SR 410 Swale/Storm Improvements Phase II Bid Documents

158
BID PROPOSAL, CONTRACT DOCUMENTS, AND SPECIFICATIONS FOR: SR 410 Swale/Storm Improvements Phase II Bid Documents April 2021 The City of Bonney Lake 9002 Main Street East P.O. Box 7380 Bonney Lake, WA 98391 (253) 862-8602 Contact: John Woodcock, P.E. (253) 447-4336 KPG, P.S. 2502 Jefferson Avenue Tacoma, WA 98402 (253) 627-0720 Contact: Terry Wright, P.E. (253) 627-0720

Transcript of SR 410 Swale/Storm Improvements Phase II Bid Documents

BID PROPOSAL, CONTRACT DOCUMENTS, AND SPECIFICATIONS FOR:

SR 410 Swale/Storm Improvements

Phase II

Bid Documents

April 2021

The City of Bonney Lake

9002 Main Street East

P.O. Box 7380

Bonney Lake, WA 98391

(253) 862-8602

Contact: John Woodcock, P.E.

(253) 447-4336

KPG, P.S.

2502 Jefferson Avenue

Tacoma, WA 98402

(253) 627-0720

Contact: Terry Wright, P.E.

(253) 627-0720

CONTRACT PROVISIONS

for

SR 410 Swale/Storm Improvements

Phase II

April 2021

Prepared by:

KPG, P.S.

2502 Jefferson Avenue

Tacoma, WA 98402

Prepared for:

City of Bonney Lake

Department of Public Works

9002 Main Street E

Bonney Lake, WA 98391

The above mentioned Contract Provisions have been reviewed and approved for advertisement.

Such review includes all contract documents, specifications, and plans associated with the

project.

Prepared by: _________________________________

Checked by: _________________________________

Approved by: ________________________________

REGIST E RED

NOT

GNIHSAWFO

ETAT

S

ERNE

PRFO

ENNALIOE

S IGS53701

KEL

SEY D. ANDERSO

N

04-05-21

terri
Terry
terri
Terry

CITY OF BONNEY LAKE

SR 410 Swale/Storm Improvements Phase II

TABLE OF CONTENTS

ADVERTISEMENT FOR BIDS

INSTRUCTIONS TO BIDDERS (Pink Section)

INSTRUCTIONS TO BIDDERS ............................................................................................................................................ IB-1

BIDDER’S CHECKLIST ........................................................................................................................................................ IB-3

BID FORMS (Blue Section)

NON-COLLUSION CERTIFICATE ..................................................................................................................................... BF-1

SUBCONTRACTOR LIST .................................................................................................................................................... BF-2

BIDDER'S QUALIFICATION CERTIFICATE .................................................................................................................... BF-3

BID BOND FORM ................................................................................................................................................................. BF-4

PROPOSAL ............................................................................................................................................................................. BF-5

SCHEDULE OF PRICES ....................................................................................................................................................... BF-7

CERTIFICATION OF COMPLIANCE WITH WAGE PAYMENT STATUTES .............................................................. BF-8

CONTRACT FORMS (Blue Section)

CONTRACT ........................................................................................................................................................................... CD-1

PERFORMANCE AND GUARANTY BOND .................................................................................................................... CD-2

LABOR AND MATERIAL PAYMENT BOND .................................................................................................................. CD-3

CERTIFICATE OF INSURANCE ........................................................................................................................................ CD-5

CERTIFICATE AS TO CORPORATE PRINCIPAL ........................................................................................................... CD-7

CERTIFICATE AS TO CORPORATE SEAL ...................................................................................................................... CD-8

CONTRACTOR DECLARATION OF OPTION FOR MANAGEMENT OF STATUTORY RETAINED

PERCENTAGE ...................................................................................................................................................................... CD-9

REQUEST FOR TAXPAYER ID NUMBER AND CERTIFICATION (W-9) ................................................................. CD-11

WARRANTY AND DEFECT BOND ................................................................................................................................ CD-12

CITY BUSINESS LICENSE ADDENDUM ...................................................................................................................... CD-14

PREVAILING WAGES (Ivory Section)

STATEMENT OF INTENT TO PAY PREVAILING WAGES ....................................................................................... CD-19

AFFIDAVIT OF WAGES PAID ......................................................................................................................................... CD-20

REQUEST FOR RELEASE ................................................................................................................................................ CD-21

PREVAILING WAGE RATES PACKAGE FOR PIERCE COUNTY (EFFECTIVE APRIL 28, 2021)

SPECIAL PROVISIONS (Tan Section)

SPECIAL PROVISIONS ....................................................................................................................................................... SP-1

APPENDICES

NOT APPLICABLE

PLANS –BOUND SEPARATELY

ADVERTISEMENT

FOR BIDS

CITY OF BONNEY LAKE

SR 410 SWALE/STORM IMPROVEMENTS PHASE II

ADVERTISEMENT FOR BIDS

Notice is hereby given that sealed bids will be received by the City Clerk at the City of Bonney Lake, 9002

Main Street E, Suite 125, Bonney Lake, Washington 98391 by 10:00 a.m. on Wednesday, April 28, 2021 for

the SR 410 Swale/Storm Improvements Phase II Project.

Work to be performed includes the following:

Provide stormwater and swale improvements along the south side of SR 410 from 195th Ave E for

approximately 400 LF before tying into an existing stormwater culvert pipe. Other improvements

include erosion control, swale and ditch restoration, and traffic control.

Bid proposals will be received only by the City Clerk at the City of Bonney Lake, 9002 Main Street E,

Suite 125, Bonney Lake, Washington 98391 by 10:00 a.m. on Wednesday, April 28, 2021. The bids will

be tabulated by City staff and posted to the City’s website and provided to every bidder via E-mail. No

public bid opening will occur due to the COVID restrictions in place by the City. The Contractors

shall clearly identify project name on all submitted bid packages. Proposals received after the time fixed

for opening will not be considered.

Contract documents including plan drawings, specifications, addenda, and plan holders list for this project

will be available for viewing and downloading on-line through Builders Exchange of Washington, Inc.

(BXWA) at http://www.bxwa.com. To view the documents on BXWA’s website, select the following links:

“Posted Projects”; “Public Works”; “City of Bonney Lake”; “Projects Bidding”. Bidders are encouraged to

“Register as a Bidder” in order to receive automatic e-mail notification of future addenda and be placed on

the “Bidders List”. Contact the Builders Exchange of Washington at (425) 258-1303 should you require

further assistance.

For questions regarding this project, please contact John Woodcock, Project Manager at 9002 Main Street

East, Suite 300, P.O. Box 7380, Bonney Lake, Washington 98391, and (253) 447- 4336.

Title VI language for Advertisement for Bids:

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 23 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 insure that such firms are afforded the

maximum practicable opportunity to compete for and obtain public contracts.

The Contractor will be required to comply with all local, State, and Federal laws and regulations pertaining to

equal employment opportunities.

Each bid proposal shall be accompanied by a bid proposal deposit in cash, certified check, cashier’s check,

postal money order, or surety bond in an amount equal to at least five (5) percent of the amount of such bid

proposal. Checks shall be made payable to the City of Bonney Lake. Should the successful Bidder fail to

enter into such contract and furnish satisfactory performance and payment bond within the time stated in the

Specifications, the bid proposal deposit shall be forfeited to the City of Bonney Lake.

No Bidder may withdraw his proposal after the hours set for the opening thereof, or before award of contract,

unless said award is delayed for a period exceeding sixty (60) calendar days.

The City of Bonney Lake reserves the right to reject any or all bids and to waive irregularities in the bid or in

the bidding.

Engineers Estimate is between $125,000 to $175,000.

Published: Bonney Lake Courier Herald:

1st Publication: April 14, 2021

2nd Publication: April 21, 2021

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II April 2021

Bid Documents IB-1 Specifications

INSTRUCTIONS TO BIDDERS

01. General

Plans, specifications, and addenda are available by appointment for viewing at Bonney Lake Justice Center &

Municipal Building, 9002 Main Street East, Suite 125, Bonney Lake, Washington 98391, (253) 862-8602

ext. 341.

Plans, specifications and addenda are also available for viewing and downloading on-line through Builders

Exchange of Washington, Inc. (BXWA) at http://www.bxwa.com. Contact the Builders Exchange of

Washington at (425) 258-1303 should you require further assistance.

02. Location

The project is located in Bonney Lake, along SR 410 near the intersection of 195th Ave E. See Project

Location map shown on the plans.

03. Examination of Plans, Specifications and Site

Bidders shall satisfy themselves as to construction conditions by personal examination of the plans,

specifications and site of the proposed work and by any other examination and investigation which they may

desire to make as to the nature of the difficulties to be encountered.

04. Proposals

Proposals shall be made on the forms included herewith and shall be addressed to: City Clerk, City of

Bonney Lake, 9002 Main Street E, Suite 125, Bonney Lake, Washington 98391. Proposals shall be in a

sealed envelope, plainly labeled “SR 410 Swale/Storm Improvements Phase II Project”, and shall be

delivered to the above address to arrive not later than April 28, 2021 at 10:00AM.

No proposal may be withdrawn after the time set for the bid opening or before award of contract unless said

award is delayed for a period exceeding 60 calendar days.

05. Bid Proposal Deposit

As a guarantee of good faith and as required by law, each bid shall be accompanied by a bid proposal deposit

in the form of a certified check, cashier's check, or surety bond, payable to the order of City of Bonney Lake,

for an amount not less than 5 percent of the total amount of bid. The deposits of the three low bidders will be

retained until a contract has been entered into between the successful bidder and the City and until a

performance bond in an amount of 100 percent of the contract price has been filed as required under these

contract documents.

The deposits of other bidders will be returned as soon as it is determined that they are not one of the three low

bidders.

06. Award of Contract

The contract will not be awarded until the City is satisfied that, at a minimum, the successful bidder is

reasonably familiar with the class of work contemplated and has the necessary capital, tools and experience to

satisfactorily perform the work within the time stated. Completion of the work within the time stated is

essential and prior commitments of the bidder, failure to complete other work on time, or reasonable doubt as

to whether the bidder would complete the work on time would be cause for the rejection of any bid. The

right is reserved by the owner to waive any informalities in the bidding, to reject any or all proposals, to

accept any proposal, to re-advertise for new proposals, or to otherwise carry out the work.

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II April 2021

Bid Documents IB-2 Specifications

07. Failure to Execute Contract

In the event the successful bidder fails to furnish an approved bond and to sign the contract within twenty

(20) days after notification of award, an amount equal to five (5) percent of the amount of the bid shall be

forfeited to the owner as liquidated damages. Said liquidated damages shall be paid from the check or bid

bond filed by the bidder. Other proposals will then be reconsidered for award by the owner.

08. Corrections, Interpretations and Addenda

Any omissions, discrepancies or need for interpretation should be brought in writing to the attention of the

engineer. Written addenda to clarify questions which arise will then be issued.

All interpretation or explanations of the contract documents shall be in the form of an addendum and no oral

statements by the owner, engineer, or other representative of the owner shall, in any way, modify the contract

documents, whether made before or after letting the contract.

09. Project Engineer

Notices as required in the general conditions shall be mailed to Public Services Department, Attn: John

Woodcock, P.E. City of Bonney Lake, 9002 Main Street East, P.O. Box 7380, Bonney Lake, Washington

98391, (253) 447-4336.

10. Chemical Hazard Communication

Before starting work under this contract, the Contractor is required to supply information to the City on all

chemical hazards that the contractor is bringing into the work place and thereby creating exposure to City

employees and agents.

11. Completion Time

The Contractor(s) shall be required to have all work complete, operational and ready for acceptance within 25

consecutive working days as specified in Section 1-08.5 of these Special Provisions.

12. Bidders' Responsibility Statement

It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included

in their copy of the bid specifications.

If documents are missing, it is the sole responsibility of the bidder to contact the City of Bonney Lake to

obtain the missing documents prior to bid opening time.

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II April 2021

Bid Documents IB-3 Specifications

BIDDER’S CHECKLIST

The Bidder’s attention is especially called to the following forms, which must be completed in full as

required and submitted collectively as the Bid Proposal package:

1. Non-Collusion Certificate

2. Subcontractor List

3. Bidder’s Qualification Certificate

4. Bid Bond Form and Bid Bond

5. Proposal

6. Schedule of Prices

7. Certification of Compliance with Wage Payment Statutes

The following forms are to be executed and submitted within 20 calendar days after award of Contract:

1. Contract

2. Performance and Guarantee Bond

3. Labor and Material Payment Bond

4. Certificate of Insurance

5. Certificate as to Corporate Principal

6. Certificate as to Corporate Seal

7. Contractor’s Declaration of Option for Management of Statutory Retained Percentage

8. W-9 Request for Taxpayer Identification Number and Certification

9. Warranty and Defect Bond (15% of contract amount and is required after Notice of Substantial

Completion is issued)

10. City of Bonney Lake Business License (Copy of active business license prior to Notice to

Proceed)

BID FORMS

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II April 2021

Bid Documents BF-1 Specifications

City of Bonney Lake

NON-COLLUSION CERTIFICATE

State of Washington )

) ss.

County of Pierce )

The undersigned, being duly sworn, deposes and says that the person, firm, association, co-

partnership or corporation herein named, has 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 the preparation and submission of a proposal to the City of Bonney Lake for

consideration in the award of a contract on the improvement described as follows:

SR 410 Swale/Storm Improvements Phase II

Perform construction at multiple locations for installation of storm sewer and associated restoration

as required.

__________________________________

(Name of Firm)

By:_____________________________________________

(Authorized Signature)

Title:____________________________________________

Sworn to before me this _______ day of ____________________, in the year of _______.

____________________________________________________________________

Notary Public

Corporate Seal:

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II April 2021

Bid Documents BF-2 Specifications

SUBCONTRACTOR LIST

Heating, ventilation, air conditioning, plumbing, electrical

As required by RCW 39.30.060, bids of $1,000,000 or more for any public work contract require each bidder to

submit the names of the subcontractors who will be performing the work in areas of heating, ventilation, air

conditioning, plumbing (as described in chapter 18.106 RCW), and electrical (as described in chapter 19.28 RCW),

or to name itself for the work. If the subcontractors names are not submitted with the bid, or within 1 hour of the bid time, the bid shall be considered nonresponsive and, therefore, void. Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No. Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No. Bid Item (s) Subcontractor Name Address Phone No. ________ State Contractor’s License No.

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II April 2021

Bid Documents BF-3 Specifications

BIDDER'S QUALIFICATION CERTIFICATE

The undersigned hereby certifies and submits the following qualifications:

1. Name and Address

2A. State of Washington Tax Registration Number (UBI)

2B. State of Washington Registration Number and expiration (EIN)

3. Number of years in contracting business under present firm name

4. Particular types of construction work performed by your company:

5. List most recent construction projects performed:

Amount Type Owner Name Phone

6. Gross amount of contracts now in hand:

7. Bank reference(s):

By (Authorized Signature):

Title:

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II April 2021

Bid Documents BF-4 Specifications

BID BOND FORM

Herewith find 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.

Sign Here: ___________________________________________________________

BID BOND

Know all men by these presents, that we ___________________________________ as Principal

and ______________________________________________ as Surety, are held and firmly bound

unto City of Bonney Lake Washington, as obligee in the penal sum of _______________________

dollars, for the payment of which the principal and the surety binds themselves, their heirs,

executors, administrators, successors and assigns, jointly and severally, by these presents.

The condition of the obligation is such that if the obligee shall make any award to the principal for

________________________________, 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 award and shall give bond for faithful

performance thereof, with surety or sureties approved by the obligee; or if the principal shall, in case

of failure to do so, 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 _______ day of _____________________, in the year of ________.

Principal______________________________________________________________________

Surety________________________________________________________________________

Return of deposit in the amount of $_________________________________________

Date___________________________________________________________________________

By_____________________________________________________________________________

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II April 2021

Bid Documents BF-5 Specifications

PROPOSAL

Contractor: __________________________________________

City: _____________________________, State:

Date: _____________________________, in the year of _______

The Honorable City Council

City of Bonney Lake

PO Box 7380

9002 Main Street East, Suite 125

Bonney Lake, WA 98391

Pursuant to and in compliance with your invitation for bids and all other documents relating thereto,

the undersigned bidder, having familiarized himself with the terms of the contract, the local

conditions affecting the performance of the contract, the cost of the work at the place where the

work is to be done, proposes and agrees to perform, within the time stipulated, the contract, if this

project is accepted, including all its component parts and everything required to be performed, and

to provide and furnish any and all labor, materials, tools, expendable equipment, an all utility and

transportation services necessary to perform the contract, complete, in a workmanlike manner, of all

the work covered by the contract in connection with the City of Bonney Lake's project designated as

SR 410 Swale/Storm Improvements Phase II and as required by and in strict conformance with

the specifications, contract plans and the standard plans for the following unit prices.

Note: Unit prices of all items; all extensions and total amount of bid must be shown. Show unit

prices in both words and figures and, where conflict occurs, the written or typed words prevail.

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II April 2021

Bid Documents BF-6 Specifications

All bidders shall sign the proposal in the space provided.

The successful bidder shall execute and furnish the attached (no substitution allowed) performance bond and

Agreement within twenty (20) calendar days after the date of award of contract unless a written extension is granted

by City of Bonney Lake.

The contractor agrees to perform the complete contract work as specified, including corrections, finish and cleanup

within 25 consecutive working days, beginning the date given in the notice to proceed by City of Bonney Lake.

The proposal, together with the Contract Documents, when endorsed by City of Bonney Lake shall become a

contract binding on both parties thereto, whereby the contractor agrees to perform the complete contract work, as

specified, and City of Bonney Lake agrees to make payment to the contractor, as specified, for said completed and

accepted work.

Dated this day of , in the year of .

Contractor

Address

Telephone Washington State License No.

By:

Title:

Attest: (If Corporation)

Witness: (If Individual or Partnership)

Acknowledgement of Receipt of Addenda:

No. Date Initials

No. Date Initials

No. Date Initials

No. Date Initials

No. Date Initials

Bid Proposal Form

ITEM

NO.

APPROX.

QUANTITY ITEM WITH UNIT PRICED BID

UNIT PRICE

Dollars Cts.

TOTAL ITEM PRICE

Dollars Cts.

100 1 1-04

EST

101 1 1-05

LS

102 1 1-05

LS

103 1 1-07

LS

104 1 1-09

LS

105 1 1-10

LS

106 1 2-01

LS

107 420 2-03

LF

108 1 2-09

LS

109 394 7-04

LF

110 3 7-05

EA

111 3 7-05

EA

112 1 7-05

EA

113 1 7-05

EA

114 1 7-05

EA

115 1 7-05

EA

116 3 7-06

EA

117 1 8-01

LS

118 885 8-01

SY

119 1 8-01

LS

120 74 8-02

CY

121 1 8-05

EST

TOTAL BID Schedule A - SR 410 Swale/Storm Improvements Phase II =

Resolution of Utility Conflicts, per Estimate $3,000.00 $3,000.00

Topsoil Type A, per Cubic Yard

Seeding, Fertilizing, and Mulching, per Lump Sum LUMP SUM $

$ $

SCHEDULE OF PRICES

ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID(Note: Unit prices for all items, all extensions, and total amount of bid must be shown.

Project Temporary Traffic Control, per Lump Sum

Schedule A - SR 410 Swale/Storm Improvements Phase II

Minor Change, per Estimate

Roadway Survey, per Lump Sum

Record Drawings (Min. Bid $500), per Lump Sum

SPCC Plan, per Lump Sum

Mobilization, per Lump Sum

SR 410 Swale/Storm Improvements Phase II

Ditch Excavation and Shaping, per Linear Foot

Clearing and Grubbing, per Lump Sum

$

LUMP SUM

$

Nyloplast Drain Basin, 36 In. Diam., per Each $ $

$

$2,000.00

$

$

$

$

Shoring or Extra Excavation Cl. B for Storm, per Lump Sum

Storm Sewer Pipe, 24 In. Diam., per Linear Foot

$

$ $

Catch Basin Type 2 Debris Cage , per Each $

Catch Basin Type 2, 48 In. Diam., per Each

LUMP SUM $

Biodegradable Erosion Control Blanket, per Square Yard

$ $

$

$

$ $

$

$

$

$

Nyloplast Debris Cage , per Each $

$ $

$

Erosion Control and Water Pollution Prevention, per Lump Sum

Connection to Existing Structure , per Each

Connection to Existing Pipe , per Each

Ecology Block Check Dam, per Each

$2,000.00

LUMP SUM

LUMP SUM

LUMP SUM

LUMP SUM

LUMP SUM

LUMP SUM

City of Bonney Lake

SR410 Swale/Storm

Improvements Phase II

Bid Documents FIRM NAME_____________________

BF - 7

KPG #18197C

April 2021

Specifications

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II April 2021

Bid Documents BF-8 Specifications

Certification of Compliance with Wage Payment Statutes

The bidder hereby certifies that, within the three-year period immediately preceding the bid

solicitation date (April, 14, 2021), that the bidder is not a “willful” violator, as defined in RCW

49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and

binding citation and notice of assessment issued by the Department of Labor and Industries or

through a civil judgment entered by a court of limited or general jurisdiction.

I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true

and correct.

____________________________________

Contractor

_______________________________________

Signature of Authorized Official*

_______________________________________

Printed Name

________________________________________

Title

_______________ _____________________________ ______________

Date City State

Check one:

Individual Partnership Joint Venture Corporation

State of Incorporation, or if not a corporation, State where business entity was formed:

_______________________________________________

If a Co-partnership, give firm name under which business is transacted:

_______________________________________________

* If a corporation, proposal must be executed in the corporate name by the president or vice-

president (or any other corporate officer accompanied by evidence of authority to sign). If a co-

partnership, proposal must be executed by a partner.

CONTRACT FORMS

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II April 2021

Bid Documents CD-1 Specifications

CITY OF BONNEY LAKE CONTRACT

THIS CONTRACT, is made and entered into this day of _________, 2021 by and

between the CITY OF BONNEY LAKE, a Washington municipal corporation, hereinafter

referred to as the "Owner" and __________________, hereinafter referred to as the "Contractor."

WITNESSETH:

WHEREAS, the Owner desires to have certain work, services and/or tasks performed as

set forth below requiring specialized skills and other supportive capabilities; and

WHEREAS, the Contractor represents that the Contractor is qualified and possesses

sufficient skills and the necessary capabilities, including technical and professional expertise, to

perform the work, services and/or tasks set forth in this Agreement; and

WHEREAS the Owner has heretofore caused to be prepared certain plans and

specifications described as the and

the Contractor did on the _____ day of _______________, 2021, file with the Owner a proposal

to construct said work and agreed to accept as payment therefore the sum fully stated and set

forth in the proposal; and

WHEREAS, the said Contract Documents fully and accurately described the terms and

conditions upon which the Contractor proposes to furnish said equipment, labor, materials, and

appurtenances and perform said work, together with the manner and time of furnishing same;

IT IS THEREFORE AGREED, first, the Contractor shall perform such work and

accomplish such tasks, including the furnishing of all materials and equipment necessary for full

performance thereof, as are identified and designated as Contractor responsibilities throughout

this Agreement and as detailed in the plans and specifications described as

. It is agreed that a copy of said General Conditions and other

Contract Documents filed with the Owner, as aforesaid, do, in all particulars, become a part of

this Agreement by and between the parties hereto in all matters and things therein set forth and

described;

AND FURTHER, that the Owner and the Contractor hereby accept and agree to the terms

and conditions of said Contract Documents as filed as completely as if said terms and conditions

and plans were herein set out in full.

“Third-Party Beneficiary: All parties agree that the State of Washington shall be, and is

hereby, named as an express third-party beneficiary of this contract, with full rights as such."

IN WITNESS WHEREOF the parties hereto have caused this Agreement to be executed the day

and year first hereinabove written.

CITY OF BONNEY LAKE CONTRACTOR:

By

Neil Johnson, Jr., Mayor Title

Date: Date:

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II April 2021

Bid Documents CD-2 Specifications

PERFORMANCE AND GUARANTY BOND

We, ____________________________ as the Contractor and ___________________________

as Surety, jointly and severally bind ourselves, our heirs, successors and assigns, as set forth

herein, to

BONNEY LAKE, WASHINGTON

(herein called the City) for payment of the penal sum of _______________________________

dollars ($_______________), lawful money of the United States. The City has awarded the

Contractor a contract for the construction of

SR 410 Swale/Storm Improvements Phase II

THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor shall in all things abide by

and well and truly keep and perform the covenants, and agreements in the said contract, any part to be

kept and performed at the time and in the manner therein specified, and shall indemnify and save

harmless the City from any defects in the workmanship and materials incorporated into the work for a

period of one year after final acceptance of the work, as therein stipulated, this obligation shall become

null and void, otherwise, it shall be and remain in full force and effect.

This bond is provided in compliance with the requirements of Chapter 39.08, RCW, and shall be

construed consistent therewith.

Executed in four original

counterparts on

CONTRACTOR

(Attach Acknowledgement of Authorized Representative of Contractor)

Any claims under this Bond may be addressed to:

(Name and address of SURETY)

(Name and address of Surety in WASHINGTON if

different from above)

(Telephone number of Surety’s agent Washington)

(Attach Acknowledgement)

_________________________________________

SURETY

By: _________________________________________

(Attorney-in-Fact)

APPROVED:

___________________________

NOTICE: Sureties must be authorized to do business in and have an agent for service of process in Washington.

Certified copy of Power of Attorney must be attached. Sureties must be authorized to do business in and have an

agent for service of process in Washington. Certified copy of Power of Attorney must be attached

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II April 2021

Bid Documents CD-3 Specifications

LABOR AND MATERIAL PAYMENT BOND

We, ___________________________ as the Contractor and ________________________ as

Surety, jointly and severally bind ourselves, our heirs, successors and assigns, as set forth herein, to

BONNEY LAKE, WASHINGTON

hereinafter “City” for the use and benefit of claimants as herein below defined, in the amount of

___________________________________________ dollars ($_______________).

Whereas, Contractor has by written agreement entered into a contract with City for

SR 410 Swale/Storm Improvements Phase II

which contract is by reference made a part hereof;

NOW THEREFORE, the condition of this bond is such that is Contractor shall promptly make payment

to all claimants as hereafter defined for all labor and material used or reasonably required for use in the

performance of the contract, then this obligation shall be void, otherwise it shall remain in full force and

effect.

A claimant is defined as any laborer, mechanic, subcontractor and materialman, and all persons who

supply such person or persons or subcontractor with provisions and supplies for the carrying on of such

work.

This Bond is issued simultaneously with a Performance Bond in favor of the City conditioned on full and

faithful performance of the contract.

This Bond is provided in compliance with the requirements of Chapter 39.08 RCW and shall be construed

consistent therewith.

Surety agrees that no change, extension of time, alteration, or addition to the terms of the contract, or the

work to be performed thereunder, or the specifications shall in any way affect its obligation on this bond,

and it does hereby waive notice thereof.

The Contractor and Surety agree that if the City is required to engage the services of an attorney in

connection with the enforcement of this bond, each shall pay the City’s reasonable attorney’s fees

incurred, with or without suit, in addition to the above sum.

Executed in four original counterparts on

________________, 20____

_______________________

Contractor

(Attach acknowledgement of Authorized Representative of Contractor)

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II April 2021

Bid Documents CD-4 Specifications

Labor and Material Payment Bond – Continued

Any claims under this Bond may be addressed to:

_____________________________ (Name and address of SURETY)

_____________________________

_____________________________

_____________________________ (Name and address of Surety in WASHINGTON if

_____________________________ different from above)

_____________________________

_____________________________ (Telephone number of Surety’s agent Washington)

(Attach Acknowledgment)

___________________________________________

SURETY

By: ___________________________________________

(Attorney-in-Fact)

APPROVED:

_____________________________

NOTICE:

Sureties must be authorized to do business in and have an agent for service of process in Washington. Certified

copy of Power of Attorney must be attached.

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II April 2021

Bid Documents CD-5 Specifications

CERTIFICATE OF INSURANCE

Return this certificate to:

City of Bonney Lake

9002 Main Street East

PO Box 7380

Bonney Lake, WA 98391

This certifies to City of Bonney Lake that the following described policies have been issued to the

Insured named below and are in force at this time:

Insured_______________________________________________________________________

Address______________________________________________________________________

Description of operations/locations/products (show contract name and/or number, if any)

Policies and Insureds

Limits

Bodily Injury Property Damage

Policy

Number

Expiration Best’s

Rating

Comprehensive/General

Liability

Each Person Each Occurrence

Worker’s Compensation

Employer’s

Liability

Automotive Liability

Each Person Each Occurrence

COMBINED SINGLE LIMIT

All policies are in effect at this time and will not be canceled, limited, or allowed to expire without

renewal until after 30 days’ written notice has been given to the Certificate Holder named on the top line.

Any coverage afforded the Certificate Holder as an additional insured shall apply as primary and not

excess to any insurance issued in the name of the Certificate Holder.

Note to Contractor: City of Bonney Lake and its authorized agents shall be named as additional

insured for this policy.

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II April 2021

Bid Documents CD-6 Specifications

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II April 2021

Bid Documents CD-7 Specifications

CERTIFICATE AS TO CORPORATE PRINCIPAL

I, __________________________________________________, certify that I am the

_____________________________________________________ of the corporation named as Contractor

in the Agreement attached hereto, that __________________________________________________,

who signed said Agreement on behalf of the Contractor, was the _________________________________

of said corporation; that said Agreement was duly signed on and in behalf of said corporation by authority

of its governing body, and is within the scope of its corporate powers.

By:

Title:

State of )

) SS.

County of )

________________________________________________ being duly sworn deposes and says that he is

____________________________ of _____________________________________________________.

(Name of Organization)

Subscribed and sworn to before me this

______ day of ___________________, 20____

Notary Public

My commission expires _______________, 20____

Bond No. .

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II April 2021

Bid Documents CD-8 Specifications

CERTIFICATE AS TO CORPORATE SEAL

I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within

Bond; that __________________________________ signed the said Bond on behalf of the Principal was

______________________________________ of said Corporation; that I know his signature thereto is

genuine, and that said Bond was duly signed, sealed, and attested for in behalf of said Corporation by

authority of its governing body.

Secretary or Assistant Secretary

A copy of this bond shall be filed with the County Auditor, except in the case where the Contract is with a

City or Town.

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II April 2021

Bid Documents CD-9 Specifications

CONTRACTOR’S DECLARATION OF OPTION FOR MANAGEMENT OF

STATUTORY RETAINED PERCENTAGE

PROJECT NAME:_________________________

□ The City shall withhold the retained percentage for this Contract from time-to-time as such

retained percentage accrues and in accordance with RCW 60.28.011.I hereby elect to have the retained

percentage for this Contract held in a fund by the City until 60 days following final acceptance of the

work. (No interest will be earned on the retained percentage amount under this election.)

CONTRACTOR:_______________________________

BY:__________________________________________

TITLE:_______________________________________

DATE:________________________________________

□ I hereby elect to have the City deposit the retained percentage for this Contract, from time-to-time,

as such retained percentage accrues and in accordance with RCW 60.28.011 (4)(b).

I hereby designate _____________________________________ as the depositary for said fund, which

shall be deposited in an interest earning account subject to joint control by City and the Contractor. All

interest earned on said deposits shall belong to the Contractor. If Contractor fails to designate the

depositary, then the City designates ___________________________________, which is the City’s

depositary under contract between said bank and the City of Bonney Lake.

I hereby further agree to be fully responsible for payment of all costs of fees incurred as a result of

establishing said depositary account and depositing the retained percentage as authorized by statute. The

City shall not be liable in any way for any costs or fees in connection therewith.

CONTRACTOR:_______________________________

BY:__________________________________________

TITLE:_______________________________________

DATE:_______________________________________

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II April 2021

Bid Documents CD-10 Specifications

□ I hereby elect to submit a bond for all or any portion of the contract retainage in a form acceptable

to the City of Bonney Lake and from a bonding company meeting standards established by the City in

accordance with RCW 60.28.011(6). The City shall accept a bond meeting these requirements unless the

City can demonstrate good cause for refusing to accept it. This bond and any proceeds therefrom are

subject to all claims and liens and in the same manner and priority as set forth for retained percentages in

this chapter. The City shall release the bonded portion of the retained funds to the contractor within thirty

days of accepting the bond from the contractor. Whenever the City accepts a bond in lieu of retained

funds from a contractor, the contractor shall accept like bonds from any subcontractors or suppliers from

which the contractor has retained funds. The contractor shall then release the funds retained from the

subcontractor or supplier to the subcontractor or supplier within thirty days of accepting the bond from

the subcontractor or supplier.

CONTRACTOR:_______________________________

BY:__________________________________________

TITLE:_______________________________________

DATE:_______________________________________

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II April 2021

Bid Documents CD-11 Specifications

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II April 2021

Bid Documents CD-12 Specifications

WARRANTY AND DEFECT BOND

NAME OF PROJECT:

SR 410 Swale/Storm Improvements Phase II BOND NO.:

LOCATION/ADDRESS Bonney Lake, WA

PROJECT NO.:

WE, _______________________________________________________________________, as Principal, and

________________________________________________, a corporation organized and existing under and by

virtue of the laws of the State of ________________________________, Legally doing business in the State of

Washington, as Surety, are held and firmly bound unto the City of Bonney Lake, Pierce County, Washington, as

Obligee, in the penal sum of__________________________________________ Dollars ($________________),

for the payment of which we firmly bind ourselves, our legal representatives, successors and assigns, jointly and

severally.

WHEREAS, the Principal has completed the project known as _____________________________, located in the

City of Bonney Lake, Pierce County, Washington, and the Principal has constructed certain improvements in

connection with said Project and intends to secure the successful operation of said improvements pursuant to the

Project Contract

NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that if the improvements constructed

by the Principal shall successfully operate for a period of one year from the satisfactory completion of the facility or

Final plat approval, whichever is later, and shall remain free of defect in workmanship and materials for the period,

then this obligation shall be null and void, otherwise to remain in full force and effect.

IT IS FURTHER EXPRESSLY PROVIDED THAT:

1. Until written release of this obligation by the Obligee, this bond may not be terminated or cancelled by the

Principal or Surety for any reason.

2. Damage from expected usage and damage due to construction activities shall be considered “defects” for

purposes of this bond.

3. In the event of any failure of the improvements to satisfactorily perform or in the event of a defect in the

workmanship or materials, the Principal or Surety shall make prompt and adequate repair to correct the

failure or defect. In the event these repairs are not made within 45 days of notice by either the Principal or

Surety, the Surety shall, upon demand, tender the total bond amount to the Obligee. After making the

repairs, the Obligee will return any unexpected funds, without interest, to the Surety.

4. In the event the Obligee determines that repairs must be performed immediately to prevent risk to person

and property, the Obligee may make the repairs and the cost of those repairs shall be paid by the Principal

or Surety.

5. The Principal shall be obligated to make the repairs described above, which obligation shall not be limited

by the amount of this bond.

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II April 2021

Bid Documents CD-13 Specifications

This Bond is issued pursuant to chapter 39.08 RCW and shall be interpreted in compliance with said chapter.

PRINCIPAL SURETY

By: By:

Printed Name: Printed Name:

Date: Date:

Mailing Address Mailing Address

Phone Number: Phone Number:

STATE OF WASHINGTON )

) SS

COUNTY OF PIERCE )

I certify that I know or have seen satisfactory that _________________________________________signed this

instrument and acknowledged it to be his/her free and voluntary act for the uses and purposes mentioned in the

instrument.

WITNESS WHEREOF, I have hereunto set my hand and official seal the day and year first above written.

_______________________________________________________

Printed Name: ___________________________________________

NOTARY PUBLIC in and for the State of Washington,

Residing at:

My commission expires:

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II April 2021

Bid Documents CD-14 Specifications

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II April 2021

Bid Documents CD-15 Specifications

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II April 2021

Bid Documents CD-16 Specifications

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II April 2021

Bid Documents CD-17 Specifications

PREVAILING WAGES

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II April 2021

Bid Documents CD-19 Specifications

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II April 2021

Bid Documents CD-20 Specifications

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II April 2021

Bid Documents CD-21 Specifications

REQUEST FOR RELEASE

Department of Labor and Industries

General Administration Building

Olympia, WA 98504

THE UNDERSIGNED CONTRACTOR REQUESTS THAT THE PROPERTY OWNER/GENERAL

CONTRACTOR BE NOTIFIED OF THEIR RELEASE FROM LIABILITY FOR INDUSTRIAL INSURANCE

PREMIUMS ON THE FOLLOWING WORK:

Name of Project Contract No.

Location of Project

Description of Work

Amount of contract Date Work Started Date Work Completed Property Owner/General Contractor

Address of Property Owner/General Contractor

Were Subcontractors Used?

Yes No

IF YES, ATTACH A LIST SHOWING NAME, ADDRESS, CURRENT CONTRACTOR REGISTRATION

NO., INDUSTRIAL INSURANCE ACCOUNT NO., NATURE OF WORK PERFORMED, AND

COMPLETION DATE. SUPPLIERS FOR MATERIALS ONLY ARE NOT TO BE INCLUDED.

This Request Submitted by General Contractor

Subcontractor

Date Industrial Insurance Account #

Name of Firm Signed

Address Title

ALL WORKER HOURS THROUGH THE COMPLETION DATE OF THIS PROJECT MUST HAVE BEEN

REPORTED AND PREMIUM PAID THEREON BEFORE A RELEASE WILL BE ISSUED.

THIS FORM MUST BE COMPLETED AND ALL INFORMATION FURNISHED BY PARTY REQUESTING

RELEASE. SEND TO DEPARTMENT OF LABOR AND INDUSTRIES, INDUSTRIAL INSURANCE

DIVISION, CONTRACT COMPLIANCE UNIT, OLYMPIA, WA 98504.

����������������� ��������������������������������� �������������������������������������������������������������������������������������������������������������������������� !"�#$%&�'#� ���� !"�#()*(+*) !%,'#-./�0-1/2�34�56/�637.89�.-5/�-:57-889�;-<2�53�56/�=3.>/.?�@4�;708<:�=3.>1�;.3A/:51B�56/�637.89�.-5/�C715�0/�435�8/11�56-4�56/�;./D-<8<4E�.-5/�3F�=-E/�C<471�56/�637.89�.-5/�3F�56/�:315�3F�F.<4E/�0/4/F<51�-:57-889�;.3D<2/2�F3.�56/�=3.>/.?��G?H IJJ�K@LMN�O@MPQR�ST�QUVQNN�@W�QSXKY�Z[\�K@LMN�]QM�RI �@M�W@MY �Z_\�K@LMN�]QM�OQQP�NKIJJ�aQ�]ISR�IY�@TQ�ITR�@TQbKIJW�YScQN�YKQ�K@LMJ �MIYQ�@W�OIXQ?�� a?�� I88�637.1�=3.>/2�34�N-57.2-91�16-88�0/�;-<2�-5�34/�-42�34/b6-8F�5<C/1�56/�637.89�.-5/�3F�=-E/?��I88�637.1�=3.>/2�34�N742-91�-42�638<2-91�16-88�0/�;-<2�-5�23708/�56/�637.89�.-5/�3F�=-E/?��� V?�� Y6/�F<.15�5=3�Zd\�637.1�-F5/.�/<E65�Z[\�./E78-.�637.1�c342-9�56.37E6�W.<2-9�-42�56/�F<.15�5/4�ZG\�637.1�34�N-57.2-9�16-88�0/�;-<2�-5�34/�-42�34/b6-8F�5<C/1�56/�637.89�.-5/�3F�=-E/?��I88�356/.�3D/.5<C/�637.1�-42�-88�637.1�=3.>/2�34�N742-91�-42�638<2-91�16-88�0/�;-<2�-5�23708/�56/�637.89�.-5/�3F�=-E/?�� R?�� Y6/�F<.15�5=3�Zd\�637.1�0/F3./�3.�-F5/.�-�F<D/b/<E65�Z[\�637.�=3.>=//>�2-9�3.�-�F37.b5/4�ZG\�637.�=3.>=//>�2-9�-42�56/�F<.15�/<E65�Z[\�637.1�=3.>/2�56/�4/e5�2-9�-F5/.�/<56/.�=3.>=//>�16-88�0/�;-<2�-5�34/�-42�34/b6-8F�5<C/1�56/�637.89�.-5/�3F�=-E/?�I88�-22<5<34-8�637.1�=3.>/2�-42�-88�=3.>/2�34�N742-91�-42�638<2-91�16-88�0/�;-<2�-5�23708/�56/�637.89�.-5/�3F�=-E/?�� Q?�� Y6/�F<.15�5=3�Zd\�637.1�-F5/.�/<E65�Z[\�./E78-.�637.1�c342-9�56.37E6�W.<2-9�-42�56/�F<.15�/<E65�Z[\�637.1�34�N-57.2-9�16-88�0/�;-<2�-5�34/�-42�34/b6-8F�5<C/1�56/�637.89�.-5/�3F�=-E/?��I88�356/.�637.1�=3.>/2�c342-9�56.37E6�N-57.2-9B�-42�-88�637.1�=3.>/2�34�N742-91�-42�638<2-91�16-88�0/�;-<2�-5�23708/�56/�637.89�.-5/�3F�=-E/?���W?�� Y6/�F<.15�5=3�Zd\�637.1�-F5/.�/<E65�Z[\�./E78-.�637.1�c342-9�56.37E6�W.<2-9�-42�56/�F<.15�5/4�ZG\�637.1�34�N-57.2-9�16-88�0/�;-<2�-5�34/�-42�34/b6-8F�5<C/1�56/�637.89�.-5/�3F�=-E/?�I88�356/.�3D/.5<C/�637.1�=3.>/2B�/e:/;5�J-03.�R-9B�16-88�0/�;-<2�-5�23708/�56/�637.89�.-5/�3F�=-E/?�I88�637.1�=3.>/2�34�J-03.�R-9�16-88�0/�;-<2�-5�56.//�5<C/1�56/�637.89�.-5/�3F�=-E/?���X?�� Y6/�F<.15�5/4�ZG\�637.1�=3.>/2�34�N-57.2-91�-42�56/�F<.15�5/4�ZG\�637.1�=3.>/2�34�-�F<F56�:-8/42-.�=//>2-9�<4�-�F37.b5/4�637.�1:6/278/B�16-88�0/�;-<2�-5�34/�-42�34/b6-8F�5<C/1�56/�637.89�.-5/�3F�=-E/?�I88�637.1�=3.>/2�<4�/e:/11�3F�5/4�ZG\�637.1�;/.�2-9�c342-9�56.37E6�N-57.2-9�-42�-88�637.1�=3.>/2�34�N742-91�-42�638<2-91�16-88�0/�;-<2�-5�23708/�56/�637.89�.-5/�3F�=-E/?�� K?�� I88�637.1�=3.>/2�34�N-57.2-91�Z/e:/;5�C->/7;�2-91�<F�=3.>�<1�8315�27/�53�<4:8/C/45�=/-56/.�:342<5<341�3.�/f7<;C/45�0./->23=4\�16-88�0/�;-<2�-5�34/�-42�34/b6-8F�5<C/1�56/�637.89�.-5/�3F�=-E/?��I88�637.1�=3.>/2�c342-9�56.37E6�N-57.2-9�3D/.�5=/8D/�ZGd\�637.1�-42�-88�637.1�=3.>/2�34�N742-91�-42�638<2-91�16-88�0/�;-<2�-5�23708/�56/�637.89�.-5/�3F�=-E/?�� S?H I88�637.1�=3.>/2�34�N742-91�-42�638<2-91�16-88�-813�0/�;-<2�-5�23708/�56/�637.89�.-5/�3F�=-E/?���g?�� Y6/�F<.15�5=3�Zd\�637.1�-F5/.�/<E65�Z[\�./E78-.�637.1�c342-9�56.37E6�W.<2-9�-42�56/�F<.15�5/4�ZG\�637.1�34�N-57.2-9�16-88�0/�;-<2�-5�34/�-42�34/b6-8F�5<C/1�56/�637.89�.-5/�3F�=-E/?��I88�637.1�=3.>/2�3D/.�5/4�ZG\�637.1�c342-9�56.37E6�N-57.2-9B�N742-91�-42�638<2-91�16-88�0/�;-<2�-5�23708/�56/�637.89�.-5/�3F�=-E/?�� P?�� I88�637.1�=3.>/2�34�N-57.2-91�-42�N742-91�16-88�0/�;-<2�-5�34/�-42�34/b6-8F�5<C/1�56/�637.89�.-5/�3F�=-E/?�I88�637.1�=3.>/2�34�638<2-91�16-88�0/�;-<2�-5�23708/�56/�637.89�.-5/�3F�=-E/?��c?�� I88�637.1�=3.>/2�34�N-57.2-91�Z/e:/;5�C->/7;�2-91�<F�=3.>�<1�8315�27/�53�<4:8/C/45�=/-56/.�:342<5<341\�16-88�0/�;-<2�-5�34/�-42�34/b6-8F�5<C/1�56/�637.89�.-5/�3F�=-E/?�I88�637.1�=3.>/2�34�N742-91�-42�638<2-91�16-88�0/�;-<2�-5�23708/�56/�637.89�.-5/�3F�=-E/?���� T?�� I88�637.1�=3.>/2�34�N-57.2-91�Z/e:/;5�C->/7;�2-91\�16-88�0/�;-<2�-5�34/�-42�34/b6-8F�5<C/1�56/�637.89�.-5/�3F�=-E/?�I88�637.1�=3.>/2�34�N742-91�-42�638<2-91�16-88�0/�;-<2�-5�23708/�56/�637.89�.-5/�3F�=-E/?�

����������������� ��������������������������������� �������������� !��"#$�%�"#&� &'�$�()*( +*(( ,-.(/0123(3.4(5)67(-8912(:81;.<(84(=>391<>?(2->@@(A.(B>0<(>3(84.(>4<(84.C->@/(30D.2(3-.(-891@?(1>3.(8/(:>E.*(F@@(-8912(:81;.<(84(=94<>?2G(-8@0<>?2(>4<(>/3.1(3:.@H.(5)I7(-8912G(J84<>?(3-189E-(K10<>?(>4<(>/3.1(3.4(5)67(-8912(84(=>391<>?(2->@@(A.(B>0<(>3(<89A@.(3-.(-891@?(1>3.(8/(:>E.*( (( L*(( F@@(-8912(:81;.<(84(=>391<>?2(5.MN.B3(D>;.9B(<>?2(0/(N01N9D23>4N.2(:>11>437(>4<(=94<>?2(2->@@(A.(B>0<(>3(84.(>4<(84.C->@/(30D.2(3-.(-891@?(1>3.(8/(:>E.*(F@@(-8912(:81;.<(84(-8@0<>?2(2->@@(A.(B>0<(>3(<89A@.(3-.(-891@?(1>3.(8/(:>E.*((O*(( ,-.(/0123(3:8(5I7(-8912(>/3.1(.0E-3(5P7(1.E9@>1(-8912(J84<>?(3-189E-(K10<>?(>4<(9B(38(3.4(5)67(-8912(:81;.<(84(=>391<>?2(2->@@(A.(B>0<(>3(84.(>4<(84.C->@/(30D.2(3-.(-891@?(1>3.(8/(:>E.*((F@@(-8912(:81;.<(04(.MN.22(8/(3.4(5)67(-8912(B.1(<>?(J84<>?(3-189E-(=>391<>?(>4<(>@@(-8912(:81;.<(84(=94<>?2(>4<(-8@0<>?2(5.MN.B3(Q-1023D>2(<>?7(2->@@(A.(B>0<(>3(<89A@.(3-.(-891@?(1>3.(8/(:>E.*(F@@(-8912(:81;.<(84(Q-1023D>2(<>?(2->@@(A.(B>0<(>3(3:8(>4<(84.C->@/(30D.2(3-.(-891@?(1>3.(8/(:>E.*(((R*(( F@@(-8912(:81;.<(84(=94<>?2(>4<(-8@0<>?2(2->@@(A.(B>0<(>3(3:8(30D.2(3-.(-891@?(1>3.(8/(:>E.*(((( S*(( F@@(-8912(:81;.<(84(=>391<>?2(2->@@(A.(B>0<(>3(84.(>4<(84.C->@/(30D.2(3-.(-891@?(1>3.(8/(:>E.*(F@@(-8912(:81;.<(84(=94<>?2(>4<(-8@0<>?2(5.MN.B3(T>A81(U>?7(2->@@(A.(B>0<(>3(3:8(30D.2(3-.(-891@?(1>3.(8/(:>E.*(F@@(-8912(:81;.<(84(T>A81(U>?(2->@@(A.(B>0<(>3(3-1..(30D.2(3-.(-891@?(1>3.(8/(:>E.*(((V*(( F@@(-8912(:81;.<(84(=94<>?2(>4<(-8@0<>?2(5.MN.B3(,->4;2E0H04E(U>?(>4<(Q-1023D>2(<>?7(2->@@(A.(B>0<(>3(84.(>4<(84.C->@/(30D.2(3-.(-891@?(1>3.(8/(:>E.*(F@@(-8912(:81;.<(84(,->4;2E0H04E(U>?(>4<(Q-1023D>2(<>?(2->@@(A.(B>0<(>3(<89A@.(3-.(-891@?(1>3.(8/(:>E.*(((W*(( F@@(-8912(:81;.<(84(=>391<>?2(>4<(=94<>?2(5.MN.B3(D>;.C9B(<>?2(<9.(38(N84<030842(A.?84<(3-.(N84318@(8/(3-.(.DB@8?.177(2->@@(A.(B>0<(>3(84.(>4<(84.C->@/(30D.2(3-.(-891@?(1>3.(8/(:>E.*(F@@(-8912(:81;.<(84(-8@0<>?2(2->@@(A.(B>0<(>3(<89A@.(3-.(-891@?(1>3.(8/(:>E.*(((X*(( ,-.(/0123(/891(5Y7(-8912(>/3.1(.0E-3(5P7(1.E9@>1(-8912(J84<>?(3-189E-(K10<>?(>4<(3-.(/0123(3:.@H.(5)I7(-8912(84(=>391<>?(2->@@(A.(B>0<(>3(84.(>4<(84.C->@/(30D.2(3-.(-891@?(1>3.(8/(:>E.*(F@@(-8912(:81;.<(8H.1(3:.@H.(5)I7(-8912(J84<>?(3-189E-(=>391<>?G(=94<>?2(>4<(-8@0<>?2(2->@@(A.(B>0<(>3(<89A@.(3-.(-891@?(1>3.(8/(:>E.*(W-.4(-8@0<>?(/>@@2(84(=>391<>?(81(=94<>?G(3-.(<>?(A./81.(=>391<>?G(K10<>?G(>4<(3-.(<>?(>/3.1(=94<>?G(J84<>?G(2->@@(A.(N8420<.1.<(3-.(-8@0<>?(>4<(>@@(:81;(B.1/81D.<(2->@@(A.(B>0<(>3(<89A@.(3-.(-891@?(1>3.(8/(:>E.*(((Z*(( F@@(-8912(:81;.<(89320<.(3-.(-8912(8/([\66(>D(>4<([\66(BD(581(29N-(83-.1(-8912(>2(D>?(A.(>E1..<(9B84(A?(>4?(.DB@8?.1(>4<(3-.(.DB@8?..7(>4<(>@@(-8912(:81;.<(04(.MN.22(8/(.0E-3(5P7(-8912(B.1(<>?(5)6(-8912(B.1(<>?(/81(>(Y(M()6(:81;:..;7(>4<(84(=>391<>?2(>4<(-8@0<>?2(5.MN.B3(@>A81(<>?7(2->@@(A.(B>0<(>3(84.(>4<(84.C->@/(30D.2(3-.(-891@?(1>3.(8/(:>E.*(5.MN.B3(/81(.DB@8?..2(:-8(>1.(>A2.43(/18D(:81;(:03-893(B1081(>BB18H>@(84(>(2N-.<9@.<(:81;<>?(<9104E(3-.(:81;:..;(2->@@(A.(B>0<(>3(3-.(231>0E-3C30D.(1>3.(9430@(3-.?(->H.(:81;.<(P(-8912(04(>(<>?(5)6(04(>(Y(M()6(:81;:..;7(81(Y6(-8912(<9104E(3->3(:81;:..;*7(F@@(-8912(:81;.<(J84<>?(3-189E-(=>391<>?(8H.1(3:.@H.(5)I7(-8912(>4<(>@@(-8912(:81;.<(84(=94<>?2(>4<(T>A81(U>?(2->@@(A.(B>0<(>3(<89A@.(3-.(-891@?(1>3.(8/(:>E.*(((]*(( F@@(-8912(:81;.<(84(=>391<>?2(>4<(=94<>?2(2->@@(A.(B>0<(>3(84.(>4<(84.C->@/(30D.2(3-.(-891@?(1>3.(8/(:>E.*(F@@(-8912(:81;.<(84(-8@0<>?2(2->@@(A.(B>0<(3-.(231>0E-3(30D.(1>3.(8/(B>?(04(><<03084(38(-8@0<>?(B>?*((( ���(((( �

����������������� ��������������������������������� �������������� �!"#$�%!"#&��&'�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a)(IJKLM(SR(T(QTU(JL(JR(2KRQTUM(TRQ(IJHSQTUM(MITHH(VP(WTSQ(TX(QJKVHP(XIP(IJKLHU(LTXP(JY(NT[P*((((((b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aXI(TRQ(/]XJVPL(aCXI(TRQ(THH(.JHSQTUM(MITHH(VP(]JZWPRMTXPQ(YJL(TX(XNJ(>)@(XSZPM(XIP(LP[KHTL(LTXP(JY(WTU*(3JLO(WPLYJLZPQ(JR(2KRQTUM(VPXNPPR(/]XJVPL(acXI(TRQ(GTL]I(acXI(MITHH(VP(]JZWPRMTXPQ(TX(JRP(TRQ(JRP(ITHY(>aFad)@(XSZPM(XIP(LP[KHTL(LTXP(JY(WTU*��(e*( ,HH(IJKLM(NJLOPQ(VPXNPPR(XIP(IJKLM(JY(aDfDD(WZ(TRQ(cfDD(TZ(GJRQTU(XILJK[I(;LSQTU(TRQ(THH(IJKLM(NJLOPQ(JR(2TXKLQTUM(MITHH(VP(WTSQ(TX(T(JRP(TRQ(JRPFITHY(XSZPM(XIP(IJKLHU(LTXP(JY(NT[P*(,HH(IJKLM(NJLOPQ(JR(2KRQTUM(TRQ(IJHSQTUM(MITHH(VP(WTSQ(TX(QJKVHP(XIP(IJKLHU(LTXP(JY(NT[P*((4*( 3JLO(WPLYJLZPQ(SR(P\]PMM(JY(PS[IX(>?@(IJKLM(JY(MXLTS[IX(XSZP(WPL(QTU(JL(XPR(>aD@(IJKLM(JY(MXLTS[IX(XSZP(WPL(QTU(NIPR(YJKL(XPR(>aD@(IJKL(MISYXM(TLP(PMXTVHSMIPQ(JL(YJLXU(>CD@(IJKLM(JY(MXLTS[IX(XSZP(WPL(NPPO(GJRQTU(XILJK[I(;LSQTU(JL(JKXMSQP(XIP(RJLZTH(c(TZ(XJ(WZ(MISYX(TRQ(THH(NJLO(JR(2TXKLQTUM(MITHH(VP(WTSQ(TX(JRP(TRQ(JRPFITHY(XSZPM(XIP(IJKLHU(LTXP(JY(NT[P*(,HH(NJLO(WPLYJLZPQ(TYXPL(fDD(WZ(2TXKLQTU(XJ(cfDD(TZ(GJRQTU(TRQ(.JHSQTUM(TRQ(THH(IJKLM(NJLOPQ(SR(P\]PMM(JY(XNPH_P(>a)@(IJKLM(SR(T(MSR[HP(MISYX(MITHH(VP(WTSQ(TX(QJKVHP(XIP(IJKLHU(LTXP(JY(NT[P*((( ,YXPL(TR(PZWHJUPP(ITM(NJLOPQ(PS[IX(>?@(IJKLM(TX(TR(TWWHS]TVHP(J_PLXSZP(LTXP(THH(TQQSXSJRTH(IJKLM(MITHH(VP(TX(XIP(TWWHS]TVHP(J_PLXSZP(LTXP(KRXSH(MK]I(XSZP(TM(XIP(PZWHJUPP(ITM(ITQ(T(VLPTO(JY(PS[IX(>?@(IJKLM(JL(ZJLP*(3IPR(TR(PZWHJUPP(LPXKLRM(XJ(NJLO(NSXIJKX(TX(HPTMX(PS[IX(>?@(IJKLM(XSZP(JYY(MSR]P(XIPSL(WLP_SJKM(MISYX(THH(MK]I(XSZP(MITHH(VP(T(]JRXSRKTXSJR(JY(MISYX(TRQ(WTSQ(TX(XIP(TWWHS]TVHP(J_PLXSZP(LTXP(KRXSH(IPd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

����������������� ��������������������������������� �������������� �!"#$�%!"#&��&'�$!(()*+ ,*( -.(/0.123(4560785(96:123;(45<(=:6>4(=076(?)@(5076>(0=(0A<64:B<(2=4<6(<:854(?C@(5076>(0=(>462:854(4:B<(D06E(>52FF(G<(H2:1(24(0.<(2.1(0.<(52F=(?IJIKL@(4:B<>(45<(>462:854(4:B<(624<(0=(H23;(7.F<>>(2(=076(?)@(123(4<.(?IM@(5076(D06ED<<E(52>(G<<.(<>42GF:>5<1*((-.(2(=076(?)@(123(4<.(?IM@(5076(D06ED<<E(>N5<17F<1(/0.123(4560785(O576>123;(06(O7<>123(4560785(96:123;(45<(=:6>4(4D0(?L@(5076>(0=(0A<64:B<(2=4<6(4<.(?IM@(5076>(0=(>462:854(4:B<(D06E(>52FF(G<(H2:1(24(0.<(2.1(0.<(52F=(?IJIKL@(4:B<>(45<(>462:854(4:B<(624<(0=(H23*(-.(P2476123;(45<(=:6>4(4D<FA<(?IL@(5076>(0=(D06E(>52FF(G<(H2:1(24(0.<(2.1(0.<(52F=(?IJIKL@(4:B<>(45<(>462:854(4:B<(624<(0=(H23;(<QN<H4(4524(:=(45<(R0G(:>(10D.(0.(/0.123(4560785(96:123(17<(40(D<245<6(N0.1:4:0.>(06(045<6(N0.1:4:0.>(074>:1<(45<(N0.460F(0=(45<(<BHF03<6;(45<(=:6>4(4<.(?IM@(5076>(0.(P2476123(B23(G<(D06E<1(24(45<(>462:854(4:B<(624<(0=(H23*(SFF(5076>(D06E<1(0A<6(4D<FA<(?IL@(5076>(:.(2(123(2.1(2FF(5076>(D06E<1(0.(P7.123(2.1(T0F:123>(>52FF(G<(H2:1(24(4D0(?L@(4:B<>(45<(>462:854(4:B<(624<(0=(H23*((( U*( SFF(5076>(D06E<1(:.(<QN<>>(0=(<:854(?C@(5076>(H<6(123(06(=0643(?)M@(5076>(H<6(D<<E(>52FF(G<(H2:1(24(107GF<(45<(5076F3(624<(0=(D28<*(SFF(5076>(D06E<1(0.(P2476123;(P7.123>(2.1(50F:123>(>52FF(G<(H2:1(24(107GF<(45<(5076F3(624<(0=(H23*(V24<>(:.NF71<(2FF(B<BG<6>(0=(45<(2>>:8.<1(N6<D*(( WX,WYOZ-[\((-.(2FF(B7F4:H0F<(>467N476<>(2.1(>4<<F(462.>B:>>:0.(F:.<>;(>D:4N5:.8(>424:0.>;(6<87F24:.8;(N2H2N:406(>424:0.>;(8<.<624:.8(HF2.4>;(:.17>46:2F(HF2.4>;(2>>0N:24<1(:.>42FF24:0.>(2.1(>7G>424:0.>;(<QN<H4(450><(>7G>424:0.>(D50><(H6:B263(=7.N4:0.(:>(40(=<<1(2(1:>46:G74:0.(>3>4<B;(D:FF(G<(H2:1(0A<64:B<(7.1<6(45<(=0FF0D:.8(624<>\((O5<(=:6>4(4D0(?L@(5076>(2=4<6(<:854(?C@(6<87F26(5076>(/0.123(4560785(96:123(0=(0A<64:B<(0.(2(6<87F26(D06E123;(>52FF(G<(H2:1(24(0.<(2.1(0.<J52F=(4:B<>(45<(5076F3(624<(0=(D28<*(SFF(5076>(:.(<QN<>>(0=(4<.(?IM@(5076>(D:FF(G<(24(4D0(?L@(4:B<>(45<(5076F3(624<(0=(D28<*(O5<(=:6>4(<:854(?C@(5076>(D06E<1(0.(P2476123(D:FF(G<(H2:1(24(0.<(2.1(0.<J52F=(?IJIKL@(4:B<>(45<(5076F3(624<(0=(D28<*(SFF(5076>(D06E<1(:.(<QN<>>(0=(<:854(?C@(5076>(0.(P2476123;(2.1(2FF(5076>(D06E<1(0.(P7.123>(2.1(50F:123>(D:FF(G<(24(45<(107GF<(45<(5076F3(624<(0=(D28<*((SFF(0A<64:B<(<F:8:GF<(5076>(H<6=06B<1(0.(45<(2G0A<(1<>N6:G<1(D06E(4524(:>(<.<68:]<1;(>52FF(G<(H2:1(24(45<(107GF<(45<(5076F3(624<(0=(D28<*((( W*( O5<(=:6>4(4D0(?L@(5076>(2=4<6(<:854(?C@(6<87F26(5076>(/0.123(4560785(96:123(2.1(45<(=:6>4(<:854(?C@(5076>(0.(P2476123(>52FF(G<(H2:1(24(0.<(2.1(0.<J52F=(4:B<>(45<(5076F3(624<(0=(D28<*(SFF(045<6(5076>(D06E<1(/0.123(4560785(P2476123;(2.1(2FF(5076>(D06E<1(0.(P7.123>(2.1(50F:123>(>52FF(G<(H2:1(24(107GF<(45<(5076F3(624<(0=(D28<*((( -.(2(=076J123;(4<.J5076(D<<EF3(>N5<17F<;(<:45<6(/0.123(4567(O576>123(06(O7<>123(4567(96:123(>N5<17F<;(2FF(5076>(D06E<1(2=4<6(4<.(>52FF(G<(H2:1(24(107GF<(45<(5076F3(624<(0=(D28<*(O5<(/0.123(06(96:123(.04(74:F:]<1(:.(45<(.06B2F(=076J123;(4<.(5076(D06E(D<<E;(2.1(P2476123(>52FF(G<(H2:1(24(0.<(2.1(0.<(52F=(?I@(4:B<>(45<(6<87F26(>5:=4(624<(=06(45<(=:6>4(<:854(?C@(5076>*(SFF(045<6(5076>(D06E<1(/0.123(4560785(P2476123;(2.1(2FF(5076>(D06E<1(0.(P7.123>(2.1(50F:123>(>52FF(G<(H2:1(24(107GF<(45<(5076F3(624<(0=(D28<*(( _*( SFF(5076>(D06E<1(0.(P2476123>(>52FF(G<(H2:1(24(0.<(2.1(0.<J52F=(4:B<>(45<(5076F3(624<(0=(D28<*(SFF(5076>(D06E<1(/0.123(4560785(P2476123(0A<6(4D<FA<(?IL@(5076>(2.1(2FF(5076>(D06E<1(0.(P7.123>(2.1(50F:123>(>52FF(G<(H2:1(24(107GF<(45<(5076F3(624<(0=(D28<*((T*( O5<(=:6>4(4D0(?L@(5076>(2=4<6(<:854(?C@(6<87F26(5076>(/0.123(4560785(96:123(2.1(45<(=:6>4(<:854(?C@(5076>(0.(P2476123(>52FF(G<(H2:1(24(0.<(2.1(0.<J52F=(4:B<>(45<(5076F3(624<(0=(D28<*(SFF(045<6(0A<64:B<(5076>(D06E<1;(<QN<H4(2G06(U23;(2.1(2FF(5076>(0.(P7.123(>52FF(G<(H2:1(24(107GF<(45<(5076F3(624<(0=(D28<*(SFF(5076>(D06E<1(0.(2G06(U23(>52FF(G<(H2:1(24(456<<(4:B<>(45<(5076F3(624<(0=(D28<*((Z*+ O5<(9:6>4(<:854(?C@(5076>(D06E<1(0.(P2476123>(>52FF(G<(H2:1(24(0.<(2.1(0.<J52F=(4:B<>(45<(5076F3(624<(0=(D28<*((SFF(5076>(D06E<1(:.(<QN<>>(0=(<:854(?C@(H<6(123(0.(P2476123>(>52FF(G<(H2:1(24(107GF<(45<(5076F3(624<(0=(D28<*(SFF(5076>(D06E<1(0.(P7.123>(2.1(50F:123>(>52FF(G<(H2:1(24(107GF<(45<(5076F3(624<(0=(D28<*(((((

����������������� ��������������������������������� ������������� !�"#$%�&"#$'� '(�%"))*+) ,+) -./)01234)/15.4)678).9:23);92</=)9>)?)@?4:2=?A)3.?BB)C/)D?1=)?4)9>/)?>=)9>/E.?B0)41F/3)4./).9:2BA)2?4/)90);?5/+))GBB).9:23);92</=)1>)/HI/33)90)/15.4)678).9:23)9>)?)@?4:2=?A)3.?BB)C/)D?1=)?4)=9:CB/)4./).9:2BA)2?4/)90);?5/+))GBB).9:23);92</=)9J/2)4;/BJ/)6KL8)1>)?)=?AM)?>=)?BB).9:23);92</=)9>)@:>=?A3)?>=)N9B1=?A3)3.?BB)C/)D?1=)?4)=9:CB/)4./).9:2BA)2?4/)90);?5/+))) O+) GBB).9:23);92</=)9>)?)@?4:2=?A)3.?BB)C/)D?1=)?4)9>/)?>=)9>/E.?B0)41F/3)4./).9:2BA)2?4/)90);?5/M)39)B9>5)?3)@?4:2=?A)13)4./)31H4.)I9>3/I:41J/)=?A);92</=+))GBB).9:23);92</=)9J/2)4;/BJ/)6KL8)1>)?)=?A)P9>=?A)4.29:5.)@?4:2=?AM)?>=)?BB).9:23);92</=)9>)@:>=?A3)?>=)N9B1=?A3)3.?BB)C/)D?1=)?4)=9:CB/)4./).9:2BA)2?4/)90);?5/+))) Q+) -./)01234)4;/BJ/)6KL8).9:23);92</=)9>)?)@?4:2=?A)3.?BB)C/)D?1=)?4)9>/)?>=)9>/E.?B0)41F/3)4./).9:2BA)2?4/)90);?5/+)GBB).9:23);92</=)9>)?)@?4:2=?A)1>)/HI/33)90)4;/BJ/)6KL8).9:23)3.?BB)C/)D?1=)?4)=9:CB/)4./).9:2BA)2?4/)90)D?A+)GBB).9:23);92</=)9J/2)4;/BJ/)6KL8)1>)?)=?A)P9>=?A)4.29:5.)R21=?AM)?>=)?BB).9:23);92</=)9>)@:>=?A3)3.?BB)C/)D?1=)?4)=9:CB/)4./).9:2BA)2?4/)90);?5/+)GBB).9:23);92</=)9>)?).9B1=?A)3.?BB)C/)D?1=)?4)9>/)?>=)9>/E.?B0)41F/3)4./).9:2BA)2?4/)90);?5/M)/HI/D4)4.?4)?BB).9:23);92</=)9>)Q?C92)S?A)3.?BB)C/)D?1=)?4)=9:CB/)4./).9:2BA)2?4/)90)D?A+))T+) -./)01234)09:2)6*8).9:23)?04/2)/15.4)678)2/5:B?2).9:23)P9>=?A)4.29:5.)R21=?A)?>=)4./)01234)4;/BJ/)6KL8).9:23)9>)@?4:2=?A)3.?BB)C/)D?1=)?4)9>/)?>=)9>/E.?B0)41F/3)4./).9:2BA)2?4/)90);?5/+)6UHI/D4)9>)F?</:D)=?A3)10);92<)13)B934)=:/)49)1>IB/F/>4);/?4./2M)4./>)4./)01234)/15.4)678).9:23)9>)@?4:2=?A)F?A)C/)D?1=)4./)2/5:B?2)2?4/+8)GBB).9:23);92</=)9J/2)4;/BJ/)6KL8).9:23)P9>=?A)4.29:5.)@?4:2=?AM)?>=)?BB).9:23);92</=)9>)@:>=?A3)?>=).9B1=?A3)3.?BB)C/)D?1=)?4)=9:CB/)4./).9:2BA)2?4/)90);?5/+))) V+) W92<)D/2092F/=)1>)/HI/33)90)4/>)6KX8).9:23)90)342?15.4)41F/)D/2)=?A);./>)09:2)4/>)6KX8).9:2)3.1043)?2/)/34?CB13./=)92)9:431=/)4./)>92F?B)3.104)6Y)?F)49)ZDF8M)?>=)?BB);92<)9>)@?4:2=?A3M)/HI/D4)092)F?</E:D)=?A3)3.?BB)C/)D?1=)?4)41F/)?>=)9>/E.?B0)6K)[8)4./)342?15.4)41F/)2?4/+))\>)4./)/J/>4)4./)]9C)13)=9;>)=:/)49);/?4./2)I9>=1419>3M)4./>)@?4:2=?A)F?AM)C/);92</=)?3)?)J9B:>4?2A)F?</E:D)=?A)?4)4./)342?15.4)41F/)2?4/+)N9;/J/2M)@?4:2=?A)3.?BB)>94)C/):41B1/=)?3)?)F?</E:D)=?A);./>)?).9B1=?A)0?BB3)9>)R21=?A+)GBB);92<)D/2092F/=)9>)@:>=?A3)?>=).9B1=?A3)?>=);92<)1>)/HI/33)90)4;/BJ/)6KL8).9:23)D/2)=?A)3.?BB)C/)D?1=)?4)=9:CB/)6LH8)4./)342?15.4)41F/)2?4/)90)D?A+))G04/2)?>)/FDB9A//).?3);92</=)/15.4)678).9:23)?4)?>)?DDB1I?CB/)9J/241F/)2?4/M)?BB)?==1419>?B).9:23)3.?BB)C/)?4)4./)?DDB1I?CB/)9J/241F/)2?4/):>41B)3:I.)41F/)?3)4./)/FDB9A//).?3).?=)?)C2/?<)90)/15.4)678).9:23+))W./>)?>)/FDB9A//)2/4:2>3)49);92<);14.9:4)?)C2/?<)90)/15.4)678).9:23)31>I/)4./12)D2/J19:3)3.104M)?BB)3:I.)41F/)3.?BB)C/)?)I9>41>:?419>)90)3.104)?>=)D?1=)?4)4./)?DDB1I?CB/)9J/241F/)2?4/):>41B)3:I.)41F/)?3)4./)/FDB9A//).?3).?=)?)C2/?<)90)/15.4)678).9:23+))W+) GBB).9:23);92</=)9>)@?4:2=?A3)6/HI/D4)F?</:D)=?A3)10);92<)13)B934)=:/)49)1>IB/F/>4);/?4./2)I9>=1419>38)3.?BB)C/)D?1=)?4)9>/)?>=)9>/E.?B0)41F/3)4./).9:2BA)2?4/)90);?5/+)GBB).9:23);92</=)9>)@:>=?A3)?>=).9B1=?A3)3.?BB)C/)D?1=)?4)=9:CB/)4./).9:2BA)2?4/)90);?5/+))W./>)?>)/FDB9A//)2/4:2>3)49);92<);14.9:4)?4)B/?34)/15.4)678).9:23)41F/)900)31>I/)4./12)D2/J19:3)3.104M)?BB)3:I.)41F/)3.?BB)C/)?)I9>41>:?419>)90)3.104)?>=)D?1=)?4)4./)?DDB1I?CB/)9J/241F/)2?4/):>41B)3:I.)41F/)?3)4./)/FDB9A//).?3).?=)?)C2/?<)90)/15.4)678).9:23+))))))))))))

����������������� ��������������������������������� ������������� !�"#$%�&"#$'� '(�%"))*+) ,+) -..)/0123)402567)08)9:;127:<3)3/:..)=6)>:?7):;)086):87)086@/:.A);?B63);/6)/012.<)2:;6)0A)4:C6+)-..)/0123)402567)08)9187:<3):87)/0.?7:<3)3/:..)=6)>:?7):;)701=.6);/6)/012.<)2:;6)0A)4:C6+)D025)>62A02B67)01;3?76);/6)802B:.)3/?A;)0A)E):B);0)E>B)3/:..)=6)>:?7):;)086):87)086@/:.A);/6)3;2:?C/;);?B6)2:;6F)G6HI6>;)A02)3>6I?:.)3/?A;3)02);/266)3/?A;)0>62:;?083J+)-..)4025)>62A02B67)08)9187:<3):87)/0.?7:<3)3/:..)=6)>:?7):;)701=.6);/6)/012.<)2:;6)0A)4:C6+)9/?A;3)B:<)=6)63;:=.?3/67)4/68)I083?76267)86I633:2<)=<);/6)KB>.0<62+)) L/6)KB>.0<62)B:<)63;:=.?3/)3/?A;3)I083?3;?8C)0A)6?C/;)GMJ)02);68)GNOJ)/0123)0A)4025)G31=P6I;);0)D-Q)RSE@NRT@ORRJF);/:;)3/:..)I083;?;1;6):)802B:.)A02;<)G*OJ)/012)4025)4665+)L/6)KB>.0<62)I:8)I/:8C6)A20B):)U@6?C/;);0):)*@;68)/012)3I/671.6)02)=:I5);0);/6)0;/62+))-..)/0123)0A)4025)08);/636)3/?A;3)3/:..)=6)>:?7)A02):;);/6)3;2:?C/;);?B6)/012.<)2:;6+)D025)>62A02B67)?8)6HI633)0A)6?C/;)/0123)G02);68))/0123)>62)7:<)G31=P6I;);0)D-Q)RSE@NRT@ORRJ)3/:..)=6)>:?7):;)086):87)086@/:.A);/6)3;2:?C/;);?B6)2:;6+)) D/68)716);0)I087?;?083)=6<087);/6)I08;20.)0A);/6)KB>.0<62F)02)4/68)I08;2:I;)3>6I?A?I:;?083)26V1?26);/:;)4025)I:8)08.<)=6)>62A02B67)01;3?76);/6)26C1.:2)7:<)3/?A;F);/68)=<)B1;1:.):C266B68;):)3>6I?:.)3/?A;)B:<)=6)402567):;);/6)3;2:?C/;);?B6)2:;6F)6?C/;)GMJ)/0123)4025)A02)6?C/;)GMJ)/0123)>:<+))L/6)3;:2;?8C);?B6)3/:..)=6):22:8C67);0)A?;)31I/)I087?;?083)0A)4025+)) D/68):8)6B>.0<66)26;1283);0)4025)4?;/01;):;):)=26:5)0A)6?C/;)GMJ)/0123)3?8I6);/6?2)>26W?013)3/?A;F):..)31I/);?B6)3/:..)=6):)I08;?81:;?08)0A)3/?A;):87)>:?7):;);/6):>>.?I:=.6)0W62;?B6)2:;6)18;?.)31I/);?B6):3);/6)6B>.0<66)/:3)/:7):)=26:5)0A)6?C/;)GMJ)/0123+) )) X+) D025)>62A02B67)?8)6HI633)0A)6?C/;)GMJ)/0123)0A)3;2:?C/;);?B6)>62)7:<F)02);68)GNOJ)/0123)0A)3;2:?C/;);?B6)>62)7:<)4/68)A012);68)GNOJ)/012)3/?A;3):26)63;:=.?3/67F)02)A02;<)G*OJ)/0123)0A)3;2:?C/;);?B6)>62)4665F)Y087:<);/201C/)Z2?7:<F)02)01;3?76);/6)802B:.)3/?A;F):87):..)4025)08)9:;127:<3)3/:..)=6)>:?7):;);?B6):87)086@/:.A);/6)3;2:?C/;);?B6)2:;6+)-..)4025)>62A02B67):A;62)E[OO)>B)9:;127:<);0)E[OO):B)Y087:<):87)/0.?7:<3)3/:..)=6)>:?7):;)701=.6);/6)3;2:?C/;);?B6)2:;6)0A)>:<+)))-8<)3/?A;)3;:2;?8C)=6;4668);/6)/0123)0A)E[OO)>B):87)B?78?C/;)3/:..)26I6?W6):8):77?;?08:.)086)70..:2)G\N+OOJ)>62)/012)A02):..)/0123)402567);/:;)3/?A;+)))-A;62):8)6B>.0<66)/:3)402567)6?C/;)GMJ)/0123):;):8):>>.?I:=.6)0W62;?B6)2:;6F):..):77?;?08:.)/0123)3/:..)=6):;);/6):>>.?I:=.6)0W62;?B6)2:;6)18;?.)31I/);?B6):3);/6)6B>.0<66)/:3)/:7):)=26:5)0A)6?C/;)GMJ)/0123)02)B026+))) ]+) -..)/0123)402567)=6;4668);/6)/0123)0A)E[OO)>B):87)E[OO):BF)Y087:<);/201C/)9:;127:<F)3/:..)=6)>:?7):;):)>26B?1B)2:;6)0A)RO )0W62);/6)/012.<)2:;6)0A)4:C6+)D025)>62A02B67)08)9187:<3)B:<)=6)>:?7):;)701=.6);?B6+)-..)/0123)402567)08)/0.?7:<3)3/:..)=6)>:?7):;)701=.6);/6)/012.<)2:;6)0A)4:C6+))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))NN+) -__)abc9)DacdKe)fg)K,QK99)aZ)Kfh L)GMJ)abc9)iKc)e-X)ac)ZacLX)G*OJ)abc9)iKc)DKKd)9 -__)jK)i-fe)-L)agK)-ge)agK@-_Z)LfYK9)L K)abc_X)c-LK)aZ)D-hK+))) -+) L/6)A?23;);68)GNOJ)/0123)402567)08)9:;127:<):87):..)/0123)402567)08)/0.?7:<3)3/:..)=6)>:?7):;)086):87)086@/:.A);?B63);/6)/012.<)2:;6)0A)4:C6+)-..)/0123)402567)0W62);46.W6)GNRJ)/0123)Y087:<);/201C/)9:;127:<F):87):..)/0123)402567)08)9187:<3)3/:..)=6)>:?7):;)701=.6);/6)/012.<)2:;6)0A)4:C6+)))) -A;62):8)6B>.0<66)/:3)402567)6?C/;)GMJ)/0123F):..):77?;?08:.)/0123)402567)3/:..)=6)>:?7):;);/6):>>.?I:=.6)0W62;?B6)2:;6)18;?.)31I/);?B6):3);/6)6B>.0<66)/:3)/:7):)=26:5)0A)6?C/;)GMJ)/0123)02)B026+))))"

����������������� ��������������������������������� ������������� !"#��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aN(&&&& S(&& Q/-.&*+,-./012&345&64/781&9/0:&Q741-.4>J1R&9/0:&;4<+7-/,&9/0:&=>.4?4>.4>@4&9/0:&A/B+7&9/0:&CD/>E1F-G->F&9/0:&)>.&KD7-1J</1&9/0&LMN(&& b(&& *+,-./012&345&64/781&9/0:&;4<+7-/,&9/0:&=>.4?4>.4>@4&9/0:&A/B+7&9/0:&Z4J47/>1&9/0:&CD/>E1F-G->F&9/0:&JD4&H7-./0&/IJ47&CD/>E1F-G->F&9/0:&)>.&KD7-1J</1&9/0&LPN(&&&&U(&& c(&& Q/-.&*+,-./012&345&64/781&9/0:&;/7J->&ATJD47&X->F&V7(&9/0:&Q741-.4>J1R&9/0:&;4<+7-/,&9/0:&=>.4?4>.4>@4&9/0:&A/B+7&9/0:&Z4J47/>18&9/0:&CD/>E1F-G->F&9/0:&JD4&H7-./0&/IJ47&CD/>E1F-G->F&9/0:&KD7-1J</1&9/0:&/>.&KD7-1J</1&WG4&9/0&L__N(&&&& *(&& Q/-.&*+,-./012&345&64/781&9/0:&345&64/7R1&WG4&9/0:&;4<+7-/,&9/0:&=>.4?4>.4>@4&9/0:&A/B+7&9/0:&CD/>E1F-G->F&9/0:&H7-./0&)IJ47&CD/>E1F-G->F&9/0:&KD7-1J</1&9/0:&CD4&9/0&)IJ47&KD7-1J</1:&)>.&)&H,+/J->F&*+,-./0&L_dN(&&

����������������� ��������������������������������� �������������� !"��#$!"�%&�%'#�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a /01-.,234(567(86,9:3(;,2<(+963-.6=>?3(;,2<(B=.6C6=.6=D6(;,2<(@6A09-,1(;,2<(E,F09(;,2<()G,=H3I-J-=I(;,2<()G6(K9-.,2(LM>69()G,=H3I-J-=I(;,2<()G6(;,2(O6M096(PG9-3>A,3(;,2(L=.(PG9-3>A,3(;,2(QRS*(L=2(G01-.,2(7G-DG(M,113(0=(,(VW=.,2(3G,11(F6(0F369J6.(,3(,(G01-.,2(0=(>G6(M01107-=I(@0=.,2*(L=2(G01-.,2(7G-DG(M,113(0=(,(V,>W9.,2(3G,11(F6(0F369J6.(,3(,(G01-.,2(0=(>G6(C96D6.-=I(K9-.,2*((((

����������������� ��������������������������������� ������������� !"#��$%"#�&'�&($�") )*+) ,+)) -./012345)678)972:;4)<23=)>?17@7?17?A7)<23=)B7C.:02/)<23=)D2E.:)<23=)FG2?H4I0J0?I)<23)2?1)KG:04LC24)<23)MNO+)P?3)G./0123)8G0AG)Q2//4).?)2)RS?123)4G2//)E7).E47:J71)24)2)G./0123).?)LG7)Q.//.80?I)B.?123+))P?3)G./0123)8G0AG)Q2//4).?)2)R2LS:123)4G2//)E7).E47:J71)24)2)G./0123).?)LG7)@:7A710?I)T:0123+))))) U+)) -./012345)678)972:;4)<23=)B7C.:02/)<23=)>?17@7?17?A7)<23=)FG2?H4I0J0?I)<23=)LG7)T:0123)2?1)R2LS:123)2QL7:)FG2?H4I0J0?I)<23=)P?1)KG:04LC24)<23)MVO+))P?3)G./0123)8G0AG)Q2//4).?)2)RS?123)4G2//)E7).E47:J71)24)2)G./0123).?)LG7)Q.//.80?I)B.?123+))P?3)G./0123)8G0AG)Q2//4).?)2)R2LS:123)4G2//)E7).E47:J71)24)2)G./0123).?)LG7)@:7A710?I)T:0123+)))) D+)) -./012345)678)972:;4)<23=)B7C.:02/)<23=)D2E.:)<23=)>?17@7?17?A7)<23=)FG2?H4I0J0?I)<23=)LG7)D24L)W.:H)<23)E7Q.:7)KG:04LC24)<23=)P?1)KG:04LC24)<23)M*O+)P?3)G./0123)8G0AG)Q2//4).?)2)RS?123)4G2//)E7).E47:J71)24)2)G./0123).?)LG7)Q.//.80?I)B.?123+)P?3)G./0123)8G0AG)Q2//4).?)2)R2LS:123)4G2//)E7).E47:J71)24)2)G./0123).?)LG7)@:7A710?I)T:0123+)))) 6+)) -./012345)678)972:;4)<23=)B7C.:02/)<23=)>?17@7?17?A7)<23=)D2E.:)<23=)FG2?H4I0J0?I)<23=)LG7)T:0123)2QL7:)FG2?H4I0J0?I)<23=)P?1)KG:04LC24)<23)M*O+)P?3)G./0123)8G0AG)Q2//4).?)2)RS?123)4G2//)E7).E47:J71)24)2)G./0123).?)LG7)Q.//.80?I)B.?123+)WG7?)KG:04LC24)Q2//4).?)2)R2LS:123=)LG7)@:7A710?I)T:0123)4G2//)E7).E47:J71)24)2)G./0123+))))X+)) -./012345)678)972:;4)<23=)B7C.:02/)<23=)>?17@7?17?A7)<23=)D2E.:)<23=)FG2?H4I0J0?I)<23=)T:0123)2QL7:)FG2?H4I0J0?I)<23=)P?1)KG:04LC24)<23)M*O+)P?3)G./0123)8G0AG)Q2//4).?)2)RS?123)4G2//)E7).E47:J71)24)2)G./0123).?)LG7)Q.//.80?I)B.?123+))))) Y+)) -./012345)678)972:;4)<23=)B7C.:02/)<23=)>?17@7?17?A7)<23=)D2E.:)<23=)FG2?H4I0J0?I)<23=)LG7)T:0123)2QL7:)FG2?H4I0J0?I)<23=)LG7)D24L)W.:H0?I)<23)E7Q.:7)KG:04LC24)<23)2?1)KG:04LC24)<23)MVO+)P?3)G./0123)8G0AG)Q2//4).?)2)RS?123)4G2//)E7).E47:J71)24)2)G./0123).?)LG7)Q.//.80?I)B.?123+)>Q)2?3).Q)LG7)/04L71)G./01234)Q2//4).?)2)R2LS:123=)LG7)@:7A710?I)T:0123)4G2//)E7)2):7IS/2:)8.:H)123+)))) R+) X201)-./012345)678)972:;4)<23=)B7C.:02/)<23=)>?17@7?17?A7)<23=)D2E.:)<23=)FG2?H4I0J0?I)<23=)T:0123)2QL7:)FG2?H4I0J0?I)<23=)KG:04LC24)<23=)LG7)<23)2QL7:)KG:04LC24=)2?1)P)T/.2L0?I)-./0123)MZO+)>Q)2?3).Q)LG7)/04L71)G./01234)Q2//4).?)2)RS?123=)LG7)123).E47:J71)E3)LG7)62L0.?)4G2//)E7)A.?4017:71)2)G./0123)2?1)A.C@7?42L71)2AA.:10?I/3+)) ) )) [+) -./012345)678)972:;4)<23=)X:74017?L\4)]0:LG123=)B7C.:02/)<23=)>?17@7?17?A7)<23=)D2E.:)<23=)FG2?H4I0J0?I)<23=)LG7)T:0123)2QL7:)FG2?H4I0J0?I)<23=)KG:04LC24)<23=)LG7)123)E7Q.:7).:)2QL7:)KG:04LC24=)2?1)LG7)123)E7Q.:7).:)2QL7:)678)972:\4)<23+))>Q)2?3).Q)LG7)2E.J7)/04L71)G./01234)Q2//4).?)2)RS?123=)LG7)123).E47:J71)E3)LG7)62L0.?)4G2//)E7)A.?4017:71)2)G./0123)2?1)A.C@7?42L71)2AA.:10?I/3+))) W+) -./012345)678)972:;4)<23=)<23)PQL7:)678)972:\4=)B7C.:02/)<23=)>?17@7?17?A7)<23=)D2E.:)<23=)FG2?H4I0J0?I)<23=)LG7)T:0123)2QL7:)FG2?H4I0J0?I)<23=)KG:04LC24)J7)<23=)KG:04LC24)<23=)LG7)123)2QL7:)KG:04LC24=)LG7)123)E7Q.:7)678)972:\4)<23=)2?1)2)T/.2L0?I)-./0123+))))) _+) -./012345)678)972:;4)<23=)<23)E7Q.:7).:)2QL7:)678)972:\4)<23=)X:74017?L4\)<23=)B7C.:02/)<23=)>?17@7?17?A7)<23=)D2E.:)<23=)FG2?H4I0J0?I)<23=)LG7)T:0123)2QL7:)FG2?H4I0J0?I)<23=)KG:04LC24)<23=)2?1)LG7)123)E7Q.:7).:)2QL7:)KG:04LC24)123+)>Q)2)G./0123)Q2//4).?)2)R2LS:123).:).?)2)T:0123)LG2L)04)LG7)?.:C2/)123).QQ=)LG7?)LG7)G./0123)80//)E7)L2H7?).?)LG7)/24L)?.:C2/)8.:H123+)>Q)LG7)G./0123)Q2//4).?)2)B.?123)LG2L)04)LG7)?.:C2/)123).QQ).:).?)2)RS?123=)LG7?)LG7)G./0123)80//)E7)L2H7?).?)LG7)?7L)?.:C2/)8.:H123+))) 9+) -./012345)678)972:;4)<23=)X:74017?L4\)<23=)B7C.:02/)<23=)>?17@7?17?A7)<23=)D2E.:)<23=)FG2?H4I0J0?I)<23=)LG7)T:0123)2QL7:)FG2?H4I0J0?I)<23=)2?1)KG:04LC24)<23+)MVO)>Q)LG7)G./0123)Q2//4).?)2)RS?123=)LG7?)LG7)123).E47:J71)E3)LG7)Q717:2/)I.J7:?C7?L)4G2//)E7)A.?4017:71)2)G./0123)2?1)A.C@7?42L71)2AA.:10?I/3+))))

����������������� ��������������������������������� ��������������� !"��#$!"�%&�%'#�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

����������������� ��������������������������������� ��������������� !"��#$!"�%&�%'#�!(()*( +*( ,-./01234(567(8619:3(;12<(;12(=>?69(567(8619@3<(A6B-9/1.(;12<(CD06E6D06DF6(;12<(G1H-9(;12<(IJ1DK3L/M/DL(;12<(?J6(N9/012(1>?69(IJ1DK3L/M/DL(;12<(OJ9/3?B13(PM6(;12<(OJ9/3?B13(;12<(?J6(012(1>?69(OJ9/3?B13<(?J6(012(H6>-96(567(8619@3(;12<(1D0(1(N.-1?/DL(,-./012*((((( Q*( ,-./01234(567(8619:3(;12<(;12(H6>-96(-9(1>?69(567(8619@3(;12<(R963/06D?3@(;12<(A6B-9/1.(;12<(CD06E6D06DF6(;12<(G1H-9(;12<(IJ1DK3L/M/DL(;12<(?J6(N9/012(1>?69(IJ1DK3L/M/DL(;12<(OJ9/3?B13(;12<(1D0(?J6(012(H6>-96(-9(1>?69(OJ9/3?B13(012*(C>(1(J-./012(>1..3(-D(1(S1?T9012(-9(-D(1(N9/012(?J1?(/3(?J6(D-9B1.(012(->><(?J6D(?J6(J-./012(7/..(H6(?1K6D(-D(?J6(.13?(D-9B1.(7-9K012*(C>(?J6(J-./012(>1..3(-D(1(A-D012(?J1?(/3(?J6(D-9B1.(012(->>(-9(-D(1(STD012<(?J6D(?J6(J-./012(7/..(H6(?1K6D(-D(?J6(D6U?(D-9B1.(7-9K012*((( 8*( ,-./01234(567(8619:3(;12<(R963/06D?3@(;12<(A6B-9/1.(;12<(CD06E6D06DF6(;12<(G1H-9(;12<(IJ1DK3L/M/DL(;12<(?J6(N9/012(1>?69(IJ1DK3L/M/DL(;12<(1D0(OJ9/3?B13(;12*(VWX(C>(?J6(J-./012(>1..3(-D(1(STD012<(?J6D(?J6(012(-H369M60(H2(?J6(>60691.(L-M69DB6D?(3J1..(H6(F-D3/06960(1(J-./012(1D0(F-BE6D31?60(1FF-90/DL.2*((((YZ*( N*( ,-./01234(567(8619:3(;12<(A6B-9/1.(;12<(CD06E6D06DF6(;12<(G1H-9(;12<(IJ1DK3L/M/DL(;12<(N9/012(1>?69(IJ1DK3L/M/DL(;12<(?J6(.13?(3FJ60T.60(7-9K012(H6>-96(OJ9/3?B13<(1D0(OJ9/3?B13(;12(VWX*(C>(1D2(->(?J6(./3?60(J-./0123(>1..3(-D(1(STD012<(?J6(012(-H369M60(H2(?J6(51?/-D(3J1..(H6(F-D3/06960(1(J-./012(1D0(F-BE6D31?60(1FF-90/DL.2*((( [*( 567(8619:3(;12<(+13J/DL?-D@3(\/9?J012<(A6B-9/1.(;12<(CD06E6D06DF6(;12<(G1H-9(;12<(IJ1DK3L/M/DL(;12<(IJ6(N9/012(=>?69(IJ1DK3L/M/DL(;12<(?J6(.13?(3FJ60T.60(7-9K012(H6>-96(OJ9/3?B13<(1D0(OJ9/3?B13(;12(V]X*(C>(1D2(->(?J6(./3?60(J-./0123(>1..3(-D(1(STD012<(?J6(012(-H369M60(H2(?J6(51?/-D(3J1..(H6(F-D3/06960(1(J-./012(1D0(F-BE6D31?60(1FF-90/DL.2*((! !�&#!"��#$!((W*(( ;*(( +-9K693(7-9K/DL(7/?J(3TEE./60(1/9(-D(J1_B1?(E9-6F?3(96F6/M6(1D(100/?/-D1.(aY*bb(E69(J-T9*(((( G*(( +-9K693(-D(J1_B1?(E9-6F?3(96F6/M6(100/?/-D1.(J-T9.2(E96B/TB3(13(>-..-73(cG6M6.(=4(ab*)Z<(G6M6.(\4(ab*Zb<(=D0(G6M6.(O4(ab*dZ*(((A*(( +-9K693(-D(J1_B1?(E9-6F?3(96F6/M6(100/?/-D1.(J-T9.2(E96B/TB3(13(>-..-734(G6M6.3(=(e(\4(aY*bb<(G6M6.3(O(e(;4(ab*Zb*((( 5*(( +-9K693(-D(J1_B1?(E9-6F?3(96F6/M6(100/?/-D1.(J-T9.2(E96B/TB3(13(>-..-73(cG6M6.(=4(aY*bb<(G6M6.(\4(ab*)Z<(G6M6.((O4(ab*Zb<(=D0(G6M6.(;4(ab*dZ*!(S*( P>>6F?/M6(=TLT3?(fY<(dbYd(g(=(I91>>/F(O-D?9-.(STE69M/3-9(3J1..(H6(E9636D?(-D(?J6(E9-6F?(7J6D6M69(>.1LL/DL(-9(3E-??/DL(-9(-?J69(?91>>/F(F-D?9-.(.1H-9(/3(H6/DL(T?/./_60*(N.1LL693(1D0(SE-??693(3J1..(H6(E-3?60(7J696(3J-7D(-D(1EE9-M60(I91>>/F(O-D?9-.(R.1D3(-9(7J696(0/96F?60(H2(?J6(PDL/D669*(=..(>.1LL693(1D0(3E-??693(3J1..(E-33633(1(FT996D?(>.1LL/DL(F190(/33T60(H2(?J6(S?1?6(->(+13J/DL?-D<(h96L-D<(A-D?1D1<(-9(C01J-*(IJ/3(F.133/>/F1?/-D(/3(-D.2(6>>6F?/M6(-D(-9(1>?69(=TLT3?(fY<(dbYd*((((((

����������������� ��������������������������������� ���������������� �!���"�#"$� �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a%T7'88%B+:%*==-%*=:%+;,D%*==-%=/+:%V8%*++-'%L/+:%585%-=%5V8%a%T4'88%B+:%*==-%*=:%+;,D%*==-%=/+:%585%*++-'%L/+:%5V5%-=%778%a%TW'88%B+:%*==-%*=:%+;,D%*==-%=/+:%778%*++-'%L/+:%775%a%TV'88%B+:%*==-%*=:%+;,D%*==-%=/+:%775%*++-'%%%)>,?=31:+%B:+C.1C3%;BB?F%ID+>%E./+:3%+>-+:%+>,?=31:+3%[31,D%;3%B.B+3%=:%-1>>+?3\%ID+:+%-D+:+%.3%>=%/+:-.,;?%;3,+>-%;>E%.3%C+;31:+E%AF%-D+%E.3-;>,+%-:;/+??+E%*:=C%-D+%+>-:;>,+'%7Vb%-=%488b%a%T5'88%B+:%*==-%*:=C%+>-:;>,+'%488b%-=%c88b%a%T5'V8%B+:%*==-%A+2.>>.>2%;-%488b'%L/+:%c88b%a%T7'88%B+:%*==-%A+2.>>.>2%;-%c88b'%%K'd M+-+:%N>3-;??+:3%I=:P%=>%3.>2?+%BD;3+%578e7W8]%3+?*a,=>-;.>+E%:+3.E+>-.;?%C+-+:3'%(D+%@.>+C;>ef:=1>EC+>%:;-+3%I=1?E%;BB?F%-=%C+-+:3%>=-%*.--.>2%-D.3%E+3,:.B-.=>'%% g'd K=:P+:3%=>%D;QC;-%B:=R+,-3%:+,+./+%;EE.-.=>;?%D=1:?F%B:+C.1C3%;3%*=??=I3%a%<?;33%0%H1.-S%T7'886%<?;33%U%H1.-S%T5'V86%<?;33%<%H1.-S%T5'886%;>E%<?;33%_%H1.-S%T8'V8'%HB+,.;?%HD.*-%J:+C.1CS%U;3.,%D=1:?F%:;-+%B?13%T7'88%B+:%D=1:'%%%KD+>%E1+%-=%,=>E.-.=>3%A+F=>E%-D+%,=>-:=?%=*%-D+%)CB?=F+:%=:%ID+>%;>%=I>+:%[>=-%;,-.>2%;3%-D+%,=>-:;,-=:\6%;%2=/+:>C+>-%;2+>,F%=:%-D+%,=>-:;,-%3B+,.*.,;-.=>3%:+X1.:+3%-D;-%I=:P%,;>%=>?F%A+%B+:*=:C+E%=1-3.E+%-D+%>=:C;?%V%;C%-=%cBC%3D.*-6%-D+>%-D+%3B+,.;?%3D.*-%B:+C.1C%I.??%A+%;BB?.+E%-=%-D+%A;3.,%D=1:?F%:;-+'%KD+>%;>%+CB?=F++%I=:P3%=>%;%3B+,.;?%3D.*-6%-D+F%3D;??%A+%B;.E%;%3B+,.;?%3D.*-%B:+C.1C%*=:%+;,D%D=1:%I=:P+E%1>?+33%-D+F%;:+%.>%L(%=:%_=1A?+a-.C+%3-;-13'%[G=:%+;CB?+6%-D+%3B+,.;?%3D.*-%B:+C.1C%E=+3%>=-%I;./+%-D+%=/+:-.C+%:+X1.:+C+>-3%*=:%I=:P%B+:*=:C+E%=>%H;-1:E;F%=:%H1>E;F'\%%h'd (.E+%K=:PS%KD+>%+CB?=F++3%;:+%,;??+E%=1-%A+-I++>%-D+%D=1:3%=*%cS88%B'C'%;>E%cS88%;'C'%-=%I=:P%=>%-.E+%I=:P%[I=:P%?=,;-+E%.>%-D+%-.E+%B?;>+\%;??%-.C+%I=:P+E%3D;??%A+%;-%=>+%;>E%=>+aD;?*%-.C+3%-D+%D=1:?F%:;-+%=*%B;F'%%HI.>2.>2%H-;2+eU=;-3I;.>3%<D;.:S%)CB?=F++3%I=:P.>2%=>%;%3I.>2.>2%3-;-+%=:%A=;-3I;.>3%,D;.:%=:%1>E+:%,=>E.-.=>3%-D;-%:+X1.:+%-D+C%-=%A+%-.+E%=**%-=%;??=I%-D+.:%D;>E3%-=%A+%*:++%3D;??%:+,+./+%3+/+>-Fa*./+%,+>-3%[T8'iV\%B+:%D=1:%;A=/+%-D+%,?;33.*.,;-.=>%:;-+'%%%�����

����������������� ��������������������������������� ���������������� �!���"�#"$� �% �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a894*'%\4-.-%=79..0C0=930*1.%9+-%*17G%-CC-=30>-%*1%*+%9C3-+%U525.3%Z@M%HA@H'%%%

����������������� ��������������������������������� ���������������� �!���"�#"$� �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

Washington State Department of Labor and Industries Policy Statement

(Regarding the Production of "Standard" or "Non-standard" Items)

Below is the department's (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non-standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12.

1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2.

2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3.

3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4.

4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5.

5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6.

6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12.

Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non-covered workers shall be directed to State L&I at (360) 902-5330.

Supplemental to Wage Rates 03/04/2021 Edition, Published February 3, 2021

1

X

X

X

X

X

X

X

WSDOT's Predetermined List for

Suppliers - Manufactures - Fabricator

Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non-standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement.

ITEM DESCRIPTION YES NO

1. Metal rectangular frames, solid metal covers, herringbone grates, and bi-directional vaned grates for Catch Basin Types 1, 1L, 1P, and 2 and Concrete Inlets. See Std. Plans X

2. Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2. See Std. Plans

X

3. Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and 3 structural tubing grates for Drop Inlets. See Std. Plans. X

4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. X

5. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. X

6. Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. X

7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe

for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, #5.

X

Supplemental to Wage Rates 03/04/2021 Edition, Published February 3, 2021

2

X

X

X

X

X

X

X

X

X

ITEM DESCRIPTION YES NO

8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. See Contract Plans and Std. Plans for size and material type.

X

9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in

the contract plans. Welding of aluminum shall be in accordance with Section 9-28.14(3).

X

10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. X

11. Minor Structural Steel Fabrication - Fabrication of minor steel Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and/or boring of holes. See Contact Plans for item description and

shop drawings.

X

12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in accordance with Section 9-28.14(3).

X

13. Concrete Piling--Precast-Prestressed concrete piling for use as 55

and 70 ton concrete piling. Concrete to conform to Section 9-19.1 of Std. Spec.. X

14. Precast Manhole Types 1, 2, and 3 with cones, adjustment sections and flat top slabs. See Std. Plans. X

15. Precast Drywell Types 1, 2, and with cones and adjustment Sections. See Std. Plans. X

16. Precast Catch Basin - Catch Basin type 1, 1L, 1P, and 2 With adjustment sections. See Std. Plans. X

Supplemental to Wage Rates 03/04/2021 Edition, Published February 3, 2021

3

ITEM DESCRIPTION YES NO

17. Precast Concrete Inlet - with adjustment sections, See Std. Plans X

18. Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std. Plans. X

19. Precast Grate Inlet Type 2 with extension and top units. See Std. Plans X

20. Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans X

21. Precast Concrete Utility Vaults - Precast Concrete utility vaults of

various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction requirements. Shop drawings are to be provided for approval prior to casting

X

22. Vault Risers - For use with Valve Vaults and Utilities

X Vaults.

X

23. Valve Vault - For use with underground utilities. See Contract Plans for details. X

24. Precast Concrete Barrier - Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as permanent barrier.

X

25. Reinforced Earth Wall Panels – Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab.

X

26. Precast Concrete Walls - Precast Concrete Walls - tilt-up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used

X

X

X

X

X

X

X

X

X

X

X

Supplemental to Wage Rates 03/04/2021 Edition, Published February 3, 2021

4

ITEM DESCRIPTION YES NO

27. Precast Railroad Crossings - Concrete Crossing Structure Slabs. X

28. 12, 18 and 26 inch Standard Precast Prestressed Girder – Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials

to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A

X

29. Prestressed Concrete Girder Series 4-14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual

approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A .

X

30. Prestressed Tri-Beam Girder - Prestressed Tri-Beam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be

provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A

X

31. Prestressed Precast Hollow-Core Slab – Precast Prestressed Hollow-core slab for use in structures. Fabricator plant has

annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A.

X

32. Prestressed-Bulb Tee Girder - Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be

provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A

X

33. Monument Case and Cover See Std. Plan.

X

X

X

X

X

X

X X

Supplemental to Wage Rates 03/04/2021 Edition, Published February 3, 2021

5

X

X

X

X

X

X

X

X

ITEM DESCRIPTION YES NO

34. Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO-M-183. See Std. Plans, and Contract Plans for details. The steel structure

shall be galvanized after fabrication in accordance with AASHTO-M-111.

X

35. Mono-tube Sign Structures - Mono-tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. X

36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Std. Plans, and Contract Plans for details. The steel

structure shall be galvanized after fabrication in accordance with AASHTO-M-111.

X

37. Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std Plans. Shop drawings for approval are to be provided prior to fabrication

X 38. Light Standard-Prestressed - Spun, prestressed, hollow

concrete poles. X 39. Light Standards - Lighting Standards for use on highway

illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plans. See Specia Provisions for pre-approved drawings.

X

40. Traffic Signal Standards - Traffic Signal Standards for use on highway and/or street signal systems. Standards to be

fabricated to conform with methods and material as specified on Std.

Plans. See Special Provisions for pre-approved drawings

X

41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) See Std. Plans.

X

Supplemental to Wage Rates 03/04/2021 Edition, Published February 3, 2021

6

ITEM DESCRIPTION YES NO

42. Traffic Signs - Prior to approval of a Fabricator of Traffic Signs, the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and

aluminum sheeting. NOTE: *** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector

to be installed

X X

Custom Message

Std Signing

Message 43. Cutting & bending reinforcing steel X 44. Guardrail components X X

Custom End Sec

Standard Sec

45. Aggregates/Concrete mixes

46. Asphalt

Covered by WAC 296-127-018

Covered by WAC 296-127-018

47. Fiber fabrics X 48. Electrical wiring/components X 49. treated or untreated timber pile X 50. Girder pads (elastomeric bearing) X 51. Standard Dimension lumber X 52. Irrigation components

X X

X X X

X

X

X

X

X X X

Supplemental to Wage Rates 03/04/2021 Edition, Published February 3, 2021

7

ITEM DESCRIPTION YES NO

53. Fencing materials X 54. Guide Posts X 55. Traffic Buttons X 56. Epoxy X 57. Cribbing X 58. Water distribution materials X 59. Steel "H" piles X 60. Steel pipe for concrete pile casings X 61. Steel pile tips, standard X 62. Steel pile tips, custom X

X

X

X

X

X

X

X

X

X X

Prefabricated items specifically produced for public works projects that are prefabricated in a county other than the county wherein the public works project is to be completed, the wage for the offsite prefabrication shall be the applicable prevailing wage for the county in which the actual prefabrication takes place.

It is the manufacturer of the prefabricated product to verify that the correct county wage rates are applied to work they perform.

See RCW 39.12.010 (The definition of "locality" in RCW 39.12.010(2) contains the phrase "wherein the physical work is being performed." The department

interprets this phrase to mean the actual work site.

Supplemental to Wage Rates 03/04/2021 Edition, Published February 3, 2021

8

WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects

This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents.

Building Service Employees Electrical Fixture Maintenance Workers Electricians - Motor Shop Heating Equipment Mechanics Industrial Engine and Machine Mechanics Industrial Power Vacuum Cleaners Inspection, Cleaning, Sealing of Water Systems by Remote Control Laborers - Underground Sewer & Water Machinists (Hydroelectric Site Work) Modular Buildings Playground & Park Equipment Installers Power Equipment Operators - Underground Sewer & Water Residential *** ALL ASSOCIATED RATES *** Sign Makers and Installers (Non-Electrical) Sign Makers and Installers (Electrical) Stage Rigging Mechanics (Non Structural)

The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators"

Fabricated Precast Concrete Products Metal Fabrication (In Shop)

Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296-127.

Supplemental to Wage Rates 03/04/2021 Edition, Published February 3, 2021

9

Washington State Department of Labor and Industries Policy Statements

(Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.)

WAC 296-127-018 Agency filings affecting this section

Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials.

(1) The materials covered under this section include but are not limited to: Sand, gravel, crushed rock, concrete, asphalt, or other similar materials.

(2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12 RCW when they perform any or all of the following functions:

(a) They deliver or discharge any of the above-listed materials to a public works project site:

(i) At one or more point(s) directly upon the location where the material will be incorporated into the project; or

(ii) At multiple points at the project; or

(iii) Adjacent to the location and coordinated with the incorporation of those materials.

(b) They wait at or near a public works project site to perform any tasks subject to this section of the rule.

(c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e.g., excavated materials, materials from demolished structures, clean-up materials, etc.).

(d) They work in a materials production facility (e.g., batch plant, borrow pit, rock quarry, etc.,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project.

(e) They deliver concrete to a public works site regardless of the method of incorporation.

(f) They assist or participate in the incorporation of any materials into the public works project.

Supplemental to Wage Rates 03/04/2021 Edition, Published February 3, 2021

10

(3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting to load, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage.

(4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile.

(a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project.

(b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section; nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation.

(5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed. Workers subject to subsection (2)(d) of this section, who produce such materials at an off-site facility shall be paid the applicable prevailing wage rates for the county in which the off-site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located.

[Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08-24-101, § 296-127-018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12 RCW and RCW 43.22.270. 92-01-104 and 92-08-101, § 296-127-018, filed 12/18/91 and 4/1/92, effective 8/31/92.]

Supplemental to Wage Rates 03/04/2021 Edition, Published February 3, 2021

11

�������� ������� �������� � ���������������� �� �������� ������������� ������!"#$%&'&()*+%)#*,#-.&/(*0*1#'#23/(#*456076809449*!:*;/<*==9=6>*:'?@2&%>*+A*7B96=0=9=6*����� �� �����C��D���� �������13#*!EFGAHIHJK*+AKF,*'&L.#M*3#"#*&(-'NM#*O/.3*.3#*3/N"'?*P%)#*"%.#*%(M*.3#*3/N"'?*"%.#*/Q*Q"&()#*O#(#Q&.LR:(*2NO'&-*P/"SL*2"/T#-.L>*P/"S#"UL*P%)#*%(M*O#(#Q&.*"%.#L*@NL.*%MM*./*(/.*'#LL*.3%(*.3&L*./.%'R*A*O"&#QM#L-"&2.&/(*/Q*/$#".&@#*-%'-N'%.&/(*"#VN&"#@#(.L*%"#*2"/$&M#M*/(*.3#*;#(#Q&.*W/M#*X#?RY�� �Z���D���C��D���� �������[�����������\���]�D�����������������_abc defgh i_jklfmmnonpfbn_a qfrh s_lngfctuhebnvhw_bh xynmzlfmm!&#"-# ALO#L./L*AO%.#@#(.*+/"S#"L {/N"(#?*I#$#' |98R47 9} ~� G&#P!&#"-# ;/&'#"@%S#"L {/N"(#?*I#$#' |�6R�7 9J ~W G&#P!&#"-# ;"&-S*�%L/( {/N"(#?*I#$#' |56R9� �F ~J G&#P!&#"-# ;"&-S*�%L/( !/&(.#"0W%N'S#"0W'#%(#" |56R9� �F ~J G&#P!&#"-# ;N&'M&()*,#"$&-#*F@2'/?##L {%(&./" |86R57 9, 8� G&#P!&#"-# ;N&'M&()*,#"$&-#*F@2'/?##L 1"%$#'&()*+%<#"*�*,3%@2//#" |8~R8= 9, 8� G&#P!&#"-# ;N&'M&()*,#"$&-#*F@2'/?##L +&(M/P*W'#%(#"*��&)3*1&@#� |8BR�= 9, 8� G&#P!&#"-# ;N&'M&()*,#"$&-#*F@2'/?##L +&(M/P*W'#%(#"*�J/(0�&)3*1&@#� |8�R�= 9, 8� G&#P!&#"-# W%O&(#.*�%S#"L*�H(*,3/2� {/N"(#?*I#$#' |8BR45 � ~ G&#P!&#"-# W%"2#(.#"L A-/NL.&-%'*+/"S#" |5=R7= �A =W G&#P!&#"-# W%"2#(.#"L W%"2#(.#" |5=R7= �A =W G&#P!&#"-# W%"2#(.#"L W%"2#(.#"L*/(*,.%.&/(%"?*1//'L |59R6� �A =W G&#P!&#"-# W%"2#(.#"L W"#/L/.#M*�%.#"&%' |59R6� �A =W G&#P!&#"-# W%"2#(.#"L �'//"*�&(&L3#" |5=R7= �A =W G&#P!&#"-# W%"2#(.#"L �'//"*I%?#" |5=R7= �A =W G&#P!&#"-# W%"2#(.#"L ,-%QQ/'M*F"#-./" |5=R7= �A =W G&#P!&#"-# W#@#(.*�%L/(L A22'&-%.&/(*/Q*%''*W/@2/L&.&/(�%L.&- |5=RB= �A =� G&#P!&#"-# W#@#(.*�%L/(L A22'&-%.&/(*/Q*%''*F2/<?*�%.#"&%' |5=R4= �A =� G&#P!&#"-# W#@#(.*�%L/(L A22'&-%.&/(*/Q*%''*!'%L.&-*�%.#"&%' |5=RB= �A =� G&#P!&#"-# W#@#(.*�%L/(L A22'&-%.&/(*/Q*,#%'&()*W/@2/N(M |5=R4= �A =� G&#P!&#"-# W#@#(.*�%L/(L A22'&-%.&/(*/Q*�(M#"'%?@#(. |5=RB= �A =� G&#P!&#"-# W#@#(.*�%L/(L ;N&'M&()*K#(#"%' |5=R4= �A =� G&#P!&#"-# W#@#(.*�%L/(L W/@2/L&.&/(*/"*X%'@%(*�'//"L |5=RB= �A =� G&#P!&#"-# W#@#(.*�%L/(L W/(-"#.#*!%$&() |5=R4= �A =� G&#P!&#"-# W#@#(.*�%L/(L WN"O*�*KN..#"*�%-3&(# |5=RB= �A =� G&#P!&#"-# W#@#(.*�%L/(L WN"O*�*KN..#">*,&M#P%'SL |5=R4= �A =� G&#P!&#"-# W#@#(.*�%L/(L WN"&()*W/(-"#.# |5=R4= �A =� G&#P!&#"-# W#@#(.*�%L/(L �&(&L3*W/'/"#M*W/(-"#.# |5=RB= �A =� G&#P!&#"-# W#@#(.*�%L/(L �'//"*K"&(M&() |5=RB= �A =� G&#P!&#"-# W#@#(.*�%L/(L �'//"*K"&(M&()�!/'&L3#" |5=R4= �A =� G&#P!&#"-# W#@#(.*�%L/(L K"##(*W/(-"#.#*,%P>*L#'Q02/P#"#M |5=RB= �A =� G&#P!&#"-# W#@#(.*�%L/(L K"/N.&()*/Q*%''*!'%.#L |5=R4= �A =� G&#P!&#"-# W#@#(.*�%L/(L K"/N.&()*/Q*%''*1&'.0N2*!%(#'L |5=R4= �A =� G&#P!&#"-# W#@#(.*�%L/(L KN(&.#*J/��'#@%( |5=RB= �A =� G&#P!&#"-# W#@#(.*�%L/(L �%(M*!/P#"#M*K"&(M#" |5=RB= �A =� G&#P

�������� ������� �������� � ���������� ������������� ������ �!�"�# $%&'(& )* &+ ,��-������ ������������� ����.��/��������� $%&'(& )* &+ ,��-������ ������������� ������������-���0��#� $%&'1& )* &+ ,��-������ ������������� ��-����.�22��/�3�4���.��/ $%&'1& )* &+ ,��-������ ������������� 5��6�4#�����/�*��.��������#�7����. $%&'1& )* &+ ,��-������ ������������� 5����6�3�8�66��/����.��� $%&'1& )* &+ ,��-������ ������������� 52��9#��/����59���������������� $%&'(& )* &+ ,��-������ ������������� 0��-�#��/����.����:2������ $%&'1& )* &+ ,��-������ ������������� 0��-�#��/����.����:2�����������#���6�5#�;� $%&'1& )* &+ ,��-������ ������������� 0����#�<��9��� $%&'1& )* &+ ,��-������ =�"����3�0��6��� 4�##>,�.��#�����5�;�����;#�:2�������?@���+�6�����������A $BB1'1C )* &� ,��-������ =�"����3�0��6��� =�"��5�2��"����>������ $1B'D1 )* &� ,��-������ =�"����3�0��6��� =�"�� $BB1'1C )* &� 1, ,��-������ =�"����3�0��6��� =�"���:��5���6; $)%'D1 )* &� ,��-������ =�"����3�0��6��� =�"���0��6�� $%D'DB )* &� ,��-������ =�"����3�0��6��� ����E�#6�:2������ $%D'DB )* &� ,��-������ =�"����3�0��6��� ����E�#6�:2���������F�6�G�� $)&'DB )* &� ,��-������ =�"����3�0��6��� 8������:2�����6�,�.��#�:2������>0��.������ $%D'DB )* &� ,��-������ =�"����3�0��6��� 8������:2�����6�,�.��#��0��6�� $%H'BD )* &� ,��-������ =��6/��<��9��� *���������I�/����� $)C'%J H= (7 ,��-������ =��6/��<��9��� *��������������?=��9.��6A $)C'C) H= (7 ,��-������ =��6/��<��9��� 4������ $)C'%J H= (7 ,��-������ =��6/��<��9��� I�/������<�#6�� $)B'D) H= (7 ,��-������ =��6/��<��9��� !�"�����K�L 6���#�� $)('&B H= (7 ,��-������ =��6/��<��9��� ����� $)C'%J H= (7 ,��-������ =��6/��<��9��� :�#�� $)C'C) H= (7 ,��-������ =� -�##�*22#������ ������ �!�"�# $%&'D& H= BL ,��-������ =� -�##�0�2��� ������ �!�"�# $%H'(B H� BI ,��-������ I#�������#�7�F����������������<��9��� ������ �!�"�# $B)')% M B ,��-������ I#�����������N�O���6� ��;#��52#���� $))'H( H� BG ,��-������ I#�����������N�O���6� ������ �!�"�# $)J'H% H� BG ,��-������ I#�����������N�O���6� !��6���"���6���;#��52#���� $1J'HB H� BG ,��-������ I#�����������N�O���6� <�#6�� $))'H( H� BG ,��-������ I#�����������N�������5.�2 ���E����� $BH'() M B ,��-������ I#�����������N�������5.�2 ������ �!�"�# $B&'%D M B ,��-������ I#�����������N���-��#��������������� ��;#��52#���� $1J'(D H* &= ,��-������ I#�����������N���-��#��������������� �����E��6�!����<�#6�� $)H'%& H* &= ,��-������ I#�����������N���-��#��������������� G����62����� $&D'B) H* &= ,��-������ I#�����������N���-��#��������������� L��" �!����IP��2�����:2������ $)H'%& H* &= ,��-������ I#�����������N���-��#��������������� ������ �!�"�#�!���2����� $)H'%& H* &= ,��-������ I#�����������N���-��#��������������� !����IP��2�����:2������ $%&'H& H* &= ,��-������ I#�����������N���-��#��������������� ������O����##�� $&D'B) H* &= 1< ,��-������ I#�����������N���-��#��� ��#��52�� �� $)H'%& H* &= ,��-

�������� ������� �������� � ���������������������� ������������� ���!������������������ ��!"��#����� $%&'() %* (+ ,��!������ �����������-��.������� /�����0�1�2�� $(&'(3 &4 56 ,��!������ ���2����������������� 7��.���� $588'%5 3+ (* ,��!������ ���2����������������� 7��.�����9���.��:� $58;'%< 3+ (* ,��!������ =�>������"��������������������"���� /�����0�1�2�� $5%'88 ? 5 ,��!������ =������������� =������������ $(('(8 3* (, ;@ ,��!������ =������������� =�����1�>���� $(('(8 3* (, ;@ ,��!������ =��::��� /�����0�1�2�� $(('(8 3* (, ;@ ,��!������ A��B���� /�����0�1�2�� $&)'C& 31 5@ ,��!������ D����E�=�����9����������*�"*�>������F��G��� /�����0H�� $3)'(< %/ (D ,��!������ D�����:��I��#H����7��.����� /�����0�1�2�� $;)'&5 3= 5� ,��!������ D�"����������E�7�����-��"��� /�����0�1�2�� $%('85 3* (, ;@ ,��!������ 9�"����������!���,����H�������� /�����0�1�2�� $5<'&) ? 5 ,��!������ 9����"�6���H�� 6����J#������ $&5'(5 %6 5K ,��!������ 9����"�6���H�� ���G $%&'(; %6 5K ,��!������ 9����"�6���H�� +��G.��" $%3'(; %6 5K ,��!������ 9����"�6���H�� +��G.��"���:����� $%;';5 %6 5K ,��!������ 9����"�6���H�� 1����.�J#������ $%;';) %6 5K ,��!������ 9����"�6���H�� 7��� $%3'<5 %6 5K ,��!������ 9��#������L�������:LM�����:�JNM�!���E�F�����M0���H��60�O�H���������� ��������J#������P�=��H���J#������ $5<'&) ? 5 ,��!������ 9��#������L�������:LM�����:�JNM�!���E�F�����M0���H��60�O�H���������� A�����-���G�J#������ $5<'&) ? 5 ,��!������ 9��#������L�������:LM�����:�JNM�!���E�F�����M0���H��60�O�H���������� D��"�J#������ $5<'&) ? 5 ,��!������ 9��#������L�������:LM�����:�JNM�!���E�F�����M0���H��60�O�H���������� -��.������ $5<'&) ? 5 ,��!������ 9��#������L�������:LM�����:�JNM�!���E�F�����M0���H��60�O�H���������� -2�-���G�J#������ $5<'&) ? 5 ,��!������ 9����������*##�������� /�����0�1�2�� $&(')( 3* (� ,��!������ 9���!��G��� /�����0H�� $3&'3; 3Q 5J ,��!������ 1�>����� *��P�A���J�����������,�>�����:�M����" $%C'<) 3* (, ;@ ,��!������ 1�>����� *�������+�����J#������ $%('85 3* (, ;@ ,��!������ 1�>����� 6�������O�:�����7��.��� $%C'<) 3* (, ;@ ,��!������ 1�>����� 6���.�F��:.H�� $(('(8 3* (, ;@ ,��!������ 1�>����� 6���G���2��� $%C'<) 3* (, ;@ ,��!������ 1�>����� 6���.������� $%C'<) 3* (, ;@ ,��!������ 1�>����� 6���.�D�:�=��"�� $%C'<) 3* (, ;@ ,��!������ 1�>����� 6����� $%C'<) 3* (, ;@ ,��!������ 1�>����� ��������F��G�� $%('85 3* (, ;@ ,��!������ 1�>����� ���#������-��"�� $%C'<) 3* (, ;@ ,��!������ 1�>����� ��H����+�H#�� #�2��: $%<'<% 3* (, ;@ ,��!������ 1�>����� ��H����=����.���-��"�� $%C'<) 3* (, ;@ ,��!������ 1�>����� �.��:��D�����J��+�0�M.��G $%C'<) 3* (, ;@ ,��!������ 1�>����� �.�##��:�A���R<8�1>�'�*�"�J2��S $%<'<% 3* (, ;@ ,��!������ 1�>����� �.�##��:�A���RT�"���<8�1>�'S $%C'<) 3* (, ;@ ,��!

�������� ������� �������� � ���������� �������� ������������� !"#$% &' () *+ )��,������ �������� ��-���.�/0�� !"#$% &' () *+ )��,������ �������� �1��2���,����3���0�� !$#$! &' () *+ )��,������ �������� �1��/4-3�������� !"#$% &' () *+ )��,������ �������� ��/������5-63��7��-���83������ !$#$! &' () *+ )��,������ �������� ��/������9��6�����33�� !"#$% &' () *+ )��,������ �������� ��/�������1���6�/�����, !$#$! &' () *+ )��,������ �������� ��/��������,�83������7�����5��11�� !$#$! &' () *+ )��,������ �������� ��-�����9��0�� ((#(: &' () *+ )��,������ �������� �-��/;�������� !"#$% &' () *+ )��,������ �������� 5�6�1����/<�=�����/;�>�?�@�/;AB/�1#�������0�?������1C !"#$% &' () *+ )��,������ �������� 5�����5�;;�� !"#$% &' () *+ )��,������ �������� 5�@�� !(#:D &' () *+ )��,������ �������� 5��11�83�������AE20��-1��F�5��6�/0C !$#$! &' () *+ )��,������ �������� 5�2�������=�11� !"#$% &' () *+ )��,������ �������� 5-63������/ !"#$% &' () *+ )��,������ �������� G3�H2�.���/����/ !"#$% &' () *+ )��,������ �������� G�����/���/���1�=����� !"#$% &' () *+ )��,������ �������� 9�11���>�I-���������/���, !$#$! &' () *+ )��,������ �������� 9�/��J��0��� !"#$% &' () *+ )��,������ �������� 9���,���� ((#(: &' () *+ )��,������ �������� 9��6������� !"#$% &' () *+ )��,������ �������� J����/�I������I-�10��� !"#$% &' () *+ )��,������ �������� J�/���1�������� !"#$% &' () *+ )��,������ �������� J��0����������>�.��/���������/ !(#:D &' () *+ )��,������ �������� J��/0��� !"#$% &' () *+ )��,������ �������� J��-��?����/��.�/0�� !"#$% &' () *+ )��,������ �������� J��-�6�/�A�����-��C�B/�1-0�/;�����.�/���/�I��6� !$#$! &' () *+ )��,������ �������� J-��0���1�G������ !"#$% &' () *+ )��,������ �������� E�K��0�-��=�����=������A��@�1�'C !(#:D &' () *+ )��,������ �������� E�K��0�-��=�����=������A��@�1�IC !$#$! &' () *+ )��,������ �������� E�K��0�-��=�����=������A��@�1��C !"#$% &' () *+ )��,������ �������� E�;�����1�� !(#:D &' () *+ )��,������ �������� L�����66�� !$#$! &' () *+ )��,������ �������� ��������6�83������ !$#$! &' () *+ )��,������ �������� ?��/��/�/��������/ !"#$% &' () *+ )��,������ �������� ?�/��1��I-�10��4?-06�/ !$#$! &' () *+ )��,������ �������� ?������1�+��0������/ !"#$% &' () *+ )��,������ �������� ?����6�/45�/�2�����6���@� !$#$! &' () *+ )��,������ �������� M�KK1�6�/�A��/�������-63F�J���/�-�����=��/�N��/;���6��/����/�8OE�;�������-���'���>�=�����8/��/������>�P���F���/0�1���FJ-/���F����������F�=�����I1�����F)��--6�I1�����C !$#$! &' () *+ )��,������ �������� ��@�6�/��I������ !$#$! &' () *+ )��,������ �������� ��1������ ((#(: &' () *+ )��,������ �������� ��3����2������0 !(#:D &' () *+ )��,������ �������� ��3����2��7.��1�� !$#$! &' () *+ )��,������ �������� ��3������.�/0�� !$#$! &' () *+ )��,������ �������� ��3��P�1�/�� !$#$! &' () *+ )��,

�������� ������� �������� � ���������� �������� ������������ ��� �� !" #$ %& $��'������ �������� ��(�)�*+�� ��, �- !" #$ %& $��'������ �������� ��'+��.�* ��# /0 !" #$ %& $��'������ �������� ��'+��.�*1��2�3��� ��, �- !" #$ %& $��'������ �������� ��'���4��5� ��� �� !" #$ %& $��'������ �������� 6��3���+�7��5���833���9���'�� ��� �� !" #$ %& $��'������ �������� 6�5���9�"��:�3( ��# /0 !" #$ %& $��'������ �������� 6�9(�.���.�* ��# /0 !" #$ %& $��'������ �������� 6�.�(��;<8��.�*(�=����(�� ��� �� !" #$ %& $��'������ �������� 6�>>��?7�>*�3������* ��� �� !" #$ %& $��'������ �������� 6���6��������* ��, �- !" #$ %& $��'������ �������� 6�@�(�A8�(�� ��� �� !" #$ %& $��'������ �������� 6�++�� ��� �� !" #$ %& $��'������ �������� 7��BB�3+�;���(�� ��, �- !" #$ %& $��'������ �������� 7��3�������* ��, �- !" #$ %& $��'������ �������� 73�����C=@���,/DE ��� �� !" #$ %& $��'������ �������� 73�����7���F�� ��, �- !" #$ %& $��'������ �������� 7����+���CG�*���(�E ��� �� !" #$ %& $��'������ �������� 7(�5��2����� ��, �- !" #$ %& $��'������ �������� 7(��5���3�� ��, �- !" #$ %& $��'������ �������� 7'�*>�*>�7(�>�?A��(�'��*�G:��� �## #/ !" #$ %& $��'������ �������� )�.����H�7�.�3���;3��(���I�"���HJ���=����(�+�)��3� ��� �� !" #$ %& $��'������ �������� )�.����CK83(��3��H�7�3B9�����33�+E ��� �� !" #$ %& $��'������ �������� )�.���������*�9�7�'���C��>>��I7:�����H�G������E ��� �� !" #$ %& $��'������ �������� )��3���.������*�C�(�4����(�E ��, �- !" #$ %& $��'������ �������� )����� ��, �- !" #$ %& $��'������ �������� )���5�������� ��, �- !" #$ %& $��'������ �������� )���5���*���C��'��E ��� �� !" #$ %& $��'������ �������� )��BB���G�*(��3�������� �#! #% !" #$ -G $��'������ �������� )��BB���G�*(��3�78���@���� ��/ �0 !" #$ -G $��'������ �������� )�8�5�7��((�� ��, �- !" #$ %& $��'������ �������� )8>>���=����(�� ��� �� !" #$ %& $��'������ �������� )8**�3����59G�.������+�"������5��/9�/���� �0,- L! !" #$ -A $��'������ �������� )8**�3����59G�.������+�"������5���/ /09## //���� �0�# !/ !" #$ -A $��'������ �������� )8**�3����59G�.������+�"������5��## /09�# //���� �0�% �% !" #$ -A $��'������ �������� )8**�3����59G�.������+�"������5���# /09L/ //���� �0## /% !" #$ -A $��'������ �������� )8**�3����59G�.������+�"������5��L/ /09L# //���� �0#L ,/ !" #$ -A $��'������ �������� )8**�3����59G�.������+�"������5��L# /09L% //���� �0�0 �/ !" #$ -A $��'������ �������� )8**�3����59G�.������+�"������5��L% /09!/ //���� �0�� ,/ !" #$ -A $��'������ �������� )8**�3����59G�.������+�"������5��!/ /09!, //���� �0�� ,/ !" #$ -A $��'������ �������� )8**�3����59G�.������+�"������5��!, /09!# //���� �0�! ,/ !" #$ -A $��'������ �������� )8**�3����59J8�>���*+����5�)�*+�� ��# 00 !" #$ %& $��'������ �������� )8**�3����59K�*�� ��# 00 !" #$ %& $��'

�������� ������� �������� � ���������� �������� �������� ��� �� !" #� $% ���&������ �������� ��'()*+��,�� ��- �. !" #� $% ���&������ �������� /���0,�' �#1 �2 !" #� $% ���&������ �������� /�)3�� ��� �� !" #� $% ���&������ �������� /�))*���'�*������� ��� �� !" #� $% ���&������ �������� /�'3�&*/��0��45)��'�� �#1 �2 !" #� $% ���&������ ��������*6*7'3��8��9'3*+�&��*:/���� ;�'���)*�������*:*<�=,�' ��- �. !" #� $% ���&������ ��������*6*7'3��8��9'3*+�&��*:/���� ��=�*��(�� ��� �� !" #� $% ���&������ ��'3���=�*5�'���9����' ��'3���=�5�'���9����'4��'3���=�'8*>��)�'��'8*�������� �#1 �2 !" #� $% ���&������ ��'3���=�*5�'���9����' ��'3���=�*>=������ �!1 1! !" �? $@ ���&������ ��'3���=�*A��'��'�'�� ;��9'3�B��=�� �C! 1! D C ���&������ ���0��� E�9�'�(*��F�) �2# .# �G CH ���&������ A���)�*+������ E�9�'�(*��F�) �21 �! !I CJ ���&������ A���)*K���������'*LM'*+0�=N K����� �C� -� D C ���&������ A���)*K���������'*LM'*+0�=N ������� �C� 2. D C ���&������ A���)*K���������'*LM'*+0�=N A��0�'�*>=������ �C� .$ D C ���&������ A���)*K���������'*LM'*+0�=N /�)3�� �C� .$ D C ���&������ A�))&��80� E�9�'�(*��F�) �22 ## !" #5 ���&������ A�39)��*O9�)3�'8� E�9�'�(*��F�) �C� 2. D C ���&������ ���'���� E�9�'�(*��F�) �#� #1 2P -O ���&������ ��)�*G��F�� 5��&*<�'3�� �2. .C !" #5 ���&������ ��)�*G��F�� 5��&*<�'3��4<��0'����' �2. .C !" #5 ���&������ ��)�*G��F�� H(=�������*/��B��*6*5�,=�����3*"��/��B��*16�1 11*�+M �$1 !2 !" #5 ���&������ ��)�*G��F�� H(=�������*/��B��*6*5�,=�����3*"��/��B��*�1 1C*6*## 11*�+M �$� !2 !" #5 ���&������ ��)�*G��F�� H(=�������*/��B��*6*5�,=�����3*"��/��B��*## 1C*6*�# 11*�+M �$. !2 !" #5 ���&������ ��)�*G��F�� H(=�������*/��B��*6*5�,=�����3*"��/��B��*�# 1C*6*21 11*�+M �.# !2 !" #5 ���&������ ��)�*G��F�� H(=�������*/��B��*6*5�,=�����3*"��/��B��*21 1C*6*2# 11*�+M �.! -2 !" #5 ���&������ ��)�*G��F�� H(=�������*/��B��*6*5�,=�����3*"��/��B��*2# 1C*6*2$ 11*�+M �C1- -2 !" #5 ���&������ ��)�*G��F�� H(=�������*/��B��*6*5�,=�����3*"��/��B��*2$ 1C*6*!1 11*�+M �C1# -2 !" #5 ���&������ ��)�*G��F�� H(=�������*/��B��*6*5�,=�����3*"��/��B��*!1 1C*6*!- 11*�+M �C12 -2 !" #5 ���&������ ��)�*G��F�� H(=�������*/��B��*6*5�,=�����3*"��/��B��*!- 1C*6*!# 11*�+M �C1$ -2 !" #5 ���&������ ��)�*G��F�� E�9�'�(*��F�) �2� C. !" #5 ���&������ �)�������� E�9�'�(*��F�) �2C 2! !Q CR ���&������ �)�(8��9'3*:*���B*IS9�=,�'�M'���))��� E�9�'�(*��F�) �C� 2. D C ���&������ �)9,����*:*��=�T������ E�9�'�(*��F�) �!. #! �" C; ���&������ ��&��*IS9�=,�'�*>=������� "�=0�)�*�)�'�*>=������ �!C -# !" �? $@ ���&������ ��&��*IS9�=,�'�*>=������� "������'�*I'8�'��� �2. C- !" �? $@ ���&������ ��&��*IS9�=,�'�*>=������� O������*A��0�'�*LU�==��N �!1 2- !" �? $@ ���&������ ��&��*IS9�=,�'�*>=������� O���0*�)�'�*>=������V*5�'����� �!1 2- !" �? $@ ���&������ ��&��*IS9�=,�'�*>=������� O����� �2! 1- !" �? $@ ���&������ ��&��*IS9�=,�'�*>=������� O��BB*6*R�,���*G�,�)����' �2! 1- !" �? $@ ���&

�������� ������� �������� � ������������������� ���������������� ���!���" #����" $%&'() &* +, -. /��������� ���������������� ���!���" #����0����� $&('%) &* +, -. /��������� ���������������� ���!���" 0!12��!3" $&4')5 &* +, -. /��������� ���������������� ���!���" 06����� $&('%) &* +, -. /��������� ���������������� ���!���" 0�����""�� $%&'() &* +, -. /��������� ���������������� ���!���" 0������������7�8���9�:�����;��6#����*��!�6����� <���5)� $&4')5 &* +, -. /��������� ���������������� ���!���" 0��������=���"6�:!�6����>2!"��?����@ $%&'() &* +, -. /��������� ���������������� ���!���" 0�������������>�:�����@� ��8�!�2��A�B6����""����C��������D�����A�B6����""��� $&('(& &* +, -. /��������� ���������������� ���!���" 0������������7�8���9�:�����;��6#����*��!�6�����E��8��5)� $&('%) &* +, -. /��������� ���������������� ���!���" 0��<�3��" $&('(& &* +, -. /��������� ���������������� ���!���" 0�!��"�=�������7�)((����"�!�@��<�� $&F'&) &* +, -. /��������� ���������������� ���!���" 0�!��"D�*>G�!��7�4(����"�!�@���@�� $%H'4) &* +, -. /��������� ���������������� ���!���" 0�!��"7�4((����"��6���B6�4HH����"D���4F(I��G�1����J���2�@��B�K�1����6!��!�6����"L $&5')) &* +, -. /��������� ���������������� ���!���" 0�!��"7�)(����"��6���B6�55����"���6�!��!�6����" $&)'-5 &* +, -. /��������� ���������������� ���!���" 0�!��"7�)((����">�)HH����"D����)F(I�G�1�������2�@��B�K�1����6!��!�6����" $&5'HH &* +, -. /��������� ���������������� ���!���" 0�!��"7�+((����"�!�@��<������+((I�G�1�������2�@��B�K�1����6!��!�6����" $&F'&) &* +, -. /��������� ���������������� ���!���" 0�!��"7�5F����"��6���B6�HH����"D��@���4F(I��G�1���J���2�@��B�K�1���6�!��!�6����"L $&+'5H &* +, -. /��������� ���������������� ���!���" 0�!��"7�=����������!��"��6���B6�4HH���" $&5'HH &* +, -. /��������� ���������������� ���!���" 0�!��"7��6���B6�4H����"����6!��!�6����"D�*>G�!����<���4(����" $&)')- &* +, -. /��������� ���������������� ���!���" 0��"6�� $&('%) &* +, -. /��������� ���������������� ���!���" M��9���B�����N@��9�;���6�"J�����L $&('%) &* +, -. /��������� ���������������� ���!���" M�����9"7����1��2@��B����9 $&+'5H &* +, -. /��������� ���������������� ���!���" M�O��"�M>H�P�E�@�� $&('(& &* +, -. /��������� ���������������� ���!���" M��22� �2��"7�*�B���83��D�8���9� �0�!���:���� $&('(& &* +, -. /��������� ���������������� ���!���" M��22��B�:!�6��� $&4'H& &* +, -. /��������� ���������������� ���!���" �2�<!����!�@��!�>2�G�7�����!����!�@�"6!G���3�� $%H'4) &* +, -. /��������� ���������������� ���!���" =���"6��B�:!�6���D�#�@��22�*�@Q!�!���P�?���2!����������� $&('%) &* +, -. /��������� ���������������� ���!���" =��92�G�7�+(((�21"�!�@��<������6!��!�6����" $&)')- &* +, -. /��������� ���������������� ���!���" =��92�G�"7���@���+(((�21"'����6!��!�6����" $%H'4) &* +, -. /��������� ���������������� ���!���" Q�!@����B�����7�E"��B�#2�������"D0���?6���"D���' $&('%) &* +, -. /��������� ���������������� ���!���" Q�!@��6��9��N"�!9��!� $%&'() &* +, -. /��������� ���������������� ���!���" Q�!�@�!�2�����6N*�B�� $&('%) &* +, -. /��������� ���������������� ���!���" A!�@�8!�2���@�M����*�����2!���B $&4')5 &* +, -. /���

�������� ������� �������� � ���������������������� �!"�#�$�%&�'�(�$)��$*� )�+�$��������� ����$� �$% ,�$��-��.�����/����0$ �*�.� ��1����$������������ �2���$�!"�#�$�% 345&67 40 89 :; <��+)��$*� )�+�$��������� ����$� �$% ,�$�=�� �.>��$�* ����.�/$�..�?�*� �$ 345&54 40 89 :; <��+)��$*� )�+�$��������� ����$� �$% ,�$�=�� �.>��$�* ����.�/$�..���$� �$ 345&67 40 89 :; <��+)��$*� )�+�$��������� ����$� �$% ,@�$�.�� %>A���� $�*B%C�D5� ��%��������$ 36E&D7 40 89 :; <��+)��$*� )�+�$��������� ����$� �$% ,@�$�.�� %>A���� $�*B%C��(�$�D5 ��% 347&7: 40 89 :; <��+)��$*� )�+�$��������� ����$� �$% ?����$F��(�$G����:�#�$�%&�'��(�$ 34D&E4 40 89 :; <��+)��$*� )�+�$��������� ����$� �$% ?����$F��(�$G���F�6�#�$�%&�H� �I� J�*.����1�:�#�$�% 34D&7! 40 89 :; <��+)��$*� )�+�$��������� ����$� �$% ?����$%F��(�$G����2���$�6�#�$�% 345&67 40 89 :; <��+)��$*� )�+�$��������� ����$� �$% ?����$%F�).�� �K��� 345&67 40 89 :; <��+)��$*� )�+�$��������� ����$� �$% ?����$%C��.�(� ��1�-@���H�. 345&54 40 89 :; <��+)��$*� )�+�$��������� ����$� �$% ?�*��� �(�%F�0.. 345&67 40 89 :; <��+)��$*� )�+�$��������� ����$� �$% L� �$��.�-$��%��$�/�(�*� 345&67 40 89 :; <��+)��$*� )�+�$��������� ����$� �$% L�*G���*%C��..�M?���������35&"5��$�G��$��(�$���*G���*N 34!&77 40 89 :; <��+)��$*� )�+�$��������� ����$� �$% L� �$��� $�.�1$���$% 34D&7! 40 89 :; <��+)��$*� )�+�$��������� ����$� �$% L�*B��1�L�*G���F�L�.�F�-����./$�..F�H�$��1F������,����$�0��>�$OG��.� 34D&7! 40 89 :; <��+)��$*� )�+�$��������� ����$� �$% ��.�/�% $�A� �$%F�H.�+�$�/�% $�A� ���'�L�.*G�O�����1����$� �$ 364&57 40 89 :; <��+)��$*� )�+�$��������� ����$� �$% �� %����,��% %�M�.�(� �$%�������.�� %NF�0�$�-�11�$%F�O $� � 347&7: 40 89 :; <��+)��$*� )�+�$��������� ����$� �$% �(�$G���F�A$��1�� @���P$���C�75 ��%� G$��1G�!!� ��% 347&:! 40 89 :; <��+)��$*� )�+�$��������� ����$� �$% �(�$G���F�H$��1��-@���P$���C�75-��%�-G$��1G�!!�-��% 345&67 40 89 :; <��+)��$*� )�+�$��������� ����$� �$% �(�$G���F�A$��1�� @��C�D55� ��%�����(�$ 34!&77 40 89 :; <��+)��$*� )�+�$��������� ����$� �$% �(�$G���F�A$��1�� @��C�!"� ��% G$��1G�EE� ��% 348&!E 40 89 :; <��+)��$*� )�+�$��������� ����$� �$% )�(���� �H$��B�$ 364&57 40 89 :; <��+)��$*� )�+�$��������� ����$� �$% )�.��/$�(�$�M� G�$�-G���P$���L��� N 345&67 40 89 :; <��+)��$*� )�+�$��������� ����$� �$% ).�� ���.�$���0%�G�. F�P$�%G�$ 345&54 40 89 :; <��+)��$*� )�+�$��������� ����$� �$% )�% G�.��/�11�$F�L�*G���*�. 364&57 40 89 :; <��+)��$*� )�+�$��������� ����$� �$% )�+�$�).�� 364&57 40 89 :; <��+)��$*� )�+�$��������� ����$� �$% )���%���Q� �$ 364&57 40 89 :; <��+)��$*� )�+�$��������� ����$� �$% R����EF�,/�!DF�/D5�0����(�$ 34D&7! 40 89 :; <��+)��$*� )�+�$��������� ����$� �$% R��*B�-�+�$C����*�AF�����$�D55��� ����G��1G �A�%��� ��A��� 36E&D7 40 89 :; <��+)��$*� )�+�$��������� ����$� �$% ���� ��P�� $�.����$� �$������AA�$-�$�����$ G�L�(��1��������� 34D&7! 40 89 :; <��+)��$*� )�+�$��������� ����$� �$% ��11�$�����H�..��� 36E&D7 40 89 :; <��+)��$*� )�+�$��������� ����$� �$% ��11�$>O�1��.�)�$%��FH�..���MP�$ �����N 347&7: 40 89 :; <��+)��$*� )�+�$��������� ����$� �$% ��..�1�� 34D&7! 40 89 :; <��+)��$*� )�+�$��������� ����$� �$% ��..�$F�� G�$�-G���).�� �L�S 364&57 40 89 :; <��+)��$*� )�+�$��������� ����$� �$% ��..�$F�).�� �L�S��$�L�. ��.�� L� �$��.% 345&54 40 89 :; <��+

�������� ������� �������� � ���������� ���������������� ���!���" #���$��%%&�#���$'���(�� )*+,-. */ 01 23 4��������� ���������������� ���!���" 5!�"�$�6������� )*+,+* */ 01 23 4��������� ���������������� ���!���" 5��!���&�5�%7������%%�(�8�(���9:;!�(" )*+,-. */ 01 23 4��������� ���������������� ���!���" 5��!���"�$�6��������<�6!��=�/%% )*+,+* */ 01 23 4��������� ���������������� ���!���" 5��!���"&�5�%7$�����%%�(>�9:�;!�("/�(� ?�� )*@,.9 */ 01 23 4��������� ���������������� ���!���" 5��?������'�����">���������� )*.,.2 */ 01 23 4��������� ���������������� ���!���" 5A�������B'��������������� )-*,+. */ 01 23 4��������� ���������������� ���!���" 5A�?�%&��C�!?!���&�D!�EA��&F�!����"�8�(���@:�G������F��" )*+,+* */ 01 23 4��������� ���������������� ���!���" 5A�?�%&��C�!?!���&�D!�EA��>� ?��0+�G������F��"�F��:+�G������F��" )*@,.9 */ 01 23 4��������� ���������������� ���!���" 5A�?�%&��C�!?!���&�D!�EA��"&F�!����">�@:�F��0+�G������F��" )*+,-. */ 01 23 4��������� ���������������� ���!���" 5A�?�%&��C�!?!���&�D!�EA��">� ?��:+�G������F��"�F��H+�G������F��" )*@,H* */ 01 23 4��������� ���������������� ���!���" 5A�?�%&��C�!?!���&�D!�EA��">� ?��H+�G������F��" )*.,-H */ 01 23 4��������� ���������������� ���!���" 5%��7�����!?��" )*@,.9 */ 01 23 4��������� ���������������� ���!���" 5���!(��&�F��"�(���<�5����(�!� )*@,.9 */ 01 23 4��������� ���������������� ���!���" 5�I'�!(���F������ )*+,-. */ 01 23 4��������� ���������������� ���!���" F�����D��E����%�?!���" )*+,+* */ 01 23 4��������� ���������������� ���!���" F�����6�!��>��?���@*:J��A���'A�.:+J���A��'A�&�I!"�����I��� )*9,HH */ 01 23 4��������� ���������������� ���!���" F�������!��>�������@*:J����A��'A�I!"�����I��� )*9,.. */ 01 23 4��������� ���������������� ���!���" F�����6�!��">��?���.:+K����A��'A�7����I!"�����I���, )*:,*. */ 01 23 4��������� ���������������� ���!���" F�!�"������"&�/%%�F�!�E� ��F���EF=�� )*@,.9 */ 01 23 4��������� ���������������� ���!���" F����A��'�G!�A���" )*+,+* */ 01 23 4��������� ���������������� ���!���" F���E�6�!��� �%��BL��?��>�@++����"!�(��?�� )*.,29 */ 01 23 4��������� ���������������� ���!���" F���E���!�����%��B(��?��>���(���@++���" )*.,.2 */ 01 23 4��������� ���������������� ���!���" F���E�G���������!I%��6��?�=�� )*+,-. */ 01 23 4��������� ���������������� ���!���" M�%(�� )*0,9H */ 01 23 4��������� ���������������� ���!���" MA��%�F�!����"&�N!��!%%�F=�� )-*,+. */ 01 23 4��������� ���������������� ���!���" ;��;���!=�L�O�� )*+,-. */ 01 23 4��������� ���������������� ���!���"$8�(��'����(�5�����<�M!��� /"�A!%���%!��� ���!��� )*@,.9 */ 01 23 4��������� ���������������� ���!���"$8�(��'����(�5�����<�M!��� /""�"�!�����'����� )-H,@. */ 01 23 4��������� ���������������� ���!���"$8�(��'����(�5�����<�M!��� D!������G!�A����PO�����Q )*+,-. */ 01 23 4��������� ���������������� ���!���"$8�(��'����(�5�����<�M!��� D!��A��%!��� ���!���>�6������� )*+,-. */ 01 23 4��������� ���������������� ���!���"$8�(��'����(�5�����<�M!��� D�I�!� )-*,+. */ 01 23 4��������� ���������������� ���!���"$8�(��'����(�5�����<�M!��� D��EE�$�#������L���%�������������� )-*,+. */ 01 23 4��������� ���������������� ���!���"$8�(��'����(�5�����<�M!��� D����" )-*,+. */ 01 23 4��������� ���������������� ���!���"$8�(��'����(�5�����<�M!��� D����6����� )*+,-. */ 01 23 4��������� ���������������� ���!���"$ 6!I%��!=" )*@,.9 */ 01 23 4���

�������� ������� �������� � ������������������������������� ��!� ������"#� $%����&$������'(������������������������� )* $$�� +,-./0 ,1 23 45 6 ��� ��!� ������"#� $%����&$������'(������������������������� )�%$��''�� +/,.-0 ,1 23 45 6 ��� ��!� ������"#� $%����&$������'(������������������������� )��!�������%$7�8��!9�:������ �*;��%�1���!*%����&<���=0% +,>.0= ,1 23 45 6 ��� ��!� ������"#� $%����&$������'(������������������������� )��!�����? � '*�:�!* ���(@�'���!���� +/,.-0 ,1 23 45 6 ��� ��!� ������"#� $%����&$������'(������������������������� )��!�������%$�(�:�������&��8�� @��A �*����''����B �����%$C���%$A �*����''��� +,-.-, ,1 23 45 6 ��� ��!� ������"#� $%����&$������'(������������������������� )��!�������%$7�8��!9�:������ �*;��%�1���!*%�����$�8��=0% +,-./0 ,1 23 45 6 ��� ��!� ������"#� $%����&$������'(������������������������� )��<�D��' +,-.-, ,1 23 45 6 ��� ��!� ������"#� $%����&$������'(������������������������� )����'�?� !� ��7�0--����'������<�� +,E.,0 ,1 23 45 6 ��� ��!� ������"#� $%����&$������'(������������������������� )����'C�1(F��%�7�>-����'���������� +/G.>0 ,1 23 45 6 ��� ��!� ������"#� $%����&$������'(������������������������� )����'7�>--����'��*����*�>GG����'C���>E-H��F�I��%�J �!@�� ���K I�� �*����!*%���'L +,=.00 ,1 23 45 6 ��� ��!� ������"#� $%����&$������'(������������������������� )����'7�0-����'��*����*�==����'� �*�����!*%���' +,0.4= ,1 23 45 6 ��� ��!� ������"#� $%����&$������'(������������������������� )����'7�0--����'(�0GG����'C����0E-H�F�I��%� �!@�� ���K I�� �*����!*%���' +,=.GG ,1 23 45 6 ��� ��!� ������"#� $%����&$������'(������������������������� )����'7�2--����'������<������2--H�F�I��%� �!@�� ���K I�� �*����!*%���' +,E.,0 ,1 23 45 6 ��� ��!� ������"#� $%����&$������'(������������������������� )����'7�=E����'��*����*�GG����'C������>E-H��F�I��%J �!@�� ���K I� �*�����!*%���'L +,2.=G ,1 23 45 6 ��� ��!� ������"#� $%����&$������'(������������������������� )����'7�?� !� ���!����'��*����*�>GG���' +,=.GG ,1 23 45 6 ��� ��!� ������"#� $%����&$������'(������������������������� )����'7��*����*�>G����'�� �*����!*%���'C�1(F��%���<���>-����' +,0.04 ,1 23 45 6 ��� ��!� ������"#� $%����&$������'(������������������������� )��'*�� +,-./0 ,1 23 45 6 ��� ��!� ������"#� $%����&$������'(������������������������� M�!9�"�� ����N��!9�� �!*�'J$����L +,-./0 ,1 23 45 6 ��� ��!� ������"#� $%����&$������'(������������������������� M��� !9'7����I� @� ������9 +,2.=G ,1 23 45 6 ��� ��!� ������"#� $%����&$������'(������������������������� M�O��'�M(G�������� +,-.-, ,1 23 45 6 ��� ��!� ������"#� $%����&$������'(������������������������� M� @@�& @��'7�1�����8D$�C�8��!9�&�)�����:���� +,-.-, ,1 23 45 6 ��� ��!� ������"#� $%����&$������'(������������������������� M� @@ ���:�!* �� +,>.G, ,1 23 45 6 ��� ��!� ������"#� $%����&$������'(������������������������� "@�<���������%��(@ F�7�$��%���������'*�F���D$� +/G.>0 ,1 23 45 6 ��� ��!� ������"#� $%����&$������'(������������������������� ? � '* ���:�!* ��C�; ���@@�1��P�%�!����� % @���"#� $%��� +,-./0 ,1 23 45 6 ��� ��!� ������"#� $%����&$������'(������������������������� ?��9@ F�7�2---�@I'������<���� �*����!*%���' +,0.04 ,1 23 45 6 ��� ��!� ������"#� $%����&$������'(������������������������� ?��9@ F�'7�������2---�@I'.�� �*����!*%���' +/G.>0 ,1 23 45 6 ��� ��!� ������"#� $%����&$������'( P�����"�� ����7��' ���;@��$� ��'C +,-./0 ,1 23 45 6 ��

�������� ������� �������� � ������������������������������ ����� ���!"��#$%&��#� %�����'(�&)*����+)������!,������������������������� -����# �#.��/!��.�*�� 012$34 25 67 89 :&��%&��#� %�����'(�&)*����+)������!,������������������������� -������&;�)��# /5���� 023$14 25 67 89 :&��%&��#� %�����'(�&)*����+)������!,������������������������� <����=�&;�'���>�*)�5��&#�;��&��+??,�@����'(�&)*����AB�C���!$��+D�� 02E$4A 25 67 89 :&��%&��#� %�����'(�&)*����+)������!,������������������������� <����=�&;�'���>�*)�5��&#�;��&��+??,�����'(�&)*����������AB�C���! 023$14 25 67 89 :&��%&��#� %�����'(�&)*����+)������!,������������������������� <��&F����;/�&��#�&���;�>�&;;�G�#���� 023$32 25 67 89 :&��%&��#� %�����'(�&)*����+)������!,������������������������� <��&F����;/�&��#�&���;�>�&;;+)������ 023$14 25 67 89 :&��%&��#� %�����'(�&)*����+)������!,������������������������� <H���;&?�!/I��*����#.!J�E3����!��������� 01K$E4 25 67 89 :&��%&��#� %�����'(�&)*����+)������!,������������������������� <H���;&?�!/I��*����#.!J��D���E3���! 024$48 25 67 89 :&��%&��#� %�����'(�&)*����+)������!,������������������������� G�����"�+D�� ����8�C���!$���+D�� 02E$K2 25 67 89 :&��%&��#� %�����'(�&)*����+)������!,������������������������� G�����"�+D�� ���"�1�C���!$�L���M��N�#;��&���8�C���! 02E$4A 25 67 89 :&��%&��#� %�����'(�&)*����+)������!,������������������������� G�����!"�+D�� ����������1�C���! 023$14 25 67 89 :&��%&��#� %�����'(�&)*����+)������!,������������������������� G�����!"�%;����O��� 023$14 25 67 89 :&��%&��#� %�����'(�&)*����+)������!,������������������������� G�����!J�';�D��&���=H)��L�;� 023$32 25 67 89 :&��%&��#� %�����'(�&)*����+)������!,������������������������� G�#�*��&D�!"�5;; 023$14 25 67 89 :&��%&��#� %�����'(�&)*����+)������!,������������������������� P����&�;�=���!?���>�D&#� 023$14 25 67 89 :&��%&��#� %�����'(�&)*����+)������!,������������������������� P�# ��&#!J��;;�QG���*���,�03$B3)��� �����D���*�# ��&#R 02A$44 25 67 89 :&��%&��#� %�����'(�&)*����+)������!,������������������������� P�����)����;�������! 02E$4A 25 67 89 :&��%&��#� %�����'(�&)*����+)������!,������������������������� P�#.&���P�# &��"�P�;�"�=����;>�&;;"�L��&��"�@����<������5��/��� &�;� 02E$4A 25 67 89 :&��%&��#� %�����'(�&)*����+)������!,������������������������� +&;�>&!��&I����!"�L;�����>&!��&I��&����P�;# �����&���+)������ 012$34 25 67 89 :&��%&��#� %�����'(�&)*����+)������!,������������������������� +��!&���<�&!�!�Q�;�D����!����*��;&?�!R"�5&��=�����!"������� 024$48 25 67 89 :&��%&��#� %�����'(�&)*����+)������!,������������������������� +D�� ���"�I�&�����H)�������J�43���!�� ���� �AA����! 024$8A 25 67 89 :&��%&��#� %�����'(�&)*����+)������!,������������������������� +D�� ���"�L�&����=H)�������J�43=��!�= ���� �AA�=��! 023$14 25 67 89 :&��%&��#� %�����'(�&)*����+)������!,������������������������� +D�� ���"�I�&�����H)�J�E33����!�����D�� 02A$44 25 67 89 :&��%&��#� %�����'(�&)*����+)������!,������������������������� +D�� ���"�I�&�����H)�J�AB����!� ���� �KK����! 026$AK 25 67 89 :&��%&��#� %�����'(�&)*����+)������!,������������������������� %�D�*����L���.�� 012$34 25 67 89 :&��%&��#� %�����'(�&)*����+)������!,������������������������� %&;��>�&D���Q�� ���= ��������P����R 023$14 25 67 89 :&��%&��#� %�����'(�&)*����+)������!,������������������������� %;����+&;���,�5!) �;�"����! �� 023$32 25 67 89 :&��%&��#� %�����'(�&)*����+)������!,������������������������� %�!� �;��>&����"�P�# ��&#�; 012$34 25 67 89 :&��

�������� ������� �������� � ����������� �������������������� ���!"#�$��%����$�&�����'�( ��� �������) �� *+,-./ ,0 12 34 5��������� �������������������� ���!"#�$��%����$�&�����'�( ��� ����!�"�( ��� *+,-./ ,0 12 34 5��������� �������������������� ���!"#�$��%����$�&�����'�( ��� 6� $�78�9:�;<8�:<.�0�$��=�� *,<-/; ,0 12 34 5��������� �������������������� ���!"#�$��%����$�&�����'�( ��� 6���>�?����@����� A8���$���<..B�������C��%C��A !�$����A��� *+7-</ ,0 12 34 5��������� �������������������� ���!"#�$��%����$�&�����'�( ��� D������E�����)����� �������D�AA��?���$�� ��C�F�=��%���������� *,<-/; ,0 12 34 5��������� �������������������� ���!"#�$��%����$�&�����'�( ��� D�%%��� �$�G�))� � *+7-</ ,0 12 34 5��������� �������������������� ���!"#�$��%����$�&�����'�( ��� D�%%��H&�%� )����!��8G�))� �IE����B��$J *,/-/3 ,0 12 34 5��������� �������������������� ���!"#�$��%����$�&�����'�( ��� D�)) %�� *,<-/; ,0 12 34 5��������� �������������������� ���!"#�$��%����$�&�����'�( ��� D�))��8���C���?C ���) ���F�K *+,-./ ,0 12 34 5��������� �������������������� ���!"#�$��%����$�&�����'�( ��� D�))��8��) ���F�K����F�)��")�B�F ���� )! *,.-., ,0 12 34 5��������� �������������������� ���!"#�$��%����$�&�����'�( ��� D���"��))8�D���"%���$�� *,.-+/ ,0 12 34 5��������� �������������������� ���!"#�$��%����$�&�����'�( ��� & �!�"�E������� *,.-., ,0 12 34 5��������� �������������������� ���!"#�$��%����$�&�����'�( ��� &�� ���8�&�)B������))�$�#�$���;LM �$! *,.-+/ ,0 12 34 5��������� �������������������� ���!"#�$��%����$�&�����'�( ��� &�� ���!�"�E��������'�E ��N�0)) *,.-., ,0 12 34 5��������� �������������������� ���!"#�$��%����$�&�����'�( ��� &�� ���!8�&�)B"�����))�$@�;L�M �$!0�$��=�� *,<-/; ,0 12 34 5��������� �������������������� ���!"#�$��%����$�&�����'�( ��� &��=������%�����!@���������� *,/-/3 ,0 12 34 5��������� �������������������� ���!"#�$��%����$�&�����'�( ��� &C�������H%��������������� *+,-./ ,0 12 34 5��������� �������������������� ���!"#�$��%����$�&�����'�( ��� &C�=�)8��K� = ���8�G �>C��8?� ����!�#�$���<L�F������?��! *,.-., ,0 12 34 5��������� �������������������� ���!"#�$��%����$�&�����'�( ��� &C�=�)8��K� = ���8�G �>C��@��=��1.�F������?��!�?��L.�F������?��! *,<-/; ,0 12 34 5��������� �������������������� ���!"#�$��%����$�&�����'�( ��� &C�=�)8��K� = ���8�G �>C��!8?� ����!@�<L�?��1.�F������?��! *,.-+/ ,0 12 34 5��������� �������������������� ���!"#�$��%����$�&�����'�( ��� &C�=�)8��K� = ���8�G �>C��!@��=��L.�F������?��!�?��7.�F������?��! *,<-7, ,0 12 34 5��������� �������������������� ���!"#�$��%����$�&�����'�( ��� &)��B����� =��! *,<-/; ,0 12 34 5��������� �������������������� ���!"#�$��%����$�&�����'�( ��� &��� $��8�?��!�$���'�&����$� � *,<-/; ,0 12 34 5��������� �������������������� ���!"#�$��%����$�&�����'�( ��� &�A%� $���?������ *,.-+/ ,0 12 34 5��������� �������������������� ���!"#�$��%����$�&�����'�( ��� ?�����G��>����)�= ���! *,.-., ,0 12 34 5��������� �������������������� ���!"#�$��%����$�&�����'�( ��� ?�����E� ��@��=���<,LO��C���%C�/L.O���C��%C�8�A !�����A��� *,;-77 ,0 12 34 5��������� �������������������� ���!"#�$��%����$�&�����'�( ��� ?������� ��@�������<,LO����C��%C�A !�����A��� *,;-// ,0 12 34 5��������� �������������������� ���!"#�$��%����$�&�����'�( ��� ?�����E� ��!@��=���/L.P����C��%C�B����A !�����A���- *,L-,/ ,0 12 34 5��������� �������������������� ���!"#�$��%����$�&�����'�( ��� ?� �!������!8�0))�?� �>����?���>?N�� *,<-/; ,0 12 34 5���

�������� ������� �������� � ����������� ���������������� ���!���"#$�%��&����%�'�����(�)!��� *����+��&�,!�+���" -./0/. .1 23 45 6��������� ���������������� ���!���"#$�%��&����%�'�����(�)!��� *���7�8�!��� �9��:;��<��=�>//����"!�%��<�� -.?04@ .1 23 45 6��������� ���������������� ���!���"#$�%��&����%�'�����(�)!��� *���7���!�����9��:%��<��=���%���>//���" -.?0?4 .1 23 45 6��������� ���������������� ���!���"#$�%��&����%�'�����(�)!��� *���7�,���������!A9��8��<�B�� -./0C? .1 23 45 6��������� ���������������� ���!���"#$�%��&����%�'�����(�)!��� )�9%�� -.20@D .1 23 45 6��������� ���������������� ���!���"#$�%��&����%�'�����(�)!��� )+��9�*�!����"E�F!��!99�*B�� -C.0/? .1 23 45 6��������� ���������������� ���!���"#$�%��&����%�'�����(�)!��� G��G���!B�;�H�� -./0C? .1 23 45 6��������� ������I����89�!�!����*���*������" J�����B�I�<�9�K��8+!�&� -LL0/2 L1 @1 6��������� ������I����89�!�!����*���*������" '��!B����"�� -L?0?@ L1 @1 6��������� ������I����89�!�!����*���*������" *�������������� ���!��� -LL0/2 L1 @1 6��������� ������I����89�!�!����*���*������" *����*������ -@D0?> L1 @1 6��������� ������I����89�!�!����*���*������" *����*�������M����%���"�� -2.0@. L1 @1 6��������� N�O��&��!�����(�1���8��%�������&,��+!���" J�����B�I�<�9 -.D0@C L1 >M 6��������� N�"�%����!9�P���7�,!"�� J�����B�I�<�9 -?.0/? Q > 6��������� N�"�%����!9�8!�������" J�����B�I�<�9 -@40>. .1 @8 6��������� N�"�%����!9�8������,!"��" J�����B�I�<�9 -@L0DD Q > 6��������� N�"�%����!9�;�B�!99�1��9��!���" J�����B�I�<�9 -C@0D@ .1 @8 6��������� N�"�%����!9�;�B�!99�*!���" J�����B�I�<�9 -CL02> L� >� 6��������� N�"�%����!9��9�������!�" J�����B�I�<�9 -@@0>> Q > 6��������� N�"�%����!9�M9!H���" J�����B�I�<�9 -CD0?C .I >G 6��������� N�"�%����!9�K�"�9!�����1��9��!���" J�����B�I�<�9 -?@0L? Q > 6��������� N�"�%����!9�I!A����" J�����B�I�<�9 -220D. Q > 6��������� N�"�%����!9�,!�A9��'�����" J�����B�I�<�9 -?D0?D Q > 6��������� N�"�%����!9��!�����" J�����B�I�<�9 -@L0@/ CR ?P 6��������� N�"�%����!9��9��A��"�(�����O�����" J�����B�I�<�9 -.D0@. L1 >M 6��������� N�"�%����!9�N�O��&��!�����(�1��8��%�������&�,��+!���" J�����B�I�<�9 -.D0@. L1 >M 6��������� N�"�%����!9�'+����,��!9�)��7��" J�����B�I�<�9 -4D0C> .F >� 6��������� N�"�%����!9�'�O��F9����I!B��" J�����B�I�<�9 -L>0D> L1 2J 6��������� N�"�%����!9�'����79���F�����"�SF�������������T J�����B�I�<�9 -L20/@ L8 ?N 6��������� N�"�%����!9�'�����,!"��" J�����B�I�<�9 -?D0?D Q > 6��������� N�"�%����!9�*���!HH��)��7��" J�����B�I�<�9 ->@04C Q > 6��������� N�"�%����!9�*���!HH�:*�9��F���"+��" J�����B�I�<�9 -?>0DC Q > 6��������� N�"�%����!9�*�9��'�����" J�����B�I�<�9 -?L0D4 Q > 6��������� N��O��" J�����B�I�<�9 -LC0DL L1 ? 6��������� N��O��" $"��&�K����!A9��P��������"�,!����!9" -LD0DL L1 ? 6��������� '+����,��!9�)��7��" J�����B�I�<�9�SF��9%����'+��T -4D0C> .F >� 6��������� '+��A��9%��&�(�'+���N��!�� U���8��"���������P��9���!7�� -240L@ .6 > 6��������� '+��A��9%��&�(�'+���N��!�� U���8��"���������8!������� -240L@ .6 > 6��������� '+��A��9%��&�(�'+���N��!�� U���8��"���������8�!��� ���!��� -240L@ .6 > 6��������� '+��A��9%��&�(�'+���N��!�� U���8��"����������9�������!� -240L@ .6 > 6���

�������� ������� �������� � ����������� �������������������� ��!�� "�#�$%�&'���'�%��(�!'���)�%&'*�&��!'%� +,-./0 12 /( 3��#������ �������������������� ��!�� "�#�$%�&'���'�%��4!�%��� +05.1/ ,3 6 3��#������ �������������������� ��!�� "�#�$%�&'���'�%��7!�����&' +05.1/ ,3 6 3��#������ �������������������� ��!�� "�#�$%�&'���'�%��8���!'���9������� +05.1/ ,3 6 3��#������ �������������������� ��!�� "�#�$%�&'���'�%���!��'�� +05.1/ ,3 6 3��#������ �������������������� ��!�� "�#�$%�&'���'�%������:�''�� +05.1/ ,3 6 3��#������ �������������������� ��!�� "�#�$%�&'���'�%�� ����� +05.1/ ,3 6 3��#������ �������������������� ��!�� "�#�$%�&'���'�%������'�7�'!� +05.1/ ,3 6 3��#������ �������������������� ��!�� "�#�$%�&'���'�%������:�''�� +05.1/ ,3 6 3��#������ �������������������� ��!�� "�#�$%�&'���'�%�;!���%�&�<=�!>&'�� +05.1/ ,3 6 3��#������ �������������������� ��!�� "�#�$%�&'���'�%��;������<�?����� +05.1/ ,3 6 3��#������ �������������������� ��!�� ����� ��!���?%����>!@�� +/,.01 ,A /2 3��#������ �������������������� ��!�� ����� ��!���$!����'�� +/,.01 ,A /2 3��#������ �������������������� ��!�� ����� ��!���$�!���8���!'%� +/1.BC ,D /E 3��#������ �������������������� ��!�� ����� ��!���9���'����!� +/,./F ,A /2 3��#������ �������������������� ��!�� ����� ��!���(�!'���)�%&'�*�&��!'%� +,-./0 12 /( 3��#������ �������������������� ��!�� ����� ��!���4!�%��� +/,.01 ,A /2 3��#������ �������������������� ��!�� ����� ��!���7!�����&' +/,.01 ,A /2 3��#������ �������������������� ��!�� ����� ��!���8���!'����9������� +/1.BC ,D /E 3��#������ �������������������� ��!�� ����� ��!����!��'�� +/,.01 ,A /2 3��#������ �������������������� ��!�� ����� ��!�������:�''�� +/,.01 ,A /2 3��#������ �������������������� ��!�� ����� ��!��� ����� +/,.01 ,A /2 3��#������ �������������������� ��!�� ����� ��!�������'�7�'!� +/,.01 ,A /2 3��#������ �������������������� ��!�� ����� ��!�������#����' +/,.01 ,A /2 3��#������ �������������������� ��!�� ����� ��!���;!���%�&��<�=�!>&'�� +/1.BC ,D /E 3��#������ �����7!@��&���*�&'!����&�G9���'���!�H�����*�&'!���� +FC.6, I 6 3��#������ �����7!@��&���*�&'!����&�G9���'���!�H�����7!@�� +FB.00 I 6 3��#������ �����7!@��&���*�&'!����&�G"%�J9���'���!�H �����*�&'!���� +00./0 I 6 3��#������ �����7!@��&���*�&'!����&�G"%�J9���'���!�H �����7!@�� +FF.,- I 6 3��#������ �%:'�)�%%��4!K��& 2%����K�4�L�� +16.-6 1M 02 3��#������ �%�!��$%�'�%�&�)%��;���%#& 2%����K�4�L�� +60.C- I 6 3��#������ �����@����)�''��&�G)������%'��'�%�H 2%����K�4�L�� +51.5- 1$ 6A 3��#������ �'!��� �������7���!���&�G"%��'���'��!�H 2%����K�4�L�� +60.C- I 6 3��#������ �'%���7!&%�& 2%����K�4�L�� +CB.1, ,9 6" 3��#������ �'���'�M����!�@����4%'��#�����;%�@��& 2%����K�4�L�� +F6.C- I 6 3��#������ ���L�K%�& $�!������&%� +C5.0- ,M 0E 3��#������ ���L�K%�& *�&'��>��'����&%� +C-.BF ,M 0E 3��#������ ���L�K%�& �!�'K�$���: +,B.6, ,M 0E 3��#������ =����%>>����!'�%��=�������!�& 2%����K�4�L�� +/C./, CN 6? 3��#������ =�����%���4����$%�&'���'�%��J8�'&��� $!����������� +0,./B 1M F? 3��#������ =�����%���4����$%�&'���'�%��J8�'&��� (%���O�����<P�%�������&%� +F1.B/ 1M F? 3��#������ =�����%���4����$%�&'���'�%��J8�'&��� =�����%���9Q���>��'�8���!'%�G4���'H +06.FF 1M F? 3��#������ =�����%���4����$%�&'���'�%��J8�'&��� =�����%���4������&%� +01.0/ 1M F? 3��#

�������� ������� �������� � ����������� ���������������� ������ �!�"�# $%%&'( ') (* +��,������ ��#��-�..��� ������ �!�"�# $%%&'( ') (* +��,������ ��#�/�0��1#��2����������3����4��� 3����4�� $56&%5 ') (* +��,������ ���77���8��.��#�-.��9��� ������ �!�"�# $5:&(; '< (= +��,������ ������>��"��� <�94�#.�0�?�@"���(6�A��B� $65&%% %> 5A C! +��,������ ������>��"��� <�94�#.�0�?����(6�A��B� $6;&'( %> 5A C! +��,������ ������>��"��� >�D9������ $6;&'( %> 5A C! +��,������ ������>��"��� >�D9�������2�����#�� $65&%% %> 5A C! +��,������ ������>��"��� @.4��������� $65&%% %> 5A C! +��,������ ������>��"����E�F��B �0�? ������.�0�? $65&%% %> 5A C! +��,������ ��##�>��##����2�G���H�.������D9G��.�##��� G���H�.������D9�G��.�##�� $(6&I: J ( +��,������ ��##�>��##����2�G���H�.������D9G��.�##��� @�#�� $(%&;: J ( +��,������ ��##�>��##����2�G���H�.������D9G��.�##��� ��##�>��##�� $(C&;I J ( +��,

SPECIAL PROVISIONS

SP-i

Contents INTRODUCTION TO THE SPECIAL PROVISIONS ................................................................................ 1

DIVISION 1 GENERAL REQUIREMENTS .............................................................................................. 3

DESCRIPTION OF WORK ......................................................................................................................... 3

1-01 DEFINITIONS AND TERMS ....................................................................................................... 3

1-02 BID PROCEDURES AND CONDITIONS ................................................................................... 5

1-03 AWARD AND EXECUTION OF CONTRACT ......................................................................... 12

1-04 SCOPE OF THE WORK ............................................................................................................. 13

1-05 CONTROL OF WORK ................................................................................................................ 15

1-06 CONTROL OF MATERIAL ....................................................................................................... 25

1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ...................................... 28

1-08 PROCECUTION AND PROGRESS ........................................................................................... 39

1-09 MEASUREMENT AND PAYMENT.......................................................................................... 45

1-10 TEMPORARY TRAFFIC CONTROL ........................................................................................ 47

DIVISION 2 EARTHWORK ..................................................................................................................... 50

2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP ........................................................ 50

2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS ......................................................... 51

2-03 ROADWAY EXCAVATION AND EMBANKMENT ............................................................... 52

2-04 HAUL ........................................................................................................................................... 54

2-06 SUBGRADE PREPARATION .................................................................................................... 54

2-07 WATERING ................................................................................................................................ 54

2-09 STRUCTURE EXCAVATION ................................................................................................... 56

2-11 TRIMMING AND CLEANUP .................................................................................................... 57

DIVISION 3 AGGREGATE PRODUCTION AND ACCEPTANCE ....................................................... 59

3-01 PRODUCTION FROM QUARRY AND PIT SITES .................................................................. 59

DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS,

AND CONDUITS ....................................................................................................................................... 60

7-00 GENERAL MATTERS................................................................................................................ 60

7-04 STORM SEWERS ....................................................................................................................... 60

7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS ................................................ 61

7-06 SWALE CHECK DAMS ............................................................................................................. 64

7-08 GENERAL PIPE INSTALLATION REQUIREMENTS ............................................................ 65

DIVISION 8 MISCELLANEOUS CONSTRUCTION .............................................................................. 67

8-01 EROSION CONTROL AND WATER POLLUTION CONTROL ............................................. 67

SP-ii

8-02 ROADSIDE RESTORATION ..................................................................................................... 70

8-05 RESOLUTION OF UTILITY CONFLICTS ............................................................................... 71

8-19 MISCELLANEOUS WORK ....................................................................................................... 72

DIVISION 9 MATERIALS ........................................................................................................................ 74

9-14 EROSION CONTROL AND ROADSIDE PLANTING ............................................................. 74

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-1 April 2021

Special Provisions

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)

(******) Notes a 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 Bonney Lake Development Policies and Public Works Design Standards, current edition

Contractor shall obtain copies of these publications, at Contractor’s own expense.

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-2 April 2021

Special Provisions

(This Page Intentionally Left Blank)

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-3 April 2021

Special Provisions

DIVISION 1

GENERAL REQUIREMENTS

DESCRIPTION OF WORK

(March 13, 1995 WSDOT GSP)

This Contract provides for the following:

Provide stormwater and swale improvements along the south side of SR 410 from 195th Ave E for

approximately 400 LF before tying into an existing stormwater culvert pipe. Other improvements

include erosion control, swale and ditch restoration, and traffic control all in accordance with the

attached Contract Plans, these Contract Provisions, and the Standard Specifications.

1-01 DEFINITIONS AND TERMS

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

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-4 April 2021

Special Provisions

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”.

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.

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-5 April 2021

Special Provisions

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.

Supplement this section with the following:

(******)

Any reference to “Contract Bond” shall be changed to refer to “Performance and Guaranty Bond”.

Supplement this section with the following:

(******)

The definition for “Contract” shall be reinstated from the Standard Specifications.

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") 4 Furnished automatically upon award.

Contract Provisions 4 Furnished automatically upon award.

Large plans (e.g., 22" x 34") 0 Furnished only upon request at

Contractors expense.

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-6 April 2021

Special Provisions

Additional plans and Contract Provisions may be obtained by the Contractor from the source stated in

the Call for Bids, at the Contractor’s own expense.

1-02.4 Examination of Plans, Specifications, and Site of Work

1-02.4(1) General

(August 15, 2016 APWA GSP Option A)

The first sentence of the last paragraph is revised to read:

Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, must request

the explanation or interpretation in writing soon enough to allow a written reply to reach all prospective

Bidders before the submission of their Bids.

1-02.5 Proposal Forms

(July 31, 2017 APWA GSP)

Delete this section and replace it with the following:

The Proposal Form will identify the project and its location and describe the work. It will also list

estimated quantities, units of measurement, the items of work, and the materials to be furnished at the

unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited

to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable,

retail sales taxes and acknowledgment of addenda; the bidder’s name, address, telephone number, and

signature; the bidder’s UDBE/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

(December 10, 2020 APWA GSP OPT 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:

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.

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-7 April 2021

Special Provisions

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.

1-02.7 Bid Deposit

(March 8, 2013 APWA GSP)

Supplement this section with the following:

Bid bonds shall contain the following:

1. Contracting Agency-assigned number for the project;

2. Name of the project;

3. The Contracting Agency named as obligee;

4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five

percent of the maximum bid amount that could be awarded;

5. Signature of the bidder’s officer empowered to sign official statements. The signature of the person

authorized to submit the bid should agree with the signature on the bond, and the title of the person

must accompany the said signature;

6. The signature of the surety’s officer empowered to sign the bond and the power of attorney.

If so stated in the Contract Provisions, bidder must use the bond form included in the Contract

Provisions.

If so stated in the Contract Provisions, cash will not be accepted for a bid deposit.

1-02.10 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:

1. The Bidder submits a written request signed by an authorized person and physically delivers it

to the place designated for receipt of Bid Proposals, and

2. The Contracting Agency receives the request before the time set for receipt of Bid Proposals,

and

3. The revised or supplemented Bid Proposal (if any) is received by the Contracting Agency

before the time set for receipt of Bid Proposals.

If the Bidder’s request to withdraw, revise, or supplement its Bid Proposal is received before the time

set for receipt of Bid Proposals, the Contracting Agency will return the unopened Proposal package to

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-8 April 2021

Special Provisions

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:

1. A Proposal will be considered irregular and will be rejected if:

a. The Bidder is not prequalified when so required;

b. The authorized Proposal form furnished by the Contracting Agency is not used or is altered;

c. The completed Proposal form contains any unauthorized additions, deletions, alternate

Bids, or conditions;

d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into

the Contract;

e. A price per unit cannot be determined from the Bid Proposal;

f. The Proposal form is not properly executed;

g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as

required in Section 1-02.6;

h. The Bidder fails to submit or properly complete a 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;

l. 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;

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-9 April 2021

Special Provisions

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.

The 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.

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.

1. 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).

2. 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.

3. Claims Against Retainage and Bonds

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-10 April 2021

Special Provisions

A. Criterion: The Bidder shall not have a record of excessive claims filed against the retainage or

payment bonds for public works projects in the three years prior to the bid submittal date, that

demonstrate a lack of effective management by the Bidder of making timely and appropriate

payments to its subcontractors, suppliers, and workers, unless there are extenuating

circumstances and such circumstances are deemed acceptable to the Contracting Agency.

B. Documentation: The Bidder, if and when required as detailed below, shall submit a list of the

public works projects completed in the three years prior to the bid submittal date that have had

claims against retainage and bonds and include for each project the following information:

• Name of project

• The owner and contact information for the owner;

• A list of claims filed against the retainage and/or payment bond for any of the projects

listed;

• A written explanation of the circumstances surrounding each claim and the ultimate

resolution of the claim.

4. 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.

5. Termination for Cause / Termination for Default

A. Criterion: The Bidder shall not have had any public works contract terminated for cause or

terminated for default by a government agency in the five years prior to the bid submittal date,

unless there are extenuating circumstances and such circumstances are deemed acceptable to

the Contracting Agency.

B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on

a form to be provided by the Contracting Agency) that the Bidder has not had any public works

contract terminated for cause or terminated for default by a government agency in the five years

prior to the bid submittal date; or if Bidder was terminated, describe the circumstances.

6. 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

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-11 April 2021

Special Provisions

with a written explanation of the circumstances surrounding each such lawsuit. The Contracting

Agency shall evaluate these explanations to determine whether the lawsuits demonstrate a pattern

of failing to meet of terms of construction related contracts

As evidence that the Bidder meets the Supplemental Criteria stated above, the apparent low Bidder

must submit to the Contracting Agency by 12:00 P.M. (noon) of the second business day following the

bid submittal deadline, a written statement verifying that the Bidder meets the supplemental criteria

together with supporting documentation (sufficient in the sole judgment of the Contracting Agency)

demonstrating compliance with the Supplemental Criteria. The Contracting Agency reserves the right

to request further documentation as needed from the low Bidder and documentation from other Bidders

as well to assess Bidder responsibility and compliance with all bidder responsibility criteria. The

Contracting Agency also reserves the right to obtain information from third-parties and independent

sources of information concerning a Bidder’s compliance with the mandatory and supplemental criteria,

and to use that information in their evaluation. The Contracting Agency may consider mitigating

factors in determining whether the Bidder complies with the requirements of the supplemental criteria.

The basis for evaluation of Bidder compliance with these mandatory and supplemental criteria shall

include any documents or facts obtained by Contracting Agency (whether from the Bidder or third

parties) including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii)

information obtained directly by the Contracting Agency from others for whom the Bidder has

worked, or other public agencies or private enterprises; and (iii) any additional information obtained

by the Contracting Agency which is believed to be relevant to the matter.

If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above

and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing,

with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal

the determination within two (2) business days of the Contracting Agency’s determination by

presenting its appeal and any additional information to the Contracting Agency. The Contracting

Agency will consider the appeal and any additional information before issuing its final determination.

If the final 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.

1-02.15 Pre Award Information

(August 14, 2013 APWA GSP)

Revise this section to read:

Before awarding any contract, the Contracting Agency may require one or more of these items or

actions of the apparent lowest responsible bidder:

1. A complete statement of the origin, composition, and manufacture of any or all materials to be

used,

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-12 April 2021

Special Provisions

2. Samples of these materials for quality and fitness tests,

3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time

required for the various phases of the work,

4. A breakdown of costs assigned to any bid item,

5. Attendance at a conference with the Engineer or representatives of the Engineer,

6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work

is located.

7. Any other information or action taken that is deemed necessary to ensure that the bidder is the

lowest responsible bidder.

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.

1-03.3 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 Twenty (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 twenty (20) additional calendar days for return of the documents, provided

the Contracting Agency deems the circumstances warrant it.

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-13 April 2021

Special Provisions

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 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

(March 13, 2012 APWA GSP)

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-14 April 2021

Special Provisions

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. Amendments to the Standard Specifications,

6. Standard Specifications,

7. Contracting Agency’s Standard Plans or Details (if any), and

8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction.

1-04.4(1) Minor Changes

(May 30, 2019 APWA GSP)

Delete the first paragraph and replace it with the following:

Payments or credits for changes amounting to $$2,000$$ or less may be made under the Bid item

“Minor Change”. At the discretion of the Contracting Agency, this procedure for Minor Changes may

be used in lieu of the more formal procedure as outlined in Section 1-04.4, Changes. All “Minor

Change” work will be within the scope of the Contract Work and will not change Contract Time.

1-04.6 Variation in Estimated Quantities

(July 23, 2015 APWA GSP, Option B)

Revise the first paragraph to read:

Payment to the Contractor will be made only for the actual quantities of Work performed and accepted

in conformance with the Contract. When the accepted quantity of Work performed under a unit item

varies from the original Proposal quantity, payment will be at the unit Contract price for all Work unless

the total accepted quantity of any Contract item, adjusted to exclude added or deleted amounts included

in change orders accepted by both parties, increases or decreases by more than 25 percent from the

original Proposal quantity, and if the total extended bid price for that item at time of award is equal to

or greater than 10 percent of the total contract price at time of award. In that case, payment for contract

work may be adjusted as described herein:

1-04.11 Final Cleanup

Supplement this section with the following:

(******)

After substantial completion but before final acceptance of the work, the Contractor shall power broom

all pavements clean to remove sediment, aggregate, or other debris. Contractor shall also clean out all

culverts and drains, inlets, catch basins, manholes and water valve boxes, within the project limits, of

dirt and debris of any kind that may or may not be the result of the Contractor’s operations. All work

associated with final cleanup shall be considered as incidental to the construction and all costs thereof

shall be included in the unit prices of various items of work.

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-15 April 2021

Special Provisions

1-05 CONTROL OF WORK

1-05.4 Conformity With and Deviations from Plans and Stakes

(January 14, 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 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)

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-16 April 2021

Special Provisions

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.

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)

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-17 April 2021

Special Provisions

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:

"Roadway Surveying", lump sum.

The lump sum contract price for "Roadway Surveying" shall be full pay for all labor, equipment,

materials, and supervision utilized to perform the Work specified, including any resurveying,

checking, correction of errors, replacement of missing or damaged stakes, and coordination efforts.

1-05.7 Removal of Defective and Unauthorized Work

(October 1, 2005 APWA GSP)

Supplement this section with the following:

If the Contractor fails to remedy defective or unauthorized work within the time specified in a written

notice from the Engineer, or fails to perform any part of the work required by the Contract Documents,

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-18 April 2021

Special Provisions

the Engineer may correct and remedy such work as may be identified in the written notice, with

Contracting Agency forces or by such other means as the Contracting Agency may deem necessary.

If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an

emergency situation, the Engineer may have the defective and unauthorized work corrected

immediately, have the rejected work removed and replaced, or have work the Contractor refuses to

perform completed by using Contracting Agency or other forces. An emergency situation is any

situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or

might cause serious risk of loss or damage to the public.

Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying

defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by

the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the

Contractor. Such direct and indirect costs shall include in particular, but without limitation,

compensation for additional professional services required, and costs for repair and replacement of

work of others destroyed or damaged by correction, removal, or replacement of the Contractor’s

unauthorized work.

No adjustment in contract time or compensation will be allowed because of the delay in the performance

of the work attributable to the exercise of the Contracting Agency’s rights provided by this Section.

The rights exercised under the provisions of this section shall not diminish the Contracting Agency’s

right to pursue any other avenue for additional remedy or damages with respect to the Contractor’s

failure to perform the work as required.

1-05.11 Final Inspection

Delete this section and replace it with the following:

1-05.11 Final Inspections and Operational Testing

(October 1, 2005 APWA GSP)

1-05.11(1) Substantial Completion Date

When the Contractor considers the work to be substantially complete, the Contractor shall so notify

the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor’s

request shall list the specific items of work that remain to be completed in order to reach physical

completion. The Engineer will schedule an inspection of the work with the Contractor to determine

the status of completion. The Engineer may also establish the Substantial Completion Date

unilaterally.

If, after this inspection, the Engineer concurs with the Contractor that the work is substantially

complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set

the Substantial Completion Date. If, after this inspection the Engineer does not consider the work

substantially complete and ready for its intended use, the Engineer will, by written notice, so notify

the Contractor giving the reasons therefor.

Upon receipt of written notice concurring in or denying substantial completion, whichever is

applicable, the Contractor shall pursue vigorously, diligently and without unauthorized

interruption, the work necessary to reach Substantial and Physical Completion. The Contractor

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-19 April 2021

Special Provisions

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.

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.

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-20 April 2021

Special Provisions

Operational and test periods, when required by the Engineer, shall not affect a manufacturer’s

guaranties or warranties furnished under the terms of the contract.

1-05.12 Final Acceptance

Add the following new section:

1-05.12(1) One-Year Guarantee Period

(March 8, 2013 APWA GSP)

The Contractor shall return to the project and repair or replace all defects in workmanship and material

discovered within one year after Final Acceptance of the Work. The Contractor shall start work to

remedy any such defects within 7 calendar days of receiving Contracting Agency’s written notice of a

defect, and shall complete such work within the time stated in the Contracting Agency’s notice. In case

of an emergency, where damage may result from delay or where loss of services may result, such

corrections may be made by the Contracting Agency’s own forces or another contractor, in which case

the cost of corrections shall be paid by the Contractor. In the event the Contractor does not accomplish

corrections within the time specified, the work will be otherwise accomplished and the cost of same

shall be paid by the Contractor.

When corrections of defects are made, the Contractor shall then be responsible for correcting all defects

in workmanship and materials in the corrected work for one year after acceptance of the corrections by

Contracting Agency.

This guarantee is supplemental to and does not limit or affect the requirements that the Contractor’s

work comply with the requirements of the Contract or any other legal rights or remedies of the

Contracting Agency.

1-05.13 Superintendents, Labor and Equipment of Contractor

(August 14, 2013 APWA GSP)

Delete the sixth and seventh paragraphs of this section.

1-05.14 Cooperation with Other Contractors

Supplement this section with the following:

(******)

It is anticipated that the following work adjacent to or within the limits of this project will be performed

by Others during the life of this project:

• Temporary stabilization of luminaire poles in close proximity to 24-inch storm pipe trenching

may be required, if deemed necessary by the Contractor’s determined means and methods. The

Contractor shall coordinate with the WSDOT and City construction inspector when excavating

in the vicinity of these facilities. Contractor shall provide written notification to the pole owner

and the Owner seven (7) days prior to the Work requiring the pole to be held.

• A sewer replacement project will be under construction at the same time. This project is located

on the north side of SR 410 approximately 600LF to the east and west of 192nd Ave. Traffic

control from this project will require that both contractors coordinate when traffic control is

being performed at the same time. TCP’s from each contractor will be shared. TCS’s from

both projects shall meet daily prior to setup of traffic control devices.

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-21 April 2021

Special Provisions

All cost associated with coordination and cooperation with other contractors as required by these

contract documents shall be incidental and included within the unit Bid prices provided in the Contract

Proposal.

1-05.15 Method of Serving Notices

(******)

Revise the second paragraph to read:

All correspondence from the Contractor shall be directed to the 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, shall be in letter format and

delivered either via mail delivery service to the Engineer's office or delivered as an attachment to an

email, as described below.

Notices delivered by email shall be sent to all addresses on a mutually agreed upon list of addresses for

the Contractor or the Contracting Agency. The list shall be agreed upon prior to issuance of the “Notice

to Proceed with Construction” and shall be maintained by the Engineer. An email is deemed to be

received by the end of the next business day following the date and time as recorded by the device used

by the sender from which the email was sent. Email notifications shall have a subject line containing

at least the project name and the word Notification (SR 410 Storm/Swale Improvements Phase II–

Notification). Attachments over 10 megabytes are not allowed. For files over 10 megabytes, a link to

a secure file transfer service shall be provided. Confirmation of receipt of email notification shall be

provided by the recipient no later than one business day following receipt of the email notification.

(******)

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.

Add the following new section:

1-05.18 Record Drawings

(March 8, 2013 APWA GSP)

The Contractor shall maintain one set of full size plans for Record Drawings, updated with clear and

accurate red-lined field revisions on a daily basis, and within 2 business days after receipt of information

that a change in Work has occurred. The Contractor shall not conceal any work until the required

information is recorded.

This Record Drawing set shall be used for this purpose alone, shall be kept separate from other Plan

sheets, and shall be clearly marked as Record Drawings. These Record Drawings shall be kept on site

at the Contractor’s field office, 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.

The preparation and upkeep of the Record Drawings is to be the assigned responsibility of a single,

experienced, and qualified individual. The quality of the Record Drawings, in terms of accuracy,

clarity, and completeness, is to be adequate to allow the Contracting Agency to modify the computer-

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-22 April 2021

Special Provisions

aided drafting (CAD) Contract Drawings to produce a complete set of Record Drawings for the

Contracting Agency without further investigative effort by the Contracting Agency.

The Record Drawing markups shall document all changes in the Work, both concealed and visible.

Items that must be shown on the markups include but are not limited to:

• Actual dimensions, arrangement, and materials used when different than shown in the Plans.

• Changes made by Change Order or Field Order.

• Changes made by the Contractor.

• Accurate locations of storm sewer, sanitary sewer, water mains and other water appurtenances,

structures, conduits, light standards, vaults, width of roadways, sidewalks, landscaping areas,

building footprints, channelization and pavement markings, etc. Include pipe invert

elevations, top of castings (manholes, inlets, etc.).

If the Contract calls for the Contracting Agency to do all surveying and staking, the Contracting

Agency will provide the elevations at the tolerances the Contracting Agency requires for the Record

Drawings.

When the Contract calls for the Contractor to do the surveying/staking, the applicable tolerance

limits include, but are not limited to the following:

Vertical Horizontal

As-built sanitary & storm invert and grate

elevations

± 0.01 foot ± 0.01 foot

As-built monumentation ± 0.001 foot ± 0.001 foot

As-built waterlines, inverts, valves, hydrants ± 0.10 foot ± 0.10 foot

As-built ponds/swales/water features ± 0.10 foot ± 0.10 foot

As-built buildings (fin. Floor elev.) ± 0.01 foot ± 0.10 foot

As-built gas lines, power, TV, Tel, Com ± 0.10 foot ± 0.10 foot

As-built signs, signals, etc. N/A ± 0.10 foot

Making Entries on the Record Drawings:

• Use erasable colored pencil (not ink) for all markings on the Record Drawings, conforming to

the following color code:

• Additions - Red

• Deletions - Green

• Comments - Blue

• Dimensions - Graphite

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-23 April 2021

Special Provisions

• Provide the applicable reference for all entries, such as the change order number, the request

for information (RFI) number, or the approved shop drawing number.

• Date all entries.

• Clearly identify all items in the entry with notes similar to those in the Contract Drawings

(such as pipe symbols, centerline elevations, materials, pipe joint abbreviations, etc.).

The Contractor shall certify on the Record Drawings that said drawings are an accurate depiction of

built conditions, and in conformance with the requirements detailed above. The Contractor shall

submit final Record Drawings to the Contracting Agency. Contracting Agency acceptance of the

Record Drawings is one of the requirements for achieving Physical Completion. Payment will be

made for the following bid item:

“Record Drawings (Min. Bid $500)”. Lump sum.

Payment for this item will be made on a prorated monthly basis for work completed in accordance

with this section up to 75% of the lump sum bid. The final 25% of the lump sum item will be paid

upon submittal and approval of the completed Record Drawings set prepared in conformance with

these Special Provisions.

A minimum bid amount has been entered in the Bid Proposal for this item. The Contractor must bid at

least that amount.

Supplement this section with the following:

Approved Record Drawing will be required prior to Substantial Completion. Upon request of the Owner

or Engineer, the Contractor shall bring up-to-date record drawings to the weekly construction meeting.

Add the following new section:

1-05.19 Preconstruction Video

(******)

Contractor shall take a preconstruction video immediately prior to initiating construction in order to

provide a substantiated record of the condition of existing improvement. This video shall be considered

as indicative of the nature of the original improvements in determining the adequacy or inadequacy of

restoration. Video file shall be provided electronically.

A full video shall be provided to:

• The City of Bonney Lake

• KPG, P.S.

All costs associated with the work specified above in this Section shall be not measured for separate

payment, but shall be considered incidental to and included in “Mobilization”.

Add the following new section:

1-05.20 Daily Construction Report

(******)

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-24 April 2021

Special Provisions

The Contractor and Subcontractors shall maintain daily, a Daily Construction Report of the Work. The

Diary must be kept and maintained by Contractor's designated project superintendent(s). Entries must

be made on a daily basis and must accurately represent all of the project activities on each day.

Contractor shall provide signed copies of diary sheets from the previous week to Engineer at each

Weekly Coordination Meeting. Nothing contained within the Daily Construction Report will be

considered to be notification of change or protest.

Every single Daily Construction Report sheet/page must have:

• Project name & number;

• Consecutive numbering of pages, and

• Typed or printed name, signature, and date of the person making the entry.

At a minimum, the Daily Construction Report shall, for each day, have a separate entry detailing each

of the following:

1. Day and date.

2. Weather conditions, including changes throughout the day.

3. Complete description of work accomplished during the day, with adequate references to the

Plans and Contract Provisions so the reader can easily and accurately identify said work on the

Plans. Identify location/description of photographs or videos taken that day.

4. Each and every changed condition, dispute or potential dispute, incident, accident, or

occurrence of any nature whatsoever which might affect Contractor, Contracting Agency, or

any third party in any manner. This will not be considered a formal notice of differing site

conditions. Formal notice shall be per 1-04.7.

5. List all materials received and stored on- or off-site by Contractor that day for future

installation, including the manner of storage and protection of the same.

6. List materials installed that day.

7. List all subcontractors working on-site that day.

8. List the number of Contractor's employees working during each day, by category of

employment.

9. List Contractor's equipment on the site that day; showing which were in use, and which idle.

10. Notations to explain inspections, testing, stake-out, and all other services furnished by

Contracting Agency or other party during the day.

11. Verify the daily (including non-work days) inspection and maintenance of traffic control

devices and condition of the traveled roadway surfaces.

12. Any other information that serves to give an accurate and complete record of the nature,

quantity, and quality of Contractor's progress on each day.

It is expressly agreed between Contractor and Contracting Agency that the Daily Construction Report

maintained by Contractor shall be the "Contractor's Book of Original Entry" for the documentation of

any potential claims or disputes that might arise during this Contract. Failure of Contractor to maintain

this Daily Construction Report in the manner described above will constitute a waiver of any such

claims or disputes by Contractor.

All costs associated with the work specified above in this Section shall be not measured for separate

payment, but shall be considered incidental to and included in “Mobilization”.

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-25 April 2021

Special Provisions

Notifications of any change conditions, claims, or protest shall follow the requirements of the Standard

Specifications. Information contained within the Construction Daily report will not be considered as

the required notifications of the Standard Specifications.

1-06 CONTROL OF MATERIAL

1-06.1 Approval of Materials Prior to Use

(April 3, 2017 WSDOT GSP)

Supplement this section with the following:

For each proposed material that is required to be submitted for approval using either the QPL or RAM

process the Contractor will be allowed to submit for approval two material sources or manufacturers

per material type at no cost. Additional material sources or manufacturers may be submitted for

approval and will be processed at a cost of $125.00 per material source or manufacturer submitted by

QPL submittal and $400.00 per material submitted by RAM. All costs for processing additional

material sources or manufacturers will be deducted from monies due or that may come due to the

Contractor. Subject to a request by the Contractor and a determination by the Engineer the costs for

processing may be waived.

1-06.6 Recycled Materials

(January 4, 2016 APWA GSP)

Delete this section, including its subsections, and replace it with the following:

The Contractor shall make their best effort to utilize recycled materials in the construction of the project.

Approval of such material use shall be as detailed elsewhere in the Standard Specifications.

Prior to Physical Completion the Contractor shall report the quantity of recycled materials that were

utilized in the construction of the project for each of the items listed in Section 9-03.21. The report

shall include hot mix asphalt, recycled concrete aggregate, recycled glass, steel furnace slag and other

recycled materials (e.g. utilization of on-site material and aggregates from concrete returned to the

supplier). The Contractor’s report shall be provided on DOT form 350-075 Recycled Materials

Reporting.

(******)

Add the following new section:

1-06.7 Shop Drawings and Submittals

1-06.7(1) General

Shop drawing and submittal review by the Owner or Owner’s representative will be limited to general

design requirements only, and shall not relieve the Contractor from responsibility for errors or

omissions or responsibility for consequences due to deviations from the Contract Documents. No

changes may be made in any submittal after it has been reviewed except with written notice and

approval from the Owner.

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-26 April 2021

Special Provisions

The Contractor shall review each submittal and provide approval in writing or by stamping, with a

statement indicating that he has reviewed and approved the submittal, verified dimensional information,

materials, catalog numbers, and similar data, confirmed that specified criteria has been met, and

acknowledges that the product, method, or information will function as intended.

Shop drawing and submittal data for each item shall contain sufficient information on each item to

determine if it is in compliance with the contract requirements.

The Owner will provide review services for a first and second review of each submittal item free from

charge to the Contractor. The cost to provide additional reviews shall be charged to the Contractor by

withholding the appropriate amounts from each progress payment.

Shop drawing and submittal items that have been installed in the work but have not been approved

through the review process shall be removed, and an approved product shall be furnished, all at the

Contractor’s expense. Under no circumstances shall payment be made to the Contractor for materials

not approved by the submittal process.

1-06.7(2) Required Information Five (5) hard copies or one electronic of each submittal shall be submitted within ten (10) working days after contract execution to: City of Bonney Lake Attn: John Woodcock. P.E., City Engineer 9002 Main Street East PO Box 7380 Bonney Lake, WA 98391 Shop drawings and submittals shall contain the following information for all items, one submittal package shall be provided for each bid item that contains all materials required for that bid item. The following information shall be provided with each submittal to be considered full and complete:

1. Project Name.

2. Contractor.

3. Engineer.

4. Owner.

5. Applicable specification and drawing reference.

6. Bid Item number associated with submittal

7. A stamp showing that the Contractor has checked the material or equipment for conformance

with the contract requirements, coordination with other work on the job, and dimensional

suitability.

8. A blank space for the Engineer to place a 3-inch by 4-inch review stamp.

The following shall be submitted as applicable:

9. List any deviation to contract requirements, if any.

10. Dimensions and weights.

11. Catalog information.

12. Manufacturer’s specifications.

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-27 April 2021

Special Provisions

13. Special handling instructions.

14. Maintenance requirements.

15. Wiring and control diagrams.

16. List of contract exceptions.

17. Other information as required by the Engineer.

18. Installation and Operating Instructions.

1-06.7(3) Review Schedule

Shop drawings and submittals will be reviewed as promptly as possible and transmitted to Contractor not later than 10 working days after receipt of a full and complete submittal package. The Contractor shall revise and resubmit previously rejected submittals as necessary to obtain approval. Delays caused by the need for resubmittal may not be a basis for an extension of contract time or delay damages at the discretion of the Owner. One set of electronic shop drawings will be returned to the Contractor via email after review.

1-06.7(4) Substitutions

Any product or construction method that does not meet these specifications will be considered a substitution.

Substitutions must be approved prior to their installation or use on this project, as specified below.

1-06.7(5) After Contract Execution

Within 10 working days after the date of the Notice of Award of Contract, Owner will consider formal

requests from Contractor for substitution of product in place of those specified. Contractor shall submit

one electronic copy of request for substitution to the email address specified above. Data shall include

the necessary change in construction methods, including a detailed description of proposed method and

related drawings illustrating methods. An itemized comparison of proposed substitution with product

or method shall be provided.

In making a request for substitution, Contractor represents that he has personally investigated the

proposed product or method and has determined that it is equal or superior to, in all respects, the product

specified. All substitutions shall be reviewed and approved by the City prior to incorporation into the

project. Upon review and acceptance by the Owner, Contractor shall coordinate installation of accepted

substitutions into the work, making changes that may be required for work to be completed. Contractor

waives all claims for additional costs related to substitutions that consequently become apparent.

1-06.7(6) Equivalent Materials

Mention of equipment or materials by brand name and/or model number is occasionally made in order to

establish a basis of quality for certain items of material, equipment, or processes. Such mention is intended

to include products of other manufacturers that will meet the design standards of the product mentioned.

If the Contractor desires to use products other than those specified under this “or approved equivalent”

provision, he shall obtain the approval of the Owner and the Engineer before entering an order therefore.

All substitutions or products to be used under the “or approved equivalent” provision shall be reviewed

and approved by the City prior to incorporation into the project.

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-28 April 2021

Special Provisions

Wherever mention is made of a specific manufacturer, such references shall be treated as if the phrase

“or approved equivalent” appears thereafter whether or not in fact it does. The terms “or equal” and/or

“or approved equivalent” shall be considered synonymous.

Cost of all work under this Section shall be included in the lump sum contract bid item of

“Mobilization”.

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.

(May 13, 2020 WSDOT GSP)

Supplement this section with the following:

COVID-19 Health and Safety Plan

In response to COVID-19, the Contractor shall prepare a project specific COVID-19 health and safety

plans (CHSP) in conformance with Section 1-07.4(2) as supplemented in these specifications,

COVID-19 Health and Safety Plans (CHSP).

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

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-29 April 2021

Special Provisions

Washington State Department of Revenue for answers to questions in this area. The Contracting

Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability.

The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts.

In some cases, however, state retail sales tax will not be included. Section 1-07.2(2) describes this

exception.

The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA-

funded Project) only if the Contractor has obtained from the Washington State Department of Revenue

a certificate showing that all contract-related taxes have been paid (RCW 60.28.051). The Contracting

Agency may deduct from its payments to the Contractor any amount the Contractor may owe the

Washington State Department of Revenue, whether the amount owed relates to this contract or not.

Any amount so deducted will be paid into the proper State fund.

1-07.2(1) State Sales Tax — Rule 171

WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc.,

which are owned by a municipal corporation, or political subdivision of the state, or by the United

States, and which are used primarily for foot or vehicular traffic. This includes storm or combined

sewer systems within and included as a part of the street or road drainage system and power lines when

such are part of the roadway lighting system. For work performed in such cases, the Contractor shall

include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract

amounts, including those that the Contractor pays on the purchase of the materials, equipment, or

supplies used or consumed in doing the work.

1-07.2(2) State Sales Tax — Rule 170

WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing

buildings, or other structures, upon real property. This includes, but is not limited to, the construction

of streets, roads, highways, etc., owned by the state of Washington; water mains and their

appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems

are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power

distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become

a part of a street or road lighting system; and installing or attaching of any article of tangible personal

property in or to real property, whether or not such personal property becomes a part of the realty by

virtue of installation.

For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales

tax on the full contract price. The Contracting Agency will automatically add this sales tax to each

payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the

unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception.

Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a

subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies

not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any

other contract amount.

1-07.2(3) Services

The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly

for professional or other services (as defined in Washington State Department of Revenue Rules 138

and 244).

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-30 April 2021

Special Provisions

1-07.4 Sanitation

1-07.4(2) Health Hazards

(May 13, 2020 WSDOT GSP)

This Section is supplemented with the following:

COVID-19 Health and Safety Plan (CHSP)

The Contractor shall prepare a project specific COVID-19 health and safety plan (CHSP). The CHSP

shall be prepared and submitted as a Type 2 Working Drawing prior to beginning physical Work. The

CHSP shall be based on the most current State and Federal requirements. If the State or Federal

requirements are revised, the CHSP shall be updated as necessary to conform to the current

requirements.

The Contractor shall update and resubmit the CHSP as the work progresses and new activities appear

on the look ahead schedule required under Section 1-08.3(2)D. If the conditions change on the project,

or a particular activity, the Contractor shall update and resubmit the CHSP. Work on any activity shall

cease if conditions prevent full compliance with the CHSP.

The CHSP shall address the health and safety of all people associated with the project including State

workers in the field, Contractor personnel, consultants, project staff, subcontractors, suppliers and

anyone on the project site, staging areas, or yards.

COVID-19 Health and Safety Plan (CHSP) Inspection

The Contractor shall grant full and unrestricted access to the Engineer for CHSP Inspections. The

Engineer (or designee) will conduct periodic compliance inspections on the project site, staging areas,

or yards to verify that any ongoing work activity is following the CHSP. 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.

Supplement this section with the following:

(******)

Work necessary to provide and maintain a safe worksite, including preparation and implementation of

the health and safety plans and coordinating with CHSP inspectors, will be incidental to associated

items of Contract Work unless the Contract includes provisions to the contrary.

1-07.6 Permits and Licenses

Section 1-07.6 is supplemented with the following:

(******)

The Contractor shall obtain all permits and licenses necessary to complete the Work. Some of the

necessary permits may include:

• City of Bonney Lake Business License

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-31 April 2021

Special Provisions

1-07.7 Load Limits

Section 1-07.7 is supplemented with the following:

(March 13, 1995 WSDOT GSP)

If the sources of materials provided by the Contractor necessitates 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

Delete this section and replace it with the following:

1-07.9(5) Required Documents

(January 3, 2020 APWA GSP)

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

and 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 number 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

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-32 April 2021

Special Provisions

may result in other sanctions as provided by State laws (RCW 39.12.050) and/or Federal regulations

(29 CFR 5.12).

1-07.13 Contractor’s Responsibility for Work

1-07.13(4) Repair of Damage

Section 1-07.13(4) is revised to read:

(August 6, 2001 WSDOT GSP)

The Contractor shall promptly repair all damage to either temporary or permanent work as directed by

the Engineer. For damage qualifying for relief under Sections 1-07.13(1), 1-07.13(2) or 1-07.13(3),

payment will be made in accordance with Section 1-04.4. Payment will be limited to repair of damaged

work only. No payment will be made for delay or disruption of work.

1-07.16 Protection and Restoration of Property

1-07.16(1) Private/Public Property

Supplement this section with the following:

(******)

Stockpiling in City right of way or on existing or new improvements shall not occur unless approved

by the Engineer. All stockpile sites shall be restored to as good or better condition.

1-07.16(2) Vegetation Protection and Restoration

Section 1-07.16(2) is supplemented with the following:

(August 2, 2010 WSDOT GSP)

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.

1-07.17 Utilities and Similar Facilities

Section 1-07.17 is supplemented with the following:

(******)

The Contractor shall maintain operational service to all public utilities in as continuous a manner as

possible. Where services are to be shut down, the Contractor shall notify affected parties in writing a

minimum of 3 working days in advance of the time and period of shutdown. The Contractor shall make

every effort to schedule shutdowns to periods of anticipated minimum usage. No utility shall be

allowed to be shut down for more than 4 hours per day.

Should a shutdown of any City owned utility be required for a period in excess of 4 hours, the City

shall, at no cost to itself, require the Contractor to provide temporary service. The method of temporary

utility service shall be approved by the City before implementation.

Locations and dimensions shown in the Plans for existing facilities are in accordance with available

information obtained without uncovering, measuring, or other verification.

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-33 April 2021

Special Provisions

The following telephone numbers of utility companies known or suspected of having facilities within

the project limits are supplied for the Contractor’s convenience:

John Woodcock, P.E. (City of Bonney Lake) (253) 447-4336

Karen Appelt (Lumen) (206) 733-8857

Nicole Choi (PSE Power) (253) 841-6239

Jeff Payne (PSE Gas Municipal Liaison PM) (253) 304-5049

Tony Fay (PSE Gas Public Improvement PM) (253) 213-2514

Erica Leombruno (Comcast) (253) 864-4364

Mark Stevens (WSDOT) (360) 704-3265 If any damage is done to an existing utility, the Contractor shall notify an authority of the particular utility company involved, who will dispatch a crew to repair the damages at the Contractor’s expense, or authorize the Contractor to repair the damage at his (the Contractor’s) expense. The Contractor shall repair all damaged City-owned utilities in accordance with the Contract Documents. The Contractor shall immediately notify the City of Bonney Lake Construction Inspector when any damage occurs to any existing utility. All costs associated with coordinating with and accommodating utilities will not be measured for payment, but shall be considered incidental to and included with the lump sum cost for “Mobilization”.

1-07.18 Public Liability and Property Damage Insurance

Delete this section in its entirety, and replace it with the following:

1-07.18 Insurance

(January 4, 2016 APWA GSP)

1-07.18(1) General Requirements

A. The Contractor shall procure and maintain the insurance described in all subsections of section 1-

07.18 of these Special Provisions, from insurers with a current A. M. Best rating of not less than

A-: VII and licensed to do business in the State of Washington. 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.

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-34 April 2021

Special Provisions

D. The Contractor’s Automobile Liability, Commercial General Liability and Excess or Umbrella

Liability insurance policies shall be primary and non-contributory insurance as respects the

Contracting Agency’s insurance, self-insurance, or self-insured pool coverage. Any insurance, self-

insurance, or self-insured pool coverage maintained by the Contracting Agency shall be excess of

the Contractor’s insurance and shall not contribute with it.

E. The Contractor shall provide the Contracting Agency and all additional insureds with written notice

of any policy cancellation, within two business days of their receipt of such notice.

F. The Contractor shall not begin work under the Contract until the required insurance has been

obtained and approved by the Contracting Agency

G. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material

breach of contract, upon which the Contracting Agency may, after giving five business days’ notice

to the Contractor to correct the breach, immediately terminate the Contract or, at its discretion,

procure or renew such insurance and pay any and all premiums in connection therewith, with any

sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of

the Contracting Agency, offset against funds due the Contractor from the Contracting Agency.

H. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the

Contract and no additional payment will be made.

1-07.18(2) Additional Insured

All insurance policies, with the exception of Workers Compensation, 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 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.

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-35 April 2021

Special Provisions

Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency

evidence of insurance and copies of the additional insured endorsements of each Subcontractor of every

tier as required in 1-07.18(4) Verification of Coverage.

1-07.18(4) Verification of Coverage

The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements

for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the

signed Contract for the work. Failure of Contracting Agency to demand such verification of coverage

with these insurance requirements or failure of Contracting Agency to identify a deficiency from the

insurance documentation provided shall not be construed as a waiver of Contractor’s obligation to

maintain such insurance.

Verification of coverage shall include:

1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent.

2. Copies of all endorsements naming Contracting Agency and all other entities listed in

1-07.18(2) as additional insured(s), showing the policy number. The Contractor may submit a

copy of any blanket additional insured clause from its policies instead of a separate

endorsement.

3. Any other amendatory endorsements to show the coverage required herein.

4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these

requirements – actual endorsements must be submitted.

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.

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-36 April 2021

Special Provisions

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 offence

$1,000,000 Stop Gap / Employers’ Liability each accident

1-07.18(5)B Automobile Liability

Automobile Liability shall cover owned, non-owned, hired, and leased vehicles; and shall be written

on a coverage form at least as broad as ISO form CA 00 01. If the work involves the transport of

pollutants, the automobile liability policy shall include MCS 90 and CA 99 48 endorsements.

Such policy must provide the following minimum limit:

$1,000,000 Combined single limit each accident

1-07.18(5)C Workers’ Compensation

The Contractor shall comply with Workers’ Compensation coverage as required by the Industrial

Insurance laws of the State of Washington.

1-07.18(5)K Professional Liability

(January 4, 2016 APWA GSP)

The Contractor and/or its Subcontractor(s) and/or its design consultant providing construction

management, value engineering, or any other design-related non-construction professional services

shall provide evidence of Professional Liability insurance covering professional errors and omissions.

Such policy shall provide the following minimum limits:

$1,000,000 per claim and annual aggregate

If the scope of such design-related professional services includes work related to pollution conditions,

the Professional Liability insurance shall include coverage for Environmental Professional Liability.

If insurance is 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.

1-07.23 Public Convenience and Safety

1-07.23(1) Construction Under Traffic

Supplement this section with the following:

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-37 April 2021

Special Provisions

(******)

Allowable SR 410 outside lane closure hours are as follows:

• Monday through Friday - 8:00 am to 2:00 pm and 7:00 pm to 8:00 am

• Saturday and Sunday - No hourly restrictions

The are no hourly restrictions for shoulder closures along SR 410.

If the Engineer determines the permitted closure hours adversely affect traffic or present an undue

hardship on the adjacent residents and or traveling public, the Engineer may adjust the hours and/or

allowable days of the lane closures accordingly. The Engineer will notify the Contractor in writing of

any change in the closure hours.

The City Engineer has the authority to approve or reject all requests to work during these posted lane

closure restrictions.

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 noon on the day prior to a holiday or holiday weekend, and

4. Before one day after the day after the holiday or holiday weekend.

Coordinate all driveway closures with the Engineer and property owners and obtain approval from both.

A Multi-day closure of commercial driveway may be permitted for up to 5 working days, during work

hours if approved.

Remove or repair any condition resulting from the work that might impede traffic or create a hazard.

If closures or restrictions are approved by the Owner, the Contractor shall notify all property owners

and tenants of detours, street and alley closures, or other restrictions that may interfere with their access.

Notification shall be at least twenty-four (24) hours in advance for residential property, and at least

forty-eight (48) hours in advance for commercial property.

Emergency traffic, such as police, fire, and disaster units, shall be provided access at all times. In

addition, the Contractor shall coordinate Contractor activities with all disposal firms, school bus service

and transit bus service that may be operating in the project area.

If street closures or lane restrictions, not provided for in the Specifications, are allowed subsequent to

award of the contract, an equitable adjustment of the Contract amount shall be negotiated.

Supplement this section with the following:

(February 3, 2020 WSDOT GSP)

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

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-38 April 2021

Special Provisions

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

1-07.23(2) Construction and Maintenance of Detours

Supplement this section with the following:

(******)

Measurement and Payment

All costs related to work described in this Section 1-07.23 including but not limited to pedestrian access

and safety, developing an approved Traffic Control Plan with pedestrian elements; construction,

maintenance, and removal of pathways, protective barricades, and fencing; portable changeable

message warning guidance signs; signing; temporary striping or structures; traffic control labor; and

providing and maintaining temporary, alternative, or existing pedestrian routes and access points will

not be measured for separate payment, but shall be included in the lump sum Bid item “Project

Temporary Traffic Control”.

1-07.24 Rights of Way

(July 23, 2015 APWA GSP)

Delete this section and replace it with the following:

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-39 April 2021

Special Provisions

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.

Supplement this section with the following:

(******)

All equipment and materials shall be staged at a location provided by the Contractor. Staging of

equipment and materials within right of way or easements must be approved by the Owner.

1-08 PROCECUTION AND PROGRESS

Add the following new section:

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-40 April 2021

Special Provisions

1-08.0 Preliminary Matters

(May 25, 2006 APWA GSP)

Add the following new section:

1-08.0(1) Preconstruction Conference

(October 10, 2008 APWA GSP)

Prior to the Contractor beginning the work, a preconstruction conference will be held between the

Contractor, the Engineer and such other interested parties as may be invited. The purpose of the

preconstruction conference will be:

1. To review the initial progress schedule;

2. To establish a working understanding among the various parties associated or affected by the

work;

3. To establish and review procedures for progress payment, notifications, approvals, submittals,

etc.;

4. To establish normal working hours for the work;

5. To review safety standards and traffic control; and

6. To discuss such other related items as may be pertinent to the work.

The Contractor shall prepare and submit at the preconstruction conference 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.

Add the following new section:

1-08.0(2) Hours of Work

Supplement this section with the following:

(******)

The Contractor will be allowed to work any shift within a 24-hour period, provided that it complies

with the traffic control requirements outlined by Section 1-07.23.

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. 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 5 working days prior to the

day(s) the Contractor is requesting to change the hours.

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-41 April 2021

Special Provisions

If the Contracting Agency approves such a deviation, such approval may be subject to certain other

conditions, which will be detailed in writing. For example:

1. On non-Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for

the costs in excess of straight-time costs for Contracting Agency representatives who worked

during such times. (The Engineer may require designated representatives to be present during

the work. Representatives who may be deemed necessary by the Engineer include, but are not

limited to: survey crews; personnel from the Contracting Agency’s material testing lab;

inspectors; and other Contracting Agency employees or third party consultants when, in the

opinion of the Engineer, such work necessitates their presence.)

2. Considering the work performed on Saturdays, Sundays, and holidays as working days with

regard to the contract time.

3. Considering multiple work shifts as multiple working days with respect to contract time even

though the multiple shifts occur in a single 24-hour period.

4. If a 4-10 work schedule is requested and approved the non-working day for the week will be

charged as a working day.

5. If Davis Bacon wage rates apply to this Contract, all requirements must be met and recorded

properly on certified payroll

Add the following new section:

1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees

(******)

Where the Contractor elects to work on a Saturday, Sunday, or holiday, or longer than an 8-hour work

shift on a regular working day, as defined in the Standard Specifications, such work may be considered

as overtime work. On all such overtime work an inspector will be present, and a survey crew may be

required at the discretion of the Engineer. In such case, the Contracting Agency may deduct from

amounts due or to become due to the Contractor for the costs in excess of the straight-time costs for

employees of the Contracting Agency required to work overtime hours.

The Contractor by these specifications does hereby authorize the Engineer to deduct such costs from

the amount due or to become due to the Contractor.

1-08.1 Subcontracting

(May 30, 2019 APWA GSP, Option B)

Delete the ninth paragraph, beginning with “On all projects, the Contractor shall certify…”.

1-08.3 Progress Schedule

Add the following new sections:

1-08.3(1)A Scheduling Review and Acceptance

(******)

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-42 April 2021

Special Provisions

The Contractor’s schedule submittals will be reviewed by the Engineer; such review shall not constitute

an approval, control, or direction over the Contractor’s construction means, methods, sequencing or its

ability to complete the Work in a timely manner.

The initial schedule is referred to as the Preliminary Schedule. Upon receipt and acceptance by the

Engineer, it is referred to as the Baseline Schedule. Monthly revisions are termed Update Schedules.

If major delays require drastic revision to the schedule, it is referred to as the Recovery Schedule.

1-08.3(1)B Scheduling – Failure to Comply

(******)

Failure by the Contractor to provide the required Preliminary Schedule information will result in a delay

of the Engineer’s issuance of a Notice to Proceed for the Contractor to begin work. Failure by the

Contractor to provide the required monthly Update Schedules may result in either default termination

or denial of partial or all progress payments until such time as the required schedule information is

submitted, at the sole option of the Engineer.

1-08.3(2)A Type A Progress Schedule

Revise this section to read:

(*******)

The Contractor shall submit 3 hard and one electronic copy 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.

All schedule updates shall be submitted in PDF or hard copy, and electronic. Electronic copy shall

imply the computer program format used to create the schedule.

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

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-43 April 2021

Special Provisions

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.

Add the following new section:

(*******)

1-08.4(1) Special Schedule Considerations

Project-Specific Scheduling Requirements

The order of work shall be at the Contractor’s option, with the exceptions noted below, and shall be in

keeping with good construction practice and the terms of the Contract. Schedules shall be submitted in

color hard copy, PDF, and in the electronic format of the program that was used to create the schedule,

if requested by the owner.

Working Days

The project schedule shall be based on total allowed contract working days including 5-days of float to

account for unexpected site changes.

Traffic Control Plans

The Contractor shall prepare and submit a project specific Traffic Control Plan (TCP) to the City.

Review and revision of the TCP may take up to two (2) weeks. The Contractor is alerted that no work

affecting traffic operations, including clear zones, may be performed until the TCP is approved.

COVID-19 Health and Safety Plan (CHSP)

No work will be allowed onsite until the Contractor has developed and implemented the CHSP.

Notifications

All notifications required by the contract which affect the critical path shall be shown as milestones on

the project schedule.

Coordination with Other Contractors

All work required by Franchise Utilities or other Contractors which affect the critical path shall be

shown on the project schedule.

1-08.5 Time for Completion

(******)

Supplement this section with the following:

This project shall be physically completed within ***25***working days.

(November 30, 2018 APWA GSP, Option A)

Supplement this section with the following:

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

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-44 April 2021

Special Provisions

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 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

1-08.9 Liquidated Damages

(March 3, 2021 APWA GSP, OPT B)

Revise the second and third paragraphs to read:

Accordingly, the Contractor agrees:

1. To pay (according to the following formula) liquidated damages for each working day

beyond the number of working days established for Physical Completion, and

2. To authorize the Engineer to deduct these liquidated damages from any money due or

coming due to the Contractor.

Liquidated Damages Formula

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-45 April 2021

Special Provisions

LD=0.15C/T

Where:

LD = liquidated damages per working day (rounded to the nearest dollar)

C = original Contract amount

T = original time for Physical Completion

When the Contract Work has progressed to Substantial Completion as defined in the Contract, the

Engineer may determine the Contract Work is Substantially Complete. The Engineer will notify the

Contractor in writing of the Substantial Completion Date. For overruns in Contract time occurring

after the date so established, the formula for liquidated damages shown above will not apply. For

overruns in Contract time occurring after the Substantial Completion Date, liquidated damages shall

be assessed on the basis of direct engineering and related costs assignable to the project until the

actual Physical Completion Date of all the Contract Work. The Contractor shall complete the

remaining Work as promptly as possible. Upon request by the Project Engineer, the Contractor shall

furnish a written schedule for completing the physical Work on the Contract.

1-09 MEASUREMENT AND PAYMENT

1-09.2 Weighing Equipment

1-09.2(1) General Requirements for Weighing Equipment

(July 23, 2015 APWA GSP, Option 2)

Revise item 4 of the fifth paragraph to read:

4. Test results and scale weight records for each day’s hauling operations are provided to the Engineer

daily. Reporting shall utilize WSDOT form 422-027, Scaleman’s Daily Report, unless the printed

ticket contains the same information that is on the Scaleman’s Daily Report Form. The scale

operator must provide AM and/or PM tare weights for each truck on the printed ticket.

1-09.6 Force Account

(October 10, 2008 APWA GSP)

Supplement this section with the following:

The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be

paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are

to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly

or by implication that the actual amount of work will correspond with those estimates. Payment will

be made on the basis of the amount of work actually authorized by Engineer.

1-09.9 Payments

(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.

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-46 April 2021

Special Provisions

The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction

Conference, to enable the Project Engineer to determine the Work performed on a monthly basis. A

breakdown is not required for lump sum items that include a basis for incremental payments as part of

the respective Specification. Absent a lump sum breakdown, the Project Engineer will make a

determination based on information available. The Project Engineer’s determination of the cost of

work shall be final.

Progress payments for completed work and material on hand will be based upon progress estimates

prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction

conference.

The initial progress estimate will be made not later than 30 days after the Contractor commences the

work, and successive progress estimates will be made every month thereafter until the Completion

Date. Progress estimates made during progress of the work are tentative, and made only for the purpose

of determining progress payments. The progress estimates are subject to change at any time prior to

the calculation of the final payment.

The value of the progress estimate will be the sum of the following:

1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work

completed multiplied by the unit price.

2. Lump Sum Items in the Bid Form — based on the approved Contractor’s lump sum breakdown

for that item, or absent such a breakdown, based on the Engineer’s determination.

3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other

storage area approved by the Engineer.

4. Change Orders — entitlement for approved extra cost or completed extra work as determined

by the Engineer.

Progress payments will be made in accordance with the progress estimate less:

1. Retainage per Section 1-09.9(1), on non FHWA-funded projects;

2. The amount of progress payments previously made; and

3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract

Documents.

Progress payments for work performed shall not be evidence of acceptable performance or an admission

by the Contracting Agency that any work has been satisfactorily completed. The determination of

payments under the contract will be final in accordance with Section 1-05.1.

1-09.11 Disputes and Claims

1-09.11(3) Time Limitation and Jurisdiction

(November 30, 2018 APWA GSP)

Revise this section to read:

For the convenience of the parties to the Contract it is mutually agreed by the parties that any claims or

causes of action which the Contractor has against the Contracting Agency arising from the Contract

shall be brought within 180 calendar days from the date of final acceptance (Section 1-05.12) of the

Contract by the Contracting Agency; and it is further agreed that any such claims or causes of action

shall be brought only in the Superior Court of the county where the Contracting Agency headquarters

is located, provided that where an action is asserted against a county, RCW 36.01.050 shall control

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-47 April 2021

Special Provisions

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 Claims 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

1-10.2 Traffic Control Management

1-10.2(1) General

Section 1-10.2(1) is supplemented with the following:

(January 3, 2017 WSDOT GSP)

Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of

Washington. The Traffic Control Supervisor shall be certified by one of the following:

The Northwest Laborers-Employers Training Trust

27055 Ohio Ave.

Kingston, WA 98346

(360) 297-3035

Evergreen Safety Council

12545 135th Ave. NE

Kirkland, WA 98034-8709

1-800-521-0778

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-48 April 2021

Special Provisions

The American Traffic Safety Services Association

15 Riverside Parkway, Suite 100

Fredericksburg, Virginia 22406-1022

Training Dept. Toll Free (877) 642-4637

Phone: (540) 368-1701

1-10.2(2) Traffic Control Plans

(******)

This section is supplemented with the following:

The Contractor shall prepare site specific Traffic Control Plans for all phases of the work and submit

them for approval to the Engineer. The Contractor’s proposed Traffic Control Plans shall show the

necessary lane closures, lane shifts, construction signs, flaggers, spotters, and other traffic control

devices required to support each phase of the construction. The Contractor-provided plans shall be

prepared by the Contractor’s Traffic Control Supervisor or an engineer licensed in the State of

Washington and shall conform to the requirements contained in the latest version of the Manual on

Uniform Traffic Control Devices (MUTCD) and the latest version of the Work Zone Traffic Control

Guidelines published by the Washington State Department of Transportation.

The Contractor may choose to adopt the provided Traffic Control Plans, make modifications, or develop

their own.

Traffic Control Plans shall also specify how accessible pedestrian routes shall be maintained through

the project site as discussed in Section 1-07.23.

Prior to submitting the initial Traffic Control Plans for review by the Engineer, the Contractor shall

meet with the Engineer and provide a detailed explanation of his proposed construction schedule,

construction phasing and associated temporary traffic control implementation. The plan must be

acceptable to the Engineer prior to the Contractor submitting the initial set of Traffic Control Plans. No

construction will be allowed until the Traffic Control Plans are acceptable and approved by the City.

Payment for developing an approved Traffic Control Plan, including pedestrian-related elements, shall

be considered incidental to the lump sum price in the Proposal for “Project Temporary Traffic Control”

and no additional compensation will be made.

1-10.5 Payment

1-10.5(1) Lump Sum Bid for Project (No Unit Items)

(******)

This section is supplemented with the following:

“Project Temporary Traffic Control”, Lump Sum.

The provisions of Section 1-10.4(1) shall apply.

The Lump Sum bid item for “Project Temporary Traffic Control” shall cover the cost to provide

temporary traffic control for each and every working day (the entire contract duration) allowed as

defined in Section 1-08.5 of these Special Provisions. The total allowable working days defined for

this contract includes sufficient time to complete all work associated with items allocated to “Minor

Change” and Force Account items. Should the Contractor complete the work in fewer working days

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-49 April 2021

Special Provisions

than allowed, the Contract Lump Sum item will be paid in full and shall be considered an incentive to

the Contractor for early completion.

For additional working days approved via a change order for work that is not identified to be paid by

force account or “Minor Change”, the daily cost for Project Temporary Traffic Control shall be

determined by dividing the lump sum Contract price for “Project Temporary Traffic Control” by the

originally allowed total contract working days as defined in Section 1-08.5 of these Special Provisions

to arrive at a daily cost for temporary traffic control.

END OF DIVISION 1

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-50 April 2021

Special Provisions

DIVISION 2

EARTHWORK

2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP

2-01.1 Description

This section is supplemented with the following:

(******)

The Contractor shall consider the clearing limits for this project to be all non-paved surfaces within the

areas proposed for demolition as required to construct the improvements. Vegetation removal along the

shoulder of roadway shall also be considered within the clearing limits. At the direction of the Engineer,

the limits shall be adjusted in the field. When marking the clearing limits, the Contractor shall strive to

protect from damage existing landscaping items such as vegetation, irrigation, rockeries, and other

items.

“Clearing and Grubbing” shall also include removal up to 500 linear feet of vegetation and gravel along

roadway shoulder edge of pavement where directed, as shown on the Plans. Vegetation and gravel shall

be removed or graded as necessary to correct drainage runoff flow paths to new and existing stormwater

swales.

2-01.2 Disposal of Usable Material and Debris

This section is supplemented with the following:

(******)

The Contractor shall dispose of all debris in accordance with Disposal Method No. 2 per Section 2-

01.2(2).

2-01.2(2) Disposal Method No. 2 – Waste Site

This section is supplemented with the following:

(******)

No waste site has been provided for the disposal of excess or excavated materials. The Contractor shall

make his or her own arrangements for obtaining waste sites in accordance with Section 2-03.3(7)C of

the Standard Specifications.

2-01.3 Construction Requirements

2-01.3(1) Clearing

This section is revised to read:

(******)

1. Remove and dispose of grass, vegetation, and other organic matter within the limits of the proposed

ditch regrading.

2. Remove and dispose of vegetation and gravel along the edge of the paved surface where shown on

the Plans, or as directed by the Owner to correct drainage into existing and constructed roadside

swales.

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-51 April 2021

Special Provisions

2-01.3(4) Roadside Cleanup

Delete Section 2-01.3(4) in its entirety and replace it with the following:

(******)

2-01.3(4)A Cleanup and Restoration

From time to time throughout the progress of the work, the Contractor, when directed by the Owner’s

Representative, shall cleanup and remove all refuse and unwanted or unused materials resulting from

the work, at the Contractor’s expense. If the Contractor fails to do so within 24 hours after the request

by the Owner’s Representative, the work may be done by the City and the cost thereof be charged to

the Contractor and deducted from monies due to the Contractor.

All cleanup shall be performed as specified in the various sections of these Specifications. Final cleanup

shall be in accordance with Section 1-04.11.

2-01.4 Measurement

Supplement this section with the following:

(******)

No specific unit of measurement shall apply to “Clearing and Grubbing”, Lump Sum.

Roadside cleanup shall be incidental to other Bid items in the Proposal and shall not be measured for

payment.

2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS

2-02.1 Description

Supplement this section with the following:

(******)

This work shall consist of removing and where noted on the plans reinstalling all materials required to

complete construction of stormwater swale improvements.

2-02.3 Construction Requirements

Supplement this section with the following:

(******)

In general, the Contractor shall remove/dispose or abandon existing items which are in conflict with

the new improvements. Where not in conflict, or where not specified for demolition or removal,

Contractor shall protect all private and public improvements to remain.

All pipes in direct conflict with the proposed improvements shall be removed.

2-02.4 Measurement

Section 2-02.4 is supplemented with the following:

(******)

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-52 April 2021

Special Provisions

No measurement for payment shall be made for removal of structures and obstructions of any kind.

Removal of structures and obstructions shall be included with the other associated Bid items in the

Proposal.

2-02.5 Payment

Section 2-02.5 is supplemented with the following:

(******)

All cost associated with removal of structures and obstructions shall be included in the unit contract

price for the items of work being removed.

2-03 ROADWAY EXCAVATION AND EMBANKMENT

2-03.1 Description

Supplement this section with the following:

(******)

All excavation, regardless of the nature or type of materials encountered, performed under this Contract

shall be considered as unclassified excavation except as noted otherwise herein unless such excavation

is specifically paid for under other Bid Items in the proposal.

2-03.2 Materials

Supplement this section with the following:

(******)

Select Borrow may be native Materials excavated from within the construction limits processed to meet

the requirements of Select Borrow Section 9-03.14(2) or as approved by the Engineer.

2-03.3 Construction Requirements

Supplement this section with the following:

(******)

The Contractor shall stockpile native materials for use as trench backfill and embankments within the

project limits to replace materials that have been deemed unsuitable, regardless of the location on the

project. Any excavation beyond that necessary for construction, unless otherwise ordered by the

Engineer in writing, shall not be paid for. Unauthorized over-excavated areas shall be filled with native

materials or approved import to be furnished, placed, and compacted at the Contractor’s expense.

2-03.3(7) Disposal of Surplus Material

Supplement this section with the following:

(******)

If any excavated native material is deemed unsuitable for re-use by the Engineer, the Contractor shall

haul the material off site and dispose of it at a legal disposal site unless directed otherwise by the

Engineer.

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-53 April 2021

Special Provisions

Disposal of surplus material shall be considered incidental to the project and as such, included in the various

unit prices bid in the Proposal.

2-03.3(7)B Haul

Supplement this section with the following:

(******)

All costs in associated with hauling and disposal of surplus materials will be considered incidental to

the various Bid Items of the project and no additional compensation will be made.

Add the following new section:

(******)

2-03.3(20) Ditch Excavation and Shaping

Ditch Excavation and Shaping shall entail the efforts required to excavate, shape, regrade, and slope

the modified stormwater swales on the upstream side of 195th Ave E. Select native materials may be

utilized to reshape the swale walls if required.

Compaction shall be per Method B, section 2-03.3(14)C.

Excess materials shall be disposed of per Section 2-03.3(7). Removal of any materials within the swale

deemed as unsuitable shall be considered incidental to Ditch Excavation and Shaping.

2-03.4 Measurement

Delete this section and replace with the following:

(******)

No separate measurement for payment will be made for any class of roadway or structure excavation,

except for “Ditch Excavation and Shaping”. All costs associated with excavation, embankment and

compaction shall be included with the other various unit Bid prices in the Proposal.

“Ditch Excavation and Shaping” shall be measured per linear foot measured along the center of the

proposed swale and existing ditch line to correct flow and drain patterns. No additional payment will

be made, regardless of depth of excavation. Surface restoration shall be included with other various Bid

Items in the Proposal.

Excavation and installation of storm water facilities are not included in “Ditch Excavation and

Shaping”, rather are included in the applicable Bid Items in the Proposal.

No separate measurement for payment will be made for disposal of surplus materials. All costs associate

with this work shall be included with the other various Bid Items in the Proposal.

2-03.5 Payment

Delete this section and replace with the following:

“Ditch Excavation and Shaping”, per linear foot.

The Contract Bid price for “Ditch Excavation and Shaping” shall be full compensation for the costs of

labor, tools, equipment, and materials necessary or incidental for excavating, shaping, grading,

compacting, hauling, stockpiling, and disposing of excavated materials.

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-54 April 2021

Special Provisions

2-04 HAUL

Add the following new section:

(******)

2-04.2 Hauling on Other Than State Highways

If the sources of materials provided by the Contractor necessitate hauling over roads other than City

streets, the Contractor shall, at the Contractor’s expense, make all arrangements for the use and

cleaning, if necessary, of the haul routes.

2-03.4 Measurement

Delete this section

2-04.5 Payment

Delete this section and replace with the following:

(******)

All costs associated with hauling materials of any description to, from, and within the project site shall

be considered incidental and shall be included in the appropriate unit Bid prices in the Proposal and no

further compensation will be paid.

2-06 SUBGRADE PREPARATION

2-06.3 Construction Requirements

Supplement this section with the following:

(******)

The subgrade must be suitable, as determined by the Engineer, prior to placement of the storm water

facilities. All costs for protection of the subgrade, including replacing all material that becomes

unsuitable while the subgrade is exposed, shall be incidental to the Contract and no additional

compensation shall be made.

Preparation and compaction of the subgrade shall be considered incidental to the construction and all

costs thereof shall be included by the Contractor in other pay items of the Contract. The subgrade shall

be shaped and maintained to drain at all times during construction, including temporary ditches and

modifications to drainage structures necessary to eliminate standing water on the subgrade.

2-06.5 Measurement and Payment

Delete this section and replace with the following:

(******)

All costs associated with subgrade preparation shall be considered incidental and included in other bid

items provide in the Proposal.

2-07 WATERING

2-07.3 Construction Requirements

Section 2-07.3 is supplemented with the following:

(******)

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-55 April 2021

Special Provisions

During construction, the Contractor shall have available for the project, a suitable water truck that

shall be operated as necessary to control dust. Failure to have a water truck immediately accessible to

the job, and failure to use said water truck for dust control, shall be adequate reason to “shutdown”

the project construction. Such shutdown is herein agreed to upon submitting a Bid for this project.

Shutdowns due to the Contractor’s failure to control dust shall not be considered as unworkable days.

Water placement includes that required for dust control while excavating for the swale/storm

improvements between the time of subgrade preparation and the placing of topsoil and seed. Dust

control water shall be applied as directed by the Engineer or the City Construction Inspector and for

such period of time as they deem necessary. See section 8-01 for water required for grass

establishment.

2-07.5 Payment

Section 2-07.5 is supplemented with the following:

(******)

No additional payment shall be made for “Watering”. All costs incurred for this item shall be included

in the other related Bid items.

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-56 April 2021

Special Provisions

2-09 STRUCTURE EXCAVATION

2-09.3 Construction Requirements

2-09.3(1) General Requirements

2-09.3(1)D Disposal of Excavated Material

Delete Section 2-09.3(1)D and replace it with the following:

(******)

All costs associated with disposing of, hauling, or stockpiling excavated material for reuse shall be

considered incidental to the various bid items and no additional compensation will be considered.

2-09.3(4) Construction Requirements, Structure Excavation, Class B

Supplement this section with the following:

(******)

Where excavation equals or exceeds a depth of 4 feet, the Contractor shall provide, construct, maintain,

and remove as required, safety systems that meet the requirements of the Washington Industrial Safety

and Health Act, RCW 49.17, including WAC 296-155. The trench safety systems shall be designed by

a qualified person and meet accepted engineering requirements (see WAC 296-155-660).

The Contractor shall furnish, install, and operate all necessary equipment to keep excavations above

the foundation level free from water during construction and shall dewater and dispose of the water so

as not to cause injury to public or private property, damage to the storm system, or nuisance to the

public. Sufficient pumping equipment in good working condition shall be available at all times for all

emergencies, including power outage, and the Contractor shall have available at all times competent

workmen for the operation of the pumping equipment.

2-09.4 Measurement

Supplement this section with the following:

(******)

No measurement will be made for any class of structure excavation, except those outlined in Section

2-03.3. Structure excavation shall be considered incidental to the improvement being installed.

No specific unit of measurement shall apply to the lump sum item of “Shoring or Extra Excavation Cl.

B”.

2-09.5 Payment

Supplement this section with the following:

(******)

“Shoring or Extra Excavation Cl. B”, Lump Sum.

The lump sum Contract price for “Shoring or Extra Excavation Cl. B” shall be full compensation for

the cost of all labor, tools, equipment, and materials necessary or incidental to designing, furnishing,

installing, and removing shoring systems and in-trench dewatering systems. When extra excavation is

used in lieu of constructing the shoring, cofferdam, sheet piles, or caisson, the lump sum contract price

shall be full pay for all excavation, backfill, compaction, and other work required for Extra Excavation

Class B.

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-57 April 2021

Special Provisions

2-11 TRIMMING AND CLEANUP

2-11.1 Description

Supplement this section with the following:

(******)

During construction, and then upon completion of the work, the Contractor shall thoroughly comb and

search the surrounding area and remove any construction material thrown or discarded amongst the

trees, bushes, ditches, etc., such as paint cans, cartons, broken pipe, pavement pieces, paper, bottles,

etc., and shall tidy up the surrounding general area to make it neat in appearance, including removal of

debris that may or may not have been deposited by Contractor’s operation.

Paved surfaces, existing and new, shall be thoroughly cleaned (i.e. by street sweeper) upon completion

of work within the area, and shall require daily cleaning if dust or mud exists. Prior to job acceptance,

all streets shall be clean.

2-11.3 Construction Requirements

Add the following new sections:

(******)

2-11.3(1) Routine Cleaning

General

• Retain all stored materials and equipment in an orderly fashion allowing maximum access, not

impeding drainage or traffic, and providing protection.

• Do not allow the accumulation of scrap, debris, waste material, and other items not required

for this work.

• At least once a week, and more often if necessary or as directed by the Construction Inspector,

the Contractor shall completely remove all scrap, debris, and waste material from the project

site.

• Provide adequate storage for all materials awaiting removal from the project site, observing all

requirements for fire protection and protection of the environment.

Site

• Daily and more often if necessary or as directed, inspect the site and pick up all scrap, debris,

and waste material. Remove all such items to the place designated for their storage until it can

be disposed of.

• Weekly, and more often if necessary or directed, inspect all arrangements of materials stored

on the site, restack, tidy, or otherwise service all arrangements to meet the requirements above.

• Maintain the site in a neat and orderly condition at all times so as to meet the approval of the

Owner.

2-11.3(2) Final Cleaning

Prior to final inspection, remove from the job site, all tools, surplus materials, equipment, scrap, debris,

and waste.

2-11.4 Measurement

Delete this section and replace with the following:

(******)

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-58 April 2021

Special Provisions

Trimming and cleanup shall be considered incidental to the lump sum Contract price for “Mobilization”

and will not be measured for separate payment.

END OF DIVISION 2

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-59 April 2021

Special Provisions

DIVISION 3

AGGREGATE PRODUCTION AND ACCEPTANCE

3-01 PRODUCTION FROM QUARRY AND PIT SITES

3-01.4 Contractor Furnished Material Sources

Supplement this section with the following:

(******)

No source has been provided for any imported materials necessary for the construction of this

improvement.

The Contractor shall make arrangements to obtain the necessary materials at no expense to the City,

and all costs of acquiring, producing, and placing this material in the finished work shall be included

in the unit Contract prices for the various items involved.

3-01.6 Payment

Supplement this section with the following:

(******)

All costs of any work required under Division 3 shall be incidental to and included in the unit contract

prices for the various items in the Proposal.

END OF DIVISION 3

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-60 April 2021

Special Provisions

DIVISION 7

DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER

MAINS, AND CONDUITS

Add the following new Section:

(******)

7-00 GENERAL MATTERS

7-00.1 General

For the convenience of the Contractor the Plans show approximate locations of various existing utilities

and other obstructions. This information, if shown, has been obtained from best available records and

cannot be guaranteed accurate. The Contractor shall diligently check for interferences with existing

utilities ahead of his or her work including exploration in advance of excavation.

The Contractor is further alerted to the provisions of RCW 19.122 and his or her responsibilities by

performing excavation required by the Contract Documents and Standard Specifications.

7-04 STORM SEWERS

7-04.2 Materials

Supplement this section with the following:

(******)

Storm sewer pipe shall be ADS N-12 WT IB High-Density Polyethylene Storm Sewer Pipe with smooth

interior and annular exterior corrugations.

Trench backfill material above pipe bedding zone shall be suitable select native materials.

7-04.3 Construction Requirements

Supplement this section with the following:

(******)

The storm main to be replaced as part of this project conveys stormwater flows from offsite and does

not have sufficient capacity to allow surcharge of the system. Contractor shall be responsible for

constructing, operating, and maintaining a bypass system as needed to construct the proposed

improvements.

7-04.3(1) Cleaning and Testing

Supplement this section with the following:

(******)

Cleaning and testing shall be per the City of Bonney Lake Development Standards Section 707.

Add the following new section:

(******)

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-61 April 2021

Special Provisions

7-04.3(1)G Television Inspection

Contractor shall internally inspect all storm lines after installation with a tracked, swivel-head television

camera. Contractor shall provide the City of Bonney Lake with a DVD or thumb drive containing the

inspection video and an inspection record of the entire length of constructed storm line. The camera

shall be stopped at each joint and the camera head swiveled to directly view the full circumference of

each joint. Contractor shall correct any defects noted during the inspection and then re-inspect after the

corrections have been completed. The Contractor shall bear all costs incurred in correcting any

deficiencies found during the television inspections.

The official television inspection shall be performed after trench compaction is completed, immediately

prior to paving.

Television Inspection shall be considered incidental to and included in the various bid items necessary

for a complete and functional drainage system.

7-04.4 Measurement

Supplement this Section with the following:

(******)

“Storm Sewer Pipe, 24 In. Diam”, shall be measured per linear foot, complete, in place.

Developing and implementing a bypass plan shall be incidental to the project and will not be measured

for payment.

7-04.5 Payment

Supplement this Section with the following:

(******)

“Storm Sewer Pipe, 24 In. Diam”, per linear foot.

The unit contract price for “Storm Sewer Pipe, 24 In. Diam”, per linear foot shall be full payment for

all equipment, labor, and materials required for the complete installation including but not limited to

select native trench backfill, disposal of excavated materials, pipe bedding, excavation, compaction,

testing, cleaning tools, and connection to proposed structures.

7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS

7-05.1 Description

Supplement this Section with the following:

(*****)

Work shall also include furnishing and installing structure debris cages and connecting to existing

structures and culvert pipes where called for on the Plans.

7-05.2 Materials

Supplement this Section with the following:

(*****)

Nyloplast Drain Basin and Nyloplast Debris Cage shall be as specified on the Plans. All metal parts

shall be corrosion resistant; steel bars must be galvanized.

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-62 April 2021

Special Provisions

Catch Basin Type 2 Debris Cage shall be as specified on the Plans, or an approved equal. All steel in

plates, bars, and bands shall conform to the requirement of ASTM 36. Steel shall be hot-dip galvanized

in accordance with ASTM A123 (AASHTO M111). Aluminum is an optional cage material and must

be bolted to the concrete structure.

Backfill and foundation material around structures shall be crushed surfacing base course per Standard

Specification 9-03.9(3). CSBC Backfill material shall be placed a min. of 12” round structure.

7-05.3 Construction Requirements

Supplement this section with the following:

(******)

Catch basins, drain basins, and manholes shall be placed to grade upon 8 inches (minimum compacted

depth) of crushed surfacing base course material. Crushed surfacing material shall be compacted to

95% maximum dry density. All costs associated with this item shall be included in the unit price bid

for the structure to be constructed.

For Nyloplast drain basin structures all pipe stubs, section joints, pick holes, and adjustment sections

shall be sealed watertight from both the interior and exterior prior to backfilling per Manufacturer

recommendations. Grout is not an acceptable watertight seal and will not be allowed.

For precast Catch Basin drainage structures, all pipe stubs, section joints, pick holes, and adjustment

sections shall be sealed watertight from both the interior and exterior prior to backfilling. This shall be

accomplished by mortaring, and applying an additional sealing material to the cured mortar. Just

patching to stop infiltration on the interior of the structure will not be allowed.

All joints in the brick or ring adjustment shall be filled with grout, and the castings shall be seated in

grout placed on the top course. A 3/8-inch-thick mortar lining shall be installed inside and out of the

adjustment section to provide a smooth, watertight finish.

Add the following new sections:

(******)

7-05.3(6) Connections to Structures

The locations, type, and size of the existing catch basins and storm lines have been determined from

available records, and are approximate; however, it is anticipated that connections to these existing

facilities may be made, in general, as shown on the Plans.

It shall be the responsibility of the Contractor to determine the exact location and ascertain the type and

size of the existing facilities prior to starting work on each connection, and to provide any alterations,

as required at no additional cost to the City.

The Contractor shall clean and re-seal existing storm structures where connections are made.

When connecting to a concrete structure, openings must be core drilled unless an existing knockout is

available. Connections shall be made with watertight rubber boots, sand collars, manhole adapter, or

other approved watertight connections, except for concrete, ductile iron or corrugated metal pipe. For

concrete, ductile iron, or corrugated metal pipe the connections shall be made with non-shrink Portland

cement grout to make a watertight fit.

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-63 April 2021

Special Provisions

When connecting to Nyloplast drain basin structure, pipe openings and watertight connections shall be

made per manufacturers’ recommendation, as shown on the Plans.

7-05.4 Measurement

Supplement this section with the following:

(******)

“Nyloplast Debris Cage” shall be measured per each cage assembly installed on proposed Nyloplast

Drain Basin, 36 In. Diam. structure, complete and in-place.

“Nyloplast Drain Basin, 36 In. Diam.” shall be measured per each.

“Catch Basin Type 2 Debris Cage” shall be measured per each cage assembly installed on proposed

Catch Basin Type 2, 48 In. Diam. structure, complete and in-place.

“Catch Basin Type 2, 48 In. Diam.” shall be measured per each.

“Connection to Existing Structure” shall be measured per each.

“Connection to Existing Pipe” shall be measured per each.

Excavation and CSBC structure backfill will not be measured for separate payment, but shall be

included in the structure unit cost for which that work is being performed.

Connections from new pipe to new structures shall not be measured for payment, rather shall be

incidental to the unit cost in the Proposal for the pipe to be connected.

Adjusting structures to grade and any interim adjustments will not be measured for separate payment,

but instead will be included in the unit cost for installation of that utility structure.

Shoring or Extra Excavation Cl. B will be measured as specified in Section 2-09.

7-05.5 Payment

Supplement this section with the following:

“Nyloplast Debris Cage”, per each.

“Catch Basin Type 2 Debris Cage”, per each.

The unit cost shall be full compensation for all labor, tools, equipment, and materials necessary or

incidental to providing and installing debris cage assembly. Work elements may include, but shall not

be limited to, excavation; collars; adjustment rings; furnishing and installing the cage assembly;

adjusting to final grade; and adjustment to final grade.

“Nyloplast Drain Basin, 36 In Diam”, per each.

“Catch Basin Type 2, 48 In. Diam.”, per each.

The unit cost in the Proposal shall be full compensation for all equipment, labor and materials required

to install the new structure including, but not limited to, excavating, CSBC foundation material, CSBC

trench/structure backfill material; compaction; connecting new pipe(s); frame and rings; ladders, steps,

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-64 April 2021

Special Provisions

and handholds; adjusting to final grade; concrete collars; testing; cleaning; and grouting to provide a

water-tight seal.

“Connection to Existing Structure”, per each.

The unit cost in the Proposal shall be full compensation for all work required to connect a new pipe to

existing Nyloplast drain basin structure including, but not limited to, removing backfill and exposing

the existing structure side, forming a new pipe channel to side of structure, furnish and install

manufacturer adapter assembly, and coring the existing structure for the new pipe connection per

manufacturer installation methods.

“Connection to Existing Pipe”, per each.

The unit cost in the Proposal shall be full compensation for all work required to connect proposed Catch

Basin Type 2 to existing 18 In. Diam. Culvert Pipe including, but not limited to, excavation, trimming

end of existing culvert pipe to fit and set proposed structure, watertight pipe connection to structure

including coring structure for connection, and backfill and compaction around existing culvert pipe.

Add the following new section:

(******)

7-06 SWALE CHECK DAMS

7-06.1 Description

Ecology Blocks, or approved equivalent shall be placed within the swale, on the east side of the 195th

Ave E culvert, where shown on the plans.

7-06.2 Materials

Ecology Blocks shall be precast concrete. Full sized blocks shall be 5.0’ x 2.5’ x 2.5’. Half blocks or

partial blocks are acceptable, provided that the embedment and freeboard shown on the Plans are

maintained. Ecology Block Check Dam must be a combined block minimum of 12’ in length.

7-06.4 Measurement

No specific unit of measurement shall be applied to “Ecology Block Check Dam”, per each.

7-06.5 Payment

“Ecology Block Check Dam”, per each.

The unit cost shall be full compensation for all labor, tools, equipment, and materials required including

but not limited to precast concrete block(s), unyielding foundation material, excavation, disposal of

excess materials, grading, hauling, and compacting.

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-65 April 2021

Special Provisions

7-08 GENERAL PIPE INSTALLATION REQUIREMENTS

7-08.2 Materials

Supplement this section with the following:

(******)

Pipe zone bedding shall meet be gravel backfill for pipe zone bedding in accordance with Section 9-

03.12(3) of the Standard Specifications and adhere to City of Bonney Lake standard detail SD1.

Trench backfill above the pipe bedding zone shall be approved select native materials or Crushed

Surfacing Base Course in accordance with Section 9-03.9(3) of the Standard Specifications. Native

excavated materials deemed unsuitable for select native subgrade will not be allowed as backfill

materials. Select native materials deemed suitable will be required to be stockpiled and dried prior to

use as Select Native Trench Backfill.

7-08.3 General Pipe Installation Requirements

7-08.3(1)B Shoring

Supplement this section with the following:

(******)

Shoring design shall be the responsibility of the Contractor. No implication of methods, means, or

materials are implied within the Bid Documents.

7-08.3 Construction Requirements

Supplement this section with the following:

(******)

When the vertical clearance between utilities is less than six inches (6”), provide an ODxODX2.5”

polyethylene plastic foam pad between the utilities, where OD is the outside diameter of the larger pipe.

Polyethylene foam shall be Ethafoam or approved equal.

7-08.3(3) Backfilling

Supplement this Section with the following:

(******)

Backfilling and surface restoration shall closely follow the installation of pipe, so that no more than 50-

feet of trench line is left open at any one time without approval of the City. When public safety concerns

exist, the City may require more stringent backfilling standards.

Add the following new section:

(******)

7-08.3(6) Temporary Bypass Pumping

It shall be the Contractor’s responsibility to maintain operation of the existing storm sewer systems

throughout the duration of the project without any interruption of service. The Contractor shall divert

all flows around each segment of the pipe designated for installation. This diversion shall consist of

redirecting flow from an upstream manhole and discharging it to a manhole downstream of the

replacement operation. This can be accomplished via a combination of pumping and/or gravity flow.

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-66 April 2021

Special Provisions

After the pipe installation work is completed and accepted by the City, flow shall be returned to the

constructed storm line. The area affected by the bypass operation shall be fully restored.

Bypass pumping shall be scheduled for continuous operation with back-up equipment available at all

times for periods of maintenance and refueling or failure of the primary bypass pump(s) or diversion

system. If the Contractor’s operation requires bypass pumping at night, he/she must provide monitoring

personnel at all times to ensure the system remains functional.

Bypass pumping shall be done in such a manner as not to damage private or public property or create

a nuisance or public menace. The pumped stormwater shall be in enclosed hoses or pipes that are

adequately protected from traffic and shall be redirected into the appropriate sewer system. The

discharge of storm water to private property, city streets, sidewalks, sanitary sewer, or any location

other than an approved storm sewer is prohibited. The Contractor shall be liable for all cleanup,

damages, and resultant fines should the Contractor’s operation cause any backups, overflows, or

property damage.

7-08.4 Measurement

Delete this Section and replace it with the following:

(******)

No measurement for pipe bedding, CSBC trench/structure backfill, or compaction shall be made, but

instead shall be considered incidental to the item being installed.

No measurement for temporary bypass pumping plan or activities will be made, but instead shall be

considered incidental to the item being installed.

7-08.5 Payment

Supplement this section with the following:

(******)

Pipe zone bedding, CSBC trench backfill, and compaction shall be considered incidental to the

applicable Contract Bid Items and will not be measured for separate payment.

END OF DIVISION 7

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-67 April 2021

Special Provisions

DIVISION 8

MISCELLANEOUS CONSTRUCTION

8-01 EROSION CONTROL AND WATER POLLUTION CONTROL

8-01.1 Description

Supplement this section with the following:

(******)

The City of Bonney Lake has adopted the 2015 Stormwater Management and Site Development

Manual.

Implementation of appropriate TESC BMP’s at the appropriate construction phases is very important

to prevent siltation of the subgrade, aggregate courses, or final cement concrete sections. The

Contractor shall install and maintain all temporary and permanent erosion control measures and Best

Management Practices (BMPs) in accordance with the Contract Documents, Standard Specifications,

Permit Conditions, the Contractors “Stormwater Pollution Prevention Plan” (SWPPP) and as directed

by the Engineer prior to clearing, grubbing, or grading or as necessary as clearing and grading progress.

Such measures shall include, but are not necessarily limited to:

• Straw bale, Rock, Wattle, Compost sock check dams

• Straw mulch, netting and tackifier

• Concrete wash

• Baker tanks and/or Settling ponds

• Stabilized construction entrance / exit

• Inlet protection on existing and proposed drainage structures

• Reinforced silt fencing

• Plastic Covering

• Temporary pipe slope drains

• Temporary HMA Curb

• Disposal of sediments and materials

• TESC seeding

• Maintenance of BMPs including in the event of emergencies and as weather and field

conditions dictate; and also including installation of additional BMPs which may become

required as field and weather conditions evolve.

• Street sweeping and Cleaning

• ESC Lead per 8-01 of the Standard Specifications

• All materials, tools and equipment necessary to meet these requirements

The Contractor shall provide erosion control as required for all stockpiled materials. The Engineer, in

the event of an emergency, and as weather and field conditions dictate, may require additional erosion

controls and BMPs in addition to those shown on the Plans and on the SWPPP.

Site Specific BMPs and SWPPP Plan

Temporary Erosion / Water Pollution Control notes and performance criteria are noted in the Contract

Documents. The Contractor shall submit his or her own Surface Water Pollution Prevention Plan to

the City for review and approval prior to the commencement of clearing, grubbing, or grading activities.

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-68 April 2021

Special Provisions

8-01.3 Construction Requirements

Supplement this section with the following:

(******)

The Contractor shall bear sole responsibility for damage to completed portions of the project and to

property located off the project caused by erosion, siltation, runoff, or other related items during the

construction of the project. The Contractor shall also bear sole responsibility for any pollution of rivers,

streams, groundwater, or other water that may occur as a result of construction operations.

Any area not covered with established, stable vegetation where no further work is anticipated for a

period of 15 days, shall be immediately stabilized with the approved erosion and sedimentation control

methods (e.g., seeding and mulching, straw). Where seeding for temporary erosion control is required,

fast germinating grasses shall be applied at an appropriate rate (e.g., perennial rye applied at

approximately 80 pounds per acre).

At no time shall more than 1 foot of sediment be allowed to accumulate within a catch basin. All catch

basins and conveyance lines shall be cleaned at a time designated by the City Construction Inspector.

The cleaning operation shall not flush sediment-laden water into the downstream system. The cleaning

shall be conducted using an approved vacuum truck capable of jet rodding the lines. The collection and

disposal of the sediment shall be the responsibility of the Contractor at no cost to the City of Bonney

Lake.

8-01.3(1)B Erosion and Sediment Control (ESC) Lead

Supplement this list under the second paragraph with the following:

(******)

3. Inspecting all on-site erosion and sediment control BMPs at least once every five working days

and within 24 hours of every runoff event. A SWPPP Inspection report or form shall be

prepared for each inspection and shall be included in the SWPPP file. A copy of each SWPPP

Inspection report or form shall be submitted to the Engineer no later than the end of the next

working day following the inspection. The report or form shall include, but not be limited to

the following:

a. When, where, and how BMPs were installed, maintained, modified, and removed.

b. Observations of BMP effectiveness and proper placement.

c. Recommendations for improving future BMP performance with upgraded or replacement

BMPs when inspections reveal SWPPP inadequacies.

d. Approximate amount of precipitation since last inspection and when last inspection was

performed.

4. Updating and maintaining a SWPPP file on site that includes, but is not limited to the following:

a. SWPPP Inspection Reports or Forms.

b. SWPPP narrative.

c. Other applicable permits.

8-01.3(8) Street Cleaning

Supplement this section with the following:

(******)

The Contractor shall provide for cleaning all surfaced roadways that have become dirty as a result of

the execution of this project. This shall be done at the completion of each day's activities or more often

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-69 April 2021

Special Provisions

if so directed by the Engineer. Street sweepers with a vacuum function shall be the only acceptable

method used to clean. Flushing will not be permitted.

Contractor shall have a vacuum sweeper available, full-time, for the duration of the project. Not having

a full-time vacuum sweeper available and/or sufficient additional materials to react in a timely manner

to changes may be grounds for the City to issue a Stop Work Order until the Contractor remedies the

deficiency or the City may elect to have complete the street sweeping and deduct the cost from monies

due to the Contractor. Time spent under a Stop Work Order in this situation shall not be grounds for a

claim for additional payment or additional working days.

Roadway sweeping and cleaning shall be considered included in the lump sum Contract price for

“Erosion Control and Water Pollution Prevention”.

8-01.3(9)A2 Silt Fence

Supplement this Section with the following:

(******)

Installed temporary reinforced silt fencing shall prevent soils, silts and sediment laden runoff from

going beneath, through or over the top of silt fence. Damaged or otherwise improperly functioning silt

fence shall be repaired or replaced by the Contractor at no expense to the Owner.

Silt fence shall be installed at the locations specified on the Plans or as directed by the Engineer, and

shall meet the requirements of WSDOT Standard Plan I-30.15.

Sediment deposits shall be removed as directed by the Engineer or when deposits reach one-half the

height of silt fence.

8-01.3(9)D Silt Fence

Supplement this Section with the following:

(******)

Inlet protection can be in the form of internal devices and shall be installed prior to clearing, grubbing

or earthwork activities. Catch Basin Inserts shall be installed on existing catch basins immediately

downstream of the project site that could possibly receive sediment laden runoff for the site. Inserts

shall meet the requirements of the Standard Specifications. Simply placing a piece of geotextile under

the catch basin grate is not acceptable.

8-01.3(16) Removal

Supplement this section with the following:

(******)

Removing Temporary Erosion / Water Pollution Control BMPs

The Contractor shall removal all Temporary Erosion / Water Pollution Control BMPs within twenty

(20) days after final stabilization, landscape restoration, or after the BMPs are no longer needed.

Trapped sediment shall be removed or stabilized on site.

Add the following new section:

(******)

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-70 April 2021

Special Provisions

8-01.3(17) Suspension of Work

If at any time during the life of this Contract the Contractor requests to suspend work due to weather

conditions or other constraints, it shall be the Contractor’s responsibility to meet the Temporary Erosion

/ Water Pollution Control requirements of the Bid Documents, including maintenance and repair of

BMPs already installed, at all times during suspension.

8-01.4 Measurement

Supplement this section with the following:

(******)

No specific unit of measurement shall apply to the lump sum bid item “Erosion Control and Water

Pollution Prevention ” and “Seeding, Fertilizing, and Mulching”.

“Biodegradable Erosion Control Blanket” shall be measured per square yard.

8-01.5 Payment

Supplement this section with the following:

(******)

“Erosion Control and Water Pollution Prevention”, Lump Sum.

The lump sum Contract price for “Erosion/Water Pollution Control” shall be considered full

compensation for all labor, equipment and materials required to perform all work required by Section

8-01 of these Special Provisions and the Standard Specification, except for that work which a separate

bid items is provided within the Contract Proposal for this project.

“Biodegradable Erosion Control Blanket” per square yard.

The unit price in the Proposal shall be full compensation for all equipment, labor and materials required

to install the “Biodegradable Erosion Control Blanket” per shown on the Plans and Standard

Specification 8-01.3(3).

“Seeding, Fertilizing, and Mulching”, Lump Sum.

The unit price in the Proposal shall be full compensation for all equipment, labor and materials required

for “Seeding, Fertilizing, and Mulching” per planting preparation Standard Specification 8-01.3(2),

hydroseeding the swale and all disturbed grass areas, and temporary irrigation/water as required to

establish grass as required in Section 8-02.3(10)C Lawn Establishment.

8-02 ROADSIDE RESTORATION

8-02.1 Description

Supplement this section with the following:

(******)

This work consists of restoring areas disturbed during construction activities by placing and grading

topsoil and installing seeded lawn to restore swales.

8-02.2 Materials

Supplement this section with the following:

(******)

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-71 April 2021

Special Provisions

Topsoil Type A Section 9-14.1(1)

8-02.3(4)A Topsoil Type A

Supplement this section with the following:

(******)

Shall be placed to the depth shown on the plans and mixed with the existing soils as noted on the plans

to a consistent and uniform material with all rocks over 2-inch removed from the surface prior to

installation of erosion control blanket.

8-02.4 Measurement

Supplement this section with the following:

(******)

“Topsoil Type A” shall be measured per the cubic yard in the haul conveyance at the point of delivery.

8-02.5 Payment

Supplement this section with the following:

(******)

“Topsoil Type A”, per cubic yard.

The unit contract price for “Topsoil Type A” shall be full compensation to provide all equipment, labor

and materials required for loading, hauling, and placing topsoil. This bid item shall include, but not be

limited to, excavation, compaction, mixing, placement, and final grading.

Add the following new section:

(******)

8-05 RESOLUTION OF UTILITY CONFLICTS

8-05.1 Description

This work involves the identification and resolution of utility conflicts not identified on 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 has performed the work with the authority of

and due notice to the Engineer.

8-05.2 Vacant

8-05.3 Construction Requirements

Utility conflicts discovered during construction will typically be addressed by adjusting the location of

the proposed utility that is in conflict with the existing utility. Should existing conditions and/or

proposed improvements prohibit relocation of the new improvements, then the existing, conflicting

utility will be relocated.

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

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-72 April 2021

Special Provisions

a. Standby time is defined as time the Contractor is unable to proceed with progression

of a specific work item due to conflicts with existing facilities. However, payment for

standby time shall be limited to:

i. For each agreed upon conflict, a maximum of 2 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.

ii. If the conflict is resolved within one (1) hour of verbal notification to the

Engineer, no standby time will be paid.

iii. No standby time will be paid if Contractor forces can be redirected to other

portions of work. Availability of other work shall be at the sole discretion of

the Engineer.

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.

8-05.4 Measurement

Measurement and payment for “Resolution of Utility Conflicts” shall be by force account per 1-09.6 of

the Standard Specifications.

8-05.5 Payment

“Resolution of Utility Conflicts”, force account.

Costs incurred as a result of horizontal or vertical realignment of existing utilities as necessary to allow

construction of the improvements proposed with this project, as approved by the Engineer, shall be paid

by force account under the Bid item “Resolution of Utility Conflicts”. This Bid item applies only to

costs that would not have been otherwise incurred as a result of per-Plan activities.

This option will only be approved by the Engineer if it is determined that utility conflict cannot be

resolved by realignment of the new utilities alone. Should additional materials become necessary due

to realignment of the new utilities, they will be measured and paid for separately according to the pay

items to which they apply.

For the purposes of bidding equality, the Contracting Agency has furnished an estimated quantity for

this item of work. Actual payment for this work, if necessary, will be made only for the actual amount

of work performed as authorized and deemed necessary by the Engineer and may differ greatly from

the estimated amount provided.

8-19 MISCELLANEOUS WORK

8-19 Description

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-73 April 2021

Special Provisions

This work shall consist of providing miscellaneous construction work and documentation as described

herein.

8-19.3 Construction Requirements

8-19.3(2) Pre-construction photographs

Contractor shall take preconstruction photographs immediately prior to initiating construction in order

to provide a substantiated record of the condition of existing improvement. These photographs shall

be considered as indicative of the nature of the original improvements in determining the adequacy or

inadequacy of restoration.

The Contractor shall provide digital photographs saved on DVD Media viewable on Windows based

computers. The digital photographs shall be produced by a digital camera with a minimum sensor size

of 6.0 megapixels and at an image resolution of not less than 1024 by 768 pixels. The Contractor shall

submit digital images exactly as recorded in the digital camera without alteration, manipulation, editing

or modifications using image-editing software.

The reference shall record the station and offset the picture was taken and the direction the picture was

taken. A full set shall be provided to:

• The City of Bonney Lake

• KPG, P.S.

All costs associated with the work specified above in this Section shall not be measured for separate

payment, but shall be considered incidental to and included in “Mobilization”.

8-19.5 Payment

All costs associated with maintaining the Daily Construction Report, maintaining and submitting

Record Drawings and taking and providing preconstruction photographs shall be considered incidental

to and included in the Contract price for “Mobilization”.

END OF DIVISION 8

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-74 April 2021

Special Provisions

DIVISION 9

MATERIALS

9-14 EROSION CONTROL AND ROADSIDE PLANTING

9-14.1(1) Topsoil, Type A

Supplement this section 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 comprised of fully composted and mature organic materials.

Refer to Section 9-14.4(8) Compost of the Standard Specifications for compost requirements. No fresh

sawdust or other fresh wood by-products shall be added to extend the volume after the composting

process.

Chemical and physical characteristic of Topsoil Type A shall comply with the following:

Screen Size 7/16” Maximum (Approximate Particle Size)

Total Nitrogen 0.25% Minimum

Organic Matter 10% Minimum

pH Range 5.5 to 7.5

Conductivity 5 mmhos/cm Maximum

The Contractor shall provide a complete analysis of Topsoil Type A with one cubic foot sample for

review and approval.

9-14.2 Seed

Supplement this section 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.

The seed mixtures for lawn seeding shall conform to the composition specified in the following

paragraphs. Seeding rates which are shown in pounds of pure live seed (PLS) per acre or 1,000 square

feet. PLS is determined by multiplying the percent purity (expressed as a decimal) by the percent

germination (expressed as a decimal) and then multiplying this factor by the pounds of seed in the

mixture

(PLS = pounds of seed in mixture times percent purity times percent germination). The purity and

germination percentages shall be as shown on the tag on each seed container.

City of Bonney Lake KPG #18197C

SR 410 Swale/Storm Improvements Phase II

Bid Documents

SP-75 April 2021

Special Provisions

Grass seed shall be composed of the following varieties mixed in the proportions indicated:

Mixture Proportions

Name % by Weight

Festuca rubra var. Garnet or equal/ Creeping Red

Fescue 40%

Lolium perenne / Perennial Rye Grass (2 Varieties

Dasher 3 and Cutter II or approved equal) 40%

Trifolium repens / White Clover 10%

Agrostis tenuis / Highland Colonial Bentgrass 10%

Apply per rate as recommended by the seed supplier.

All seed mixes shall be certified as 99% weed-free and 90% viable seeds by germination tests and by

age specifications by species. Apply hydroseed mulch, tackifier and fertilizer per supplier’s

recommendations.

9-14.3 Fertilizer

Supplement this section with the following:

(******)

Fertilizer shall be a standard commercial grade of organic or inorganic fertilizer as specified herein.

All fertilizers shall be furnished in standard unopened containers with weight, name of plant nutrients,

and manufacturer’s certified statement of analysis clearly marked, in accordance with State and Federal

law.

END OF DIVISION 9