principal, its heirs, executors, administrators, successors, or assigns shall: 1) Well and faithfully perform all of the Principal's obligations under the Contract and fulfill all terms and conditions of all duly authorized modifications, additions, and changes to said Contract that may hereafter be made, at the time and in the manner therein specified; and if such performance obligations have not been fulfilled, this bond shall remain in force and effect; and 2) Pay all persons in accordance with Chapters 39.08, 39.12, and 60.28 RCW including all workers, laborers, mechanics, subcontractors, and materialmen, and all person who shall supply such contractor or subcontractor with provisions and supplies for the carrying on of such work, and all taxes incurred on said Contract under Titles 50 and 51 RCW and all taxes imposed on the Principal under Title 82 RCW; and if such payment obligations have not been fulfilled, this bond shall remain in full force and effect. The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the Contract, the specifications accompanying the Contract, or to the work to be performed under the Contract shall in any way affect its obligation on this bond, and waives notice of any change, extension of time, alteration or addition to the terms of the Contract or the work performed. The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond shall be signed by duly authorized officers and will only be accepted if accompanied by a fully executed, original power of attorney for the office executing on behalf of the surety. PRINCIPAL: Active Construction, Inc. •---� ill'z12M Principal LSignature Date 1�� i A a.CjIlr 4 Printed Name Title SURET : Elbert utual Insurance Company ]V1J2 01TWA022 Surety Signature Date Holli Albers Printed Name Attorney -in -Fact Title CITY OF FEDERAL WAY LAKOTA SRTS RFB-35 PROJECT #204 / RFB #21-003 CFW RFB VERSION 2020-JUN CONFORMED LOCAL OFFICEIAGENT OF SURETY: Insurance Name 1201 Pacific Avenue. Suite 1000 _ Street Address Tacoma, WA 98402 City, State, Zip 253-759-2200 Telephone BOND NO.: 023220621 APPROVED AS TO FORM: 'a-0�CJC. J. Ryan Call, City Attorney CITY OF FEDERAL WAY LAKOTA SRTS RFB-36 PROJECT #204 / RFB #21-003 CFW RFB VERSION 2020-JUN This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company SURETY POWER OF ATTORNEY Certificate No: 8206921-023049 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the'Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint Aliccon A. Keltrrer: Amber Lynn Rccse. Amelia G. Bum11: Andrew James Carrettu: Annelies M. Richic; Audrey M. Turns; Brandon K.13uslt: Brent E.11eilesen: Carley Es intro Christopher Amos Ha es; C'hristo her i4invnn; C nrhia L. Ja :Dana tvfarie $rinktey: Diane M. Hardin ; Donald ShankI in, Jr.: Edward Sims: Eric A. Zimmerman; Lrir s F. Mosle : tIolti Albers:.#acoh T. Haddock; Joints B. Binder; Jamie I_. Mur uex: JuIiL R. Truitt; Justin Dean PH cc-, Kari Michelle >viotle ; Kalh�srinc J. Snider: Linda Sistddon; Mieh3el MansFieid: Mist M. Webb: Sara So hie Selfin; Tamara A. Tin eisen: Tcrrie Cunard all of the city of Tacoma state of W A each individually 6 Ihere be more than one named, its True and lawful attomey-in-fact to make, execute, seal, adtnxfi (edge and deliver, for and on its behalf as surely arrd as its ad and deed. any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this IOth day of December , 2021 Liberty Mutual Insurance Company 4 lNguq _,SY Wet, txsrrRq The Ohio Casualty Insurance Company JP oRpo�T9yn �Jpca"p 4ry [�P tpRAO r �, West American Insurance Company La 1912 a 1919 1 1991 01-7 Y¢' p�BRc>+u5w�.da yQ n>tie�'"b 'r ''�'AIAM* By: -0a * t.�a �''M x r� �— David M. Carey, Assistant Secretary tv State of PENNSYLVANIA County of MONTGOMERY ss On this 10Lh day of Deccmber , 2021 before me personalty appeared David M. Carey, who acknowte;dged himsetf to he the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes :�" therein contained by sicininq on behatf of the corporations by himsetf as a duly authorized officer_ nD 23 _7 � �rn 0 qj O 0 C N '3 N Co ID 01 0 L EC ai Din IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. PAST �lri A1iyY�e ��1 Cnmmonweatth of Penrsylvana - Notary Seat Teresa Pastella, Notary Public G x Y Montgomery County nK My commission expires March 28, 2025 B �a Commission number 112OC44 y- lit"I ,,, F,remx. Pe,inE_•yl.DniAssociationGFNolane; Pasteila, Notary Public This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV — OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authorty granted to any representative or attomey-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE Mill — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe. shall appoint such atlorrlM-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings. bonds, recognizance& and other surety obligations. Such anorneysdn-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of 0esignation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attomeys-in- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shalt be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 7th day of January , 2022 1NSUR LIY Wg� INSUR. �,yALORPa�T'�?r q�pLpRPQR{T y� 4P`oarQ,q,� �'i�n 1912 0 0 1919 1991 a By j Ys'pACri�1g� aa� sa 'YAMYSwD +�S '^'atAN" a� Renee C. Llewellyn, Assistant Secretary , uc "ooze , u,r nrr weir r.�.,x: r f1901 f c- 7.� C lS M E 24 ACTIVE CONSTRUCTION, INC. JOINT CONSENT IN LIEU OF ANNUAL MEETING OF THE SHAREHOLDERS AND BOARD OF DIRECTORS AUGUST 23, 2019 The undersigned, being all of the shareholders and all of the members of the Board of Directors of Active Construction, Inc., a Washington corporation (the "Corporation"), hereby waive all notices, statutory and otherwise, and, acting pursuant to RCW 23B.08.210 and RCW 23B.08.230, without a meeting, do hereby unanimously adopt the following corporate resolutions, and do hereby unanimously consent to the taking of the actions therein set forth: Election of Directors RESOLVED, that David Ceccanti, Rosemarie A. Garms, Scott D. Morse and Ryan Heathers are hereby elected to serve as the directors of the Board of Directors of the Corporation until their successors shall be duly elected and qualified. Appointment of Officers RESOLVED, that the following persons are hereby appointed to serve as officers of the Corporation until their successors shall be duly appointed and qualified: David Ceccanti President Scott D. Morse Vice President Rosemarie A. Garms Secretary/Treasurer General Authority RESOLVED, that the President is hereby authorized and directed, in the name and on behalf of the Corporation, to take any and all such further action as in his judgment may be desirable or appropriate to carry out the purposes of the foregoing resolutions; RESOLVED FURTHER, that the execution by the President of any paper or document or the doing by him of any act in connection with the foregoing matters shall conclusively establish his authority therefor from the Company and the approval and ratification by the Board of Directors of the papers and documents so executed and the action so taken; and RESOLVED FURTHER, that any and all actions heretofore or hereafter taken by the President within the terms of the foregoing resolutions be, and they hereby are, ratified and confirmed. Consent The undersigned shareholders and directors of Active Construction, Inc. hereby consent to the foregoing resolutions effective as of August 23, 2019. SHAREHOLDERS b"'V, L Ce,c c a.rrtr, David Ceccanti �crrti �an,a� Scott D. Morse a ha,.. Rosemarie A. Garms Ryan Heathers DIRECTORS: ha.tA, t David Ceccanti Scott D. Morse oazm cui i L 0- x`l "' . Rosemarie A. Garms vU-- Ryan Heathers 2 CITRIX. RightSignature SIGN ATU RE CERTIFICATE TRANSACTION DETAILS Reference Number 0842BB06-45A9-4C86-B1E5-54F11A290F6D Transaction Type Signature Request Sent At 10/02/2019 13:07 PDT Executed At 10/08/2019 11:59 PDT Identity Method email Distribution Method email Signed Checksum 69eb6716e24--c614-2-3670f 98tll1-01661295f7 fcltlen22e 3197 Signer Sequencing Disabled Document Passcode Disabled SIGNERS REFERENCE NUMBER 0842B806-45A9-4C86-B1E5-54F11A290F6D tmft-:?� DOCUMENT DETAILS Document Name Active Construction Inc Joint Sh-Bod 2019 Annual Meeting Consent Ab 8-23-19 Filename active_ construction_incjoint sh-bod_2019_annual_meeting_consent ab_8-23-19_.pdf Pages 2 pages Content Type application/pdf File Size 16.2 KB Original Checksum 586e57e d5f£620elcn4e6tl66gbO26663e960bh61B7U88ce3b B6a14tl L61b2e55 SIGNER &SIGNATURE EVENTS Name Status Viewed At David Ceccanti signed 10/08/2019 11:56 PDT Email Multi -factor Digital Fingerprint Checksum Identity Authenticated At davidc@activeconstruction.com 6B9 e0e971!!A]]39056396 83095]eccn6 9e003e6 abID0f90e0E9e50& 10/08/2019 11:59 PDT Components IP Address Signed At 2 10/08/2019 11:59 PDT 74.94.65.194 Device Chrome via Windows Typed Signature � 'v'A l..f.,� Signature Reference ID E40D31C8 Name Status Viewed At Ryan Heathers signed 10/03/2019 11:35 PDT Email Multi -factor Digital Fingerprint Checksum Identity Authenticated At ryanh@activeeonstruction.eom BBe76170eel7eIIi66IDBBbOtl56225f61.c61n[ce669e31Le3B61tl5BG'12n659 10/03/2019 11:38 PDT Components IP Address Signed At 2 74.94.65.194 10/03/2019 11:38 PDT Device Microsoft Edge via Windows Drawn Signature Name Scott Morse Email scottm@activeconstruction.com Components 2 Signature Reference ID 41ECFC93 Signature Biometric Count 193 Status signed Multi -factor Digital Fingerprint Checksum 13£4 B069e0tlnctl9Be 906 05c MC 11I 1096eBc663B 65tl622-1 D72171-1 IP Address 74.94.65.194 Device Chrome via Windows Typed Signature Signature Reference ID 021983FO Viewed At 10/02/2019 13:32 PDT Identity Authenticated At 10/02/2019 13:32 PDT Signed At 10/02/2019 13:32 PDT SIGNER E-SIGNATURE EVENTS Name Status Viewed At Rose Garrns signed 10/02/2019 13:18 PDT Email Multi -factor Digital Fingerprint Checksum Identity Authenticated At roseg@activeconstruction.com I—IOd44615—Od18244Lfa.4f5f-8-945e9d--5131B--b-4 10/02/2019 13:18 PDT Components IP Address Signed At 2 10/02l2019 13:18 PDT 73.221.207.26 Device Chrome via Windows Typed Signature a ha,. Signature Reference ID 74B5A55E AUDITS TIM ESTAMP AUDIT 10/08/2019 11:59 PDT David Ceccanti (davidc@activeconstruction.com) signed the document on Chrome via Windows from 74.94.65.194. 10/08/2019 11:59 PDT David Ceccanti (davidc@activeconstruction.com) authenticated via email on Chrome via Windows from 74.94.65.194. 10/08/2019 11:56 PDT David Ceccanti (davidc@activeconstruction.com) viewed the document on Chrome via Windows from 74.94.65.194. 10/OB/2019 10:16 PDT David Ceccanti (davidc@activeconstruction.com) was emailed a reminder. 10/03/2019 11:38 PDT Ryan Heathers (ryanh@activeconstruction.com) signed the document on Microsoft Edge via Windows from 74.94.65.194. 10/03/2019 11:38 PDT Ryan Heathers (ryanh@activeconstruction.com) authenticated via email on Microsoft Edge via Windows from 74.94.65.194, 10/03/2019 11:35 PDT Ryan Heathers (ryanh@activeconstruction.com) viewed the document on Microsoft Edge via Windows from 74.94.65.194. 10/02/2019 13:32 PDT Scott Morse (scottm@activeconstruction.com) signed the document on Chrome via Windows from 74.94.65.194. 10/02/2019 13:32 PDT Scott Morse (scottm@activeconstruction.com) authenticated via email on Chrome via Windows from 74.94.65.194. 10/02/2019 13:32 PDT Scott Morse (scottm@activeconstruction.com) viewed the document on Chrome via Windows from 74.94.65.194. 10/02/2019 13:18 PDT Rose Ganns (roseg@activeconstruction.com) signed the document on Chrome via Windows from 73.221.207.26. 10/02/2019 13:18 PDT Rose Garms (roseg@activeconstruction.com) authenticated via email on Chrome via Windows from 73.221.207.26. 10/02/2019 13:18 PDT Rose Ganns (roseg@activeconstruction.com) viewed the document on Chrome via Windows from 73.221.207.26. 10/02/2019 13:07 PDT David Ceccanti (davidc@activeconstruction.com) was emailed a link to sign. 10/02/2019 13:07 PDT Scott Morse (scottm@activeconstruction.com) was emailed a link to sign. 10/02/2019 13:07 PDT Rose Ganns (roseg@activeconstruction.com) was emailed a link to sign. 10/02/2019 13:07 PDT Ryan Heathers (ryanh@activeconstruction.com) was emailed a link to sign. 10/02/2019 13:07 PDT Amanda Sampson(amandas@activeconstruction.com) created document 'active _ construction _incJoint_sh- bod_2019_annual_meeting_consent ab_8-23-19_.pdf' on Chrome via Windows from 74.94.65.194. 1 /18/22, 8:54 AM Corporations and Charities System BUSINESS INFORMATION Business Name: ACTIVE CONSTRUCTION, INC. UBI Number: 273 001 533 Business Type: WA PROFIT CORPORATION Business Status: ACTIVE Principal Office Street Address: 5110 RIVER RD E, TACOMA, WA, 98443-2638, UNITED STATES Principal Office Mailing Address: PO BOX 430, PUYALLUP, WA, 98371-0162, UNITED STATES Expiration Date: 12/31/2022 Jurisdiction: UNITED STATES, WASHINGTON Formation/ Registration Date: 12/31/1968 Period of Duration: PERPETUAL Inactive Date: Nature of Business: CONSTRUCTION REGISTERED AGENT INFORMATION Registered Agent Name: TERRY MARSTON Street Address: 11400 98TH AYE NE STE 201, KIRKLAND, WA, 98033-4306, UNITED STATES Mailing Address: 11400 98TH AYE NE STE 201, KIRKLAND, WA, 98033-4306, UNITED STATES GOVERNORS Title Governors Type GOVERNOR INDIVIDUAL GOVERNOR INDIVIDUAL GOVERNOR INDIVIDUAL GOVERNOR INDIVIDUAL Entity Name First Name ROSEMARIE DAVID SCOTT RYAN Last Name GARMS CECCANTI MORSE HEATHERS hftps://ccfs.sos.wa.gov/#/BusinessSearch/Businessinformation 1 /1 1 /18/22, 8:55 AM Washington State Department of Revenue Washington State Department of Revenue < Business Lookup License Information: Entity name: ACTIVE CONSTRUCTION, INC Business ACTIVE CONSTRUCTION, INC. name: Entity type: Profit Corporation UBI #: 273-001-533 Business ID: 001 Location ID: 0001 Location: Active Location address: 5110 RIVER RD E TACOMA WA 98443-2638 Mailing address: PO BOX 430 PUYALLUP WA 98371-0162 Excise tax and reseller permit status: Click here Secretary of State status: Click here Page 1 of 2 Endorsements Filter Endorsements held a License # Count DeZ s Status https://secure.dor.wa.gov/gteunauth/—/#3 1�. New search Back to results Expiratioi First issua 1/4 1/18/22, 8:55 AM Washington State Department of Revenue Endorsements held a License # Count Details Status Expiratioi First issua Bremerton General 34028 Active Dec-31-2i Jun-01-2( Business - Non - Resident Burien General 02107 Active Dec-31-21 May-20-2 Business - Non - Resident Centralia General Active Oct-31-2( Oct-25-2( Business - Non - Resident DuPont General 6 Active May-31-2 May-12-2 Business - Non - Resident Edgewood General Active Dec-31-21 Dec-11-21 Business - Non - Resident Ellensburg General Active Dec-31-2i Dec-10-21 Business - Non - Resident Federal Way 17-10199; Active Dec-31-2i May-02-2 General Business - Non -Resident Gig Harbor 14 Active Dec-31-2i Dec-12-2i General Business - Non -Resident Lacey General 8076 Active Dec-31-2i Aug-23-2 Business - Non - Resident hftps://secure.dor.wa.gov/gteunauth/—/#3 2/4 1 /18/22, 8:55 AM Washington State Department of Revenue Endorsements held a License # Count Details Status Lakewood General Active Business - Non - Resident Maple Valley Active General Business - Non -Resident Minor Work Permit Active Olympia General 1876 Active Business - Non - Resident Orting General 18053 Active Business - Non - Resident Port Orchard B009655 Active General Business - Non -Resident Expiratioi First issua Dec-31-2i Mar-17-2 Dec-31-2i May-12-2 Dec-31-2i Aug-22-2 Dec-31-21 Sep-27-21 Dec-31-21 Feb-06-2( Dec-31-21 Sep-23-21 Governing People May include governing people not registered with Secretary of State Governing people Title CECCANTI, DAVID GARMS, ROSEMARIE A HEATHERS, RYAN MORSE, SCOTT Registered Trade Names Registered trade names Status hftps://secure.dor.wa.gov/gteunauth/—/#3 First issued 3/4 1 /18122, 8:55 AM Washington State Department of Revenue R@glstered trade name' ACI ACI, INC. Status First list Active Aug-01-2013 Active Aug-01-2013 The Business Lookup information is updated nightly. Search date and time: 1/18/2022 8:55:50 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 4/4 Department of Labor and Industries PO Box 44450 Olympia, WA 98504-4450 ACTIVE CONSTRUCTION INC Reg: CC ACTIVC1164JL UBI: 273-001-533 Registered as provided by Law as: Construction Contractor (CC4I ) - GENERAL M ACTIVE CONSTRUCTION INC Effective Date: 4/13/ 1984 PO BOX 430 Expiration Date: 11/7/2023 PUYALLUP WA 98371 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 LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-1 PROJECT #204 DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995 WSDOT GSP) This Contract provides for the improvement of the Lakota Middle School Safe Routes to School Project Improvements and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 1-01.3 Definitions (January 4, 2016 APWA GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following: Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date The date the Contracting Agency officially binds the Agency to the Contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the Contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract. Physical Completion Date The day all of the Work is physically completed on the project. All documentation required by the Contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the Contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the Work as complete. Supplement this Section with the following: All references in the Standard Specifications, Amendments, or WSDOT General Special Provisions, to the terms "Department of Transportation", "Washington State Transportation Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency." CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-2 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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 LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-3 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this Section and replace it with the following: 1-02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) Before award of a public works Contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. 1-02.2 Plans and Specifications (June 27, 2011 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed can be found in the Call for Bids (Advertisement for Bids) for the work. After award of the Contract, Plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced Plans (11" x 17") 1 Furnished automatically upon award. Contract Provisions 1 Furnished automatically upon award. Large Plans (e.g., 22" x 34") 1 Furnished only upon request. Additional Plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor's own expense. 1-02.4(1) General (June 24, 2021 APWA GSP Option B) The first sentence of the seventh paragraph, beginning with "Any prospective Bidder desiring...", is revised to read: Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, shall request the explanation or interpretation in writing by close of business three (3) business days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their Bids. 1-02.4(2) Subsurface Information (March 8, 2013 APWA GSP) The second sentence in the first paragraph is revised to read: The Summary of Geotechnical Conditions and the boring logs, if and when included as an appendix to the Special Provisions, shall be considered as part of the Contract. 1-02.5 Proposal Forms (July 31, 2017 APWA GSP) Delete this section and replace it with the following: CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-4 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's UBDE/DBE/M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified. 1-02.6 Preparation of Proposal (Dec 10, 2020 APWA GSP, OPTIONA)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. 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: CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-5 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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. 1-02.7 Bid Deposit CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-6 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 (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 (June 17, 2021 APWA GSP Option B) 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 Utilization Certification • 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) DBE Utilization Certification The DBE Utilization Certification shall be received at the same location and no later than the time required for delivery of the Proposal. The Contracting Agency will not open or consider any Proposal when the DBE Utilization Certification is received after the time specified for receipt of Proposals or received in a location other than that specified for receipt of Proposals. The DBE Utilization Certification may be submitted in the same envelope as the Bid deposit. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-7 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 DBE Written Confirmation and/or GFE Documentation The DBE Written Confirmation Documents and/or GFE Documents are not required to be submitted with the Proposal. The DBE Written Confirmation Document(s) and/or GFE (if any) shall be received either with the Bid Proposal or as a Supplement to the Bid. The documents shall be received no later than 48 hours (not including Saturdays, Sundays and Holidays) after the time for delivery of the Proposal. To be considered responsive, Bidders shall submit Written Confirmation Documentation from each DBE firm listed on the Bidder's completed DBE Utilization Certification and/or the GFE as required by Section 1-02.6. DBE Bid Item Breakdown and DBE Trucking Credit Form The DBE Bid Item Breakdown and the DBE Trucking Credit Forms (if applicable) shall be received either with the Bid Proposal or as a Supplement to the Bid. The documents shall be received no later than 48 hours (not including Saturdays, Sundays and Holidays) after the time for delivery of the Proposal. To be considered responsive, Bidders shall submit a completed DBE Bid Item Breakdown and a DBE Trucking Credit Form for each DBE Trucking firm listed on the DBE Utilization Certification, however, minor errors and corrections to DBE Bid Item Breakdown or DBE Trucking Credit Forms will be returned for correction for a period up to five calendar days (not including Saturdays, Sundays and Holidays) after the time for delivery of the Proposal. A DBE Bid Item Breakdown or DBE Trucking Credit Forms that are still incorrect after the correction period will be determined to be non -responsive. Supplemental bid information submitted after the proposal submittal but within 48 hours of the time and date the proposal is due, shall be submitted as follows: 1. Ina sealed envelope labeled the same as for the Proposal, with "Supplemental Information" added, or 2. By facsimile to the following FAX number: 253-835-2709, or 3. By e-mail to the following e-mail address: john.mulkey@cityoffederalway.com 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: CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-8 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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; 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; CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-9 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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 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). CITY OF FEDERAL WAY SP-10 LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 3. Subcontractor Responsibility A. Criterion: The Bidder's standard subcontract form shall include the subcontractor responsibility language required by RCW 39.06.020, and the Bidder shall have an established procedure which it utilizes to validate the responsibility of each of its subcontractors. The Bidder's subcontract form shall also include a requirement that each of its subcontractors shall have and document a similar procedure to determine whether the sub -tier subcontractors with whom it contracts are also "responsible" subcontractors as defined by RCW 39.06.020. B. Documentation: The Bidder, if and when required as detailed below, shall submit a copy of its standard subcontract form for review by the Contracting Agency, and a written description of its procedure for validating the responsibility of subcontractors with which it contracts. 4. Claims Against Retainage and Bonds A. Criterion: The Bidder shall not have a record of excessive claims filed against the retainage or payment bonds for public works projects in the three years prior to the bid submittal date, that demonstrate a lack of effective management by the Bidder of making timely and appropriate payments to its subcontractors, suppliers, and workers, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall submit a list of the public works projects completed in the three years prior to the bid submittal date that have had claims against retainage and bonds and include for each project the following information: • Name of project • The owner and contact information for the owner; • A list of claims filed against the retainage and/or payment bond for any of the projects listed; • Awritten 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 CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-11 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 prior to the bid submittal date, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date; or if Bidder was terminated, describe the circumstances. . 7. Lawsuits A. Criterion: The Bidder shall not have lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, or shall submit a list of all lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date, along with a written explanation of the circumstances surrounding each such lawsuit. The Contracting Agency shall evaluate these explanations to determine whether the lawsuits demonstrate a pattern of failing to meet of terms of construction related contracts As evidence that the Bidder meets the Supplemental Criteria stated above, the apparent low Bidder must submit to the Contracting Agency by 12:00 P.M. (noon) of the second business day following the bid submittal deadline, a written statement verifying that the Bidder meets the supplemental criteria together with supporting documentation (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with the Supplemental Criteria. The Contracting Agency reserves the right to request further documentation as needed from the low Bidder and documentation from other Bidders as well to assess Bidder responsibility and compliance with all bidder responsibility criteria. The Contracting Agency also reserves the right to obtain information from third -parties and independent sources of information concerning a Bidder's compliance with the mandatory and supplemental criteria, and to use that information in their evaluation. The Contracting Agency may consider mitigating factors in determining whether the Bidder complies with the requirements of the supplemental criteria. The basis for evaluation of Bidder compliance with these mandatory and supplemental criteria shall include any documents or facts obtained by Contracting Agency (whether 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. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-12 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Contracting Agency's determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency's final determination. Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders with concerns about the relevancy or restrictiveness of the Supplemental Bidder Responsibility Criteria may make or submit requests to the Contracting Agency to modify the criteria. Such requests shall be in writing, describe the nature of the concerns, and propose specific modifications to the criteria. Bidders shall submit such requests to the Contracting Agency no later than five (5) business days prior to the bid submittal deadline and address the request to the Project Engineer or such other person designated by the Contracting Agency in the Bid Documents. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1-03.10) Identical Bid Totals (January 4, 2016 APWA GSP) Revise this section to read: After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then the tie -breaker will be the Bidder with an equal lowest bid, that proposed to use the highest percentage of recycled materials in the Project, per the form submitted with the Bid Proposal. If those percentages are also exactly equal, then the tie -breaker will be determined by drawing as follows: Two or more slips of paper will be marked as follows: one marked "Winner" and the other(s) marked "unsuccessful." The slips will be folded to make the marking unseen. The slips will be placed inside a box. One authorized representative of each Bidder shall draw a slip from the box. Bidders shall draw in alphabetic order by the name of the firm as registered with the Washington State Department of Licensing. The slips shall be unfolded and the firm with the slip marked CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-13 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 "Winner" will be determined to be the successful Bidder and eligible for Award of the Contract. Only those Bidders who submitted a Bid total that is exactly equal to the lowest responsive Bid, and with a proposed recycled materials percentage that is exactly equal to the highest proposed recycled materials amount, are eligible to draw. 1-03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read: Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within 20 calendar days after the award date, the successful bidder shall return the signed Contracting Agency -prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre - award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency - furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of 5 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1-03.4 Contract Bond (July 23, 2015 APWA GSP) Delete the first paragraph and replace it with the following: The successful bidder shall provide executed payment and performance bond(s) for the full contract amount. The bond may be a combined payment and performance bond; or be separate payment and performance bonds. In the case of separate payment and performance bonds, each shall be for the full contract amount. The bond(s) shall: 1. Be on Contracting Agency -furnished form(s); 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Guarantee that the Contractor will perform and comply with all obligations, duties, and conditions under the Contract, including but not limited to the duty and obligation to indemnify, defend, and protect the Contracting CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-14 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 Agency against all losses and claims related directly or indirectly from any failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform and comply with all contract obligations, conditions, and duties, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work; 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond(s) must be signed by the president or vice president, unless accompanied by written proof of the authority of the individual signing the bond(s) to bind the corporation (i.e., corporate resolution, power of attorney, or a letter to such effect signed by the president or vice president). 1-03.7 Judicial Review (November 30, 2018 APWA GSP) Revise this section to read: Any decision made by the Contracting Agency regarding the Award and execution of the Contract or Bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington Law. Such review, if any, shall be timely filed in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction. 1-04 SCOPE OF THE WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (December 10, 2020 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, 4. Contract Plans, 5. Standard Specifications, 6. Contracting Agency's Standard Plans or Details (if any), and CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-15 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 7. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1-04.4 Changes (April 30, 2020 WSDOT GSP, OPTION 1) Section 1-04.4 is supplemented with the following: Change Orders will be transmitted electronically to the Contractor for signature. The Contractor shall apply all signatures electronically using the software provided by the Contracting Agency. Within 21 days of execution of the Contract, the Contractor shall submit a Type 1 Working Drawing consisting of the names, email addresses, and text - message capable phone numbers for the authorized change order signers and shall bear the name, phone number and email of the officer providing this authorization. Delegation of authority to sign Change Orders shall be by the officer authorized to sign the Contract in accordance with Section 1-02.1 1-05 CONTROL OF WORK 1-05.4 Conformity With and Deviations from Plans and Stakes (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. 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 CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-16 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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 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. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-17 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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. 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: CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-18 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 "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. (April 2, 2018, WSDOT GSP, OPTION 4) Section 1-05.4 is supplemented with the following: Contractor Surveying -ADA Features ADA Feature Staking Requirements The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, and grades necessary for the construction of the ADA features. Calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. The Contractor shall build the ADA features within the specifications in the Standard Plans and contract documents. ADA Feature As -Built Measurements The Contractor shall be responsible for providing electronic As -Built records of all ADA feature improvements completed in the Contract. The survey work shall include but not be limited to completing the measurements, recording the required measurements and completing other data fill-ins found on the ADA Measurement Forms, and transmitting the electronic Forms to the Engineer. The ADA Measurement Forms are found at the following website location: http://www.wsdot.wa.gov/Design/ADAGuidance.htm In the instance where an ADA Feature does not meet accessibility requirements, all work to replace non -conforming work and then to measure, record the as -built measurements, and transmit the electronic Forms to the Engineer shall be completed at no additional cost to the Contracting Agency, as ordered by the Engineer. Payment Payment will be made for the following bid item that is included in the Proposal: "ADA Features Surveying", lump sum. The unit Contract price per lump sum for "ADA Features Surveying" shall be full pay for all the Work as specified. 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-19 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in Contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1-05.11 Final Inspection (October 1, 2005 APWA GSP) Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing 1-05.110) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefore. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-20 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of Contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. 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. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-21 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit Contract prices related to the system being tested, unless specifically set forth otherwise in the Proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. 1-05.13 Superintendents, Labor and Equipment of Contractor (August 14, 2013 APWA GSP) Delete the sixth and seventh paragraphs of this section. 1-05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as a -mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. Add the following new section: 1-05.16 Water and Power (October 1, 2005 APWA GSP) 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 Drawings (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 a format compatible with 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 pond s/swa les/wate r features ± 0.10 foot ± 0.10 foot CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-22 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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 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: CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-23 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 • 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. • 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 CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-24 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 domestically from foreign source steel billets or iron ingots do not conform to the Buy America requirements because the initial melting and mixing of alloys to create the material occurred in a foreign country. Manufacturing begins with the initial melting and mixing, and continues through the coating stage. Any process which modifies the chemical content, the physical size or shape, or the final finish is considered a manufacturing process. The processes include rolling, extruding, machining, bending, grinding, drilling, welding, and coating. The action of applying a coating to steel or iron is deemed a manufacturing process. Coating includes epoxy coating, galvanizing, aluminizing, painting, and any other coating that protects or enhances the value of steel or iron. Any process from the original reduction from ore to the finished product constitutes a manufacturing process for iron. Due to a nationwide waiver, Buy America does not apply to raw materials (iron ore and alloys), scrap (recycled steel or iron), and pig iron or processed, pelletized, and reduced iron ore. The following are considered to be steel manufacturing processes: 1. Production of steel by any of the following processes: a. Open hearth furnace. b. Basic oxygen c. Electric furnace. d. Direct reduction. 2. Rolling, heat treating, and any other similar processing. 3. Fabrication of the products. a. Spinning wire into cable or strand. b. Corrugating and rolling into culverts. c. Shop fabrication. A certification of materials origin will be required for any items comprised of, or containing, steel or iron construction materials prior to such items being incorporated into the permanent work. The certification shall be on DOT Form 350-109EF provided by the Engineer, or such other form the Contractor chooses, provided it contains the same information as DOT Form 350-109EF. 1-06.6 Recycled Materials (January 4, 2016 APWA GSP) Delete this section, including its subsections, and replace it with the following: The Contractor shall make their best effort to utilize recycled materials in the construction of the project. Approval of such material use shall be as detailed elsewhere in the Standard Specifications. Prior to Physical Completion the Contractor shall report the quantity of recycled materials that were utilized in the construction of the project for each of the items listed in Section 9-03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled glass, steel furnace slag and other recycled materials (e.g. utilization of on -site material CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-25 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 and aggregates from concrete returned to the supplier). The Contractor's report shall be provided on DOT form 350-075 Recycled Materials Reporting. A. x 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well-known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's Plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. Section 1-07.1 is supplemented with the following: (April 3, 2006 INSDOT 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 CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-26 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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 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. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-27 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 1-07.2(2) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full Contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit Bid item prices, or in any other Contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit Bid item prices or in any other Contract amount. 1-07.2(3) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any Contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1-07.4 Sanitation Section 1-07.4(2) is supplemented with the following: 1-07.4(2) Health Hazards (May 13, 2020, WSDOT GSP, OPTION 2) COVID-19 Health & Safety Plan (CHSP) The Contractor shall prepare a project specific COVID-19 health and safety plan (CHSP). The CHSP shall be prepared and submitted as a Type 2 working drawing prior to beginning physical Work. The CHSP shall be based on the most current State and Federal requirements. If the State or Federal requirements are revised, the CHSP shall be updated as necessary to conform to the current requirements. The Contractor shall update and resubmit the CHSP as the work progresses and new activities appear on the look ahead schedule required under Section 1-08.3(2)D. If the conditions change on the project, or a particular activity, the Contractor shall update and resubmit the CHSP. Work on any activity shall cease if conditions prevent full compliance with the CHSP. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-28 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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. 1-07.5 Environmental Regulations Section 1-07.5 is supplemented with the following: (September 20, 2010, INSDOT GSP, OPTION 1) Environmental Commitments The following Provisions summarize the requirements, in addition to those required elsewhere in the Contract, imposed upon the Contracting Agency by the various documents referenced in the Special Provision Permits and Licenses. Throughout the work, the Contractor shall comply with the following requirements: 1. DAHP Inadvertent Discovery Plan (IDP) is included in the appendices. The IDP outlines procedures to perform in the event of a discovery of archaeological materials or human remains, in accordance with applicable state and federal laws. (August 3, 2009, INSDOT GSP, OPTION 2) Payment All costs to comply with this special provision for the environmental commitments and requirements are incidental to the contract and are the responsibility of the Contractor. The Contractor shall include all related costs in the associated bid prices of the contract. (February 25, 2021, INSDOT GSP, OPTION 3) 10. Comply with WAC 173-160 Minimum Standards for Construction and 3 Maintenance of Wells. (January 2, 2018 INSDOT GSP, OPTION 1) Section 1-07.6 is supplemented with the following: The Contracting Agency has obtained the below -listed permit(s) for this project. A copy of the permit(s) is attached as an appendix for informational purposes. Copies of these permits, including a copy of the Transfer of Coverage form, when applicable, are required to be onsite at all times. Contact with the permitting agencies, concerning the below -listed permit(s), shall be made through the Engineer with the exception of when the Construction Stormwater General Permit coverage is transferred to the Contractor, direct communication with the Department of Ecology is allowed. The Contractor shall be responsible for obtaining Ecology's approval for any Work requiring additional approvals (e.g. Request for Chemical Treatment Form). The Contractor shall obtain additional permits as necessary. All costs CITY OF FEDERAL WAY SP-29 LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 to obtain and comply with additional permits shall be included in the applicable Bid items for the Work involved. • Construction Stormwater General Permit 1-07.7 Load Limits (March 13, 1995 WSDOT GSP, OPTION 6) Section 1-07.7 is supplemented with the following: If the sources of materials provided by the Contractor necessitate hauling over roads other than State Highways, the Contractor shall, at the Contractor's expense, make all arrangements for the use of the haul routes. 1-07.9 Wages 1-07.90) 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: 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 CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-30 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 submit Standard Form 1444, Request for Authorization of Additional Classification and Wage Rate available at http://www.wdol.gov/docs/sfl444.pdf, and submit the completed form to the Engineer's office. The presence of a classification wage on the Washington State Prevailing Wage Rates For Public Works Contracts does not exempt the use of form 1444 for the purpose of determining a federal classification wage rate. 1-07.9(5) Required Documents (January 3, 2020 APWA GSP) Delete this section and replace it with the following: General All "Statements of Intent to Pay Prevailing Wages", "Affidavits of Wages Paid" and Certified Payrolls, including a signed Statement of Compliance for Federal -aid projects, shall be submitted to the Engineer using the State L&I online Prevailing Wage Intent & Affidavit (PWIA) system. Intents and Affidavits On forms provided by the Industrial Statistician of State L&I, the Contractor shall submit to the Engineer the following for themselves and for each firm covered under RCW 39.12 that will or has provided Work and materials for the Contract: 1. The approved "Statement of Intent to Pay Prevailing Wages" State L&I's form number F700-029-000. The Contracting Agency will make no payment under this Contract until this statement has been approved by State L&I and reviewed by the Engineer. 2. The approved "Affidavit of Prevailing Wages Paid", State L&I's form F700-007- 000. The Contracting Agency will not grant Completion until all approved Affidavit of Wages paid for the Contractor and all Subcontractors have been received by the Engineer. The Contracting Agency will not release to the Contractor any funds retained under RCW 60.28.011 until "Affidavit of Prevailing Wages Paid" forms have been approved by State L&I and all of the approved forms have been submitted to the Engineer for every firm that worked on the Contract. 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 CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-31 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 (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. 2. The goals and timetables for minority and female participation set by the Office of Federal Contract Compliance Programs, expressed in percentage terms for the Contractor's aggregate work force in each construction craft and in each trade on all construction work in the covered area, are as follows: Women - Statewide Timetable Until further notice Goal 6.9% Minorities - by Standard Metroaolitan Statistical Area (SMSA Spokane, WA: SMSA Counties: Spokane, WA 2.8 WA Spokane. Non-SMSA Counties 3.0 WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield; WA Lincoln, WA Pend Oreille; WA Stevens; WA Whitman. Richland, WA: SMSA Counties: Richland Kennewick, WA 5.4 WA Benton; WA Franklin. Non-SMSA Counties 3.6 WA Walla Walla. Yakima, WA: SMSA Counties: Yakima, WA 9.7 WA Yakima. Non-SMSA Counties 7.2 WA Chelan; WA Douglas; WA Grant; WA Kittitas; WA Okanogan. Seattle, WA: SMSA Counties: Seattle Everett, WA WA King; WA Snohomish. Tacoma, WA WA Pierce. Non-SMSA Counties CITY OF FEDERAL WAY SP-32 7.2 6.2 6.1 LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL PROJECT #204 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 WA Clark. Non-SMSA Counties WA Cowlitz; HN 3.8 WA Klickitat; WA Skamania; WA Wahkiakum. These goals are applicable to each nonexempt Contractor's total on -site construction workforce, regardless of whether or not part of that workforce is performing work on a Federal, or federally assisted project, contract, or subcontract until further notice. Compliance with these goals and time tables is enforced by the Office of Federal Contract compliance Programs. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, in each construction craft and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goal shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Office of Federal Contract Compliance Programs (OFCCP) within 10 working days of award of any construction subcontract in excess of $10,000 or more that are Federally funded, at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the Subcontractor; employer identification number of the Subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the 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 — 7t" 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. CITY OF FEDERAL WAY SP-33 LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246) 1. As used in these specifications: a. Covered Area means the geographical area described in the solicitation from which this contract resulted; b. Director means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. Employer Identification Number means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U. S. Treasury Department Form 941; d. Minority includes: (1) Black, a person having origins in any of the Black Racial Groups of Africa. (2) Hispanic, a fluent Spanish speaking, Spanish surnamed person of Mexican, Puerto Rican, Cuban, Central American, South American, or other Spanish origin. (3) Asian or Pacific Islander, a person having origins in any of the original peoples of the Pacific rim or the Pacific Islands, the Hawaiian Islands and Samoa. (4) American Indian or Alaskan Native, a person having origins in any of the original peoples of North America, and who maintain cultural identification through tribal affiliation or community recognition. 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority 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. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-34 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of this Special Provision. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its action. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the 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 CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-35 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items 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. 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 CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-36 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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. 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 CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-37 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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 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: CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-38 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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. 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 CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-39 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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 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). CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-40 PROJECT #204 DBE COA Goal The Contracting Agency has established a DBE COA Goal for this Contract in the amount of: *** $$15.0% *** 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. 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. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-41 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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. 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. CITY OF FEDERAL WAY SP-42 LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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 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. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-43 PROJECT #204 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. 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: By meeting the DBE COA Goal Submission of the DBE Utilization Certification, supporting DBE Written Confirmation Document(s) showing the Bidder has obtained enough DBE CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-44 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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 COA Goal The Bidder may demonstrate a GFE in whole or part through GFE documentation ONLY IN THE EVENT a Bidder's efforts to solicit sufficient 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. 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. CITY OF FEDERAL WAY SP-45 LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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. 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 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 CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-46 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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. 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. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-47 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 Note: The firms identified by the Contractor maybe 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. 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. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-48 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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 Ajoint 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 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. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-49 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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. 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 CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-50 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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. • 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. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-51 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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 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. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-52 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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 Agency Inspection (January 25, 2016 WSDOT GSP) Section 1-07.12 is supplemented with the following: Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) Revised May 1, 2012 and the amendments thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this Contract; provided, however, that if any of the provisions of FHWA 1273, as amended, are less restrictive than Washington State Law, then the Washington State Law shall prevail. The provisions of FHWA 1273, as amended, included in this Contract require that the Contractor insert the FHWA 1273 and amendments thereto in each Subcontract, together with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be included in each Subcontract requiring the Subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier Subcontracts, together with the wage rates. The Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each Subcontract for Subcontractors and lower tier Subcontractors. For this purpose, upon request to the Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special Provision. 1-07.13 Contractor's Responsibility for Work 1-07.13(4) Repair of Damage (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 CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-53 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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 3811 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 King County Traffic Operations Attn: Mark Parrett 155 Monroe Ave NE Renton, WA 98056 Telephone: (206) 296-8153 AT&T Attn: Daniel McGeough 11241 Willows Rd NE, #130 Redmond, WA 98052 Telephone: (425) 896-9830 Zayo City of FIN IT Dept (City Fiber) Attn: Jason Tesdal Attn: Thomas Fichtner 4905 Pacific Hwy E, Suite 4 33325 8th Ave S CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-54 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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) 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 (April 2, 2007 WSDOT GSP, OPTION 2) 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. Public and private utilities, or their Contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. It is anticipated that utility adjustment, relocation, replacement or construction within the project limits will be completed as follows: • Any other relocations, replacements, or adjustments as necessary The Contractor shall attend a mandatory utility preconstruction meeting with the Engineer, all affected Subcontractors, and all utility owners and their Contractors prior to beginning onsite work. The following addresses and telephone numbers of utility companies or their Contractors that will be adjusting, relocating, replacing or constructing utilities within the project limits are supplied for the Contractor's use: See contact info listed in Section 1-07.17, Option 1 The Contractor shall: Provide franchise utilities with a minimum two -week advance notice to facilitate scheduling for their crews. Work will be completed by utilities after the area has been prepared by the City's contractor, including excavation and staking of appurtenant facilities such as right-of-way & back of sidewalk (line & grade). The Contractor shall coordinate scheduling of utility work with the utility companies involved and incorporate that work into the project schedule. 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 CITY OF FEDERAL WAY SP-55 LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 (January 4, 2016 APWA GSP) 1-07.180) General Requirements A. The Contractor shall procure and maintain the insurance described in all subsections of section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best rating of not less than A-: VII and licensed to do business in the State of Washington. The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer's financial condition. B. The Contractor shall keep this insurance in force without interruption from the commencement of the Contractor's Work through the term of the Contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated below. C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims - made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Completion Date or earlier termination of this Contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ("tail") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The Contractor's Automobile Liability, Commercial General Liability and Excess or Umbrella Liability insurance policies shall be primary and non-contributory insurance as respects the Contracting Agency's insurance, self-insurance, or self -insured pool coverage. Any insurance, self-insurance, or self -insured pool coverage maintained by the Contracting Agency shall be excess of the Contractor's insurance and shall not contribute with it. E. The Contractor shall provide the Contracting Agency and all additional insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. F. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency G. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days' notice to the Contractor to correct the breach, immediately terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. H. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the Contract and no additional payment will be made. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-56 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 1-07.18(2) Additional Insured All insurance policies, with the exception of Workers Compensation, and of Professional Liability and Builder's Risk (if required by this Contract) shall name the following listed entities as additional insured(s) using the forms or endorsements required herein: ■ The Contracting Agency and its officers, elected officials, employees, agents, and volunteers. ■ The consultant that completed the preparation of the engineering design and project plans, and its officers, employees, agents, and subconsultants. ■ Consultants hired by the Contracting Agency for design, construction support, or materials testing. The above -listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4) describes limits lower than those maintained by the Contractor. For Commercial General Liability insurance coverage, the required additional insured endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. 1-07.18(3) Subcontractors The Contractor shall cause each Subcontractor of every tier to provide insurance coverage that complies with all applicable requirements of the Contractor -provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by Subcontractors. The Contractor shall ensure that all Subcontractors of every tier add all entities listed in 1-07.18(2) as additional insureds, and provide proof of such on the policies as required by that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency evidence of insurance and copies of the additional insured endorsements of each Subcontractor of every tier as required in 1-07.18(4) Verification of Coverage. 1-07.18(4) Verification of Coverage The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. Failure of Contracting Agency to demand such verification of coverage with these insurance requirements or failure of Contracting Agency to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor's obligation to maintain such insurance. Verification of coverage shall include: 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 CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-57 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. 3. Any other amendatory endorsements to show the coverage required herein. 4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these requirements — actual endorsements must be submitted. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is required on this Project, a full and certified copy of that policy is required when the Contractor delivers the signed Contract for the work. 1-07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Contractor's maintenance of insurance, its scope of coverage, and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the Contracting Agency's recourse to any remedy available at law or in equity. All deductibles and self -insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible or self -insured retention shall be the responsibility of the Contractor. In the event an additional insured incurs a liability subject to any policy's deductibles or self -insured retention, said deductibles or self -insured retention shall be the responsibility of the Contractor. 1-07.18(5)A Commercial General Liability Commercial General Liability insurance shall be written on coverage forms at least as broad as ISO occurrence form CG 00 01, including but not limited to liability arising from premises, operations, stop gap liability, independent contractors, products -completed operations, personal and advertising injury, and liability assumed under an insured contract. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement. Contractor shall maintain Commercial General Liability Insurance arising out of the Contractor's completed operations for at least three years following Substantial Completion of the Work. Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $2,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury each offense $1,000,000 Stop Gap / Employers' Liability each Accident CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-58 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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 Liability (January 4, 2016 APWA GSP) The Contractor shall provide Excess or Umbrella Liability insurance with limits of not less than $3,000,000 each occurrence and annual aggregate. This excess or umbrella liability coverage shall be excess over and as least as broad in coverage as the Contractor's Commercial General and Auto Liability insurance. All entities listed under 1-07.18(2) of these Special Provisions shall be named as additional insureds on the Contractor's Excess or Umbrella Liability insurance policy. This requirement may be satisfied instead through the Contractor's primary Commercial General and Automobile Liability coverages, or any combination thereof that achieves the overall required limits of insurance. 1-07.18(5)J Pollution Liability (January 4, 2016 APWA GSP) The Contractor shall provide a Contractors Pollution Liability policy, providing coverage for claims involving bodily injury, property damage (including loss of use of tangible property that has not been physically injured), cleanup costs, remediation, disposal or other handling of pollutants, including costs and expenses incurred in the investigation, defense, or settlement of claims, arising out of any one or more of the following: 1. Contractor's operations related to this project. 2. Remediation, abatement, repair, maintenance or other work with lead -based paint or materials containing asbestos. 3. Transportation of hazardous materials away from any site related to this project. All entities listed under 1-07.18(2) of these Special Provisions shall be named by endorsement as additional insureds on the Contractors Pollution Liability insurance policy. Such Pollution Liability policy shall provide the following minimum limits: $1,000,000 each loss and annual aggregate 1-07.23 Public Convenience and Safety CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-59 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 1-07.230) 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. 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: • Only one lane of traffic (eastbound or westbound)may be closed to traffic between the hours of 7:OOAM and 3:30PM. Approval to close both one eastbound and one westbound lane at the same time will require prior approval by the Project Engineer. • Left turns may be restricted (by the Contractor) within the project limits at the discretion of the Project Engineer. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-60 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 • Closure of one lane at a time may occur between the hours of 7AM to 7PM. Any closures between 7PM to 7AM require prior approval by the City • If a lane closure is required, at least one lane of traffic (alternating directions / fagger controlled) shall be maintained at all times. Unless otherwise approved or shown on plans, the Contractor shall maintain two-way traffic during construction. The Contractor shall maintain continuous two-way traffic along streets throughout the project site. The Contractor shall have the option, with the approval of the Engineer, of momentarily interrupting the continuous two-way traffic to allow one-way traffic. Such interruptions shall utilize qualified flaggers placed in strategic locations to insure the public safety and minimize driver confusion. A momentary interruption shall be defined as a period of time not to exceed two (2) minutes. Regardless of the period of time no queue greater than ten (10) cars in length will be allowed. • Working at night (8pm to 7am weekdays, 8 pm-9am weekends & holidays) is not mandated by the City. Should the contractor schedule project work during nighttime hours, it shall be the Contractor's responsibility to obtain any required noise variance or exemption for such work. For approved night work, the Contractor shall, at no additional cost to the City, make all arrangements for operations during hours of darkness. Flagger stations shall be illuminated using a minimum 150-watt floodlight. Lighting used for nighttime work shall, whenever possible, be directed away from or shielded from residences and oncoming traffic. Signs and barricades shall be supplemented by Type C steady burn lights to delineate edge of roadway during the hours of darkness. • The Contractor shall keep all pedestrian routes & access points (including, but not limited to, sidewalks, and crosswalks when located within the project limits) open and clear at all times unless permitted otherwise by the Engineer in an approved traffic control plan. An ADA accessible route must be provided through the project site at all times. • Pedestrians must have access to pedestrian push buttons at all times. The Contractor shall provide flaggers, signs, and other traffic control devices. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to 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 CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-61 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 earlier than the specified hours of closure, shall be turned or covered so as not to be visible to motorists The Contractor shall be responsible for notifying all affected property owners and tenants prior to commencing the barricading of streets, alleys, sidewalks and driveways. Notifications should be at least 48 hours in advance of closures, if possible. The Contractor shall, at all times throughout the project, conduct the work in such a manner as will obstruct and inconvenience vehicular and pedestrian traffic as little as possible. The streets, sidewalks and private driveways shall be kept open by the Contractor except for the brief periods when actual work is being done. The Contractor shall so conduct his operations so as to have under construction no greater length or amount of work than he can prosecute vigorously and he shall not open up sections of the work and leave them in an unfinished condition. • Lane closures shall not impact business accesses. All business accesses will remain open during business hours. Lane closures shall not restrict vehicular access for buses through the project site. Bus stops shall remain ADA accessible to pedestrians at all times throughout the project If the Engineer determines the permitted closure hours adversely affect traffic, the Engineer may adjust the hours accordingly. The Engineer will notify the Contractor in writing of any change in the closure hours. Lane closures are not allowed on any of the following: 1. A holiday, 2. A holiday weekend; holidays that occur on Friday, Saturday, Sunday or Monday are considered a holiday weekend. A holiday weekend includes Saturday, Sunday, and the holiday. 3. After 12:00 PM (noon) on the day prior to a holiday or holiday weekend, and 4. Before 7:00 AM on the day after the holiday or holiday weekend. Lane closures are not allowed within the City Center zone from the Friday after Thanksgiving Day ("Black Friday") until the first City recognized business day of the following year without written approval by the Engineer. The boundaries of the City Center zone are identified in the City of Federal Way Comprehensive Plan. In general, it is the area located within the following boundaries: Northern boundary: S 312th Street 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: CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-62 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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. b. 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. 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. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-63 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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; 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: CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-64 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 Street Right of Way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public Right of Way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1-08 PROSECUTION AND PROGRESS Add the following new section: 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-65 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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 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 CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-66 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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 Portable Changeable Message Signs to be placed a minimum of 2 business days prior to the paving day. Payment for Portable Changeable Message Sign will be per Section 1-10.5 of the Standard Specifications. PaymeRt fer VFAQ beards shall 1-08.1 Subcontracting (December 19, 2019 APWA GSP, OPTION A) Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall submit to the Engineer a certification (WSDOT Form 420-004) that a written agreement between the Contractor and the subcontractor or between the subcontractor and any lower tier subcontractor has been executed. This certification shall also guarantee that these subcontract agreements include all the documents required by the Special Provision Federal Agency Inspection. A Subcontractor or lower tier Subcontractor will not be permitted to perform any work under the contract until the following documents have been completed and submitted to the Engineer: 1. Request to Sublet Work (Form 421-012), and 2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal -aid Projects (Form 420-004). CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-67 PROJECT #204 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 preconstruction conference, or some other mutually agreed upon submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule format. Regardless of which format used, the schedule shall identify the critical path. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 1-08.4 Prosecution of Work Delete this section and replace it with the following: 1-08.4 Notice to Proceed and Prosecution of Work (July 23, 2015 APWA GSP) Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1-10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-68 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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 day. Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (per Section 1-07.9(5)). b. Material Acceptance Certification Documents c. Monthly Reports of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor and all Subcontractors f. A copy of the Notice of Termination sent to the Washington State Department of Ecology (Ecology); the elapse of 30 calendar days from the date of receipt of the Notice of Termination by Ecology; and no rejection of the Notice of Termination by Ecology. This requirement will CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-69 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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 110 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: ***Variable speed Limit Signs *** ***School Zone Flashing Beacons*** *** PPB 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 Damages (September 8, 2020 WSDOT GSP, OPTION 3) Section 1-08.9 is supplemented with the following: Liquidated damages in the amount of ***$2,450.00*** per working day will be assessed for failure to physically complete the Contract within the physical completion time specified. 1-09 MEASUREMENT AND PAYMENT CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-70 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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 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 CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-71 PROJECT #204 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: 1. 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, 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 CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-72 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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 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 CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-73 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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. 1-09.7 Mobilization 1-09.9 Payments (April 30, 2020 WSDOT GSP, OPTION 2) Section 1-09.9 is supplemented with the following: The Contractor shall sign electronically using the software provided by the Contracting Agency and return the Final Contract Voucher Certification (FCVC) as indicated in this section. Within 21 days of execution, the Contractor shall submit a Type 1 Working Drawing designating who will sign the FCVC, including their full name, email address, and text -message capable phone number. The designee shall be an authorized signer in accordance with Section 1-02.1 (March 13, 2012 APWA GSP) Delete the first four paragraphs and replace them with the following: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction Conference, to enable the Project Engineer to determine the Work performed on a monthly basis. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent a lump sum breakdown, the Project Engineer will make a determination based on CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-74 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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: 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: 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. 1-09.90) Retainage (June 27, 2011 WSDOT GSP, OPTION 1) Section 1-09.9(1) content and title is deleted and replaced with the following: Vacant 1-09.11(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 CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-75 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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 claims subject to arbitration are asserted against a county, RCW 36.01.050 shall control venue and jurisdiction of the Superior Court. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the Contract as a basis for decisions. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1 General 1-10.1(2) Description (April 12, 2018 CFW GSP) Section 1-10.1(2) is supplemented with the following: 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. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-76 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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: 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 https://www.nwlett.edu Evergreen Safety Council 12545 135th Ave. NE Kirkland, WA 98034-8709 1-800-521-0778 https://www.esc.org 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 https:Haltssa.com/training Integrity Safety 13912 NE 20'h Ave Vancouver, WA 98686 (360) 574-6071 https://www.integritysafety.com US Safety Alliance (904)705-5660 https://www.ussafetyalliance.com 1. x 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. END OF DIVISION 1 CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-77 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 CITY OF FEDERAL WAY SP-78 LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL PROJECT #204 Alm FA `l�x�l/_►��:z�]r/69[�LrlC�lp�:���Y�ix�y1 DIVISION 2 EARTHWORK 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.1 Description (March 13, 1995 WSDOT GSP, OPTION 1) Section 2-01.1 is supplemented with the following: Clearing and grubbing on this project shall be performed within the following limits: Limits for clearing & grubbing shall be as shown on the plans. Clearing shall include removal of trees as noted on the plans or as directed by the Engineer to accommodate the improvements. Tree removal shall include removal of stumps and/or grinding of stumps to a depth at least two feet below finish grade. 2-01.3 Construction Requirements 2-01.3(3) Clearing 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'/2-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 1'/2 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'/2 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 Grubbing" 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 LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-79 PROJECT #204 "Roadside Cleanup", will be measured by force account. 2-01.5 Payment (April 12, 2018 CFW GSP) Section 2-01.5 is supplemented with the following: "Clearing and Grubbing", lump sum. "Roadside Cleanup", force account. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.1 Description (September 30, 1996 WSDOT GSP, OPTION 4) Section 2-02.1 is supplemented with the following: The Contractor is advised that asbestos may be present on this project. 2-02.3 Construction Requirements (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 / OFFSET ITEM DESCRIPTION QUANTITY SCHEDULE A 12+20 to 13+90, 35-50" RT Remove Wooden Guardrail and Posts 190 LF 9+13, 40' RT Remove Park Sign 1 EA 6+05 to 8+55, 34'-40' RT Remove Wheel Stop 18 EA 15+15, 37' RT Remove Luminaire Pole and Base 1 EA SCHEDULE C 8+68 to 8+79, 50'-92' RT Remove Bollards 7 EA 12+20 to 13+85, 55'-65' RT Remove Trees 6 EA ITEMS TO BE SALVAGED TO THE CITY INCLUDE, BUT IS NOT LIMITED TO, THE FOLLOWING: CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-80 PROJECT #204 A19FA`l�x�l/_►��:z�]rI69[�L�lC�lp�:���Y�ix�y1 Removal of pavements, curbs, sidewalks, concrete, and driveway approaches are included in the "Roadway Excavation Incl. Haul" bid item. 2-02.3 Construction Requirements 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters (April 12, 2018 CFW GSP) Section 2-02.3(3) is supplemented with the following: Prior to removal of pavement, the Contractor shall make a full -depth sawcut to delineate the areas of pavement removal from those areas of pavement to remain. The Engineer shall approve the equipment and procedures used to make the full - depth sawcut. No wastewater from the sawcutting operation shall be released directly to any stream or storm sewer system. Removal of pavement, curbs, gutters, and sidewalks within the entire project limits shall be 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 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 CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-81 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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) Adjust Existing Utility to Grade (April 12, 2018 CFW GSP) 2-02.3(5) is a new section: As shown in the Plans, existing utilities such as monuments, manholes, catch basin frames and grates, water valves, and meter boxes shall be adjusted to finished grade. The Contractor shall, prior to the beginning of any work, familiarize himself with the existing utility locations. The Contractor shall adjust City -owned utilities. Final adjustment shall be smooth and flush with finished grade. The Contractor shall mark the location of all utilities prior to paving the new surface. Unless otherwise provided for in the Special Provisions and Proposal, costs for adjusting utilities to grade, including coordinating the work with other utilities, shall be incidental to the various items of work and no additional compensation will be allowed. Existing facilities shall be adjusted to the finished grade as shown in the Drawings and as further specified herein. Existing box, ring, grate, and cover shall be reset in a careful and workmanlike manner to conform to the new grade. Special care shall be exercised in all operations. Any damage occurring to the manholes, concrete inlets, monument cases, valve boxes, or water mains, due to the Contractor's operations, shall be repaired at the Contractor's own expense. Adjustments shall be made using bricks, concrete blocks, or cement, and the interior of the manhole adjustment shall be mortared smoothly. All covers and frames shall be thoroughly cleaned. The Contractor shall be responsible for referencing and keeping a record of such references of all manholes, catch basins, monument cases, meter boxes, and valve boxes encountered, and shall submit a copy of these references to the Engineer. The manholes, catch basins, monument cases, meter boxes, and valve boxes shall be adjusted to grade in accordance with Section 1-05.3(1). Final restoration of finished grade surfaces shall be performed in the following manner: 1. Within a Gravel Surface: Provide a 6-inch-deep and 6-inch-wide concrete collar installed and restored with 3 inches of crushed surfacing top course. 2. Within a Grass Surface: Provide crushed surfacing top course backfill and 3 inches of Topsoil Type A, and seed. 3. Within an Asphalt Cement Concrete Paved Surface: See City standard detail for Utility Adjustment. 2-02.3(6) Existing Utilities to Remain (April 12, 2018 CFW GSP) 2-02.3(6) is a new section: CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-82 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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 Drainage Structure" will be measured per each. "Remove Storm Sewer Pipe" will be measured per lineal foot. 2-02.5 Payment (April 12, 2018 CFW GSP) Section 2-02.5 is supplemented with the following: Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: "Removal of Structure and Obstruction", lump sum. Structure Excavation Class B for the removal of items shall be considered included in this bid item. "Sawcutting", per linear foot. Sawcutting necessary for utility and stormwater installation are incidental to the measurement and payment of those contract items. "Remove Drainage Structure", per each. "Remove Storm Sewer Pipe", per linear foot. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.2 Pavement Removal (April 12, 2018 CFW GSP) Section 2-03.2 is replaced with the following: Where shown in the Plans or where designated by the Engineer, the Contractor shall remove asphalt, concrete, Portland cement concrete pavement, sidewalks and curbs. Prior to removal, the Contractor shall make a full -depth sawcut to delineate the areas of pavement removal from those areas of pavement to remain. The Engineer shall approve the equipment and procedures used to make the full -depth sawcut. No wastewater from the sawcutting operation shall be released directly to any stream or storm sewer system. Alternatively, the Contractor may elect grinding for pavement removal, where appropriate. The removed pavement shall become the property of the Contractor and shall be removed from the project. Damage caused to portions of the pavement to remain, due to the Contractor's operation, shall be repaired by the Contractor at the Contractor's expense and to the satisfaction of the Engineer. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-83 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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 2-03.300) 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)G Backfilling (April 12, 2018 CFW GSP) Section 2-03.3(14)G is supplemented with the following: Remove all water and non -compatible materials from excavations prior to backfilling or attempting to compact embankment soil. Place native soils or provide import Gravel Borrow as required to complete the work. Backfill all embankments in accordance with 2-03.3(14)C, Compacting Earth Embankments, Method C. Section 2-03.3(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. CITY OF FEDERAL WAY SP-84 LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 (April 12, 2018 CFW GSP) Section 2-03.4 is supplemented with the following: If the Contractor excavates outside the neat -line limits designated for "Roadway Excavation, Incl. Haul" or performs extra excavation, it shall be considered for the Contractor's benefit and shall be included in the cost of other Bid Items. 2-03.5 Payment (April 12, 2018 CFW GSP) Section 2-03.5 is supplemented with the following: Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: "Roadway Excavation Incl. Haul", per cubic yard. (March 13, 1995 WSDOT GSP, OPTION 2) Section 2-03.5 is supplemented with the following: All costs in connection with the preparation of waste sites and waste deposits shall be included in the Mobilization. 2-09 STRUCTURE EXCAVATION 2-09.3 Construction Requirements 2-09.30) 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, CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-85 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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: If the Contract includes Structure Excavation, Class A or B, including haul; Shoring or Extra Excavation, Class A or B; or Trench Safety System, the unit contract price shall include all costs for loading and hauling excavated materials to a permitted disposal site, or to and from a temporary stockpile. Any such stockpiled materials, either suitable or designated for incorporation into the project, shall be handled in accordance with Section 2-09.3(1)E. 2-09.3(1)E Backfilling (April 12, 2018 CFW GSP) The first paragraph of Section 2-09.3(1) is replaced with the following: The backfilling of openings dug for Structures or for Removal of Structures and Obstructions shall be a necessary part of and incidental to the excavation. Backfill material shall be Gravel Borrow unless the use of native or other material is approved by the engineer. 2-09.3(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 CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-86 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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 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. 2-09.3(2) Classification of Structure Excavation (***PROJECT -SPECIFIC SPECIAL PROVISION***) Section 2-09.3(2) is supplemented with the following: 3: Class B for Relocation of Utilities. Excavation and backfilling required for relocation of utilities including trench excavations for utility conduit, utility vaults and utility handholes. 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. (***PROJECT -SPECIFIC SPECIAL PROVISION***) Structure Excavation Class B Incl. Haul for Relocation of Utilities shall be measured by the cubic yard. No measurement of material excavated beyond the limits indicated below will be made. For underground utility conduits the limits shall be as follows: Horizontal: Duct Bank Width + Minimum Separation + 6 inches Lower: Three inches below the bottom of the lowest duct bank within the trench. Upper: The top surface of the ground when the structure excavation work begins. A duct bank shall be defined as an array of closely spaced conduits. For vaults and handholes the limits shall be as follows: Horizontal: 18 inches outside the perimeter of the vault or handhole. Lower: 6 inches below the bottom of the vault Upper: The top surface of the ground when the structure excavation begins. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-87 PROJECT #204 Shoring or Extra Excavation Cl. A will not be measured. No unit of measurement shall apply to the lump sum price for "Trench Safety System". 2-09.5 Payment (March 17, 2020 CFW GSP) Replace the 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. (***PROJECT -SPECIFIC SPECIAL PROVISION***) Section 2-09.5 is supplemented with the following: "Structure Excavation Class B Incl. Haul for Relocation of Utilities", per cubic yard. The unit contract price per cubic yard for Structure Excavation Class B Incl. Haul for Relocation of Utilities shall be full pay for all labor, materials, tools, equipment required to sawcut, excavate, dewater, backfill with native materials, and compact trenches for installation of utility conduits, utility vaults, and utility handholes. END OF DIVISION 2 CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-88 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 DIVISION 3 AGGREGATE PRODUCTION AND ACCEPTANCE 3-01 PRODUCTION FROM QUARRY AND PIT SITES 3-01.4 Contractor Furnished Material Sources 3-01.40) Acquisition and Development (April 12, 2018 CFW GSP) Section 3-01.4(1) is supplemented with the following: No source has been provided for any materials necessary for the construction of these improvements. If the source of material provided by the Contractor necessitates hauling over roads other than City streets, the Contractor shall, at his own cost and expense, make all arrangements for the use of haul routes. END OF DIVISION 3 CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-89 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 DIVISION 4 BASES 4-04 BALLAST AND CRUSHED SURFACING 4-04.3 Construction Requirements 4-04.3(3) Mixing (April 12, 2018 CFW GSP) Item 2 of Section 4-04.3(3), is replaced with the following: 2. Road Mix Method - The road mix method of mixing surfacing material will not be allowed. 4-04.3(4) 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 LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-90 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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 LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-91 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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. 5-04.20) How to Get an HMA Mix Design on the QPL If the contractor wishes to submit a mix design for inclusion in the Qualified Products List (QPL), please follow the WSDOT process outlined in Standard Specification 5-04.2(1). 5-04.2(1)A Vacant 5-04.2(2) Mix Design — Obtaining Project Approval No paving shall begin prior to the approval of the mix design by the Engineer. Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. The Proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation. Nonstatistical Mix Design. Fifteen days prior to the first day of paving the contractor shall provide one of the following mix design verification certifications for Contracting Agency review; The WSDOT Mix Design Evaluation Report from the current WSDOT QPL, or one of the mix design verification certifications listed below. The proposed HMA mix design on WSDOT Form 350-042 with the seal and certification (stamp & sig-nature) of a valid licensed Washington State Professional Engineer. The Mix Design Report for the proposed HMA mix design developed by a qualified City or County laboratory that is within one year of the approval date.** The mix design shall be performed by a lab accredited by a national authority such as Laboratory Accredita-tion Bureau, L-A-B for Construction Materials Testing, The Construction Materials Engineering Council (CMEC's) ISO 17025 or AASHTO Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO: resource proficiency sample program. CITY OF FEDERAL WAY SP-92 LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 Mix designs for HMA accepted by Nonstatistical evaluation shall; Have the aggregate structure and asphalt binder content determined in accordance with WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9-03.8(2), except that Hamburg testing for ruts and stripping are at the discretion of the Engineer, and 9-03.8(6). Have anti -strip requirements, if any, for the proposed mix design determined in accordance with AASHTO T 283 or T 324, or based on historic anti -strip and aggregate source compatibility from previous WSDOT lab testing. At the discretion of the Engineer, agencies may accept verified mix designs older than 12 months from the original verification date with a certification from the Contractor that the materials and sources are the same as those shown on the original mix design. Commercial Evaluation Approval of a mix design for "Commercial Evaluation" will be based on a review of the Contractor's submittal of WSDOT Form 350-042 (For commercial mixes, AASHTO T 324 evaluation is not required) or a Mix Design from the current WSDOT QPL or from one of the processes allowed by this section. Testing of the HMA by the Contracting Agency for mix design approval is not required. For the Bid Item Commercial HMA, the Contractor shall select a class of HMA and design level of Equivalent Single Axle Loads (ESAL's) appropriate for the required use. 5-04.2(2)B Using Warm Mix Asphalt Processes The Contractor may elect to use additives that reduce the optimum mixing temperature or serve as a compaction aid for producing HMA. Additives include organic additives, chemical additives and foaming processes. The use of Additives is subject to the following: Do not use additives that reduce the mixing temperature more than allowed in Section 5-04.3(6) in the production of mixtures. Before using additives, obtain the Engineer's approval using WSDOT Form 350- 076 to describe the proposed additive and process. 5-04.3 Construction Requirements 5-04.30) 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 Paving Compacted Thickness (Feet) Wearing Course Other Courses Less than 0.10 55-F 45-F 0.10 to .20 45-F 35-F CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-93 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 More than 0.20 35-F 35-F 5-04.3(2) Paving Under Traffic When the Roadway being paved is open to traffic, the requirements of this Section shall apply. The Contractor shall keep intersections open to traffic at all times except when paving the intersection or paving across the intersection. During such time, and provided that there has been an advance warning to the public, the intersection may be closed for the minimum time required to place and compact the mixture. In hot weather, the Engineer may require the application of water to the pavement to accelerate the finish rolling of the pavement and to shorten the time required before reopening to traffic. Before closing an intersection, advance warning signs shall be placed and signs shall also be placed marking the detour or alternate route. During paving operations, temporary pavement markings shall be maintained throughout the project. Temporary pavement markings shall be installed on the Roadway prior to opening to traffic. Temporary pavement markings shall be in accordance with Section 8- 23. All costs in connection with performing the Work in accordance with these requirements, except the cost of temporary pavement markings, shall be included in the unit Contract prices for the various Bid items involved in the Contract. 5-04.3(3) Equipment 5-04.3(3)A Mixing Plant Plants used for the preparation of HMA shall conform to the following requirements: 1. Equipment for Preparation of Asphalt Binder — Tanks for the storage of asphalt binder shall be equipped to heat and hold the material at the required temperatures. The heating shall be accomplished by steam coils, electricity, or other approved means so that no flame shall be in contact with the storage tank. The circulating system for the asphalt binder shall be designed to ensure proper and continuous circulation during the operating period. A valve for the purpose of sampling the asphalt binder shall be placed in either the storage tank or in the supply line to the mixer. 2. Thermometric Equipment — An armored thermometer, capable of detecting temperature ranges expected in the HMA mix, shall be fixed in the asphalt binder feed line at a location near the charging valve at the mixer unit. The thermometer location shall be convenient and safe for access by Inspectors. The plant shall also be equipped with an approved dial -scale thermometer, a mercury actuated thermometer, an electric pyrometer, or another approved thermometric instrument placed at the discharge chute of the drier to automatically register or indicate the temperature of the heated aggregates. This device shall be in full view of the plant operator. 3. Heating of Asphalt Binder — The temperature of the asphalt binder shall not exceed the maximum recommended by the asphalt binder manufacturer nor shall CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-94 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 it be below the minimum temperature required to maintain the asphalt binder in a homogeneous state. The asphalt binder shall be heated in a manner that will avoid local variations in heating. The heating method shall provide a continuous supply of asphalt binder to the mixer at a uniform average temperature with no individual variations exceeding 25°F. Also, when a WMA additive is included in the asphalt binder, the temperature of the asphalt binder shall not exceed the maximum recommended by the manufacturer of the WMA additive. 4. Sampling and Testing of Mineral Materials — The HMA plant shall be equipped with a mechanical sampler for the sampling of the mineral materials. The mechanical sampler shall meet the requirements of Section 1-05.6 for the crushing and screening operation. The Contractor shall provide for the setup and operation of the field testing facilities of the Contracting Agency as provided for in Section 3- 01.2(2). 5. Sampling HMA — The HMA plant shall provide for sampling HMA by one of the following methods: a. A mechanical sampling device attached to the HMA plant. b. Platforms or devices to enable sampling from the hauling vehicle without entering the hauling vehicle. 5-04.3(3)B Hauling Equipment Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a cover of canvas or other suitable material of sufficient size to protect the mixture from adverse weather. Whenever the weather conditions during the work shift include, or are forecast to include, precipitation or an air temperature less than 45OF or when time from loading to unloading exceeds 30 minutes, the cover shall be securely attached to protect the HMA. The contractor shall provide an environmentally benign means to prevent the HMA mixture from adhering to the hauling equipment. Excess release agent shall be drained prior to filling hauling equipment with HMA. Petroleum derivatives or other coating material that contaminate or alter the characteristics of the HMA shall not be used. For live bed trucks, the conveyer shall be in operation during the process of applying the release agent. 5-04.3(3)C Pavers HMA pavers shall be self-contained, power -propelled units, provided with an internally heated vibratory screed and shall be capable of spreading and finishing courses of HMA plant mix material in lane widths required by the paving section shown in the Plans. The HMA paver shall be in good condition and shall have the most current equipment available from the manufacturer for the prevention of segregation of the HMA mixture installed, in good condition, and in working order. The equipment certification shall list the make, model, and year of the paver and any equipment that has been retrofitted. The screed shall be operated in accordance with the manufacturer's recommendations and shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, segregating, or gouging the mixture. A copy of the manufacturer's recommendations shall be provided upon request by the Contracting Agency. Extensions will be allowed provided they produce the same results, including ride, density, and surface texture as obtained by the primary screed. Extensions without augers and an internally heated vibratory screed shall not be used in the Traveled Way. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-95 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 When specified in the Contract, reference lines for vertical control will be required. Lines shall be placed on both outer edges of the Traveled Way of each Roadway. Horizontal control utilizing the reference line will be permitted. The grade and slope for intermediate lanes shall be controlled automatically from reference lines or by means of a mat referencing device and a slope control device. When the finish of the grade prepared for paving is superior to the established tolerances and when, in the opinion of the Engineer, further improvement to the line, grade, cross-section, and smoothness can best be achieved without the use of the reference line, a mat referencing device may be substituted for the reference line. Substitution of the device will be subject to the continued approval of the Engineer. A joint matcher may be used subject to the approval of the Engineer. The reference line may be removed after the completion of the first course of HMA when approved by the Engineer. Whenever the Engineer determines that any of these methods are failing to provide the necessary vertical control, the reference lines will be reinstalled by the Contractor. The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and accessories necessary for satisfactory operation of the automatic control equipment. If the paving machine in use is not providing the required finish, the Engineer may suspend Work as allowed by Section 1-08.6. Any cleaning or solvent type liquids spilled on the pavement shall be thoroughly removed before paving proceeds. 5-04.3(3)D Material Transfer Device or Material Transfer Vehicle A Material Transfer Device/Vehicle (MTD/V) shall only be used with the Engineer's approval, unless other -wise required by the contract. Where an MTD/V is required by the contract, the Engineer may approve paving without an MTD/V, at the request of the Contractor. The Engineer will determine if an equitable adjustment in cost or time is due. When used, the MTD/V shall mix the HMA after delivery by the hauling equipment and prior to laydown by the paving machine. Mixing of the HMA shall be sufficient to obtain a uniform temperature throughout the mixture. If a windrow elevator is used, the length of the windrow may be limited in urban areas or through intersections, at the discretion of the Engineer. To be approved for use, an MTV: 1. Shall be self-propelled vehicle, separate from the hauling vehicle or paver. 2. Shall not be connected to the hauling vehicle or paver. 3. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 4. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 5. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. To be approved for use, an MTD: 1. Shall be positively connected to the paver. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-96 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 2. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 3. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 4. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. 5-04.3(3)E Rollers Rollers shall be of the steel wheel, vibratory, oscilatory, or pneumatic tire type, in good condition and capable of reversing without backlash. Operation of the roller shall be in accordance with the manufacturer's recommendations. When ordered by the Engineer for any roller planned for use on the project, the Contractor shall provide a copy of the manufacturer's recommendation for the use of that roller for compaction of HMA. The number and weight of rollers shall be sufficient to compact the mixture in compliance with the requirements of Section 5-04.3(10). The use of equipment that results in crushing of the aggregate will not be permitted. Rollers producing pickup, washboard, uneven compaction of the surface, displacement of the mixture or other undesirable results shall not be used. 5-04.3(4) Preparation of Existing Paved Surfaces When the surface of the existing pavement or old base is irregular, the Contractor shall bring it to a uniform grade and cross-section as shown on the Plans or approved by the Engineer. Preleveling of uneven or broken surfaces over which HMA is to be placed may be accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as approved by the Engineer. Compaction of preleveling HMA shall be to the satisfaction of the Engineer and may require the use of small steel wheel rollers, plate compactors, or pneumatic rollers to avoid bridging across preleveled areas by the compaction equipment. Equipment used for the compaction of preleveling HMA shall be approved by the Engineer. Before construction of HMA on an existing paved surface, the entire surface of the pavement shall be clean. All fatty asphalt patches, grease drippings, and other objectionable matter shall be entirely removed from the existing pavement. All pavements or bituminous surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. All holes and small depressions shall be filled with an appropriate class of HMA. The surface of the patched area shall be leveled and compacted thoroughly. Prior to the application of tack coat, or paving, the condition of the surface shall be approved by the Engineer. A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is to be placed or abutted; except that tack coat may be omitted from clean, newly paved surfaces at the discretion of the Engineer. Tack coat shall be uniformly applied to cover the existing pavement with a thin film of residual asphalt free of streaks and bare spots at a rate between 0.02 and 0.10 gallons per square yard of retained asphalt. The rate of application shall be approved by the Engineer. A heavy application of tack coat shall be 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 CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-97 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 equipment shall be equipped with a thermometer to indicate the temperature of the tack coat material. Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the Contractor's operation damages the tack coat it shall be repaired prior to placement of the HMA. The tack coat shall be CSS-1, or CSS-1 h emulsified asphalt. The CSS-1 and CSS-1 h emulsified asphalt may be diluted once with water at a rate not to exceed one part water to one part emulsified asphalt. The tack coat shall have sufficient temperature such that it may be applied uniformly at the specified rate of application and shall not exceed the maximum temperature recommended by the emulsified asphalt manufacturer. 5-04.3(4)A Crack Sealina 5-04.3(4)A1 General When the Proposal includes a pay item for crack sealing, seal all cracks % inch in width and greater. Cleaning: Ensure that cracks are thoroughly clean, dry and free of all loose and foreign material when filling with crack sealant material. Use a hot compressed air lance to dry and warm the pavement surfaces within the crack immediately prior to filling a crack with the sealant material. Do not overheat pavement. Do not use direct flame dryers. Routing cracks is not required. Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly mix the components and pour the mixture into the cracks until full. Add additional CSS-1 cationic emulsified asphalt to the sand slurry as needed for workability to ensure the mixture will completely fill the cracks. Strike off the sand slurry flush with the existing pavement surface and allow the mixture to cure. Top off cracks that were not completely filled with additional sand slurry. Do not place the HMA overlay until the slurry has fully cured. The sand slurry shall consist of approximately 20 percent CSS-1 emulsified asphalt, approximately 2 percent portland cement, water (if required), and the remainder clean Class 1 or 2 fine aggregate per section 9-03.1(2). The components shall be thoroughly mixed and then poured into the cracks and joints until full. The following day, any cracks or joints that are not completely filled shall be topped off with additional sand slurry. After the sand slurry is placed, the filler shall be struck off flush with the existing pavement surface and allowed to cure. The HMA overlay shall not be placed until the slurry has fully cured. The requirements of Section 1-06 will not apply to the portland cement and sand used in the sand slurry. In areas where HMA will be placed, use sand slurry to fill the cracks. In areas where HMA will not be placed, fill the cracks as follows: 1. Cracks'/4 inch to 1 inch in width - fill with hot poured sealant. 2. Cracks greater than 1 inch in width — fill with sand slurry. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-98 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 Hot Poured Sealant: For cracks that are to be filled with hot poured sealant, apply the material in accordance with these requirements and the manufacturer's recommendations. Furnish a Type 1 Working Drawing of the manufacturer's product information and recommendations to the Engineer prior to the start of work, including the manufacturer's recommended heating time and temperatures, allowable storage time and temperatures after initial heating, allowable reheating criteria, and application temperature range. Confine hot poured sealant material within the crack. Clean any overflow of sealant from the pavement surface. If, in the opinion of the Engineer, the Contractor's method of sealing the cracks with hot poured sealant results in an excessive amount of material on the pavement surface, stop and correct the operation to eliminate the excess material. 5-04.3(4)A2 Crack Sealing Areas Prior to Paving In areas where HMA will be placed, use sand slurry to fill the cracks. 5-04.3(4)A3 Crack Sealing Areas Not to be Paved In areas where HMA will not be placed, fill the cracks as follows: A. Cracks'/4 inch to 1 inch in width - fill with hot poured sealant. B. Cracks greater than 1 inch in width — fill with sand slurry. 5-04.3(4)B Vacant 5-04.3(4)C Pavement Repair The Contractor shall excavate pavement repair areas and shall backfill these with HMA in accordance with the details shown in the Plans and as marked in the field. The Contractor shall conduct the excavation operations in a manner that will protect the pavement that is to remain. Pavement not designated to be removed that is damaged as a result of the Contractor's operations shall be repaired by the Contractor to the satisfaction of the Engineer at no cost to the Contracting Agency. The Contractor shall excavate only within one lane at a time unless approved otherwise by the Engineer. The Contractor shall not excavate more area than can be completely finished during the same shift, unless approved by the Engineer. Unless otherwise shown in the Plans or determined by the Engineer, excavate to a depth of 1.0 feet. The Engineer will make the final determination of the excavation depth required. The minimum width of any pavement repair area shall be 40 inches unless shown otherwise in the Plans. Before any excavation, the existing pavement shall be sawcut or shall be removed by a pavement grinder. Excavated materials will become the property of the Contractor and shall be disposed of in a Contractor -provided site off the Right of Way or used in accordance with Sections 2-02.3(3) or 9-03.21. Asphalt for tack coat shall be required as specified in Section 5-04.3(4). A heavy application of tack coat shall be applied to all surfaces of existing pavement in the pavement repair area. Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35-foot compacted depth. Lifts that exceed 0.35-foot of compacted depth may be accomplished with the approval of the Engineer. Each lift shall be thoroughly compacted by a mechanical tamper or a roller. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-99 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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 5-04.3(6) Mixing After the required amount of mineral materials, asphalt binder, recycling agent and anti - stripping additives have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials is ensured. When discharged, the temperature of the HMA shall not exceed the optimum mixing temperature by more than 250F as shown on the reference mix design report or as approved by the Engineer. Also, when a WMA additive is included in the manufacture of HMA, the discharge temperature of the HMA shall not exceed the maximum recommended by the manufacturer of the WMA additive. A maximum water content of 2 percent in the mix, at discharge, will be allowed providing the water causes no problems with handling, stripping, or flushing. If the water in the HMA causes any of these problems, the moisture content shall be reduced as directed by the Engineer. Storing or holding of the HMA in approved storage facilities will be permitted with approval of the Engineer, but in no event shall the HMA be held for more than 24 hours. HMA held for more than 24 hours after mixing shall be rejected. Rejected HMA shall be disposed of by the Contractor at no expense to the Contracting Agency. The storage facility shall have an accessible device located at the top of the cone or about the third point. The device shall indicate the amount of material in storage. No HMA shall be accepted from the storage facility when the HMA in storage is below the top of the cone of the storage facility, except as the storage facility is being emptied at the end of the working shift. Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior to entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there is evidence of the recycled asphalt pavement not breaking down during the heating and mixing of the HMA, the Contractor shall immediately suspend the use of the RAP until changes have been approved by the Engineer. After the required amount of mineral materials, RAP, new asphalt binder and asphalt rejuvenator have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials, and RAP is ensured. 5-04.3(7) Spreading and Finishing The mixture shall be laid upon an approved surface, spread, and struck off to the grade and elevation established. HMA pavers complying with Section 5-04.3(3) shall be used to distribute the mixture. Unless otherwise directed by the Engineer, the nominal compacted depth of any layer of any course shall not exceed the following: HMA Class 1" 0.35 feet CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-100 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 HMA Class 3/4" and HMA Class'/z" wearing course 0.30 feet other courses 0.35 feet HMA Class %" 0.15 feet On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the paving may be done with other equipment or by hand. When more than one JMF is being utilized to produce HMA, the material produced for each JMF shall be placed by separate spreading and compacting equipment. The intermingling of HMA produced from more than one JMF is prohibited. Each strip of HMA placed during a work shift shall conform to a single JMF established for the class of HMA specified unless there is a need to make an adjustment in the JMF. 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA For HMA accepted by nonstatistical evaluation the aggregate properties of sand equivalent, uncompacted void content and fracture will be evaluated in accordance with Section 3-04. Sampling and testing of aggregates for HMA accepted by commercial evaluation will be at the option of the Engineer. 5-04.3(9) HMA Mixture Acceptance Acceptance of HMA shall be as provided under nonstatistical, or commercial evaluation. Nonstatistical evaluation will be used for the acceptance of HMA unless Commercial Evaluation is specified. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, temporary pavement, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in the JMF. Any adjustments to the JMF will require the approval of the Engineer and may be made in accordance with this section. HMA Tolerances and Adjustments 1. Job Mix Formula Tolerances — The constituents of the mixture at the time of acceptance shall be within tolerance. The tolerance limits will be established as follows: For Asphalt Binder and Air Voids (Va), the acceptance limits are determined by adding the tolerances below to the approved JMF values. These values will also be the Upper Specification Limit (USL) and Lower Specification Limit (LSL) required in Section 1-06.2(2)D2 Property Non -Statistical Evaluation Commercial Evaluation Asphalt Binder +/- 0.5% +/- 0.7% Air Voids, Va 2.5% min. and 5.5% max N/A For Aggregates in the mixture: CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-101 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.01E a. First, determine preliminary upper and lower acceptance limits by applying the following tolerances to the approved JMF. Aggregate Percent Passing Non -Statistical Evaluation Commercial Evaluation 1 ", 1/4", ''/z", and 3/8" sieves +/- 6% +/- 8% No. 4 sieve +/-6% +/- 8% No. 8 Sieve +/- 6% +/-8% No. 200 sieve 1 +/- 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 values will be the upper and lower acceptance limits for aggregates, as well as the USL and LSL required in Section 1-06.2(2)D2. 2. Job Mix Formula Adjustments — An adjustment to the aggregate gradation or asphalt binder content of the JMF requires approval of the Engineer. Adjustments to the JMF will only be considered if the change produces material of equal or better quality and may require the development of a new mix design if the adjustment exceeds the amounts listed below. a. Aggregates —2 percent for the aggregate passing the 1'/2" 1" 3/4" '/2" W and the No. 4 sieves, 1 percent for aggregate passing the No. 8 sieve, and 0.5 percent for the aggregate passing the No. 200 sieve. The adjusted JMF shall be within the range of the control points in Section 9-03.8(6). b. Asphalt Binder Content — The Engineer may order or approve changes to asphalt binder content. The maximum adjustment from the approved mix design for the asphalt binder content shall be 0.3 percent 5-04.3(9)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. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-102 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling Samples for acceptance testing shall be obtained by the Contractor when ordered by the Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer and in accordance with AASH-TO T 168. A minimum of three samples should be taken for each class of HMA placed on a project. If used in a structural application, at least one of the three samples shall to be tested. Sampling and testing HMA in a Structural application where quantities are less than 400 tons is at the dis-cretion of the Engineer. For HMA used in a structural application and with a total project quantity less than 800 tons but more than 400 tons, a minimum of one acceptance test shall be performed. In all cases, a minimum of 3 samples will be obtained at the point of acceptance, a minimum of one of the three samples will be tested for conformance to the JMF: • If the test results are found to be within specification requirements, additional testing will be at the Engineer's discretion. • If test results are found not to be within specification requirements, additional testing of the remaining samples to determine a Composite Pay Factor (CPF) shall be performed. 5-04.3(9)C3 Mixture Nonstatistical Evaluation — Acceptance Testing Testing of HMA for compliance of Va will at the option of the Contracting Agency. If tested, compliance of Va will use WSDOT SOP 731. Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11. 5-04.3(9)C4 Mixture Nonstatistical Evaluation — Pay Factors For each lot of material falling outside the tolerance limits in 5-04.3(9), the Contracting Agency will determine a Composite Pay Factor (CPF) using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor 'If,, All aggregate passing: 1'/2", 1 3/4" '/2" %" 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 CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-103 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 Contract price with no further evaluation. When one or more constituents fall outside the nonstatistical tolerance limits in the Job Mix Formula shown in Table of Price Adjustment Factors, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appro-priate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the Roadway shall be tested to provide a minimum of three sets of results for evaluation. 5-04.3(9)C5 Vacant 5-04.3(9)C6 Mixture Nonstatistical Evaluation — Price 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). CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-104 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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 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 CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-105 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 below 1.00 and thus subject to a price reduction or rejection, the Contractor may request that a core be used for determination of the relative density of the sublot. The relative density of the core will replace the relative density determined by the nuclear density gauge for the sublot and will be used for calculation of the CPF and acceptance of HMA compaction lot. When cores are taken by the Contracting Agency at the request of the Contractor, they shall be requested by noon of the next workday after the test results for the sublot have been provided or made available to the Contractor. Core locations shall be outside of wheel paths and as determined by the Engineer. Traffic control shall be provided by the Contractor as requested by the Engineer. Failure by the Contractor to provide the requested traffic control will result in forfeiture of the request for cores. When the CPF for the lot based on the results of the HMA cores is less than 1.00, the cost for the coring will be deducted from any monies due or that may become due the Contractor under the Contract at the rate of $200 per core and the Contractor shall pay for the cost of the traffic control. 5-04.3(10)A HMA Compaction —General Compaction Requirements Compaction shall take place when the mixture is in the proper condition so that no undue displacement, cracking, or shoving occurs. Areas inaccessible to large compaction equipment shall be compacted by other mechanical means. Any HMA that becomes loose, broken, contaminated, shows an excess or deficiency of asphalt, or is in any way defective, shall be removed and replaced with new hot mix that shall be immediately compacted to conform to the surrounding area. The type of rollers to be used and their relative position in the compaction sequence shall generally be the Contractor's option, provided the specified densities are attained. Unless the Engineer has approved otherwise, rollers shall only be operated in the static mode when the internal temperature of the mix is less than 175°F. Regardless of mix temperature, a roller shall not be operated in a mode that results in checking or cracking of the mat. Rollers shall only be operated in static mode on bridge decks. 5-04.3(10)B HMA Compaction —Cyclic Density Low cyclic density areas are defined as spots or streaks in the pavement that are less than 90 percent of the theoretical maximum density. At the Engineer's discretion, the Engineer may evaluate the HMA pavement for low cyclic density, and when doing so will follow WSDOT SOP 733. A $500 Cyclic Density Price Adjustment will be assessed for any 500-foot section with two or more density readings below 90 percent of the theoretical maximum density. 5-04.3(10)C Vacant 5-04.3(10)D HMA Nonstatistical Compaction 5-04.3(10)D1 HMA Nonstatistical Compaction— Lots and Sublots HMA compaction which is accepted by nonstatistical evaluation will be based on acceptance testing performed by the Contracting Agency dividing the project into compaction lots. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-106 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day's production or 400 tons, whichever is less except that the final sublot will be a minimum of 200 tons and may be increased to 800 tons. Testing for compaction will be at the rate of 5 tests per sublot per WSDOT T 738. The sublot locations within each density lot will be determined by the Engineer. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel ruts shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. 5-04.3(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. 5-04.301) Reject Work 5-04.301)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 CITY OF FEDERAL WAY SP-107 LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 Section 1-06.2(2) and this specification, and the Contractor shall submit a corrective action proposal to the Engineer for approval. 5-04.301)B Rejection by Contractor The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material. Any such new material will be sampled, tested, and evaluated for acceptance. 5-04.3(11)C Resection Without Testing (Mixture or Compaction) The Engineer may, without sampling, reject any batch, load, or section of Roadway that appears defective. Material rejected before placement shall not be incorporated into the pavement. Any rejected section of Roadway shall be removed. No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests that the rejected material be tested. If the Contractor elects to have the rejected material tested, a minimum of three representative samples will be obtained and tested. Acceptance of rejected material will be based on conformance with the nonstatistical acceptance Specification. If the CPF for the rejected material is less than 0.75, no payment will be made for the rejected material; in addition, the cost of sampling and testing shall be borne by the Contractor. If the CPF is greater than or equal to 0.75, the cost of sampling and testing will be borne by the Contracting Agency. If the material is rejected before placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at a CPF of 0.75. If rejection occurs after placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at the calculated CPF with an addition of 25 percent of the unit Contract price added for the cost of removal and disposal. 5-04.301)D 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). 5-04.301)E Resection -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 Rejection - A Lot in Progress The Contractor shall shut down operations and shall not resume HMA placement until such time as the Engineer is satisfied that material conforming to the Specifications can be produced: 1. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and the Contractor is taking no corrective action, or 2. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95 and the Contractor is taking no corrective action, or CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-108 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 3. When either the PFi for any constituent or the CPF of a lot in progress is less than 0.75. 5-04.301)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) Joints 5-04.302)A HMA Joints 5-04.3(12)A1 Transverse Joints The Contractor shall conduct operations such that the placing of the top or wearing course is a continuous operation or as close to continuous as possible. Unscheduled transverse joints will be allowed and the roller may pass over the unprotected end of the freshly laid mixture only when the placement of the course must be discontinued for such a length of time that the mixture will cool below compaction temperature. When the Work is resumed, the previously compacted mixture shall be cut back to produce a slightly beveled edge for the full thickness of the course. A temporary wedge of HMA constructed on a 20H:1V shall be constructed where a transverse joint as a result of paving or planing is open to traffic. The HMA in the temporary wedge shall be separated from the permanent HMA by strips of heavy wrapping paper or other methods approved by the Engineer. The wrapping paper shall be removed and the joint trimmed to a slightly beveled edge for the full thickness of the course prior to resumption of paving. The material that is cut away shall be wasted and new mix shall be laid against the cut. Rollers or tamping irons shall be used to seal the joint. 5-04.3(12)A2 Longitudinal Joints The longitudinal joint in any one course shall be offset from the course immediately below by not more than 6 inches nor less than 2 inches. All longitudinal joints constructed in the wearing course shall be located at a lane line or an edge line of the Traveled Way. A notched wedge joint shall be constructed along all longitudinal joints in the wearing surface of new HMA unless otherwise approved by the Engineer. The notched wedge joint shall have a vertical edge of not less than the maximum aggregate size or more than '/2 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 Sawcut and Seal Prior to placing HMA on the bridge deck, establish sawcut alignment points at both ends of the bridge paving joint seals to be placed at the bridge ends, and at interior joints within the bridge deck when and where shown in the Plans. Establish the sawcut alignment points in a manner that they remain functional for use in aligning the sawcut after placing the overlay. Submit a Type 1 Working Drawing consisting of the sealant manufacturer's application procedure. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-109 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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. 5-04.303) Surface Smoothness The completed surface of all courses shall be of uniform texture, smooth, uniform as to crown and grade, and free from defects of all kinds. The completed surface of the wearing course shall not vary more than % inch from the lower edge of a 10-foot straightedge placed on the surface parallel to the centerline. The transverse slope of the completed surface of the wearing course shall vary not more than '/4 inch in 10 feet from the rate of transverse slope shown in the Plans. When deviations in excess of the above tolerances are found that result from a high place in the HMA, the pavement surface shall be corrected by one of the following methods: 1. Removal of material from high places by grinding with an approved grinding machine, or 2. Removal and replacement of the wearing course of HMA, or 3. By other method approved by the Engineer. Correction of defects shall be carried out until there are no deviations anywhere greater than the allowable tolerances. Deviations in excess of the above tolerances that result from a low place in the HMA and deviations resulting from a high place where corrective action, in the opinion of the Engineer, will not produce satisfactory results will be accepted with a price adjustment. The Engineer shall deduct from monies due or that may become due to the Contractor the sum of $500.00 for each and every section of single traffic lane 100 feet in length in which any excessive deviations described above are found. 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. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-110 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 5-04.304) Planing (Milling) Bituminous Pavement The planing plan must be approved by the Engineer and a pre planing meeting must be held prior to the start of any planing. See Section 5-04.3(14)B2 for information on planning submittals. Locations of existing surfacing to be planed are as shown in the Drawings. Where planing an existing pavement is specified in the Contract, the Contractor must remove existing surfacing material and to reshape the surface to remove irregularities. The finished product must be a prepared surface acceptable for receiving an HMA overlay. Use the cold milling method for planing unless otherwise specified in the Contract. Do not use the planer on the final wearing course of new HMA. Conduct planing operations in a manner that does not tear, break, burn, or otherwise damage the surface which is to remain. The finished planed surface must be slightly grooved or roughened and must be free from gouges, deep grooves, ridges, or other imperfections. The Contractor must repair any damage to the sur-face by the Contractor's planing equipment, using an Engineer approved method. Repair or replace any metal castings and other surface improvements damaged by planing, as deter -mined by the Engineer. A tapered wedge cut must be planed longitudinally along curb lines sufficient to provide a minimum of 4 inches of curb reveal after placement and compaction of the final wearing course. The dimensions of the wedge must be as shown on the Drawings or as specified by the Engineer. A tapered wedge cut must also be made at transitions to adjoining pavement surfaces (meet lines) where butt joints are shown on the Drawings. Cut butt joints in a straight line with vertical faces 2 inches or more in height, producing a smooth transition to the existing adjoining pavement. After planing is complete, planed surfaces must be swept, cleaned, and if required by the Contract, patched and preleveled. 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. 5-04.304)A Pre -Planing Metal Detection Check Before starting planing of pavements, and before any additional depth planing required by the Engineer, the Contractor must conduct a physical survey of existing pavement to be planed with equipment that can iden-tify hidden metal objects. Should such metal be identified, promptly notify the Engineer. See Section 1-07.16(1) regarding the protection of survey monumentation that may be hidden in pavement. CITY OF FEDERAL WAY SP-111 LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 The Contractor is solely responsible for any damage to equipment resulting from the Contractor's failure to conduct a pre -planing metal detection survey, or from the Contractor's failure to notify the Engineer of any hidden metal that is detected. 5-04.3(14)B Paving and Planing Under Traffic 5-04.3(14)B1 General In addition the requirements of Section 1-07.23 and the traffic controls required in Section 1-10, and unless the Contract specifies otherwise or the Engineer approves, the Contractor must comply with the following: Intersections: a. Keep intersections open to traffic at all times, except when paving or planing operations through an intersection requires closure. Such closure must be kept to the minimum time required to place and compact the HMA mixture, or plane as appropriate. For paving, schedule such closure to individual lanes or portions thereof that allows the traffic volumes and schedule of traffic volumes required in the approved traffic control plan. Schedule work so that adjacent intersections are not impacted at the same time and comply with the traffic control restrictions required by the Traffic Engineer. Each individual intersection closure or partial closure, must be addressed in the traffic control plan, which must be submitted to and accepted by the Engineer, see Section 1-10.2(2). b. When planing or paving and related construction must occur in an intersection, consider scheduling and sequencing such work into quarters of the intersection, or half or more of an intersection with side street detours. Be prepared to sequence the work to individual lanes or portions thereof. C. Should closure of the intersection in its entirety be necessary, and no trolley service is impacted, keep such closure to the minimum time required to place and compact the HMA mixture, plane, remove asphalt, tack coat, and as needed. d. Any work in an intersection requires advance warning in both signage and a number of Working Days advance notice as determined by the Engineer, to alert traffic and emergency services of the intersection closure or partial closure. e. Allow new compacted HMA asphalt to cool to ambient temperature before any traffic is allowed on it. Traffic is not allowed on newly placed asphalt until approval has been obtained from the Engineer. 2. Temporary centerline marking, post -paving temporary marking, temporary stop bars, and maintaining temporary pavement marking must comply with Section 8- 23. 3. Permanent pavement marking must comply with Section 8-22. 5-04.3(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. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-112 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 The planing operation and the paving operation include, but are not limited to, metal detection, removal of asphalt and temporary asphalt of any kind, tack coat and drying, staging of supply trucks, paving trains, rolling, scheduling, and as may be discussed at the briefing. When intersections will be partially or totally blocked, provide adequately sized and noticeable signage alerting traffic of closures to come, a minimum 2 Working Days in advance. The traffic control plan must show where peace officers will be stationed when signalization is or may be, countermanded, and show areas where flaggers are proposed. At a minimum, the planing and the paving plan must include: 1. A copy of the accepted traffic control plan, see Section 1-10.2(2), detailing each day's traffic control as it relates to the specific requirements of that day's planing and paving. Briefly describe the se-quencing of traffic control consistent with the proposed planing and paving sequence, and scheduling of placement of temporary pavement markings and channelizing devices after each day's planing, and paving. 2. A copy of each intersection's traffic control plan. 3. Haul routes from Supplier facilities, and locations of temporary parking and staging areas, including return routes. Describe the complete round trip as it relates to the sequencing of paving operations. 4. Names and locations of HMA Supplier facilities to be used. 5. List of all equipment to be used for paving. 6. List of personnel and associated job classification assigned to each piece of paving equipment. 7. Description (geometric or narrative) of the scheduled sequence of planing and of paving, and intended area of planing and of paving for each day's work, must include the directions of proposed planing and of proposed paving, sequence of adjacent lane paving, sequence of skipped lane paving, intersection planing and paving scheduling and sequencing, and proposed notifications and coordinations to be timely made. The plan must show HMA joints relative to the final pavement marking lane lines. 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 CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-113 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 operations, must meet with the Engineer and discuss the proposed operation as it relates to the submitted planing plan and paving plan, approved traffic control plan, and public convenience and safety. Such discussion includes, but is not limited to: 1. General for both Paving Plan and for Planing Plan: a. The actual times of starting and ending daily operations. b. In intersections, how to break up the intersection, and address traffic control and signalization for that operation, including use of peace officers. c. The sequencing and scheduling of paving operations and of planing operations, as applicable, as it relates to traffic control, to public convenience and safety, and to other con -tractors who may operate in the Project Site. d. Notifications required of Contractor activities, and coordinating with other entities and the public as necessary. e. Description of the sequencing of installation and types of temporary pavement markings as it relates to planning and to paving. f. Description of the sequencing of installation of, and the removal of, temporary pavement patch material around exposed castings and as may be needed g. Description of procedures and equipment to identify hidden metal in the pavement, such as survey monumentation, monitoring wells, street car rail, and castings, before planning, see Section 5-04.3(14)B2. h. Description of how flaggers will be coordinated with the planing, paving, and related operations. i. Description of sequencing of traffic controls for the process of rigid pavement base repairs. j. Other items the Engineer deems necessary to address. 2. Paving — additional topics: a. When to start applying tack and coordinating with paving. b. Types of equipment and numbers of each type equipment to be used. If more pieces of equipment than personnel are proposed, describe the sequencing of the personnel operating the types of equipment. Discuss the continuance of operator personnel for each type equip-ment as it relates to meeting Specification requirements. c. Number of JMFs to be placed, and if more than one JMF how the Contractor will ensure different JMFs are distinguished, how pavers and MTVs are 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. 5-04.305) Sealing Pavement Surfaces Apply a fog seal where shown in the plans. Construct the fog seal in accordance with Section 5-02.3. Unless otherwise approved by the Engineer, apply the fog seal prior to opening to traffic. 5-04.306) HMA Road Approaches HMA approaches shall be constructed at the locations shown in the Plans or where staked by the Engineer. The Work shall be performed in accordance with Section 5-04. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-114 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 5-04.307) Temporary Asphalt Pavement (April 12, 2018 CFW GSP) Section 5-04.3(17) is a new section: Temporary asphalt pavement shall be placed by the Contractor immediately upon the request of the Engineer for the maintenance of traffic during construction. These areas include: voids created by the removal of existing improvements (i.e. Traffic islands, curbs), providing paved access to private properties, and ramps for property access during cement concrete driveway approach construction. All temporary paving shall be approved by the Engineer before placement. Any areas of temporary pavement to be removed and replaced shall be approved by the Engineer beforehand. This work shall also include the removal of temporary asphalt concrete pavement in its entirety prior to final paving. Hot Mix Asphalt Temporary Pavement: Hot mix asphalt will be used for any trench restoration within the traveled way. Whether temporary or permanent, saw cut and treat edges with CSS-1 asphalt emulsion and apply a minimum 3-inch pavement depth or match existing, whichever is greater. Also, fill voids created by the removal of existing traffic islands and curbing, paving over excavated roadway to temporary access to adjacent properties, and ramps for property access during concrete approach construction. Cold Mix Asphalt Temporary Pavement: Cold mix asphalt is allowed for temporary paving outside the traveled way. The cold mix shall be approved by the Engineer and placed in a 2-inch minimum thickness. Placement of temporary pavement without prior approval of the Engineer shall be considered as a benefit of the Contractor and no cost to the owner. Any areas of temporary pavement to be removed and replaced require prior approval by the Engineer. This work shall include the removal of the temporary pavement prior to paving of final asphalt concrete pavement. 5-04.4 Measurement HMA Cl. PG , HMA for Cl. PG , and Commercial HMA will be measured by the ton in accordance with Section 1-09.2, with no deduction being made for the weight of asphalt binder, mineral filler, or any other component 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. 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. (April 12, 2018 CFW GSP) Section 5-04.4 is supplemented with the following: Hot Mix Asphalt Temporary Pavement shall be measured by the ton of material actually placed, with no deduction being made for the weight of liquid asphalt, blending sand, mineral filler, or any other component of the mixture. Hot Mix CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-115 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 Asphalt Temporary Pavement shall be paid under the "Temporary Pavement" bid item and shall include placement and compaction of hot mix asphalt, removal and disposal of temporary pavement. Cold Mix Asphalt Temporary Pavement will not be measured and shall be considered incidental to other bid items. 5-04.5 Payment Payment will be made for each of the following Bid items that are included in the Proposal: "HMA Cl. PG ", per ton. "Commercial HMA", per ton. The unit Contract price per ton for "HMA Cl. PG ", "HMA for Approach Cl. PG ", "HMA for Preleveling Cl. _ PG _", "HMA for Pavement Repair Cl. _ PG and "Commercial HMA" shall be full compensation for all costs, including anti -stripping additive, incurred to carry out the requirements of Section 5-04 except for those costs included in other items which are included in this Subsection and which are included in the Proposal. "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. (April 1 Z 2018 CFW GSP) Section 5-04.5 is supplemented with the following: "Temporary Pavement", per ton. END OF DIVISION 5 CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-116 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL PROJECT #204 SP-117 CFW SPECIAL PROVISIONS VER. 2021.018 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7-04 STORM SEWERS 7-04.3 Construction Requirements 7-04.30) 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: "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. 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS Heavy -Duty Hinged Style Frame and Cover shall be one of the following: 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.enco.com. 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.enco.com. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-118 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 7-05.3 Construction Requirements (April 12, 2018 CFW GSP) Section 7-05.3 is supplemented with the following: Storm drain cleanouts shall be provided for retaining wall drainage and connected to the storm drainage system at the locations specified on the plans or as directed by the Engineer. All lids located within sidewalk areas, along an ADA pedestrian route, or in other accessible surfaces within the public right-of-way or on publicly owned properties, must meet ADA requirements and be slip -resistant. Acceptable slip -resistant products are: 1. Mebacl manufactured by IKG Industries. 2. SlipNOT Grade 3-coarse manufactured by W.S. Molnar Company. 3. Saftrax TH604 Non -Skid manufactured by Thermion. Where the exposed portion of the frame is 1/2 inch wide or less the slip -resistant treatment may be omitted on that portion of the frame. The slip -resistant lid shall be identified with permanent marking on the underside indicating the type of surface treatment ("M1" for Mebac 1; "SY for SlipNOT Grade 3-coarse; or "ST" for Saftrax TH604) and the year manufactured. The permanent marking shall be 1/8 inch line thickness formed with a mild steel weld bead. The following requirements shall be applicable to both existing and proposed structures, as shown on the plans, or as designated by the Engineer: Vaned Grate vs Solid Lid A vaned grate and associated frame shall be installed on manholes and catch basins located where they will accept runoff. Bi-directional vaned grates shall be installed at all roadway sag locations and at low points along curb returns. All structures not receiving surface runoff shall include solid lids, unless otherwise indicated on the plans or directed by the Engineer. Locking vs Non -Locking Lid All lids and frames shall be locking unless shown as non -locking on plans or directed otherwise by the Engineer. The Contractor shall place anti - seize compound on all locking lid bolts prior to the final project punch list inspection. Round vs Square Lid All structures, new or existing, shall utilize round lids, except for those that accept surface runoff (i.e. those located along a gutter flow line). Catch basins shall include conversion risers to accommodate round lids where indicated in the plans or directed by the Engineer. Heavy -Duty Hinged Frames and Covers Heavy-duty hinged frames and covers shall be installed whenever round, solid lids are required as outlined above. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-119 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 7-05.30) Adjusting Manholes, Valve Boxes and Catch Basins to Grade (April 12, 2018 CFW GSP) Section 7-05.3 is supplemented with the following: Manholes, valve boxes, catch basins, and other structures shall not be adjusted to final grade until the adjacent pavement is completed, at which time the center of each structure shall be carefully relocated from references previously established by the Contractor. The asphalt concrete pavement shall be removed to a neat circular shape for circular grates and covers and a neat rectangular shape for rectangular grates and covers. The edge of the cut shall be 1.5 feet from the outside edge of the cast iron frame of the structure. The base materials and crushed rock shall be removed to the full depth of adjustment plus 2 inches. The manhole and catch basin frames shall be lifted and reset to the final grade, plumb to the roadway, and shall remain operational and accessible. (Reference City of Federal Way Standard Drawing 3-55 for Utility Adjustment). The Contractor shall adjust manholes and catch basins with pre -cast grade rings, and mortar and high impact adjustment risers with a maximum 2-inch thickness where required for heavy-duty frames and covers within the travelled roadway. Metal adjustment rings shall not be used. If more than three grade rings are required to adjust a manhole or Type 2 catch basin to final grade, including existing grade rings, the Contractor shall remove the existing cone section or top slab, install a pre -cast manhole section of sufficient height to limit the number of grade rings to a maximum of three, and reinstall the cone section or top slab prior to paving operations. Grade adjustment rings and high impact riser installation shall be inspected by the Engineer prior to frame installation. Cover and grate frames shall be securely grouted to the structure. Where existing structures are located within the wheel path of a proposed travel lane, catch basins adjusted to grade shall also include conversion risers and heavy duty locking frames and covers and high -impact risers. Following frame installation, the edges of the removed asphalt pavement and the outer edge of the reset frame shall be painted with asphalt for tack coat. The entire void around the adjustment shall then be filled with Commercial HMA, placed and compacted in maximum 3-inch lifts, to match the adjacent pavement surface. The joint between the patch and existing pavement shall then be painted with asphalt for tack coat and immediately covered with dry paving sand before the asphalt for tack coat solidifies. 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. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-120 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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. 7-05.3(7) Heavy Duty Frame and Cover with High Impact Riser Section 7-05.3(6) is added: Heavy duty hinged style frame and covers with high -impact adjustment risers, shall be installed in accordance with the requirements of Section 7-05.3(1) and manufacturer installation instructions, for all solid -lid drainage structures located within the traveled roadway as noted in the plans. Install a rectangular to round conversion riser per Section 7-05.3(8) of these Special Provisions and City of Federal Way Standard Drawing 4-18 for existing or proposed Type 1 or Type 1 L catch basins where required by the plans. High impact adjustment risers with a maximum 2-inch thickness shall be used for all heavy-duty frames and covers within the travelled roadway. 7-05.3(7) Conversion Risers (Special Provision) Section 7-05.3(7) is added: Where indicated on the Plans, retrofit existing Type 1 and Type 1 L catch basins with a round solid cover by removing existing rectangular frame, removing existing adjustment risers and installing a conversion riser per City of Federal Way Standard Drawing 4-18. If the catch basin will be located within the traveled roadway, install heavy duty frame and cover with high impact riser in accordance with Section 7-05.3(6) of these Special Provisions. Final adjustment to grade shall be in accordance with Section 7-05.3(1) of the Standard Plans and these Special Provisions. 7-05.4 Measurement Section 7-05.4 is supplemented with the following: "Connection to Drainage Structure", will be measured per each. "Install Conversion Riser and Round Solid Cover on Existing Type 1 CB and Adjust to Grade", will be measured per each. 7-05.5 Pay (June 12, 2020 CFW GSP) Section 7-05.5 is supplemented with the following: CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-121 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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. Grade rings and adjustment risers (concrete or high -impact) shall be considered incidental to this bid item and will not be measured for separate payment. Payment will be made once the adjustment is fully complete and grouted. Partial payment will not be made if risers have been added, but the grouting has not been completed to the satisfaction of the City. The unit contract price for "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. "Connection to Drainage Structure", per each. The unit contract price for "Connection to Existing Drainage Structure", per each, 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. "Install Conversion Riser and Round Solid Cover on Existing Type 1 Catch Basin and Adjust to Grade", per each. The unit contract price for "Install Conversion Riser and Round Solid Cover on Existing Type 1 Catch Basin and Adjust to Grade", per each, includes all labor, tools, equipment, and materials necessary to install a new frame with solid cover on an existing drainage structure. Heavy-duty hinged style rings and covers, high -impact risers, and conversion risers required for installing a round cover on a Type 1 catch basin, and adjustment to grade, shall be considered incidental to this bid item and will not be measured for separate payment. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-122 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 7-07 CLEANING EXISTING DRAINAGE STRUCTURES 7-07.5 Payment (April 12, 2018 CFW GSP) Section 7-07.5 is replaced with the following: All costs associated with cleaning existing drainage structures shall be considered incidental to and included in the various bid items and no additional payment shall be made. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.3(1)A Trenches (April 12, 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 12, 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 LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-123 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 8-01.1 Description8-01.1(1) Definitions (February 25, 2021 WSDOT GSP, OPTION 1) 8-01.1(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. 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 shown in the Plans or as instructed by the Engineer. 8-01.3(1)A Submittals (April 12, 2018 CFW GSP) Section 8-01.3(1)A is revised to read: A Stormwater Pollution Prevention Plan (SWPPP) shall be prepared by the Contractor and submitted for approval to the Engineer. The plan shall consist of the Contractor's complete strategy to meet the requirements of the Department of Ecology's NPDES and State Waste Discharge General Permit for Stormwater Discharges Associated With Construction Activity (General Permit). The SWPPP shall include and modify as necessary the Site Preparation and Erosion Control Plan drawings provided as part of the Contract Plans. The Contractor shall prepare review and modify the SWPPP as necessary to be consistent with the actual work schedule, sequencing, and construction methods that will be used on the project. The Contractor's SWPPP shall meet the requirements of the general permit. The Contractor's modifications to the SWPPP shall also incorporate the content and requirements for the Spill Prevention, Control and Countermeasures (SPCC) Plan in accordance with Section 1-07.15(1). The SWPPP shall document all the erosion and sediment control Best Management Practices (BMPs) proposed, whether permanent or temporary. The plan shall document installation procedures, materials, scheduling, and maintenance procedures for each erosion and sediment control BMP. The Contractor shall submit the SWPPP for the Engineer's approval before any work begins. The Contractor shall allow at least five working days for the Engineer's review of the initial SWPPP or any revisions to the modified SWPPP. Failure to approve all or part of any such plan shall not make the Contracting Agency liable to the Contractor for any work delays. The Contractor may not begin work without an approved Contractor's SWPPP. The Contractor shall complete and modify the SWPPP to meet the Contractor's schedule and method of construction. All TESC Plans shall meet the requirements of the current edition of the WSDOT Temporary Erosion and Sediment Control CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-124 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 Manual M 3109 and be adapted as needed throughout construction based on site inspections and discharge samples to maintain compliance with the CSWGP. The Contractor shall develop a schedule for implementation of the SWPPP work and incorporate it into the Contractor's progress schedule. In addition, the SWPPP shall outline the procedures to be used to prevent high pH stormwater or dewatering water from entering surface waters. The plan shall include how the pH of the water will be maintained between pH 6.5 and pH 8.5 prior to being discharged from the project or entering surface waters. Prior to beginning any concrete or grinding work, the Contractor shall submit the plan, for the Engineer's review and approval. As a minimum, the SWPPP shall include all the SWPPP requirements identified in the General Permit, including: Narrative discussing and justifying erosion control decisions (12 elements) Drawings illustrating BMPs types and locations Engineering calculations for ponds and vaults used for erosion control A schedule for phased installation and removal of the proposed BMPs, including: A. BMPs that will be installed at the beginning of project startup. B. BMPs that will be installed at the beginning of each construction season. C. BMPs that will be installed at the end of each construction season. D. BMPs that will be removed at the end of each construction season. E. BMPs that will be removed upon completion of the project. An Ecology template is available to the Contractor for producing the SWPPP, using project- specific information added by the Contractor. The template and instructions are available at: http://www.ecy.wa.gov/programs/wq/stormwater/construction/ Turbidity and pH Exceedances Following any exceedances of the turbidity or pH benchmarks, the Contractor shall provide the following at no additional cost to the Contracting agency: 1. The necessary SWPPP revisions and on -site measures/revisions including additional source control, BMP maintenance, and/or additional stormwater treatment BMPs that are necessary to prevent continued exceedance of turbidly and/or pH benchmarks. 2. The regulatory notification to the Dept. of Ecology and to the Engineer of any monitoring results requiring regulatory notification. 3. The additional daily sampling and reporting measures described in the General Permit to verify when project site runoff is in compliance. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-125 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 8-01.3(1)B Erosion and Sediment Control (ESC) Lead (February 25, 2021 WSDOT GSP, OPTION 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. (February 25, 2021 WSDOT GSP, OPTION 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(1)C1 Disposal of Dewatering Water (February 25, 2021 WSDOT GSP, OPTION 3) Section 8-01.3(1)C1 is revised to read: When uncontaminated turbid dewatering water is encountered onsite, it must pass through BMPs to reduce sedimentation prior to discharging to a sediment trap or sediment pond. Turbid uncontaminated dewatering water disposal options may include sheet flow dispersion and infiltration within vegetation onsite not designated as sensitive areas, transport in a vehicle for off -site legal disposal, Ecology -approved on -site chemical treatment, sanitary or combined sewer discharge with local sewer district approval, or use of a sedimentation bag that discharges to a ditch or swale for small volumes of localized dewatering. Highly turbid or contaminated dewatering water must be handled separately from stormwater. Clean and non -turbid dewatering water may be discharged to systems tributary to or directly into sur-face waters of the state provided it does not cause erosion or flooding of receiving waters, in accordance with the CSWGP and water quality standards in WAC 173 -201A. 8-01.3(2) Seeding, Fertilizing, and Mulching 8-01.3(2)B Seeding and Fertilizing (September 3, 2019 INSDOT 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 CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-126 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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 ROADSIDE RESTORATION 8-02.1 Description (April 12, 2018 CFW GSP) The first paragraph of Section 8-02.1 is revised to read: All plant materials required by the Bid Documents shall be plant species including plant establishment (PSIPE) per the Standard Specifications. 8-02.2 Materials (April 12, 2018 CFW GSP) The first paragraph of Section 8-02.2 is revised to read: Root Barrier: 18-inch high, minimum thickness 0.090-inch, interlocking root barrier panels constructed of high -impact polypropylene with 1/2-inch reinforcing tabs. 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, 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. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-127 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 Lightly compact soil and establish a smooth and uniform finished grade to allow to surface drainage and prevents ponding. The areas shall be brought to a uniform grade, 1 inch, or the specified depth of mulch, below walks, curbs, junction and valve boxes, and driveways, unless otherwise specified. The costs of removing all excess material and debris shall be considered incidental to and included in the unit contract prices of other items in this contract. 8-02.3(6)B Fertilizers (September 3, 2019 WSDOT GSP, OPTION 3) Section 8-02.3(6)B is supplemented with the following: Fertilizer shall be a commercially prepared mix of 10-20-20 and shall be applied at the rate of 10 pounds per 1000 square feet. 8-02.3(8) Planting (April 12, 2018 CFW GSP) Section 8-02.3(8) is supplemented with the following: All Topsoil Type A required to pit plant trees and bark mulch for topdressing, as specified on the plans, shall be considered incidental to and included in the unit contract price of the trees. Use loosened and replaced compacted mineral native soil without organics under tree rootball. Use topsoil on sides of tree rootball only. Use full depth topsoil for shrubs. Trees shall be handled by the rootball, not by the trunk. Burlap and wire shall remain intact until trees are set in their final positions within each planting pit. Plant trees and shrubs upright and rotate in order to give the best appearance or relationship to adjacent plants, topography, and structures. Hold plant rigidly in position until topsoil has been backfilled and water settled free of voids and air pockets and tamped firmly around the ball or roots. When the pit is backfilled halfway, place the specified quantity of fertilizer plant tablets and stakes as shown on the Plans. Evenly space the fertilizer tablets around the perimeter of, and immediately adjacent to the root system. Carefully place water and compact planting topsoil, filling all voids. Tree root crowns to be 1" higher than finished grade to allow for settlement. When the planting pit is three quarters backfilled, fill with water and allow water to soak away. Fill the pits with additional topsoil to finish grade and continue backfilling as detailed on the Plans. Water trees immediately after planting. The contractor shall apply 3 inches of pea gravel flush with bottom of tree grates in tree wells per City Standard Detail 3-31. CITY OF FEDERAL WAY SP-128 LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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. 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. 8-02.303) 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. 8-02.307) Protection of Private Property and Property Restoration (April 12, 2018 CFW GSP) Section 8-02.3(17) is a new section: Property Restoration shall consist of fine grading and restoration of adjacent landscaped areas; adjustment and/or replacement of private irrigation systems; slope restoration behind sidewalks; timber edgings; installing and replacing private wood and chain link fencing; and other work not currently identified on the plans, as directed by the Engineer. The Contractor is specifically reminded that any unnecessary damage caused by construction activities will be repaired at the Contractor's expense. Restore all disturbed areas to original condition or better. Grass areas shall be restored with hydroseed where directed. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-129 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 Removal of tree roots outside the limits of construction, as directed by the Engineer and under the supervision of a certified arborist, shall be paid for under "Property Restoration". Topsoil shall be Type A and mulch shall be Bark or Wood Chip Mulch, per these Special Provisions. All materials shall conform to Sections 9-14 Erosion Control and Roadside Planting and 9-15 Irrigation System of the Standard Specifications. The force account provided for property restoration also includes any adjustments and/or replacements of existing irrigation systems not covered under Section 8-03 Irrigation Systems of the Special Provisions. This work shall also consist of modifying existing landscape lighting systems as may become necessary by these improvements. The Contractor is advised that protecting existing private irrigation and lighting systems from damage does not constitute a basis for claim or extra work. 8-02.4 Measurement (April 12, 2018 CFW GSP) Section 8-02.4 is supplemented with the following: Topsoil, bark mulch, compost, and/or soil amendments will be measured by the cubic yard in the haul conveyance at the point of delivery. Root barrier will be measured per linear foot of installed root barrier. "PSIPE, Pyrus Calleryana var. ' Capital" or'Redspire', 2-1/2" Cal" shall be measured per each. "Property Restoration" will be paid by force account and must be approved by the engineer prior to completing the work. Fertilizer shall be incidental to other bid items unless specifically listed as a bid item. 8-02.5 Payment (April 12, 2018 CFW GSP) Section 8-02.5 is supplemented with the following: "PSIPE, Acer X Freemanii 'Jeffersred/Autumn Blaze Maple', 2-1/2" Cal", per each. The unit contract price per each shall also include all fertilizer, tree stakes, and establishment as shown in the plans and called for in the specifications. "Root Barrier" per linear foot. "Bark Mulch" per cubic yard. The unit contract price shall be full pay for furnishing and spreading the mulch. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-130 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 "Property Restoration" per force account. (February 25, 2021) The Bid item "Seeding, Fertilizing and Mulching", per acre in Section 8-02.5 is revised to read: "Seeding, Fertilizing and Mulching", per acre or per square yard. 8-03 IRRIGATION SYSTEMS 8-03.1 Description (April 12, 2018 CFW GSP) Section 8-03.1 is supplemented with the following: The work shall consist of installing a fully functioning and complete landscape irrigation system. Some private irrigation systems exist within the project limits which may be impacted by the project improvements. The Contractor shall minimize the impacts to these facilities to the maximum extent possible. In the event that irrigation systems are found to encroach within the limits of the project improvements, they shall be modified as necessary per Engineer directed force accounts to ensure satisfactory operation upon completion of the improvements. The Contractor is responsible to coordinate with affected property owners to ensure their existing sprinkler systems are fully functional before they are disturbed. 8-03.2 Materials (April 12, 2018 CFW GSP) Section 8-03.2 is supplemented with the following: The materials for the irrigation system, where applicable, shall conform with the following manufacturers in order to be compatible with other systems located throughout the City. Rainbird 1804 sprinkler bodies and MPR spray nozzles Rainbird PEB Automatic Control Valve Rainbird ESPLXBASIC Controller and Cabinet Buckner Quick Coupling Valve Febco 850 Double Check Valve Legend Bronze Valve Superior 3100 Master Control Valve 8-03.3 Construction Requirements (April 12, 2018 CFW GSP) Section 8-03.3 is supplemented with the following: All work shall be in strict conformance with the Lakehaven Utility District Water System and Sewer Standards, together with the plans, details and manufacturer's written information regarding recommended installation procedures. References to the use of galvanized pipe in the Standard Specifications and Amendments shall be replaced with Schedule 80 PVC or other Engineer accepted pipe material. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-131 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 Private sprinkler irrigation systems found to encroach within the limits of improvements shall be modified as necessary to remove the encroachment and to ensure satisfactory operation of the remaining system. The Contractor shall ensure that existing private systems remain in operation during the construction of this project. The Contractor shall furnish temporary water to disconnected existing irrigation systems. Private irrigation systems that have been damaged during construction activities shall be repaired within 5 working days. The Contractor shall be liable for any damage due to irrigation facilities damaged by his operations and shall repair such damaged facilities to an "equal or better than" original condition. This work will include, but not be limited to, cutting and capping existing pipe, relocating existing risers and sprinkler heads new pipe heads and connections, and testing of the system. Payment will be by Force Account for Property Restoration. 8-03.30) Layout of Irrigation System (April 12, 2018 CFW GSP) Section 8-03.3(1) is supplemented with the following: A Contractor -designed plan of the proposed irrigation system shall be submitted to the City for approval prior to completing the work. 8-03.3(7) Flushing and Testing (April 12, 2018 CFW GSP) Section 8-03.3(7) is supplemented with the following: The Contractor shall pretest and prove functional then advise the Engineer at least 48 hours before pressure and coverage tests are to be conducted and shall have the approval of the Engineer before backfilling. Mainlines shall be tested at 140 PSI and PVC lateral lines at 50 PSI. Before the sprinkler system will be accepted, the Contractor, in the presence of the Engineer, shall perform a sprinkler head water coverage test to determine if the water coverage and operation of the system is complete and satisfactory. If any part of the system is inadequate it shall be repaired or replaced at the Contractor's expense and the test repeated until accepted. All backfilled trenches shall be repaired by the Contractor at his expense, including restoration of plant materials. 8-03.4 Measurement (April 12, 2018 CFW GSP) Section 8-03.4 is supplemented with the following: "Automatic Irrigation System, Complete" will be measured by lump sum for the design and installation of the new irrigation system within the City's right-of-way outlined in the contract documents, complete, tested, and in full operating condition. 8-03.5 Payment (April 12, 2018 CFW GSP) Section 8-03.5 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: CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-132 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 "Automatic Irrigation System Complete", per lump sum. The lump sum price shall be full compensation for furnishing all labor, materials, tools, electrical services connection costs, and equipment necessary or incidental to the construction of the complete and operable sprinkler irrigation system shown in the Plans or as directed by the Engineer. All costs for furnishing and installing controller, pads, enclosures, conduit, wiring, irrigation controller, all control wiring, backflow preventer, vault enclosures, valves, piping, and all other required components for a fully functional system where indicated and as detailed in the Plans and all costs of inspections and tests performed on Cross Connection Control shall be considered incidental to and included in the unit contract price for Automatic Irrigation System. All costs for design of the irrigation system are included in the lump sum price for the irrigation system. 8-04 CURBS, GUTTERS, AND SPILLWAYS 8-04.3 Construction Requirements (April 12, 2018 CFW GSP) Section 8-04.3 is supplemented with the following: The sub -base for curb and gutter sections shall be compacted to 95 percent density at or below optimum moisture content, as per Section 2-03.3(14)D revised, before placing the curb and gutter. White -pigmented curing compounds will not be allowed. The top of the finished concrete shall not deviate more than one -eighth (1/8") in ten feet (10') or the alignment one-fourth (1/4") in ten feet (10'). Where shown on the Plans, the concrete curb will be ramped for wheel chairs as shown in the City Standard Plan Details. 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. "Barrier Curb", Per linear foot 8-04.5 Payment (April 12, 2018 CFW GSP) Section 8-04.5 is supplemented with the following: "Extruded Curb, Type 6", per linear foot. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-133 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 "Barrier Curb", per linear foot. 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES 8-06.3 Construction Requirements (April 12, 2018 CFW GSP) Section 8-06.3 is supplemented with the following: All driveways shall remain open except as necessary to permit curing of construction materials or for short periods of time as required for excavations. However, at least one (1) driveway per parcel shall remain open to vehicular traffic at all times unless otherwise approved by the Engineer and affected property owner in writing. If a parcel has only one driveway, then that driveway must be constructed one-half at a time to allow the passage of vehicles. The amount of time that a driveway can be closed will be limited. To meet these requirements, the Contractor may use a quick setting concrete. The Engineer shall approve the quick -setting mix prior to use. Property owners shall be notified in writing at least 48 hours in advance of any planned driveway closures Crushed rock may be used, with Engineer approval, to maintain a driving surface. 8-06.5 Payment (April 12, 2018 CFW GSP) Section 8-06.5 is supplemented with the following: If the Contractor chooses to use a quick -setting concrete mix for driveway construction, any additional costs to use such mix shall be incidental to the bid item for "Cement Conc. Driveway" and no additional payment will be made. If the Contractor chooses to use crushed rock to maintain a driveway surface, it shall be incidental to the bid item for "Cement Conc. Driveway" and no additional payment shall be made. 8-07 PRECAST TRAFFIC CURB 8-07.1 Description (December 12, 2012 CFW GSP) Section 8-07.1 is deleted and replaced with the following: This Work consists of furnishing and installing precast traffic curb, block traffic curb, sloped mountable curb, or dual faced sloped mountable curb of the design and type specified in the Plans in accordance with these Specifications and the Standard Plans, in the locations indicated in the Plans or as identified by the Engineer. 8-09 RAISED PAVEMENT MARKERS 8-09.1 Description CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-134 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 (December 12, 2012 CFW GSP) Section 8-09.1 is supplemented with the following: RPM's shall be installed per City of Federal Way Standard Details. 8-09.2 Materials (December 12, 2012 CFW GSP) Section 8-09.2 is supplemented with the following: RPM's shall not be ceramic. 8-09.4 Measurment (***PROJECT -SPECIFIC SPECIAL PROVISION***) Section 8-09.4 is supplemented with the following: "Raised Pavement Marker, Type 213", shall be measured per each. 8-09.5 Payment (***PROJECT -SPECIFIC SPECIAL PROVISION***) Section 8-09.5 is supplemented with the following: "Raised Pavement Marker, Type 2B", per each. 8-14 CEMENT CONCRETE SIDEWALKS 8-14.3 Construction Requirements (April 3, 2017 WSDOT GSP, OPTION 1) Section 8-14.3 is supplemented with the following: The Contractor shall request a pre -meeting with the Engineer to be held 2 to 5 working days before any work can start on cement concrete sidewalks, curb ramps or other pedestrian access routes to discuss construction requirements. Those attending shall include: 1. The Contractor and Subcontractor in charge of constructing forms, and placing, and finishing the cement concrete. 2. Engineer (or representative) and Project Inspectors for the cement concrete sidewalk, curb ramp or pedestrian access route Work. Items to be discussed in this meeting shall include, at a minimum, the following: 1. Slopes shown on the Plans 2. Inspection 3. Traffic control 4. Pedestrian control, access routes and delineation 5. Accommodating utilities 6. Form work CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-135 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 7. Installation of detectable warning surfaces 8. Contractor ADA survey and ADA Feature as -built requirements 9. Cold Weather Protection (January 7, 2019 WSDOT GSP, OPTION 2) Section 8-14.3 is supplemented with the following: Timing Restrictions Curb ramps shall be constructed on one leg of the intersection at a time. The curb ramps shall be completed and open to traffic within five calendar days before construction can begin on another leg of the intersection unless otherwise allowed by the Engineer. Unless otherwise allowed by the Engineer, the five calendar day time restriction begins when an existing curb ramp for the quadrant or traffic island/median is closed to pedestrian use and ends when the quadrant or traffic island/median is fully functional and open for pedestrian access. (January 7, 2019 WSDOT GSP, OPTION 3) Section 8-14.3 is supplemented with the following: Layout and Conformance to Grades Using the information provided in the Contract documents, the Contractor shall layout, grade, and form each new curb ramp, sidewalk, and curb and gutter. (April 12, 2018 CFW GSP) Section 8-14.3 is supplemented with the following: Cement concrete sidewalk thickness shall be as shown on the Plans. Score joints shall be constructed at a maximum distance of 5 feet from each full depth expansion joint, except where specific dimensions are detailed on the Plans. Asphalt mastic joint fillers in the sidewalk shall be 3/8" x 4" and of the same material as that used in the curb, and shall be placed in the same location as that in the curb. No concrete for sidewalk shall be poured against dry forms or dry subgrade. The Contractor may provide suitable vibrating finishers for use in finishing concrete sidewalks. The type of vibrator and its method of use shall be subject to the approval of the City. All completed work shall be so barricaded as to prevent damage. Any damaged sections shall be removed and replaced at the Contractor's expense. Landscaped areas disturbed during construction shall be restored to original condition at the Contractor's expense. Scored Cement Concrete Sidewalk shall be broom finished and scored as detailed on the Plans. 8-14.3(5) Detectable Warning 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 CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-136 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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. 8-14.4 Measurement (April 12, 2018 CFW GSP) Section 8-14.4 is supplemented with the following: 8-14.5 Payment (April 12, 2018 CFW GSP) Section 8-14.5 is supplemented with the following: Payment for "Cement Conc. Curb Ramp Type _ verified that the ramp(s) meet ADA requirements. will not be made until the City has 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION SYSTEMS, AND ELECTRICAL 8-20.1 Description 8-20.10) Regulations and Code (March 13, 2012 CFW GSP) Section 8-20.1(1) is supplemented with the following: Where applicable, materials shall conform to the latest requirements of Puget Sound Energy and the Washington State Department of Labor and Industries. 8-20.1(2) Industry Codes and Standards (March 13, 2012 CFW GSP) The following is added at the end of the first paragraph of this section: National Electrical Safety Code (NESC) Committee, IEEE Post Office Box 1331445 Hoes Lane, Piscataway, NJ 08855-1331. 8-20.1(3) Permitting and Inspections (April 12, 2018 CFW GSP) Section 8-20.1(3) is supplemented with the following: The Contractor shall be responsible for obtaining all required electrical permits, including all required City electrical permits. All costs to obtain and comply with electrical permits shall be included in the applicable bid items for the work involved. 8-20.2 Materials Section 8-20.2 is supplemented with the following: (March 13, 2012 CFW GSP) Control density fill shall meet the requirements of Washington Aggregates and Concrete Association. Bedding material shall consist of 5/8-inch minus crushed rock free of any deleterious substances (Section 9-03.1(5)A of the Standard Specifications). (September 3, 2019 WSDOT GSP, OPTION 1) Slip -Resistant Surfacing for Junction Boxes, Cable Vaults, and Pull Boxes CITY OF FEDERAL WAY SP-137 LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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 8-20.20) 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 (111) for lighting standards with pre -approved plans shall be as noted in the Plans. Pole base to light source distances (H1) for lighting standards without pre - approved plans will be furnished by the Engineer as part of the final approved shop drawings, prior to fabrication. 8-20.3 Construction Requirements 8-20.30) General (February 11, 2013 WSDOT NWR GSP, OPTION 1) Section 8-20.3(1) is supplemented with the following: Fiber Optic Cable Installation CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-138 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 When installing new fiber optic cable or reinstalling existing fiber optic cable into new or existing cable vaults or pull boxes, the installation method shall ensure that the cable is free of dirt and debris as it enters the conduit and that no dirt or debris enters the conduit receiving the cable prior to the conduit being plugged or sealed. When installing fiber optic cable, the installation method shall prevent the fiber cable from direct contact with the ground or pavement between pulls or prior to the installation of the fiber cable into the conduit. (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. (October 31, 2005 WSDOT NWR GSP, OPTION 5) Section 8-20.3(1) is supplemented with the following: Construction Core Installation The Contractor shall coordinate installation of construction cores with Contracting Agency maintenance staff through the Engineer. The Contractor shall provide written notice to the Engineer, a minimum of seven working days in advance of proposed installation. The Contractor shall advise the Engineer in writing when construction cores are ready to be removed. (May 15, 2000 WSDOT NWR GSP, OPTION 6) Section 8-20.3(1) is supplemented with the following: Electrical Equipment Removals Removals associated with the electrical system shall not be stockpiled within the job site without the Engineer's approval. (January 26, 2012 CFW GSP) Section 8-20.3(1) is supplemented with the following: Contractor Owned Removals All removals associated with an electrical system, which are not designated to remain the property of the Contracting Agency, shall become the property of the Contractor and shall be removed from the project. The Contractor shall: 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. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-139 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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. (January 26, 2012 CFW GSP) Section 8-20.3(1) is supplemented with the following: Signal System Changeover The Contractor shall provide a detailed work plan for the signal system changeover to be approved by the Engineer. They shall not deviate from the work plan without prior written approval from the Engineer. The work plan shall show the exact date of the signal system changeover. The changeover of the signal equipment shall commence after 8:30 AM and be completed by 3:00 PM on the same day (unless as noted below). Changeovers must take place on Tuesday, Wednesay, or Thursday, unless otherwise approvd by the Engineer. During changeover, traffic control shall be provided. The exact work plan and schedule for changeover shall be pre -approved by the Engineer. Certain intersections may require a night-time changeover due to traffic volumes. If the City determines a night-time switchover is required, they will provide direction as to the allowable hours of work. No additional payment will be made to the Contractor for a night-time switchover. (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 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. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-140 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 (December 17, 2012 CFW GSP) Section 8-20.3(1) is supplemented with the following: Fiber Optic Cable Service Outage Duration & Notification The maximum allowable interruption to the operation of the existing fiber optic cable service is three days, including testing. Outages of fiber optic cable may affect multiple parties, including but not limited to, the City, King County, and/or WSDOT. Proposed outage dates shall be reviewed and approved by the City. The City shall coordinate the outage with WSDOT. The Contractor shall coordinate the outage with King County Metro and King County Traffic at least two (2) weeks in advance of the proposed outage. The notification shall include description of work, location, duration of outage including start and ending date/time and emergency contact information. Notification in writing shall be sent to the following: Owen Kehoe King County Metro Phone: 206-477-5811 Email: owen.kehoe@kingcounty.gov Jeffery Barnett King County Metro Phone: 206-263-7826 Email: Jeffery.Barnett@kingcounty.gov King County Signal Shop Attn: Mark Parrett 155 Monroe Avenue NE Renton, Washington 98056 Phone: 206-396-3763 8-20.3(2) Excavatinq and Backfilling (January 8, 2013 CFW GSP) Section 8-20.3(2) is supplemented with the following: The Contractor shall supply all trenching necessary for the complete and proper installation of the traffic signal system, interconnect conduit and wiring, and illumination system. Trenching shall conform to the following: 1. In paved areas, edges of the trench shall be sawcut the full depth of the pavement and sawcuts shall be parallel. All trenches for placement of conduit shall be straight and as narrow in width as practical to provide a minimum of pavement disturbance. The existing pavement shall be removed in an approved manner. The trench bottom shall be graded to provide a uniform grade. 2. Trenches located under existing traveled ways shall provide a minimum of 24 inches cover over conduits and shall be backfilled with 21 inches of controlled density fill, vibrated in place, followed by either 3 inches minimum of HMA CI 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 CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-141 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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 depth of trench backfilled with bank run gravel unless the Engineer determines that spoils from the trench excavation are suitable for backfill. 5. When trenches are not to be placed under sidewalks or driveways, the backfill shall match the elevation of the surrounding ground, including a matching depth of top soil, mulch and/or sod if necessary to restore the trench area to its prior condition. 6. Contractor shall use joint trench where possible Backfill shall be carefully placed so that the backfilling operation will not disturb the conduit in any way. The backfill shall be thoroughly mechanically tamped in eight -inch (8") layers with each layer compacted to ninety-five percent (95%) of maximum density in traveled ways, and ninety percent (90%) of maximum density elsewhere at optimum soil moisture content. Bank run gravel for backfill shall conform to Section 2.01 of the Standard Specifications. Bedding material shall conform to Section 2.01 of the Standard Specifications. All trenches shall be properly signed and/or barricaded to prevent injury to the public. All traffic control devices to be installed or maintained in accordance with Part VI of the Manual on Uniform Traffic Control Devices for Streets and Highways, latest edition, and as specified elsewhere in these Specifications. Excavation for foundations shall be completed by vactor excavation. This excavation shall be incidental to the signal or illumination bid items. (April 12, 2018 CFW GSP) Section 8-20.3(2) is supplemented with the following: Underground utilities of record are shown on the construction plans insofar as information is available. These, however, are shown for convenience only and the City assumes no responsibility for improper locations or failure to show utility locations on the construction plans. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-142 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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. 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 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. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-143 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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. Foundations for streetlight poles shall conform to City of Federal Way Drawing Number 3-39 except that foundation depth shall be as noted on the Illumination Pole Schedule. Foundations for the decorative streetlight poles shall conform to City of Federal Way Drawing Number 3-43 except that foundation depth shall be as noted on the Illumination Pole Schedule. 8-20.3(5) Conduit 8-20.3(5)A General (March 16, 2011 CFW GSP) Section 8-20.3(5) is supplemented with the following: All conduit trenches shall be straight and as narrow in width as is practical to provide a minimum of pavement disturbance. When conduit risers are installed, they shall be attached to the pole every 4 feet and shall be equipped with weather heads. Conduit for the service wires between the Puget Sound Energy pole and the service panel and all above ground conduit shall be hot -dip galvanized rigid steel. All conduits shall be clearly labeled at each junction box, handhole, vault or other utility appurtenance. Labeling shall be permanent and shall consist of the owner/type name and a unique conduit number or color. The owner name shall be approved by the Engineer prior to starting work. The recommended owner/type abbreviations are: PSE — Puget Sound Energy QWEST — Qwest COMCAST(AT&T)/C — Cable COMCAST(AT&T)/F — Fiber SIC — City Signal Interconnect City Spare — City spares Cobra — COBRA luminaire system CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-144 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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 (unless otherwise directed in the plans). 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(5)B 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: 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: CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-145 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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 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 CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-146 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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 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. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-147 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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 and fully sealed around the wire. The end of the lead-in cables shall have the sheathing removed 8 inches and shall be dressed external to the splice. The 8th paragraph of this section is deleted and replaced with the following: Fused quick disconnect kits shall be of the SEC type or equivalent. Underground illumination splices shall be epoxy or underground service buss/lighting connector kits. Installation shall conform to details in the Standard Plans. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-148 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 The following is inserted between the 11th and 12th paragraphs of this section: Field Wiring Chart (IMSA Standards) 501 +Input 506 AC+Control 511 Remote -All Red 502 AC- 507 AC+Crosswalk 512-520 Special 503 AC+Lights 508 AC+Detectors 551-562 Interconnect 504 AC+Lights 509 AC+12 Volts 593-598 Rail Road Preemption 505 AC+Lights 510 Remote -Flash Phases 1 2 3 4 5 6 7 8 A B Emergenc Orange (B+) 581 584 587 590 y Yellow all. ........................................_._582...._.................._..585 ............................................................................................................................................................................................. 588 591 Vehicle Blue (BB) .... ............................................................................_.................._.................. Preemptio 583 586 589 592 n ................................................................................................................._.................._.................._.................._.................._.................._.................._.................._.................._.................._.................. Red 611 621 631 641 651 661 671 681 691 601 ..................................................................._.................._.................._.................._.................._.................._.................._.................._.................._.................._.................. Orange 632 642 652 662 672 682 692 602 Vehicle ......................................_..61.2.....622 Green 613 ..................................................................................................................................................................... 623 633 643 653 663 673 683 693 603 Heads ..................................................................._.................._.................._.................._.................._.................._.................._....................................._..................................... Black ..................................................................._.................._.................._.................._.................._.................._.................._....................................._.................._.................. 614 624 634 644 654 664 674 684 694 604 White (Common) 616 626 636 646 656 666 676 686 696 606 Red (Hand) 711 721 731 741 751 761 771 781 791 701 ............................................ ...................._.................._.................._.................._.................._.................._.................._....................................._.................._.................. Green (Man) 712 722 732 742 752 762 772 782 792 702 ............................._.................._.................._.................._.................._....................................._.................._.................._.................._.................. White (Common Pedestrian 716 726 736 746 756 766 776 786 796 706 for Lights) Heads and PPB Orange 714 724 734 744 754 764 774 784 794 704 (Push ..button) ................................................_.................._.................._.................._.................._.................._.................._.................._.................._.................._.................. Black (Common for Push button) 715 725 735 745 755 764 775 785 795 705 Loop 1 831 841 851 861 871 881 891 801 ........................................._..81.1...... Loop 1 .821 .................................................................................................................................................................... 832 842 852 862 872 882 892 802 ........................................._..81.2...._. Loop 2 813 .822 .................................................................................................................................................................... 823 833 843 853 863 873 883 893 803 Vehicle ......................... Loop 2 814 ..................................................................................................................................................................... 824 834 844 854 864 874 884 894 804 Detectors ..................................................................._.................._.................._.................._.................._.................._.................._.................._.................._.................._.................. Loop.3 815 825 835 845 855 865 875 885 895 805 .............. Loop..3 _........._.................._.................._.................._.................._.................._....................................._.................._.................. 836 846 856 866 876 886 896 806 ........................................_..8.1.6.....826 Loop 4 ..................................................................................................................................................................... 827 837 847 857 867 877 887 897 807 ........................................_..8.1.7..... Loop._4........................................_..818...._.828 ..................................................................................................................................................................... 838 848 858 868 878 888 898 808 .................................................. Loop 1 ..................................................................................................................................................................... 931 941 951 961 971 981 991 901 ........................................._._91_1....._. Loop 1 912 .921 .................................................................................................................................................................... 922 932 942 952 962 972 982 992 902 Vehicle ..................................................................._.................._.................._.................._.................._.................._.................._.................._.................._.................._.................. .Loop.2 913 923 933 943 _.............._.................._.................._....................................._.................._.................. 953 963 973 983 993 903 Detectors/ Loop.2 914 924 934 944 954 964 974 984 994 904 Count .............. Loop.3 915 925 935 _.................._.................._.................._....................................._.................._.................. 945 955 965 975 985 995 905 Loops .............. Loop.3 916 926 936 _.................._.................._.................._....................................._.................._.................. 946 956 966 976 986 996 906 .............. Loop 4 _.................._.................._.................._.................._.................._.................._.................._.................._.................._.................. 917 927 937 947 957 967 977 987 997 907 ......................... Loop 4 918 ..................................................................................................................................................................... 928 938 948 958 968 978 988 998 908 8-20.3(8)A Copper Interconnect Cable Installation (June 6, 2012 CFW GSP) Section 8-20.3(8)A is a new section: CITY OF FEDERAL WAY SP-149 LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 Copper interconnect cable shall be 12 pair No. 19 AWG communications cable meeting IMSA Specification No. 40-20-1984. A 12 position terminal block shall be mounted on a panel on the rack on the interior side of the controller cabinet. Interconnect cables shall not be spliced or terminated except inside the traffic signal controller cabinet at terminal panel locations. Termination of copper interconnect cable shall be performed by a King County Signal technician. The contractor shall notify King County when cable is ready for terminations with a minimum of two working day's notice. 8-20.3(8)B Fiber Optic Cable Installation (March 14, 2012 CFW GSP) Section 8-20.3(8)B and all it's subsections are new sections: The fiber optic cable shall be singlemode cable conforming to the requirements of Section 9-29.3(1) Fiber Optic Cable and Section 9-29.3(1)A Singlemode Fiber Optic Cable. Fiber Optic Cable shall be Corning ALTOS All -Dielectric Cable or approved equal. 8-20.3(8)B1 Fiber Optic Cable Submittals Submit the product data, samples, and qualification submittals specified below in one package at the same time. The Engineer's approval of any submitted documentation shall in no way relieve the Contractor from compliance with the safety and performance requirements as specified herein. Submittals required by this item shall include, but not be limited to, the following: A. A material staging plan, should the Contractor propose City owned property as a staging area. B. detailed fiber optic installation procedure including the following: • Fiber optic cable cutting lengths reflecting the cable order and reel allocations. • Cable pulling plan which shall state the exact operational procedures to be utilized and which identifies the physical locations for equipment placement, proposed equipment setup at each location, pulling tension on all cables for each pull, staffing, and the pulling methodology for each type of cable. • Exact splice points as provided for herein. C. Product Data: 1. Catalog sheets, specifications and installation instructions for all products. 2. Complete manufacturer's construction details and specifications for the cables. Include for each type of cable: a. Physical and optical characteristics of the optical fibers including cable manufacturer's certified test data (attenuation, bandwidth). b. Physical characteristics of strength members, and jackets. c. Maximum pulling strain allowed. d. Crush resistance. e. Overall dimension of cable. D. Splicing and termination data, including the following: CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-150 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 1. List of materials. 2. Method of connecting cables. 3. Details of cable preparation. 4. Method of applying materials, including quantities. 5. Written statement from cable manufacturer that splices and terminations submitted are acceptable for use with their cable. 6. Written statement from cable manufacturer indicating recommended pulling compounds. E. Cable Installer's Qualifications Data: The persons installing the Work of this Section and their Supervisor shall be personally experienced in optical fiber cable systems and shall have been engaged in the installation of optical fiber cable systems for a minimum of 3 years. Qualifications shall be submitted to the Engineer at least 30 calendar days prior to the start of fiber installation for approval of qualifications. 1. The Contractor shall submit the name of each person who will be performing the Work and their employer's name, business address and telephone number. 2. The Contractor shall submit the name and addresses of 5 similar projects that the foregoing people have worked on during the past 3 years. F. Cable Splicer's Qualifications Data: Personnel that have at least three years field experience in single -mode fiber optic cable splicing shall accomplish all cable splicing. Qualifications shall be submitted to the Engineer at least 30 calendar days prior to the splicing for approval of qualifications. 1. Name of each person who will be performing the Work and their employer's name, business address and telephone number. 2. All information required showing that the experience criteria have been met. List of Completed Installations: If brand names other than those specified are proposed for use, furnish the name, address, and telephone number of at least 5 comparable installations that can prove the proposed products have operated satisfactorily for one year. 8-20.3(8)B2 Fiber Optic Cable Installation Pre -installation tests shall be conducted on the cable reels prior to installation. These tests shall be performed in accordance with EIA/TIA-455-78 for single -mode fibers using an optical time domain reflectometer (OTDR). Both ends of the cable shall be accessible for the tests, and it may be necessary to remove a portion of the protective wooden lagging on the reel. Measurements shall be made using the 1310 nm and 1550 nm wavelengths or as specify by the City, and shall be compared to the factory test results. Any test that reveals the material does not meet the acceptable stated factory specifications shall constitute failure. A copy of these test results shall be provided to the City. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-151 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 The fiber optic cable shall not be installed prior to the installation of vaults, cabinets or pull points/junction boxes. Installation procedures shall be in conformance with the procedures specified by the cable manufacturer for the specific cable being installed. The Contractor shall determine a suitable cable installation method to ensure that all cable installation requirements shall be met in all conduit sections. All work shall be carried out in accordance and consistent with the highest standards of quality and craftsmanship in the communication industry with regard to the electrical and mechanical integrity of the connections; the finished appearance of the installation; as well as the accuracy and completeness of the documentation. The Contractor shall make a physical survey of the project site for the purpose of establishing the exact cable routing and cutting lengths prior to the commencement of any fiber optic work or committing any fiber optic materials. Unless otherwise directed by the Engineer, underground splicing of fiber optic cable in junction boxes or vaults will not be permitted. All termination splicing will take place in the traffic signal controller cabinets. The cable shall be clearly marked with a permanent plastic tag in each junction box and vault it passes through and at each cable riser. The Contractor shall attach the cable to the racks and hooks with industry standard cable ties immediately upon entering the pull point/junction box. Each cable shall be looped and tied independently of one another. The fiber cable is to be routed in the top corners of vaults while ensuring proper bend radius. The cable is not to pass through any existing cable loop. All work areas shall be clean and orderly at the completion of work and at times required by the Engineer during the progress of work. Fiber Optic Cables shall be installed in continuous lengths without intermediate splices throughout the project, except at the location(s) specified in the Plans. The Contractor shall comply with the cable manufacturer's specifications and recommended procedures including, but not limited to the following: 1. Installation. 2. Proper attachment to the cable strength elements for pulling during installation. 3. Bi-directional pulling. 4. Cable tensile limitations and the tension monitoring procedure. 5. Cable bending radius limitations. The Contractor shall protect the loops from tangling or kinking. At no time during the length of the project shall the cable's minimum bending radius specifications be violated. In all cable vaults and/or junction boxes designated in the plans, minimum cable slack of 15 yards shall be left by the Contractor, unless otherwise specified in the plans. The cable slack length of fiber optic cable shall be coiled and secured with tie wraps to racking hardware or as specified in the plans. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-152 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 The pulling eye/ sheath termination hardware on the fiber optic cables shall not be pulled over any sheave blocks. When power equipment is used to install fiber optic cabling, the pulling speed shall not exceed 30 yards per minute. The pulling tension limitation for fiber optic cables shall not be exceeded under any circumstances. Large diameter wheels, pulling sheaves and cable guides shall be used to maintain the appropriate bending radius. Tension monitoring shall be accomplished using commercial dynamometers or load -cell instruments. Patch cords placed between pad mounted cabinets shall be protected by plastic spiral wrapping. Spiral wrap shall cover the entire length of the patch cord(s) to within 12 inches of end. The spiral wrap shall be installed before the patch cords are pulled into the conduit(s) and be rated for use in electrical installations. During installation the Contractor shall keep a log that notes the length marking on the cable at every pull point/junction box. This will help determine the exact location of problems along the cable run during the OTDR testing. The Contractor shall replace any damaged conductors or cables in occupied conduits as a result of Contractor's operations at the Contractor's cost. 8-20.3(8)B3 Fiber Optic Cable Splicing This section describes the minimum requirements for splicing and connecting of the specified fiber optic cables. Unless otherwise directed/approved by the Engineer, underground splicing of fiber optic cable in junction boxes or vaults will not be permitted. All termination splicing will take place in the traffic signal controller cabinets. If approved by the Engineer, the fiber optic network may be spliced in fiber optic splice enclosures/vaults or as shown on the Plans. The Contractor shall use the fusion method with local injection and detection for all fiber optic splicing. All splices shall be securely stored in splice trays. Generally, splices shall not be performed in vaults smaller than 3'-6" x 3'-6" x 3'-6" (444-LA). When it is determined by the Engineer that a splice is performed in a vault smaller than 444-LA vault, appropriate slack coils will be provided to allow the splice case to be removed from the vault. When splicing is required in vaults (444-LA or larger), the splice case will be affixed to the side of the vault using the unistrut rack fasteners cast into the wall of the vault. At least 2 feet (610 mm) of bare fiber shall be coiled and stored in the splice tray in a protected manner. At least 3 feet (914 mm) of each buffer tube in the fiber optic cable shall be coiled and stored in the splice enclosure or patch panel. All cables shall be properly fastened to prevent against pulling out of the splice enclosure or patch panel. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-153 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 All fusions shall be labeled with the fiber number using a pre-printed vinyl number tag. All splice trays shall be labeled with the range of fibers spliced in the tray. Cables at each location shall be designated with the next termination point at the other end of the cable. All splicing in fiber optic splice enclosures shall be completed using "butt splicing". The Contractor shall provide all required brackets and other racking hardware required for the fiber optic cable racking operations as specified. All fusion splicing equipment shall be in good working order, properly calibrated, and meeting all industry standards and safety regulations. Splices shall utilize two half shells bolted together with stainless steel bolts and be fitted neoprene gasket. Selected splices shall not require a re-entry kit. Cable preparation, closure installation and splicing shall be accomplished in accordance with accepted and approved industry standards. Upon completion of the splicing operation, all waste material shall be deposited in suitable containers for fiber optic disposal, removed from the job site, and disposed of in an environmentally acceptable manner. The average splice loss of each fiber shall be 0.15 dB or less per splice. The average splice loss is defined as the summation of the attenuation as measured in both directions through the fusion splice, divided in half. No individual splice loss measured in a single direction shall exceed 0.20 dB. The Contractor shall seal all cables where the cable jacket is removed. The cable shall be sealed per the cable manufacturer's recommendation with an approved blocking material. If approved, all below ground splices shall be contained in waterproof splice enclosures. All splices shall be contained in splice trays utilizing strain relief, such as heatshrink wraps, as recommended by the splice tray manufacturer. Upon sealing the splice closure, the Contractor shall show that the closure maintains 68.4 kPa of pressure for a 24-hour period. The fiber splice enclosure shall provide for the termination and protection of the fiber optic cable within the communications/fibers vaults. The fiber splice enclosure shall be installed per manufacturer's directions. The Contractor shall provide the splice enclosures and make splices at locations shown on the Plans. The Contractor shall test all fiber optic cables, splices, and connectors as shown on the Plans and as specified in these Special Provisions. The splice enclosure shall be mounted to allow the cable to enter the enclosure without exceeding the cable manufacturer's minimum bending radius. Sufficient cable shall be coiled with the splice enclosure to allow the enclosure to be removed from the vault or aerial span for splicing. The unprotected fiber exposed for splicing within the enclosure shall be protected from mechanical damage using the fiber support tubes and shall be secured within CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-154 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 the splice enclosure. The fibers shall be labeled with vinyl markers as directed by the City. The enclosure shall be sealed following the splicing procedure as recommended by the manufacturer to provide a moisture proof environment for the splices. Care shall be taken at the cable entry points to ensure a tight and waterproof seal is made which will not leak upon aging. The Contractor shall coil sufficient length of each cable in the communications/fibers vault that will allow the splice enclosure to be removed from the communications vault, and splices to be performed above ground in a vehicle specifically equipped for such work. Such coiled cable shall be located adjacent to the splice enclosure. Lengths of coiled cable shall be provided where shown on the Plans. The splice enclosure shall be bonded to the ground as per manufacturer's recommendations. 8-20.3(8)B4 Fiber Optic Cable Terminations Fiber optic cable shall be terminated utilizing factory manufactured pigtails with LC type connectors and UPC type polishing. Pigtails shall be fusion spliced to fiber optic cable. 8-20.3(8)B5 Fiber Optic Cable Patch Panels Terminated fiber optic cable shall be installed in the signal controller cabinet utilizing patch panels. Patch panel(s) shall be Corning model Single -Panel Housing (SPH-01 P) or approved equal. Panel(s) shall be wall mountable. Mounting location shall be as directed by the Engineer. 8-20.3(8)B6 Fiber Optic Cable Labeling All fiber optic cable and patch cords shall be identified whenever entering or leaving a cabinet, vault, pull point/box or enclosure and at all terminals. Permanent plastic marking tags fastened securely to the cables shall be used for identification. Cable designation shall consistently conform to the overall scheme approved by the City to indicate location, circuit, device, cable number, terminal branch, position etc. Letters and numbers shall be used. Identification shall be made with a clear, machine produced, indelible marking. All conduits shall be numbered and documented on the site plan as -built drawings. Splice cases will be labeled at each entry point with nomenclature that includes the cable origination point, strand count, and destination. Fiber splice cases will be labeled as "F-xxxx", where xxxx = the service cabinet location number based upon a City defined coordinate system. All termination panels shall be labeled at each termination point for each fiber. Termination labels shall conform to the overall scheme approved by the City to indicate location, device and next access point. Identification shall be made with a clear, machine produced, indelible marking. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-155 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 8-20.3(8)B7 Fiber Optic As -Built Records The Contractor shall provide the Engineer with a cable route diagram indicating the actual cable route and "meter marks" for all intersections, directional change points in the cable mounting, and all termination points. The Contractor shall record these points during cable installation. The Contractor shall provide Cable system "as -built" drawings showing the exact cable route to the Engineer. Information such as the location of slack cable and its quantity shall also be recorded in the cable route diagram. 8-20.3(8)B8 Fiber Optic Cable Testing The contractor is responsible for demonstrating the functionality of the installed optical fiber system through testing for compliance with the transmission requirements of this specification, the cable and hardware manufacturer's specifications, and prescribed industry standards and practices. The contractor shall, at its cost, provide suitable test equipment, instruments and labor for the purpose of tests. The Contractor shall provide sufficient notice consistent with section 8-20.3(1) — Fiber Optic Service Outage Duration and Notification prior to the commencement of the first test. The Contractor shall submit with this notice a schedule of all tests covered by this notice. 8-20.3(8)B9 Type of Testing The types or acceptance testing for optical fiber cable system certification are: 1. Attenuation testing 2. Optical Time Domain Reflectometer (OTDR) testing 8-20.3(8)B10 Attenuation Testing Insertion loss testing shall be used to measure end -to -end attenuation on each new fiber installed between a field device and a fiber termination cabinet. Insertion loss testing shall be performed at the 1310 nanometer wavelength in both directions. Prior to commencing testing, the Contractor shall submit the manufacturer and model number of the test equipment along with certification that is has been calibrated within 6 months of the proposed test dates. The following information shall be documented for each fiber test measurement: 1. Wavelength 2. Fiber type 3. Cable, tube and fiber IDs 4. Near end and far end test locations 5. End -to -end attenuation 6. Date, time and operator 8-20.3(8)B11 Optical Time Domain Reflectometer (OTDR Testing) An optical time domain reflectometer (OTDR) with recording capability shall be utilized to test the end -to -end transmission quality of each optical fiber. Quality tests shall consider both attenuation and discontinuities. The OTDR shall be CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-156 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 equipped with 1310 nanometer and 1550 nanometer light sources for singlemode optical fibers. The OTDR shall be capable of providing electronic and hard copy records of each test measurement. The OTDR shall be equipped with sufficient internal masking to allow the entire cable section to be tested. This may be achieved by using an optical fiber pigtail of sufficient length to display the required cable section or by using an ODTR with sufficient normalization to display the required cable section. Prior to commencing testing, the Contractor shall submit the manufacturer and model number of the OTDR test unit along with certification that it has been calibrated within the 6 months of the proposed test dates. Each new mainline and lateral fiber shall be tested in both directions at the 1310 and 1550 nanometer wavelengths. Existing mainline and lateral fibers that are spliced to or re -spliced as part of this contract shall also be tested in both directions and at both wavelengths. The following information shall be documented for each fiber test measurement: 1. X-Y scatter plot for fiber length 2. Wavelength 3. Refraction index 4. Fiber type 5. Averaging time 6. Pulse width 7. Cable and fiber IDs 8. Near end and far end test locations 9. Date, time, and operator 10. Event table that includes: event ID, type, location, loss and reflection 8-20.3(8)B12 Fiber Optic Cable Testing Documentation The Contractor shall submit on hard copy and one electronic copy of the fiber test results to the Engineer for approval. The Contractor shall take corrective actions on portions of the fiber installation determined to be out of compliance with these specifications. Upon acceptance of the cable installation and test results, the Contractor shall submit three (3) hard copies and one electronic copy of the fiber test results to the Engineer. Hard copy submittals shall be bound in 3-ring binders. The electronic submittal shall be on a compact disk and include one licensed copy of the applicable OTDR reader program. The following information shall be included in each test result submittal: 1. Contract number, contract name, Contractor name and address. 2. Dates of cable manufacture, installation and testing. 3. Cable specifications. 4. Locations of all splices. 5. OTDR test results. CITY OF FEDERAL WAY SP-157 LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 6. Attenuation test results. 8-20.3(8)B13 Racking in Fiber Vaults The Contractor shall rack the cable in vertical figure eight loops, which shall permit pulling slack from the vault without introducing twist to the cable. The splice closures shall also be racked. Cables shall be racked and secured with nylon ties. Nylon ties shall not be over- tightened. Identification or warning tags shall be securely attached to the cables in at least two locations in each fiber vault. All coiled cable shall be protected to prevent damage to the cable and fibers. Racking shall include securing cables to brackets (racking hardware) that extend from the sidewalls of the fiber vault. 8-20.3(8)B14 Documentation Documentation for each system element shall consist of the manufacturer's name and model number, serial number when available, materials and operating specifications, wiring schematic and parts list, owners manuals, factory service manuals, and procedures for factory testing and system acceptance testing specified elsewhere herein. The Contractor shall submit three (3) copies of the documentation specified above prior to installation of the cable or components described in the submittal. In addition, the Contractor shall submit three (3) copies of an overall system wiring schematic and termination chart for the installed elements (operation and maintenance manuals). All documentation for each individual element shall be neatly bound in a way for the information is secured together and is totally legible without removing the information from the binding. This documentation shall be in addition to any other data, shop drawings, etc. required to be submitted as specified in these Special Provisions. 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. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-158 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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. 8-20.301) 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. 8-20.303) 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. 8-20.303)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. 8-20.304) Signal Systems (August 10, 2009 WSDOT NWR — OPTION 1) Section 8-20.3(14) is supplemented with the following: Temporary Video Detection System Temporary video detection systems shall be completely installed and made operational prior to any associated induction loop being disabled. 8-20.3(14)C Induction Loop Vehicle Detectors (January 31, 2014 CFW GSP) Item 2 and the last two sentences of Item 4 are deleted. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-159 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 Item 5 of this section is deleted and replaced with the following: 5) Each loop shall have 3 turns of loop wire. Item 11 of this section is deleted and replaced with the following: 11) The detector loop sealant shall be a flexible traffic loop wire encapsulement. Encapsulement shall be designated to enable vehicular traffic to pass over the properly filled sawcut within five minutes after installation without cracking of material. The encapsulement shall form a surface skin allowing exposure to vehicular traffic within 30 minutes at 75 degrees F. and completely cure to a tough rubber -like consistency within two to seven days after installation. Properly installed and cured encapsulement shall exhibit resistance to defects of weather, vehicle abrasion, motor oil, gasoline, antifreeze solutions, brake fluid, deicing chemicals and salt normally encountered in such a manner that the performance of the vehicle detector loop wire is not adversely affected. Section 8-20.3(14)C is supplemented with the following: One -quarter -inch (1/4") saw cuts shall be cleared of debris with compressed air before installing three turns of loop wire. All detector loops shall be 6-foot-diameter circle with diagonal mini -cut corners (no 90 degree corners) of not more than 1-inch on the diagonal. From the loops to the junction box, the loop wires shall be twisted two turns per foot and labeled at the junction box in accordance with the loop schematics included in these Plans. A 3/8-inch saw cut will be required for the twisted pair. No saw cut will be within 3 feet of any manhole or utility risers located in the street. Loops and lead-ins will not be installed in broken or fractured pavement. Where such pavement exists it will be replaced in kind with minimum 12-foot sections. Loops will also not be sawed across transverse joints in the road. Loops to be placed in concrete will be located in full panels, a minimum 18 inches from any expansion joint. Existing Traffic Loops The Contractor shall notify the City of Federal Way Traffic Engineer a minimum of five working days in advance of pavement removal in the loop areas. The Contractor shall install and maintain interim video detection until the permanent systems are in place. The interim video detection shall be operational simultaneously with decommission of the existing pavement loops. If the Engineer suspects that damage to any loop, not identified in the Plans as being replaced, may have resulted from Contractor's operations, the Engineer may order the Contractor to perform the field tests specified in Section 8 20.3(14)D. The test results shall be recorded and submitted to the Engineer. Loops that fail any of these tests shall be replaced. Loops that fail the tests, as described above, and are replaced shall be installed in accordance with current City of Federal Way design standards and Standard Plans, as determined by the Engineer. If traffic signal loops that fail the tests, as described above, are not replaced and operational within 48 hours, the Contractor shall install and maintain interim video CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-160 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 detection until the replacement loops are operational. The type of interim video detection furnished shall be approved by the Engineer prior to installation. 8-20.3(14)D Test for Induction Loops and Lead-in Cable (October 5, 2009 WSDOT NWR — OPTION 3) Section 8-20.3(14)D is supplemented with the following: Existing Lead-in Cable Test When new induction loops are scheduled to be installed and spliced to an existing two -conductor shielded detector lead-in cable, the Contractor shall perform the following: 1. Disconnect the existing detector lead-in cable in the controller cabinet and at the loop splice. 2. Megger test both detector lead-in cable conductors. A resistance reading of less than 100-megohms is considered a failure. 3. Detector lead-in cables that fail the test shall be replaced and then retested. 4. After final testing of the detector lead-in cable, the loop installation shall be completed and the loop system tested according to Tests A, C and D. Connect the detector lead-in cables in the controller cabinet. (October 5, 2009 WSDOT NWR — OPTION 4) Section 8-20.3(14)D is supplemented with the following: Existing Loop Test When two -conductor shielded detector lead-in cable is scheduled to be installed and spliced to an existing loop, the Contractor shall perform the following: 1. Disconnect the existing loop from the detector lead-in splice. 2. Megger test the existing loop wire. A resistance reading of less than 100- megohms is considered a failure. 3. Loops that fail the test shall be replaced and then retested. 4. After the final testing of the loops, the detector lead-in cable installation shall be completed and the loop system tested according to Tests A, C and D. (March 31, 2012 CFW GSP) Section 8-20.3(14)D is supplemented with the following: Test A — The resistance shall not exceed values calculated using the given formula. Resistance per 1000 ft of 14 AWG, R = 3.26 ohms / 1000 ft R = 3.26 x distance of lead-in cable (ft) 1000 ft Test B and Test C in this section are deleted and replaced with the following: Meggar readings of the detection wire to ground shall read 200 megohms at the amplifier connection. The 200 megohms or more shall be maintained after the splices are tested by submerging them in detergent water for at least 24 hours. The tests will be conducted with County personnel at the request of the Contractor. All costs incurred to meet this minimum standard will be the responsibility of the Contractor. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-161 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 8-20.3(14)E Signal Standards (December 18, 2009 CFW GSP) Section 8-20.3(14)E is supplemented with the following: Traffic signal standards shall be furnished and installed in accordance with the methods and materials noted in the applicable Standard Plans, pre -approved plans, or special design plans. After delivering the poles or arms to the job site and before they are installed, they shall be stored in a place that will not inconvenience the public. All poles and arms shall be installed in compliance with Washington State Utility and Electrical Codes. Terminal cabinet(s) shall be installed on all Type II and Type III signal poles or where designated on the wiring diagrams in the Plans in accordance with the material requirements of Section 9-29.25 of the Standard Specifications. Terminal cabinets shall be installed at a height not to impede pedestrians. 8-20.3(14)F Opticom Detectors (December 18, 2009 CFW GSP) Section 8-20.3(14)F is a new section: Opticom detectors shall be installed in a drilled and tapped hole in the top of the mast arm unless otherwise shown in the Plans. They shall be tightly fitted to point in the direction shown in the plan view. Lead-in cable back to the controller shall be 6TT detector 138 cable, or equivalent, and shall have no splices. 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. 8-20.3(14)G Video Camera Detectors (December 18, 2009 CFW GSP) Section 8-20.3(14)G is a new section: The video camera shall be installed consistent with the manufacturer recommendations. Controller cabinet equipment shall be installed in the cabinet when cabinet testing is performed. 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. 8-20.308)Removal of Existing Signal Equipment (April 12, 2018 CFW GSP) Section 8-21.3(18) is a new section: Where noted on the Plans, existing signal, illumination, Safe City Cameras and relate equipment, and interconnect equipment shall be removed by the Contractor. The Engineer shall decide the ownership of all salvaged signal, illumination, Safe City Cameras and related equipment, and interconnect equipment materials. All salvaged signal materials not directed by the Engineer to remain property of the CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-162 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 City shall be the property of the Contractor, except that any existing controllers and UPS cabinets and all contents shall be delivered to the King County Signal Shop at 155 Monroe Avenue NE, Renton, Washington 98056. All other material removed shall become the property of the Contractor and shall be disposed of off - site at a legal disposal site. All pole foundations and anchor bolts shall be removed to 6 feet below new subgrade, and the resulting hole shall be backfilled with compacted gravel borrow meeting the requirements of Section 9-03.14(1), unless the Engineer has approved the use of native material. Where junction boxes are removed, the conduit and wire shall also be removed to the bottom of the trench and the resulting hole backfilled with gravel borrow meeting the requirements of Section 9-03.14(1), unless the Engineer has approved the use of native material. Removals associated with the electrical system shall not be stockpiled within the jobsite without the Engineer's approval. 8-20.4 Measurement (April 12, 2018 CFW GSP) Section 8-20.4 is replaced with the following: "School Zone Flashing Beacons, Complete", shall be measured per lump sum. "Variable Speed Limit Signs, Complete, shall be measured per lump sum. "Signal Modification, Complete" shall be measured per lump sum. "Illumination System, Complete", shall be measured per lump sum. "Video Camera Detectors, Complete" shall be measured per lump sum. 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: "School Zone Flashing Beacons, Complete", shall be measured per lump sum. "Variable Speed Limit Signs, Complete, shall be measured per lump sum. "Signal Modification, Complete" shall be measured per lump sum. "Illumination System, Complete", shall be measured per lump sum. "Video Camera Detectors, Complete" shall be measured per lump sum. The lump sum price for "School Zone Flashing Beacons, Complete" shall be full pay for furnishing all labor, equipment and supplies necessary to complete the work as specified. All items and labor necessary to supply, install and test the system including but not limited to, conduit, junction boxes, connections with existing conduit and junction boxes, restoring facilities destroyed or damaged during construction, removing and salvaging existing signal equipment, and all other components necessary to make a complete School Zone Flashing Beacon in four locations complete and operational shall be included with the lump sum measurement. Removal of conflicting existing electrical components shall be included within the lump sum measurement. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-163 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 The lump sum price for "Variable Speed Limit Signs, Complete" shall be full pay for furnishing all labor, equipment and supplies necessary to complete the work as specified. All items and labor necessary to supply, install and test the system including but not limited to, conduit, junction boxes, connections with existing conduit and junction boxes, restoring facilities destroyed or damaged during construction, removing and salvaging existing signal equipment, and all other components necessary to make a complete Variable Speed Limit Sign in four locations complete and operational shall be included with the lump sum measurement. Removal of conflicting existing electrical components shall be included within the lump sum measurement. The lump sum price for "Signal Modification, Complete" shall be full pay for furnishing all labor, equipment, materials and supplies necessary to complete the work as specified. All items and labor necessary to supply, install, and test the system including, but not limited to, conduit, junction boxes, service circuit breaker and connections, pedestrian pushbuttons, adjusting junction boxes to grade, connections with existing conduit and junction boxes, restoring facilities destroyed or damaged during construction, removing and salvaging existing signal equipment, and all other components necessary to make a complete traffic signal system shall be included within the lump sum measurement. All costs for installing signing on signal mast arms or temporary signal installations shall be incidental to the bid item(s) in this section and no additional compensation will be made. Removal of existing conflicting signal components shall be included within the lump sum measurement. 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, photocell control node, 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. The lump sum price for "Video Camera Detectors, Complete" shall be full pay for furnishing all labor, equipment, materials and supplies necessary to complete the work as specified. All items and labor necessary to supply, install, and test the system including, but not limited to, conduit, junction boxes, service circuit breaker and connections, restoring facilities destroyed or damaged during construction, removing and salvaging existing signal detection equipment, relocation of temporary signal equipment (vehicle heads, pre- emption, pedestrian heads, pedestrian push buttons, video detection) to accommodate construction phasing throughout the project, and all other components necessary to make a complete traffic signal system shall be included within the lump sum measurement. Removal of an existing signal system or existing signal components shall be included within the lump sum measurement. After construction is complete, it is Contractor's responsibility to adjust, relocate, and reposition all traffic signal heads to their final position as shown on the Contract Documents, and shall be considered incidental to the lump sum measurement. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-164 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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, Lumen, or other communication provider affected by this project, and any necessary permits and fees associated with the communications connections shall be considered incidental to the bid items included in this section and no additional compensation will be made. All costs for installing junction boxes and conduit containing traffic signal system, illumination system, decorative illumination system, festival outlet system and/or interconnect system wiring shall be incidental to the bid item(s) of this section and no additional compensation will be made. All costs for painting shall be incidental and included in the bid items included in this section and no additional compensation will be made. Adjustment of junction boxes shall be incidental and included in the bid items included in this section and no additional compensation will be made. Restoration of facilities destroyed or damaged during construction shall be considered incidental to the bid items included in this section and no additional compensation will be made. SECTION 8-21 PERMANENT SIGNING 8-21.1 Description (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: CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-165 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 The City of Federal Way, 253-835-2744, shall be contacted within 2 working days of completion of the permanent signing installation to inspect, inventory, and log all new and relocated signs. Other Signs: Refer to the currently adopted version of the Manual on Uniform Traffic Control Devices (MUTCD) with Washington State Supplements. 8-21.3(5) Sign Relocation (December 18, 2009 CFW GSP) Section 8-21.3(5) is supplemented with the following: King County METRO and/or Pierce Transit personnel will remove and reinstall all existing bus stop signs and supports within the project limits. The Contractor shall contact King County METRO at (206)684-2732 or Pierce Transit at (253)581-8130 to coordinate sign work 2 weeks prior to the required sign removal or installation. A copy of the record of communication shall be forwarded to the City of Federal Way. 8-21.4 Measurement (April 12, 2018 CFW GSP) Section 8-21.4 is deleted and replaced with the following: "Permanent signing" is measured on a lump sum basis 8-21.5 Payment (April 12, 2018 CFW GSP) Section 8-21.5 is deleted and replaced with the following: The lump sum price for "Permanent Signing" shall include all labor, materials, tools, and equipment necessary to furnish and install permanent signing, sign removal, and sign relocation. Sign covering shall be incidental and shall not be measured. All costs for furnishing and installing signs on traffic signal mast arms poles shall be included in the lump sum price for "Traffic Signal System — Complete". SECTION 8-22 PAVEMENT MARKING 8-22.1 Description (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 CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-166 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 (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. 8-22.3(3) Marking Application 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. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-167 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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 Payment (April 12, 2018 CFW GSP) Section 8-22.5 is modified as follows: The following bid items are deleted: "Removing Paint Line", per linear foot. "Removing Plastic Line", per linear foot. "Removing Painted Crosswalk Line", per square foot. "Removing Plastic Crosswalk Line", per square foot. "Removing Painted Traffic Marking", per each. "Removing Plastic Traffic Marking", per each. The following is a new bid item: "Removing Pavement Markings", per lump sum. 8-30 POTHOLING AND RESOLUTION OF UTILITY 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. 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. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-168 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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 To provide a common proposal for all bidders, the City has estimated the amount for "Resolution of Utility Conflicts" and "Potholing" and entered the amounts in the proposal to become a part of the total bid by the Contractor. Utility conflicts due to the Contractor's actions or operations shall be resolved by the Contractor at no expense to the Contracting Agency. 8-32 UTILITY RELOCATION (—""PROJECT-SPECIFIC SPECIAL PROVISION***) Section 8-32 is a new section: CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-169 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 8-32.1 Description The work to be performed shall consist of installation of conduit and vaults for the relocation of underground utilities to new underground facilities. Using the information shown in the Plans the Contractor will coordinate closely with each utility company to develop a detailed trenching plan and sequence of construction to perform the following: 1. Excavate trenches for underground facilities for Verizon and City Fiber. 2. Install conduit, conduit bends, connections and vaults provided by Verizon. Verizon will furnish and install cables for their systems. 3. Furnish and install vaults and conduits for City fiber system. 4. Furnish, place, and compact conduit bedding. 5. Furnish and install identification tape. 6. Furnish, place, and compact backfill, surface restoration for trenches associated with relocation of underground utilities (Gravel Borrow, Gravel Base Course, or Controlled Density Fill). 7. Connecting conduits to existing vaults, including all bends and fittings required. 8. Cutting and capping conduit. 9. Clearing of structures and testing of conduit. 10. Proof conduits and install fish line. 11. Other work indicated on the Plans and in the Specifications and Special Provisions. The individual utility companies will be responsible for furnishing and installing all cables, and for the removal of poles, and other equipment no longer needed. 8-32.1(1) Regulations and Code Installation of all electrical and telecommunication equipment shall conform to the appropriate sections of the National Electrical Code, the City of Federal Way Building Code, utility company standards and these Special Provisions. The Contractor shall install a complete and operable system in compliance with the plans and specifications as set forth and to the satisfaction of the Engineer. All work shall conform to the provisions of the current National Electric Code (NEC). Service customers shall be provided a minimum 48 hour notice of any planned service interruptions. The Contractor is advised that minor scheduling adjustments may be necessary to minimize impacts to service customers. 8-32.2 Materials Materials shall conform to the requirements of Division 9 of the Standard Specifications and these Special Provisions and the standards of the utility agencies (Verizon) as indicated in these Special Provisions, and on the Plans and details. Verizon will provide all materials required for a bare conduit and vault system, including conduits and vaults and handholes if needed. The Contractor shall furnish and install all materials for the City fiber conduit system per Standard Specification 8-20 and these Special Provisions. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-170 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 Vaults and Handholes Verizon will utilize their existing vault City vaults shall be WSDOT Type 1 Junction Boxes per WSDOT Standard Plan J-40.10-04. Identification Tape Polyethylene, 5 Mil Tape, 1/2 mil Aluminum Center Core Telecommunication ---Six inch (6") wide, orange in color, with non-ferrous metal conductor sandwiched in the tape for detection purposes imprinted with black lettering "CAUTION - COMMUNICATION LINE BELOW'. 8-32.3 Construction Requirements 8-32.3(1) Excavating and Backfilling Excavations shall conform to the requirements of Section 2-09 Structure Excavation. In areas of congested underground utilities the Contractor shall make provisions within the project schedule for less than optimal production rates. The excavations required for the installation of conduit, vaults, and other appurtenances shall be performed in a manner to cause the least possible disturbance to the streets, sidewalks, and other improvements. The trenches shall not be excavated wider and/or deeper than necessary for the proper installation of the conduit, vaults, handholes, and other necessary appurtenances. Excavation shall not be performed until immediately before installation of conduit and other appurtenances. The material from the excavation shall be placed where the least interference to vehicular and pedestrian traffic, and to surface drainage, will occur. Locations of conduit ducts and vaults shown in the plans are approximate. The Engineer, utility company representatives, and the Contractor will coordinate actual location of vaults, handholes and conduits as necessary to avoid conflicts with the existing and proposed utilities and appurtenances. The Contracting Agency reserves the right to adjust these locations as necessary to accommodate existing or newly installed utilities at no additional cost to the Contracting Agency. Adjustments to the utility trench depth and width will be required when crossing utilities shown in the Plans as existing or proposed, and that the changes in depth will be done with field bends in the conduit, not conduit fittings. If the Engineer determines that the native material is unsuitable for use as backfill, gravel borrow conforming to Section 9-03.14(1) of the Standard Specifications shall be used to backfill the trench. All surplus excavated material shall be removed and disposed of by the Contractor in accordance with Section 2-03, or as directed by the Engineer. Excavations after backfilling shall be kept well filled and maintained in a smooth and well drained condition until permanent repairs are made. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-171 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 At the end of each day's work and at all other times when construction operations are suspended, all equipment and other obstructions shall be removed from that portion of the roadway open for use by public traffic. Excavations in the street or highway shall be performed in such a manner that not more than one traffic lane is restricted in either direction at any time. Pipe Zone Bedding within the "pipe zone" shall conform to Section 9-03.12(6). Trench backfill material, above the pipe zone, in non -pavement areas, shall be Gravel Borrow Including Haul conforming to Section 9-03.14(1) of the Standard Specifications. Backfill material in areas where full -depth pavement replacement is not occurring and inside the roadway area or where trenches cross the roadway shall be Controlled Density Fill. Backfill material above the pipe zone in full depth pavement reconstruction areas shall be Crushed Surfacing Base Course. 8-32.3(2) Removing and Replacing Improvements Improvements such as sidewalks, curbs, gutters, Portland cement concrete and asphalt concrete pavement, bituminous surfacing, base material, and any other improvements removed, broken, or damaged by the Contractor, shall be replaced or reconstructed with the same kind of materials as found on the work or with other materials satisfactory to the Engineer. Whenever a part of a square or slab of existing concrete sidewalk or driveway is broken or damaged, the entire square or slab shall be removed and the concrete reconstructed as above specified. The outline of all areas to be removed in Portland cement concrete sidewalks and pavements and asphalt concrete pavements shall be cut to a minimum depth of 3 inches with a saw prior to removing the sidewalk and pavement material. The cut for the remainder of the required depth may be made by a method satisfactory to the Engineer. Cuts shall be neat and true with no shatter outside the removal area. 8-32.3(3) Conduit Installation of conduit shall conform to appropriate articles of the NEC and these Specifications. The size of conduit used shall be as shown in the Plans. The ends of all conduits shall be well reamed to remove burrs and rough edges. Field cuts shall be made square and true. Conduit stubs from bases shall extend at least 6 inches from the vertical face of foundations and at least 18 inches below grade. All conduit stubs shall be capped. Nonmetallic conduit bends, where allowed, shall conform to Article 347-13 of the NEC. Conduit shall be laid to the depth required by each respective utility company standard but not less than 36 inches below finish grade. Where new construction occurs, conduit shall be placed prior to placement of base course pavement. Conduit terminating in foundations shall extend a maximum of 2 inches above the foundation vertically. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-172 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 Suitable marker stakes shall be set at the ends of conduits which are buried so that they can be easily located. All conduits installed shall be prepared as follows: After final assembly in place, the conduit shall be blown clean with compressed air. Then, in the presence of the Engineer, a cleaning mandrel correctly sized for each size of conduit shall be pulled through to ensure that the conduit has not been deformed. As soon as the mandrel has been pulled through, both ends of the conduit shall be sealed with conduit caps. Conduits noted as "spare" shall have a pull string installed and have a removable plug installed. Existing conduit in place scheduled to receive new conductors shall have any existing conductors removed and a cleaning mandrel sized for the conduit shall be pulled through. 8-32.3(4) Vaults, Handholes and Appurtenances Vaults, handholes, and other appurtenances shall be installed at the locations shown in the Plans. Vault and handhole installation shall conform to the respective utility companies standards. Vaults and handholes shall be adjusted to be flush with the finished grade. 8-32.3(5) Existing Utilities The Contractor is alerted to the presence of existing underground utilities within the project area. The Project plans indicate approximate locations of those utilities, however it is the responsibility of the Contractor to verify those locations prior to excavation. The Contractor shall prepare and submit to the Engineer a written trench excavation plan that indicates the location of existing utilities within the trench and vault excavation areas. Depth to existing utilities based on pothole data provided, and potholing information obtained by the Contractor shall be shown. Conflicts between existing utilities, new conduit, new vaults, handholes, and appurtenances shall be shown. The Contractor will identify those conflicts requiring immediate resolution based on the CPM schedule and request in writing to the Engineer authorization to resolve unforeseen conflicts per 8-31 Resolution of Existing Utility Conflicts. Upon authorization, the Contractor shall diligently and without delay perform such work as necessary to resolve the conflicts. The Contractor shall protect and support all existing utilities not identified to be removed, relocated, or abandoned. The existing telecommunication and electrical system shall remain operational during the installation of the underground utility system. The respective utility companies will furnish and install all conductors and make all final connections necessary to energize the system. Verizon or their contractors will require approximately 10 working days of construction crew time to complete and energize the new underground distribution system. The Contractor shall coordinate the installation of conduits and vaults to accommodate the utility company requirements in the total number of working days allowed. The Contractor is responsible for coordinating and planning adjacent work with the appropriate utility to avoid impacts and delays to the project schedule. The Contractor will be responsible for coordinating with all the utility companies and incorporating time allowances into the project schedule for these work elements. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-173 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 8-32.4 Measurement Excavation of the trench will be measured as "Structure Excavation Class B Incl. Haul for Under grounding Overhead Utilities", by the cubic yard as specified in Section 2-09. When excavation below grade is necessary, excavation will be measured to the limits ordered by the Engineer. "Pitrun Sand", will be measured by the cubic yard. "Install Conduit In." will be measured by the linear foot for the actual neat line length in place. "Install Vault, Type _" will be measured per each, installed complete in place. "Provide and Install Conduit 2 In. " will be measured per linear foot in place. "Joint Trench Provide and Install WSDOT Type 1 Junction Box"' will be measured per each, complete in place. 8-32.5 Payment Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: "Pitrun Sand", per cubic yard. The unit contract price will be full pay for all labor, materials, tools and equipment necessary to furnish, haul, place and compact Pitrun Sand required for utility trench bedding. "Provide and Install Conduit, 2 In.", per linear foot. "Joint Trench Provide and Install WSDOT Type 1 Junction Box", per each. "Install Conduit In.", per linear foot. The unit contract price will be full pay for complete installation including connection to existing vaults, pole risers, testing and other items in accordance with the Plans and these Special Provisions. "Relocate Vault,", per each. The unit contract price will be full pay for complete relocation with lid in accordance with the Plans and these Special Provisions. "Excavation for Intercepting Verizon conduit", perforce account. Payment for excavation for retraining PSE conduit will be as provided in Section 1-09.6, unless such work is explicitly included as a part of another pay item in the contract. Payment will only be made under this item for excavation work required to intercept and retrain existing underground services as directed by the Engineer or Engineer authorized PSE representative. CITY OF FEDERAL WAY END OF DIVISION 8 SP-174 LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 DIVISION 9 MATERIALS 9-03 AGGREGATES 9-03.12 Gravel Backfill 9-03.12(6) Pit Run Sand (April 12, 2018 CFW GSP) Section 9-03.12(6) is a new section: Sieve Size Percent Passing 3/8" square 100 U.S. No. 4 90 Sand Equivalent 30 minimum 9-03.14(3) Common Borrow (April 12, 2018 CFW GSP) Section 9-03.14(3) is modified with the following requirements: Material from on -site excavations meeting the requirements for Common Borrow shall be used to the extent practicable. Material for common borrow shall consist of granular soil and/or aggregate which is free of trash, wood, debris, and other deleterious material. Common Borrow material shall be at the proper moisture content for compaction. This material is generally moisture sensitive. The natural moisture content shall range from not more than 1 percent wet of optimum to not more than 3 percent dry of optimum as determined in accordance with Section 2-03.3(14)D. The material shall not pump or yield under the weight of compaction equipment and construction traffic. The Contractor is responsible for protecting the material from excess moisture wherever/whenever possible. To the extent practicable, this material should be handled only during non -rainy periods and should be removed, hauled, placed, and compacted into final embankments without intermediate handling or stockpiling. Surfaces should be graded and sloped to drain and should not be left uncompacted. Common Borrow shall meet the following gradation limits: Sieve Size Percent Passing (by weight) 6" 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 LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-175 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 9-05 DRAINAGE STRUCTURES AND CULVERTS 9-05.15 Metal Castings 9-05.15(4) Heavy Duty Hinged Style Ductile Iron Frame and Cover (December 2, 2019 CFW GSP) Section 9-05.15(4) is a new section: Heavy -Duty hinged style ductile iron frame and covers shall meet the requirements for metal castings found in Section 9-05.15. The covers shall be hinged and incorporate a 90-degree blocking system to prevent accidental closure. The cover shall be operable by one person using standard tools and shall allow for the cover to open to 120-degrees where it can either remain open in a secure position or be removed if needed. The cover pick slot shall provide a solid point of removal for most removal tools and be designed to eliminate surface water inflow. The covers shall be lockable with a cam lock assembly and have a cap or cover to prevent debris from entering and preventing access to the lock assembly. Keys for all lock assemblies will be provided to the City. The frame and cover assembly shall be capable of withstanding a test load of 100,000 Ibs and include a "T" shaped durable gasket to cushion traffic shock and resist water infiltration. The frame and cover assembly shall be circular, compatible with City of Federal Way standard top slab openings, and available in a 24-inch clear opening. The frame and cover depth shall not exceed 4 inches and the flange shall incorporate bedding slots and bolt holes. The cover shall be installed with the hinge facing oncoming traffic so the lid will open towards traffic. 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(5) High Impact Multi -Purpose Rubber Composite Adjustment Risers (December 2, 2019 CFW GSP) Section 9-05.15(5) is a new section: Risers shall be minimum 80% by weight recycled rubber and minimum 10% by volume recycled RFL fiber. Adjustment risers shall be of uniform quality and free from cracks, holes, and any other surface defects. Adjustment risers shall be designed for heavy duty street traffic and shall meet or exceed minimum load capacity requirements of AASHTO. Adjustment risers shall be installed as a single unit and shall not be cut into pieces or used as shims. Manufacturer certification shall be furnished upon request stating that the product meets the requirements of this specification. Risers shall be available in standard thicknesses from 1/2-inch to 3-inches; available flat or tapered; and in round, square, and rectangular shapes. High Impact Adjustment Riser shall be Infra -Riser Multi -Purpose Rubber Composite Adjustment Riser, EJ Group, Inc., 301 Spring Street, PO Box 439, East Jordan, MI, 49727, (800)626-4653, www.ejco.com 9-14 EROSION CONTROL AND ROADSIDE PLANTING 9-14.2 Topsoil CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-176 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 9-14.20) Topsoil Type A (June 12, 2020 CFW GSP) Section 9-14.2(1) is supplemented with the following: Topsoil Type A mix shall be 50% pure organic compost and 50% sand or sandy loam. The soil shall be high in organic content and compromised of fully composted and mature organic materials. No fresh sawdust or other fresh wood by-products shall be added to extend the volume after the composting process. Chemical and physical characteristics of Topsoil Type A shall comply with the following: Screen Size 7/16" Maximum Total Nitrogen 0.25% Minimum Organic Matter 10% Minimum pH Range 5.5 to 7.5 Conductivity 5 mmhos/cm Maximum 9-14.3 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 BY % % NAME WEIG PURI GERMINATI HT TY ON Tall Fescue / Festuca arundinacea 40% 98% 90% Creeping Red Fescue / Festuca rubra 25% 98% 90% Highland Colonial Bentgrass /Agrostis 5% 98% 90% capillaris var. `Highland' Perennial Rye / Lolimum perenne 30% 95% 90% (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. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-177 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 9-14.5 Mulch and Amendments 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'/2" to 1" with maximum of 20% passing the'/2" 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:: CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-178 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 All plant material shall be legibly tagged. Tagging may be by species or variety with minimum of one tag per ten trees, shrubs, or vines. Remove all tagging prior to final acceptance. 9-14.7(6) Inspection (June 12, 2020 CFW GSP) Section 9-14.7(6) is a new section: The Contracting Agency shall reserve the option of selecting and inspecting plant material at the nursery. The contractor shall provide the Contracting Agency with at least one week notice prior to preparing plants for shipping and delivery. The Contractor shall neither deliver to site nor install plant materials until authorized by the Contracting Agency. 9-14.7(7) Temporary Storage (June 12, 2020 CFW GSP) Section 9-14.7(7) is a new section: Cold storage of plants shall not be permitted. If planting is delayed more than 24 hours after delivery, set balled and burlapped plants on the ground, well protected with soil or wet peat. Adequately cover all roots of bare root material with soil or wet peat. Protect rootballs from freezing, sun, drying winds or mechanical damage. Water plant material as necessary until planted. Plants shall not be stored for more than one week. Longer storage period at project site will result in rejection of plant materials by the Contracting Agency. 9-14.8 Stakes. Guvs. and WraDDin (June 12, 2020 CFW GSP) Section 9-14.8 is supplemented with the following: Stakes shall be BVC round tree stakes product. No wrapping required. 9-14.9 Root Barrier with Chainlock guying or Engineer accepted (June 12, 2020 CFW GSP) Add the following new section: Root Barrier shall be 18-inch high, minimum thickness 0.090-inch, interlocking root barrier panels constructed of high -impact polypropylene with 1/2-inch reinforcing ribs. 9-15 IRRIGATION SYSTEM 9-15.1 Pipe, Tubing And Fittings (June 12, 2020 CFW GSP) Section 9-15.1 is replaced with the following: All pipe and tubing shall be PVC or approved equal. All fittings shall be Sch 80 PVC. All pipe for the main, laterals, and sleeving shall be Sch 40 PVC. 9-15.5 Valve Boxes (June 12, 2020 CFW GSP) Section 9-15.5 is supplemented with the following: CITY OF FEDERAL WAY SP-179 LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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. 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 9-15.70) 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 9-21 RAISED PAVEMENT MARKERS (RPM) 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) CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-180 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 Paragraph three is deleted and replaced with the following: All regulatory (R series), school (S series), and warning (W and X series) signs, except for parking regulation, parking prohibition signing and signs of fluorescent yellow color shall be constructed with Type III Glass Bead Retroreflective Element Material sheeting in accordance with Section 9-28.12 of the Standard Specifications. This sheeting has a retro reflection rating of 250 candelas/foot candle/square foot for white -silver sheeting with a divergence angle of 0.2 degrees and an incidence angle of minus 4 degrees. This high intensity sheeting shall be Type III sheeting or greater. All street name (D-3) sign sheeting shall meet this specification. The reflectivity standard of supplemental plaques shall match that of the primary sign. All overhead signing, all regulatory (R series) of fluorescent yellow color and all school (S series) of florescent yellow color shall meet the specifications of Type IX Micro Prismatic Retroreflective Element Material sheeting in accordance with Section 9-28.12 of the Standard Specifications. This standard applies to all signs mounted above the roadway, on span wire or signal mast arms and all regulatory (R series) and school (S series) signs of fluorescent yellow color. The reflectivity standard of supplemental plaques shall match that of the primary sign. Motorist information and parking signing shall be constructed with Type I Glass Bead Retroreflective Element Material sheeting in accordance with Section 9-28.12 of the Standard Specifications. The reflectivity standard of supplemental plaques shall match that of the primary sign. 9-28.2 Manufacturer's Identification and Date (October 23, 2014 CFW GSP) Section 9-28.2 is deleted and replaced with the following: All signs shall show the manufacturer's name and date of manufacture on the back. 9-28.8 Sheet Aluminum Signs (January 8, 2013 CFW GSP) Section 9-28.8 table is deleted and replaced with the following: Maximum Dimension Blank Thickness Less than 30 inches 0.080 inches Greater than 30 inches, less than 48 inches 0.100 inches Greater than 48 inches 0.125 inches Section 9-28.8 is supplemented with the following: All permanent signs shall be constructed from aluminum sign blanks unless otherwise approved by the Engineer. Sign -blank minimum thicknesses, based on maximum dimensions, shall be as follows: All D-3 street -name signs shall be constructed with 0.100-inch-thick blanks. The Contractor shall install permanent signs which meet or exceed the minimum reflectivity standards. All sign face sheeting shall be applied to sign blanks with pressure sensitive adhesives. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-181 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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. SECTION 9-29 ILLUMINATION, SIGNAL, ELECTRICAL 9-29.1 Conduit, Innerduct, and Outerduct (June 5, 2000 WSDOT NWR) Section 9-29.1 is supplemented with the following: Conduit Coatings Conduit fittings for steel conduit shall be coated with galvanizing repair paint in the same manner as conduit couplings. Electroplated fittings are not allowed. Steel conduit entering concrete shall be wrapped in 2-inch-wide pipe wrap tape with a minimum 1-inch overlap for 12 inches on each side of the concrete face. Pipe wrap tape shall be installed per the manufacturer's recommendations. (October 23, 2014 CFW GSP) Fiber optic cable conduit shall be supplied as a system from a single manufacturer providing all of the conduit, all required fittings, termination and other installation accessories; all in accordance with the Contract Documents. 9-29.10) Rigid Metal Conduit, Galvanized Steel Outerduct, and Fittings (August 10, 2009 WSDOT NWR) Section 9-29.1(1) is supplemented with the following: Conduit Sealing Mechanical plugs for cabinet conduit sealing shall be one of the following: 1. Tyco Electronics - TDUX 2. Jackmoon — Triplex Duct Plugs 3. O-Z Gedney — Conduit Sealing Bushings The mechanical plug shall withstand a minimum of 5 psi of pressure. 9-29.1(2) Riaid Metal Conduit Fittinas and Aaaurtenances (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. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-182 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 9-29.1(11) Foam Conduit Sealant (January 7, 2019 WSDOT Option 1) Section 9-29.1(11) is supplemented with the following: The following products are accepted for use as foam conduit sealant: • CRC Minimal Expansion Foam (No. 14077) • Polywater FST Foam Duct Sealant • Superior Industries Foam Seal • Todol Duo Fill 400 9-29.2 Junction Boxes, Cable Vaults and Pull Boxes 9-29.2(1)A Standard Duty Junction Boxes (April 12, 2018 CFW GSP) Section 9-29.2(1) is supplemented with the following: Concrete Junction Boxes For junction boxes located within the sidewalk, along an ADA pedestrian route, or in other accessible surfaces within the public right-of-way or on publicly owned properties, both the lid and frame shall be treated with one of the following slip -resistance products: 1. Mebacl manufactured by IKG Industries. 2. SlipNOT Grade 3-coarse manufactured by W.S. Molnar Company. 3. Saftrax TH604 Non -Skid manufactured by Thermion. Where the exposed portion of the frame is 1/2 inch wide or less the slip - resistant treatment may be omitted on that portion of the frame. The slip -resistant lid shall be identified with permanent marking on the underside indicating the type of surface treatment ("M1" for Mebac 1; "S3" for SlipNOT Grade 3-coarse; or "ST" for Saftrax TH604) and the year manufactured. The permanent marking shall be 1/8 inch line thickness formed with a mild steel weld bead. 9-29.2(1)A2 Non -Concrete Junction Boxes (February 3, 2020 CFW GSP) Section 9-29.2(1)A2 is replaced with the following: Non -Concrete junction boxes are not allowed for use within the City of Federal Way. 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes (April 12, 2018 CFW GSP) Section 9-29.2(2)A is supplemented with the following: For cable vaults and pull boxes located within the sidewalk, along an ADA pedestrian route, or in other accessible surfaces within the public right-of- way or on publicly owned properties, both the lid and frame shall be treated with one of the following slip -resistance products: 4. Mebacl manufactured by IKG Industries. 5. SlipNOT Grade 3-coarse manufactured by W.S. Molnar Company. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-183 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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 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, CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-184 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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) 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 (***PROJECT -SPECIFIC SPECIAL PROVISION***) CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-185 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 Section 9-29.5 is deleted and replaced with the following new section: 9-29.5 School Zone Beacon, Variable Speed Limit Sign & 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. 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'/2-inch OD pole, with a stainless steel set screw, sq hd, '/4"-20 X'/2 ". The pole base shall be square aluminum pedestal base with aluminum door meeting the following minimum requirements: 1. Square cast aluminum with natural finish, minimum weight of 21 lbs. with dimensions as shown in the Figure below. CITY OF FEDERAL WAY i " � 8 13 3/4 13 3/4 SP-186 CFW SPECIAL PROVISIONS VER. 2021.018 LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL PROJECT #204 2. Upper end shall be threaded to receive a 4" NPT pipe shaft. Base threads shall be tapped to allow full pole engagement w/o exposed threads on the pole. 3. Shall be of such design that it may be fastened to a foundation with four (4) 3/4" anchor bolts located 90 degrees apart on the bottom of the base. 4. There shall be slots in the bottom of the base 1'/2" wide and 2'/2" long measured along the circumference of the bolt circle, allowing a proper fit even if the bolts are placed slightly off center. 5. Shall accommodate bolt circles of a minimum of 12" through a maximum of 14'/2" and anchor bolts with a minimum of 5/8" through 1" diameter. 6. Shall be equipped with a removable aluminum door. Door opening shall be free of burrs and sharp edges and be no less than 8'/2" square. The door shall be attached to the base using one stainless steel socket button head screw to prevent unauthorized entry. 7. Shall be fabricated free of voids, pits, dents, molding sand and excessive foundry grinding marks. All design radii shall be smooth and intact. Exterior surface finish shall be smooth and cosmetically acceptable by being free of molding fins, cracks and other exterior blemishes. 8. Shall be fabricated from new aluminum ingot. No scrap materials shall be used. Minimum requirements as follows: a. Aluminum Alloy ...........319 Elongation (% in 2") .........2 b. Tensile Strength, KS1....... 27 Brinell Hardness .......... 70-100 c. Yield Strength,KSI ...........18 FRANGIBILITY: The base shall meet or exceed 1985 AASHTO breakaway requirements. Test reports from an FHWA approved independent laboratory shall be provided certifying that the base has been tested and meets all applicable requirements. In addition, a statement of certification from the FHWA stating such tests have been accepted and approved shall be supplied. STRUCTURAL INTEGRITY: In order to prove structural soundness a certification from a recognized independent structural laboratory shall be provided certifying that the base will withstand a bending moment of 10,750 ft. lbs. Such test shall be performed in the following manner: 1. A force shall be applied at a distance from the bottom of the base in order to produce a moment. All bases must reach a moment capacity of 10,750 ft. lbs. without breaking, cracking or rupturing in any manner. 2. After force has been removed, the lever arm shall return to within .250" of its original rest position. 3. All tests shall be made using 4" schedule 40 Steel Pipe. A reinforcing collar shall be installed at the top of the pole base in accordance with manufacturers' instructions. The collar shall be a three segment assembly designed to retrofit onto an existing square cast aluminum or iron pedestal base. The collar shall meet the following minimum requirements: CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-187 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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'/2" Socket Head Capscrews (3) 5/16" Dia. x 3/4" Roll Pins FINISH: Collar Segment: Alodine 1200 FASTENERS: Zinc w/ Yellow Di -Chromate In addition to meeting the above requirements, all poles, bases, collars, caps and related hardware shall be fully interchangeable with the following items manufactured by Pelco Products, Inc., Edmond, Oklahoma, such that any individual component can be replaced without requiring replacement of the entire system: • Pedestal pole, Model No PB-5200 • Square Base Assembly, Model No PB-5334 • Pole Cap, Model No PB-5402 • Pole & Base Collar Assembly, Model No PB-5325 9-29.6 Light and Signal Standards (December 18, 2009 CFW GSP) Section 9-29.6 is supplemented with the following: Light standards shall be tapered round aluminum tube C-wall alloy 6063 satin brushed finish with Davit bracket arm, as shown in Federal Way Standard Detail herein, except that luminaire mounting height shall be as shown on the Illumination Pole Schedule. (January 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. CITY OF FEDERAL WAY SP-188 LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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. DBO1165 Rev. B 4 sheets Ameron Pole WA15TR10-1 Rev. C (1 sheet) and Products Div. WA15TR10-3 Rev. B 1 sheet Millerbend 74514-WA-PED-PPB Rev H (2 sheets) Manufacturing Co. Foundations shall be as noted in Standard Plan J-20.10 Type PS, Type I, Type RM, and Type FIB 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 Pre -Approved Drawing No. Valmont Ind. Inc. DBO1165 Rev. B 4 sheets Ameron Pole WA15TR10-1 Rev. C (1 sheet) and Products Div. WA15TR10-2 Rev. C 1 sheet Millerbend 74514-WA-PED-FB Rev. H (2 sheets) Manufacturing, Co. 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. Fabricator Pre -Approved Max. Arm Wind Drawing No. Length (ft) Load (XYZ) (ft3) Valmont Ind., DB00162 Rev. B (5 65 3206 Inc. sheets CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-189 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 Ameron Pole WA15TR3724-1 Rev. C Products (sheet 1 of 2), and 65 2935 Division WA15TR3724-2 Rev. D sheet 2 of 2 Millerbend 74516-WA-TS-II Rev. H 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. eft) Load XYZ ft3 Valmont Ind., DB00162 Rev. B (5 "J" Inc. sheets), with Type 65 3259 luminaire arm 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 I Pre -Approved Drawing No. Valmont Ind. Inc. I DBO1167 Rev. B 2 sheets CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-190 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 Ameron Pole WA15TR15 Rev. A (2 sheets) Products Div. Millerbend 74554-WA-SP-IV Rev H (2 sheets) Manufacturing, Co. 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. DBO1167 Rev. B 2 sheets Ameron Pole WA15TR15 Rev. A (2 sheets) Products Div. Millerbend 74554-WA-SP-V Rev J (3 sheets) Manufacturing Co. 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. DB01166 Rev. C 4 sheets Ameron Pole WA15CCTV01 Rev. BA (2 sheets) Products 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. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-191 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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. 9-29.60) 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. 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: CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-192 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 • (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 9-29.7(2) Fused Quick -Disconnect Kits (March 13 , 2012 CFW GSP) Section 9-29.7(2) is supplemented with the following: Fused quick -disconnect kits shall be of the SEC type or equivalent. Underground illumination splices shall be epoxy or underground service buss/light connector kits. Installation shall conform to details in the Standard Plans. 9-29.10 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. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-193 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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) Vacant (January 11, 2019 CFW GSP) Section 9-29.10(3) is deleted and replaced with the following new section: 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. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-194 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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. 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. 9-29.13 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(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: CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-195 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 All flasher units shall as a minimum meet NEMA TS-2 1992, Section 6 requirements and shall be EDI Model 810 or approved equal. Paragraph 1, Item 2 is supplemented with the following: All load switches shall as a minimum meet NEMA TS-2 1992, Section 6 requirements and shall be EDI Model 510 or approved equal. Paragraph 1, Item 3a is deleted and replaced with the following: A 50-amp main breaker shall be supplied. This breaker shall supply power to the controller, MMU, signals, cabinet power supply, and auxiliary panels. Paragraph 1, Item 3b is deleted and replaced with the following: A 15-amp auxiliary breaker shall supply power to the fan, light, and GFI outlet. Paragraph 1, Item 3c is supplemented with the following: Spare neutral buss bars shall be provided on the bottom left and right of the cabinet. Paragraph 1, Item 3 is supplemented with the following: g. A normally -open, 60-amp, solid-state device, "Crydom CWA 4850 relay", or approved equivalent. h. The power panel shall be covered by an easily removable, clear Plexiglas cover. Paragraph 1, Item 4 is supplemented with the following: Inside the police door there shall be a flash switch, which shall be the only switch on that panel. The switch shall have two positions, "Auto" and "Flash". The up position shall be "Auto" and result in normal signal operation. The down position shall be "Flash" and will put the signal into flashing operation and apply stop time to the controller. The switch shall be a general-purpose bat style toggle switch with 0.688-inch-long bat. The switch shall have a protective cover, which must be lifted to operate the switch. Paragraph 1, Item 6 is supplemented with the following: Cabinets shall be equipped with a NEMA TS2 Type 16 Malfunction Management Unit. Paragraph 1, Item 7, sub -paragraph 1 is deleted and the section is supplemented with the following: The detector interface panel shall support up to 32 channels of detection and four channels of preemption devices. 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. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-196 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 Paragraph 1, Item 8 is supplemented with the following: There shall be terminal strips for field wiring in the controller cabinet. The terminals shall be numbered in accordance to the field wiring chart included in these Specifications. A common buss bar with a minimum of 15 spare terminals shall be available after the cabinet is fully wired. In addition, a 15 terminal bar shall be provided for the pedestrian common and a terminal shall be provided for each signal head neutral. The buss bars shall be located on the left side wall of the cabinet. Only King County numbers shall be shown, as described in Section 8-20.3(8). Pedestrian Detector Field Wiring All pedestrian detectors shall be connected between logic ground and their appropriate field terminal. The terminals shall be grouped together and located in the lower left side panel. Main Panel and Wire Terminations All wires terminated behind the main panel and other panels shall be SOLDERED. No pressure or solderless connectors shall be used. Printed circuit boards shall NOT be used on main panels. Field Terminal Locations Field terminals shall be located at the bottom of the backboard. Their order shall be left to right beginning with phase one and following the order of the load switches. Field terminals shall be of the Screw type per NEMA TS2 5.3.6. Paragraph 1, Item 9 is supplemented with the following: The cabinet shall be provided with a thermostatically -controlled (adjustable between 80-150 degrees F) ventilation fan and shall be installed in the top of the cabinet plenum. Paragraph 1, Item 10 is deleted and replaced with the following: The cabinet shall have an incandescent lighting fixture that shall be mounted on the inside top of the cabinet near the front edge. An on/off switch that is turned on when the cabinet door is opened and off when it is closed shall activate the incandescent light. The lamp socket shall be placed on the circuit with convenience outlets which shall be protected by a circuit breaker rated at 25 amps. An incandescent 150-watt bulb shall be provided. Paragraph 1, Item 11 is supplemented with the following: 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 CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-197 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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 BTU's 3 and 4 which shall be wired to numbered terminal strips. e) Wiring for 2 detector racks and 1 Type-16 MMU. 14. Lightning Suppression - The cabinet shall be equipped with an Innovative Technologies Model HS-P-SP-120A-60A-RJ or approved equivalent surge arrester. 15. Convenience Outlets - One convenience outlet with a ground fault interrupter and a second convenience outlet without ground fault interrupter shall be furnished in the cabinet(s). The ground fault outlet shall be mounted one on right side of the cabinet, near the top shelf, and the non -ground fault outlet shall be mounted on the left side of the cabinet, near the top shelf. No outlets shall be mounted on the door. The convenience outlets shall be placed on the circuit with the lamp socket which shall be protected by a circuit breaker rated at 25 amps. 16. Loop Detector Units: (a) Cabinets shall be supplied with eight 4-channel loop detectors minimum or sixteen 4-channel loop detectors maximum as shown on the Plans. Loop detectors shall meet TS2 Specifications. (b) Equipment and loop detection for advanced loops shall be as shown in the plans. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-198 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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 Flash Switch: There shall be a switch inside the cabinet to place the signal in flashing operation while the controller continues to operate. This flash shall have no effect on the operation of the controller or conflict monitor. The switch shall be a general-purpose bat style toggle switch with .688-inch-long bat. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-199 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 The switch shall have a protective cover, which must be lifted to operate the switch. (d) Detector Test Switches.• All eight controller phase inputs shall have push button momentary test switches. Each switch shall be connected to the first channel of each detector card input to the BIU. All eight pedestrian phases shall have push button momentary test switches by phase. These switches shall be located inside the cabinet door and labeled by associated phase number. A see - through Plexiglas cover shall cover all detector disconnect/test switches. (e) Preempt Te5t 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 5511). 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 5052-1-132 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 LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-200 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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: 9-29.14 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 LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-201 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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. 5. 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. 9-29.18 Vehicle Detector 9-29.18(3) Video Detection System (June 12, 2020 CFW GSP) Section 9-29.18(3) is a new section: All video detection system items and materials furnished shall be new, unused, current production models installed and operational in a user environment and shall be items currently in distribution. The products shall have a proven record of field use at other installations for at least two (2) years of service not including prototype field trials prior to installation. Contractor shall provide Econolite AutoScope Vision, Trafficon, GRIDSMART or approved equal video detection system. Approved equal video detection systems shall meet the following: General The detection of vehicles passing through the field -of -view of an image sensor shall be made available to a large variety of end user applications as simple contact closure outputs that reflect the current real-time detector or alarm state (on/off) or as summary traffic statistics that are reported locally or remotely. The contact closure outputs shall be provided to a traffic signal controller and comply with the National Electrical Manufacturers Association (NEMA) type C or D detector rack file standards. The system architecture shall fully support Ethernet networking of system components through a variety of industry standard and commercially available infrastructures that are used in the traffic industry. The data communications shall support direct connect, modem and multi -drop interconnects. Simple, standard Ethernet wiring shall be supported to minimize overall system cost and improve reliability, utilizing existing infrastructure and ease of system installation and maintenance. Both streaming video and data communications shall be capable of being interconnected over long distance through fiber optic, microwave or other commonly used digital communications transport configurations. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-202 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 In terms of the software application side of the network, the system shall be integrated through a client -server relationship. A communications server application shall provide the data communications interface between as few as one to as many as hundreds of Machine Vision Processors (MVP) sensors (otherwise referred to as video detection cameras with built in processors) and a number of client applications. The client applications shall either be hosted on the same PC as the communications server or may be distributed over a local area network of PC's using the industry standard TCP/IP network protocol. Multiple client applications shall execute simultaneously on the same host or multiple hosts, depending on the network configuration. Additionally, a web -browser interface shall allow use of industry standard internet web browsers to connect to MVP sensors for setup, maintenance and playing digital streaming video. Approved equal GRIDSMART systems shall track individual vehicles entering the field of vision through detection zones from one camera located in the intersection, collect 24-hour approach volume, turning movement, and vehicle classification count data, and signal performance metrics. Larger intersections may require 2 cameras to include all advanced detection zones. System Hardware The video detection system hardware shall consist of the following components: 1. A color, 22x zoom Machine Vision Processor (MVP) sensor. 2. A modular cabinet interface unit. 3. A communication interface panel. 4. Surge suppresser/ lightning protection. 5. A portable color monitor to be permanently placed within the signal controller cabinet. 6. All other necessary equipment for setup, maintenance and operation of the video detection system including but not limited to programming device and specialty tools. The real-time performance shall be observed by viewing the video output from the sensor with overlaid flashing detectors to indicate current detection state (on/off). The MVP sensor shall be capable of optionally storing cumulative traffic statistics internally in non-volatile memory for later retrieval and analysis. The MVP shall communicate to the modular cabinet interface unit via the communications interface panel and the software applications using the industry standard TCP/IP network protocol. The MVP shall have a built-in, Ethernet -ready, Internet Protocol (IP) address and shall be addressable with no plug in devices or converters required. The MVP shall provide standard MPEG-4 streaming digital video. Achievable frame rates vary from 5 to 30 frames per second as a function of video quality and available bandwidth. The modular cabinet interface unit shall communicate directly with up to eight (8) MVP sensors and shall comply with form factor and electrical characteristics to plug directly into a NEMA type C or D detector rack providing up to thirty-two (32) inputs and sixty-four (64) outputs to a traffic signal controller. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-203 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 The communications interface panel shall provide four (4) sets of three (3) electrical terminations for three wire power cables for up to eight (8) MVP sensors that may be mounted on a pole or mast arm with a traffic signal cabinet or junction box. The communication interface panel shall provide high-energy transient protection to electrically protect the modular cabinet interface unit and connected MVP sensors. The communications interface panel shall provide single -point Ethernet connectivity via RJ45 connector for communication to and between the modular cabinet interface module and the MVP sensors. The Gridsmart detection system shall consist of the following components and (part numbers): 1. One GRIDSMART ultra -wide angle fisheye camera with sealed enclosure. (GS-3-CAM) A second camera may be required at larger intersections as determined by the City Traffic Engineer. 2. One GRIDSMART GS2 Processing Unit, rack or shelf mount with two camera interface and GRIDSMART software. (GS-3-GS2) 3. One GRIDSMART TS2 Connector Kit for GS-3-GS2, includes SDLC connector to be used for TS2 environments. (GS2-TS2-OPT) 4. One SDLC Patch Cable, 6ft minimum. (WPS-SDLC) 5. One Swivel Bracket Camera Mounting Hardware with junction box and connector. (GS-3-SMC) 6. One Standard Cable Clamp, 66" cable length, natural aluminum finish. (SBC66-SCK) 7. One Video Detection Camera Mounting Arm Pole, 90 degrees, 58". (GS-3- A58) 8. Up to 300 feet of Detection Comm Cable, Ethernet, Cat 5E 350Mhz, outdoor rated, direct burial, CMX, Shielded, Gel. (CATS) System Software The MVP sensor embedded software shall incorporate multiple applications that perform a variety of diagnostic, installation, fault tolerant operations, data communications, digital video streaming and vehicle detection processing. The detection shall be reliable, consistent and perform under all weather, lighting and traffic congestion levels. An embedded web server shall permit standard internet browsers to connect and perform basic configuration, maintenance and video streaming services. There shall be a suite of client applications that reside on the host client/server PC. The applications shall execute under Microsoft Windows 7, Vista or XP. Client applications shall include: 1. Master network browser: Learn a network of connected modular cabinet interface units and MVP sensors, display basic information and launch applications software to perform operations within that system of sensors. 2. Configuration setup: Create and modify detector configurations to be executed on the MVP sensor and the modular cabinet interface unit. 3. Operation log: Retrieve, display and save field hardware run-time operation logs of special events that have occurred. 4. Streaming video player: Play and record streaming video with flashing detector overlay. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-204 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 5. Data retrieval: Fetch once or poll for traffic data and alarms and store on PC storage media. 6. Communications server: Provide fault -tolerant, real-time TCP/IP communications to/from all devices and client applications with full logging for systems integration. The Gridsmart software system shall consist of the following: 1. The latest version of the GRIDSMART Client Software with virtual pan -tilt - zoom functionality. Shall allow the Engineer to configure, view, and manage intersection detection in real time. The system shall be able to automatically email the Engineer reports and alerts. 2. The latest version of the GRIDSMART Performance module which provides counting, classification, turning movements, and signal performance metrics. (GS-3-PFM) Additional GRIDSMART software modules requested by the City Traffic Engineer may include, but are not limited to the following: 1. Performance Plus module 2. Pedestrian module 3. STREETSMART congestion management technology Machine Vision Processor (MVP) Sensor The MVP sensor shall be an integrated imaging color CCD array with zoom lens optics, high-speed, dual -core image processing hardware bundled into a sealed enclosure. The CCD array shall be directly controlled be the dual -core processor, thus providing high -quality video for detection that has virtually no noise to degrade detection performance. It shall be possible to zoom the lens as required for setup and operation. It shall provide JPEG video compression as well as standard MPEG-4 digital streaming video with flashing detector overlay. The MVP shall provide direct real-time iris and shutter speed control. The MVP image sensor shall be equipped with an integrated 22x zoom lens that can be changed using configuration computer software. The digital streaming video output and all data communications shall be transmitted over the three -wire power cable. The MVP sensor shall operate on 110/220 VAC, 50/60Hz at a maximum of 25 watts. The camera and processor electronics shall consume a maximum of 10 watts and the remaining 15 watts shall support an enclosure heater. Placement of detection zones shall be by means of a PC with a Windows 7, Vista or XP operating system with a keyboard and mouse. The detection zones shall be superimposed on images of the traffic scenes and viewable as such on the PC monitor. The detection zones shall be created by using a mouse to draw the detection zones on the PC monitor. Using the mouse and keyboard it shall be possible to place, size and orient detection zones to provide optimal road coverage for vehicle detection. It shall be possible to download detector configurations from the PC to the MVP sensor and cabinet interface module, to retrieve the detector configuration that is currently running in the MVP sensor and to back up detector configurations by saving them to a PC storage device. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-205 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 The video detection system shall optimally detect vehicle passage and presence when the MVP sensor is mounted thirty (30) feet or higher above the roadway, when the image sensor is adjacent to the desired coverage area and when the distance to the farthest detection zone locations are not greater than ten (10) times the mounting height of the MVP. The recommended deployment geometry for optimal detection also requires that there be an unobstructed view of each traveled lane where detection is required. Although optimal detection may be obtained when the MVP is mounted directly above the traveled lanes, the MVP shall not be required to be directly over the roadway. The MVP shall be able to view either approaching or receding traffic or both in the same field of view. The preferred MVP sensor orientation shall be to view approaching traffic since there are more high contrast features on vehicles as viewed from the front rather than the rear. The MVP sensor placed at a mounting height that maximizes vehicle image occlusion shall be able to simultaneously monitor a maximum of six (6) traffic lanes when mounted at the road -side or up to eight (8) traffic lanes when mounted in the center with four lanes on each side. Modular Cabinet Interface Unit The modular cabinet interface unit shall provide the hardware and software means for up to eight (8) MVP sensors to communicate real-time detection states and alarms to a local traffic signal controller. It shall comply with the electrical and protocol specifications of the detector rack standards. The card shall have 1500 Vrms isolation between rack logic ground and street wiring. The modular cabinet interface unit shall be a simple interface card that plugs directly into a NEMA type C or D detector rack. The modular cabinet interface unit shall occupy only two (2) slots of the detector rack. The modular cabinet interface unit shall accept up to sixteen (16) phase inputs and shall provide up to twenty- four (24) detector outputs. Communications Interface Panel The communications interface panel shall support up to eight (8) MVP sensors and shall accept 110/220 VAC, 50/60 Hz Power. The communications interface panel shall provide predefined wire termination blocks for MVP sensor power connections, a Broadband -over -Power -Line (BPL) transceiver to support up to 10Mb/s interdevice communications, electrical surge protectors to isolate the modular cabinet interface unit and MVP sensors and an interface connector to cable directly to the modular cabinet interface unit. The communications interface panel shall provide power for up to eight (8) MVP sensors, taking local line voltage 110/220 VAC, 50/60 Hz and producing 110/220 VAC, 50/60 Hz, at about 30 watts to each MVP sensor. Two 1.25 amp SLO-BLO fuses shall protect the communications interface panel. Surge Suppressor An EDCO CX06-BNCY or approved equal transient surge suppressor shall be provided for each MVP sensor. Installation and Training CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-206 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 The product supplier of the video detection system shall supervise the installation and the testing of the video equipment. A factory certified representative from the manufacturer shall be on -site during installation. The factory representative shall install, make fully operational, and test the system as indicated on the intersection drawings and this specification. One day of training shall be provided to personnel of the City of Federal Way and King County in the operation, set-up and maintenance of the video detection system. Instruction and materials shall be produced for a maximum of 7 persons and shall be conducted at the City of Federal Way City Hall or King County signal shop. Warranty The video detection system shall be warranted against manufacturing defects in materials and workmanship for a period of no less than three (3) years from date of installation. The video detection supplier shall provide all documentation necessary to maintain and operate the system. The supplier shall maintain a program for technical support and software updates following the expiration of the warranty period. 9-29.19 Pedestrian Push Buttons (February 15, 2019 CFW GSP) Section 9-29.19 is deleted and replaced with the following: The Contractor shall provide and install accessible pedestrian pushbuttons and signs, as shown on the Plans. The position of the pedestrian pushbuttons shall be located in a manner such that the tactile arrow is aligned parallel to the direction of travel for the crosswalk which the pushbutton is intended to serve; however final positioning for the optimum effectiveness shall be approved by the Engineer. Accessible Pedestrian Pushbutton units shall be Campbell Company Guardian Model Advisor Guide Accessible Pedestrian Station (AGPS) or approved equal. The station shall have a black body color and white actuator button and shall meet the following requirements: Pushbuttons shall be mounted to the poles by means of stainless steel bolts. All mountings shall be securely fastened as approved by the Engineer. The sign legend to be used shall be sign designation R10-3e and shall be nine (9) inches by fifteen (15) inches. All mounting bolts shall be non -corrosive stainless steel. The pedestrian pushbutton housing shall be aluminum and shall be painted black. Unit(s) shall operate at a temperature range of -35C to 85C. Power requirements shall be 120 VAC, 60 Hz (100 ma, typical +/- 20%). Pedestrian indicators shall include an audible speaker, call confirmation LED and vibrotactile arrow. The audible speaker shall be programmable to have a button locator tone, acknowledgement tone/message, walk cycle tone/message and clearance tone/message. The unit(s) shall have automatic volume controls for message strength over ambient noise levels. The walk tone/message shall be programmable to stop with the walk signal or other user settable time. The unit(s) CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-207 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 shall be user settable for Accessible Pedestrian Signal (APS) message initiation with an extended press or on call. The call confirmation LED shall be red with 160 degree view ability and once activated shall remain illuminated until the corresponding walk indication is given. An audible acknowledgement message of "WAIT" shall accompany each activation of the call confirmation LED. The locator tone shall be active for a time of 0.15 seconds or less and shall repeat at 1 second intervals. The locator tone shall be intensity responsive to ambient sound and be audible from six (6) feet to twelve (12) feet from the pushbutton with a maximum of 5 dBA louder than ambient sound. A walk cycle audible message shall be set for each pushbutton unit and shall be patterned after the model: "Broadway. Walk sign is on to cross Broadway." The walk cycle message shall be intensity responsive to ambient sound with a volume 5 dBA above ambient sound up to a maximum volume of 100 dBA. The walk cycle message shall be audible from the beginning of the associated crosswalk during the walk interval only. The vibrotactile arrow shall be located on the pushbutton and shall have high visibility contrast of either light on dark or dark on light. The pushbutton units shall be installed in a manner such that the vibrotactile arrow is aligned parallel to the direction of travel for the crosswalk which the pushbutton is intended to serve. The vibrotactile arrow shall activate with the walk cycle. 9-29.23 Vacant Section 9-29.23 is deleted and replaced with the following new section: 9-29.23 Variable Speed Limit Sign (***PROJECT -SPECIFIC SPECIAL PROVISION--) The calendar -activated variable speed limit sign system shall be a, Carmanah Speedcheck Variable Speed Limit Sign with 18-inch digit size or approved equal and fully compliant with the MUTCD. The variable speed limit signs 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 Variable Speed Limit Sign 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. Sign: The sign housing and frame shall be made of aluminum. Sign sheeting shall be Type III or greater per Section 9-28.12 of the Standard Specifications. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-208 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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. 4. On -Demand Activation, Test and Reports: Each system shall provide on -demand activation of beacons for emergency or any other purpose; battery health (solar only), Beacon outage, and activation reports through the user interface. 5. 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 120 VAC or 12VDC. If the site location is to be solar -powered, the manufacturer shall conduct a site assessment to properly size and supply the required solar panels. 7. Communication: Communication with the controller shall be capable using Bluetooth and Ethernet. 8. Software: Software shall be provided that allows setup and programming of all display options. 9. Input: All components necessary to provide capability to manage display operation from external devices shall be included. 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. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-209 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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. 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 D — Liquid Cold Applied Methyl Methacrylate (March 13, 2012 CFW GSP) Section 9-34.3(4) is supplemented with the following: The methyl methacrylate (MMA) material shall be formulated as a long -life durable pavement marking system capable of providing a minimum of two years of continuous performance. The material shall be a catalyzed methyl methacrylate (MMA), wet -continuous reflective product and placed shall have a dry time (cure) to the touch of no more than 30 minutes. The material shall be capable of retaining reflective glass beads and ceramic micro -crystalline elements of the drop -on or spray -on type as specified by the manufacturer. The binder shall be lead free and suitable for bituminous and concrete pavements. 9-34.4 Glass Beads for Pavement Marking Materials (***PROJECT -SPECIFIC SPECIAL PROVISION--) 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 with a Methacrylate compatible coupling agent approved by the material manufacturer. Glass beads shall be applied at a rate of eight (8) to ten (10) pounds per one hundred square feet. Bonded Core Elements Surface -drop ceramic elements shall be the Series 50M or 70M with a Methacrylate compatible coupling agent approved by the material manufacturer. Elements shall meet or exceed a minimum initial value of 150 mcd for white and 125 mcd for yellow per ASTM 2176. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-210 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 The bonded core reflective elements shall contain either clear or yellow tinted microcrystalline ceramic beads bonded to the opacified core. These elements shall not be manufactured using lead, chromate or arsenic. All "dry -performing" microcrystalline ceramic beads bonded to the core shall have a minimum index of refraction of 1.8 when tested using the liquid oil immersion method. All "wet performing" microcrystalline ceramic beads bonded to the core shall have a minimum index of refraction of 2.30 when tested using the liquid oil immersion method. There are two gradations for the bonded core elements, standard size and "S" series. "S" series is a slightly finer gradation of elements compared to standard. Element Gradations Mass Percent Passing ASTM D1214 US Mesh Micron Standard Elements "S" Series 12 1700 80-100 85-100 14 1410 45-80 70-96 16 1180 5-40 50-90 18 1000 0-20 5-60 20 850 0-7 0-25 30 600 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. CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-211 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 The pavement marking system installed shall meet a minimum Dry reflectance value of 700 MCD/M2/LX for white pavement markings and 500 MCD/M2/LX for yellow pavement markings and wet -recovery (as described by ASTM 2177) reflectance value of 375 MCD/M2/LX for white pavement markings and 280 MCD/M2/LX for yellow pavement markings, and wet -continuous (as described by ASTM 2176 testing) reflectance values of 150 MCD/M2/LX for white pavement markings and 125 MCD/M2/LX for yellow pavement markings as measured with a 30 meter device approved by the Traffic Engineering Division (TED). The Contractor will be required to take and record readings every 500 feet utilizing a 30 meter device approved by the Traffic Engineering Division. These readings shall be recorded on the daily report and submitted to the project engineer at the end of each work day or shift. Minimum Initial Retro Reflectance Values White Yellow D ASTM E1710 700 500 Wet recovery ASTM E2177 375 280 Wet continuous ASTM E2176 150 125 9-34.5 Temporary Pavement Marking Tape (February 25, 2021 WSDOT GSP) Temporary Pavement Marking Tape — Short Duration (Non -Removable) Section 9-34.5(1), including title, is revised to read: Temporary Pavement Marking Tape — Short Duration Temporary pavement marking tape for short duration (usage is for up to two months) shall conform to ASTM D4592 Type 11 except that black tape, black mask tape and the black portion of the contrast tape, shall be non -reflective. (February 25, 2021 WSDOT GSP) Temporary Pavement Marking Tape — Long Duration (Non -Removable) Section 9-34.5(2), including title, is revised to read: Temporary Pavement Marking Tape — Long Duration Temporary pavement marking tape for long duration (usage is for greater than two months and less than one year) shall conform to ASTM D4592 Type I. Temporary pavement marking tape for long duration, except for black tape, shall have a minimum initial coefficient of retroreflective luminance of 200 mcd*m-2*Ix-1 when measured in accordance with ASTM E2832. Black tape, black mask tape and the black portion of the contrast tape, shall be non -reflective. Standard Plans (January 13, 2021 WSDOT) 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: CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-212 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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 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) CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-213 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 POST LENGTH SLOPE W (FT) 8-FOOT 1 H: 1 V OR FLATTER 2.5 MIN 8-FOOT 2H : 1 V OR FLATTER 0 (FACE OF BARRIER AT SLOPE BREAK POINT 9-FOOT 1.5H : 1 V 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 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 CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-214 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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. 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 CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-215 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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. n-15.2n 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 "3' 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." 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-2n_28 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 CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-216 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 J-21.10 Sheet 1, Elevation View, Round Concrete Foundation Detail, callout - "ANCHOR BOLTS %" (IN) x 30" (IN) FULL THREAD - THREE REQ'D. PER ASSEMBLY" IS REVISED TO READ: "ANCHOR BOLTS - 1/4" (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'/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 1 # 4 reinf. Bar. Detail F, callout, "Heavy Hex Clamping Bolt (TYR) - 3/4" (IN) Diam. Torque Clamping Bolts (see Note 3)" is revised to read; "Heavy Hex Clamping Bolt (TYR) - 3/4" (IN) Diam. Torque Clamping Bolts (see Note 1)" Detail F, callout, "3/4" (IN) x 2'- 6" Anchor Bolt (TYR) - Four Required (See Note 4)" is revised to read; "3/4" (IN) x 2'- 6" Anchor Bolt (TYR) Three Required (See Note 2)" .l-91.15 Partial View, callout, was - LOCK NIPPLE - 1 '/2" DIAM., is revised to read; CHASE NIPPLE - 1 '/2" (IN) DIAM. J-21.16 Detail A, callout, was - LOCKNIPPLE, is revised to read; CHASE NIPPLE J-22.15 Ramp Meter 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 '/2" 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. .l-4n_37 CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-217 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 Note 1, second sentence: "Finish shall be # 213 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. .1-75_2n 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 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 CITY OF FEDERAL WAY A-30.35-00....... 10/ 12/07 A-40.00-00......... 8/11 /09 A-40.10-04......... 7/31 /19 A-40.15-00......... 8/11 /09 A-40.20-04......... 1 /18/17 A-40.50-02......... 12/23/ 14 B-30.50-03......... 2/27/18 B-30.60-00....... 9/9/20 B-30-70-04...... 2/27/ 18 B-30.80-01......... 2/27/18 B-30.90-02........ 1 /26/17 B-35.20-00.......... 6/8/06 B-35.40-00.......... 6/8/06 B-40.20-00.......... 6/1 /06 B-40.40-02........ 1 /26/17 B-45.20-01.......... 7/11 /17 B-45.40-01.......... 7/21 / 17 B-50.20-00.......... 6/1 /06 B-55.20-02.......... 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 B-70.60-01.......... 1 /26/17 C-20.42-05.......... 7/ 14/ 15 SP-218 A-60.10-03........ 12/23/ 14 A-60.20-03......... 12/23/ 14 A-60.30-01.......... 6/28/ 18 A-60.40-00.......... 8/31 /07 B-75.20-02.......... 2/27/18 B-75.50-01.......... 6/ 10/08 B-75.60-00 ............ 6/8/06 B-80.20-00 ......... 6/8/06 B-80.40-00 ......... 6/1 /06 B-85.10-01......... 6/ 10/08 B-85.20-00 .......... 6/1 /06 B-85.30-00 .......... 6/1 /06 B-85.40-00.......... 6/8/06 B-85.50-01......... 6/ 10/08 B-90.10-00 .......... 6/8/06 B-90.20-00 .......... 6/8/06 B-90.30-00 .......... 6/8/06 B-90.40-01 .......... 1 /26/17 B-90.50-00.......... 6/8/06 B-95.20-01 .......... 2/3/09 B-95.40-01 .......... 6/28/18 C-70.10-02........ 9/ 16/20 LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 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-7a...................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 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-2 5.26-04........ 8/ 12/ 19 C-2 5.30-00 ....... 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-2.06-01........ 1 /6/09 D-2.84-00........ 11 / 10/05 D-2.08-00........ 11 /10/05 D-2.88-00........ 11 /10/05 D-2.32-00........ 11 /10/05 D-2.92-00........ 11 /10/05 D-2.34-01........ 1/6/09 D-3.09-00........ 5/17/12 D-2.36-03........ 6/11/14 D-3.10-01...... 5/29/13 D-2.60-00........ 11 /10/05 D-3.11-03...... 6/11/14 D-2.62-00........ 11 /10/05 D-3.15-02...... 6/10/13 D-2.64-01........ 1 /6/09 D-3.16-02...... 5/29/13 D-2.66-00........ 11/10/05 D-3.17-02...... 5/9/16 D-2.68-00........ 11/10/05 D-4.................12/11/98 E-1....................2/21/07 E-4.................... 8/27/03 E-2....................5/29/98 E-4a.................. 8/27/03 F-10.12-04....... 9/24/20 F-10.62-02........ 4/22/14 F-10.16-00....... 12/20/06 F-10.64-03........ 4/22/14 F-10.18-02......... 9/24/20 F-30.10-04........ 9/25/20 F-10.40-04........... 9/24/20 F-40.12-03........ 6/29/16 F-10.42-00......... 1/23/07 F-40.14-03........ 6/29/16 G-10.10-00........ 9/20/07 G-25.10-05 ....... 9/16/20 G-20.10-02........ 6/23/15 G-26.10-00 ...... 7/31/19 G-22.10-04.......... 6/28/18 G-30.10-04 ....... 6/23/15 G-24.10-00...... 11/8/07 G-50.10-03 ....... 6/28/18 G-24.20-01...... 2/7/12 G-90.10-03 ...... 7/11/17 G-24.30-02...... 6/28/18 G-90.11-00 ...... 4/28/16 G-24.40-07..... 6/28/18 G-90.20-05 ...... 7/11/17 G-24.50-05..... 8/7/19 G-90.30-04 ...... 7/11/17 G-24.60-05..... 6/28/18 G-90.40-02 ...... 4/28/16 H-10.10-00.......... 7/3/08 H-10.15-00.......... 7/3/08 H-30.10-00...... 10/12/07 CITY OF FEDERAL WAY H-32.10-00....... 9/20/07 H-60.10-01......... 7/3/08 H-60.20-01......... 7/3/08 SP-219 C-75.10-02........ 9/ 16/20 C-75.20-02 ........ 9/16/20 C-7 5.30-02........ 9/ 16/20 C-80.10-02........ 9/ 16/20 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-8 5.15-01........ 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-10.40-01 ...... 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 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 LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 1-10.10-01......... 8/11 /09 1-30.20-00......... 9/20/07 1-40.20-00......... 9/20/07 1-30.10-02......... 3/22/ 13 1-30.30-02......... 6/ 12/ 19 1-50.20-01.......... 6/ 10/ 13 1-30.15-02......... 3/22/ 13 1-30.40-02 ....... 6/ 12/ 19 1-60.10-01.......... 6/ 10/ 13 1-30.16-01......... 7/ 11 / 19 1-30.60-02 ......... 6/ 12/ 19 1-60.20-01.......... 6/ 10/ 13 1-30.17-01......... 6/ 12/ 19 1-40.10-00......... 9/20/07 1-80.10-02.......... 7/ 15/ 16 J-10..................7/18/97 J-28.40-02 ...... 6/11/14 J-60.13-00....... 6/16/10 J-10.10-04 ...... 9/16/20 J-28.42-01 ....... 6/11/14 J-60.14-01...... 7/31/19 J-10.12-00 ....... 9/16/20 J-28.43-01 ....... 6/28/18 J-75.10-02...... 7/10/15 J-10.14-00 ........ 9/16/20 J-28.45-03 ....... 7/21/16 J-75.20-01...... 7/10/15 J-10.15-01 ........ 6/11/14 J-28.50-03 ....... 7/21/16 J-75.30-02....... 7/10/15 J-10.16-01 ...... 9/16/20 J-28.60-02 ....... 7/21/16 J-75.40-02...... 6/1/16 J-10.17-01 ...... 9/16/20 J-28.70-03 ....... 7/21/17 J-75.41-01...... 6/29/16 J-10.18-01 ...... 9/16/20 J-29.10-01 ....... 7/21/16 J-75.45-02...... 6/1/16 J-10.20-03 ...... 9/16/20 J-29.15-01 ....... 7/21/16 J-80.10-00...... 6/28/18 J-10.21-01 ...... 9/16/20 J-29.16-02 ....... 7/21/16 J-80.15-00...... 6/28/18 J-10.22-01 ........ 9/16/20 J-30.10-00 ...... 6/18/15 J-81.10-01...... 9/16/20 J-10.25-00 ...... 7/11/17 J-40.05-00 ...... 7/21/16 J-86.10-00...... 6/28/18 J-12.15-00 ...... 6/28/18 J-40.10-04 ...... 4/28/16 J-90.10-03....... 6/28/18 J-12.16-00 ...... 6/28/18 J-40.20-03 ...... 4/28/16 J-90.20-03....... 6/28/18 J-15.10-01 ........ 6/11/14 J-40.30-04 ...... 4/28/16 J-90.21-02...... 6/28/18 J-15.15-02 ...... 7/10/15 J-40.35-01 ...... 5/29/13 J-90.50-00...... 6/28/18 J-20.10-04 ........ 7/31/19 J-40.36-02 ...... 7/21/17 J-20.11-03........ 7/31 /19 J-40.37-02 ...... 7/21 /17 J-20.15-03 ........ 6/30/14 J-40.38-01 ....... 5/20/13 J-20.16-02 ........ 6/30/14 J-40.39-00 ...... 5/20/13 J-20.20-02 ........ 5/20/13 J-40.40-02 ...... 7/31/19 J-20.26-01 ........ 7/12/12 J-45.36-00 ...... 7/21/17 J-21.10-04 ...... 6/30/14 J-50.05-00 ...... 7/21/17 J-21.15-01 ...... 6/10/13 J-50.10-01 ....... 7/31 /19 J-21.16-01 ...... 6/10/13 J-50.11-02 ....... 7/31/19 J-21.17-01 ...... 6/10/13 J-50.12-02 ....... 8/7/19 J-21.20-01 ...... 6/10/13 J-50.13-00 ....... 8/22/19 J-22.15-02 ...... 7/10/15 J-50.15-01 ....... 7/21 /17 J-22.16-03 ...... 7/10/15 J-50.16-01 ....... 3/22/13 J-26.10-03.....7/21/16 J-50.18-00 ....... 8/7/19 J-26.15-01.....5/17/12 J-50.19-00 ....... 8/7/19 J-26.20-01.....6/28/18 J-50.20-00 ....... 6/3/11 J-27.10-01.....7/21/16 J-50.25-00 ....... 6/3/11 J-27.15-00.....3/15/12 J-50.30-00 ....... 6/3/11 J-28.10-02 ...... 8/7/19 J-60.05-01 ....... 7/21/16 J-28.22-00 ....... 8/07/07 J-60.11-00 ....... 5/20/13 J-28.24-02 ....... 9/16/20 J-60.12-00 ....... 5/20/13 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 CITY OF FEDERAL WAY LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL SP-220 PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 K-80.35-01....... 9/ 16/20 K-80.37-01....... 9/ 16/20 L-10.10-02........ 6/21 /12 L-2 0.10-03........ 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 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 ...... 9/25/20 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 SP-221 L-70.10-01....... 5/21 /08 L-70.20-01....... 5/21 /08 M-40.20-00 ... 10/12/07 M-40.30-01 ...... 7/11 /17 M-40.40-00...... 9/20/07 M-40.50-00...... 9/20/07 M-40.60-00...... 9/20/07 M-60.10-01...... 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 LAKOTA MIDDLE SCHOOL SAFE ROUTES TO SCHOOL PROJECT #204 CFW SPECIAL PROVISIONS VER. 2021.018 STANDARD PLANS AND DETAILS CITY OF FEDERAL WAY LAKOTA SRTS PROJECT #204 / RFB #21-003 NOTES: 1. AN EXPANSION JOINT CONSISTING OF 3/8" PRE -MOLDED JOINT a ¢ `. PLANTING MATERIAL SHALL BE PLACED FULL DEPTH AROUND HYDRANTS, POLES, POSTS, AND UTILITY CASTINGS. SEE DETAIL AT RIGHT. 00 o 2. AN EXPANSION JOINT CONSISTING OF 3/8" PRE —MOLDED JOINT MATERIAL SHALL BE PLACED IN THE UPPER 2 INCHES OF CURBS AND / SIDEWALKS AT 10 FOOT INTERVALS AND AT SIDES OF DRAINAGE INLETS. (JOINT MATERIAL OF 2Y2" DEPTH MAY BE USED IN LIEU OF 2" DEPTH). 3. EXPANSION JOINTS IN SIDEWALK SHALL BE LOCATED SO AS TO — — — — — EXPANSION JOINT MATCH THE JOINTS IN THE CURB AND GUTTER, WHETHER THE SEE NOTES AT LEFT SIDEWALK IS ADJACENT TO THE CURB OR SEPARATED BY A PLANTER 1/4" DEPTH "V" GROOVE STRIP. CAA MAX. 5' C—C 4. TOOL MARKS, CONSISTING OF 1/4—INCH V—GROOVES SHALL BE MADE IN THE SIDEWALK AT 5 FOOT INTERVALS, INTERMEDIATE TO THE EXPANSION JOINTS. 5. AN EXPANSION JOINT CONSISTING OF 3/8" PRE —MOLDED JOINT MATERIAL SHALL BE PLACED FULL —DEPTH BETWEEN THE CURB AND ADJACENT SIDEWALK. 6. EXPANSION JOINT MATERIAL SHALL CONFORM TO THE REQUIREMENTS OF ASTM D1751 (AASHTO M 213). 7. MONOLITHIC POURS OF CURB AND SIDEWALK ARE NOT ALLOWED. 8. ALL UTILITY APPURTENANCES WITHIN THE SIDEWALK SHALL HAVE ADA-COMPLIANT NON -SLID LIDS. 1 /4" 'V' SIDEWALK AND PLANTER STRIP 1' Ty" • J FULL —DEPTH EXPANSION SIDEWALK>• ,• JOINT, ONE FOOT AROUND VALVES, _• r®l _ HYDRANTS, POLES, ETC. bUTf K * BROOMED FINISH (TYP.) 3" WIDE, SMOOTH -TROWELED PERIMETER (TYP) EXPANSION JOINT IN BOTH CURB AND SIDEWALK SEE NOTE 3. CEMENT CONCRETE CURB AND GUTTER SIDEWALK ADJACENT TO CURB EXPANSION JOINT 2" CST A I I I I BROOMED FINISH (TYP.) 3" WIDE, SMOOTH TROWELED PERIMETER (TYP) CONCRETE CURB AND GUTTER SEE CITY STANDARD DETAIL DWG. 3-4 EXPANSION JOINT IN BOTH CURB AND SIDEWALK SEE NOTE 3 FULL -DEPTH EXPANSION JOINT BETWEEN SIDEWALK AND CURB AND GUTTER SEE NOTE 5. REV JAN 2019 CITY op PUBLIC SIDEWALK AND CURB JOINTS DWG. NO. °Q���� WORKS AND SIDEWALK FINISH 3-3 Orl f-1 1/2-R /I (TYP) /,,- 2 3/4-R //-(TYP) /"-(TYP) (TYP Y4"(TYP) SECTION ISOMETRIC ----------- ". OR 11% ELEVATION TYPE 'C' BLOCK TRAFFIC CURB • TO CONFORM TO CROWN SLOPE OR 0.02 FT./FT. MOUNTABLE CEMENT CONCRETE CURB' 6" 5. EXPANSION JOINT /0.0FT./Ff. - CEMENT CONCRETE SIDEWALK 2" CRUSHED SURFACING TOP COURSE (CSTC) 1 V-6" NOTE: TOP OF LIP AT DRIVEWAYS. NEW CEMENT CONCRETE CURB & GUTTER 1/2." /-- R = 1/2- NOTES: 1. SEE DWG. 3-3 FOR JOINT REQUIREMENTS. PAVEMENT 2. ROLL GUTTER TO MATCH POSITIVE SUPERELEVATION. 3. TO BE USED ONLY AS APPROVED BY THE PUBLIC WORKS DEPT. TOP OF CURB AT APPROACH 1 7 3/4" CEMENT CONCRETE BARRIER CURB REV: FEB 2011 cnv OF PUBLIC DWG. NO. I WORKS CURB DETAILS 3-4 F2" MIN. ----CURB AND GUTTER D 0 U A q'. S. PATCH — MIN. 3" CLASS B ACP (OR MATCH EXISITING). MIN. 2" CSTC XISTING PVMT. 1 CEMENT CONCRETE CURB & GUTTER REPLACEMENT NOTES: 1. EXISTING CURB REPLACEMENT WILL REQUIRE REMOVAL OF ASPHALT A MINIMUM OF 12" FROM FACE OF GUTTER. loll 1/2" 5" 2 *TOP OF UP AT DRIVEWAYS VARIES ANCHORAGE MAY BE VIA EPDXY, MORTAR, OR REBAR. 6- EXTRUDED ASPHALT OR CEMENT CONCRETE CURB IN PRIVATE PARKING AREAS ONLY 2 1/2" 5" 2 *TOP OF UP AT DRIVEWAYS R=1.5" *I ANCHORAGE SHALL BE VIA EPDXY OR� MORTAR. REBAR SHALL NOT BE APPROVED FOR USE IN RIGHT OF WAY. EXTRUDED CEMENT CONCRETE CURB FOR USE IN PUBLIC RIGHT OF WAY APRIL 2012 �®P PUBLIC CURB AND GUTTER REPLACEMENT DWG. NO. Memo Way WORKS AND EXTRUDED CURB I 3-4A VARIES SIDEWALK 3/8" EXPANSION InIAIT 1 /f)" DArmIC FOR CURB & GUTTER 2" CRUSHED SURFACING TOP COURSE USE DETAIL 3-4 VARIES PLANTER STRIP SIDEWALK ' AS REQUIRED 2" CRUSHED SURFACING TOP COURSE USE DETAIL 3-4 NOTES: 1. FOR JOINTS AND SCORING, SEE FEDERAL WAY STANDARD FOR SIDEWALK SPACING, EXPANSION JOINTS, AND SCORE MARKS. 2. SEE DETAILS 3-6, 3-6A, & 3-7 FOR MINIMUM DEPTH OF CONCRETE THROUGH DRIVEWAY SECTIONS. 3. WHEN CHECKED WITH A 10 FOOT STRAIGHTEDGE, GRADE SHALL NOT DEVIATE MORE THAN 1 /8 INCH AND ALIGNMENT SHALL NOT VARY MORE THAN 1 /4 INCH. 4. CONCRETE SHALL BE CLASS 3000, WSDOT SPEC. 8-14. REV. MAR 2011 cmap PUBLIC DWG. NO. ', IF oWUW&y WORKS SIDEWALK SECTION 3-12 SKIP CENTER LINE (SCL) 1 ' 1 ' 15' 0 � 0 TYPE 2YY RPM \--4" YELLOW LINE (TYP) SEE NOTE 6 DOUBLE YELLOW CENTER LINE (DYCL) 0' 4" 4" YELLOW LINE SEE NOTE 6 TYPE 2YY RPM (TYP� WHITE EDGE LINE (WEL) ---4" WHITE LINE YELLOW EDGE LINE (YEL) 0' 4" YELLOW LINE SEE NOTE 6 TYPE 2Y RPM (TYP) SEE NOTE 7 DIRECTION OF TRAFFIC DOTTED EXTENSION LINE (WDEL, YDEL) ---1 2'' 1-6 \-4" LINE, YELLOW OR WHITE PER PLANS. SEE NOTE 6 GENERAL NOTES: 1. LONGITUDINAL STRIPING ON ARTERIALS SHALL BE PLASTIC TYPE D METHYLMETHACRYLATE (MMA). TRANSVERSE MARKINGS SHALL BE PLASTIC TYPE A. ALL OTHER STRIPING SHALL BE PAINT. 2. ALL STRIPING WITHIN INTERSECTIONS SHALL BE PLASTIC TYPE A OR D. 3. ALL RPM'S SHALL BE LOCATED TO PROVIDE 4 INCHES BETWEEN STRIPING AND RPM'S. 4. TYPE 2 RPM'S SHALL BE USED ON ALL ARTERIALS AND COLLECTORS, IF STRIPED 5. WHERE TYPE C CURB IS USED IN PLACE OF STRIPING, USE RPM PATTERN APPLICABLE TO THE STRIPING BEING REPLACED. SPECIFIC NOTES: 6. IF MMA IS USED, MMA SHALL BE PROFILED. 7. WHERE RAISED MEDIAN OR TYPE C CURBING IS USED, USE TYPE 2YR RPM'S, WITH RED FACING OPPOSITE THE DIRECTION OF TRAFFIC. 8. WHERE RAISED MEDIAN OR TYPE C CURBING IS USED, USE TYPE 2WR RPM'S, WITH RED FACING OPPOSITE THE DIRECTION OF TRAFFIC. LEGEND: <11 MONO -DIRECTIONAL RPM TYPE 2 BI-DIRECTIONAL RPM TYPE 2 2014 ��cnyw PUBLIC DWG. NO. FWBMMRF WORKS RAISED PAVEMENT MARKERS 3-17 WIDE LINE (WL) NO PASS LINE (NPL) 20 ~I 8" WHITE LINE � n' 1 5, -J-0 A SEE NOTE 6 0 04 Al TYPE 2YY RP <11 4" YELLOW LINE TYPE 2W RPM SEE NOTE 6 SEE NOTE 8 (3-17) DIRECTION OF THRU TRAFFIC TYPE 2Y RPM DIRECTION PASSING IS PROHIBITED DOTTED WIDE LINE (DWL) REVERSIBLE LANE LINE 24 I 4" YELLOW LINE I 10' I 1 1 NOTE 6 Alo fSEE 2 � � a m„ WHITELINE 0 TYPE 2W RPM SEE NOTE 8 DIRECTION OF TRAFFIC TYPE 2YY RPMS -//<l> LANE LINE (LL) TWO-WAY LEFT TURN LINE (TWLTL) 10 I 5,, 15' ' 0 0 = 4„ TYPE 2W RPM \__4" WHITE LINE (TYP) <T> --TYPE 2YY RPMS 4" YELLOW LINE SEE NOTE 8 SEE NOTE 6 SEE NOTE 6 DIRECTION OF TRAFFIC DIRECTION OF THRU TRAFFIC DROP LANE LINE (DLL) DIRECTION OF TRAFFIC BARRIER LINE (BL) —12 � �3 r--20 ' 20" YELLOW LINE SEE NOTE 6 TYPE 2W RPM'S ""_�8" WHITE LINE TYPE 2YY RPMS SEE NOTE 8 SEE NOTE 6 <1> REV. NOV 2014 aT°'OF PUBLIC DWG. NO. MGMMy WORKS RAISED PAVEMENT MARKERS 3-18 Pavement markings may be curved here as shown to allow for continuous painting by the striping machine. When RPM's required by contract, use Type 2YY, see Note 5 Deceleration taper 03 ® u, 3 Lane width measurement point Double yellow center stripe U aa a Type 2YY RPMs �® 10' O.C. Double yellow center stripe 4" DETAIL B 1 TO 40' RPM ®_ Ain spacing 20' RPM sp fnr decel. tap r ® ® \ ® See Detail C c Two way left turn termination Left turn radius at tee intersection or where W = Approaching through lane left turns are not permitted ® ® Double yellow ® W = Departing Lane and two way left turn is not center stripe o T = Width of left turn lane continued beyond intersection. 40' RPM spacing o on approach side of T= Width of left turn lane END TWO-WAY LEFT TURN LANE on departure side of DETAIL A W = Total width of channelization (W +W +T +T) Rev. NOV amm PUBLIC DWG. NO. o BMa WRY WORKS RAISED PAVEMENT MARKERS 3-19 Stopping point see Note 3 Gore Stripe see Dwg. No. 3-18 Stopping point see Note 3 Type 2L traffic arrows, see Note 1 Variable 50' Taper length = T, x taper rate Gore Stripe Decel. taper Double yellow see Dwg. No. 3-18 center stripe See Table 1 see Table 2 for taper rate W, T, W, —Approach Tz Wz Departure — See Detail A See Table 1 Type 2L traffic Dwg. No. 3-19 for taper rate arrows, see Note 1 Double yellow center Taper length = T x taper rate stripe, see Dwg. No. 3-17 LEFT TURN LANE Variable See Note 2 100' ± 300' MAX See Table 3 NOTES: l . First Type 2L arrow is installed 50' back of stop bar or crosswalk. Second arrow is located 100' back, or at left turn pocket. W, -- ----- 2. "S" = 140' for posted speed < 50 MPH. W, "S" = 170' for posted speed > 50 MPH. No Pass Line on approach 3. Stopping point shall be marked with side stop bar only when mainline movement is controlled by a stop sign or traffic signal. 4. Raised pavement markers shall be installed only when specified in the Contract Plans. 5. See Dwg. No. 3-17 for marker designation. - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Double yellow center stripe, see Dwg. No. 3-17 LEFT TURN LANE TABLE 2 TABLE 3 TABLE 1 Posted Speed Decel. Taper Posted Speed No pass length Posted Taper Speed Rate Length Minimum 55 mph 55: 1 55 mph 165' 55 mph 725' 50 mph 50: 1 50 mph 150' 50 mph 660' 45 mph 45: 1 45 mph 135' 45 mph 590' 40 mph 40: 1 40 mph 120' 40 mph 360' 35 mph 35: 1 35 mph 105' 35 mph 260' 30 mph 30: 1 30 mph 90' 30 mph 200' 25 mph 25 : 1 25 mph 75' 25 mph 150' Two-way left turn lane, see Dwg. No. 3-18 Type 2L traffic arrows, see WSDOT Stnd. Plan M-24.20 TWO-WAY LEFT TURN LANE TWO-WAY LEFT TURN LANE W = Approaching through lane Wz - Departing Lane T, = Width of left turn lane on approach side of T, = Width of left turn lane on departure side of W, = Total width of channelization (W +W,+T,+T2) Rev. NOV 2014 �cmalp ftd(WadMy WORKS PAVEMENT MARKING - TURN LANE D3 20� Centerline Crosswalk Stripe Crosswalk (TYPO Lane Line Centerline J Roadway 0 Centerline Curb Ramp 4 I (TYP) 8 8 I \ f—18" STOP LINE CROSSWALK STRIPE DETAIL TRAFFIC ARROWS TYPE 1 S, 2SL, 2SR, 3SL, 3SR, 4S, AND 5S — SEE WSDOT STANDARD PLAN M-24.40 "SHARKS TOOTH" YIELD LINE SYMBOL — SEE WSDOT STANDARD PLAN M-24.60 HANDICAPPED PARKING STALL SYMBOL — SEE WSDOT STANDARD PLAN M-24.60 BIKE LANE SYMBOL — SEE WSDOT STANDARD PLAN M-9.50 PREFERENTIAL LANE SYMBOL — SEE WSDOT STANDARD PLAN M-7.50 Rev. NOV 2014 c9M OF c�FadandWOF WORKS MISCELLANEOUS PAVEMENT MARKINGS �3 21� SEAL JOINT EXISTING ACP --\ NATIVE SUBBASE SEAL JOINT EXISTING ACP USE 1" EPDXY COATED SMOOTH DOWEL BAR .25' MIN. NATIVE SUBBASE SEAL JOINT EXISTING ACP USE 1" EPDXY COATED SMOOTH DOWEL BAR _ 25' MIN. NATIVE SUBBASE PAVEMENT RESTORATION FLIMITS, 1' BACK FROM (COMPACTED EDGE OF OR MATCH EXISTING (3' MIN. WIDTH) WHICHEVER IS GREATER EXISTING BASE- �� • I • • • 1-1 • • I I • • I -I �/ ACP TRENCH RESTORATION 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' MINWIDTH. 15' MIN. EXISTING BASE 1 ' 0.5' BAR LENGTH PCCP TRENCH ' MINUS BACKFILL RESTORATION FOR TR NCH 1B MATCH EXISTING ACP PAVEMENT RESTORATION COMPACTED DEPTH LIMITS, 1' BACK FROM WITH HMA Y2", PG 64,-22 EDGE OF TRENCH EXCEPT MATCH EXISTING DEPTH IF WITH 3' OF JOINT THEN PCCP PAVEMENT IS TO REPLACE TO JOINT BE CONSTRUCTED PER 3' MIN. WIDTH WSDOT STANDARD 5-05 15' MIN. --- EXISTING BASE 0.5' BAR LENGTH 5/8" MINUS BACKFILL ACP OVER P C C P FOR 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. Sift" CSTC. JULY 2014 �CffvOF PUBLIC TRENCH RESTORATION DWG. NO. Lrl�I�JQ��O �/VGJ� WORKS 3-28 PACIFIC HIGHWAY SOUTH BUTT JOINTS TRENCH/SAWCUT AREA MEDIAN (TYP) ......................... ............................... ........................... ........................... ........................... ........................... ........................... ........................... GRIND AND OVERLAY .......................... ........................... ........................... ........................... SHALL EXTEND THE .......................... ........................... FULL LANE WIDTH OF ALL LANES AFFECTED ........................... .................... ........................... ........................... ........................... ........................... ........................... ........................... BY THE TRENCH CUT 50' 50' PAVEMENT GRIND AND OVERLAY LIMITS SEAL JOINT SEAL JOINT 45' TRENCH RESTORATION 45' LIMITS WIDTH 5\r— �VARIES� 5 —...................................................................... .......................................................... ........................................................... — — ---------------------- — — — — — -- ------- --- ------------------- SAWCUT TYP ( ) OVERLAY —MIN. 3" HMA CL 1/2" EXISTING ACP SAWCUT (TYP) »:��<''='�ef:Fa PG 64-22 (COMPACTED DEPTH) DEPTH VARIES TRENCH BACKFILL SEE NOTES 1 AND 2 EXISTING BASE TRENCH RESTORATION LIMITS jjyYrs ; MATCH EXISTING ACP DEPTH BEDDING MATERIAL — 5/8" CSTC, OR AS REQUIRED BY SERVING UTILITY NOTES: 1) FOR TRENCHES LESS THAN 18" WIDE, USE 100% CDF FOR TRENCH BACKFILL. 2) FOR TRENCHES GREATER THAN 18" WIDE, USE %" CSTC. 3) COMPACTION TESTING REQUIRED AS DIRECTED. 4) PROVIDE DELIVERY TICKET(S) AND/OR SOURCE FOR ALL MATERIALS. JUL 2017 cc�offalp ���� WORKS TRENCH RESTORATION AND OVERLAY LIMITS DWG. NO. FOR WSDOT DESIGNATED STATE ROUTES 3-28A w w 0� 2 O MIN. x FINISH GRADE M ROOT BARRIER --- -- -�- (TYP., BOTH SIDES) CANVAS WEB OR RUBBER TREE TIE 2"x2N 8'-0" WOOD TREE STAKE (2 TYP) 4" PERF. PIPE, FILLED WITH DRAIN ROCK - WOOD CHIP MULCH SIDEWALK BACKFILL WITH CLEANS " =fl NATIVE SOIL 1'-6" MIN. REMOVE BURLAP FROM NOT TO SCALE NOTES: TOP 1/3 OF ROOT BALL -A \_ ADD 3" WATERING RING MIN. 2X ROOT BALL IRM NATIVE SOIL PLANTING: 1. Dig hole 2-3 times the width of the root ball and as deep as the root ball. Do not make hole deeper than root ball. 2. Remove containers, biodegradable pots, synthetic or treated burlap, wire, twine, or ropes. Leave natural burlap in place and fold back. Loosen the roots and spread or cut circling roots. 3. Place top of root ball even with or slightly higher than soil grade on firm soil. Do not add soil amendments or gravel unless approved by Public Works Director. 4. Install 4"x 24" perforated drain pipe; fill with drain rock. Pipe shall not extend more than 1 /2" above finish grade. 5. Back fill with clean native soil. Firm soil around the root ball; water slowly and thoroughly. 6. Mulch around tree with 2-4" wood —chip mulch. Do not place mulch next to trunk. ROOT BARRIER: 1. Root barrier shall be rigid High Impact Polypropylene treated with UV inhibitors, minimum 18" height, with 1 /2" raised vertical ribs 6" on center, or approved equal. 2. Install root barrier in continuous 12' strip, centered on tree, next to sidewalk and curb according to manufacturer's directions. Exposed edge shall not extend more than 1 /2" above finished grade. STAKING: 1. Use 2, 2"x2" by 8' long wood tree stakes. Do not drive stake through root ball. 2. Attach tree to stake with canvas web belting or rubber, using a figure-8 formation. TAGS: 1. Remove tags after inspection. REV JAN 2019 �OP PUBLIC STREET TREE PLANTING DWG. NO. amo Wray WORKS IN PLANTER STRIP 3-29 FIRE HYDRANT OR UTILITY POLE ^\ ^\ '0' TYP ^\ ^ PLANTING S^TRIP I^ LUMINAIRE ^� MIN. NOTES: 1. IF PLANTING STRIPS ARE APPROVED: A. TREES SHALL BE STAKED IN A MANNER NOT TO OBSTRUCT SIDEWALK TRAFFIC. 2. ON BUS ROUTES, PLANS SHALL BE COORDINATED WITH METRO SERVICE PLANNING (206.684.1622), AND/OR PIERCE TRANSIT. 3. SEE SEC. 3.5.1. 4. TREE SHALL BE LOCATED 24" FROM FACE OF CURB REV. MAR 2011 PLAN SIDEWALK NEXT TO VERTICAL CURB VERTICAL CURB LINE AT INTERSECTION cuvw Gtd(MM� WRY WORKS STREET TREE LAYOUT STANDARDS DWG. 3-33 NOTCH 1" CHAMFER 4 SIDES 1" CHAMFER 4 SIDES ---- T RECYCLED PLASTIC OR TIMBER 1 RECYCLED PLASTIC 8" X 8" X 4'-0" OR TIMBERI 8" X 8" X 5'-6" in io I I (V (V 1/2" GALVANIZED EYE BOLT W/WASHER AND NUT. RECESS 1/8" MIN. THICKNESS NUT AND PEEN BOLT THREADS. GALVANIZED STEEL. INTERIOR SIDE DIMENSIONS 1/4" 500# MIN. TEST GALVANIZED GREATER THAN POST CHAIN ANCHORED IN CONCRETE DIMENSIONS H H I I I I a _ a ro N I ANCHOR • WITH 6" p ... X 3/8^ in DIAM. ?� .: • STEEL a Q �j ' e a ROD 3"0 'DRAIN PIPE 7LF- 24* Q REMOVABLE BOLLARD REMOVABLE BOLLARD FIXED BOLLARD SECTION A —A PLAN NOTES: 1. RECYCLED PLASTIC BOLLARD SHALL BE WHITE. TIMBER SHALL BE DOUGLAS FIR, DENSE CONSTRUCTION GRADE, AND SHALL BE PRESSURE TREATED WITH A WATERBORNE PRESERVATIVE (ACA, CCA, ACZA) IN ACCORDANCE WITH THE REQUIREMENTS OF SEC. 9-09.3 (4) OF THE WSDOT/APWA STANDARD SPECIFICATIONS. TOP 5" OF TIMBER SHALL BE PAINTED WHITE. 2. STEEL TUBE SHALL CONFORM TO ASTM A53 GRADE A. 3. NUTS, BOLTS, & WASHERS SHALL CONFORM TO ASTM A307. 4. ALL STEEL PARTS SHALL BE GALVANIZED. 5. CONCRETE SHALL BE CLASS 3000. 6. MIN. 50" SPACING ON TRAILS LESS THAN 10' WIDE. 60" SPACING ON TRAILS 10' OR WIDER. REV. 4/1 1 /08 ,��cam OF PUBLIC DWG. NO. Fadand% ay WORKS BOLLARDS 3-35 NOTES: 1. CASTINGS SHALL BE GRAY IRON ASTM i A48, AASHTO M 105, CLASS 30. 2. COVER AND SEAT SHALL BE MACHINED FOR PERFECT CONTACT AROUND CIRCUMFERENCE AND FULL WIDTH OF �\ BEARING SURFACE. A / /� \\ �\ \\ A 3. APPROXIMATE WEIGHTS, STANDARD. / \\ 1 CASE 60 LBS A _ A 3 16" COVER 19 LBS TOTAL 79 LBS a 4. PAVEMENT SHALL BE ASPHALT CONCRETE OR APPROVED SUBSTITUTE. _ ^� J 1/a1— \ \ \ \\ / 5. CONCRETE SHALL BE CLASS 4000, 6. SEE SECTION 3.8.5. SECTION OF LETTER \ \�\_ �/ // 7. COVER LETTERING MAY READ MONUMENT OR MON PLAN OF MONUMENT 11— COPPER PLUG OR TACK, PORTLAND CEMENT CONCRETE PAVEMENT 1 I 1 COPPER PLUG 1 TACK I I PIPE MONUMENT 2" GALVANIZED IRON PIPE WITH CONCRETE CORE in G 'a I •.. N I4X�Il[�L�cII�1 REV. APR 2012 2" MIN. NOTE 4 mvit . U ASPHALT CONC. PAVEMENT CRUSHED ROCK CONCRETE MONUMENT - (ALTERNATE) SECTION B-B a ESTABLISHMENT AND/OR RE —ALIGNMENT OF A ROADWAY/RIGHT—OF—WAY CENTERLINE REQUIRE THAT MONUMENTS BE SET PER SECTION 3.8.5 OF THE PUBLIC WORKS DEVELOPMENT STANDARDS. ALL NEW MONUMENTS SHALL BE DOCUMENTED WITH A RECORD OF SURVEY AND CITY OF FEDERAL WAY MONUMENT RECORD FORM (DETAIL 3-37). EXCEPTION: ROADWAY MONUMENTS THAT ARE SET/ESTABLISHED AS PART OF A RECORDED SUBDIVISION. PUBLICaryoul DWG. NO. �UFQdomoWay WORKS ROADWAY SURVEY MONUMENT WITH CASE 3-36 `CITY OF Federal Wa STREET LIGHT STANDARDS OUTSIDE CITY CENTER Public Works Department Street Classification Pavement Width Lamp Wattage Average Maintained Footcandle Maximum Uniformity Ratio ("G:MIN) Luminaire Mounting Height* Light Distribution Pattern Maximum Luminaire Spacing Arterial Over 66' ** 1.0 3:1 40' M-C-III ** Arterial Over 44' ** 1.0 3:1 35' M-C-III ** Arterial <_ 44' ** 1.0 3:1 35' M-C-III ** Principal Collector <_ 44' ** 0.6 3:1 35' M-C-III ** Minor Collector <_ 44' ** 0.5 4:1 30' M-C-III ** Local <_ 34' ** 0.4 6:1 30' M-C-III ** Notes: 1. Luminaires shall be LED with Correlated Color Temperature (CCT) of 4000K +/- 300K with a single photocell on pole nearest to service cabinet for all circuits. 2. Street lighting standards shall be tapered round aluminum with Davit bracket arm, with 5' radius. 3. Luminaires shall be located at least 6' behind the curb within the landscape strip. If landscape strip is less than 6', luminaires shall be located behind the sidewalk. (Refer to Standard Detail DWG. No. 3-39A). 4. Luminaire arm length shall provide for a 2' lamp overhang in front of the curb face. 5. All street lighting design plans shall be stamped by a Professional Engineer registered in Washington and approved by City staff. 6. Installation of street lights shall conform to City Standard Details and Specifications. * Use 35' mounting height for streets up to 66' wide, 40' mounting height for streets over 66' wide. ** To be designed to meet roadway conditions and design criteria. DWG. NO. 3-38 Revised JAN 2017 4Y2" O.D. ALUM. TUBE .188" WALL ALLOY 6063-T6 SATIN GROUND FINISH MIN. �'r _ 4Y2" O.D. 2" N.P.S. N S,Qgo SLIPFITTER r _I I HAPCO 41 SERIES AND VALMONT RTA POLES MEET THIS STANDARD. (2)- 1 /2" 13 N.C. 00 STAINLESS STEEL THRU-BOLTS, - �__L _J L NUTS, AND NYLON `V WASHERS. 06 063-T6 ALUMINUM ALLOY SHAFT, TAPERED FROM 8" TO 4Y2, 0.219" WALL THICKNESS r SATIN BRUSHED FINISH a� 0 0 ol _ cD z Ld J H LL. a NOTES : 1. POLE ASSEMBLIES DESIGNED TO SUPPORT MAX. LUMINAIRE SIZE OF 1.5 SQ. 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" 11Y2" DIA. A 576, AISI GRADE 1021-1046, 50,000 BOLT CIRCLE PSI = MIN. YIELD MEAN DIA. OF ROD STOCK 0.908 f .01 1 ", OUT OF ROUND r I, TOLERANCE : t 0.012" ROLLED OR CUT THREADS PER A307, CLASS 2A, TOP 10" GALVANIZED PER ASTM A153, COMPLETE 8 - #7 REBAR AND WITH (8) 1 " 8NC GALVANIZED STEEL HEX #4 HOOP REBAR @ NUTS 8c (8) 1 " GALVANIZED STEEL FLAT 1'-0" CENTERS WASHERS. 1 Y2„ 6. CITY MAY ACCEPT OTHER BEND RADII AND DAVIT ARM MOUNTING ANGLES. HANDHOLE (4" X 6" NOMINAL) NON -FLUSH TYPE, COMPLETE r. WITH REINFORCING FRAME ALLOY 356-T6, COVER AND S.S. J� HEX HD. SCREWS _k-1 1 Y4" Y2"-13NCS.S. BOLT W/ S.S. SPLIT WASHER AND S.S. FLAT WASHER SECTION THRU HANDHOLE 2" SCH. 40 P C CO D T i V N U I 4„ A k- CLASS 5 (1Y2) PORTLAND CEMENT CONCRETE (3000 psi ). 3'x 3' SQUARE OR 3' DIAMETER BASE. 5Y" 4 Rev. NOV 2014 amop PUBLIC DWG. NO. MOM My WORKS LUMINAIRE POLE 3-39 a �0 a2 �0 a pao N N w J w J m Q U N tn0Z W W — DOZ W Lu m W m U Q W Q N O W ¢^z z� a a w O<L 0 K Q W = O U Z0 W J (V uy a FL LUMINAIRE BASE LOCATION DETAIL IN 6' PLANTER STRIP BEHIND SIDEWALK 8' SIDEWALK �6' PLANTER —I k SIDEWA K*PLANTER-I PLAN CCrTI nAI FOR 6' PLANTER STRIP (STREET LIGHT IN FRONT OF SIDEWALK) FULL DEPTH EXPANSION JOINT ` d ° CONCRETE PAD FINISH PER d DETAIL 3-3` d .d W W W W 12" MIN* W W W W W STREET LIGHT � POLE BASE (li Z!m rnVIN. 0 7. \Q QL W W W N W \ y W y U UNLESS SPECIFIED, BASE FOUNDATION CAN BE EITHER — 3' DIAMETER OR 3' SQUARE. CONCRETE PAD NOT SHOWN FOR CLARITY. SEE DETAILS, BELOW TOP OF PAD TO BE H WITH ; :ROUT UI E BASE X'e Yj PLAN J 3� CP'rTInAI FOR 4' PLANTER STRIP (STREET LIGHT BEHIND SIDEWALK) . .d •� °• �d. W W W 12" MIN. W W W • '.A LIGHT W W rSTREET :. POLE BASE .. .a � •.. w w w CONCRETE PAD �FULL DEPTH w W W N �L FINISH PE 'AEXPANSION JOINT- • Y W Y W DETAIL 3-3 d' ' • � d l q. •Q . �' W V • • �•4. i �(. W 12" MIN. .. ♦ ^\Q .y \i C\� Q L 6" MIN. ° . -BOX , < .• . : •: v v v In Cif 4 d DEC 2014 CRY OF PUBLIC STREET LIGHT POLE BASE PLACEMENT DWG. NO. WORKS AND CONCRETE PAD AROUND 3-39A J-BOXES AND POLE BASES XXXX = SERVICE CABINET LOCATION x NUMBER BASED UPON A CITY DEFINED X COORDINATE SYSTEM 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 Z ALL NUMBERS/LETTERS SHALL BE TWO (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" T-Z �R SMp WSY WORKs LUMINAIRE POLE NUMBERING 3 39B :E-0 oC ;oW Nr_ o v w� oz 0 _o z `-'o m II m Ow�lZr^QC- m' m z D D m C- Cn r D:�OC < Cl) N Z rN�OU) UO 70 C- oC on co o Z D-u x z m q `* m 0 z m D n 0 O M� r Z _ �Q CO 0 O Onz nN DZ 0 C<j n Kn m0 �mocnONOox NCB=V co F- CD c m 0� Cn DOo)�W=D Ro O zco 0 m�X mm ND m Cn = m O x Dm ZC r= r 0(�-o=O Zr 0 W 0to r- o0= m 0D m Z O mC o*70<-nc-n m�o r O 0 = mr r O� O m 1 O N70Cn C<�z m Or Oar Z- m o mo �m(n 1 D0-q (n0�aoz;0 Cmoo o�cm cn— m DO LO�OmO� D o� C N c� m m� z 1 0 �� Zooms O = m C� =m D nN D r = Z �= U) 00 fl C V ZN m CD D Ci �7 mCn—*DO 0 = ON 02 F m0co� �- rm O r �p � m ID r D �rCnO�0 Z r z m= C O D� K: U) 0 l I DDn mc<� m� m�r�nD I �O DO n �n D OmpC (n 00 zoo mK 0 Zo n00 a mn00W Om 0m-0ng n Z 00 z p0 m=(znC)�CDj OC D C pr-00 T10 D� \ N �� r OD O m DL rz�m m= m0� Om 0 70 m0 c cznD 0 z �; n �D(n2:. z 70 O D� O z I n m w D D r m r O y I� D c mZ)m0 I� r z m G» m I; (Am m ?� I o n��= \� Iwo co D 0 rr- G� G� I O r =� 0 \� m I I D coo O 00 i C) m c0 GEC i z�m I �� O--7i0 D 7 C7 r m Z0 �` m Z I I I = m F TI oo I - I nm I 0 0 m 00� <N TO K: 0 o m C)z D n� I LUMINAIRE z z O z on n= n= O .ni 0 0� Cr _ _ I\\ I D Np70c--Am � I C (nt0C7 n U-Ti (nO NV 0ZTI0 m 1 r cn u v 0 m D N O_ O :E-0 oC ;o r w o v w� LZ 0 O *m=C-C-0'-.QC- OM> I I D:�Oc Z moocor-_0 z ._.O � OXXODm�� mw_z � m OnEw-IN�OOZ zX I •• r M--im_Omp� 00 m s fm = ;:;:o > (n co z c� — r ao r � x o 00 N pwLn=C01. x n w n U. � C mn o < cn O uO IKTIrmvwmW�! �m= m D (n � D Z n m D m O � zonm=Zr fse O O � mz Ti Nm oo � r O Dm ��ODOOmnp C ' O = D=Dr Z m z = m = �� om�z�mz�mp m 9C� �r m 0 r 0� O� >=DC)p;;am m mZWp O0r--�0Gm 0 wo� I 0 z = r C) m %0 � r ' mm D = TIc7mG)z n = D m ;;o I NO m 00N �m��y O 0 O Z W C) r I oD D C= �70p00 Zr O Z0� C) \\I m D n Cn �� D j C z..o v I zmym n oomDzz 0= m NLD C=� Ti OOm. OM Np 7- m� 0 mn M0 D my c =p \ �� DO m� �= N m� 00 om nz D O � NZ r O6' Z = < 0 0 .: O G7 'Li C)N C� D 7� 00 � D r m 0= 0� 0 m (n w D;a CO I CD y � G� Oc � 0 (n (n r Z i m mZ N pmm I �N (� O O� y �m<_ p 0 n n = (n �00 CG7 � m O L OZD 0 mmaom �M D �wD m C� c imp < 0 1 co m n n= m �cnnm nN zUz z 0 zwO� nn owe z �I?< Z' Joao .� � < I Oc �_� omn ��� n >o5 4� :::E00 0 m c� Z n c> n Oz co cw m M ��� c U, m IM N O_ N SERIES CONNECTED LOOP 1-2 COUNT DETECTOR LOOP 3 POSTED (DRAWING NOT TO SCALE) SPEED (MPH) S1(FT) S2(FT) NOTES: 1. USE XYZ LOOP NUMBERING 25 105 SCHEMATIC, WHERE: X IS THE PHASE # Y IS LANE # FROM INSIDE Z IS LOOP # FROM STOPBAR 2. USE 3' X 25' LOOP FOR BIKE LANES 3. PHASE 2 IS ALWAYS tZ NORTHBOUND THRU DIRECTION O OJ a 4. ALL LOOPS SHALL BE CIRCULAR w O ~ O Q J w W U 2E z 2' Q ADVANCE LOOPS ARE NOT z REQUIRED FOR TURNING LANES — Q & MINOR THROUGH LANES O O F —1 3A0co'_z 3B Q o w r J O r N W U) U) w 2 2A uo 2B 0 r 1A 1B 1 o r r STOP LINE REV MAR 2011 -- 30 -- 140 35 -- 185 40 115 230 45 155 285 50 195 340 ciffm �`����dC��p�M�� PUBLIC SIGNAL LOOP SCHEMATIC D3 44 �`����dC��p�M�� PUBLIC SIGNAL LOOP SCHEMATIC D3 44 N CITY OF Federal Way Public Works Department DESIGNATED STREET TREE LIST FOR ANY STREET THAT DOES NOT APPEAR ON THE LIST BELOW, USE ONE OF THE FOLLOWING TREES: In Six -Foot Wide Planter Strip (Street Sections A, C, E, G, I, K, M, O) Acer rubrum'Red Sunset', 'October Glory', or'Autumn Blaze' (Red Maple) Acer saccharum'Green Mountain' Carpinus betulus (European Hornbeam) Fraxinus americana 'Rosehill' Fraxinus oxycarpa'Raywood' Fraxinus pennsylvanical lanceolata'Marshall','Patmore', Summit', or'Urbanite' Malus floribunda'Dolga' (Japanese Flowering Crab) Tilia tomentosa (Silver Linden) In Four -Foot Wide Planter Strip (Street Sections R, S, U, W) Acer buergeranum (Trident Maple) Acer campestre (Hedge Maple) Acer griseum (Paperbark Maple) Carpinus japonica (Japanese Hornbeam) Magnolia kobus (Kobus Magnolia) Magnolia loebneri (Magnolia) Mal us'Adams' or 'Robinson' (Flowering Crabapple) Pyrus calleryana var. 'Capital' or'Redspire' (Flowering Pear) CITY CENTER STREETS: In the City Center, the following street trees must be used: City Center North -South Streets 10th Avenue S Mal us'Adams' or 'Robinson' 11th Place S Pyrus calleryana var. 'Capital' or'Redspire' (Flowering Pear) 13th Avenue S Pyrus calleryana var. 'Capital' or'Redspire' (Flowering Pear) 18th Avenue S Mal us'Adams' or 'Robinson' (Flowering Crabapple) 20th Avenue S Pyrus calleryana var. 'Capital' or'Redspire' (Flowering Pear) 22nd Avenue S Mal us'Adams' or 'Robinson' (Flowering Crabapple) 23rd Avenue S Pyrus calleryana var. 'Capital' or'Redspire' (Flowering Pear) 28th Avenue S Pyrus calleryana var. 'Capital' or'Redspire' (Flowering Pear) Pacific Highway Acer rubrum 'Red Sunset' (Red Maple) City Center East-West Streets S 312th Street Acer rubrum 'Red Sunset' (Red Maple) S 314th Street Mal us'Adams' or 'Robinson' (Flowering Crab) S 316th Street Pyrus calleryana var. 'Capital' or'Redspire' (Flowering Pear) S 317th Street Mal us'Adams' or 'Robinson' (Flowering Crab) S 320th Street Acer rubrum 'Red Sunset' (Red Maple) S 322"d Street Mal us'Adams' or 'Robinson' (Flowering Crab) S 324th Street Pyrus calleryana var. 'Capital' or'Redspire' (Flowering Pear) Page 1 of 3 Standard Detail No. 3-48 In City Center Streetlight Planters, Add one of the following groundcovers: Otto Luyken Laurel, Heather, English Ivy, Red Japanese Barberry STREETS OUTSIDE THE CITY CENTER Outside the City Center, only the street trees specified are to be used on the streets listed below. One species or a combination of species may be used. If a street does not appear on this list, please refer to the beginning of this appendix and select a tree species based on planter width. Dash Point Road Acer rubrum'Red Sunset', 'October Glory', or'Autumn Blaze' (Red Maple) Fraxinus americana 'Rosehill' or Fraxinus oxycarpa'Raywood' (Rosehill or Raywood Ash) Under Power Lines Acer griseum (Paperbark Maple) or Carpinus japonica (Japanese Hornbeam) Enchanted Parkway Acer rubrum'Red Sunset'. 'October Glory', or'Autumn Blaze' (Red Maple) Fraxinus americana 'Rosehill' or Fraxinus oxycarpa'Raywood' (Rosehill or Raywood Ash) Under Power Lines: Acer griseum (Paperbark Maple) or Carpinus japonica (Japanese Hornbeam) Hoyt Road Acer saccharum'Green Mountain'(Sugar Maple) Fraxinus pennsylvanical lanceolata 'Marshall', 'Patmore', Summit', or'Urbanite' (Green Ash) Tilia tomentosa (Silver Linden) Under Power Lines: Magnolia kobus (Kobus Magnolia) or Acer buergeranum (Trident Maple) Military Road Acer saccharum'Green Mountain'(Sugar Maple) Fraxinus pennsylvanical lanceolata 'Marshall', 'Patmore', Summit', or'Urbanite' (Green Ash) Tilia tomentosa (Silver Linden) Under Power Lines: Magnolia kobus (Kobus Magnolia) or Acer buergeranum (Trident Maple) Pacific Highway Acer rubrum'Red Sunset'. 'October Glory', or'Autumn Blaze' (Red Maple) Fraxinus americana 'Rosehill' or Fraxinus oxycarpa'Raywood' (Rosehill or Raywood Ash) Under Power Lines: Acer griseum (Paperbark Maple) or Carpinus japonica (Japanese Hornbeam) First Way Acer saccharum'Green Mountain'(Sugar Maple) Fraxinus pennsylvanical lanceolata 'Marshall', 'Patmore', Summit', or'Urbanite' (Green Ash) Tilia tomentosa (Silver Linden) Under Power Lines: Magnolia kobus (Kobus Magnolia) or Acer buergeranum (Trident Maple) 16t" Avenue S (Cross -Section C & E only) Acer rubrum 'Red Sunset', 'October Glory', or'Autumn Blaze' (Red Maple) Fraxinus americana 'Rosehill' or Fraxinus oxycarpa'Raywood' (Rosehill or Raywood Ash) Under Power Lines: Acer griseum (Paperbark Maple) or Carpinus japonica (Japanese Hornbeam) Page 2 of 3 Standard Detail No. 3-48 215t Avenue SW Acer saccharum'Green Mountain'(Sugar Maple) Fraxinus pennsylvanical lanceolata 'Marshall', 'Patmore', Summit', or'Urbanite' (Green Ash) Tilia tomentosa (Silver Linden) Under Power lines: Magnolia kobus (Kobus Magnolia) or Acer buergeranum (Trident Maple) S/SW 312th Street Acer rubrum'Red Sunset' (Red Maple) Fraxinus americana 'Rosehill' or Fraxinus oxycarpa'Raywood' (Rosehill or Raywood Ash) Under Power Lines: Acer griseum (Paperbark Maple) or Carpinus japonica (Japanese Hornbeam) S/SW 320th Street Acer rubrum 'Red Sunset' (Red Maple) Fraxinus americana 'Rosehill' or Fraxinus oxycarpa'Raywood' (Rosehill or Raywood Ash) Under power /fines: Acer griseum (Paperbark Maple) or Carpinus japonica (Japanese Hornbeam) SW 336th Street / Campus Drive Acer rubrum 'Red Sunset' (Red Maple) Fraxinus americana 'Rosehill' or Fraxinus oxycarpa'Raywood' (Rosehill or Raywood Ash) Under Power Lines: Acer griseum (Paperbark Maple) or Carpinus japonica (Japanese Hornbeam) S 348th Street Acer rubrum 'Red Sunset' (Red Maple) Fraxinus americana 'Rosehill' or Fraxinus oxycarpa'Raywood' (Rosehill or Raywood Ash) Under Power Lines: Acer griseum (Paperbark Maple) or Carpinus japonica (Japanese Hornbeam) S/SW 356th Street Acer saccharum'Green Mountain'(Sugar Maple) Fraxinus pennsylvanical lanceolata 'Marshall', 'Patmore', Summit', or'Urbanite' (Green Ash) Tilia tomentosa (Silver Linden) Under Power Lines: Magnolia kobus (Kobus Magnolia) or Acer buergeranum (Trident Maple) Revised April, 2011 Page 3 of 3 Standard Detail No. 3-48 RING OR FRAME GRATE OR LID SEAL JOINT WITH PAVING 1'-6" 1'-6" ASPHALT SEAL JOINT WITH PAVING ASPHALT COMMERCIAL COMMERCIAL HMA HMA " 2MINIMUM a a ° ° ADJUSTING BRICK, d d I DIG OUT LIMIT AND CONCRETE RISER OR a a ASPHALT PERIMETER GRADE RING. NO STEEL SHALL EXTEND 2" RISERS ALLOWED (TYP.) ° a ° ° a a BELOW ADJUSTMENT RINGS OR RISERS. SEE NOTE 2. EXISTING CB OR MANHOLE SECTION THROUGH STRUCTURE N TS NOTES: 1) THE EXISTING STRUCTURE SHALL BE RAISED OR LOWERED TO THE REQUIRED ELEVATION USING CONCRETE BLOCKS, BRICK, AND/OR CONCRETE RINGS. EACH JOINT SHALL BE GROUTED USING A 3/4 INCH LAYER OF NON -SHRINK MORTAR, PLASTERED SMOOTH INSIDE AND OUT. COVERS SHALL BE SEATED ON A UNIFORM LAYER OF GROUT TO PREVENT ROCKING. 2) IF RISERS OR GRADE RINGS ARE LESS THAN 2" THICK, THEN THE DIG -OUT LIMITS (AND HMA DEPTH) SHALL BE EXTENDED TO 2" BELOW THE NEXT RING OR RISER THAT IS GREATER THAN 2" THICK. 3) HMA SHALL BE MECHANICALLY COMPACTED IN 3" MAXIMUM LIFTS. 4) SEE DETAIL 3-36 FOR ADJUSTMENT OF SURVEY MONUMENT CASTINGS. REV: NOV 2011 <_;�ciffam PUBLIC DWG. NO. : Fsda m dWoy WORKS UTILITY ADJUSTMENT 3-55 7f / 1 PLAN i 1/zr 18" X 24" 2/16" (+1/32", -0" TW.) n - - 16" X 22" OPENING M 17 3/4" X 23 3/4" (+1/32", -0" TYP.) 25" SECTION A -A LEVEL PAD 16 - 3/4" X 2 1/4" X 1/8" NOTES: EXTRUDED CURB 1. DRILL AND TAP FOR, AND PROVIDE, TWO LOCKING BOLTS 5/8"-11 INC STAINLESS TYPE 304 STEEL SOCKET HEAD (ALLEN HEAD) CAP SCREWS 2" LONG WHEN USED WITH SOLID COVER (DWG. NO. 4-7) OR WHEN SPECIFIED BY ENGINEER. 2. FRAME MATERIAL IS CAST IRON PER ASTM A48 CLASS 30. 3. SET FRAME TO GRADE AND CONSTRUCT ROAD AND GUTTER TO BE FLUSH WITH FRAME. CEMENT CONCRETE CURB CATCH BASIN WALL iULU UUKU CATCH BASIN WALL JULY 20141 aff1m PUBLIC TYPE 1 CATCH BASIN FRAME IN DWG. NO. o SMM My WORKS VERTICAL OR EXTRUDED CURB INSTALLATION 1 4-6 2 3 4" 2 3 8" 2" 2 3/8" 5/8" A I _ _ o NIo O 1/. rn II R_3/4" SEE NOTE 2 I\ F---�IIY QF n=AL WAY IN I� 1/2" LETTERS RECESSED J L/2" Typ. TO BE FLUSH. SEE NOTE 4 Typ. LEVELING PAD (TYP) 8 - 1/8" X 3/4" X 1 3/4" PLAN COVER NOTES: 1. USE WITH FRAME DRILLED AND TAPPED FOR LOCKING BOLTS. 2. USE WITH TWO LOCKING BOLTS 5/8"-11 NC STAINLESS STEEL TYPE 304 STEEL SOCKET HEAD (ALLEN HEAD) CAP SCREWS, 2" LONG. N �I I J L/4" 5/8" 3/4" I4 3/4" FINISH DIM. ON SECTION A -A LEVELING PAD. 3. MATERIAL IS CAST IRON PER ASTM A48 CLASS 30. 4. THE WORDS "CITY OF FEDERAL WAY" TO BE OMITTED IF COVER IS ON A PRIVATE SYSTEM. REV MAR 2011 C`<\ lftdC� dMy WORKS SOLID RECTANGULAR COVER D 4-7 � DRILL w 5/8"-11NC HOLES THRU FRAME MIN. DRAFT ON THIS SIDE 7-1/8" X 3/4" X 2 1/4" (TYP.) PLAN SECTION B—B HOOD ATTACHES AS SHOWN. 20" 28" SECTION A —A HOOD DETAIL SEE NOTE 2 - 1" DIAM. HOLES FOR 3/4" BOLT, WASHER, 6" & NUT, SEE NOTE 4. SECTION C—C NOTES: 1. MATERIAL IS CAST IRON ASTM A48 CLASS 30. in 2. SEE DWG. NO. 4-10 FOR VANED GRATE. 3. PATTERN ON TOP SURFACE OF HOOD SHALL BE 3/16" NON—SKID DIAMOND. 4. BOLT, WASHER, AND NUT SHALL BE GALV. OR CORROSION RESISTANT. JULY cnv C`< o EMOWSY WORKS THROUGH -CURB INLET FRAME D 4 8 � Q PLANTING STRIP OR SIDEWALK B B rc � a3i i Q U U 0.0 Q W U 6 N DUMMY JOINTS Q PLAN CURB � DUMMY JOINTS •j GUTTER J GUTTER CATCH BASIN CATCH BASIN SECTION A -A SECTION B-B NOTES: 1. SET TO GRADE AND CONSTRUCT ROAD AND GUTTER TO BE FLUSH WITH FRAME. REV MAR 2011 <��cww VVG1� PUBLIC WORKS ITHROUGH-CURB INLET FRAME AND GRATE IN D 4 . LL�rll��ll��JJ VVG127VERTICAL CURB INSTALLATION 5' DRAFT REV. MAR 2011 L--J M013 I.VM 1V213033 30 ALIO o o � D � r z r 0Li 0 0 c z O (A 4 c y 3 m zILI i i f FLOW i i i LEVELING PAD 1/8" X 3/4" X 2 1/4" l-/2" 23 3 4" NOTES: 1. SELF -LOCK VANED GRATE MANUFACTURER SUBJECT `a TO APPROVAL BY ENGINEER. M 2. USE WITH TWO LOCKING BOLTS 5/8"-11 NC STAINLESS TYPE 304 STEEL SOCKET HEAD (ALLEN HEAD) CAP SCREWS 2" LONG. NOTE SLOT DETAIL. 3. MATERIAL IS DUCTILE IRON ASTM A536 GRADE 80-55-06. 4. "OUTFALL TO STREAM DUMP NO POLLUTANTS" MAY BE LOCATED ON BORDER AREA. 5. INSTALL BI-DIRECTIONAL VANED GRATES AT SAG LOCATIONS. 6. THE WORDS "CITY OF FEDERAL WAY SHALL BE OMITTED IF GRATE IS ON A PRIVATE SYSTEM. '--FOR SLOT DETAIL SEE DWG. NO. 4-5 PLAN M ELEVATION ,��[�dSMNVRF WORKS VANED GRATE (FOR USE IN PUBLIC ROADWAYS) D4 10� G -0 C C Nr_ o W v_ m n 1 O Z v Y / m 4� v 0 �C) o� DZ O 17 3/4" FOUNDRY NAME LA A A m D N LA LA D n OA Z A m D N D N 00 . y ;. uZ Z 0 (71 A W N fn ox V. so 0D� Iv�i om ;m C�� <� I�� O��m � off" �ocoi m� IA 0 O Z s n Z zrn m 0c O f* D m < H Z Rho ,9Dm A 0 AZ N(n� D G D0 n m< �b po ttn z'�a _ °)C.�_m �� � Dr D D zo A 9 z m (n V; m m n C m rn m 0 z m O_ O PARKING LOT INSTALLATION THIS SIDE TOWARDS SIDEWALK NOTES: 1. CONTRACTOR TO INSTALL STREAM PROTECTION MARKERS AT EACH CATCH BASIN. 2. MARKERS AND INSTALLATION INSTRUCTIONS AVAILABLE AT PUBLIC WORKS DEPARTMENT. 3. ADHESIVE MATERIAL IS SPECIFIED IN THE INSTALLATION INSTRUCTIONS, AND SHALL BE PURCHASED BY THE OWNER OR CONTRACTOR. 4. MARKERS AVAILABLE FROM PUBLIC WORKS MAY DIFFER FROM THAT SHOWN. ADHERE TO TOP OF CURB \W v w w CURB AND GUTTER INSTALLATION REV. NOV 2010 crmw [Fad Crmm Way WORKS D� STORM WATER POLLUTION PREVENTION MARKER 4 11 TOP OF SKID DE P i SECTION A —A REV MAR 2011 REV MAR 2011 ED LETTERS TE 4. DRILLED LIFTING HOLE 3 1 7/116 11 1/16" FROM CENTER BOLT —DOWN DETAIL 1 2 SO. 1 /4" S0. COVER SKID DESIGN DETAIL NOTES: 1. USE WITH THREE LOCKING BOLTS 5/8"-11 NC STAINLESS TYPE 304 STEEL SOCKET HEAD (ALLEN HEAD) CAP SCREWS 2" LONG. DRILL HOLES SPACED 120' AT 11 1/16 RADIUS. 2. MATERIAL IS DUCTILE IRON ASTM A536 GRADE 80-55-06 3. DRILL THREE 1 INCH HOLES SPACED AT 120' AND 9 1/2" RADIUS. 4. THE WORDS "CITY OF FEDERAL WAY" SHALL BE OMITTED IF COVER IS ON A PRIVATE SYSTEM. cr"Tm PUBLIC DWG. NO. WORKS ROUND LOCKING COVER 4-12 P PLAN 26 3 4" 25 1 4" 24" 5/8 JI 26 3/4" 34 1/8" SECTION A -A 1 7/16" 11 1/16" FROM CENTER BOLT -DOWN DETAIL NOTES: 1. MATERIAL IS CAST IRON ASTM A48 CLASS 30. 2. DRILL AND TAP THREE 5/8"-11 NC HOLES THROUGH FRAME AT 120' AND 11 1/16" RADIUS. JULY 20141 C``\ � oSMp W&F WORKS FRAME FOR ROUND LOCKING COVER D4 13� 12" 6" PROVIDE 1" COVER MIN, (TYP,) 36" 40" #5 HOOP BARS (TYP,) #5 HOOP BARS (TYP.) #4 HOOP BARS (TYP,) M❑DIFIED TYPE 1L CATCH BASIN REDUCING SECTION JULY 2014 cruT OF PUBLIC CONVERSION RISER FOR TYPE 1 CATCH BASIN DWG. NO. o '0 Ill WORKS (CON IDT O ROD LID) LAR 4-1 8 18" OR LONGEST POINT OF EXISTING JOINT, WHICHEVER IS GREATER (TYP) ERGO LOCKING COMMERCIAL SEE NOTE 1 MANHOLE ASSEMBLY. HMA (TYP) SEAL JOINT WITH PG 64-22 SEE NOTE 6 ASPAHLT BINDER PER WSDOT STANDARD SPEC. 9-02.1(4) z ............ INFRA -RISER (TYP) SEE NOTE 5 / . j...'.. � .. a a CONCRETE ADJUSTING BRICK, �\/ \\ / RISER, OR GRADE RING AS a NEEDED (TYP.) SEE NOTE 4 d a WELL COMPACTED SUBGRADE (TYP). ° PLACE CRUSHED SURFACING TOP COURSE IF NECESSARY. EXISTING CB OR MANHOLE SECTION THROUGH STRUCTURE N TS NOTES: 1. PAVEMENT CUT SHALL BE CIRCULAR AND CENTERED ON THE CENTER OF 5. ON ALL STRUCTURES WITHIN THE ROADWAY TRAVEL LANES, INSTALL INFRA -RISER THE MANHOLE OR CATCH BASIN LID. RECTANGULAR OR POLYGON CUTS MULTI -PURPOSE RUBBER COMPOSITE ADJUSTMENT RISER, MANUFACTURED BY EAST NOT ALLOWED. JORDAN IRON WORKS. INFRA -RISER SHALL BE INSTALLED PER THE MANUFACTURER'S RECOMMENDATIONS. REMOVE EXISTING CONCRETE RISER IF NECESSARY TO MAKE ROOM 2. CONVERT ALL RECTANGULAR FRAMES AND LIDS TO ROUND, USING FOR INFRA -RISER. STACKED INFRA -RISER SHALL NOT EXCEED 3" TOTAL HEIGHT. CONCRETE CONVERSION RISER PER CITY OF FEDERAL WAY STANDARD INFRA -RISER SHALL BE INSTALLED ON TOP OF ALL CONCRETE RISERS, DIRECTLY UNDER PLAN DWG 4-18. THE ERGO MANHOLE ASSEMBLY. 3. RAISE OR LOWER STRUCTURE TO THE REQUIRED ELEVATION AND SLOPE g USING ONLY INFRA -RISER AND/OR CONCRETE RINGS AND BRICKS AS NECESSARY. NO OTHER MATERIALS ARE ALLOWED. TO ACHIEVE WATER -TIGHT CONSTRUCTION, GROUT INSIDE AND OUTSIDE OF EACH JOINT USING A LAYER OF NON -SHRINK MORTAR NO MORE THAN 3/4" THICK, AND FINISHED SMOOTH. ON ALL STRUCTURES, INSTALL NEW EAST JORDAN IRON WORKS ERGO 4"x24" CAM LOCKING HINGED MANHOLE ASSEMBLY (PRODUCT NO. 00104028L03), PER MANUFACTURER'S RECOMMENDATIONS. SET TOP OF ASSEMBLY TO BE FLUSH WITH EXISTING ROAD AND/OR GUTTER SURFACE. LOCATE HINGE SO THAT IT'S NEAREST TO ON -COMING TRAFFIC. 7. HMA SHALL BE MECHANICALLY COMPACTED IN 3" (MAX.) LIFTS. . �CWT alp FQdDWG. NO. (MMW�ay WORKS MANHOLE / CATCH BASIN LID IN ROADWAY TRAVEL LANE 4-20 0 0 0 a J } m z ry 0 FRAME AND VANED GRATE .s, i", 4", 6", 12", OR 24" -H 6" (IN) HEIGHT INCREMENT, SPACED EQUALLY RECTANGULAR ADJUSTMENT SECTION HOOPS REDUCING SECTION BAR JER #3 BAR HOOP PIPE ALLOWANCES MAXIMUM PIPE MATERIAL INSIDE DIAMETER (INCHES) REINFORCED OR 18" PLAIN CONCRETE ALL METAL PIPE 21" CPSSP * (STD. SPEC. SECT. 9-05.20) 18" SOLID WALL PVC 21" (STD. SPEC. SECT. 9-05.12(1)) PROFILE WALL PVC 21" (STD. SPEC. SECT. 9-05.12(2)) �k CORRUGATED POLYETHYLENE STORM SEWER PIPE a PRECAST BASE SECTION #3 BAR EACH WAY a #3 BAR (TYP.) NOTES 1. As acceptable alternatives to the rebar shown in the PRECAST BASE SECTION, fibers (placed according to the Standard Specifications), or wire mesh having a minimum area of 0.12 square inches per foot, shall be used with the minimum required rebar shown in the ALTERNATIVE PRECAST BASE SECTION. Wire mesh shall not be placed in the knockouts. 2. The knockout shall not be greater than 26" (in), in any direction. Knockouts shall have a wall thickness of 2" (in) minimum to 2.5" (in) maximum. Provide a 1.5" (in) minimum gap between the knockout wall and the outside of the pipe. After the pipe is installed, fill the gap with joint mortar in accordance with Standard Specification Section 9-04.3. 3. The maximum depth from the finished grade to the lowest pipe invert shall be 5' (ft). 4. The frame and grate may be installed with the flange down or integrally cast into the adjustment section with flange up. 5. The Precast Base Section may have a rounded floor, and the walls may be sloped at a rate of 1 : 24 or steeper. 6. The opening shall be measured at the top of the Precast Base Section. 7. All pickup holes shall be grouted full after the basin has been placed. #3 BAR EACH CORNER (SEE NOTE 1) ALTERNATIVE PRECAST BASE SECTION CATCH BASIN TYPE 1 L STANDARD PLAN B-5.40-02 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION STATE DESIGN ENGINEER MoR Washington State Department of Transportation W To i i h #3 BAR EACH CORNER #3 BAR HOOP #3 BAR EACH WAY FRAME AND VANED GRATE s. 2", 4", 6", 12", OR 24" 6" (IN) HEIGHT INCREMENT (SPACED EQUALLY) RECTANGULAR ADJUSTMENT SECTION / PRECAST BASE SECTION #3 BAR (TYP.) PIPE ALLOWANCES MAXIMUM PIPE MATERIAL INSIDE DIAMETER (INCHES) REINFORCED OR 12" PLAIN CONCRETE ALL METAL PIPE 15" CPSSP * 12" (STD. SPEC. SECT. 9-05.20) SOLID WALL PVC 15" (STD. SPEC. SECT. 9-05.12(1)) PROFILE WALL PVC 15" (STD. SPEC. SECT. 9-05.12(2)) * CORRUGATED POLYETHYLENE STORM SEWER PIPE #3 BAR EACH CORNEF 18" (IN) MIN #3 BAR HOOP (SEE NOTE 1) ALTERNATIVE PRECAST BASE SECTION NOTES 1. As acceptable alternatives to the rebar shown in the PRECAST BASE SECTION, fibers (placed according to the Standard Specifications), or wire mesh having a minimum area of 0.12 square inches per foot shall be used with the minimum required rebar shown in the ALTERNATIVE PRECAST BASE SECTION. Wire mesh shall not be placed in the knockouts. 2. The knockout diameter shall not be greater than 20" (in). Knockouts shall have a wall thickness of 2" (in) minimum to 2.5" (in) maximum. Provide a 1.5" (in) minimum gap between the knockout wall and the outside of the pipe. After the pipe is installed, fill the gap with joint mortar in accordance with Standard Specification Section 9-04.3. 3. The maximum depth from the finished grade to the lowest pipe invert shall be 5' (ft). 4. The frame and grate may be installed with the flange down, or integrally cast into the adjustment section with flange up. 5. The Precast Base Section may have a rounded floor, and the walls may be sloped at a rate of 1 : 24 or steeper. 6. The opening shall be measured at the top of the Precast Base Section. 7. All pickup holes shall be grouted full after the basin has been placed. HEIZ of wAsyf�c�`�� 0- GI STV, IONAL Julie Heilman 2020.09.01 07:52:50-07'00' CATCH BASIN TYPE 1 STANDARD PLAN B-5.20-03 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Digitally signed by Roark, Steve Roark, Steve Date: 2020.09.09 09:45:23-07'00' STATE DESIGN ENGINEER MAIF Washington State Department of Transportation J J W 0 J z W LL m z 0 W U z a z W z O v_ X Q 0 10 CATCH BASIN FRAME AND VANED GRATE OR MANHOLE RING AND COVER Q \ 00 N Q z777 N p RECTANGULAR ADJUSTMENT SECTION OR CIRCULAR ADJUSTMENT SECTION D ° °o FLAT SLAB TOP D O 0 ° D ° D °G O SEE TABLE De D ° 0 o ° C MORTAR (TYP.) ,D e D ° D ° D p D °4 STEPS OR LADDER D ' e D Z X � 40 Q o REINFORCING STEEL (TYP.) o N < N CN V 12" GRAVEL BACKFILL FOR T PIPE ZONE BEDDING tr� T��� 1 ,�0,� RING D o 00 �Oo O 40 ° oo°O00°0° 0 0o a o Oo �8 0 o°Ooo°Oo0 Q co oo0°O°��Oo0o0Y °-"Pp00000 SEPARATE BASE INTEGRAL BASE PRECAST PRECAST WITH RISER (48" (IN) - 72" (IN) ONLY) NOTES 1. No steps are required when height is 4' or less. 2. The bottom of the precast catch basin may be sloped to facilitate cleaning. 3. The rectangular frame and grate may be installed with the flange up or down. The frame may be cast into the adjustment section. 4. Knockouts shall have a wall thickness of 2" (in) minimum to 2.5" (in) maximum. Provide a 1.5" (in) minimum gap between the knockout wall and the outside of the pipe. After the pipe is installed, fill the gap with joint mortar in accordance with Standard Specification Section 9-04.3. CATCH BASIN DIMENSIONS CATCH BASIN DIAMETER MIN. WALL THICKNESS MIN. BASE THICKNESS MAXIMUM KNOCKOUT SIZE MINIMUM DISTANCE BETWEEN KNOCKOUTS 48" 4" 6" 36" 8" 54" 4.5" 8" 42" 8" 60" 5" 8" 48" 8" 72" 6" 8" 60" 12" 84" 8" 12" 72" 12" 96" 8" 12" 84" 12" 120" 10" 12" 96" 12" 144" 12" 12" 108" 12" PIPE ALLOWANCES CATCH PIPE MATERIAL WITH MAXIMUM INSIDE DIAMETER BASIN DIAMETER CONCRETE ALL METAL CPSSP 1) PP'4 SOLID WALL PVC 0 PROFILE WALL PVC 0 48" 24" 30" 24" 30" 30" 54" 30" 36" 30" 36" 36" 60" 36" 42" 36" 42" 42" 72" 42" 54" 42" 48" 48" 84" 54" 60" 54" 48" 48" 96" 60" 72" 60" 48" 48" 120" 66" 84" 60" 48" 48" 144" 78" 96" 60" 48" 48" Corrugated Polyethylene Storm Sewer Pipe (See Standard Specification Section 9-05.20) 20 (See Standard Specification Section 9-05.12(1)) �3 (See Standard Specification Section 9-05.12(2)) ® Polypropylene Pipe (See Standard Specification Section 9-05.24) pp� ®F WA6�J�� �y` Qz 1 s vE NAL CATCH BASIN TYPE 2 STANDARD PLAN B-10.20-02 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION STATE DESIGN ENGINEER MoR Washington State Department of Transportation FACE OF CURB VARIES 12" TO 24" FACE OF CURB VARIES 1" 10" TO 22" 1" (SEE CONTRACT) MATCH ROADWAY MATCH ROADWAY SLOPE SLOPE ROADWAY o P p 1" (IN) R. D D D o � 1/2" (IN) R. 1 (IN)Rr� 1/2" (IN) R. D _ 11 1/2" 11 1/2" DUAL -FACED CEMENT CONCRETE TRAFFIC CURB AND GUTTER FACE OF CURB 1" (IN) R. ROADWAY 7 1 3/4" ROADWAY FACE OF CURB 6 1/2" 5 1/2" 1" 1/2" (IN) R. 1" (IN) R. MATCH ROADWAY SLOPE 1/2" (IN) R. iD 1/2" (IN) ROADWAY R 0 � D \ ILL WO 1" (IN) R. CEMENT CONCRETE OR ASPHALT CONCRETE SIDEWALK OR PATH C 3/8" (IN) PREMOLDED JOINT FILLER (WHEN ADJACENT TO CEMENT CONCRETE SIDEWALK) CEMENT CONCRETE PEDESTRIAN CURB VARIES 12" TO 24" VARIES 1" 1 10" TO 22" 1" (SEE CONTRACT) D (O P P D p D D ° o 0 0 o D o FACE OF CURB 1" (IN) R. 7- ROADWAY DUAL -FACED CEMENT CONCRETE TRAFFIC CURB CEMENT CONCRETE TRAFFIC CURB AND GUTTER 1/2" (IN) R. VARIES FROM 6" (IN) TO 0" (IN) 6" FACE OF CURB 6 1/2" VARIES FROM 6" (IN) TO 0" (IN) - MAINTAIN 1H : 6V SLOPE VARIES 1" (IN) ON SIDE OF CURB R. / MATCH ROADWAY SLOPE 1/2" (IN) ROADWAY `2.0%° R. D FLUSH WITH GUTTER PAN AT CURB 1O RAMP ENTRANCE - 1/2" (IN) VERTICAL 1'- 6" LIP AT DRIVEWAY ENTRANCE DEPRESSED CURB AND GUTTER SECTION AT CURB RAMPS AND DRIVEWAY ENTRANCES CEMENT CONCRETE CURB RAMP, LANDING, 1" (IN)OR DRIVEWAY R ENTRANCE 3/8" (IN) PREMOLDED JOINT FILLER CEMENT CONCRETE PEDESTRIAN CURB AT CURB RAMPS, LANDINGS, AND DRIVEWAY ENTRANCES FACE OF CURB 6 1/2" 5 1/2" 1" 1/2" (IN) R. 1" (IN) R. ROADWAY D V , D D P P o D CEMENT CONCRETE TRAFFIC CURB 1/2" (IN) R. 8 1/4" NOTE 1. See Standard Plan F-30.10 for Curb Expansion and Contraction Joint spacing. See Standard Specification, Sections 8-04 and 9-04 for additional requirements. FACE OF CURB 1 1/2" (IN) R. MOUNTABLE CEMENT CONCRETE TRAFFIC CURB ROADWAY S. F ®F WASI7J���1 41 4k) �® 38777 " � L Michael S Digitally signed by Michael S Fleming Fleming Date: 2020.09.24 07:39:38-07'00' CEMENT CONCRETE CURBS STANDARD PLAN F-10.12-04 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Date: 2020.09.24 07:57:43-07'00' Adw STATE DESIGN ENGINEER Washington State Department of Transportation to z w w m J J_ m } m TOP VIEW INSIDE CORNER BLOCK TOP VIEW OUTSIDE CORNER BLOCK TOP VIEW 18" RADIUS BLOCK 18" (IN) R. 14" #3 REBAR — REQUIRED ONLY IN TANGENT 1" (IN) R. 2" (IN) R. BLOCK, WHEN LENGTH EXCEEDS 30" (IN) (1 1/2" (IN) CLR. BOTH ENDS) — SEE STANDARD SPECIFICATION 9-07 2" (IN) R. CID2, , N � U cn v 5' 2" + 1/4" 12" TYPICAL OF ALL END VIEW 23" 30" (IN) R. TOP VIEW 30" RADIUS BLOCK INSIDE CORNER BLOCK OUTSIDE CORNER BLOCK 18" (IN) RADIUS BLOCK 30" (IN) RADIUS BLOCK ISOMETRIC VIEWS r Ar�V�r�r YrVV�� oV WAsy f�c �0 P�C2 S T O wv 0Nr1 L PRECAST SLOPED MOUNTABLE CURB STANDARD PLAN F-10.62-02 SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION STATE DESIGN ENGINEER T Washington State Department of Transportation to z w w m J J m m i �L o- TOP VIEW INSIDE RADIUS BLOCK 1" (IN) R. co 5" 2" t 1 /4" 12" SECTION (�) CURB RADIUS TABLE CURB RADIUS DIMENSION A DIMENSION B DIMENSION C 3' 12" 2" 8" 4' TO 5' 12" 1 1/2" 9" 6' 12" 1.1 10" 7' 12" 7/8" 10 1/4" 8' 18" 1 1/8" 15 3/4" 9' 18" 1" 16" 10, 18" 7/8" 16 1 /4" 11' TO 13' 18" 3/4" 16 1/2" 14' TO 15' 18" 5/8" 16 3/4" 16' TO 17' 24" 3/4" 22 1/2" 18' TO 22' 24" 5/8" 22 3/4" 23' TO 29' 24" 1/2" 23" 30' TO 34' 30" 1/2" 29" 35' TO 48' 30" 3/8" 29 1 /4" 49' TO 60' 30" 1 /4" 29 1/2" OVER 60' USE TANGENT BLOCK, SEE SHEET 1 THIS TABLE LISTS THE CALCULATED DIMENSIONS FOR CASTING BLOCKS SUITABLE FOR CONSTRUCTING VARIOUS CURB RADII. CURVED BLOCKS, OR BLOCKS WITH DIFFERENT DIMENSIONS MAY BE ACCEPTABLE WITH PRIOR APPROVAL OF THE ENGINEER. Co ll TOP VIEW OUTSIDE RADIUS BLOCK INSIDE RADIUS BLOCK PRECAST SLOPED MOUNTABLE CURB OUTSIDE RADIUS BLOCK STANDARD PLAN F-10.62-02 ISOMETRIC VIEWS SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION STATE DESIGN ENGINEER T Washington State Department of Transportation ------------------------------------------------------------------------- z _ w 0Y _---------_----------_------------_--_-_-__ m_ J DO --- ---- - ---- - , 1 1/2" o 11/2" TOP CLR. jF CLR 4" 5' - 0" N 2" (IN) R. 2" (IN) R. -_-_-_-_-_-_-_-_-_-_-_-_-_-_-_-_-_-_-_-_-_-_-_-_-_--------------------- m 4" 24" (TYP.) SIDE FRONT 24 x 20 TAPER BLOCK --------------------------------------------------- ------------------ ------------------ ------------------ ------------- --------- --- ------------------------------------------------- - N-_ -----.—W�-------- -- -- --------------------------------------- 1 1/R.1 1/2" TOP CLR. CLR. 2 5/8" i 2" (IN) R. 2" (IN) R. ---_-_-_-_-_-_-_-_-_-_-_-_-_-_-_-_-_-_-_-_-_-_-_-_--------------------- i 20" (nP') SIDE FRONT 20 x 16 TAPER BLOCK _ _ _ = N ------ ----------------------------------- 1 1/2" 11/2" TOP CLR. CLR. 1 3/8" 2" (IN) R. i L-T 2" (IN) R. - - - - - --_-_-_-_-_-_-_-_-_-_--_-_-_-_-_-_-_-_-_-_-_-_-_-_-_-_--_ 16" (TYP.) SIDE FRONT 16 x 12 TAPER BLOCK NOTES 1. The dual faced curb may be constructed by using two precast sloped mountable curbs (longitundinal halves) so long as the installation is consistent with the dimensions shown in the plan. 2. Reinforcing steel shall conform to Standard Specification 9-07. 2 5/8" 2" (IN) #3 BAR (TYP.) i� R. 2" (IN) R. 7-4-1 (TYP.) 20" BACK 1 3/8" iv 2" (IN) #3 BAR (TYP.) R. 2 (IN) R. • i • 2"±1/4" 3 z 4" (TYP.) 16" BACK 2" (IN) R. #3 2" (IN) R. i 2"±1/ 3" � (TYP.) 12" END ---------------------------------------------------------- N---------------------------------------------------------- N 1 1/2" 1 1/2" CLR. TOP CLR. BAR (TYP.) 2'- 6" MIN. 5' - 0" MAX. N ---------------------------------------------------------- SIDE DUAL SLOPED BLOCK -------------------------------------------------- 1 1/2' 1' - 11" CLR. TOP 2" (IN) R. #3 BAR (TYP.) N 2'- 6" MIN. 5' - 0" MAX. 2" (IN) R. • •- --------------------------- ----------- 3" 4, � �1, / (TYP.) 12" SIDE END NOSING BLOCK DUAL SLOPED BLOCK 16 x 12 TAPER BLOCK 20 x 16 TAPER BLOCK 24 x 20 TAPER BLOCK 2" (IN) R. #3 BAR (TYP.) 2" (IN) R. • i • 4j 2" 3" - (TYP.) 12" BACK ISOMETRIC VIEW NOSING BLOCK oV WA sy f�c :®'GI2455 STT 7 4;� �sS"ONAL E�Gti PRECAST DUAL FACED SLOPED MOUNTABLE CURB STANDARD PLAN F-10.64-03 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION STATE DESIGN ENGINEER T Washington State Department of Transportation NOTE H U z O U w w to i to w_ O z w J 1'- 6" — UNLESS NOTED OTHERWISE IN CONTRACT STOP LINE WHITE OR YELLOW — SEE CONTRACT CHEVRON OR DIAGONAL CROSSHATCH MARKING W = 8" (IN) FOR POSTED SPEED LIMIT OF 40 MPH OR LOWER W = 12" (IN) FOR POSTED SPEED LIMIT OF 45 MPH OR HIGHER o EDGE LINE 11 Oil O m 5'-0" PAVED SHOULDER MARKING AREA = 11.73 SQ.FT. HALF -MILE MARKER o EDGE LINE 1, Oil m PAVED SHOULDER MARKING AREA = 6.00 SQ.FT. FULL MILE MARKER AERIAL SURVEILLANCE MARKERS CENTERLINE OF JUNCTION BOX, ✓� PULL BOX, OR CABLE VAULT I I I I EDGE LINE 0 PAVED J to SHOULDER w IY JUNCTION BOX, PULL BOX, OR CABLE VAULT MARKING AREA = 0.56 SQ. FT. JUNCTION BOX, PULL BOX, OR CABLE VAULT MARKINGS 4" TYP. 90°'l �9Oo. 2' -On PAVED SHOULDER 1. If Rumble Strips are present, install marking outside of the Rumble Strip. CENTERLINE OF CROSS CULVERT \ \ ` EDGE LINE ANGLE OF CROSS CULVERT PAVED ` SHOULDER `•� EDGE LINE MARKING AREA = 1.06 SQ.FT. DRAINAGE STRUCTURE INLET DRAINAGE MARKING MARKING AREA = 0.56 SQ.FT. CROSS CULVERT DRAINAGE MARKING J. oV WAsyf�c��,� 'PO�� 36103TGI S s"10NAL SYMBOL MARKINGS MISCELLANEOUS STANDARD PLAN M-24.60-04 SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION STATE DESIGN ENGINEER T Washington State Department of Transportation 0 IY O LL U J m :5 n "v N SYMBOL & LANE q 2'-0" GRID IS 4" (IN) SQUARE MARKING AREA = 1.41 SQ.FT. ACCESS PARKING SPACE SYMBOL (MINIMUM) 3'-0" GRID IS 4" (IN) SQUARE MARKING AREA = 3.09 SQ.FT. ACCESS PARKING SPACE SYMBOL (STANDARD) TOTAL MARKING AREA = 28.44 SQ.FT. WHITE = 9.76 SQ.FT. BLUE = 18.69 SQ.FT. ACCESS PARKING SPACE SYMBOL (STANDARD) WITH BLUE BACKGROUND AND WHITE BORDER (REQUIRED FOR CEMENT CONCRETE SURFACES) 3" k �-011 / 6-0" MARKING AREA = 12.08 SQ.FT. SPEED BUMP SYMBOL Ml BD c <M c fV 00 10" 2'-0" 10" 3'-8" TOTAL MARKING AREA = 13.44 SQ.FT. WHITE = 4.82 SQ.FT. BLUE = 8.62 SQ.FT. ACCESS PARKING SPACE SYMBOL (MINIMUM) WITH BLUE BACKGROUND AND WHITE BORDER (REQUIRED FOR CEMENT CONCRETE SURFACES) SYMBOL MARKING A B C D USE MARKING AREA YIELD AHEAD SYMBOL TYPE 1 TYPE 2 6' - 0" 2' - 6" 13' - 0" N/A LESS THAN 45 MPH 25.90 SQ.FT. 6'- 0" 3' - 0" 20' - 0" N/A 45 MPH OR GREATER 36.54 SQ.FT. YIELD LINE SYMBOL TYPE 1 TYPE 2 TYPE 2 1' - 0" 6" 1' - 6" 6" LESS THAN 45 MPH 0.75 SQ.FT. 2'- 0" 1' - 0" 3' - 0" 1' - 0" 45 MPH OR GREATER 3.00 SQ.FT. 2'- 0" 1' - 0" 3' - 0" 1' - 0" ROUNDABOUT ENTRY 3.00 SQ.FT. A YIELD AHEAD SYMBOL * MINIMUM OF 4 IN LANE r D A LL O Z J O > H W V-- B YIELD LINE SYMBOL (MULTIPLE SYMBOLS REQUIRED FOR TRANSVERSE YIELD LINE - SEE CONTRACT) N.� J. 4% of wAsyf�c��,� �0 ;411 GI31TE��� ss10NAL SYMBOL MARKINGS MISCELLANEOUS STANDARD PLAN M-24.60-04 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION STATE DESIGN ENGINEER T Washington State Department of Transportation NOTES J J w 0 0 J z w D_ r 00 a 0 4'-0"MIN. - A 4'-0"MIN. - SEE CONTRACT PLANS SEE CONTRACT PLANS 3/8" EXPANSION PEDESTRIAN CURB - 3/8" (IN) EXPANSION JOINT (TYP.) - SEE SEE NOTE 9 JOINT (TYP.) - SEE STANDARD PLAN F-30.10 STANDARD PLAN F-30.10 � LANDING LANDING B SIDEWALK CURB AND GUTTER � SIDEWALK CURB AND GUTTER CURB RAMP CURB RAMP CURB RAMP 4'-0"MIN. - SEE CONTRACT PLANS ` DETECTABLE WARNING SURFACE - 4' - 0" MIN. SEE STANDARD PLAN F-45.10 SEE CONTRACT PLANS 1 PEDESTRIAN CURB -- SEE NOTE 9 2 3 C 3" R. 4 DETECTABLE WARNING SURFACE - 5 SEE STANDARD PLAN F-45.10 FACE OF CURB DEPRESSED CURB AND GUTTER FACE OF CURB il \— DEPRESSED CURB AND GUTTER CROSSWALK CROSSWALK PLAN VIEW DETECTABLE WARNING SURFACE - PLAN VIEW TYPE PARALLEL A SEE STANDARD PLAN F-45.10 TYPE PARALLEL B 4-0"MIN. SEE CONTRACT PLANS GRADE BREAK 1OCONTRACTION JOINT (TYP.) — SEE STANDARD PLAN F-30.1 FOR CURB RAMP LENGTHS GREATER THAN 8' - 0"PROVIDE � COUNTER SLOPE TOP OF CONTRACTION JOINT EQUALLY SPACED 4' - 0" MIN. OC. H * 5 0% M ROADWAY w DEPRESSED CURB AND GUTTER — CEMENT CONCRETE PEDESTRIAN7p Q LANDING SEE STANDARD PLAN F-10.12 CURB — SEE NOTE 9 > AND NOTE 6 SECTION O 4- 0" MIN. 15' - 0" MAX. (TYP. SEE CONTRACT PLANS SEE NOTE 7 SIDEWALK 15'- 0" MAX. (TYP.) SEE NOTE 7 GRADE BREAK 4' - 0" MIN. SEE CONTRACT PLANS 15' - 0" MAX. (TYP.) SEE NOTE 7 GRADE BREAK I l CURB RAMP LANDING _ 3/8" EXPANSION JOINT (TYP.) - SEE STANDARD PLAN F-30.10 SECTION O (ALONG INSIDE RADIUS AT BACK OF WALKWAY) "CEMENT CONCRETE CURB RAMP TYPE PARALLEL A" PAY LIMIT - SEE NOTE 6 CURB RAMP ISOMETRIC VIEW TYPE PARALLEL A PAY LIMIT 7 1: 7 GRADE BREAK GRADE BREAK CURB RAMP PEDESTRIAN CURB - J LANDING SEE NOTE 9 At marked crosswalks, the connection between the landing and the roadway must be contained within the width of the crosswalk markings. Where "GRADE BREAK" is called out, the entire length of the grade break between the two adjacent surface planes shall be flush. Do not place Gratings, Junction Boxes, Access Covers, or other appurte- nances on any part of the Curb Ramp or Landing, or in the Depressed Curb and Gutter where the Landing connects to the roadway. See Contract Plans for the curb design specified. See Standard Plan F-10.12 for Curb, Curb and Gutter, Depressed Curb and Gutter, and Pedestrian Curb details. See Standard Plan F-30.10 for Cement Concrete Sidewalk Details. See Contract Plans for width and placement of sidewalk. The Bid Item "Cement Concrete Curb Ramp Type _" does not include the adjacent Curb, Curb and Gutter, Depressed Curb and Gutter, Pedestrian Curb, or Sidewalks. The Curb Ramp length is not required to exceed 15 feet (unless otherwise shown in the Contract Plans). When applying the 15-foot max. length, the running slope of the curb ramp is allowed to exceed 8.3%. Use a single constant slope from bottom of ramp to top of ramp to match into the sidewalk over a horizontal distance of 15 feet. Do not include abutting landing(s) in the15-foot max. measurement. When a ramp is constructed on a radius, the 15-foot max. length is measured on the inside radius along the back of the walkway. Curb Ramps and Landings shall receive a broom finish. See Standard Specifications 8-14. Pedestrian Curb may be omitted if the ground surface at the back of the Curb Ramp and/or Landing will be at the same elevation as the Curb Ramp or Landing and there will be no material to retain. LEGEND SECTION O (ALONG INSIDE RADIUS AT BACK OF WALKWAY) "CEMENT CONCRETE CURB RAMP TYPE PARALLEL E ISOMETRIC VIEW TYPE PARALLEL B PAY LIMIT SLOPE IN EITHER DIRECTION SIDEWALK 1.5% OR FLATTER RECOMMENDED FOR DESIGN/FORMWORK (2% MAX.) * * 7.5% OR FLATTER RECOMMENDED FOR DESIGN/ FORMWORK (8.3% MAX.) - SEE NOTE 7 3/8" (IN) EXPANSION JOINT (TYP.) - SEE STANDARD PLAN F-30.10 qV WAS QZ �® j 28680 IONAL PARALLEL CURB RAMP STANDARD PLAN F-40.12-03 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION STATE DESIGN ENGINEER MoR Washington State Department of Transportation J w o CEMENT CONCRETE PEDESTRIAN CURB - z SEE NOTE 9 Of w LL m CURB RAMP z a \ ly 0 CEMENT CONCRETE PEDESTRIAN CURB -- SEE NOTE 9 CEMENT CONCRETE CURB AND GUTTER - SEE NOTES 4 & 6 DETECTABLE WARNING SURFACE - SEE STANDARD PLAN F-45.10 CEMENT CONCRETE PEDESTRIAN CURB - SEE NOTE 9 Cfl11 � l 711LI'r' 1 4'- 0" MIN. - SEE CONTRACT PLANS LANDING � CURB RAMP jD CROS WALK ►� I II PLAN VIEW TYPE COMBINATION WITH BUFFER C CEMENT CONCRETE PEDESTRIAN CURB - SEE NOTE 9 DETECTABLE WARNING SURFACE - SEE STANDARD PLAN F-45.10 MATCH SIDEWALK (4'- 0" MIN.) - SEE CONTRACT PLANS 3/8" (IN) EXPANSION JOINT (TYP.) - SEE STANDARD PLAN F-30.10 BUFFER STRIP (TYP.) - SEE CONTRACT PLANS DEPRESSED CURB AND GUTTER - SEE NOTES 4 & 6 4'- 0" MIN. 15' - 0" MAX. SEE CONTRACT PLANS SEE NOTE 7 GRADE a BREAK � T LANDING SECTION OA 4'- 0" MIN. 3'- 0" MIN. (TYP.) SEE CONTRACT PLANS SEE CONTRACT PLANS v CEMENT CONCRETE PEDESTRIAN CURB (TYP.) - SEE NOTE 9 SECTION B DEPRESSED CURB AND GUTTER - SEE NOTES 4 & 6 CEMENT CONCRETE CURB AND GUTTER - SEE NOTES 4 & 6 DETECTABLE WARNING SURFACE - SEE STANDARD PLAN F-45.10 ,/-- GRADE BREAK COUNTER SLOPE TOP OF 5 0% MAX. /- ROADWAY 3" R. ��I r (TYP.) NOTES 1. At marked crosswalks, the connection between the curb ramp and the roadway must be contained within the width of the crosswalk markings. 2. Where "GRADE BREAK" is called out, the entire length of the grade break between the two adjacent surface planes shall be flush. 3. Do not place Gratings, Junction Boxes, Access Covers, or other appurtenances on any part of the Curb Ramp or Landing, or in the Depressed Curb and Gutter where the landing connects to the roadway. 4. See Contract Plans for the curb design specified. See Standard Plan F-10.12 for Curb, Curb and Gutter, Depressed Curb, Gutter and Pedestrian Curb details. 5. See Standard Plan F-30.10 for Cement Concrete Sidewalk Details. See Contract Plans for width and placement of sidewalk. 6. The Bid Item "Cement Concrete Curb Ramp Type _" does not include the adjacent Curb, Curb and Gutter, Depressed Curb and Gutter, Pedestrian Curb, or Sidewalks. 7. The Curb Ramp length is not required to exceed 15 feet (unless otherwise shown in the O Contract Plans). When applying the 15-foot max. length, the running slope of the curb DETAIL D ramp is allowed to exceed 8.3%. Use a single constant slope from bottom of ramp to top of ramp to match into the sidewalk over a horizontal distance of 15 feet. Do not included CURB RADIUS DETAIL the abutting landing in the 15-foot max. measurement. When a ramp is constructed on a radius, the 15-foot max. length is measured on the inside radius along the back of the walkway. 15- 0" MAX. (TYP.) SEE NOTE 7 GRADE BREAK 8. Curb Ramps and Landings shall receive a broom finish. See Standard Specifications 8-14. 9. Pedestrian Curb may be omitted if the ground surface at the back of the Curb Ramp and/or Landing will be at the same elevation as the Curb Ramp or Landing and there will not be material to retain. 4'-0"MIN SEE CONTRACT PLANS * a v a a 15' - 0" MAX. (TYP.) SEE NOTE 7 - GRADE BREAK DEPRESSED CURB AND GUTTER - CURB RAMP STANDARDSEE 6 PLAN F-10.12 CURB RAMP LANDING AND NOT 1 3/8" (IN) EXPANSION JOINT (TYP.) - SEE STANDARD PLAN F-30.10 SECTION O O CONTRACTION JOINT (TYP.) - SEE STANDARD PLAN F-30.10 (ALONG INSIDE RADIUS AT BACK OF WALKWAY) FOR CURB RAMP LENGTHS GREATER THAN 8' - 0" PROVIDE CONTRACTION JOINT EQUALLY SPACED 4'- 0" MIN. OC. "CEMENT CONCRETE CURB RAMP TYPE COMBINATION" PAY LIMIT - SEE NOTE 6 BUFFER TOP OF STRIP ROADWAY ° D . D CEMENT CONCRETE CURB AND GUTTER - SEE NOTES 4 & 6 ISOMETRIC VIEW TYPE COMBINATION PAY LIMIT LEGEND CURB RAMP SLOPE IN EITHER DIRECTION 1.5 OR FLATTER RECOMMENDED FOR * DESIGN/FORMWORK (2% MAX.) * * 7.5% OR FLATTER RECOMMENDED FOR DESIGN/FORMWORK (8.3% MAX.) ®F WAS�J�� QZ �0 j 28680 COMBINATION CURB RAMP STANDARD PLAN F-40.14-03 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION STATE DESIGN ENGINEER MoR Washington State Department of Transportation MATCH SIDEWALK WIDTH -- 4' 0" MIN. -- SEE CONTRACT PLANS 3/8" (IN) EXPANSION JOINT - SEE STANDARD PLAN F-30.10 SIDEWALK - SEE NOTE 6 BUFFER STRIP SEE CONTRACT PLANS J J w ❑ ❑ J Z X w D_ r co Z Q PEDESTRIAN CROSSING CLOSURE SIGN GRADE BREAK SIDEWALK - SEE NOTE 6 PEDESTRIAN CURB - SEE NOTE 10 PEDESTRIAN CURB - MATCH SIDEWALK WIDTH - 4' 0" MIN. SEE NOTE 10 SEE CONTRACT PLANS LANDING 3/8" (IN) EXPANSION JOINT - SEE 5' - 0" MIN. 3„ R STANDARD PLAN F-30.10 / U) (:0 v 0 SIDEWALK - U SEE NOTE 6 DETECTABLE WARNING SURFACE BUFFER C SEE STANDARD PLAN F-45.10 STRIP CURB AND GUTTER - SEE NOTE 5 PEDESTRIAN CROSSING CURB RAMP CLOSURE SIGN FACE OF CURB PLAN VIEW TYPE SINGLE DIRECTION A 15'- 0" MAX (TYP.) SEE NOTE 8 GRADE BREAK CURB RAMP 1 SECTION OA DETECTABLE WARNING SURFACE - SEE STANDARD PLAN F-45.10 GRADE BREAK GRADE BREAK COUNTER SLOPE SIDEWALK - 5.0 /o MAX. SEE NOTE 6 TOP OF ROADWAY MATCH SIDEWALK WIDTH - 4' 0" MIN. SEE CONTRACT PLANS CURB RAMP LANDING 5' - 0" MIN. C / 3„ R. 5'- 0" MINI ,;;:3" R. BUFFER STRIP PEDESTRIAN CURB - SEE NOTE 10 C DETECTABLE WARNING SURFACE SEE STANDARD PLAN F-45.10 CURB AND GUTTER - SEE NOTE 5 FACE OF CURB RAMP CURB PLAN VIEW TYPE SINGLE DIRECTION B 15' - 0" MAX (TYP SEE NOTE 8 LANDING DEPRESSED CURB AND GUTTER - CURB RAMP SEE STANDARD PLAN F-10.12 O CONTRACTION JOINT (TYP.) - SEE STANDARD PLAN F-30.10 FOR CURB RAMP LENGTHS GREATER THAN 8'- 0" PROVIDE CONTRACTION JOINT EQUALLY SPACED 4' - 0" MIN. OC. "CEMENT CONCRETE CURB RAMP 1Y LIMIT - ISOMETRIC VIEW TYPE SINGLE DIRECTION A PAY LIMIT 1" (IN) RADIUS CORNER PEDESTRIAN CURB - 90' ANGLE - RADIUS MAY VARY DETAIL OC GRADE BREAK 15- 0" MAX (TYP. SEE NOTE 8 i 4 LANDING 1 SECTION O (ALONG INSIDE RADIUS AT BACK OF WALKWAY) "CEMENT CONCRE- TYPE SINGLE DIRECTION DETECTABLE WARNING ® SURFACE - SEE STANDARD PLAN F-45.10 DEPRESSED CURB AND GUTTER - SEE NOTE 5 NOTES 1. This plan is to be used where pedestrian crossing in one direction is not permitted. 2. At marked crosswalks, the connection between the Landing and the roadway must be contained within the width of the crosswalk markings. 3. Where "GRADE BREAK" is called out, the entire length of the grade break between the two adjacent surface planes shall be flush. 4. Do not place Gratings, Junction Boxes, Access Covers, or other appurten- ances on any part of the Curb Ramp or Landing or in the Depressed Curb and Gutter where the Landing connects to the roadway. 5. See Contract Plans for the curb design specified. See Standard Plan F-10.12 for Curb, Curb and Gutter, Depressed Curb, Gutter and Pedestrian Curb details. 6. See Standard Plan F-30.10 for Cement Concrete Sidewalk Details. See Contract Plans for width and placement of sidewalk. 7. The Bid Item "Cement Concrete Curb Ramp Type _" does not include the adjacent Curb, Curb and Gutter, Depressed Curb and Gutter, Pedestrian Curb, or Sidewalks. 8. The Curb Ramp length is not required to exceed 15 feet (unless shown otherwise in the Contract Plans). When applying the 15-foot max. length (measured from back of sidewalk) the running slope of the curb ramp is allowed to exceed 8.3%. Use a single constant slope from bottom of ramp to top of ramp to match into the sidewalk over a horizontal distance of 15 feet. 9. Curb Ramps and Landings shall receive a broom finish. See Standard Specifications 8-14. 10. Pedestrian Curb may be omitted if the ground surface at the back of the Curb Ramp and/or Landing will be at the same elevation as the Curb Ramp or Landing and there will not be material to retain. / GRADE BREAK LEGEND SIDEWALK -- SLOPE IN EITHER DIRECTION SEE NOTE 6 * 1.5 OR FLATTER RECOMMENDED FOR DESIGN/FORMWORK (2% MAX.) * * 7.5% OR FLATTER RECOMMENDED FOR DESIGN/FORMWORK (8.3% MAX.) CURB RAMP SEE NOTE 7 ISOMETRIC VIEW TYPE SINGLE DIRECTION B PAY LIMIT ®F WAS�J�� QZ �® j 28680 ONAL SINGLE DIRECTION CURB RAMP STANDARD PLAN F-40.16-03 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION STATE DESIGN ENGINEER MoR Washington State Department of Transportation J J w 0 0 J Z w LL r m 11 u n A TRUNCATED DOME SPACING SEE NOTE 3 WALKWAY CURB RAMP r ao - III B TRUNCATED DOME SECTION O SEE STANDARD SPECIFICATIONS FOR COLOR OF SURFACE TRUNCATED DOME DETAILS w Y o a w m OFFSET LANDING SEE NOTE 7 // MIN. MAX. A 1.60" 2.40" B 0.65" — C 0.45" 0.90" D 0.9" 1.40" E 0.2" 1 0.2" WIDTH OF WALKWAY WALKWAY DETECTABLE WARNING SURFACE (DWS) - SEE NOTE 3 BACK OF CURB SINGLE DIRECTION CURB RAMP (GRADE BREAK BETWEEN CURB AND LANDING 5 5 FT. FROM BACK OF CURB) (SEE NOTE 5) CURB RAMP WALKWAY a.. w Y LANDING BACK OF CURB - SEE NOTE 2 SINGLE DIRECTION CURB RAMP (GRADE BREAK BETWEEN CURB AND LANDING > 5 FT. FROM BACK OF CURB) (SEE NOTE 5) CURB RAMP WALKWAY - BACK OF CURB SEE NOTE 2 WHEELCHAIR DIRECTION OF TRAVEL CURB RAMP, LANDING, CUT - THROUGH OR WALKWAY SEE TRUNCATED DOME DETAIL - THIS SHEET BACK OF CURB -- SEE NOTE 2 DETECTABLE WARNING SURFACE (DWS) - SEE NOTE 3 2' - 0" MIN. TYP. OF ALL :::.......,, APPLICATIONS CURB AND GUTTER LANDING, CUT -THROUGH OR WALKWAY DETECTABLE WARNING SURFACE DETAIL LANDING 9I_1:40 BACK OF CURB SEE NOTE 2 JJ/14:�►�%\'1 CURB RAMP 9A1:0 DETECTABLE WARNING SURFACE (DWS) SEE NOTE 3 WIDTH OF CURB RAMP WIDTH OF PERPENDICULAR CURB RAMP WALKWAY (SEE NOTE 6) WIDTH OF CURB RAMP, LANDING, OR WALKWAY DETECTABLE WARNING SURFACE (DWS) SEE NOTE 3 DETECTABLE WARNING SURFACE (DWS) - SEE NOTES 3 & 6 CURB RAMP LANDING � r- WALKWAY \\_ DETECTABLE WARNING WIDTH OF SURFACE (DWS) - SEE NOTE 3 PARALLEL CURB RAMP (SEE NOTE 6) z iD z RAIL m � PATH OR WALKWAY PEDESTRIAN RAILROAD CROSSING WIDTH OF CUT - THROUGH (TYP.) 1 NOTES 1. Permanent Detectable Warning Surfaces (DWS) shall extend the full width of the curb ramp, landing, or other roadway entrance as applicable. Exception: If the Manufacturer of the DWS requires a concrete border around the DWS, a variance of up to 2" (in) on each side of the DWS is permitted. 2. Permanent Detectable Warning Surfaces (DWS) shall be placed on a minimum 4" (in) thick concrete pad. The DWS panel shall be placed adjacent to the back of the curb and with no more than a 2" (in) gap between the DWS and the back of the curb measured at the center of the DWS panel. Exception: If the Manufacturer of the selected DWS requires a concrete border around the DWS, a variance of up to 2" (in) from the back of the curb is permitted (measured at the leading corners of the DWS panel). 3. The rows of truncated domes shall be aligned to be parallel to the direction of travel, and perpendicular to the grade break at the back of curb. 4. If curb and gutter are not present, such as a shared -use path connection, the Detectable Warning Surface shall be placed at the pavement edge. 5. See Standard Plans for sidewalk and curb ramp details. 6. If a curb ramp is required, the location of the Detectable Warning Surface must be at the bottom of the ramp and within the required distance from the rail crossing. 7. When the grade break between the curb ramp and the landing is less than or equal to 5 ft. from the back of curb at all points, place the Detectable Warning Surface on the bottom of the curb ramp directly above the grade break. 8. Glued or stick down Detectable Warning Surfaces are allowed only for temporary work zone applications. DETECTABLE WARNIN SURFACE (TYP.) - SEE NOTE 3 BACK OF CURB SEE NOTES 2 & 8 ISLAND CUT -THROUGH DETECTABLE WARNING SURFACE (TYP.) - SEE NOTES 3 AND 8 r WIDTH OF CUT -THROUGH P MEDIAN CUT -THROUGH WIDTH OF SHARED - USE PATH OR WALKWAY (TYP.) WIDTH OF CUT -THROUGH (TYP.) ROUNDABOUT SPLITTER ISLAND DETECTABLE WARNING SURFACE (DWS) - SEE NOTES 3 & 4 PLACEMENT GUIDELINES SHARED -USE PATH CONNECTION LEGEND � DIRECTION OF TRAVEL Aug 30, 2021 DETECTABLE WARNING SURFACE STANDARD PLAN F-45.10-03 SHEET 1 OF 1 SHEET SIGN POST -- 2" (IN) OR 2 1/4" (IN) SQUARE, 12-GAGE STEEL TUBE FINISHED GROUND LINE J J W r) J z X w w m z ry 0 :7:—F SIGN POST - 2 1/4" (IN) SQUARE, 12-GAGE STEELTUBE SIGN POST- 2" (IN), 2 1/4" (IN), OR 2 1/2" (IN) a o c o w N SQUARE, 12-GAGE o w N N x H STEEL TUBE N= C7 x C1 f- O (0 Q w N g Z O z Za O 00 w o a = tU TOP OF LOWER o� a w o a a CIOO SQUARE TUBE o p v~i 0 w - ^ = FINISHED ai = w 7 FINISHED w GROUND w W GROUND °' W LINE W = LINE tt mCn COMPACTED NATIVE BACKFILL MATERIAL �AM DI. ELEVATION TYPE ST-1 SIGN SUPPORT TOP OF SIGN TOP OF SIGN POST W Of 0 > 0 0 0 0 O SIGN PANEL ° 0 O 0 0 0 O 0 B O 0 0 (n O w O 0 Q � o 0 O 0 BOTTOM ° OF SIGN ° VIEW O SIGN POST io co w T. STABILIZER FIN m o Z2� H CLEAN -OUT BAR w Cl) BOLT STOP w FOR SIGN POST ANCHOR LEG ANGLE N w O z w w S LOWER SIGN POST SUPPORT - 2 1/2" (IN) SQUARE, 12-GAGE STEEL TUBE ELEVATION L12" COMPACTED NATIVE BACKFILL MATERIAL TYPE ST-'% SIGN Al IPPr)PT DIAM. ELEVATION TYPE ST-2 SIGN SUPPORT �` SIGN POST m ® SIGN ® ® POST ® ® LOWER SIGN ® ® POST SUPPORT BURIED DEPTH POST SIZE 2' - 6" 2" 2 1/4" 3' 0" 2 1/2" SIGN POST o WEDGE STABILIZER FIN HEX BOLT WITH NUT AND WASHER (TYP.) ANCHOR LEG ANGLE BOLT STOP FOR SIGN POST SIGN PANEL SIGN BRACE, WHEN REQUIRED - SEE STD. PLAN G-50.10 SIGN POST - 2 1/2" (IN) SQUARE, 12-GAGE STEEL TUBE (SEE NOTE 3) BOTTOM OF SIGN z O FINISHED GROUND LINE m in CLEAN OUT BAR o ;In I 0 N C7 TOP OF z LOWER SQUARE a TUBE o Q w "v GO u x 0 GO x H 0 a 2 NOTES 1. Dimensions for the parts used to assemble the base con- nections are intentionally not shown. Base connections are patented, manufactured products that are in compliance with NCHRP 350 crash test criteria. The base connection details are shown on this plan only to illustrate how the parts are assembled. 2. For "H1", refer to the Sign Specification Sheet in the Contract. 3. A 2" (in) post with a 2 1/4" (in) PSST anchor or a 2 1/4" (in) post with a 2 1/2" (in) PSST anchor may N be substituted. See Contract Plans. w 4. Perforated square steel post shall meet the requirements of 0 z Standard Specification, Section 9-06. w u 5. Use only base connection manufacturer supplied hardware that meets the requirements of Standard Specification, Sections 9-06 and 9-28. BOLT STOP FOR SIGN POST NYLON WASHER 7/16" (IN) INSIDE DIAMETER (I.D.) STEEL FLAT WASHER 3/8" (IN) DIAM. x LOWER SIGN POST 3 1/2" (IN) LONG SUPPORT - 3" (IN), HEX HEAD BOLT 7-GAGE, HOT -DIP GALV., HEAVY-DUTY ANCHOR SIGN PANEL COMMERCIAL CONCRETE ELEVATION TYPE ST-4 SIGN SUPPORT 4p SIGN POST ® m ® m ® m o m LOWER SIGN POST SUPPORT FLANGED SHOULDER BOLT WITH NUT AND WASHERS - 2 REQUIRED (TYP.) BOLT STOP FOR SIGN POST 3/8" (IN) HEX HEAD NUT 7/16" (IN) I.D. STEELLOCK WASHER SIGN POST DETAIL (�) C. Np�� ®� of WASy �0 � 2 5 T C3 ti��sv I®NAL STEEL SIGN SUPPORT TYPES ST-1 - ST-4 INSTALLATION DETAILS STANDARD PLAN G-24.50-05 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION STATE DESIGN ENGINEER Washington State Department of Transportation TYPE STA TYPE ST-2 TYPE ST-3 TYPE ST-4 U) z W x W m J J_ m } m z POST BASE ASSEMBLY CHAIN FINISHED GRADE � m N 7,A 0 o � 0 z'p D io 1/8 p o � p CONCRETE FOOTING - p o' COMMERCIAL CONCRETE o , p . PIPE DRAIN ° �° 000 ° Oo 0 ° 3/4" I.D. 7" LONG O 000�00000Q000 ° �0 0�o0 to GRANULAR, FREE oqo() Oo�00� moo DRAINING MATERIAL 1/8" PLATE 3/4" COVER PLATE SECTION (�) 4 3/4" DIAM. 1/8" f "T� N m SEAL WELD I� 8 1/2" '1 TOP PLATE DIRECTION OF PEDESTRIAN/ BICYCLE TRAFFIC I - 2 1/2" DI/ " 1/8" x 1 SQUARE PL POST SI BASE P DIAM. N 0 o ROUND FOOTING POST SLEEVE DIRECTION OF PEDESTRIAN/ BICYCLE TRAFFIC J SQUARE FOOTING PLAN VIEW r� N 1O PAINT ASSEMBLY WITH A "HIGHLY VISIBLE" COLOR. (SAFETY YELLOW IS ACCEPTABLE) AIN - GRADE 3, i CAM <�> BASE ASSEMBLY l8" PLATE T S STEEL PIPE - ASTM A 53, NPS 4 (4" NOM.), SCHEDULE 40 3/4" DIAM. WELD TO TOP PLATE DRAIN HOLE 1 1/4" x 2", FULL SURFACE, HEAVY DUTY, WELD -ON HINGE 1/8" PLATE LO 1/8" x 4 1/2" DIAM. 1/2" CHAMFER STEEL PLATE 1/8 (TYP.) 511 CAP AND HINGE BASE PLATE STEEL CAP PLATE 1/8 1/2" REFLECTIVE TAPE (TYP.) V STEEL PIPE - ASTM A 53, NPS 3 (3" NOM.), SCHEDULE 80 1/2" REFLECTIVE TAPE (TYP.) 1/8 1/4'.x 1 1/2' x 2" STEEL PLATE WITH ROUNDED CORNERS AND 3/4" CENTERED HOLE iT CV POST NOTE This bollard does not have an effective breakaway design feature and cannot be installed within the Design Clear Zone. ®F WAsg)� 0 N z p a 40 / O 44 �0 �� 24557 �`Z� cISTE� ��w3Q IONAL t aWQ` EXPIRES JUNE 19, 2010 ° m BOLLARD TYPE 1 STANDARD PLAN H-60.10-01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich 111 07-03-08 STATE DESIGN ENGINEER DATE MAP Washington State Department of Transportation U) z w IY w m J J m } m z 0 2x2 WOOD POST FENCING MATERIAL STAPLE TOP TIE SELF-LOCKING TIE — NYLON 6/6 (MIN. GRADE), 50# MIN. TENSILE STRENGTH, UV STABILIZED FENCING MATERIAL ela. 0 c HIGH DENSITY POLYETHYLENE OR POLYPROPYLENE MESH, AND SHALL BE UV RESISTANT, ORANGE COLOR 1'- 0" MIN. (DEEPER FOR UNSTABLE SOIL) io d F 1 2' - 0" (DESIRABLE) TYPICAL SECTION STEEL T-BAR POST SELF-LOCKING TIE — NYLON 6/6 (MIN. GRADE), 50# MIN. TENSILE STRENGTH, UV STABILIZED 6' - 0" MAX. � fi fi fi fi f>fi�:7 fi fit fi lf>> fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi V: fi f>I�� � fi � fi fi ■ fi ■ � fi fi fit lf� fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi d � fi fi ■ fi fi fi fi1 �1 fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi f>W � fi fi ■ � fi fi f>El IH fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi Bti � fi fi ■ fi fi fi fit lf>> fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fill � fi fi ■ � fi fi fit lf� fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi filti � fi fi ■ fi fi fi fi1 �1 fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi f>W � fi fi ■ � fi fi f>El IH fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi � � fi fi ■ fi fi fi fit lf>> fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fill � fi fi ■ � fi fi fit lf� fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi filti � fi fi ■ fi fi fi fit lf>> fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fill � fi fi ■ � fi fi f>fi� � fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi v � fi fi ■ fi fi fi fi1 �1 fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi f>W � fi fi ■ � fi fi fit lf� fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi filti � fi fi ■ fi fi fi fit lf>> fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fill � fi fi ■ � fi fi f>El IH fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi Hti � fi fi ■ fi fi fi fi1 �1 fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi f>W � fi fi ■ � fi fi fit lf� fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi d � fi fi ■ fi fi fi fit lf>> fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi f>I�� � fi fi ■ � fi fi f>El IH fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi Bti � fi fi ■ fi fi fi fit lf>> fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi f>I�� � fi fi ■ � fi fi fit lf� fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi d � fi fi ■ fi fi fi fi1 �1 fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi f>W � fi fi ■ � fi fi f>fi�:7 fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi V: � fi fi ■ fi fi fi fit lf>> fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fill � fi fi ■ � fi fi fit lf� fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi fi filti � fi fi ■ ra ra ra rara� t� ra ra ra ra ra ra ra ra ra ra ra ra ra ra ra ra ra ra ra rtura � ra ra ■ � ra ra rara� tttt• ra ra ra ra ra ra ra ra ra ra ra ra ra ra ra ra ra ra ra � � ra ra ■ ra ra ra rar:n tra, ra ra ra ra ra ra ra ra ra ra ra ra ra ra ra ra ra ra ra rnra � ra ra ■ �" W\ % Ayl)�'%\iAYAAYAAV/,vVAv\rnwn\vrnwn.AVhT\YA.AYA\ A\YW/ I I I I I j I I I I ENVIRONMENTALLY SENSITIVE AREA BOUNDARY ELEVATION 2x2 WOOD OR STEEL T-BAR POST NOTE 1. Post shall have sufficient strength and durability to support the fence through the life of the project. ELEVATION FENCE ON SLOPE STATE OF WASHINGTON REGISTERED LANDSCAPE ARCHITECT MARK Wo MAURER CERTIFICATE NO. 000598 HIGH VISIBILITY FENCE STANDARD PLAN 1-10.10-01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich /it 08-11-09 Adw STATE DESIGN ENGINEER DATE Washington State Department of Transportation MAP POST -SEE STD. Z SPEC. 8-01.3(9)A W W m J J_ m m oGEOTEXTILE �\ BACKFILLED & COMPACTED NATIVE SOIL BURY GEOTEXTILE IN TRENCH NOTE DURING EXCAVATION, MINIMIZE DISTURBING THE GROUND AROUND TRENCH AS MUCH AS IS FEASIBLE, AND SMOOTH SURFACE FOLLOWING EXCAVATION TO AVOID CONCENT- RATING FLOWS. COMPACTION MUST BE ADEQUATE TO PREVENT UNDERCUTTING FLOWS. TYPICAL INSTALLATION DETAIL (STEEL POSTS SHOWN) FASTEN GEOTEXTILE TO POST EVERY 6" (IN.) O.C. Z g 0 fV SELF-LOCKING TIE -NYLON 6/6 (MIN. GRADE), 120# MIN. TENSILE STRENGTH, UV STABILIZED v Z g 0 fV M �o•.•0000.,• ------ , 's •'•'• •• •o:. . •.i�'•. Q� SEE NOTE 1 N�� N�� sy 9�j Q 60 NOTES 1. Install the ends of the silt fence to point slightly upslope to prevent sediment from flowing around the ends of the fence. 2. Perform maintenance in accordance with Standard Specifications 8-01.3(9)A and 8-01.3(15). 3. Splices shall never be placed in low spots or sump locations. If splices are located in low or sump areas, the fence may need to be reinstalled unless the Project Engineer approves the installation. 4. Install silt fencing parallel to mapped contour lines. SEE NOTE 1 V / 1-1 .'� GEOTEXTILE FOR SILT FENCE - SEE ST SPECIFICATION SECTION 9-33.2 (1), TABLE 6 POST - WOOD OR STEEL (TYPICAL) FASTEN TO POST EVERY 6" O.0 �o Q TYPICAL SILT FENCE WITHOUT BACKUP SUPPORT ISOMETRIC (STEEL POSTS SHOWN) FABRIC (GEOTEXTILE) (TYPICAL) N SPLICED FENCE SECTIONS SHALL BE CLOSE ENOUGH TOGETHER TO PREVENT SILT LADEN WATER FROM ESCAPING THROUGH THE FENCE AT THE OVERLAP. SPLICE DETAIL (WOOD POSTS SHOWN) SILT FENCE STANDARD PLAN 1-30.15-02 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich /it 3122113 STATE DESIGN ENGINEER DATE Amok T Washington State Department of Transportation SEDIA SECTION VIEW NOT TO SCALE ksS LATE DEVICE DRAINAGE GRATE - RECTANGULAR GRATE SHOWN BELOW INLET GRATE DEVICE NOTES 1. Size the Below Inlet Grate Device (BIGD) for the storm water structure it will service. 2. The BIGD shall have a built-in high -flow relief system (overflow bypass). 3. The retrieval system must allow removal of the BIGD without spilling the collected material. 4. Perform maintenance in accordance with Standard Specification 8-01.3(15). ISOMETRIC VIEW RETRIEVAL SYSTEM (TYP.) OVERFLOW BYPASS (TYP.) STATE OF WASHINGTON REGISTERED LANDSCAPE ARCHITECT MARK W. MAURER CERTIFICATE NO. 000598 STORM DRAIN INLET PROTECTION STANDARD PLAN 1-40.20-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakodch III 09-20-07 STATE DESIGN ENGINEER DATE Adnk MAP Washington State Department of Transportation STAINLESS STEEL FLAT WASHER (TYP.) THREE 1/4" (IN) STAINLESS STEEL HEX NUTS 1/4" (IN) x 1 1/4" (IN) LONG L� STAINLESS STEEL THREADED STUD 3" (IN) PIPE CAP TOP OF POST POST EQUIPMENT GROUNDING WALL CONDUCTOR AND FULL CIRCLE CRIMP -ON CONNECTOR - CRIMPED WITH A MANUFACTURER'S RECOMMENDED CRIMPER 1/8 J GROUNDING CONNECTION w DETAIL 5/8" (IN) DIAMETER z Of HOLE (TYP.) w J_ 6" (IN) DIAMETER BOLT CIRCLE ANCHOR BOLT TEMPLATE 5/8" (IN) DIAMETER HOLE (TYP.) 6" (IN) DIAMETER BOLT CIRCLE 3 9/16" (IN DIAMETEF HOLE 1/2" (IN STEEL PLATE EQUIPMENT GROUNDING CONDUCTOR w 3" (IN) PIPE CAP TOP OF POST -�- --------- GROUNDING CONNECTION - SEE DETAIL AT LEFT o EQUIPMENT GROUNDING CONDUCTOR — — — M — W FIELD DRILL AND TAP FOR = 1/4-20 THREAD BOLT (TYP.) CO z * WELD STUD TO POLE WALL TO MAXIMUM EXTENT POSSIBLE (1/2" (IN) MINIMUM WELD) 1 1/2" (IN) DIAMETER HOLE 1/4" (IN) STEEL PLATE 3" (IN) STEEL PIPE BASE PLATE DETAIL (SCHEDULE 40) 3/16' m 3/8" (IN) DRAIN TUBE N > E W I; W _ - - - - A 5/8" (IN) DIAMETER - HOLE POST DETAIL PEDESTRIAN PUSHBUTTON POST - 3" STEEL PIPE (SCHEDULE 40) 3/4" (IN) CHAMFER (TYP.) N X Q FINISHED GRADE BASE PLATE ASSEMBLY - 1/2" (IN) DIAMETER STEEL HEAVY HEX NUT, WITH FLAT WASHER, TWO EACH REQ'D. PER ANCHOR BOLT - MIN. OF TWO THREADS ABOVE TOP OF NUT OR 5/8" (IN) MAXIMUM (TYP.) GROUT PAD - INSTALL AFTER PLUMBING STANDARD 6 ° 2" (IN) LONG PVC STUBOUT 0 1" (IN) DIAMETER ELECTRICAL c DETAIL O CONDUIT O N V-r tD 1" (IN) DIAMETER ELECTRICAL CONDUIT 6" 1'- 6" SQUARE FOUNDATION DETAIL NOTES 1. See Standard Plan J-20.26 for Accessible Pedestrian Pushbutton details. 2. Where shown in the plans, install plaque (R10-32P) "PUSH BUTTON FOR 2 SECONDS FOR EXTRA CROSSING TIME" above the Accessible Pedestrian Signal (APS) assembly. Add 14" (in) to post height to accommodate plaque and leave a 2" (in) space between signs. 3. Mounting distances vary between manufacturers. See manufacturers recommendations for mounting information. 4. Junction Box serving the Standard shall preferably be located 5' - 0" (10' - 0" Max.) from the Standard. 5. Two button installation may require adaptor(s). EQUIPMENT GROUNDING CONDUCTOR CONDUIT COUPLING -- INSTALL FLUSH WITH TOP OF FOUNDATION (DO NOT GLUE PVC STUBOUT) TOP OF FOUNDATION PREMOLDED JOINT FILLER FINISHED GRADE _ ACCESSIBLE PEDESTRIAN SIGNAL (APS) ASSEMBLY 10" (IN) OR LESS DESIRABLE — 18" (IN) MAXIMUM M W 0 0-1 z O W W = (D I n v C EDGE OF = J SIDEWALK D- CD = I I I I ih I I i TOP OF ! `SIDEWALK 04 1 I ANCHOR BOLT TEMPLATE ASSEMBLY ANCHOR BOLT TEMPLATE - TWO REQUIRED 1/2" (IN) x 18" (IN) FULL THREAD ANCHOR BOLT - FOUR REQUIRED PER ASSEMBLY 1/2" (IN) DIAMETER STEEL HEAVY HEX NUTS - FOUR REQUIRED PER ANCHOR BOLT FLAT WASHERS - FOUR REQUIRED - PER ANCHOR BOLT �1 COMMERCIAL CONCRETE PERSPECTIVE VIEW ELEVATION ®F WA6yf����y �, Qz -160 48821 c�1 TE�� ` b� NAL ACCESSIBLE PEDESTRIAN PUSHBUTTON POST (PPB) AND FOUNDATION STANDARD PLAN J-20.10-04 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION STATE DESIGN ENGINEER MoR Washington State Department of Transportation J J w 0 0 J z w ILL m z 0 1T#4 L 3/4" (IN) CHAMFER (TYP) FINISHED GRADE 2 # 4 (TYP.) TOP OF POST N 3" (IN) PIPE CAP NOTES 1. See Standard Plan J-20.26 for Accessible Pedestrian Pushbutton details. 0 2. Where shown in the plans, install plaque (R10-32P) "PUSH BUTTON FOR 2 SECONDS FOR EXTRA GROUNDING CONNECTION - Q SEE DETAIL = � CROSSING TIME" above the Accessible Pedestrian Signal (APS) assembly. Add 14" (in) to the PPB post height to • I = � accommodate plaque and leave a 2 (in) space between signs. ACCESSIBLE PEDESTRIAN 3. Mounting distances vary between manufacturers. See manufacturers recommendations for mounting information. I• SIGNAL APS ASSEMBLY ( ) 4. Junction Box servingthe Standard shall preferably be located 5' - 0" (10' - 0" Max.) from the Standard. A p y 0 0Supplemental r ndin n r hll non-insulated#4AW rn r n hll clamped vertical r r 5 Grounding g Conductor shall be G stranded ded copper and shall be c a ped toeba N a with a connector suitable for use embedded in concrete: Provide 3' - 0" min. slack. Attach to pole grounding stud with a full N FIELD DRILL AND TAP FOR 0 circle crimp -on connector (crimped with a manufacturer recommended crimper). 1/4-20 THREAD BOLT (TYP.) w 6. Two button installation may require adaptor(s). 2 1/2" CLR. 3 1/2" 7" (TYP.) 1/2" (IN) STEEL 1'- 6" PLATE SQUARE 5/8" (IN) DIAM. HOLE (TYP.) Ji PLAN VIEW Q z z # 4 (TYP.) 1 1/2" CLR. T 2 1/2" (IN) CLR. 1" (IN) DIAMETER ELECTRICAL CONDUIT 1'-6" SQUARE SECTION (�) 6" (IN) DIAM. 0 w BOLT CIRCLE o U) L ©.� - \O I I o_ 3 9/16" (IN) DIAM. 3" (IN) STEEL PIPE HOLE (SCHEDULE 40) BASE PLATE DETAIL TOP OF SIDEWALK PREMOLDED JOINT FILLER # 4 (TYP.) ANCHOR BOLT TEMPLATE ASSEMBLY:;=i 0� iv ANCHOR BOLT TEMPLATE -TWO REQUIRED 0 1/2" (IN) X 24" (IN) FULL THREAD ANCHOR BOLTS - FOUR REQUIRED 1/2" (IN) DIAM. STEEL HEAVY HEX NUTS - FOUR REQUIRED PER ANCHOR BOLT FLAT WASHERS -- FOUR REQUIRED PER ANCHOR BOLT REINFORCING STEEL BENDING DIAGRAM SEE STD. SPEC. SECTN. 9-07.1(2) FOR BENDING DIAMETERS 135' HOOK O (TYP.) of #4 0 #4 DIMENSIONS ARE OUT TO OUT m o -1I--- ---- I�--------T OF PUSHBUTTON 5/8" (IN) DIAM. HOLE 3" (IN) STEEL PIPE (SCHEDULE 40) ifl M EQUIPMENT GROUNDING CONDUCTOR 1/2" (IN) BASE PLATE - SEE DETAIL 1 # 4 (TYP.) D D li B 1 112" CLR. (TYP.) PREMOLDED JOINT FILLER 1/4" (IN) STEEL PLATE 5/8" (IN) DIAM. HOLE (TYP.) 6" (IN) DIAM. BOLT CIRCLE _ 'O/ PIPE CAP TOP OF POST - 1 1/2" (IN) DIAM. HOLE STAINLESS STEEL FLAT WASHER (TYP.) L� U 1/4" (IN) X 1-1/4" (IN) LONG POST WALL STAINLESS STEEL THREADED STUD EQUIPMENT GROUNDING THREE 1/4" (IN) STAINLESS CONDUCTOR AND FULL CIRCLE STEEL HEX NUTS CRIMP -ON CONNECTOR - CRIMPED WITH A MANUFACTURER'S RECOMMENDED CRIMPER GROUNDING CONNECTION DETAIL * WELD STUD TO POLE WALL TO MAXIMUM EXTENT POSSIBLE - 1/2" (IN) MINIMUM WELD CONFIGURATIONS VARY AMONG DIFFERENT MANUFACTURERS EQUIPMENT GROUNDING CONDUCTOR BASE PLATE ASSEMBLY - 1/2" (IN) DIAMETER STEEL HEAVY HEX NUT, WITH 1/2" (IN) FLAT WASHER, TWO EACH REQUIRED PER 3/16 ANCHOR BOLT - MINIMUM OF TWO THREADS ABOVE CD TOP OF NUT OR 5/8" (IN) MAXIMUM (TYP.) 77 1/2" (IN) STEEL BASE PLATE _ is ANCHOR BOLT TEMPLATE GROUT PAD - INSTALL AFTER PLUMBING 3/8" (IN) DRAIN TUBE ° 1/8 c- STANDARD TOP OF CURB = `_'` 2" (IN) LONG CONDUIT COUPLING - INSTALL _, _; D PVC STUBOUT FLUSH WITH TOP OF FOUNDATION. p (DO NOT GLUE PVC STUBOUT) TOP OF SECTION O SIDEWALK n ANCHOR BOLT TEMPLATE ASSEMBLY # 4 (TYP.) 1" (IN) DIAM ETERpa®-a ELECTRICAL CONDUIT 6" V - 6" ELEVATION TYPE PPB STANDARD DETAILS PERSPECTIVE VIEW VLIN7, WAs ®F °���, �, Qz �0 48821 ST��� ��I®NAL ACCESSIBLE PEDESTRIAN PUSHBUTTON WITH CURB BASE STANDARD PLAN J-20.11-03 SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION STATE DESIGN ENGINEER MoR Washington State Department of Transportation 6" (IN) DIAMETER HOLLOW IN CENTER OF GROUT PAD ® # 4 �3 #4 • 0 2 1/2" CLR. (TYP.) 2'- 0" Ll SQUARE 91, 1" (IN) DIAMETER HOLE (TYP.) 0) 9" (IN) DIAMETER BOLT CIRCLE 3/4" (IN) STEEL PLATE WITH J HOLE = POLE BASE + 1/6" (IN) BASE PLATE DETAIL PLAN VIEW FOUNDATION DETAILS TYPE PS OR TYPE 1 SIGNAL POLE ©# 4 (TYP.) ( #4 REINFORCING STEEL QUANTITIES LIST MARK (3) ® ( QTY- 3 2 3 1 7 R Y G ACCESSIBLE PEDESTRIAN SIGNAL (APS) ASSEMBLY TYPE PS OR TYPE 1 SIGNAL POLE (TYPE 1 SHOWN) HAND HOLE r c� 1/4" (IN) STEEL �O ®# 4 - LATE Fn 1" (IN) DIAMETERMBOLTCIRCLE HOLE (TYP.)1 1/2" (IN) DIAMETER 'vl\ ANCHOR BOLT TEMPLATE REINFORCING STEEL BENDING DIAGRAM SEE STD. SPEC. 9-07.1(2) FOR BENDING DIAMETER 135° 1' - 7" HOOK (TYP.) 135' HOOK #4 O (TYP.) - #4 -1--7-- 2'- 7" 3'-2" ( #4 © #4 DIMENSIONS ARE OUT TO OUT 0 <V ELECTRICAL CONDUIT - SEE CONTRACT FOR DIAMETER ANCHOR BOLT TEMPLATE ASSEMBLY ANCHOR BOLT TEMPLATE -- TWO REQUIRED 3/4" (IN) X 36" (IN) FULL THREAD ANCHOR BOLT - FOUR REQUIRED 3/4" (IN) DIAM. STEEL HEAVY HEX NUTS - FOUR REQUIRED PER ANCHOR BOLT FLAT WASHERS - FOUR REQUIRED PER ANCHOR BOLT, PREMOLDED JOINT FILLER N 2 1/2" CLR. iv (TYP.) N U 2' - 0" SQUARE ELEVATION FOUNDATION DETAIL 0 ao GROUNDING CONNECTION - SEE STANDARD PLAN J-20.20 EQUIPMENT GROUNDING CONDUCTOR SUPPLEMENTAL GROUNDING BASE PLATE ASSEMBLY - CONDUCTOR (SEE NOTE 5) 3/4" (IN) DIAMETER STEEL HEAVY HEX NUT, 3/4" (IN) STEEL BASE PLATE - SEE DETAIL WITH FLAT WASHER, TWO EACH REQ'D PER ANCHOR BOLT - MINIMUM OF GROUT PAD - INSTALL AFTER TWO THREADS ABOVE TOP OF NUT PLUMBING STANDARD OR 5/8" (IN) MAXIMUM (TYP.) 3/8" (IN) I.D. DRAIN TUBE LEVELING NUT (TYP.) IN GROUT PAD # 4 2" (IN) LONG PVC STUBOUT 3/4" (IN) CHAMFER I (TYP.) T FINISHED 1 GRADE 1" TO 2" -; -' TOP OF FOUNDATION - FLUSH WITH SIDEWALK m TOP OF SIDEWALK 6" (IN) DIAM. HOLLOW I IN CENTER OF � GROUT PAD ' ' 2 1/2" CLR. _ PREMOLDED JOINT FILLER SUPPLEMENTAL GROUNDING CONDUCTOR CLAMP (SEE NOTE 5) III ANCHOR BOLT ELECTRICAL CONDUIT - SEE CONTRACT FOR DIAMETER SECTION (D ) PERSPECTIVE VIEW TYPE 1 SIGNAL STANDARD DETAILS ;OUPLING - INSTALL FLUSH WITH TOP OF DN. (DO NOT GLUE PVC STUBOUT) YLINT I/ ®F WA882 Sgj���y ACCESSIBLE PEDESTRIAN PUSHBUTTON WITH CURB BASE STANDARD PLAN J-20.11-03 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION STATE DESIGN ENGINEER Washington State Department of Transportation J J W J z X W LL r m 3" (IN) PEDESTRIAN PUSHBUTTON POST BRACKET ADAPTER (TYP.) ANCHOR FERRULE (TYP.) TOP OF FOUNDATION 3/4" (IN) CHAMFER _ (TYP-) O X z CV 3" (IN) PIPE CAP GROUNDING CONNECTION - SEE DETAIL EQUIPMENT GROUNDING ANCHOR CONDUCTOR COUPLING (TYP.) BRACKET (TYP.) SHIM (TYP.) - NO MORE THAN TWO PER COUPLING EXPLODED VIEW BREAKAWAY BASE CONNECTOR (SEE NOTE 1) I I vl I I I I � I I• D . I - I I I v O v D I'I l e D p I I I D _ III FIELD DRILL AND TAP FOR 1/4-20 THREAD BOLT (TYP.) 5/8" (IN) DIAMETER HOLE PEDESTRIAN PUSHBUTTON POST - 3" (IN) STEEL PIPE (SCHEDULE 40) 3" (IN) PEDESTRIAN PUSHBUTTON POST BRACKET ADAPTER (TYP.) BRACKET (TYP.) COUPLING BOLT (TYP.) 3" (IN) PEDESTRIAN PUSHBUTTON POST ANCHOR COUPLING (TYP.) EQUIPMENT GROUNDING SHIM (TYP.) TOP OF PAVED SURFACE CONDUCTOR BRACKET ADAPTER o BRACKET (TYP.) -' PREMOLDED COUPLING BOLT ° JOINT FILLER (TYP.) COMMERCIAL . CONCRETE N DANCHOR FERRULE SHIM (TYP.) D (TYP.) 4 T ANCHOR FERRULE (TYP.) 1" (IN) DIAMETER ELECTRICAL CONDUIT 1" (IN) DIAM. ELECTRICAL CONDUIT 6" f T SQUARE FOUNDATION DETAIL 1" THREAD TOP OF POST I I I I I I � I I � I I I I p I I I I I I I I I I I I I I I I I I I to W Q CO Z W W I I I II - - TT_ - O i - - -- b -- in u I = POST DETAIL DETAIL (�) m ih NOTES 1. See Standard Specification 9-06.16 for Breakaway Base Connection details. Dimensions for the parts used to assemble the base connections are intentionally not shown. Base connections are patented manufactured products that are in compliance with NCHRP 350 crash test criteria. The Breakaway Base Connection details are only shown on this plan to illustrate how parts are assembled. 2. See Standard Plan J-20.26 for Accessible Pedestrian Pushbutton details. 3. Secure conductor in adjacent Junction Box per detail in Standard Plan J-28.70. 4. Where shown in the plans, install plaque (R10-32P) "PUSH BUTTON FOR 2 SECONDS FOR EXTRA CROSSING TIME" above the Accessible Pedestrian Signal (APS) assembly. Add 14" (in) to post height to accommodate plaque and leave a 2" (in) space between signs. 5. Mounting distances vary between manufacturers. See manufacturer's recommendations for mounting information. 6. Junction Box serving the Standard shall preferably be located 5' - 0" (10' - 0" Max.) from the Standard. PIPE CAP 1/8 STAINLESS STEEL W TOP OF POST FLAT WASHER (TYP.) z 1/4" (IN) x 1 1/4" (IN) LONG STAINLESS STEEL aj N THREADED STUD POST WALL a THREE 1/4" (IN) STAINLESS STEEL HEX NUTS EQUIPMENT GROUNDING CONDUCTOR AND FULL CIRCLE CRIMP -ON CONNECTOR - CRIMPED WITH A MANUFACTURER'S RECOMMENDED CRIMPER GROUNDING CONNECTION DETAIL tlr WELD STUD TO POLE WALL TO MAXIMUM EXTENT POSSIBLE - 1/2" (IN) MINIMUM WELD CONFIGURATIONS VARY AMONG DIFFERENT MANUFACTURERS (SHOWN EXPLODED FOR CLARITY) TOP\FOUNDATION \ ANCHOR COUPLING µ11i� (TYP.) CONDUIT COUPLING - INSTALL FLUSH WITH TOP OF FOUNDATION (DO NOT GLUE PVC STUB -OUT) EDGE LINE J®SEp� oV WAsyt�c t�plrsol___ oNAL ACCESSIBLE BREAKAWAY PEDESTRIAN PUSHBUTTON (PPB) POST STANDARD PLAN J-20.15-03 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION STATE DESIGN ENGINEER T Washington State Department of Transportation TAPER DIVIDER ENDS TO MATCH INSIDE — TAPER OF BOX BOX INTERIOR LENGTH - 1/16" 0 O 5/16" (IN) x 1" (IN) S. S. .) (TYP1/4 U COUPLING NUT 5/16" (IN) x 1 1/2" (IN) S. S. SET SCREW (TYP.) (TYP) U) 10 GAGE J GALVANIZED m DIVIDER PLATE STEEL SIDE VIEW 3 ELEVATION VIEW (FOR TYPE 2 JUNCTION BOX ONLY) 0 A LID SUPPORT (TYP.) C (SEE NOTE 3) E 3/16" (TYP.) GROUND STUD (SEE NOTE 4) COUPLING NUT FOR ALTERNATIVE 2 — SEE SHEET 2 LID LIFTING NOTCH — 1/4" (IN) x 3/4" (IN) HEADED ANCHOR SHEAR STUD — 3/8" (IN) x 3" (IN) 10 COUNT STUDS EVENLY SPACED AROUND FRAME J (PLACE TO SIDE OF LID BOLT DOWN SUPPORT A- NGLE WHEN USING LOCK- ING DETAIL ALTERNATIVE 2) (SEE NOTE 11) 1 3/8" (IN) DIAM. HOLE WITH 1/2 - 13 x 1 1/2 STAINLESS STEEL PENTA HEAD BOLT BOLT PLATE — SEE DETAIL TOP OF SOIL SURFACE OR FINISHED GRADE 3/16 1 1/2(TYP.) -� ----------- --- I _ 1_____________J LID r� HOOK v 0 — — n SEE NOTE 7 r , hh ll I I LI I I I I C I I I I I I � 3/4 (TYP.) 3/1 3/16 3/4 B 1 1/4" GAP (TYP.) 4" FOR HOOK RELEASE (TYP.) LOCKING LID STANDARD DUTY JUNCTION BOX (CONDUITS NOT SHOWN) A GROUNDING STUD 1 1/2" MIN. (SEE NOTE 4) E 3/8" (IN) STEEL 3/16" COVER PLATE /-- LID HOOK Lf a u � O Z is JUNCTION BOX DIMENSION TABLE Y 2 ITEM BOX TYPE TYPE 1 TYPE 2 A OUTSIDE LENGTH OF JUNCTION BOX 22" 33" B OUTSIDE WIDTH OF JUNCTION BOX 17" 22 1/2" C INSIDE LENGTH OF JUNCTION BOX 18" - 19" 28" - 29" D INSIDE WIDTH OF JUNCTION BOX 13" - 14" 17" - 18" E LID LENGTH 17 5/8" 28 5/8" F LID WIDTH 12 5/8" 18 1/8" CAPACITY - CONDUIT DIAMETER 6" 12" DIAMOND PATTERN 3/8" (IN) STEEL COVER (SEE NOTE 2) LIP PLATE (TYP.) LID SUPPORT (TYP.) WELDED WIRE TYP ) FABRIC (TYP.) ( 1/8, J LLJ G m is ti HEADED ANCHOR SHEAR STUD (TYP.) (SEE NOTE 11) MIN WELDED WIRE HOOP (TYP.) WWF WIRE TIED TO (SEE NOTE 10) HEADED ANCHOR SHEAR STUD (TYP.) SECTION O PERSPECTIVE VIEW (IN) STEEL COVER LIP PLATE O Equipment Grounding CO Conductor TOP OF PAVED SURFACE TOP OF BASE COURSE O W =W O W ` 1 N 2 MIN. O W ca 3 (SEE NOTE 6) 3" a"�. d•. 2'. MIN. W Co U W MAX.a w 0 z z CRUSHED SURFACING (BASELL L COURSE OR TOP COURSE) — PER fO z O w STANDARD SPECIFICATION 9-03.9(3) N o N H C�D IT PVC 4O GRS CONDUIT -'----------------- SECTION A NOTES 1. All box dimensions are approximate. Exact configurations vary among manufacturers. 2. Minimum lid thickness shown. Junction Boxes installed in sidewalks, walkways, and shared -use paths shall have a slip -resistant coating on the lid and lip cover plate, and shall be installed with the surface flush with and matched to the grade of the sidewalk, walkway, or shared -use path. The non -slip lid shall be identified with permanent markings on the underside, indicating the type of surface treatment (see Contract Documents for details) and the year of manufacture. The permanent marking shall be 1/8" (in) line thickness formed with a mild steel weld bead and shall be placed prior to hot -dip galvanizing. 3. Lid support members shall be 3/16" (in) minimum thick steel C, L, or T shape, welded to the frame. 4. A 1/4-20 NC X 3/4" (in) stainless steel ground stud shall be welded to the bottom of the lid; include (2) stainless steel nuts and (2) stainless steel flat washers. 5. Bolts and nuts shall be liberally coated with anti -seize compound. 6. Equipment Bonding Jumper shall be # 8 AWG min. X 4' (ft) of tinned braided copper. 7. The System Identification letters shall be 1/8" (in) line thickness formed with a mild steel weld bead. See Cover Marking detail. Grind off diamond pattern before forming letters. For System Identification details, see Standard Specification 9-29.2(4). 8. When required in the Contract, provide a 10" (in) x 27 1/2" (in), 10 gage divider plate, complete, with fasteners, in each Type 2 Junction Box where specified. 9. When required in Contract, provide a 12" (in) deep extension for each Type 2 Junction Box where specified. 10. See the Standard Specifications for alternative reinforcement and class of concrete. 11. Headed Anchor Shear Studs must be welded to the Steel Cover Lip Plate and wire tied in two places to the vertical Welded Wire Fabric when in contact with each other. Wire tie all other Headed Anchor Shear Studs to the horizontal Welded Wire Fabric. 12. Lid Bolt Down Attachment Tab provides a method of retrofitting by using a mechanical process in lieu of welding. Attachment Tab shown depicts a typical component arrangement; actual configurations of assembly will vary among manufacturers. See approved manufacturers' shop drawings for specifics. 13. Unless otherwise noted in the plans or approved by the Engineer, Junction Boxes, Cable Vaults, and Pull Boxes shall not be placed within the sidewalks, walkways, shared use paths, traveled ways or paved shoulders. All Junction Boxes, Cable Vaults, and Pull Boxes placed within the traveled way or paved shoulders shall be Heavy -Duty. 14. Distance between the top of the conduit and the bottom of the Junction Box lid shall be 6" (in) min. to 8" (in) max. for final grade of new construction only. See Standard Specification 8-20.3(5). Where adjustments are to be made to existing Junction Boxes, or for interim construction stages during the contract, the limits shall be from 6" (in) min. to 10" (in) max. See Standard Specification 8-20.3(6). 1 1/2 MIN. Copper So er ess 3/8" (IN) STEEL Crimp Connector COVER LIP PLATE 3/16" O3 Equipment Bonding Jumper (See Note 6) Q See Contract for conduit size and number COVER MARKING DETAIL ITS 1/2" (TYP.) _ 1/4" CLEAR ALL AROUND v;I T S' °0°OQDo0v0 SEE NOTE 7 GROUND STUD (SEE NOTE 4) JosE�� B COUPLING NUT FOR ALTERNATIVE 2 — ®� 0V AS SEE DETAIL "E" ALTERNATIVE 2 w� �{ ��� ct 2 F LID SUPPORT (TYP.) — W 0.24� L SHAPE SHOWN (SEE NOTE 3) 3/8" (IN) x 3" (IN) HEADED ANCHOR 7 �v SHEAR STUD (TYP.) O,{,� +P39820 4�PCISTBlw%O WELDED WIRE CPS G FABRIC (TYP.) j0NAL E� (WWF) 4X4-W2.9XW2.9 1 (6 GAGE) (SEE NOTE 10) WELDED WIRE HOOP (TYP.) W2.9 (6 GAGE) LOCKING LID STANDARD (SEE NOTE 10) SECTION O (CONDUITS NOT SHOWN) DUTY JUNCTION BOX TYPES 1 & 2 STANDARD PLAN J-40.10-04 SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION STATE DESIGN ENGINEER T Washington State Department of Transportation 1/2 - 13 x 1 1/2 S. S. PENTA HEAD BOLT AND 1/2" (IN) S. S. FLAT WASHER ❑ 1 3/8" (IN) DIAM. HOLE --� j p BOLT PLATE CHANNEL - u- SEE DETAIL U - 3/16 } (TYP.) m 2" (IN) x 1/4" (IN) - 3 GAGE STEEL SPACER (TYP.) 3/16 1 5/8" (IN) SLOTTED S. S. CHANNEL WITH S. S. CHANNEL NUT AND SPRING LID SUPPORT - L SHAPE SHOWN (SEE NOTE 3) 3/8" (IN) STEEL COVER LIP PLATE V 1/8 3/16 V 1 1/2 WWF - TIED IN 2 PLACES TO HEADED ANCHOR SHEAR STUD WWF 4x4-W2.9xW2.9 (TYP.) (6 GAGE) (SEE NOTE 10) 3/8" (IN) x 3" (IN) HEADED ANCHOR SHEAR STUD - WELDED TO LIP PLATE LID LIFTING NOTCH ^- 1/4" (IN) x 3/4" (IN) 3/8" (IN) STEEL COVER PLATE - 3/8" (IN) STEEL SHOWN CUT AWAY FOR CLARITY COVER LIP PLATE 3/16 (TYP.) 3/16 V 1 1/2 LID SUPPORT - L SHAPE SHOWN (SEE NOTE 3) HEX COUPLING NUT LID BOLT DOWN ATTACHMENT TAB - SEE DETAIL DETAIL OF ALTERNATIVE 1 SHOWN PERSPECTIVE VIEW 1/4" LID LIFTING NOTCH 3/16" 3/16 1/2 - 13 x 1 1/2 S. S. PENTA HEADBOLT AND FLAT „ (IN) WASHER S. S. 3/8" (IN) STEEL COVER LIP PLATE 1/8 3/16 V 1 1/2 WWF - TIED IN 2 PLACES TO HEADED ANCHOR SHEAR STUD WWF 4x4-W2.9xW2.9 (TYP.) (6 GAGE) (SEE NOTE 10) 3/8" (IN) x 3" (IN) HEADED ANCHOR SHEAR STUD - WELDED TO LIP PLATE 1/8 3/16 WWF - WELDED TO LIP PLATE LID SUPPORT - L SHAPE SHOWN 3/8" (IN) STEEL (SEE NOTE 3) COVER PLATE 3/8" (IN) STEEL COVER LIP PLATE 1 (TYP.) 3/16*1 V 1/8 LID HOOK - 1" (IN) x 1" (IN) x 3/16" (IN) ANGLE 3/16 1 1/2 LID SUPPORT - L SHAPE SHOWN (SEE NOTE 3) WELDED WIRE / HOOP (TYP.) � W2.9 (6 GAGE) (SEE NOTE 10) SECTION OC 1 3/8" (IN) DIAM. HOLE BOLT PLATE CHANNEL - SEE DETAIL / BOLT PLATE CHANNEL - SEE DETAIL a3 (SEE NOTE 6) (TYP • d BOLT DOWN ATTAC MENT TAB HEX COUPLING NUT H SEE DETAIL S. S. 5/16-NC x 7/8" (IN) WITH S. S. 5/16-NC x 3/4" (IN) BOLT & THREE EACH S. S. 5/16" (IN) FLAT WASHERS LID BOLT DOWN SUPPORT ANGLE - 1 1/2" (IN) x 3" (IN) x 1/4" (IN) ANGLE DETAIL ( E ALTERNATIVE 2 SHOWN 1/2 - 13 x 1 1/2 S. S. PENTA HEAD BOLT AND 1/2" (IN) S. S. FLAT WASHER 3/16" 1 1/8" (IN) x 2" (IN) 1 1/8" (IN) rc 2" (IN) VERTICAL SLOT VERTICAL SLOT (TYP.) c 1 3/16 rrl A] \1-�\ 3/16 (TYP.) 1/8" (IN) x 3/4" (IN) STEEL ANGLE a 4 3/16 V 1/8" (IN) x 3/4" (IN) ANGLE (TYP.) 1/4" (IN) STEEL PLATE 1/4" (IN) S. S. PLATE LID SUPPORT - L SHAPE SHOWN (SEE NOTE 3) DETAIL ( E ALTERNATIVE 3 SHOWN 3/16 WWF - TIED IN 2 PLACES TO EACH HEADED ANCHOR SHEAR STUD WWF 4x4-W2.9xW2.9 (TYP.) _ (6 GAGE) (SEE NOTE 10) 3/8" (IN) x 3" (IN) HEADED ANCHOR SHEAR STUD - WELDED TO LIP PLATE 1/2 - 13 x 1 1/2 S. S. PENTA HEAD BOLT AND 1/2" (IN) S. S. FLAT WASHER LID LIFTING NOTCH - 1/4" (IN) x 3/4" (IN) 3/8" (IN) STEEL COVER PLATE - SHOWN CUT AWAY FOR CLARITY m a ° y' 3 1/2" DETAIL OF ALTERNATIVE 2 SHOWN PERSPECTIVE VIEW ,-" 3/16 V 1 1/2 LID SUPPORT - L SHAPE SHOWN (SEE NOTE 3) EXPOSE LID BOLT DOWN SUPPORT ANGLE TO ATTACH ALTERNATIVE 2 LID BOLT DOWN ANGLE ATTACHMENT TAB LID BOLT DOWN SUPPORT ANGLE - 2" (IN) x 2" (IN) x 1/4" (IN) ANGLE 1/2 - 13 x 1 1/2 S. S. PENTA HEAD BOLT AND 1/2" (IN) S. S. FLAT WASHER 3/8" (IN) STEEL COVER 1/4" LID LIFTING NOTCH 2" 2 1/2" 3/16" 2" (IN) x 1/4" (IN) - 3 1" 1 5/8" GAGE STEEL SPACER 1/2 - 13 x 1 1/2 S. S. PENTA HEAD BOLT AND 1/2" (IN) S. S. FLAT WASHER r/gN_ 5/8" (IN) x BOLT PLATE CHANNEL - 1" (IN) SEE DETAIL HORIZONTAL SLOT o ------------------ SLOTTED STEEL CHANNEL (SEE NOTE 6) 5/8" (IN) x 1" (IN) ' d /- HORIZONTAL SLOT L LID BOLT DOWN ATTACHMENT TAB - SEE DETAIL DETAIL ( E ALTERNATIVE 1 SHOWN 2" 9/16" (IN) 2„ DIAM. 1� HOLE 11/2" M -� - 7/16" (IN) x 3/4" (IN) SLOT -------- --- - 9/16" (IN) N DIAM. HOLE 1/2" (IN) S. S. HEX NUT&1/81/ 2" (IN) x 3" (IN) x ANGLE 7/16" (IN) x 3/4" (IN) SLOT1/2" (IN) S. S. HEX NUT (TYP.) ALTERNATIVE 2 LID BOLT DOWN ATTACHMENT TAB (SEE NOTE 12) PLATE - SHOWN CUT 1/8" (IN) x 3/4" (IN) 1/4" (IN) STEEL PLATE AWAY FOR CLARITY STEEL ANGLE il 1/4" (IN) STEEL 3/16 11/2 - QT PLATE LID SUPPORT - 4" 3 3/4" 1/8 o ° L SHAPE SHOWN (SEE NOTE 3) � ° T , ° 3/4" (IN) 1/8 RADIUS 1/8" (IN) x 3/4" (IN) STEEL 1/2" (IN) S. S. 1/8" x ANGLE M RIGHT ANGLE HEX NUT ANGLE) MIRROR SHOWN, MIRROR IMAGE IMAGE DETAIL F FOR LEFT ANGLE ALTERNATIVE 3 FOR LEFT ANGLE ALTERNATIVE 3 SHOWN LID BOLT DOWN ATTACHMENT TAB PERSPECTIVE VIEW (SEE NOTE 12) 3/16 V HEX COUPLING NUT S. S. 5/16-NC x 7/8" (IN) WITH S. S. 5/16-NC x 3/4" (IN) BOLT & (3 EACH) S. S. 5/16" (IN) FLAT WASHERS ALTERNATIVE 1 LID BOLT DOWN ATTACHMENT TAB (SEE NOTE 12) 2" 1" i 5/8" (IN) x 1" (IN) 5o VERTICAL SLOT BOLT PLATE CHANNEL JosEp� of WAsyt�c E- - J �O'tLt' CI 820 S TE'W�� s"10NAL LOCKING LID STANDARD DUTY JUNCTION BOX TYPES 1 & 2 STANDARD PLAN J-40.10-04 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION STATE DESIGN ENGINEER T Washington State Department of Transportation 3'-4" z LL Q H LANE LINE BICYCLE LANE SYMBOL LAYOUT TOTAL MARKING AREA 10.27 SQ.FT. KEY NOTES 0 Bid Item "Bicycle Lane Symbol" includes Bike Lane Arrow and Bike Rider Symbol. 2' (ft) x 6' (ft) White Bike Lane Arrow. Bike Rider Symbol. MARKING ARE GRID IS 1" (IN) SQUARE 6.02 SQ.FT. BIKE RIDER SYMBOL DETAIL N p f0 J. I ®F WASg I �J �0 CI S1T3 MARKING AREA 3 ��I®NAL 4.25 SQ.FT. 6" BIKE LANE ARROW BICYCLE LANE SYMBOL DETAIL LAYOUT STANDARD PLAN M-9.50-02 SHEET 1 OF 1 SHEET GENERAL NOTE APPROVED FOR PUBLICATION See Contract for location and material requirements. STATE DESIGN ENGINEER Amk Washington State Department of Transportation zo SYMBOL & LANE 1'-3" i I 0 ib MARKING AREA 8.03 SQ.FT. I I i i I I I 4"I i 8.. TYPE 1 S TRAFFIC ARROW w LLJ U H _j LL m O U r m >z Q 0 0o N 00 0 >REA =T. TYPE 2SR (RIGHT) TRAFFIC ARROW MIRROR IMAGE OF TYPE 2SL TRAFFIC ARROW (SHOWN AT REDUCED SCALE) 1'-4" 1' - 2" SYMBOL & LANE CENTER POINT OF ELLIPSES GRID IS 4" (IN) SQUARE ELLIPSE "A" ELLIPSE "B" bo Q w v) a O m J W W N (� a w MARKING AREA 8.1 7.73 SQ.FT. 1'-2" 1'-6" ELLIPSE "A" 10" - ELLIPSE "B" AXIS AXIS TYPE 2SL (LEFT) TRAFFIC ARROW NOTE Use the dimensions shown on this plan for each type of Traffic Arrow being placed on roadways with a posted speed limit of 40 mph or lower. SYMBOL & LANE q 1' - 8" 8" 1' - 0" 00 N c 0 MAF 14 10" -ELLIPSE "B" AXIS TYPE 3SL (LEFT) TRAFFIC ARROW 00 0 0 0 M ELLIPSE "B" MARKING AREA 14.83 SQ.FT. TYPE 3SR (RIGHT) TRAFFIC ARROW MIRROR IMAGE OF TYPE 3SL TRAFFIC ARROW (SHOWN AT REDUCED SCALE) T - 4" 1' - 0" SYMMETRICAL ABOUT 1'-2" 2'-4" i i i SYMBOL & LANE ELLIPSE "A" MARKING AREA 12.86 SQ.FT. GRID IS 4" (IN) SQUARE I I to X ao Q X� W Q ce) U o_ O m J W Lu N to 0- --I J Lu I CENTER POINT OF ELLIPSES v i I N i 8" TYPE 4S TRAFFIC ARROW ELLIPSE "A AXIS 1' - 2" 10" - ELLIPSE "B" AXIS J. 4'," ®F WASill �c�� �0 f� 36103 F OISTE� 1 �SIONAL t SYMBOL MARKINGS TRAFFIC ARROWS FOR LOW -SPEED ROADWAYS STANDARD PLAN M-24.40-02 SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION _ STATE DESIGN ENGINEER Washington State Department of Transportation W U H W LL m J 0 U m >z Q 4'-8" 2'-4" 1'-0" I v iA SYMMETRICAL ABOUT j GRID IS 4" (IN) SQUARE SYMBOL & LANE I ELLIPSE "B" I I ELLIPSE _A„ ao Q cn w co to a o CO J W CV (n a J J W CENTER POINT OF ELLIPSES v CV 8" 8" MARKING AREA ELLIPSE "A"V 19.58 SQ.FT. AXIS 10" — ELLIPSE "B" AXIS TYPE 7S TRAFFIC ARROW LANE 2'- 5/8" (z 2.05') gOL i SUM I 2i a, TYPE 6SL (LEFT) TRAFFIC ARROW TYPE 6SR (RIGHT) TRAFFIC ARROW MIRROR IMAGE OF TYPE 6SL (MIRRORED ABOUT LANE CENTERLINE) (SHOWN AT REDUCED SCALE) �0 f� 36103 F cISTE� 1 �S,(ONAL SYMBOL MARKINGS TRAFFIC ARROWS FOR LOW -SPEED ROADWAYS STANDARD PLAN M-24.40-02 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION _ STATE DESIGN ENGINEER Washington State Department of Transportation FHWA 1273 CITY OF FEDERAL WAY LAKOTA SRTS PROJECT #204 / RFB #21-003 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 VIII. 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 Form 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 at 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 who 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 contractor's 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. 8. 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 carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the 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 and 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: (1) 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 form desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/esa/whd/forms/wh347!nstr.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: (1) 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)(1) 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 journeyman'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 journeyman 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 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 firm who has an interest in the contractor's firm is a person or firm 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 contractor's 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 firm 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). Vill. 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, Form 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, firm, 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 amendec 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 (httcs://www.ecls.gov/), 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 (httcs://www.epls.gov/), 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. 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. W, PREVAILING WAGES AND BENEFIT CODE KEY CITY OF FEDERAL WAY LAKOTA SRTS PROJECT #204 / RFB #21-003 Page 1 1 "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 (EO) 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 EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.95 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2021. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate,if it is higher than the conformed wage rate). The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above -mentioned types of contracts entered into by the federal government that are subject to the Davis -Bacon Act itself, but it does not apply to contracts subject only to the Davis -Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/01/2021 1 01/22/2021 2 02/12/2021 3 02/26/2021 1 1 P a g e WA20210001 Modification 3 Federal Wage Determinations for Highway Construction Page 1 2 CARP0003-006 06/01/2018 SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT, LEWIS(Piledriver only), PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to Willapa Bay to the Pacific Ocean), SKAMANIA, and WAHKIAKUM Counties. Rates Fringes Carpenters: CARPENTERS ..................$ 37.64 16.83 DIVERS TENDERS ..............$ 43.73 16.83 DIVERS ......................$ 87.73 16.83 DRYWALL .....................$ 37.64 16.83 MILLWRIGHTS .................$ 38.17 16.83 PILEDRIVERS .................$ 38.71 16.83 DEPTH PAY: 50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET 101 TO 150 FEET $1.50 PER FOOT OVER 101 FEET 151 TO 200 FEET $2.00 PER FOOT OVER 151 FEET Zone Differential (Add up Zone 1 rates): Zone 2 - $0.85 Zone 3 - 1.25 Zone 4 - 1.70 Zone 5 - 2.00 Zone 6 - 3.00 BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND VANCOUVER, (NOTE: All dispatches for Washington State Counties: Cowlitz, Wahkiakum and Pacific shall be from Longview Local #1707 and mileage shall be computed from that point.) ZONE 1: Projects located within 30 miles of the respective city hall of the above mentioned cities ZONE 2: Projects located more than 30 miles and less than 40 miles of the respective city of the above mentioned cities ZONE 3: Projects located more than 40 miles and less than 50 miles of the respective city of the above mentioned cities ZONE 4: Projects located more than 50 miles and less than 60 miles of the respective city of the above mentioned cities. ZONE 5: Projects located more than 60 miles and less than 70 miles of the respective city of the above mentioned cities ZONE 6: Projects located more than 70 miles of the respected city of the above mentioned cities 2 1 P a g e WA20210001 Modification 3 Federal Wage Determinations for Highway Construction Page 1 3 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: Seattle Auburn Renton Aberdeen-Hoquiam Ellensburg Centralia Chelan Zone Pay: Olympia Bremerton Shelton Tacoma Everett Mount Vernon Pt. Townsend 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 Bellingham Anacortes Yakima Wenatchee Port Angeles Sunnyside (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles Free 26-45 radius miles $ .70/hour Over 45 radius miles $1.50/hour 3 1 P a g e WA20210001 Modification 3 Federal Wage Determinations for Highway Construction Page 1 4 ---------------------------------------------------------------- CARP0059-002 06/01/2019 ADAMS, ASOTIN, BENTON, CHELAN (East of 120th meridian), COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT (East of 120th meridian), KITTITAS (East of 120th meridian), LINCOLN, OKANOGAN (East of 120th meridian), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, and YAKIMA (East of 120th meridian) Counties Rates CARPENTER GROUP 1.....................$ 35.47 GROUP 2.....................$ 47.42 GROUP 3.....................$ 36.66 GROUP 4.....................$ 36.66 GROUP 5.....................$ 83.96 GROUP 6.....................$ 40.23 GROUP 7.....................$ 41.23 GROUP 8.....................$ 37.66 GROUP 9.....................$ 44.23 CARPENTER & DIVER CLASSIFICATIONS: GROUP 1: Carpenter GROUP 2: Millwright, Machine Erector Fringes 16.88 18.96 16.88 16.88 16.88 16.88 16.88 16.88 16.88 GROUP 3: Piledriver - includes driving, pulling, cutting, placing collars, setting, welding, or creosote treated material, on all piling GROUP 4: Bridge, Dock, and Wharf carpenters GROUP 5: Diver Wet GROUP 6: Diver Tender, Manifold Operator, ROV Operator GROUP 7: Diver Standby GROUP 8: Assistant Diver Tender, ROV Tender/Technician GROUP 9: Manifold Operator -Mixed Gas ZONE PAY: ZONE 1 0-45 MILES ZONE 2 45-100 ZONE 3 OVER 100 MILES FREE $4.00/PER HOUR $6.00/PER HOUR 4 1 P a g e WA20210001 Modification 3 Federal Wage Determinations for Highway Construction Page 1 5 DISPATCH POINTS: CARPENTERS/MILLWRIGHTS: PASCO (515 N Neel Street) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS/PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE.) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: MOSCOW (306 N. JACKSON) or Main Post Office of established residence of employee (Whichever is closest to the worksite). DEPTH PAY FOR DIVERS BELOW WATER SURFACE: 50-100 feet $2.00 per foot 101-150 feet $3.00 per foot 151-220 feet $4.00 per foot 221 feet and deeper $5.00 per foot PREMIUM PAY FOR DIVING IN ENCLOSURES WITH NO VERTICAL ASCENT: 0-25 feet Free 26-300 feet $1.00 per Foot SATURATION DIVING: The standby rate applies until saturation starts. The saturation diving rate applies when divers are under pressure continuously until work task and decompression are complete. the diver rate shall be paid for all saturation hours. WORK IN COMBINATION OF CLASSIFICATIONS: Employees working in any combination of classifications within the diving crew (except dive supervisor) in a shift are paid in the classification with the highest rate for that shift. HAZMAT PROJECTS: Anyone working on a HAZMAT job (task), where HAZMAT certification is required, shall be compensated at a premium, in addition to the classification working in as follows: LEVEL D + $.25 per hour - This is the lowest level of protection. No respirator is used and skin protection is minimal. 5 1 P a g e WA20210001 Modification 3 Federal Wage Determinations for Highway Construction Page 1 6 LEVEL C + $.50 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B + $.75 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical ""splash suit"". LEVEL A +$1.00 per hour - This level utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line. ---------------------------------------------------------------- CARP0770-003 06/01/2020 WEST OF 120TH MERIDIAN FOR THE FOLLOWING COUNTIES: CHELAN, DOUGLAS, GRANT, KITTITAS, OKANOGAN, and YAKIMA Rates Fringes CARPENTER CARPENTERS ON CREOSOTE MATERIAL ....................$ 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 Auburn Renton Aberdeen-Hoquiam Ellensburg Centralia Chelan Zone Pay: Olympia Bremerton Shelton Tacoma Everett Mount Vernon Pt. Townsend 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 Bellingham Anacortes Yakima Wenatchee Port Angeles Sunnyside 6 1 P a g e WA20210001 Modification 3 Federal Wage Determinations for Highway Construction Page 1 7 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles Free 26-45 radius miles $ .70/hour Over 45 radius miles $1.50/hour ---------------------------------------------------------------- * ELECO046-001 02/21/2021 CALLAM, JEFFERSON, KING AND KITSAP COUNTIES Rates Fringes CABLE SPLICER ....................$ 66.90 3%+23.66 ELECTRICIAN ......................$ 60.82 3%+23.66 ---------------------------------------------------------------- * ELECO048-003 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 $9.00/hour *These are not miles driven. Zones are based on Delorrne Street Atlas USA 2006 plus. ---------------------------------------------------------------- ELEC0048-029 01/01/2021 COWLITZ AND WAHKIAKUM COUNTY Rates Fringes CABLE SPLICER ....................$ 44.22 21.50 ELECTRICIAN ......................$ 50.35 25.48 7 1 P a g e WA20210001 Modification 3 Federal Wage Determinations for Highway Construction Page 1 8 ---------------------------------------------------------------- ELEC0073-001 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 ---------------------------------------------------------------- ELEC0076-002 08/31/2020 GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON 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 ---------------------------------------------------------------- ELECO191-003 06/01/2020 ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES Rates Fringes CABLE SPLICER ....................$ 44.23 17.73 ELECTRICIAN ......................$ 47.95 26.16 ---------------------------------------------------------------- ELEC0191-004 06/01/2018 CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES Rates Fringes CABLE SPLICER ....................$ 40.82 17.63 ELECTRICIAN ......................$ 42.45 21.34 ---------------------------------------------------------------- 81Page WA20210001 Modification 3 Federal Wage Determinations for Highway Construction Page 1 9 ENG10302-003 06/01/2020 CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN), SAN JUNA, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE 120TH MERIDIAN) COUNTIES Zone 1 (0-25 radius miles): Rates Fringes POWER EQUIPMENT OPERATOR Group 1A...................$ 48.41 22.47 Group 1AA..................$ 49.13 22.47 Group 1AAA.................$ 49.83 22.47 Group 1.....................$ 47.70 22.47 Group 2.....................$ 47.08 22.47 Group 3.....................$ 46.55 22.47 Group 4.....................$ 43.54 22.47 Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) - $1.00 Zone 3 (Over 45 radius miles) - $1.30 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1AAA - Cranes -over 300 tons, or 300 ft of boom (including jib with attachments) GROUP 1AA - Cranes 200 to 300 tons, or 250 ft of boom (including jib with attachments); Tower crane over 175 ft in height, base to boom GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders -overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments WA20210001 Modification 3 Federal Wage Determinations for Highway Construction 9 1 P a g e Page 1 10 GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off -road equipment 45 yards and over; Loader- overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9, HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers -self propelled 45 yards and over; Slipform pavers; Transporters, all truck or track type GROUP 2 - Barrier machine (zipper); Batch Plant Operaor- Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane -overhead, bridge type-20 tons through 44 tons; Chipper; Concrete Pump -truck mount with boom attachment; Crusher; Deck Engineer/Deck Winches (power); Drilling machine; Excavator, shovel, backhoe-3yards and under; Finishing Machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Horizontal/directional drill operator; Loaders -overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics -all; Mixers -asphalt plant; Motor patrol graders -finishing; Piledriver (other than crane mount); Roto-mill,roto-grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, 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 GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete finish mahine-laser screed; Cranes -A frame-10 tons and under; Elevator and Manlift-permanent or shaft type; Gradechecker, Stakehop; Forklifts under 3000 lbs. with attachments; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger, mechanical; Power plant; Pumps, water; Rigger and Bellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator 10 1 Page WA20210001 Modification 3 Federal Wage Determinations for Highway Construction Page 1 11 HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing H-2 Class ""C"" Suit - Base wage rate plus $ .25 per hour. H-3 Class ""B"" Suit - Base wage rate plus $ .50 per hour. H-4 Class ""A"" Suit - Base wage rate plus $ .75 per hour. ---------------------------------------------------------------- ENG10370-002 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 111 Page WA20210001 Modification 3 Federal Wage Determinations for Highway Construction Page 1 12 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors (under 2000 CFM, gas, diesel, or electric power); Deck Hand; Fireman & Heater Tender; Hydro -seeder, Mulcher, Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine; Pumpman; Rollers, all types on subgrade, including seal and chip coatings (farm type, Case, John Deere & similar, or Compacting Vibrator), except when pulled by Dozer with operable blade; Welding Machine; Crane Oiler -Driver (CLD required) & Cable Tender, Mucking Machine GROUP 2: A -frame Truck (single drum); Assistant Refrigeration Plant (under 1000 ton); Assistant Plant Operator, Fireman or Pugmixer (asphalt); Bagley or Stationary Scraper; Belt Finishing Machine; Blower Operator (cement); Cement Hog; Compressor (2000 CFM or over, 2 or more, gas diesel or electric power); Concrete Saw (multiple cut); Distributor Leverman; Ditch Witch or similar; Elevator Hoisting Materials; Dope Pots (power agitated); Fork Lift or Lumber Stacker, hydra -lift & similar; Gin Trucks (pipeline); Hoist, single drum; Loaders (bucket elevators and conveyors); Longitudinal Float; Mixer (portable -concrete); Pavement Breaker, Hydra -Hammer & similar; Power Broom; Railroad Ballast Regulation Operator (self-propelled); Railroad Power Tamper Operator (self-propelled); Railroad Tamper Jack Operator (self-propelled; Spray Curing Machine (concrete); Spreader Box (self-propelled); Straddle Buggy (Ross & similar on construction job only); Tractor (Farm type R/T with attachment, except Backhoe); Tugger Operator GROUP 3: A -frame Truck (2 or more drums); Assistant Refrigeration Plant & Chiller Operator (over 1000 ton); Backfillers (Cleveland & similar); Batch Plant & Wet Mix Operator, single unit (concrete); Belt -Crete Conveyors with power pack or similar; Belt Loader (Kocal or similar); Bending Machine; Bob Cat (Skid Steer); Boring Machine (earth); Boring Machine (rock under 8 inch bit) (Quarry Master, Joy or similar); Bump Cutter (Wayne, Saginau or similar); Canal Lining Machine (concrete); Chipper (without crane); Cleaning & Doping Machine (pipeline); Deck Engineer; Elevating Belt -type Loader (Euclid, Barber Green & similar); Elevating Grader -type Loader (Dumor, Adams or similar); Generator Plant Engineers (diesel or electric); Gunnite Combination Mixer & Compressor; Locomotive Engineer; Mixermobile; Mucking Machine; Posthole Auger or Punch; Pump (grout or jet); Soil Stabilizer (P & H or similar); Spreader Machine; Dozer/Tractor (up to D-6 or equivalent) and Traxcavator; Traverse Finish Machine; Turnhead Operator 12 1 Page WA20210001 Modification 3 Federal Wage Determinations for Highway Construction Page 1 13 GROUP 4: Concrete Pumps (squeeze-crete, flow-crete, pump- crete, Whitman & similar); Curb Extruder (asphalt or concrete); Drills (churn, core, calyx or diamond); Equipment Serviceman; Greaser & Oiler; Hoist (2 or more drums or Tower Hoist); Loaders (overhead & front-end, under 4 yds. R/T); Refrigeration Plant Engineer (under 1000 ton); Rubber -tired Skidders (R/T with or without attachments); Surface Heater & Plant Machine; Trenching Machines (under 7 ft. depth capacity); Turnhead (with re -screening); Vacuum Drill (reverse circulation drill under 8 inch bit) GROUP 5: Backhoe (under 45,000 gw); Backhoe & Hoe Ram (under 3/4 yd.); Carrydeck & Boom Truck (under 25 tons); Cranes (25 tons & under), all attachments including clamshell, dragline; Derricks & Stifflegs (under 65 tons); Drilling Equipment(8 inch bit & over) (Robbins, reverse circulation & similar); Hoe Ram; Piledriving Engineers; Paving (dual drum); Railroad Track Liner Operaotr (self-propelled); Refrigeration Plant Engineer (1000 tons & over); Signalman (Whirleys, Highline Hammerheads or similar); Grade Checker GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches & Trimmers)(Autograde, ABC, R.A. Hansen & similar on grade wire); Backhoe (45,000 gw and over to 110,000 gw); Backhoes & Hoe Ram (3/4 yd. to 3 yd.); Batch Plant (over 4 units); Batch & Wet Mix Operator (multiple units, 2 & incl. 4); Blade Operator (motor patrol & attachments); Cable Controller (dispatcher); Compactor (self-propelled with blade); Concrete Pump Boom Truck; Concrete Slip Form Paver; Cranes (over 25 tons, to and including 45 tons), all attachments including clamshell, dragline; Crusher, Grizzle & Screening Plant Operator; Dozer, 834 R/T & similar; Drill Doctor; Loader Operator (front-end & overhead, 4 yds. incl. 8 yds.); Multiple Dozer Units with single blade; Paving Machine (asphalt and concrete); Quad -Track or similar equipment; Rollerman (finishing asphalt pavement); Roto Mill (pavement grinder); Scrapers, all, rubber -tired; Screed Operator; Shovel(under 3 yds.); Trenching Machines (7 ft. depth & over); Tug Boat Operator Vactor guzzler, super sucker; Lime Batch Tank Operator (Recycle Train); Lime Brain Operator (Recycle Train); Mobile Crusher Operator (Recycle Train) 13 1 Page WA20210001 Modification 3 Federal Wage Determinations for Highway Construction Page 1 14 GROUP 7: Backhoe (over 110,000 gw); Backhoes & Hoe Ram (3 yds & over); Blade (finish & bluetop) Automatic, CMI, ABC, Finish Athey & Huber & similar when used as automatic; Cableway Operators; Concrete Cleaning/Decontamination machine operator; Cranes (over 45 tons to but not including 85 tons), all attachments including clamshell and dragine; Derricks & Stiffleys (65 tons & over); Elevating Belt (Holland type); Heavy equipment robotics operator; Loader (360 degrees revolving Koehring Scooper or similar); Loaders (overhead & front-end, over 8 yds. to 10 yds.); Rubber -tired Scrapers (multiple engine with three or more scrapers); Shovels (3 yds. & over); Whirleys & Hammerheads, ALL; H.D. Mechanic; H.D. Welder; Hydraulic Platform Trailers (Goldhofer, Shaurerly andSimilar); Ultra High Pressure Wateriet Cutting Tool System Operator (30,000 psi); Vacuum Blasting Machine Operator GROUP 8: Cranes (85 tons and over, and all climbing, overhead,rail and tower), all attachments including clamshell, dragline; Loaders (overhead and front-end, 10 yards and over); Helicopter Pilot BOOM PAY: (All Cranes, Including Tower) 180 ft to 250 ft $ .50 over scale Over 250 ft $ .80 over scale NOTE: In computing the length of the boom on Tower Cranes, they shall be measured from the base of the Tower to the point of the boom. HAZMAT: Anyone working on HAZMAT jobs, working with supplied air shall receive $1.00 an hour above classification. ---------------------------------------------------------------- ENGI0612-001 06/01/2020 PIERCE County ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. Zone 1 (0-25 radius miles): Rates Fringes POWER EQUIPMENT OPERATOR GROUP 1A...................$ 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 22.47 141 Page WA20210001 Modification 3 Federal Wage Determinations for Highway Construction Page 1 15 Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) _ $1.00 Zone 3 (Over 45 radius miles) - $1.30 BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1 AAA - Cranes -over 300 tons or 300 ft of boom (including jib with attachments) GROUP 1AA - Cranes- 200 tonsto 300 tons, or 250 ft of boom (including jib with attachments; Tower crane over 175 ft in height, bas to boom GROUP 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 off -road equipment- under 45 yards; Subgrader trimmer; Tractors, backhoe over 75 hp; Transfer material service machine -shuttle buggy, Blaw Knox- Roadtec; Truck Crane oiler/driver-100 tons and over; Truck Mount Portable Conveyor; Yo Yo pay 15 1 Page WA20210001 Modification 3 Federal Wage Determinations for Highway Construction Page 1 16 GROUP 3 - Conveyors; Cranes through 19 tons with attachments; Crane -A -frame over 10 tons; Drill oilers -auger type, truck or crane mount; Dozer-D-9 and under; Forklift-3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside Hoists -(elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loaders -elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pump -Concrete; Roller, plant mix or multi-lfit materials; Saws -concrete; Scrapers, concrete and carry all; Service engineers -equipment; Trenching machines; Truck crane oiler/driver under 100 tons; Tractors, backhoe under 75 hp GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete Finish Machine -laser screed; Cranes A -frame 10 tons and under; Elevator and manlift (permanent and shaft type); Forklifts -under 3000 lbs. with attachments; Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger -mechanical; Power plant; Pumps -water; Rigger and Bellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator FOOTNOTE A- Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing, Class ""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 $2.00 per hour. 16 1 Page WA20210001 Modification 3 Federal Wage Determinations for Highway Construction Page 1 17 ENG10612-012 06/01/2020 LEWIS, PACIFIC (portion lying north of a parallel line extending west from the northern boundary of Wahkaikum County to the sea) AND THURSTON COUNTIES ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. Zone 1 (0-25 radius miles): Rates Fringes POWER EQUIPMENT OPERATOR GROUP 1A...................$ 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 lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders -overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off -road equipment 45 yards and over; Loader- overhead, 6 yards to, but not including, 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9 HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers - self -propelled 45 yards and over; Slipform pavers; Transporters, all track or truck type 17 1 Page WA20210001 Modification 3 Federal Wage Determinations for Highway Construction Page 1 18 GROUP 2 - Barrier machine (zipper); Batch Plant Operator - concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane -Overhead, bridge type, 20 tons through 44 tons; Chipper; Concrete pump -truck mount with boom attachment; Crusher; Deck engineer/deck winches (power); Drilling machine; Excavator, shovel, backhoe-3 yards and under; Finishing machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Loaders, overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics- all; Mixers, asphalt plant; Motor patrol graders, finishing; Piledriver (other than crane mount); Roto-mill, roto- grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self- propelled, hard tail end dump, articulating off -road equipment- under 45 yards; Subgrader trimmer; Tractors, backhoe over 75 hp; Transfer material service machine -shuttle buggy, Blaw Knox- Roadtec; Truck Crane oiler/driver-100 tons and over; Truck Mount Portable Conveyor; Yo Yo pay GROUP 3 - Conveyors; Cranes through 19 tons with attachments; Crane -A -frame over 10 tons; Drill oilers -auger type, truck or crane mount; Dozer-D-9 and under; Forklift-3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside Hoists -(elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loaders -elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pump -Concrete; Roller, plant mix or multi-lfit materials; Saws -concrete; Scrapers, concrete and carry all; Service engineers -equipment; Trenching machines; Truck crane oiler/driver under 100 tons; Tractors, backhoe under 75 hp GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete Finish Machine -laser screed; Cranes A -frame 10 tons and under; Elevator and manlift (permanent and shaft type); Forklifts -under 3000 lbs. with attachments; Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger -mechanical; Power plant; Pumps -water; Rigger and Bellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator FOOTNOTE A- Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. 18 1 Page WA20210001 Modification 3 Federal Wage Determinations for Highway Construction Page 1 19 HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing, Class ""D"" Suit - Base wage rate plus $ .50 per hour. H-2 Class ""C"" Suit - Base wage rate plus $1.00 per hour. H-3 Class ""B"" Suit - Base wage rate plus $1.50 per hour. H-4 Class ""A"" Suit - Base wage rate plus $2.00 per hour. ENG10701-002 01/01/2018 CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES POWER RQUIPMENT OPERATORS: ZONE 1 Rates Fringes POWER EQUIPMENT OPERATOR GROUP 1.....................$ 41.65 14.35 GROUP 1A....................$ 43.73 14.35 GROUP 1B....................$ 45.82 14.35 GROUP 2.....................$ 39.74 14.35 GROUP 3.....................$ 38.59 14.35 GROUP 4.....................$ 37.51 14.35 GROUP 5.....................$ 36.27 14.35 GROUP 6.....................$ 33.05 14.35 Zone Differential (add to Zone 1 rates): Zone 2 - $3.00 Zone 3 - $6.00 For the following metropolitan counties: MULTNOMAH; CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA; CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS INDICATED: All jobs or projects located in Multnomah, Clackamas and Marion Counties, West of the western boundary of Mt. Hood National Forest and West of Mile Post 30 on Interstate 84 and West of Mile Post 30 on State Highway 26 and West of Mile Post 30 on Highway 22 and all jobs or projects located in Yamhill County, Washington County and Columbia County and all jobs or porjects located in Clark & Cowlitz County, Washington except that portion of Cowlitz County in the Mt. St. Helens ""Blast Zone"" shall receive Zone I pay for all classifications. 19 1 Page WA20210001 Modification 3 Federal Wage Determinations for Highway Construction Page 1 20 All jobs or projects located in the area outside the identified boundary above, but less than 50 miles from the Portland City Hall shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the Portland City Hall, but outside the identified border above, shall receive Zone III pay for all classifications. For the following cities: ALBANY; BEND; COOS BAY; EUGENE; GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG All jobs or projects located within 30 miles of the respective city hall of the above mentioned cities shall receive Zone I pay for all classifications. All jobs or projects located more than 30 miles and less than 50 miles from the respective city hall of the above mentioned cities shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the respective city hall of the above mentioned cities shall receive Zone III pay for all classifications. POWER EQUIPMENT OPERATORS CLASSIFICATIONS Group 1 Concrete Batch Plan and or Wet mix three (3) units or more; Crane, Floating one hundred and fifty (150) ton but less than two hundred and fifty (250) ton; Crane, two hundred (200) ton through two hundred ninety nine (299) ton with two hundred foot (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 (1751) tower or less and with less than two hundred foot (2001) jib; Crane, Whirley ninety (90) ton and over; Helicopter when used in erecting work Group 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 20 1 Page WA20210001 Modification 3 Federal Wage Determinations for Highway Construction Page 1 21 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 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. 211 Page WA20210001 Modification 3 Federal Wage Determinations for Highway Construction Page 1 22 Group 4 Asphalt, Screed; Asphalt Paver; Asphalt Roto-Mill, pavement profiler, under eight foot (8') lateral cut; Asphalt, Material Transfer Vehicle Operator; Back Filling Machine; Backhoe, Robotic, track and wheel type up to and including twenty thousand (20,000) lbs. with any attachments; Blade (any type); Boatman; Boring Machine; Bulldozer over twenty thousand (20,000) lbs. and more than one hundred (100) horse up to seventy thousand (70,000) lbs.; Cable -Plow (any type); Cableway up to twenty five (25) ton; Cat Drill (John Henry); Chippers; Compactor, multi -engine; Compactor, Robotic; Compactor with blade self-propelled; Concrete, Breaker; Concrete, Grout Plant; Concrete, Mixer Mobile; Concrete, Paving Road Mixer; Concrete, Reinforced Tank Banding Machine; Crane, Boom Truck twenty (20) ton and under fifty (50) ton; Crane, Bridge Locomotive, Gantry and Overhead; Crane, Carry Deck; Crane, Chicago Boom and similar types; Crane, Derrick Operator, under one hundred (100) ton; Crane, Floating Clamshell, Dragline, etc. Operator, under three (3) cu. yds. Or less than thirty (30) ton; Crane, under fifty (50) ton; Crane, Quick Tower under one hundred foot (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 22 1 Page WA20210001 Modification 3 Federal Wage Determinations for Highway Construction Page 1 23 Group 5 Asphalt, Extrusion Machine; Asphalt, Roller (any asphalt mix); Asphalt, Roto-Mill pavement profiler ground man; Bulldozer, twenty thousand (20,000) lbs. or less, or one hundred (100) horse or less; Cement Pump; Chip Spreading Machine; Churn Drill and Earth Boring Machine; Compactor, self-propelled without blade; Compressor, (any power) one thousand two hundred fifty (1,250) cu. ft. and over, total capacity; Concrete, Batch Plant Quality control; Concrete, Combination Mixer and compressor operator, gunite work; Concrete, Curb Machine, Mechanical Berm, Curb and/or Curb and Gutter; Concrete, Finishing Machine; Concrete, Grouting Machine; Concrete, Internal Full Slab Vibrator Operator; Concrete, Joint Machine; Concrete, Mixer single drum, any capacity; Concrete, Paving Machine eight foot (8') or less; Concrete, Planer; Concrete, Pump; Concrete, Pump Truck; Concrete, Pumperete Operator (any type); Concrete, Slip Form Pumps, power driven hydraulic lifting device for concrete forms; Conveyored Material Hauler; Crane, Boom Truck under twenty (20) tons; Crane, Boom Type lifting device, five (5) ton capacity or less; Drill, Directional type less than twenty thousand (20,000) lbs. pullback; Fork Lift, over ten (10) ton or Robotic; Helicopter Hoist; Hoist Operator, single drum; Hydraulic Backhoe track type up to and including twenty thousand (20,000) lbs.; Hydraulic Backhoe wheel type (any make); Laser Screed; Loaders, rubber -tired type, less than twenty five thousand (25,000) lbs.; Pavement Grinder and/or Grooving Machine (riding type); Pipe, cast in place Pipe Laying Machine; Pulva-Mixer or similar types; Pump Operator, more than five (5) pumps (any size); Rail, Ballast Compactor, Regulator, or Tamper machines; Service Oiler (Greaser); Sweeper Self -Propelled; Tractor, Rubber -Tired, fifty (50) HP flywheel and under; Trenching Machine Operator, maximum digging capacity three foot (3') depth; Tunnel, Locomotive, Dinkey; Tunnel, Power Jumbo setting slip forms, etc. Group 6 Asphalt, Pugmill (any type); Asphalt, Raker; Asphalt, Truck Mounted Asphalt Spreader, with Screed; Auger Oiler; Boatman; Bobcat, skid steed (less than one (1) yard); Broom, self-propelled; Compressor Operator (any power) under 1,250 cu. ft. total capacity; Concrete Curing Machine (riding type); Concrete Saw; Conveyor Operator or Assistant; Crane, Tugger; Crusher Feederman; Crusher Oiler; Deckhand; Drill, Directional Locator; Fork Lift; Grade Checker; Guardrail Punch Oiler; Hydrographic Seeder Machine, straw, pulp or seed; Hydrostatic Pump Operator; Mixer Box (CTB, dry batch, etc.); Oiler; Plant Oiler; Pump (any power); Rail, Brakeman, Switchman, Motorman; Rail, Tamping Machine, mechanical, self-propelled; Rigger; Roller grading (not asphalt); Truck, Crane Oiler -Driver 23 1 Page WA20210001 Modification 3 Federal Wage Determinations for Highway Construction Page 1 24 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 ---------------------------------------------------------------- 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 ---------------------------------------------------------------- 241 Page WA20210001 Modification 3 Federal Wage Determinations for Highway Construction Page 1 25 LAB00238-004 06/01/2020 PASCO AREA: ADAMS, BENTON, COLUMBIA,DOUGLAS (East of 120th Meridian), FERRY, FRANKLIN, GRANT, OKANOGAN, WALLA WALLA SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS & WHITMAN COUNTIES Rates Fringes LABORER (PASCO) GROUP 1.....................$ 26.69 13.65 GROUP 2.....................$ 28.79 13.65 GROUP 3.....................$ 29.06 13.65 GROUP 4.....................$ 29.33 13.65 GROUP 5.....................$ 29.61 13.65 LABORER (SPOKANE) GROUP 1.....................$ 26.69 13.65 GROUP 2.....................$ 28.79 13.65 GROUP 3.....................$ 29.06 13.65 GROUP 4.....................$ 29.33 13.65 GROUP 5.....................$ 29.61 13.65 Zone Differential (Add to Zone 1 rate): $2.00 BASE POINTS: Spokane, Pasco, Lewiston Zone 1: 0-45 radius miles from the main post office. Zone 2: 45 radius miles and over from the main post office. LABORERS CLASSIFICATIONS GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic Control Maintenance Laborer (to include erection and maintenance of barricades, signs and relief of flagperson); Window Washer/Cleaner (detail cleanup, such as, but not limited to cleaning floors, ceilings, walls, windows, etc. prior to final acceptance by the owner) GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder; Carpenter Tender; Cement Handler; Clean-up Laborer; Concrete Crewman (to include stripping of forms, hand operating jacks on slip form construction, application of concrete curing compounds, pumperete machine, signaling, handling the nozzle of squeezcrete or similar machine,6 inches and smaller); Confined Space Attendant; Concrete Signalman; Crusher Feeder; Demolition (to include clean-up, burning, loading, wrecking and salvage of all material); Dumpman; Fence Erector; Firewatch; Form Cleaning Machine Feeder, Stacker; General Laborer; Grout Machine Header Tender; Guard Rail (to include guard rails, guide and reference posts, sign posts, and right-of-way markers); Hazardous Waste Worker, Level D (no respirator is used and skin protection is minimal); Miner, Class ""A"" (to include 25 1 Page WA20210001 Modification 3 Federal Wage Determinations for Highway Construction Page 1 26 all bull gang, concrete crewman, dumpman and pumperete crewman, including distributing pipe, assembly & dismantle, and nipper); Nipper; Riprap Man; Sandblast Tailhoseman; Scaffold Erector (wood or steel); Stake Jumper; Structural Mover (to include separating foundation, preparation, cribbing, shoring, jacking and unloading of structures); Tailhoseman (water nozzle); Timber Bucker and Faller (by hand); Track Laborer (RR); Truck Loader; Well -Point Man; All Other Work Classifications Not Specially Listed Shall Be Classified As General Laborer GROUP 3: Asphalt Roller, walking; Cement Finisher Tender; Concrete Saw, walking; Demolition Torch; Dope Pot Firemen, non -mechanical; Driller Tender (when required to move and position machine); Form Setter, Paving; Grade Checker using level; Hazardous Waste Worker, Level C (uses a chemical ""splash suit"" and air purifying respirator); Jackhammer Operator; Miner, Class ""B"" (to include brakeman, finisher, vibrator, form setter); Nozzleman (to include squeeze and flo-crete nozzle); Nozzleman, water, air or steam; Pavement Breaker (under 90 lbs.); Pipelayer, corrugated metal culvert; Pipelayer, multi- plate; Pot Tender; Power Buggy Operator; Power Tool Operator, gas, electric, pneumatic; Railroad Equipment, power driven, except dual mobile power spiker or puller; Railroad Power Spiker or Puller, dual mobile; Rodder and Spreader; Tamper (to include operation of Barco, Essex and similar tampers); Trencher, Shawnee; Tugger Operator; Wagon Drills; Water Pipe Liner; Wheelbarrow (power driven) GROUP 4: Air and Hydraulic Track Drill; Aspahlt Raker;Brush Machine (to include horizontal construction joint cleanup brush machine, power propelled); Caisson Worker, free air; Chain Saw Operator and Faller; Concrete Stack (to include laborers when laborers working on free standing concrete stacks for smoke or fume control above 40 feet high); Gunite (to include operation of machine and nozzle); Hazardous Waste Worker, Level B (uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical ""splash suit""); High Scaler; Laser Beam Operator (to include grade checker and elevation control); Miner, Class C (to include miner, nozzleman for concrete, laser beam operator and rigger on tunnels); Monitor Operator (air track or similar mounting); Mortar Mixer; Nozzleman (to include jet blasting nozzleman, over 1,200 lbs., jet blast machine power propelled, sandblast nozzle); Pavement Breaker (90 lbs. and over); Pipelayer (to include working topman, caulker, collarman, jointer, mortarman, rigger, jacker, shorer, valve or meter installer); Pipewrapper; Plasterer Tender; Vibrators (all) GROUP 5 - Drills with Dual Masts; Hazardous Waste Worker, Level A (utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line); Miner Class ""D"", (to include raise and shaft miner, laser beam operator on riases and shafts) 26 1 Page WA20210001 Modification 3 Federal Wage Determinations for Highway Construction Page 1 27 ---------------------------------------------------------------- LAB00238-006 06/01/2019 COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN Rates Fringes Hod Carrier ......................$ 27.95 12.90 ---------------------------------------------------------------- LAB00242-003 06/01/2020 KING COUNTY Rates Fringes LABORER GROUP 1.....................$ 27.78 12.35 GROUP 2A....................$ 31.82 12.35 GROUP 3.....................$ 39.81 12.35 GROUP 4.....................$ 40.77 12.35 GROUP 5.....................$ 41.43 12.35 Group 6.....................$ 41.43 12.35 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $1.00 ZONE 3 - $1.30 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $2.25 27 1 Page WA20210001 Modification 3 Federal Wage Determinations for Highway Construction Page 1 28 LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer/Cleaner (detail clean-up, such as but not limited to cleaning floors, ceilings, walls, windows, etc., prior to final acceptance by the owner) GROUP 2A: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender; Clean-up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical ""splash suit"" and air purifying respirator); Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site); Topper-Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper -Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical ""splash suit""); High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller -Power; Raker -Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and glas operated tool; Timber Person -sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Mortarman and Hodcarrier; Powderman; Re-Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line). Group 6: Miner 28 1 Page WA20210001 Modification 3 Federal Wage Determinations for Highway Construction Page 1 29 LAB00252-010 06/01/2020 CLALLAM, GRAYS HARBOR, JEFFERSON, KITSAP, LEWIS, MASON, PACIFIC (EXCLUDING SOUTHWEST), PIERCE, AND THURSTON COUNTIES Rates Fringes LABORER GROUP 1.....................$ 27.78 12.44 GROUP 2.....................$ 31.82 12.44 GROUP 3.....................$ 39.81 12.44 GROUP 4.....................$ 40.77 12.44 GROUP 5.....................$ 41.43 12.44 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $1.00 ZONE 3 - $1.30 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $2.25 LABORERS CLASSIFICATIONS GROUP 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 29 1 Page WA20210001 Modification 3 Federal Wage Determinations for Highway Construction Page 1 30 GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender; Clean-up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical ""splash suit"" and air purifying respirator); Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site); Topper-Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper -Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical ""splash suit""); Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, 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; Grade Checker and Transit Person; High Scaler; Powderman; Re-Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line). 30 1 Page WA20210001 Modification 3 Federal Wage Determinations for Highway Construction Page 1 31 LAB00292-008 06/01/2020 ISLAND, SAN JUAN, SKAGIT, SNOHOMISH, AND WHATCOM COUNTIES Rates Fringes LABORER GROUP 1.....................$ 27.78 12.44 GROUP 2.....................$ 31.82 12.44 GROUP 3.....................$ 39.81 12.44 GROUP 4.....................$ 40.77 12.44 GROUP 5.....................$ 41.43 12.44 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $1.00 ZONE 3 - $1.30 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $2.25 LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer/Cleaner (detail clean-up, such as but not limited to cleaning floors, ceilings, walls, windows, etc., prior to final acceptance by the owner) GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car 311 Page WA20210001 Modification 3 Federal Wage Determinations for Highway Construction Page 1 32 GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender; Clean-up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical ""splash suit"" and air purifying respirator); Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site); Topper-Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper -Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical ""splash suit""); High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller -Power; Raker -Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and glas operated tool; Timber Person -sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier; Powderman; Re-Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line). 32 1 Page WA20210001 Modification 3 Federal Wage Determinations for Highway Construction Page 1 33 LAB00335-001 06/01/2020 CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES Rates Fringes Laborers: ZONE 1: GROUP 1....................$ 34.93 12.44 GROUP 2....................$ 35.65 12.44 GROUP 3....................$ 36.20 12.44 GROUP 4....................$ 36.66 12.44 GROUP 5....................$ 31.93 12.44 GROUP 6....................$ 29.01 12.44 GROUP 7....................$ 25.14 12.44 Zone Differential (Add to Zone 1 rates): Zone 2 $ 0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: LONGVIEW AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city all. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. LABORERS CLASSIFICATIONS GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch Weighman; Broomers; Brush Burners and Cutters; Car and Truck Loaders; Carpenter Tender; Change -House Man or Dry Shack Man; Choker Setter; Clean-up Laborers; Curing, Concrete; Demolition, Wrecking and Moving Laborers; Dumpers, road oiling crew; Dumpmen (for grading crew); Elevator Feeders; Median Rail Reference Post, Guide Post, Right of Way Marker; Fine Graders; Fire Watch; Form Strippers (not swinging stages); General Laborers; Hazardous Waste Worker; Leverman or Aggregate Spreader (Flaherty and similar types); Loading Spotters; Material Yard Man (including electrical); Pittsburgh Chipper Operator or Similar Types; Railroad Track Laborers; Ribbon Setters (including steel forms); Rip Rap Man (hand placed); Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers; Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring; Timber Faller and Bucker (hand labor); Toolroom Man (at job site); Tunnel Bullgang (above ground); Weight -Man- Crusher (aggregate when used) 33 1 Page WA20210001 Modification 3 Federal Wage Determinations for Highway Construction Page 1 34 GROUP 2: Applicator (including pot power tender for same), applying protective material by hand or nozzle on utility lines or storage tanks on project; Brush Cutters (power saw); Burners; Choker Splicer; Clary Power Spreader and similar types; Clean- up Nozzleman-Green Cutter (concrete, rock, etc.); Concrete Power Buggyman; Concrete Laborer; Crusher Feeder; Demolition and Wrecking Charred Materials; Gunite Nozzleman Tender; Gunite or Sand Blasting Pot Tender; Handlers or Mixers of all Materials of an irritating nature (including cement and lime); Tool Operators (includes but not limited to: Dry Pack Machine; Jackhammer; Chipping Guns; Paving Breakers); Pipe Doping and Wrapping; Post Hole Digger, air, gas or electric; Vibrating Screed; Tampers; Sand Blasting (Wet); Stake -Setter; Tunnel-Muckers, Brakemen, Concrete Crew, Bullgang (underground) GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill Operators, air tracks, cat drills, wagon drills, rubber -mounted drills, and other similar types including at crusher plants; Gunite Nozzleman; High Scalers, Strippers and Drillers (covers work in swinging stages, chairs or belts, under extreme conditions unusual to normal drilling, blasting, barring -down, or sloping and stripping); Manhole Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power Saw Operators (Bucking and Falling); Pumperete Nozzlemen; Sand Blasting (Dry); Sewer Timberman; Track Liners, Anchor Machines, Ballast Regulators, Multiple Tampers, Power Jacks, Tugger Operator; Tunnel -Chuck Tenders, Nippers and Timbermen; Vibrator; Water Blaster GROUP 4: Asphalt Raker; Concrete Saw Operator (walls); Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam (pipelaying)-applicable when employee assigned to move, set up, align; Laser Beam; Tunnel Miners; Motorman -Dinky Locomotive -Tunnel; Powderman-Tunnel; Shield Operator -Tunnel GROUP 5: Traffic Flaggers GROUP 6: Fence Builders GROUP 7: Landscaping or Planting Laborers ---------------------------------------------------------------- LAB00335-019 06/01/2020 Rates Fringes Hod Carrier ......................$ 34.93 12.44 ---------------------------------------------------------------- 341 Page WA20210001 Modification 3 Federal Wage Determinations for Highway Construction Page 1 35 LAB00348-003 06/01/2020 CHELAN, DOUGLAS (W OF 12TH MERIDIAN), KITTITAS, AND YAKIMA COUNTIES Rates Fringes LABORER GROUP 1.....................$ 23.68 12.44 GROUP 2.....................$ 27.17 12.44 GROUP 3.....................$ 29.74 12.44 GROUP 4.....................$ 30.46 12.44 GROUP 5.....................$ 30.99 12.44 BASE POINTS: BE