Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutAG 20-539 - APPLY-A-LINE, LLCRETURN TO: PW ADMIN EXT: 2700 ID #: 3778
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
. ORIGINATING DEPT/Div: PUBLIC WORKS / Capital Projects
ORIGINATING STAFF PERSON. Naveen Chandra EXT: 2729 3. DATE REQ. B%: 7/22/20
TYPE OF DOCUMENT (CHECK ONE):
O CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
O PUBLIC WORKS CONTRACT p SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT O MAINTENANCE AGREEMENT
O GOODS AND SERVICE AGREEMENT O HUMAN SERVICES / CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
O ORDINANCE O RESOLUTION
O CONTRACT AMENDMENT (AG#): O INTERLOCAL
❑ OTHER
4. PROJECT NAME: Greenway Pavement Markinqs Phase (2020) Project
i. NAME OF CONTRACTOR: Apply -A -Line
ADDRESS: 175 ROY ROAD SW BLDG C.. PACIFIC-1_WA 98047 TELEPHONE: 253-299-1200_
E-MAIL: rap@appIaEi_n-e: cant AIVQiOR mailaplyaline.com FAX:
SIGNATURE NAME: RON REILY TITLE: ASSISTANT VICE PR .^ -
i. EXHIBITS AND ATTACHMENTS: O SCOPE, WORK OR SERVICES O COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHEF
REFERENCED EXHIBITS O PROOF OF AUTHORITY TO SIGN ❑O REQUIRED LICENSES O PRIOR CONTRACT/AMENDMENTS
CFW LICENSE #-00-105367-00 til,, EXP. 12/31/ 20 uBi # 600 553 941 EXP.
'. TERM: COMMENCEMENT DATE: NTP Letter
COMPLETIONDATE: Upon Completion
i. TOTAL COMPENSATION: $ 107,300.00 (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: O YES O NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: O YES
RETAINAGE: RETAINAGE AMOUNT:
O NO IF YES, $ PAID BY: ❑ CONTRACTOR O CITY
❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
❑ PURCHASING: PLEASE CHARGE TO: 306-4400-220-595-62-110
I. DOCUMENT / CONTRACT REVIEW
8 PROJECT MANAGER
8 DIVISION MANAGER
A DEPUTY DIRECTOR
A DIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE)
8 LAW DEPT
INITIAL / DATE REVIEWED
See original rouling form.
See original routing form.
See originadl routing form.
Sea original routing lam.
See original rouling form.
INITIAL / DATE APPROVED
NCf7-14-20
SLH 7/14/2020
DSW 7/14/2020
i
ER 7/22/2020
0. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: 7/6120
SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 7/21/20
1. CONTRACT SIGNATURE ROUTING
❑ SENT TO VENDOR/CONTRACTOR DATE SENT: _ DATE REC'D:
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
INITIAL / DATE SIGNED
❑ FINANCE DEPARTMENT syz 1pj f two
"-'LAW DEPT
SIGNATORY MAYO R DIRECTOR)
CITY CLERK
❑ ASSIGNED AG #
❑ SIGNED COPY RETURNED
'OMMENTS:
:XECUTE
"ORIGINALS
U2620
17=4©r •
x,0:101 n
RETURN TO: PW ADMIN EXT: 2700 ID #: 3764
CITY OF FEDERAL WAY LAW DEPAR
. ORIGINATING DEPT/DIv: PUBLIC WORKS / CAPITAL
ORIGINATING STAFF PERSON: NAVEEN CHANDRA
EXT: 2729 3. DATE REQ. BY: 6, 1 S/2f1
TYPE OF DOCUMENT (CHECK ONE):
❑ CONTRACTOR SELECTION DOCUMENT (E.G, RFB, RFP, RFQ)
❑ PUBLIC WORKS CONTRACT
❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT
❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT
❑ HUMAN SERVICES/ CDBG
❑ REAL ESTATE DOCUMENT
❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
❑ ORDINANCE
❑ RESOLUTION
❑ CONTRACT AMENDMENT(AG#):
❑ INTERLOCAL
❑ OTHER
L PROJECT NAME: GREENWAY PAVEMENT MARKINGS PHASE I (2020) PROJECT
i. NAMI-OF CONTRACTOR:TBD
ADDRESS: _
E-MAIL:
SIGNATURE N
TELEPHONE:
FAX:
i. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE # BL, EXP. 12/31 / UBI # EXP.
'. TERM: COMMENCEMENT DATE:TBD COMPLETION DATE: UPON COMPLETION
i. TOTAL COMPENSATION: $ (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑ YES
RETAINAGE: RETAINAGE AMOUNT:
❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY
❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
❑ PURCHASING: PLEASE CHARGE To: 306-4400-220-595-62-110
1. DOCUMENT / CONTRACT REVIEW
❑ PROJECT MANAGER
❑ DIVISION MANAGER
❑ DEPUTY DIRECTOR
❑ DIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE)
❑ LAW DEPT
INITIAL / DATE REVIEWED
NC/6-11-20
SH 6/11/20
DSW 6/12/20
EJW 6/15/2020
ER 6/12/2020
O. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE:
SCHEDULED COUNCIL DATE:
1. CONTRACT SIGNATURE ROUTING
INITIAL / DATE APPROVED
COMMITTEE APPROVAL DATE:
COUNCIL APPROVAL DATE:
❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC'D:
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
INITIAL / DATE SIGNED
❑ FINANCE DEPARTMENT
❑ LAW DEPT
❑ SIGNATORY (MAYOR OR DIRECTOR)
❑ CITY CLERK
❑ ASSIGNED AG #
❑ SIGNED COPY RETURNED
AG#
DATE SENT:
;OMMENTS:
'HIS IS THE SANTE RFP WHICH WAS APPROVED FOR 2020 PAVEMENT MARKINGS BUT WE ARE BIDDING GRF.FNWAY PORTIQN' WITH REDUCED
'COPE DUE TO COST , L NEW SMALL PUBLIC WORKS TEMPLATE
I On"
BID AND SMALL PUBLIC WORKS CONTRACT AND SPECIFICATIONS
FOR
GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT
PROJECT # 220
Quotes Accepted Until 11:00 a.m., June 23, 2020
FES
OV 1V A S1
LIJ fl
�V""
Prepared By:
City of Federal Way
Public Works Department
33325 8t' Avenue South
Federal Way, WA 98003
The contract plans and specifications for this Project have been reviewed and approved by:
r.
Public Works Director/Deputy Public Works Director
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
RFQ-1 PROJECT # 220
CFW RFQ VERSION 2020 -JUNE
TABLE OF CONTENTS
PAGE
NOTICE TO CONTRACTORS................................................................................................................................3
INSTRUCTIONS TO BIDDERS & CHECKLISTS..................................................................................................4
QUOTE....................................................................................................................................................................6
CONTRACTOR WAGE LAW COMPLIANCE CERTIFICATION.........................................................................10
SMALLPUBLIC WORKS CONTRACT...............................................................................................................11
SAMPLE CONTRACT CHANGE ORDER...........................................................................................................18
CERTIFICATE OF INSURANCE..........................................................................................................................20
PERFORMANCE AND PAYMENT BOND...........................................................................................................21
CONTRACTOR'S RETAINAGE OPTION............................................................................................................23
RETAINAGE BOND TO CITY OF FEDERAL WAY.............................................................................................24
SPECIALPROVISIONS...........................................................................................................................................
STANDARDPLANS AND DETAILS........................................................................................................................
PREVAILING WAGES AND BENEFIT CODE KEY.................................................................................................
PROJECT PLANS............................................................................................................. BOUND SEPARATELY
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
RFQ-2 PROJECT # 220
CFW RFQ VERSION 2020,1UNE
NOTICE TO CONTRACTORS
GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT
The City of Federal Wav extends this invitation to bid to selected contractors listed with the MRSC Small
Works Roster. This proiect is a small public works proiect and will be awarded under the small works
roster process.
PURPOSE: The City of Federal Way ("City") is requesting quotes for the Greenway Pavement Markings Phase
1 (2020) Project. Quotes will be received via email only to PW_Bids@cityoffederalway.com on June 23, 2020 at
11:00 a.m. Quotes received after that time and date will not be considered.
This project shall consist of: Installation of pavement markings including providing traffic control services at
various locations within City of Federal Way.
The City anticipates awarding this project to the successful bidder and intends to give Notice to Proceed as
soon as the Contract and all required documents are executed in full. Regardless of the date of award or Notice
to Proceed, the Contractor must complete all work within 60 working days or by October 30, 2020 whichever
occurs first.
BID DOCUMENTS: Plans, Specifications, and Addenda can be found at
ftp://ftp.cii..yoffedaralway.com/Outbox/Greeti",ay° �2OPavernent"r�,2OMatltiincis"/`2OPhase°i,.:zD'1 ",/n202020' "o20Proie
ct/
QUESTIONS: Any questions must be directed to Naveen G. Chandra, P.E., Senior Capital Engineer, by email
at Naveen.ChandraLcDcityoffederalwa.
OTHER PROVISIONS: All quotes and this Project shall be governed by the Contract, as defined by the
Washington State Department of Transportation Standard Specifications for Road, Bridge, and Municipal
Construction 2020 (Standard Specifications), which is incorporated by this reference as though set forth in full.
All quotes shall be in accordance with the Contract.
The City, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4
and Title 49 C.F.R., Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination
in Federally -assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies
all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement,
disadvantaged business enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit bids
in response to this invitation and will not be discriminated against on the grounds of race, color, national origin,
or sex in consideration for an award. The City encourages minority and women -owned firms to submit bids
consistent with the City's policy to ensure that such firms are afforded the maximum practicable opportunity to
compete for and obtain public contracts.
The City of Federal Way reserves the right to reject any and all quotes, waive any informalities or minor
irregularities in the solicitation process, and determine which quote or bidder meets the criteria set forth in the
bid documents.
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
RFQ-3 PROJECT # 220
CFW RFQ VERSION 2020 -JUNE
INSTRUCTIONS TO BIDDERS & CHECKLISTS
(1) NOTICE TO CONTRACTORS AND CONTRACT DOCUMENTS
Contractors must comply with the bidder instructions in the Notice to Contractors and the Contract
Documents.
(2) EXAMINATION OF QUOTE AND CONTRACT DOCUMENTS — BIDDER RESPONSIBILITIES
The submission of a quote shall constitute an acknowledgment upon which the City may rely that the
bidder has thoroughly examined and is familiar with the bid and Small Public Works Contract and the
other Contract Documents, the Project site, the availability of materials and labor, publically available
information, and has reviewed and inspected all applicable federal, state, and local statutes, regulations,
ordinances and resolutions dealing with or related to the equipment and/or services to be provided
herein. The failure or neglect of a bidder to examine such documents, statutes, regulations, ordinances
or resolutions shall in no way relieve the bidder from any obligations with respect to the bidder's quote
or the contract documents. No claim for additional compensation will be allowed which is based upon a
lack of knowledge of any contract documents, statutes, regulations, ordinances or resolutions. Bidders
shall visit delivery and service locations(s) as required. Bidders shall become familiar with and verify any
environmental factors, which may impact current or future prices for this requirement.
(3) INTERPRETATION OF QUOTE AND CONTRACT DOCUMENTS
No oral clarifications, interpretations, or representation will be made to any,bidder as to the meaning of
the quote or Contract Documents. Bidders shall not rely upon any oral statement or conversation they
may have with City's employees, agents, representatives, consultants, or design professionals
regarding the Contract Documents, whether at the pre-bid meeting or otherwise and no oral
communications will be binding upon the City. Any questions must be directed to Naveen G. Chandra,
P.E., Senior Capital Engineer, by email at Naveen,Cl-aridi,a((�'citvoffecl4ralwv.cofi-, Any interpretation
deemed necessary by the City will be in the form of an Addendum to the bid documents and when
issued will be sent as promptly as is practical to all parties to whom the bid documents have been
issued. All such Addenda shall become part of the bid.
(4) QUOTE PRICE
The quote price shall include everything necessary for the completion of the Contract and the Work
including, but not limited to, furnishing all materials, equipment, tools, freight charges, facilities and all
management, superintendence, labor and service, except as may be provided otherwise in the Contract
Documents. All Washington State sales tax and all other government taxes, assessments and charges
shall be included in the various Bid item prices as required by law. The offer shall remain in effect ninety
(90) days after the bid opening.
(5) POSTPONEMENT OF QUOTE OPENING
The City reserves the right to postpone the date and time for receiveing the quotes by Addendum at any
time prior to the bid opening date and time announced in these documents.
(6) REJECTION OF BIDS
The City reserves the right to reject any quote for any reason including, but not limited to, the reasons
listed in Special Provisions Section 1-02.13. The City further reserves the right to reject any portion of
any quotes and/or to reject all quotes. In consideration for the City's review and evaluation of its quote,
the bidder waives and releases any claims against the City arising from any rejection of any or all
quotes. If, in the opinion of the City, there is reason to believe that collusion exists among bidders, none
of the bids of the participants in such collusion will be considered.
(7) RECYCLED PRODUCTS
The Contractor shall use recycled paper for proposals and for any printed or photocopied material
created pursuant to a contract with the City whenever practicable and use both sides of paper sheets for
reports submitted to the City whenever practicable.
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
RFQ-4 PROJECT # 220
CFW RFQ VERSION 2020 -JUNE
(8) BIDDER'S CHECKLIST
The bidder's attention is especially called to the following forms, which must be executed in full as
required. Failure to comply may result in rejection of any bid not so complying.
❑Quote: The Quote shall be completed and fully executed, including filling in the total bid
amount.
❑ Contractor Certification — Wane Law Compliance: This form shall be filled in and fully
executed by the bidder.
(9) CONTRACT CHECKLIST
The following documents are to be executed and delivered to the City after the Bid is awarded:
❑ Small Public Works Contract: The successful bidder will fully execute and deliver to the City
the Small Public Works Contract ("Contract") from these Bid Documents.
❑ Certificate of Insurance: The successful bidder will provide a Certificate of Insurance
evidencing the insurance requirement set forth in the Contract.
❑
Perform ance/Paym_ent Bond: The successful bidder will provide a fully executed
Performance/Payment Bond as appropriate or in lieu of a bond, option to authorize the City to
retain ten percent (10%).
❑ Contractor's Retainage Option: The successful bidder will fully execute and deliver to the City
the Contractor's Retainage Option.
❑ Contractor's Retainage_ Bond: If the retainage bond option is chosen, then the successful
bidder will fully execute and deliver to the City the Contractor's Retainage Bond.
❑ Business License: The successful bidder will provide a copy of a current Business License
with the City of Federal Way.
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
RFQ-5 PROJECT # 220
CFW RFQ VERSION 2020 -JUNE
QUOTE
GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT
QUOTE SUBMITTED VIA EMAIL TO:
PW Bids@cityoffederalway.com
Subject line "Bid Submittal — GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT"
QUOTE SUBMITTED BY:
Bidder: Apply -A -Line, LLC
Full Legal Name of Firm
Contact: Ron Reilly
Individual with Legal Authority to sign Bid and Contract
Address: 175 Roy Rd SW Bldg C
Street Address
Pacific WA 98047
City, State Zip
Phone: 253.299-1200
E -Mail: mail@applyaline.com
Select One of the Following: ❑ Corporation
❑ Partnership.
❑ Individual
x Other
State Contractor's License No.: APPLYLL8340J
State Contractor's License Expiration Date: 09 1 11 1 2021
Month Day Year
State UBI No.: 600-553-941
State Worker's Comp. Account No - 879-987-00
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
RFQ-6 PROJECT # 220
CFW RFQ VERSION 2020 -JUNE
NOTE: All entries shall be written in ink or typed. Unit prices for all items, all extensions, and total amount of bid shall be
shown. Enter unit prices in numerical figures only, in dollars and cents to two (2) decimal places (including for whole dollar
amounts). AR figures must be cleariy legible. Bids with illegible figures in the unit price column will be regarded as
nonresponsive. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall
prevail, and totals shall be corrected to conform thereto. The Bidder shall complete this entire Bid Form or. this bid may be
considered non-responsive. The City may correct obvious mathematical errors. The City of Federal Way reserves the right
to reject any and all bids, waive any informalities or minor irregularities in the bidding, and determine which bid or bidder
meets the criteria set forth in the bid documents.
SCHEDULE A: ROADWAY IMPROVEMENTS
All unitprices shall include applicable sales tax (Roadway improvements)
Item
No.
Spec.
Div.
Bid Item Description
Unit
Plan
Qty
Unit Price
Amount
$2,000.00
�$ 7,500.00
$35,000.00
1
1-04
UNEXPECTED SITE CHANGES
FA
1
$2,000.00
$7,500.00
2
1-09 IMOBLIZATION
LS
1
3
1-10 PROJECT TEMPORARY TRAFFIC
CONTROL
LS
1
$35,000.00
4
1-10 PROJECT SIGNS (4'X8')
8-22 PLASTIC BiKE DETECTION SYMBOL
8-22 PLASTIC SHARED LANE MARKINGS
EA
2
$ 550.00
$ 1,100.00
4
5
EA
21
$150.00
$ 3,150.00
EA
88
$ 350.00
$30,800.00
6
8-22
PAINT SHARED LANE MARKINGS
EA
473
$60.00
$28,380.00
TOTAL — SCHEDULE A
$107,930.00
The documents incorporated by reference, as if fully set forth, are the Notice to Contractors, the Instructions to
Bidders and Checklists, the Contractor's Quote (including all forms and supplemental information listed on the
Bidders Checklist), the Contract Documents (including Project Plans, Specifications, and all Appendices,
Amendments, and Supplemental Reports & Information), the Contract Provisions (including all forms and
supplemental information listed on the Contract Checklist), the version of the Washington State Standard
Specifications for Road, Bridge, and Municipal Construction identified herein, and any other documents provided
to bidders and/or referenced in or referred to by the Contract Documents.
Pursuant to and in compliance with the Notice to Contractors for the Project, and other documents relating
thereto, the undersigned has carefully examined all of the bid and contract documents, considered conditions
which may affect the delivery, supply and maintenance for the Project, and hereby proposes to furnish all labor,
materials and perform all work as required in strict accordance with the contract documents, for the referenced
bid amount, inclusive of Washington State sales tax and all other government taxes, assessments and charges
as required by law.
NON -COLLUSION AFFIDAVIT
By signing this quote, the undersigned acknowledges that the person(s), firm, association, or corporation has
(have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise
taken any action in restraint of free competitive bidding in connection with this project.
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
RFQ-7 PROJECT # 220
CFW RFQ VERSION 2020 -JUNE
To report rigging activities, call 1-800-424-9071. The U.S. Department of Transportation (USDOT) operates the
toll-free hotline Monday through Friday, 8:00 a.m. to 5:00 p.m., Eastern Time. Anyone with knowledge of
possible bid rigging, bidder collusion, or other fraudulent activities should use the hotline to report such
activities. The hotline is part of USDOT's continuing effort to identify and investigate highway construction
contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information
will be treated confidentially and caller anonymity will be respected.
CONFLICTS OF INTEREST GRATUITIES & NON-COMPETITIVE PRACTICES
By signing this quote, the undersigned agrees as follows:
(1) That it has no direct or indirect pecuniary or proprietary interest, that it shall not acquire any interest
which conflicts in any manner or degree with the work, services, equipment or materials required to be
performed and/or provided under this contract and that it shall not employ any person or agent having
any such interests. In the event that the Contractor or its agents, employees or representatives
hereafter acquires such a conflict of interest, it shall immediately disclose such interest to the City and
take action immediately to eliminate the conflict or to withdraw from this contract, as the City may
require; and
(2) That no person or selling agency except bona fide employees or designated agents or representatives
of the Contractor have been employed or retained to solicit or secure this contract with an agreement or
understanding that a commission, percentage, brokerage, or contingent fee would be paid; and
(3) That no gratuities in the form of entertainment, gifts or otherwise, were offered or given by the
Contractor or any of its agents, employees or representatives, to any official, member or employee of
the City or other governmental agency with a view toward securing this contract or securing favorable
treatment with respect to the awarding or amending, or the making of any determination with respect to
the performance of this contract.
AFFIDAVIT OF ELIGIBILITY
The Contractor certifies that it is properly licensed and registered under the laws of the State of Washington and
has not been determined to have been in violation of RCW 50.12.070(1)(b), RCW 51.16.070(1)(b), or RCW
82.32.070(2) within the last two years. The Contractor further certifies that it has not been determined, within
the last one year, to have committed any combination of two of the following violations or infractions within a five
year period: (1) Violated RCW 51.48.020(1) or 51.48.103; or (2) Committed an infraction or violation under
Chapter 18.27 RCW.
CERTIFICATION OF LAWFUL EMPLOYMENT
The Contractor hereby certifies that it has complied with all provisions of the Immigration and Nationality Act
now or as herein after amended, 8 U.S.C. 1101 et. Seq., and that all employees, including subcontractor
employees, are lawfully permitted to perform work in the United States as provided in this agreement with the
City of Federal Way.
Receipt of the following Addendums is hereby acknowledged:
Addendum
No. 1
Date Issued: 06/22/2020
Addendum
No. 2
Date Issued: 06/23/2020
Addendum
No.
Date Issued:
Addendum
No.
Date Issued:
Addendum
No. J ..
Date Issued:
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
RFQ-8 PROJECT # 220
CFW RFQ VERSION 2020 -JUNE
The undersigned individual represents and warrants that he or she is dully authorized to execute the bid and all
bid documents on behalf of any partnership, joint venture or corporation.
By: Z;�n_
Signature
Ron Reilly
Printed Name
Assistant Vice President
Title
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
RFQ-9 PROJECT # 220
CFW RFQ VERSION 2020 -JUNE
CONTRACTOR WAGE LAW COMPLIANCE CERTIFICATION
FAILURE TO RETURN THIS CERTIFICATION AS PART OF THE BID QUOTE PACKAGE WILL MAKE THIS
BID NONRESPONSIVE AND INELIGIBLE FOR AWARD.
I hereby certify, under penalty of perjury under the laws of the State of Washington, on behalf of the firm
identified below that, to the best of my knowledge and belief, this firm has NOT been determined by a final and
binding citation and notice of assessment issued by the Washington State Department of Labor and industries
or through a civil judgment entered by a court of limited or general jurisdiction to have willfully violated, as
defined in RCW 49.48.082, any provision of Chapters 49.46, 49.48, and 49.52 RCW within three (3) years prior
to the date of the Request for Bids.
Bidder Name: Apply -A -Line, LLC
Print Full Legal Name of Firm
By: J�
Signature of Authorized Person
Title: Assistant Vice President
Title of Person Signing Certificate
Date: 06/25/2020
Ron Reilly
Print Name of Person Making Certifications for Firm
Place: Pacific, Washington
Print City and State Where Signed
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
RFQ-10 PROJECT # 220
CFW RFQ VERSION 2020 -JUNE
SMALL PUBLIC WORKS CONTRACT
THIS SMALL PUBLIC WORKS CONTRACT ("Contract") is dated effective this day of
20 and is made by and between the City of Federal Way, a Washington municipal corporation ("City or
Owner"), and Apply -A -Line, LLC, a Limited Liablility Company ("Contractor"), for the project known as Greenway
Pavement Markings Phase 1 (2020) Project (the "Project").
A. The City desires to retain an independent contractor to furnish all labor and materials necessary to perform
work necessary to complete the Project; and
B. The Contractor has the requisite skill and experience to perform such work.
NOW, THEREFORE, the parties ("Parties") agree to the following terms and conditions:
1. SERVICES BY CONTRACTOR
Contractor shall perform all Work and furnish all tools, materials, supplies, equipment, labor and other
items incidental thereto necessary for the construction and completion of the Project. Contractor shall perform
the Work in a manner consistent with accepted practices for other properly licensed contractors and in
accordance with and as described in the Contract Documents, which Work shall be completed to the City's
satisfaction, within the time period prescribed by the City and pursuant to the direction of the Mayor or his or her
designee.
2. TERM
2.1 This Contract shall commence on the effective date of this Contract and continue until the Project is
formally accepted as complete by the City Council, Notice of Project Completion is filed with State agencies, and
all bonds for the Project are released by the City.
2.2 The Contractor must complete the Work in accordance with the number of Working Days for the
Project as identified in the Contract Documents. With regard to obtaining Substantial Completion and the
Completion Date by the Contractor, time is of the essence. In the event the Work is not substantially completed
within the time specified in the Contract Documents, Contractor agrees to pay to the City liquidated damages in
the amount set forth in the Contract Documents. The parties acknowledge that delays inconvenience the public
and cost taxpayers undue sums of money, adding time needed for administration, inspection, and supervision of
the Project and diverting City resources from other projects and obligations.
2.3 If the Contractor is unreasonably delayed by others, notification shall be made in writing to the
Engineer in accordance with the Contract Documents. Any request for a time extension or additional
compensation (including expectancy or consequential damages) allegedly resulting from such delay shall be
made in accordance with the procedures of the Contract Documents. Failure to follow the notice procedures in
the Contract Documents is a full and complete waiver of Contractor's right to additional time, money, damages,
or other relief (including expectancy or consequential damages) as a result of the event or condition giving rise
to such request.
3. COMPENSATION
3.1 In consideration of the Contractor performing the Work, the City agrees to pay the Contractor an
amount not to exceed One Hundred and Seven Thousand Nine -Hundred Thirtyand 00/100 Dollars
($107,930.00), which amount shall constitute full and complete payment by the City ("Total Compensation").
The Contractor shall be solely responsible for the payment of any taxes imposed by any lawful jurisdiction as a
result of the performance and payment of this Contract.
3.2 The City shall pay the Contractor for Work performed under this Contract as detailed in the Bid
Quote, which is incorporated herein and made a part hereof by this reference, and as detailed in the Contract
Documents. The City shall have the right to withhold payment to the Contractor for any of the Work not
completed in a satisfactory manner, in the City's sole and absolute discretion, which shall be withheld until such
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
RFQ-11 PROJECT # 220
CFW RFQ VERSION 2020 -JUNE
time as Contractor modifies or repairs the Work so that the Work is acceptable to the City. Payment to the
Contractor for partial estimates, final estimates, and retained percentages shall be subject to controlling laws.
3.3 In addition to the requirements set forth in the Contract Documents, the Contractor shall maintain
Project cost records by cost codes and shall contemporaneously segregate and separately record, at the time
incurred, all costs (1) directly associated with each work activity, (2) directly or indirectly resulting from any
event, occurrence, condition, or direction for which Contractor seeks an adjustment in Contract price Contract
time, or related to any other Claim or protest. Any work performed for which Contractor intends to seek an
adjustment in Contract Price or Contract Time, or related to any other Claim or protest, shall be recorded on the
same day the work is performed and kept separate so as to distinguish it from Contract Work.
4. INDEPENDENT CONTRACTOR
4.1 It is the intention and understanding of the Parties that the Contractor shall be an independent
contractor and that the City shall be neither liable nor obligated to pay Contractor sick leave, vacation pay or any
other benefit of employment, nor to pay any social security or other tax which may arise as an incident of
employment. The Contractor shall not conduct itself as nor claim to be an officer or employee of the City. The
Contractor shall pay all income and other taxes due. Industrial or any other insurance that is purchased for the
benefit of the City, regardless of whether such may provide a secondary or incidental benefit to the Contractor,
shall not be deemed to convert this Agreement to an employment contract. It is recognized that Contractor may
or will be performing professional services during the Term for other parties; provided, however, that such
performance of other services shall not conflict with or interfere with Contractor's ability to perform the Services.
Contractor agrees to resolve any such conflicts of interest in favor of the City. Nothing contained in this Contract
shall create a contractual or direct relationship with or a cause of action in favor of a Subcontractor or third party
against the City, or by the Contractor against the Engineer, or against any of their agents, employees,
engineers, or consultants.
4.2 If the Contractor is a sole proprietorship or if this is a contract with an individual, the contractor
agrees to notify the City and complete any required form if the Contractor retired under a State of Washington
retirement system and agrees to indemnify any losses the City may sustain through the Contractor's failure to
do so.
5. INDEMNIFICATION
5.1 Contractor Indemnification.
5.1.1 The Contractor shall indemnify, defend, and hold the City, its elected officials, officers, employees,
agents, consultants, and volunteers (collectively "the Indemnified Parties") harmless from any costs or losses,
and pay and damages or judgments, related to any claim brought by any person employed in any capacity by
the Contractor or subcontractor or supplier (of any tier) performing the Work, with respect to the payment of
wages, salaries, or other compensation or benefits including but not limited to benefits such as medical, health,
retirement, vacation, sick leave, etc.
5.1.2. To the fullest extent permitted by law, the Contractor shall defend, release, indemnify, and hold
harmless the City and the Indemnified Parties for, from, and against any and all claims, demands, losses, costs,
damages, suits, actions, expenses, fines, penalties, response costs, and liabilities (including costs and all
attorney and expert fees and internal personnel costs of investigation) of whatsoever kind or nature to the extent
arising from, resulting from, connected with, or incident to the Contractor's performance or failure to perform this
Contract or the Work or its breach of this Contract; provided, however, that if the provisions of RCW 4.24.155
apply to the Work and any injuries to persons or property arising out of the performance of this Contract are
caused by or result from the concurrent negligence of the Contractor or its subcontractors, agents, employees,
or anyone for whom they are legally liable, and an Indemnified Party, the indemnification and defense
obligations under this Section 5.1.2 apply only to the extent of the negligence of the Contractor, its
subcontractors, agents, employees, and anyone for whom they are legally liable.
5.1.3 Contractor specifically assumes potential liability for actions brought by the Contractor's own
employees or former employees against any Indemnified Party, and for that purpose Contractor waives any
immunity that may be granted to it under the Washington State Industrial Insurance Act, Title 51 RCW.
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
RFQ-12 PROJECT # 220
CFW RFQ VERSION 2020 -JUNE
Contractor's indemnification shall not be limited in any way by any limitation on the amount of damages,
compensation or benefits payable to or by any third party under workers' compensation acts, disability benefit
acts or any other benefits acts or programs. Provided, however, the Contractor's waiver of immunity by the
provisions of this paragraph extends only to claims against the Contractor by any Indemnified party, and does
not include, or extend to, any claims by the Contractor's employee directly against the Contractor. The
Contractor recognizes that this waiver was specifically entered into.
5.2 Contractor Release. Any deviation, alteration, variation, addition, or omission in the Work by
Contractor from the Contract Documents shall preclude Contractor from bringing any Claim or request for
additional time or compensation on the basis of an alleged defect or error in the Contract Documents related to
or arising, in any way, from that deviation, alteration, variation, addition, or omission. The Contractor further
warrants that any alteration, variation, deletion, or omission fully complies with or exceeds all requirements of
the Contract Documents and assumes all risk thereof.
5.3 Survival. The provisions of this Section shall (1) survive the expiration or termination of this Contract
with respect to any event occurring prior to such expiration or termination, final payment hereunder, and any
applicable statute of repose with respect to claims, fines, costs or damages brought or made against any
Indemnified Party; (2) shall not be limited by RCW 4.16326(g); and (3) are in addition to any other rights or
remedies which the City and/or any of the Indemnified Parties may have by law or under this Contract.
5.4 Offset. In the event of any claim or demand made against any Indemnified Party hereunder, the City
may, in its sole discretion, reserve, retain or apply any monies due to the Contractor under the Contract or any
other agreement or contract with the City for the purpose of resolving such claims; provided, however, that the
City may, in the City's sole discretion, release such funds if the Contractor provides the City with adequate
assurance of the protection of the City's and the other Indemnified Parties interests.
5.5 The Contractor shall ensure that each Subcontract includes a provision requiring each
Subcontractor to indemnify and defend the City and the Indemnified Parties in the same manner, to the same
extent, and for the same duration as Contractor agrees to indemnify and defend the City and the Indemnified
Parties in this Section 5.
6. OWNERSHIP OF DOCUMENTS
All originals and copies of work product, including plans, sketches, layouts, designs, design
specifications, records, files, computer disks, magnetic media, all finished or unfinished documents or material
which may be produced or modified by Contractor while performing the Work, whether or not required to be
furnished to the City, shall become the property of the City, shall be delivered to the City at its request, and may
be used by the City without restriction.
7. PATENTS, COPYRIGHTS, AND RIGHTS IN DATA
7.1 Any patentable result or material suitable for copyright arising out of this Contract shall be owned by
and made available to the City for public use, unless the City shall, in a specific case where it is legally
permissible, determine that it is in the public interest that it not be so owned or available.
7.2 The Contractor agrees that the ownership of any plans, drawings, designs, specifications, computer
programs, technical reports, operating manuals, calculations, notes and other work submitted or which is
specified to be delivered under this Contract, whether or not complete (referred to in this subsection as "Subject
Data"), is hereby irrevocably transferred and assigned to the City and shall be vested in the City or such other
local, state or federal agency, if any, as may be provided by separate contract with the City. The Contractor shall
execute and deliver such instruments and take such other action(s) as may be requested by the City to perfect
or protect the City's rights to such Subject Data and work product, and to perfect the assignments and transfers
contemplated in Sections 6 and 7.
7.3 All such Subject Data furnished by the Contractor pursuant to this Contract, other than documents
exclusively for internal use by the City, shall carry such notations on the front cover or a title page (or in such
case of maps, in the same block) as may be requested by the City. The Contractor shall also place their
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
RFQ-13 PROJECT # 220
CFW RFQ VERSION 2020 -JUNE
endorsement on all Subject Data furnished by them. All such identification details shall be subject to approval by
the City prior to printing.
7.4 The Contractor shall ensure that substantially the foregoing paragraphs in Sections 6 and 7 are
included in each subcontract for the work on the Project.
8. GENERAL PROVISIONS
8.1 Entire Contract. The Contract Documents contain all of the agreements of the Parties with respect to
any matter covered or mentioned in this Contract and no prior agreements or understandings pertaining to any
such matters shall be effective for any purpose. In entering into this Contract, neither party has relied upon any
statement, estimate, forecast, projection, representation, warranty, action or agreement of the other party except
for those expressly contained in the Contract Documents.
8.2 Documents. The documents incorporated by reference, as if fully set forth in this Contract, are the
Notice to Contractors, the Instructions to Bidders and Checklists, the Contractor's Quote (including all forms and
supplemental information listed on the Bidders Checklist), the Contract Documents (including Project Plans,
Specifications, and all Appendices, Amendments, and Supplemental Reports & Information), the Contract
Provisions (including all forms and supplemental information listed on the Contract Checklist), the version of the
Washington State Standard Specifications for Road, Bridge, and Municipal Construction identified herein, and
any other documents provided to bidders and/or referenced in or referred to by the Contract Documents.
8.3 Modification. No provisions of this Contract, including this provision, may be amended or added to
except by agreement in writing signed by the Parties or their respective successors in interest in accordance
with the Contract Documents.
8.4 Change Orders. In addition to its rights under the Contract Documents, the City may unilaterally
issue a Change Order at any time making changes within the general scope of the Contract, without invalidating
the Contract and without providing notice to sureties. The City's issuance of a unilateral Change Order shall not
be construed as a waiver of any rights afforded the City, including its right to reject a prior protest or request for
change or Claim due to untimeliness or the Contractor's failure to fully comply with the requirements of the
Contract Documents, or to void the unilateral Change Order due to unilateral mistake, misrepresentation, or
fraud.
8.5 Total Cost Method / Claims. In no event shall a Total Cost Method or a modified Total Cost Method
be used by the Contractor to calculate any adjustments to the Contract price. For the purpose of this provision,
any cost method, or variety of cost methods, using the difference between the actual cost of the Work and the
Bid or Contract price of the Work to calculate any additional compensation or money owed to the Contractor
shall be considered a Total Cost Method. In addition, the City shall not be responsible for, and the Contractor
shall not be entitled to, any compensation for unallowable costs. Unallowable costs include, but are not limited
to: (i) interest or attorneys' fees, except as mandated by statute; (ii) Claim preparation or filing costs; (iii) the
costs of preparing notices or protests; (iv) lost profits, lost income, or lost earnings; (v) costs for idle equipment
when such equipment is not at the Site, has not been employed in the Work, or is not scheduled to be used at
the Site; (vi) claims consulting costs; (vii) expert fees and costs; (viii) loss of other business; and/or (ix) any other
special, consequential, expectancy, incidental, or indirect damages incurred by the Contractor, Subcontractors,
or suppliers.
8.6 Warranties and Guarantees. In addition to the requirements of the Contract Documents, the
Contractor warrants that all portions of the Work that will be covered by a manufacturer's or supplier's guarantee
or warranty shall be performed in such a manner so as to preserve all rights under such guarantees or
warranties. If the City attempts to enforce a claim based upon a manufacturer's or supplier's guarantee or
warranty and such manufacturer or supplier refuses to honor such guarantee or warranty based, in whole or in
part, on a claim of defective installation by the Contractor or a Subcontractor, the Contractor shall be
responsible for any resulting loss or damage, and repairs, incurred by the City as a result of the manufacturer's
or supplier's refusal to honor such guarantee or warranty. This obligation survives termination of this Contract.
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
RFQ-14 PROJECT # 220
CFW RFQ VERSION 2020 -JUNE
8.7 Full Force and Effect. Any provision of this Contract, which is declared invalid, void or illegal, shall in
no way affect, impair, or invalidate any other provision hereof and such other provisions shall remain in full force
and effect.
8.8 Assignment. The Contractor shall not transfer or assign, in whole or in part, any or all of its
obligations and rights hereunder without the prior written consent of the City. In the event the City consents to
any such assignment or transfer, such consent shall in no way release the Contractor from any of its obligations
or liabilities under this Contract.
8.9 Successors In Interest. Subject to the preceding Subsection, this Contract shall be binding upon and
inure to the benefit of the Parties' successors in interest, heirs and assigns.
8.10 Time Limitation and Venue. For the convenience of the parties to the Contract it is mutually agreed
by the parties that any claims, causes of action, or disputes which the Contractor has against the City arising
from the Contract shall be brought within the following time period: (i) 180 calendar days from the date of
Substantial Completion for those claims, causes of action, or disputes arising prior to the date of Substantial
Completion, and (ii) 180 calendar days from the date of Final Acceptance of the Contract by the City for those
claims, causes of action, or dispute arising after the date of Substantial Completion. It is further agreed that the
venue for any claim, cause of action, or dispute related to this Contract shall be King County, Washington, which
shall have exclusive jurisdiction over any such case, controversy, or dispute. The parties understand and agree
that the Contractor's failure to bring suit within the time period provided, shall be a complete bar to any such
claims or causes of action. It is further mutually agreed by the parties that when any claims, causes of action, or
disputes which the Contractor asserts against the City arising from the Contract are filed with the City or initiated
in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City
to assist in evaluating the claims, action, or dispute.
8.11 No Waiver. Failure of the City to declare any breach or default immediately upon occurrence
thereof, or delay in taking any action in connection with, shall not waive such breach or default. Failure of the
City to declare one breach or default does not act as a waiver of the City's right to declare another breach or
default.
8.12 Sole Authority/Discretion/Judgment. Where the Contract Documents provide the City or its
Engineer with "sole" authority, discretion, or judgment, such authority, discretion, or judgment shall be
considered unconditional and absolute.
8.13 Governing Law. This Contract shall be made in and shall be governed by and interpreted in
accordance with the laws of the State of Washington.
8.14 Authority. Each individual executing this Contract on behalf of the City and Contractor represents
and warrants that such individuals are duly authorized to execute and deliver this Contract on behalf of the
Contractor or City.
8.15 Engineer. The Engineer is the City's representative who directly supervises the engineering and
administration of a construction Contract. The Engineer's authorities, duties, and responsibilities are limited to
those specifically identified in the Contract Documents. Designation of an individual or entity as the Engineer for
the Project is solely to identify the representative of the City as the entity to act as the Engineer as described in
the Contract Documents. Using the term "engineer" does not imply that such entity or person is a licensed
professional engineer or an engineering company and does not import any additional obligations upon the
actions of the Engineer that may govern licensed professional engineers when performing engineering services.
The Engineer for this Project is designated as: Naveen G. Chandra, P.E., Senior Capital Engineer, City of
Federal Way, Washington.
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
RFQ-15 PROJECT # 220
CFW RFQ VERSION 2020 -JUNE
8.16 Notices. Any notices required to be given to Contractor or to the Engineer shall be delivered to the
Parties at the addresses set forth below. Any notices may be delivered personally to the addressee of the
notice or may be deposited in the United States mail, postage prepaid, to the address set forth herein. Any
notice so posted in the United States mail shall be deemed received three (3) days after the date of mailing.
CONTRACTOR: Apply -A -Line, LLC
Attn: Ron Reilly, Assistant Vice President
175 Roy Road SW Bldg C
Pacific, WA 98047
ENGINEER: City of Federal Way
Attn: Naveen G. Chandra, P.E., Senior Capital Engineer
33325 8th Ave S
Federal Way, WA 98003
8.17 Captions. The respective captions of the Sections of this Contract are inserted for convenience of
reference only and shall not be deemed to modify or otherwise affect in any respect any of the provisions of this
Contract.
8.18 Performance. Time is of the essence of this Contract and each and all of its provisions in which
performance is a factor. Adherence to completion dates is essential to the Contractor's performance of this
Contract.
8.19 Compliance with Ethics Code. If a violation of the City's Ethics Resolution No. 91-54, as amended,
occurs as a result of the formation and/or performance of this Contract, this Contract may be rendered null and
void, at the City's option.
9. PERFORMANCE/PAYMENT BOND
Pursuant to RCW 39.08.010, the Contractor's payment and performance bonds must be conditioned
upon: (i) faithful performance of all of the provisions of the Contract, including warranty obligations; (ii) the
payment of all laborers, mechanics, Subcontractors, and Suppliers, and all persons who supply such persons
with provisions or supplies in carrying out the Work; and (iii) payment of any taxes, liabilities, increases, or
penalties incurred on the Project under Titles 50, 51, and 82 RCW which may be due on (a) projects referred to
in RCW 60.28.011(1)(b), and (b) projects for which the bond is conditioned on the payment of such taxes,
liabilities, increases, or penalties. Contractor's obligations under this Contract shall not be limited to the dollar
amount of the bond.
Alternatively, pursuant to RCW 39.08.010, at the option of Contractor, if the value of this Contract is less
than One Hundred Fifty Thousand Dollars ($150,000.00), the City may, in lieu of a bond, retain ten percent
(10%) of the Contract amount for a period of thirty (30) days after the date of final acceptance, or until receipt of
all necessary releases from the Department of Revenue and the Department of Labor and Industries and
settlement of any liens filed under Chapter 60.28 RCW, whichever is later. The Contractor must notify the City in
writing if it elects to take this alternative.
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
RFQ-16 PROJECT # 220
CFW RFQ VERSION 2020 -JUNE
DATED the day and year set forth above.
CITY OF FEDERAL WAY:
V ^ e
Jim Ferrell, Mayor
33325 8th Avenue South
Federal Way, WA 98003-6325
ATTEST:
iim W&
h nie Courtney, CM ity Clerk
APPROVED AS TO FORM:
J. Ryan Call, City Attorney
NOTARY OF CONTRACTOR'S SIGNATURE:
STATE OF WASHINGTON )
) ss.
COUNTY OF PIERCE }
CONTRACTOR -
4
Signature of Authorized Individual
Ron Reilly. Assisstant Vice President
Printed Name of Authorized Individual
175 Roy Road SW Bldg C
Street Address
Pacific WA 98047
City, State, Zip
On this day personally appeared before me Ron Reilly, to me known to be the Assistant Vice Presidnet of
Apply -A -Line, LLC that executed the foregoing instrument, and acknowledged the said instrument to be the free
and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath
stated that he/she was authorized to execute said instrument and that the seal affixed, if any, is the corporate
seal of said corporation.
GIVEN my hand and official seal this
SANDRA L SABLAN
Notary Pubii.
State of Washinato,.
Commission # 9087'
My Comm. Expires Mar 29, 2023
30th ay of July 202Q
Sandr ably
4 (typed/printed name of notary)
Notary Public in and for the State of Washington.
My commission expires 03/29/2023
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
RFQ-17 PROJECT # 220
CFW RFQ VERSION 2020 -JUNE
PROJECT NUMBER
SAMPLE CONTRACT CHANGE ORDER
AGREEMENT NUMBER
PROJECT TITLE
CHANGE ORDER NUMBER EFFECTIVE DATE
SUMMARY OF PROPOSED CHANGES:
This Change Order covers the work changes summarized below:
The time provided for completion in the Contract is
CONTRACTOR
❑ Unchanged
❑ Increased by_ Working Day(s)
❑ Decreased by_ Working Day(s)
This Document shall become an Amendment to the Contract and all provisions of the Contract not amended
herein will apply to this Change Order.
Will this change affect expiration or extent of Insurance coverage? ❑ Yes ❑ No
If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No
MODIFICATIONS TO UNIT PRICES:
PREVIOUS REVISED
ITEM NO. ITEM QTY UNIT PRICE UNIT PRICE ADD OR DELETE
THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE:
ITEM NO. ITEM QTY UNIT PRICE ADD OR DELETE
TOTAL NET CONTRACT:
DEPARTMENT RECAP TO DATE:
INCREASE DECREASE $
ORIGINAL CONTRACT AMOUNT $
PREVIOUS CHANGE ORDERS $
THIS CHANGE ORDER $
NEW CONTRACT AMOUNT $
STATEMENT:
Payment for the above work will be in accordance with applicable portions of the standard specifications, and
with the understanding that all materials, workmanship and measurements shall be in accordance with the
provisions of the standard specifications, the contract plans, and the special provisions governing the types of
construction. The execution of this Change Order shall constitute full satisfaction and a waiver of any and all
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
RFQ-18 PROJECT # 220
CFW RFQ VERSION 2020,JUNE
claims by the Contractor arising out of, or relating in any way to, the Work identified, to be performed, or deleted
pursuant to Change Order except as specifically described in this Change Order.
CONTRACTOR'S SIGNATURE DATE
PUBLIC WORKS DIRECTOR DATE
Contract Charge Order
provided for Contractor's
reference. Change orders
executed during the project
Will use this form.
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
RFQ-19 PROJECT # 220
CFW RFQ VERSION 2020 -JUNE
GERTQRCATE OF NSURANC
Contractor's Certificate (,)f
Insurance to be inserted
here during Contract
Execution
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
RFQ-20 PROJECT # 220
CFW RFQ VERSION 2020-1UNE
APPLINC-01 LMORELI
CERTIFICATE OF LIABILITY INSURANCE DAT D/YYYY)
7128122ar202o
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
ERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
ELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
. ..... .... CONTACT...
PRODUCER I_NAME .... ____.
Hub International Northwest LLC PHON v, sM). (425) 489-4500 ',ue, No)w(425) 485-8489
PO Box 3018 MAIL now.info@hubintes'national.com
Bothell, WA 98041 ADDRESS - _
IN$URERjs} AFFORDING COVERAGE NAIL IF
INSJRER A The Phoenix insurance Company ..25623
INSURED Ih:iUiEFr a Travelers Property Casualty Company of America 125574
Apply -A -Line, LLC
175 Roy Road SW, Bldg C
NSURER C
NS
Pacific, WA 98047
INSURER E 11
INSURER F:
COVERAGES CERTIFICATE NUMBER; _REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
ADDL $UBR POLICY EFF POLICY EXP
INSRR TYPE OF INSURANCE POLICY NUMBER M1D 'YYYY:]... + D YYY ., LIMITS
A X COMMERCIAL GENERAL LIABILITY LEA[.I I (;CGU-RENCt 1'000,000
DAMAGE TO RENTED 300,000
CLAIMS -MADE X I OCCUR X X DT-CO-9J875917-PHX-20 1/1/2020 1/1/2021 j7FLMISE=,S C �c rr_ r
X WA STOP GAP WED t) _ti r er c n1 5 10,000
PERSCriAl. &ADV INJURY '1,000,000
—
GEN'LAGGRE,GATE.LIMIT APPLIES PER: GENERAL AGGREGATE $� 7'000'000
POLICY X PRO- F-1 LOC PP
C�MPIOP AGO 2,000.000
JECT
S AUTOMOBILE LIABILITY
rx
I ANY AUTOOWNED SCHEDULEDAUTOS ONLY AUTOS
HIREL) X NC+t,-2 ,t4PD
AUT,JS ONLY AI I I UNLY
X UMBRELLA LIAB X OCCUR
EXCESS LIAB CLAIMS -MADE
DED X RETENTION$ 10,000
B WORKERS AND EMPLOYQLIABILITY
ERS'
YIN
lh s. R:E 7i, R;P e, H I I, N:PJEXECUTIVE
:- ❑
,71ME- F:tMCLUDED7
(Mandatory in NH]
11 yet:• dc.,i nu under
DESC,JIPTrON C''PERATIONS WOW
X DT•810-31-121373-20-26-13 I 111/2020 11/112021
X CUPOP4289542026
B-6.1792983-20-26-13
Ca7dr7 NED SIN:;LE LIMJ 1,000,000
HUDILYINJURRY(Per ersen $
BODILY INJURY' iPgr arciCanl) $ _
PROPERTY AN.IAGL
�Pcr accidemt $
EACH OCCURRUNCF
1/1/2020 1/1/2021 1. A r E( --A—, E
11112020 1 1/1/2021
PER X U 1 H-
.$TATll f E. _.,, ER...__
E L f £ N_ _ IiDENT,f
EL DISFASE EA EMPLOY
�. 3,0
8,0
1,00
DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES (AGORA 101, Additional Remarks Schedule, maybe attached If more space Is required)
Re: AAL #1FEA6038 Greenway Pavement Markings Phase 1 (2020) Project No. 220
City of Federal Way , its officials, employees and volunteers are included as an Additional Insured, coverage is primary and non-contributory and waiver of
subrogation applies per the attached farms/endorsements.
CERTIFICATE HOLDER
City of Federal Way
33325 8th Ave S
Federal Way, WA 98003
ACORD 25 (2016/03)
CANCELLATION —
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
©1988-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
Policy #DT-C0-9J875917-PHX-20
COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
LAH ET ADDITIONAL I ISURED - AUTOMATIC STATUS
IF REQUIRED BY VVR7 EN CONTRACT (CONTRACTORS)
This endorsement modifies insurance provided under the following
COMMERCIAL GENERAL LIABILITY COVERAGE PART
The following is added to SECTION II — WHO IS AN
(a) The Additional Insured — Owners, Les -
INSURED:
sees or Contractors — Scheduled Person
Any person or organization that:
or Organization endorsement CG 20 10
07 04 or CG 20 10 04 13, the Additional
a. You agree in a written contract or agreement to
Insured — Owners, Lessees or Contrac-
include as an additional insured on this Coverage
tors — Completed Operations endorse-
ment CG 20 37 07 04 or CG 20 37 04 13,
b. Has not been added as an additional insured for
or both of such endorsements with either
the same project by attachment of an endorse-
of those edition dates; or
ment under this Coverage Part which includes
(b) Either or both of the following: the Addi-
such person or organization in the endorsement's
tional Insured — Owners, Lessees or Con -
schedule;
tractors — Scheduled Person Or Organi-
is an insured, but:
zation endorsement CG 20 10, or the Ad-
a. Only with respect to liability for "bodily injury" or
ditional Insured — Owners, Lessees or
'"property damage" that occurs. or for "personal
Contractors — Completed Operations en -
injury" caused by an offense that is committed,
dorsement CG 20 37, without an edition
subsequent to the signing of that contract or
date of such endorsement specified;
agreement and while that part of the contract or
the person or organization is an additional in -
agreement is in effect; and
sured only if the injury or damage is caused,
b. Only as described in Paragraph (1), (2) or (3) be-
in whole or in part, by acts or omissions of
low, whichever applies:
you or your subcontractor in the performance
(1) If the written contract or agreement specifical-
of "your work" to which the written contract or
ly requires you to provide additional insured
agreement applies; or
coverage to that person or organization by
(3) If neither Paragraph (1) nor (2) above applies:
the use of:
(a) The person or organization is an addi-
(a) The Additional Insured — Owners, Les-
tional insured only if, and to the extent
sees or Contractors — (Form B) endorse-
that, the injury or damage is caused by
ment CG 20 10 11 85; or
acts or omissions of you or your subcon-
(b) Either or both of the following: the Addi-
tractor in the performance of "your work'
tional Insured — Owners, Lessees or Con-
to which the written contract or agree -
tractors — Scheduled Person Or Organi-
ment applies; and
zation endorsement CG 20 10 10 01, or
(b) Such person or organization does not
the Additional Insured — Owners, Lessees
qualify as an additional insured with re -
or Contractors — Completed Operations
spect to the independent acts or omis-
endorsement CG 20 37 10 01;
sions of such person or organization.
the person or organization is an additional in-
The insurance provided to such additional insured is
sured only if the injury or damage arises out
subject to the following provisions:
of "your work" to which the written contract or
a. If the Limits of Insurance of this Coverage Part
agreement applies;
shown in the Declarations exceed the minimum
(2) If the written contract or agreement specifical-
limits required by the written contract or agree-
ly requires you to provide additional insured
ment, the insurance provided to the additional in -
coverage to that person or organization by
sured will be limited to such minimum required
the use of:
limits. For the purposes of determining whether
CG D6 04 02 19 0 2017 The Travelers Indemnity Company. All rights reserved. Page 1 of 2
COMMERCIAL GENERAL LIABILITY
this limitation applies, the minimum limits required
by the written contract or agreement will be con-
sidered to include the minimum limits of any Um-
brella or Excess liability coverage required for the
additional insured by that written contract or
agreement. This provision will not increase the
limits of insurance described in Section III — Limits
Of Insurance.
b. The insurance provided to such additional insured
does not apply to:
(1) Any "bodily injury", "property damage" or
"personal injury" arising out of the providing,
or failure to provide, any professional archi-
tectural, engineering or surveying services,
including:
(a) The preparing, approving, or failing to
prepare or approve, maps, shop draw-
ings, opinions, reports, surveys, field or-
ders or change orders, or the preparing,
approving, or failing to prepare or ap-
prove, drawings and specifications; and
(b) Supervisory, inspection, architectural or
engineering activities.
(2) Any "bodily injury' or "property damage"
caused by "your work" and included in the
"products -completed operations hazard" un-
less the written contract or agreement specifi-
cally requires you to provide such coverage
for that additional insured during the policy
period.
c. The additional insured must comply with the fol-
lowing duties:
(1) Give us written notice as soon as practicable
of an "occurrence" or an offense which may
result in a claim. To the extent possible, such
notice should include:
(a) How, when and where the "occurrence"
or offense took place;
(b) The names and addresses of any injured
persons and witnesses; and
(c) The nature and location of any injury or
damage arising out of the "occurrence" or
offense.
(2) If a claim is made or "suit" is brought against
the additional insured:
(a) Immediately record the specifics of the
claim or "suit" and the date received; and
(b) Notify us as soon as practicable and see
to it that we receive written notice of the
claim or "suit" as soon as practicable.
(3) Immediately send us copies of all legal pa-
pers received in connection with the claim or
"suit", cooperate with us in the investigation
or settlement of the claim or defense against
the "suit", and otherwise comply with all policy
conditions.
(4) Tender the defense and indemnity of any
claim or "suit" to any provider of other insur-
ance which would cover such additional in-
sured for a loss we cover. However, this con-
dition does not affect whether the insurance
provided to such additional insured is primary
to other insurance available to such additional
insured which covers that person or organiza-
tion as a named insured as described in Par-
agraph 4., Other Insurance, of Section IV —
Commercial General Liability Conditions.
Page 2 of 2 0 2017 The Travelers Indemnity Company. All rights reserved. CG D6 04 02 19
Policy #DT-C0-9J875917-PHX-20
COMMERCIAL GENERAL LIABILITY
c. Method Of Sharing
If all of the other insurance permits contribution
by equal shares, we will follow this method also.
Under this approach each insurer contributes
equal amounts until it has paid its applicable
limit of insurance or none of the loss remains,
whichever comes first.
If any of the other insurance does not permit
contribution by equal shares, we will contribute
by limits. Under this method, each insurer's
share is based on the ratio of its applicable limit
of insurance to the total applicable limits of
insurance of all insurers.
d. ;Primary And Non -Contributory Insurance If
(Required By written Contract
If you specifically agree in a written contract or
agreement that the insurance afforded to an
insured under this Coverage Part must apply on
a primary basis, or a primary and non-
contributory basis, this insurance is primary to
other insurance that is available to such insured
which covers such insured as a named insured,
and we will not share with that other insurance,
provided that:
(1) The "bodily injury' or "property damage" for
which coverage is sought occurs; and
(2) The "personal and advertising injury" for
which coverage is sought is caused by an
offense that is committed;
subsequent to the signing of that contract or
agreement by you.
5. Premium Audit
a. We will compute all premiums for this Coverage
Part in accordance with our rules and rates.
b. Premium shown in this Coverage Part as
advance premium is a deposit premium only. At
the close of each audit period we will compute
the earned premium for that period and send
notice to the first Named Insured. The due date
for audit and retrospective premiums is the date
shown as the due date on the bill. If the sum of
the advance and audit premiums paid for the
policy period is greater than the earned
premium, we will return the excess to the first
Named Insured.
c. The first Named Insured must keep records of
the information we need for premium
computation, and send us copies at such times
as we may request.
6. Representations
By accepting this policy, you agree:
a. The statements in the Declarations are
accurate and complete;
b. Those statements are based upon
representations you made to us; and
c. We have issued this policy in reliance upon
your representations.
The unintentional omission of, or unintentional error
in, any information provided by you which we relied
upon in issuing this policy will not prejudice your
rights under this insurance. However, this provision
does not affect our right to collect additional
premium or to exercise our rights of cancellation or
nonrenewal in accordance with applicable insurance
laws or regulations.
7. Separation Of Insureds
Except with respect to the Limits of Insurance, and
any rights or duties specifically assigned in this
Coverage Part to the first Named Insured, this
insurance applies:
a. As if each Named Insured were the only
Named Insured; and
b. Separately to each insured against whom claim
is made or "suit" is brought.
8. Transfer Of Rights Of Recovery Against Others
To Us
If the insured has rights to recover all or part of any
payment we have made under this Coverage Part,
those rights are transferred to us. The insured must
do nothing after loss to impair them. At our request,
the insured will bring "suit" or transfer those rights
to us and help us enforce them.
9. When We Do Not Renew
If we decide not to renew this Coverage Part, we will
mail or deliver to the first Named Insured shown in
the Declarations written notice of the nonrenewal
not less than 30 days before the expiration date.
If notice is mailed, proof of mailing will be sufficient
proof of notice.
SECTION V — DEFINITIONS
1. "Advertisement" means a notice that is broadcast or
published to the general public or specific market
segments about your goods, products or services
for the purpose of attracting customers or
supporters. For the purposes of this definition:
a. Notices that are published include material
placed on the Internet or on similar electronic
means of communication; and
b. Regarding websites, only that part of a website
that is about your goods, products or services
for the purposes of attracting customers or
supporters is considered an advertisement.
Page 16 of 21 © 2017 The Travelers Indemnity Company. All rights reserved. CG T1 00 02 19
Includes copyrighted material of Insurance Services Office, Inc. with its permission.
Policy #DT-C0-9J875917-PHX-20
COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
XTEND ENDORSEMENT FOR. CONTRACTORS
This endorsement modifies insurance provided underthe following.
COMMERCIAL GENERAL LIABILITY COVERAGE PART
GENERAL DESCRIPTION OF COVERAGE — This endorsement broadens coverage. However, coverage for any
injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or
limited by another endorsement to this Coverage Part, and these coverage broadening provisions do not apply to
the extent that coverage is excluded or limited by such an endorsement. The following listing is a general
coverage description only. Read all the provisions of this endorsement and the rest of your policy carefully to
determine rights, duties, and what is and is not covered.
A. Who Is An Insured — Unnamed Subsidiaries C. Incidental Medical Malpractice
B. Blanket Additional Insured — Governmental D. Blanket Waiver Of Subrogation
Entities — Permits Or Authorizations Relating To E. Contractual Liability — Railroads
Operations
F. Damage To Premises Rented To You
PROVISIONS a. An organization other than a partnership, joint
A. WHO IS AN INSURED — UNNAMED venture or limited liability company; or
SUBSIDIARIES b. A trust;
The following is added to SECTION II — WHO IS as indicated in its name or the documents that
AN INSURED: govern its structure.
Any of your subsidiaries, other than a partnership, B. BLANKET ADDITIONAL INSURED —
joint venture or limited liability company, that is GOVERNMENTAL ENTITIES — PERMITS OR
not shown as a Named Insured in the AUTHORIZATIONS RELATING TO OPERATIONS
Declarations is a Named Insured if:
a. You are the sole owner of, or maintain an
ownership interest of more than 50% in, such
subsidiary on the first day of the policy period;
and
b. Such subsidiary is not an insured under
similar other insurance.
No such subsidiary is an insured for "bodily injury"
or "property damage" that occurred, or "personal
and advertising injury" caused by an offense
committed:
a. Before you maintained an ownership interest
of more than 50% in such subsidiary; or
The following is added to SECTION II — WHO IS
AN INSURED:
Any governmental entity that has issued a permit
or authorization with respect to operations
performed by you or on your behalf and that you
are required by any ordinance, law, building code
or written contract or agreement to include as an
additional insured on this Coverage Part is an
insured, but only with respect to liability for "bodily
injury", "property damage" or "personal and
advertising injury" arising out of such operations.
The insurance provided to such governmental
entity does not apply to:
b. After the date, if any, during the policy period a. Any "bodily injury", "property damage" or
that you no longer maintain an ownership "personal and advertising injury" arising out of
interest of more than 50% in such subsidiary. operations performed for the governmental
For purposes of Paragraph 1. of Section II — Who entity; or
Is An Insured, each such subsidiary will be b. Any "bodily injury" or "property damage"
deemed to be designated in the Declarations as: included in the "products -completed
operations hazard".
CG D3 16 02 19 © 2017 The Travelers Indemnity Company. All rights reserved. Page 1 of 3
Includes copyrighted material of Insurance Services Office, Inc., with its permission
Policy #DT-C0-9J875917-PHX-20
COMMERCIAL GENERAL LIABILITY
C. INCIDENTAL MEDICAL MALPRACTICE
1. The following replaces Paragraph b. of the
definition of "occurrence" in the
DEFINITIONS Section:
b. An act or omission committed in providing
or failing to provide "incidental medical
services", first aid or "Good Samaritan
services" to a person, unless you are in
the business or occupation of providing
professional health care services.
2. The following replaces the last paragraph of
Paragraph 2.a.(1) of SECTION II — WHO IS
AN INSURED:
Unless you are in the business or occupation
of providing professional health care services,
Paragraphs (1)(a), (b), (c) and (d) above do
not apply to "bodily injury' arising out of
providing or failing to provide:
(a) "Incidental medical services" by any of
your "employees" who is a nurse, nurse
assistant, emergency medical technician
or paramedic; or
(b) First aid or "Good Samaritan services" by
any of your "employees" or "volunteer
workers", other than an employed or
volunteer doctor. Any such "employees"
or "volunteer workers" providing or failing
to provide first aid or "Good Samaritan
services" during their work hours for you
will be deemed to be acting within the
scope of their employment by you or
performing duties related to the conduct
of your business.
3. The following replaces the last sentence of
Paragraph 5. of SECTION III — LIMITS OF
INSURANCE:
For the purposes of determining the
applicable Each Occurrence Limit, all related
acts or omissions committed in providing or
failing to provide "incidental medical
services", first aid or "Good Samaritan
services" to any one person will be deemed to
be one "occurrence".
pharmaceuticals committed by, or with the
knowledge or consent of, the insured.
5. The following is added to the DEFINITIONS
Section:
"Incidental medical services" means:
a. Medical, surgical, dental, laboratory, x-ray
or nursing service or treatment, advice or
instruction, or the related furnishing of
food or beverages; or
b. The furnishing or dispensing of drugs or
medical, dental, or surgical supplies or
appliances.
6. The following is added to Paragraph 4.b.,
Excess Insurance, of SECTION IV —
COMMERCIAL GENERAL LIABILITY
CONDITIONS:
This insurance is excess over any valid and
collectible other insurance, whether primary,
excess, contingent or on any other basis, that
is available to any of your "employees" for
"bodily injury" that arises out of providing or
failing to provide "incidental medical services"
to any person to the extent not subject to
Paragraph 2.a.(1) of Section II — Who Is An
Insured.
D. BLANKET WAIVER OF SUBROGATION
The following is added to Paragraph 8., Transfer
Of Rights Of Recovery Against Others To Us,
of SECTION IV — COMMERCIAL GENERAL
LIABILITY CONDITIONS:
If the insured has agreed in a contract or
agreement to waive that insured's right of
recovery against any person or organization, we
waive our right of recovery against such person or
organization, but only for payments we make
because of:
a. "Bodily injury" or "property damage" that
occurs; or
b. "Personal and advertising injury" caused by
an offense that is committed;
4. The following exclusion is added to subsequent to the execution of the contract or
Paragraph 2., Exclusions, of SECTION I — agreement.
COVERAGES — COVERAGE A — BODILY E. CONTRACTUAL LIABILITY — RAILROADS
INJURY AND PROPERTY DAMAGE
LIABILITY: 1. The following replaces Paragraph c. of the
Sale Of Pharmaceuticals definition of "insured contract" in the
"Bodily injury" or "property damage" arising DEFINITIONS Section:
out of the violation of a penal statute or c. Any easement or license agreement;
ordinance relating to the sale of
Page 2 of 3 © 2017 The Travelers Indemnity Company. All rights reserved. CG D3 16 02 19
Includes copyrighted material of Insurance Services Office, Inc., with its permission
Policy #DT-CO-9J875917-PHX-20
2. Paragraph f.(1) of the definition of "insured
contract" in the DEFINITIONS Section is
deleted.
F. DAMAGE TO PREMISES RENTED TO YOU
The following replaces the definition of "premises
damage" in the DEFINITIONS Section:
"Premises damage" means "property damage" to:
COMMERCIAL GENERAL LIABILITY
a. Any premises while rented to you or
temporarily occupied by you with permission
of the owner; or
b. The contents of any premises while such
premises is rented to you, if you rent such
premises for a period of seven or fewer
consecutive days.
CG D3 16 02 19 0 2017 The Travelers Indemnity Company. All rights reserved. Page 3 of 3
Includes copyrighted material of Insurance Services Office, Inc., with its permission.
Policy #DT-C0-9J875917-PHX-20
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY
DEVIGNATED PROJECT(S)
GENERAL AGGREGATE LUMT
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Designated Project(s):
EACH "PROJECT" FOR WHICH YOU HAVE AGREED, IN
A WRITTEN CONTRACT WHICH IS IN EFFECT DURING
THIS POLICY PERIOD, TO PROVIDE A SEPARATE
GENERAL AGGREGATE LIMIT, PROVIDED THAT THE
CONTRACT IS SIGNED AND EXECUTED BY YOU
BEFORE THE "BODILY INJURY" OR "PROPERTY
DAMAGE" OCCURS.
A. For all sums which the insured becomes legally
obligated to pay as damages caused by "occur-
rences" under COVERAGE A. (SECTION 1), and
for all medical expenses caused by accidents un-
der COVERAGE C (SECTION 1), which can be
attributed only to operations at a single desig-
nated "project" shown in the Schedule above:
1. A separate Designated Project General Ag-
gregate Limit applies to each designated "pro-
ject", and that limit is equal to the amount of
the General Aggregate Limit shown in the
Declarations, unless separate Designated
Project General Aggregate(s) are sched-
uled above.
2. The Designated Project General Aggregate
Limit is the most we will pay for the sum of all
damages under COVERAGE A., except
damages because of "bodily injury" or "prop-
erty damage" included in the "products -
completed operations hazard", and for medi-
cal expenses under COVERAGE C, regard-
less of the number of:
a. Insureds;
b. Claims made or "suits" brought; or
c. Persons or organizations making claims
or bringing "suits".
Designated Project
General Aggregate(s):
GENERAL AGGREGATE
LIMIT SHOWN ON THE
DECLARATIONS.
3. Any payments made under COVERAGE A.
for damages or under COVERAGE C. for
medical expenses shall reduce the Desig-
nated Project General Aggregate Limit for
that designated "project". Such payments
shall not reduce the General Aggregate Limit
shown in the Declarations nor shall they re-
duce any other Designated Project General
Aggregate Limit for any other designated
"project" shown in the Schedule above.
4. The limits shown in the Declarations for Each
Occurrence, Damage To Premises Rented
To You and Medical Expense continue to
apply. However, instead of being subject to
the General Aggregate Limit shown in the
Declarations, such limits will be subject to the
applicable Designated Project General Ag-
gregate Limit.
B. For all sums which the insured becomes legally
obligated to pay as damages caused by "occur-
rences" under COVERAGE A. (SECTION 1), and
for all medical expenses caused by accidents un-
der COVERAGE C. (SECTION 1), which cannot
be attributed only to operations at a single desig-
nated "project" shown in the Schedule above:
CG D2 111 01 04 Copyright, The Travelers Indemnity Company, 2004 Page 1 of 2
Policy #DT-CO-9J875917-PHX-20
COMMERCIAL GENERAL LIABILITY
1. Any payments made under COVERAGE A.
for damages or under COVERAGE C. for
medical expenses shall reduce the amount
available under the General Aggregate Limit
or the Products -Completed Operations Ag-
gregate Limit, whichever is applicable; and
2. Such payments shall not reduce any Desig-
nated Project General Aggregate Limit.
C. Part 2. of SECTION III — LIMITS OF INSURANCE
is deleted and replaced by the following:
2. The General Aggregate Limit is the most we
will pay for the sum of:
a. Damages under Coverage B; and
b. Damages from 'occurrences" under
COVERAGE A (SECTION 1) and for all
medical expenses caused by accidents
under COVERAGE C (SECTION 1) which
cannot be attributed only to operations at
a single designated "project' shown in the
SCHEDULE above.
D. When coverage for liability arising out of the
"products -completed operations hazard" is pro-
vided, any payments for damages because of
"bodily injury" or "property damage" included in
the "products -completed operations hazard" will
reduce the Products -Completed Operations Ag-
gregate Limit, and not reduce the General Aggre-
gate Limit nor the Designated Project General
Aggregate Limit.
E. For the purposes of this endorsement the Defini-
tions Section is amended by the addition of the
following definition:
"Project" means an area away from premises
owned by or rented to you at which you are per-
forming operations pursuant to a contract or
agreement. For the purposes of determining the
applicable aggregate limit of insurance, each
"project" that includes premises involving the
same or connecting lots, or premises whose con-
nection is interrupted only by a street, roadway,
waterway or right-of-way of a railroad shall be
considered a single "project'.
F. The provisions of SECTION III — LIMITS OF
INSURANCE not otherwise modified by this en-
dorsement shall continue to apply as stipulated.
Page 2 of 2 Copyright, The Travelers Indemnity Company, 2004 CG D2 11 01 04
Policy #DT -810 -3L121373 -20-26-G
COMMERCIAL AUTO
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
BLANKET ADDITIONAL INSURED - PRIMARY AND
NON-CONTROUTORY MTH OTHER MSS RANC -
CONTRACTORS
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
PROVISIONS
1. The following is added to Paragraph c. in A.1.,
Who Is An Insured, of SECTION II — COVERED
AUTOS LIABILITY COVERAGE:
This includes any person or organization who you
are required under a written contract or
agi-eement, that is signed by you before the
"bodily injury" or "property damage" occurs and
that is in effect during the policy period, to name
as an additional insured for Covered Autos
Liability Coverage, but only for damages to which
this insurance applies and only to the extent of
that person's or organization's liability for the
conduct of another "insured".
2. The following is added to Paragraph B.5., Other
Insurance of SECTION IV — BUSINESS AUTO
CONDITIONS:
Regardless of the provisions of paragraph a. and
paragraph d. of this part 5. Other Insurance, this
insurance is primary to and non-contributory with
applicable other insurance under which an
additional insured person or organization is a
named insured when a written contract or
agreement with you, that is signed by you before
the "bodily injury" or "property damage" occurs
and that is in effect during the policy period,
requires this insurance to be primary and non-
contributory.
CA T4 99 02 16 6 2016 The Travelers Indemnity Company. All rights reserved. Page 1 of 1
Includes copyrighted material of Insurance Services Office, Inc. with its permission.
Policy #DT -810 -3L121373 -20-26-G
COMMERCIAL AUTO
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
BUSINESS AUTO EXTENSION ENDORSEMENT
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
GENERAL DESCRIPTION OF COVERAGE — This endorsement broadens coverage. However, coverage for any
injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or
limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to
the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover-
age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en-
dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered.
A. BROAD FORM NAMED INSURED
B. BLANKET ADDITIONAL INSURED
C. EMPLOYEE HIRED AUTO
D. EMPLOYEES AS INSURED
E. SUPPLEMENTARY PAYMENTS — INCREASED
LIMITS
F. HIRED AUTO — LIMITED WORLDWIDE COV-
ERAGE — INDEMNITY BASIS
G. WAIVER OF DEDUCTIBLE — GLASS
PROVISIONS
A. BROAD FORM NAMED INSURED
The following is added to Paragraph A.1., Who Is
An Insured, of SECTION II — COVERED AUTOS
LIABILITY COVERAGE:
Any organization you newly acquire or form dur-
ing the policy period over which you maintain
50% or more ownership interest and that is not
separately insured for Business Auto Coverage.
Coverage under this provision is afforded only un-
til the 180th day after you acquire or form the or-
ganization or the end of the policy period, which-
ever is earlier.
B. BLANKET ADDITIONAL INSURED
The following is added to Paragraph c. in A.1.,
Who Is An Insured, of SECTION II — COVERED
AUTOS LIABILITY COVERAGE:
Any person or organization who is required under
a written contract or agreement between you and
that person or organization, that is signed and
executed by you before the "bodily injury" or
"property damage" occurs and that is in effect
during the policy period, to be named as an addi-
tional insured is an "insured" for Covered Autos
Liability Coverage, but only for damages to which
H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF
USE — INCREASED LIMIT
I. PHYSICAL DAMAGE — TRANSPORTATION
EXPENSES — INCREASED LIMIT
J. PERSONAL PROPERTY
K. AIRBAGS
L. NOTICE AND KNOWLEDGE OF ACCIDENT OR
LOSS
M. BLANKET WAIVER OF SUBROGATION
N. UNINTENTIONAL ERRORS OR OMISSIONS
this insurance applies and only to the extent that
person or organization qualifies as an "insured"
under the Who Is An Insured provision contained
in Section II.
C. EMPLOYEE HIRED AUTO
1. The following is added to Paragraph A.1.,
Who Is An Insured, of SECTION II — COV-
ERED AUTOS LIABILITY COVERAGE:
An "employee" of yours is an "insured" while
operating an "auto" hired or rented Linder a
contract or agreement in an "employee's"
name, with your permission, while performing
duties related to the conduct of your busi-
ness.
2. The following replaces Paragraph b. in B.5.,
Other Insurance, of SECTION IV — BUSI-
NESS AUTO CONDITIONS:
b. For Hired Auto Physical Damage Cover-
age, the following are deemed to be cov-
ered "autos" you own:
(1) Any covered "auto" you lease, hire,
rent or borrow; and
(2) Any covered "auto" hired or rented by
your "employee" under a contract in
an "employee's" name, with your
CA T3 53 02 15 © 2015 The Travelers Indemnity Company. All rights reserved. Page 1 of 4
Includes copyrighted material of Insurance Services Office, Inc. with its permission.
Policy #DT -810 -3L121373 -20-26-G
COMMERCIAL AUTO
permission, while performing duties
(a) With respect to any claim made or "suit"
related to the conduct of your busi-
brought outside the United States of
ness.
America, the territories and possessions
However, any "auto" that is leased, hired,
of the United States of America, Puerto
rented or borrowed with a driver is not a
Rico and Canada:
covered "auto".
(i) You must arrange to defend the "in -
D. EMPLOYEES AS INSURED
sured" against, and investigate or set-
tle any such claim or "suit" and keep
The following is added to Paragraph A.1., Who Is
us advised of all proceedings and ac -
An Insured, of SECTION II — COVERED AUTOS
tions.
LIABILITY COVERAGE:
(ii) Neither you nor any other involved
Any "employee" of yours is an "insured" while us-
"insured" will make any settlement
ing a covered "auto" you don't own, hire or borrow
without our consent.
in your business or your personal affairs.
(iii) may, at our discretion, participate
E. SUPPLEMENTARY PAYMENTS — INCREASED
in defending the "insured" against, or
in
LIMITS
in the settlement of, any claim or
1. The following replaces Paragraph A.2.a.(2),
"suit".
of SECTION II — COVERED AUTOS LIABIL-
(iv) We will reimburse the "insured" for
ITY COVERAGE:
sums that the "insured" legally must
(2) Up to $3,000 for cost of bail bonds (in-
pay as damages because of "bodily
cluding bonds for related traffic law viola-
injury" or "property damage" to which
tions) required because of an "accident"
this insurance applies, that the "in -
we cover. We do not have to furnish
sured" pays with our consent, but
these bonds.
only up to the limit described in Para -
2. The following replaces Paragraph A.2.a.(4),
graph C., Limits Of Insurance, of
of SECTION II — COVERED AUTOS LIABIL-
SECTION II — COVERED AUTOS
ITY COVERAGE:
LIABILITY COVERAGE.
(4) All reasonable expenses incurred by the
(v) We will reimburse the "insured" for
"insured" at our request, including actual
the reasonable expenses incurred
loss of earnings up to $500 a day be-
with our consent for your investiga-
cause of time off from work.
tion of such claims and your defense
of the "insured" against any such
F. HIRED AUTO — LIMITED WORLDWIDE COV-
"suit", but only up to and included
ERAGE — INDEMNITY BASIS
within the limit described in Para -
The following replaces Subparagraph (5) in Para-
graph C., Limits Of Insurance, of
graph B.7., Policy Period, Coverage Territory,
SECTION II — COVERED AUTOS
of SECTION IV — BUSINESS AUTO CONDI-
LIABILITY COVERAGE, and not in
TIONS:
addition to such limit. Our duty to
(5) Anywhere in the world, except any country or
make such payments ends when we
jurisdiction while any trade sanction, em-
have used up the applicable limit of
bargo, or similar regulation imposed by the
insurance in payments for damages,
United States of America applies to and pro-
settlements or defense expenses.
hibits the transaction of business with or
(b) This insurance is excess over any valid
within such country or jurisdiction, for Cov-
and collectible other insurance available
ered Autos Liability Coverage for any covered
to the "insured" whether primary, excess,
"auto" that you lease, hire, rent or borrow
contingent or on any other basis.
without a driver for a period of 30 days or less
(c) This insurance is not a substitute for re -
and that is not an "auto" you lease, hire, rent
quired or compulsory insurance in any
or borrow from any of your "employees",
country outside the United States, its ter -
partners (if you are a partnership), members
ritories and possessions, Puerto Rico and
(if you are a limited liability company) or
Canada.
members of their households.
Page 2 of 4 © 2015 The Travelers Indemnity Company. All rights reserved. CA T3 53 02 15
Includes copyrighted material of Insurance Services Office, Inc. with its permission.
Policy #DT -810 -3L121373 -20-26-G
You agree to maintain all required or
compulsory insurance in any such coun-
try up to the minimum limits required by
local law. Your failure to comply with
compulsory insurance requirements will
not invalidate the coverage afforded by
this policy, but we will only be liable to the
same extent we would have been liable
had you complied with the compulsory in-
surance requirements.
(d) It is understood that we are not an admit-
ted or authorized insurer outside the
United States of America, its territories
and possessions, Puerto Rico and Can-
ada. We assume no responsibility for the
furnishing of certificates of insurance, or
for compliance in any way with the laws
of other countries relating to insurance.
G. WAIVER OF DEDUCTIBLE — GLASS
The following is added to Paragraph D., Deducti-
ble, of SECTION III — PHYSICAL DAMAGE
COVERAGE:
No deductible for a covered "auto" will apply to
glass damage if the glass is repaired rather than
replaced.
H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF
USE — INCREASED LIMIT
The following replaces the last sentence of Para-
graph AA.b., Loss Of Use Expenses, of SEC-
TION III — PHYSICAL DAMAGE COVERAGE:
However, the most we will pay for any expenses
for loss of use is $65 per day, to a maximum of
$750 for any one "accident".
I. PHYSICAL DAMAGE — TRANSPORTATION
EXPENSES — INCREASED LIMIT
The following replaces the first sentence in Para-
graph A.4.a., Transportation Expenses, of
SECTION III — PHYSICAL DAMAGE COVER-
AGE:
We will pay up to $50 per day to a maximum of
$1,500 for temporary transportation expense in-
curred by you because of the total theft of a cov-
ered "auto" of the private passenger type.
J. PERSONAL PROPERTY
COMMERCIAL AUTO
(2) In or on your covered "auto".
This coverage applies only in the event of a total
theft of your covered "auto".
No deductibles apply to this Personal Property
coverage.
K. AIRBAGS
The following is added to Paragraph B.3., Exclu-
sions, of SECTION III — PHYSICAL DAMAGE
COVERAGE:
Exclusion 3.a. does not apply to "loss" to one or
more airbags in a covered "auto" you own that in-
flate due to a cause other than a cause of "loss"
set forth in Paragraphs A.1.b. and A.1.c., but
only:
a. If that "auto" is a covered "auto" for Compre-
hensive Coverage under this policy;
b. The airbags are not covered under any war-
ranty; and
c. The airbags were not intentionally inflated.
We will pay up to a maximum of $1,000 for any
one "loss".
L. NOTICE AND KNOWLEDGE OF ACCIDENT OR
LOSS
The following is added to Paragraph A.2.a., of
SECTION IV — BUSINESS AUTO CONDITIONS:
Your duty to give us or our authorized representa-
tive prompt notice of the "accident" or "loss" ap-
plies only when the "accident" or "loss" is known
to:
(a) You (if you are an individual);
(b) A partner (if you are a partnership);
(c) A member (if you are a limited liability com-
pany);
(d) An executive officer, director or insurance
manager (if you are a corporation or other or-
ganization); or
(e) Any "employee" authorized by you to give no-
tice of the "accident" or "loss".
M. BLANKET WAIVER OF SUBROGATION
The following replaces Paragraph A.5., Transfer
Of Rights Of Recovery Against Others To Us,
of SECTION IV — BUSINESS AUTO CONDI-
TIONS:
The following is added to Paragraph AA., Cover- 5. Transfer Of Rights Of Recovery Against
age Extensions, of SECTION III — PHYSICAL Others To Us
DAMAGE COVERAGE: We waive any right of recovery we may have
Personal Property against any person or organization to the ex -
We will a u to $400 for "loss" to wearing a tent required of you by a written contract
pay p 9 p- signed and executed prior to any "accident"
parel and other personal property which is: or "loss", provided that the "accident" or "loss"
(1) Owned by an "insured"; and arises out of operations contemplated by
CA T3 53 02 15 © 2015 The Travelers Indemnity Company. All rights reserved. Page 3 of 4
Includes copyrighted material of Insurance Services Office, Inc. with its permission.
Policy #DT -810 -3L121373 -20-26-G
COMMERCIAL AUTO
such contract. The waiver applies only to the The unintentional omission of, or unintentional
person or organization designated in such error in, any information given by you shall not
contract. prejudice your rights under this insurance. How -
N. UNINTENTIONAL ERRORS OR OMISSIONS ever this provision does not affect our right to col -
The fallowing is added to Paragraph B.2., Con- lect additional premium or exercise our right of
cealment, Misrepresentation, Or Fraud, of cancellation or non -renewal.
SECTION IV — BUSINESS AUTO CONDITIONS:
Page 4 of 4 ® 2015 The Travelers Indemnity Company. All rights reserved. CA T3 53 02 15
Includes copyrighted material of Insurance Services Office, Inc. with its permission
Policy #CUP -3K172795-20-26
UMBRELLA
2. We have no duty to defend any insured
against any "suit":
a. Seeking damages to which this insurance
does not apply; or
b. If any other insurer has a duty to defend.
3. When we have the duty to defend, we may, at
our discretion, investigate and settle any claim
or "suit". In all other cases, we may, at our
discretion, participate in the investigation,
defense and settlement of any claim or "suit"
for damages to which this insurance may
apply. If we exercise such right to participate,
all expenses we incur in doing so will not
reduce the applicable limits of insurance.
4. Our duty to defend ends when we have used
up the applicable limit of insurance in the
payment of judgments or settlements, or
defense expenses if such expenses are within
the limits of insurance of this policy.
5. We will pay, with respect to a claim we
investigate or settle, or "suit" against an
insured we defend:
a. All expenses we incur.
b. The cost of:
(1) Bail bonds required because of
accidents or traffic law violations
arising out of the use of any vehicle to
which this insurance applies; or
(2) Appeal bonds and bonds to release
attachments;
but only for bond amounts within the
applicable limit of insurance. We do not
have to furnish these bonds.
c. All reasonable expenses incurred by the
insured at our request to assist us in the
investigation or defense of such claim or
"suit", including actual loss of earnings up
to $1,000 a day because of time off from
work.
d. All court costs taxed against the insured
in the "suit". However, these payments do
not include attorneys' fees or attorneys'
expenses taxed against the insured.
e. Prejudgment interest awarded against the
insured on that part of the judgment we
pay. If we make an offer to pay the
applicable limit of insurance, we will not
pay any prejudgment interest based on
that period of time after the offer.
applicable limit of insurance. If we do not
pay part of the judgment for any reason
other than it is more than the applicable
limit of insurance, we will not pay any
interest that accrues on that portion of the
judgment.
With respect to a claim we investigate or
settle, or "suit" against an insured we defend
under COVERAGE A — EXCESS FOLLOW -
FORM LIABILITY, these payments will not
reduce the applicable limits of insurance, but
only if the applicable "underlying insurance"
provides for such payments in addition to its
limits of insurance. With respect to a claim we
investigate or settle, or "suit" against an
insured we defend under COVERAGE B —
UMBRELLA LIABILITY, these payments will
not reduce the applicable limits of insurance.
SECTION II — WHO IS AN INSURED
A. COVERAGE A — EXCESS FOLLOW -FORM
LIABILITY
With respect to Coverage A, the following persons
and organizations qualify as insureds:
1. The Named Insured shown in the
Declarations; and
2. Any other person or organization qualifying as
an insured in the "underlying insurance". If
you have agreed to provide insurance for that
person or organization in a written contract or
agreement:
a. The limits of insurance afforded to such
person or organization will be:
(1) The amount by which the minimum
limits of insurance you agreed to
provide such person or organization
in that written contract or agreement
exceed the total limits of insurance of
all applicable "underlying insurance";
or
(2) The limits of insurance of this policy;
whichever is less; and
b. Coverage under this policy does not apply
to such person or organization if the
minimum limits of insurance you agreed
to provide such person or organization in
that written contract or agreement are
wholly within the total limits of insurance
of all available applicable "underlying
insurance".
f. All interest that accrues on the full amount B. COVERAGE B — UMBRELLA LIABILITY
of any judgment after entry of the With respect to Coverage B:
J udgment and before we have paid, 1. The Named Insured shown in the
offered to pay or deposited in court the
part of the judgment that is within the Declarations is an insured.
2. If you are:
Page 4 of 22 © 2016 The Travelers Indemnity Company All rights reserved EU 00 01 0716
Policy #CUP -3K172795-20-26
UMBRELLA
91
b. You have paid all premiums due for this
policy at the time you make such request;
c. You promptly pay the additional premium
we charge for the Extended Reporting
Period endorsement for this insurance
when due. We will determine that
additional premium after we have
received your request for the Extended
Reporting Period endorsement for this
insurance. That additional premium is not
subject to any limitation stated in the
"underlying insurance" on the amount or
percentage of additional premium that
may be charged for the "extended
reporting period" in such "underlying
insurance"; and
d. That Extended Reporting Period L'
endorsement is issued by us and made a
part of this policy.
3. Any Extended Reporting Period endorsement
for this insurance will not reinstate or increase
the Limits of Insurance or extend the policy
period.
4. Except with respect to any provisions to the
contrary contained in Paragraphs 1., 2. or 3.
above, all provisions of any option to
purchase an "extended reporting period"
granted to you in the "underlying insurance"
apply to this insurance.
INSPECTIONS AND SURVEYS
1. We have the right but are not obligated to:
a. Make inspections and surveys at any
time;
b. Give you reports on the conditions we
find; and
c. Recommend changes.
2. Any inspections, surveys, reports or
recommendations relate only to insurability
and the premiums to be charged. We do not
make safety inspections. We do not
undertake to perform the duty of any person
or organization to provide for the health or
safety of workers or the public. We do not
warrant that conditions:
a. Are safe or healthful; or
b. Comply with laws, regulations, codes or
standards.
K. LEGAL ACTION AGAINST US
1. No person or organization has a right under
this insurance:
a. To join us as a party or otherwise bring us
into a "suit" asking for damages from an
insured; or
Page 14 of 22
b. To sue us on this insurance unless all of
its terms have been fully complied with.
2. A person or organization may sue us to
recover on an agreed settlement or on a final
judgment against an insured. We will not be
liable for damages that:
a. Are not payable under the terms of this
insurance; or
b. Are in excess of the applicable limit of
insurance.
An agreed settlement means a settlement
and release of liability signed by us, the
insured and the claimant or the claimant's
legal representative.
MAINTENANCE OF UNDERLYING INSURANCE
1. The insurance afforded by each policy of
"underlying insurance" will be maintained for
the full policy period of this Excess Follow -
Form And Umbrella Liability Insurance. This
provision does not apply to the reduction or
exhaustion of the aggregate limit or limits of
such "underlying insurance" solely by
payments as permitted in Paragraphs 4.a.(1),
(2) and (3) of COVERAGE A — EXCESS
FOLLOW -FORM LIABILITY of SECTION I —
COVERAGES. As such policies expire, you
will renew them at limits and with coverage at
least equal to the expiring limits of insurance.
If you fail to comply with the above
requirements, Coverage A is not invalidated.
However, in the event of a loss, we will pay
only to the extent that we would have paid had
you complied with the above requirements.
2. The first Named Insured shown in the
Declarations must give us written notice of
any change in the "underlying insurance" as
respects:
a. Coverage;
b. Limits of insurance;
c. Termination of any coverage; or
d. Exhaustion of aggregate limits.
3. If you are unable to recover from any
"underlying insurer" because you fail to
comply with any term or condition of the
"underlying insurance", Coverage A is not
invalidated. However, we will pay for any loss
only to the extent that we would have paid had
you complied with that term or condition in
that "underlying insurance".
M. OTHER INSURANCE
This insurance is excess over any valid and
collectible "other insurance" whether such "other
insurance" is stated to be primary, contributing,
0 2016 The Travelers Indemnity Company. All rights reserved.
EU 00 01 07 16
Policy #CUP -3K172795-20-26
excess, contingent or otherwise. This provision
does not apply to a policy bought specifically to
apply as excess of this insurance.
However, if you specifically agree in a written
contract or agreement that the insurance provided
to any person or organization that qualifies as an
insured under this insurance must apply on a
primary basis, or a primary and non-contributory
basis, then insurance provided under Coverage A
is subject to the following provisions:
1. This insurance will apply before any 'other
insurance" that is available to such additional
insured which covers that person or
organization as a named insured, and we will
not share with that "other insurance", provided
that the injury or damage for which coverage
is sought is caused by an "event' that takes
place or is committed subsequent to the
signing of that contract or agreement by you.
2. This insurance is still excess over any valid
and collectible 'other insurance", whether
primary, excess, contingent or otherwise,
which covers that person or organization as
an additional insured or as any other insured
that does not qualify as a named insured.
N. PREMIUM
1. The first Named Insured shown in the
Declarations is responsible for the payment of
all premiums and will be the payee for any
return premiums.
2. If the premium is a flat charge, it is not subject
to adjustment except as provided in
Paragraph 4. below.
3. If the premium is other than a flat charge, it is
an advance premium only. The earned
premium will be computed at the end of the
policy period, or at the end of each year of the
policy period if the policy period is two years
or longer, at the rate shown in the
Declarations, subject to the Minimum
Premium.
4. Additional premium may become payable
when coverage is provided for additional
insureds under the provisions of SECTION II
—WHO IS AN INSURED.
O. PREMIUM AUDIT
UMBRELLA
P. PROHIBITED COVERAGE -- UNLICENSED
INSURANCE
1. With respect to loss sustained by any insured
in a country or jurisdiction in which we are not
licensed to provide this insurance, this
insurance does not apply to the extent that
insuring such loss would violate the laws or
regulations of such country or jurisdiction.
2. We do not assume responsibility for:
a. The payment of any fine, fee, penalty or
other charge that may be imposed on any
person or organization in any country or
jurisdiction because we are not licensed
to provide insurance in such country or
jurisdiction; or
b. The furnishing of certificates or other
evidence of insurance in any country or
jurisdiction in which we are not licensed to
provide insurance.
Q. PROHIBITED COVERAGE — TRADE OR
ECONOMIC SANCTIONS
We will provide coverage for any loss, or
otherwise will provide any benefit, only to the
extent that providing such coverage or benefit
does not expose us or any of our affiliated or
parent companies to:
1. Any trade or economic sanction under any law
or regulation of the United States of America;
or
2. Any other applicable trade or economic
sanction, prohibition or restriction.
R. REPRESENTATIONS
By accepting this insurance, you agree:
1. The statements in the Declarations and any
subsequent notice relating to "underlying
insurance" are accurate and complete;
2. Those statements are based upon
representations you made to us; and
3. We have issued this insurance in reliance upon
your representations.
S. SEPARATION OF INSUREDS
Except with respect to the Limits of Insurance,
and any rights or duties specifically assigned in
this policy to the first Named Insured shown in the
Declarations, this insurance applies:
The premium for this policy is the amount stated 1. As if each Named Insured were the only
in Item 5. of the Declarations. The premium is a Named Insured; and
flat charge unless it is specified in the
Declarations as adjustable. 2. Separately to each insured against whom
claim is made or "suit' is brought.
EU 00 01 07 16 © 2016 The Travelers Indemnity Company All rights reserved Page 15 of 22
Policy #CUP -3K172795-20-26
UMBRELLA
T. WAIVER OR TRANSFER OF RIGHTS OF
RECOVERY AGAINST OTHERS TO US
1. If the insured has rights to recover all or part
of any payment we have made under this
insurance, those rights are transferred to us
and the insured must do nothing after loss to
impair them. At our request, the insured will
bring suit or transfer those rights to us and
help us, and with respect to Coverage A, the
"underlying insurer", enforce them.
If the insured has agreed in a contract or
agreement to waive that insured's right of
recovery against any person or organization,
we waive our right of recovery against that
person or organization, but only for payments
we make because of an "event" that takes
place or is committed subsequent to the
execution of that contract or agreement by
such insured.
2. Reimbursement of any amount recovered will
be made in the following order:
a. First, to any person or organization
(including us or the insured) who has paid
any amount in excess of the applicable
limit of insurance;
b. Next, to us; and
c. Then, to any person or organization
(including the insured and with respect to
Coverage A, the "underlying insurer") that
is entitled to claim the remainder, if any.
3. Expenses incurred in the process of recovery
will be divided among all persons or
organizations receiving amounts recovered
according to the ratio of their respective
recoveries.
U. TRANSFER OF YOUR RIGHTS AND DUTIES
UNDER THIS INSURANCE
1. Your rights and duties under this insurance
may not be transferred without our written
consent except in the case of death of an
individual Named Insured.
2. If you die, your rights and duties will be
transferred to your legal representative but
only while acting within the scope of duties as
your legal representative. Until your legal
representative is appointed, anyone having
proper temporary custody of your property will
have your rights and duties but only with
respect to that property.
V. UNINTENTIONAL OMISSION OR ERROR
The unintentional omission of, or unintentional
error in, any information provided by you which we
relied upon in issuing this policy will not prejudice
your rights under this insurance. However, this
provision does not affect our right to collect
additional premium or to exercise our rights of
cancellation or nonrenewal in accordance with
applicable insurance laws or regulations.
W. WHEN LOSS IS PAYABLE
If we are liable under this insurance, we will pay
for injury, damage or loss after:
1. The insured's liability is established by:
a. A court decision; or
b. A written agreement between the
claimant, the insured, any "underlying
insurer" and us; and
2. The amount of the "applicable underlying
limit" or "self-insured retention" is paid by or
on behalf of the insured.
SECTION VI — DEFINITIONS
A. With respect to all coverages of this insurance:
1. "Applicable underlying limit" means the sum of:
a. The applicable limit of insurance stated
for the policies of "underlying insurance"
in the Schedule Of Underlying Insurance
subject to the provisions in Paragraphs
4.a.(1), (2) and (3) of COVERAGE A —
EXCESS FOLLOW -FORM LIABILITY of
SECTION I — COVERAGES; and
b. The applicable limit of insurance of any
"other insurance" that applies.
The limits of insurance in any policy of
"underlying insurance" will apply even if:
a. The "underlying insurer" claims the
insured failed to comply with any term or
condition of the policy; or
b. The "underlying insurer" becomes
bankrupt or insolvent.
2. "Auto hazard" means all "bodily injury" and
"property damage" to which liability insurance
afforded under an auto policy of "underlying
insurance" would apply but for the exhaustion
of its applicable limits of insurance.
3. "Electronic data" means information, facts or
programs stored as or on, created or used on,
or transmitted to or from computer software
(including systems and applications software),
hard or floppy disks, CD-ROMs, tapes, drives,
cells, data processing devices or any other
media which are used with electronically
controlled equipment.
4. "Event" means an "occurrence", offense,
accident, act, error, omission, wrongful act or
loss.
Page 16 of 22 0 2016 The Travelers Indemnity Company. All rights reserved EU 00 01 07 16
Bond #107276554
PERFORMANCE AND PAYMENT BOND
GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT
The City of Federal Way ("City') has awarded to Apply -A -Line, LLC ("Principal"), a contract
for the construction of the above referenced project, and said Principal is required to furnish a bond for
performance of all obligations under the Contract and for payment in accord with Chapter 39.08 Revised Code
of Washington (RCW) and (where applicable) Chapter 60.28 RCW.
Travelers Casualty and Surety
The Principal, and ComjRany of America ("Surety'), a corporation organized under the laws of the
State of rnnnPrtirut and licensed to do business in the State of Washington as surety and
named in the current list of "Surety Companies Acceptable in Federal Bonds" as published in the Federal
Register by the Audit Staff Bureau of Accounts, U.S. Treasury Dept., are jointly and severally held and firmly
bound to the City of Federal Way, in the sum of ** US Dollars
(S .1 n7 9:in on ) Total Contract Amount, subject to the provisions herein.
**One Hundred Seven ThOusand Nine Hundred Thirty and No/100
This bond shall become null and void, if and when the Principal, its heirs, executors, administrators, successors,
or assigns shall:
1) Well and faithfully perform all of the Principal's obligations under the Contract and fulfill all terms
and conditions of all duly authorized modifications, additions, and changes to said Contract that may
hereafter be made, at the time and in the manner therein specified; and if such performance
obligations have not been fulfilled, this bond shall remain in force and effect; and
2) Pay all persons in accordance with Chapters 39.08, 39.12, and 60.28 RCW including all workers,
laborers, mechanics, subcontractors, and materialmen, and all person who shall supply such
contractor or subcontractor with provisions and supplies for the carrying on of such work, and all
taxes incurred on said Contract under Titles 50 and 51 RCW and all taxes imposed on the Principal
under Title 82 RCW; and if such payment obligations have not been fulfilled, this bond shall remain
in full force and effect.
The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the
Contract, the specifications accompanying the Contract, or to the work to be performed under the Contract shall
in any way affect its obligation on this bond, and waives notice of any change, extension of time, alteration or
addition to the terms of the Contract or the work performed. The Surety agrees that modifications and changes
to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall
automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such
increased obligation.
This bond shall be signed by duly authorized officers and will only be accepted if accompanied by a fully
executed, original power of attorney for the office executing on behalf of the surety.
PRIP-QiPAL; -App-ly-A -,Line. LLC SURETY: Travelers Casualty and Surety Company of America
Principal Signature Date Surety Signature Date
........ �, n Reilly
-� �t1,�llame
.p-LRII
uA. }.8tagt Vice President
SEAL
s
SHIN
Theresa A. Lamb
Printed Name
Attorney -in -Fact
Tine
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
RFQ-21 PROJECT # 220
CFW RFQ VERSION 2020 -JUNE
LOCAL OFFICEIAGENT OF SURETY:
HUB International NW, LLC
Name
12100 NE 195th St., Suite 200
Street Address
Bothell, WA 98011
City, State, Zip
(425) 489-4500
Telephone
BOND NO.: 107276554
APPROVED AS TO FORM: aR,�&
J. Ryan Call, City Attorney
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
RFQ-22 PROJECT # 220
CFW RFQ VERSION 2020 -JUNE
Travelers Casualty and Surety Company of America
Travelers Casualty and Surety Company
TRAVELERS J St. Paul Fire and Marine Insurance Company
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St Paul Fire and Marine
Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do
hereby make, constitute and appoint Julie M. Glover, S.M. Scott, Michael A. Murphy, Jim W. Doyle, Andy D. Prill, Jim S. Kuich, Chad M. Epple, Steve Wagner, Theresa
A. Lamb, Carl M. Lovested III, Patti White, Teresa Glombecki, and Maxwell Martin, of Bothell, Washington, their true and lawful Attomey-in-Fact to sign, execute, seal
and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their
business of guaranteeing the fidelity ofpersons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in
any actions or proceedings allowed by law.
IN WITNESS WHEREOF. the Companies have caused this instrumentto be signed, and theircorporate seals to be hereto affixed, this 3rd day of February, 2017
Oiv
COOK a
State of Connecticut
BY:
City of Hartford ss. Robert L. Raney, Se or Vice President
On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of
Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and
that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations
by himself as a duly authorized officer.
In Witness Whereof, I hereunto set my hand and official seal. o t - •�
My Commission expires the 30th day of June, 2021 7M� C �rtROul� Jt
o fJlL1d * Mane C. Tetreault, Notary Public
e�
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and
Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in
full force and effect, reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any
Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and
Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with
the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a
bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke
the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice
President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation
is in writing and a copy thereof is filed in the office of the Secretary; and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional
undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior
Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant
Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by
one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more
Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice
President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power
of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only
of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing
such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile
signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached.
I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety
Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of
Attorney executed by said Companies, which remains in full force and effect.
Dated this day of
Kevin E. Hughes, Assistant Secretary
To verify the authenticity of this Power ofAttorney, please caii as at 1-800-421-3880.
Please refer to the above-named Attorney -in -Fact and the details of the bond to which the power is attached.
CONTRACTOR'S RETAINAGE OPTION
IDENTIFICATION AND DESCRIPTION
Project Title:Greenway Pavement Markings Phase 1 (2020) Project
RFB No:
Contractor: Apply -A -Line, LLC
GENERAL REQUIREMENTS
1. In accordance with applicable State Statutes, a contract retainage not to exceed five percent of the
moneys earned by the contractor will be reserved by the City unless the Contractor elects that the City
may retain 10% of the contract amount in lieu of a performance and payment bond pursuant to RCW
39.08.010.
2. All investments selected are subject to City approval.
3. The final disposition of the contract retainage will be made in accordance with applicable State Statutes.
CONTRACTOR'S INSTRUCTIONS
Pursuant to RCW 60.28.011, 1 hereby notify the City of Federal Way of my instructions for the retainage withheld
under the terms of this contract:
Option 1: Retained in a fund by the City of Federal Way. No interest will be paid to the contractor.
0 Option 2: Deposited in an interest bearing account in a bank, mutual savings bank, or savings and
loan association. Interest paid to the contractor. Contractor shall have the bank (or other) execute a
separate "City of Federal Way Retainage Bank Acceptance Agreement" upon contract award. The
City will provide the agreement to the Contractor if this option is selected.
0 Option 3: Placed in escrow with a bank or trust company. Contractor shall execute, and have
escrow account holder execute a separate "City of Federal Way Construction Retainage Escrow
Agreement" upon contract award. The City will provide the agreement to the Contractor if this option
is selected. All investments are subject to City approval. The cost of the investment program, and
risk thereof, is to be borne entirely by the contractor.
M Option 4: Contractor shall submit a "Retainage Bond" on City -provided form included in these
Contract Documents.
07/30/2020
Contractor Signature Date
Ron Reilly, Assistant Vice President
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
RFQ-23 PROJECT # 220
CFW RFQ VERSION 2020 -JUNE
Bond No. 107276555
GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT
KNOW ALL PERSONS BY THESE PRESENTS that we, the undersigned,
Apply -A- inoLLC I as principal ("Principal'), and
,- , a Corporation organized and existing under the laws of the State of
r'Qnn8Ct4C,,t as a surety Corporation, and qualified under the laws of the State of Washington to
become surety upon bonds of Contractors with Municipal Corporations, as surety ("Surety"), are jointly and
severally held and firmly bonded to the City of Federal Way ("City") in the penal sum of:
Five Thousand Three Hundred Ninety -Six Dollars and 50/100 ($ 5 39s 50 ) for the payment of which sum we bind
ourselves and our successors, heirs, administrators or personal representatives, as the case may be.
"Travelers Casualty and Surety Company of America
A. This obligation is entered into in pursuant to the statutes of the State of Washington and the
ordinances, regulations, standards and policies of the City, as now existing or hereafter amended or adopted.
B. Pursuant to proper authorization, the Mayor is authorized to enter into a certain contract with the
Principal, providing for the above -referenced Project, which contract is incorporated herein by this reference
("Contract"), and
C. Pursuant to State law, Chapter 60.28 RCW, the City is required to reserve from the monies earned
by the Principal pursuant to the contract, a sum not to exceed five percent (5%), said sum to be retained by the
City as a trust fund for the protection and payment of any person or persons, mechanic, subcontractor or
material men who shall perform any labor upon such contract or the doing of such work, and all persons who
shall supply such person or persons or subcontractors with provisions and supplies for the carrying on of such
work, and the State with the respect to taxes imposed pursuant to Title 82 RCW which may be due from said
Principal. Every person performing labor or furnishing supplies towards completion of said improvement or work
shall have a lien on said monies so reserved, provided that such notice of the lien of such claimant shall be
given in the manner and within the time provided in RCW 39.08.030 as now existing and in accordance with any
amendments that may hereafter be provided thereto; and
D. State law further provides that with the consent of the City, the Principal may submit a bond for all or
any portion of the amount of funds retained by the public body in a form acceptable to the public body
conditioned upon such bond any proceeds therefrom being made subject to all claims and liens and in the same
manner and priority as set forth retained percentages pursuant to Chapter 60.28 RCW; and
E. The Principal has accepted, or is about to accept, the Contract, and undertake to perform the work
therein provided for in the manner and within the time set forth, for the amount of
107,930.00 and
F. The City is prepared to release any required retainage money previously paid by the Principal prior to
acceptance and successful operation and fulfillment of all other terms of said contract upon being indemnified by
these presents,
NOW, THEREFORE, if the Principal shall perform all the provisions of the Contract in the manner and
within the time period prescribed by the City, or within such extensions of time as may be granted under the
Contract, and shall pay all laborers, mechanics, subcontractors and material men or women, and all persons
who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work,
and if the Principal shall pay to the State all taxes imposed pursuant to Title 82 RCW which may be due from
such Principal as a result of this contract then and in the event this obligation shall be void; but otherwise it shall
be and remain in full force and effect.
And the Surety, for value received, hereby further stipulates and agrees that no change, extension of
time, alteration or addition to the terms of the Contract or to the work to be performed thereunder or the
specifications accompanying the same shall in any way affect its obligation on this bond, and it does hereby
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
RFQ-24 PROJECT # 220
CFW RFQ VERSION 2020 -JUNE
waive notice of any change, extension of time, alterations or additions to the terms of the Contract or to the
Work.
The Surety hereby agrees that modifications and changes may be made in the terms and provisions of
the Contract without notice to Surety, and any such modifications or changes increasing the total amount to be
paid the Principal shall automatically increase the obligation of the Surety on this Retainage Bond in a like
amount, such increase, however, not to exceed twenty-five percent (25%) of the original amount of this bond
without consent of the Surety.
Within forty-five (45) days of receiving notice that the Principal has defaulted on all or part of the terms
of the Contract, the Surety shall make written commitment to the City that it will either: (a) cure the default itself
within a reasonable time period, or (b) tender to the City, the amount necessary for the City to remedy the
default, including legal fees incurred by the City, or (c) in the event that Surety's evaluation of the dispute is not
complete or in the event the Surety disputes the City's claim of default, the Surety shall notify the City of its
finding and its intent, if any, to interplead. The Surety shall then fulfill its obligations under this bond, according
to the option it has elected. Should Surety elect option (a) to cure the default, the penal sum of the Bond shall be
reduced in an amount equal to the costs actually incurred by the Surety in curing the default. If the Surety elects
option (b), then upon completion of the necessary work, the City shall notify the Surety of its actual costs. The
City shall return, without interest, any overpayment made by the Surety and the Surety shall pay to the City any
actual costs which exceed the City estimate, limited to the bond amount. Should the Surety elect option (c), the
Parties shall first complete participation in mediation, described in the below paragraph, prior to any interplead
action.
In the event a dispute should arise between the Parties to this Bond with respect to the City's
declaration of default by the Principal, the Parties agree to participate in at least four hours of mediation to
resolve said dispute. The Parties shall proportionately share in the cost of the mediation. The mediation shall be
administered by Judicial Dispute Resolution, LLC, 1425 Fourth Avenue, Suite 300, Seattle, Washington 98101.
The Surety shall not interplead prior to completion of the mediation.
The parties have executed this instrument under their separate seals this 29th day of
Jul , 20_Q, the name and corporate seal of each corporate party hereto affixed, and these
presents duly signed by its undersigned representatives pursuant to authority of its governing body.
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
RFQ-25 PROJECT # 220
CFW RFQ VERSION 2020 -JUNE
CORPORATE SEAL:
t' -
LII rrr
9 i i
:`SEAL
ff v
198N _
qrr+rlIISHING' *.a`�
II+4111\141\\
PRINCIPAL: Apply -A -Line, LLC
By:
Ron Reilly
Title: assistant Vice President
Address:
175 Roy Road SW., Bldg. C
Pacific, WA 98047
CORPORATE SEAL: SURETY: Travelers Casualty and Surety
Company of America
af. (�p k", ,
,
By: i 4�
Attorney -in -Fact Theresa A. Lamb
(Attach Power ofAttomey)
Title: Attomey-in-Fact
Address: P. O. Box 3018
CERTIFICATES AS TO CORPORATE SEAL
C,, E 0
1 hereby certify that I am the (Assistant} -Secretary -of the Corporation named as Principal in the within bond; that
Ron 11'eilly , who signed the said bond on behalf of the Principal, was
Asst. Vice President of said Corporation; that I know his or her signature thereto is genuine, and
that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its
governing body.
f Principal
PFIichael Li1j estrom, CEO
I hereby certify that I am the (Assistant) Secretary of the Corporation named as Surety in the within bond; that
who signed the said bond on behalf of the Surety, was
of the said Corporation; that I know his or her signature thereto is genuine, and
that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its
governing body.
See POA
Secretary of Surety
APPROVED AS TO FORM:
J. Ryan Call, City Attomey
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
RFQ-26 PROJECT # 220
CFW RFQ VERSION 2020 -JUNE
Special Provisions
INTRODUCTION TO THE SPECIAL PROVISIONS
(August 14, 2013 APWA GSP)
The work on this project shall be accomplished in accordance with the Standard Specifications
for Road, Bridge and Municipal Construction, 2020 edition, as issued by the Washington State
Department of Transportation (WSDOT) and the American Public Works Association (APWA),
Washington State Chapter (hereafter "Standard Specifications"). The Standard Specifications,
as modified or supplemented by the Amendments to the Standard Specifications and these
Special Provisions, all of which are made a part of the Contract Documents, shall govern all of
the Work.
These Special Provisions are made up of both General Special Provisions (GSPs) from various
sources, which may have project -specific fill-ins; and project -specific Special Provisions. Each
Provision either supplements, modifies, or replaces the comparable Standard Specification, or is
a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion
of the Standard Specifications is meant to pertain only to that particular portion of the section,
and in no way should it be interpreted that the balance of the section does not apply.
The project -specific Special Provisions are not labeled as such. The GSPs are labeled under
the headers of each GSP, with the effective date of the GSP and its source. For example:
(March 8, 2013 APWA GSP)
(April 1, 2013 WSDOT GSP)
(April 12, 2018 CFW GSP)
("PROJECT -SPECIFIC SPECIAL PROVISION***)
Also incorporated into the Contract Documents by reference are:
Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted
edition, with Washington State modifications, if any
WSDOT Standard Plans
City of Federal Way Public Works Development Standards
• National Electric Code, current edition
Contractor shall obtain copies of these publications, at Contractor's own expense.
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SPA PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.046
DIVISION 1
GENERAL REQUIREMENTS
DESCRIPTION OF WORK
(March 13, 1995 WSDOT GSP)
This Contract provides for the improvement of the Greenway Pavement Markings Phase 1
(2020) Project Improvements and other work, all in accordance with the attached Contract
Plans, these Contract Provisions, and the Standard Specifications.
1-01.3 Definitions
(January 4, 2016 APWA GSP)
Delete the heading Completion Dates and the three paragraphs that follow it, and replace them
with the following:
Dates
Bid Opening Date
The date on which the Contracting Agency publicly opens and reads the Bids.
Award Date
The date of the formal decision of the Contracting Agency to accept the lowest
responsible and responsive Bidder for the Work.
Contract Execution Date
The date the Contracting Agency officially binds the Agency to the Contract.
Notice to Proceed Date
The date stated in the Notice to Proceed on which the Contract time begins.
Substantial Completion Date
The day the Engineer determines the Contracting Agency has full and unrestricted use
and benefit of the facilities, both from the operational and safety standpoint, any
remaining traffic disruptions will be rare and brief, and only minor incidental work,
replacement of temporary substitute facilities, plant establishment periods, or correction
or repair remains for the Physical Completion of the total Contract.
Physical Completion Date
The day all of the Work is physically completed on the project. All documentation
required by the Contract and required by law does not necessarily need to be furnished
by the Contractor by this date.
Completion Date
The day all the Work specified in the Contract is completed and all the obligations of the
Contractor under the contract are fulfilled by the Contractor. All documentation required
by the Contract and required by law must be furnished by the Contractor before
establishment of this date.
Final Acceptance Date
The date on which the Contracting Agency accepts the Work as complete.
Supplement this Section with the following:
All references in the Standard Specifications, Amendments, or WSDOT General Special
Provisions, to the terms "Department of Transportation", "Washington State
Transportation Commission", "Commission", "Secretary of Transportation", "Secretary",
"Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency."
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -2 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.046
All references to the terms "State" or "state" shall be revised to read "Contracting
Agency" unless the reference is to an administrative agency of the State of Washington,
a State statute or regulation, or the context reasonably indicates otherwise.
All references to "State Materials Laboratory" shall be revised to read "Contracting
Agency designated location."
All references to "final contract voucher certification" shall be interpreted to mean the
Contracting Agency form(s) by which final payment is authorized, and final completion
and acceptance granted.
Additive
A supplemental unit of work or group of bid items, identified separately in the Bid
Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition
to the base bid.
Alternate
One of two or more units of work or groups of bid items, identified separately in the Bid
Proposal, from which the Contracting Agency may make a choice between different
methods or material of construction for performing the same work.
Business Day
A business day is any day from Monday through Friday except holidays as listed in
Section 1-08.5.
Contract Bond
The definition in the Standard Specifications for "Contract Bond" applies to whatever
bond form(s) are required by the Contract Documents, which may be a combination of a
Payment Bond and a Performance Bond.
Contract Documents
See definition for "Contract."
Contract Time
The period of time established by the terms and conditions of the Contract within which
the Work must be physically completed.
Notice of Award
The written notice from the Contracting Agency to the successful Bidder signifying the
Contracting Agency's acceptance of the Bid Proposal.
Notice to Proceed
The written notice from the Contracting Agency or Engineer to the Contractor authorizing
and directing the Contractor to proceed with the Work and establishing the date on
which the Contract time begins.
Traffic
Both vehicular and non -vehicular traffic, such as pedestrians, bicyclists, wheelchairs,
and equestrian traffic.
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -3 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.046
1-02 BID €'PCS tDU L2 -5 AR Q-
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
qualifications of RCW 39.04.350(1) to be considered
to be awarded a public works project.
must meet at least the minimum
a responsible bidder and qualified
1-02.2 Plans and Specifications
(June 27, 2011 APWA GSP)
Delete this section and replace it with the following:
Information as to where Bid Documents can be obtained or reviewed can be found in the
Call for Bids (Advertisement for Bids) for the work.
After award of the Contract, Plans and specifications will be issued to the Contractor at
no cost as detailed below:
To Prime Contractor
No. of
Sets
Basis of Distribution
Reduced Plans (11" x 17")
1
Furnished automatically upon award.
Contract Provisions
1
Furnished automatically upon award.
Large Plans (e.g., 22" x 34")
1
Furnished only upon request.
Additional Plans and Contract Provisions may be obtained by the Contractor from the
source stated in the Call for Bids, at the Contractor's own expense.
1-02.4 Examination of Plans. Specifications. and Site Work
(June 27, 2011 APWA GSP)
1-02.4(1) General
(August 15, 2016 APWA GSP, Option B)
The first sentence of the last paragraph is revised to read:
Any prospective Bidder desiring an explanation or interpretation of the Bid
Documents, shall request the explanation or interpretation in writing by close of
business three (3) business days preceding the bid opening to allow a written
reply to reach all prospective Bidders before the submission of their Bids.
1-02.40 Subsurface Information
(March 8, 2013 APWA GSP)
The second sentence in the first paragraph is revised to read:
The Summary of Geotechnical Conditions and the boring logs, if and when
included as an appendix to the Special Provisions, shall be considered as part of
the Contract.
1-02.5 Proposal Forms
(July 31, 2017 APWA GSP)
Delete this section and replace it with the following:.
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -4 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.04B
The Proposal Form will identify the project and its location and describe the work. It will
also list estimated quantities, units of measurement, the items of work, and the materials
to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal
form that call for, but are not limited to, unit prices; extensions; summations; the total bid
amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment
of addenda; the bidder's name. address, telephone number, and signature; the bidder's
UBDE/DBE/M/WBE commitment, if applicable; a State of Washington Contractor's
Registration Number; and a Business License Number, if applicable. Bids shall be
completed by typing or shall be printed in ink by hand, preferably in black ink. The
required certifications are included as part of the Proposal Form.
The Contracting Agency reserves the right to arrange the proposal forms with alternates
and additives, if such be to the advantage of the Contracting Agency. The bidder shall
bid on all alternates and additives set forth in the Proposal Form unless otherwise
specified.
1-02.5 Preparation of Proposal
(July 11, 2018 APWA GSP)
Supplement the second paragraph with the following:
4. If a minimum bid amount has been established for any item, the unit or lump sum
price must equal or exceed the minimum amount stated.
5. Any correction to a bid made by interlineation, alteration, or erasure, shall be
initialed by the signer of the bid.
Delete the last two paragraphs, and replace them with the following:
If no Subcontractor is listed, the Bidder acknowledges that it does not intend to use any
Subcontractor to perform those items of work.
The Bidder shall submit with their Bid a completed Contractor Certification Wage Law
Compliance form, provided by the Contracting Agency. Failure to return this certification
as part of the Bid Proposal package will make this Bid Nonresponsive and ineligible for
Award. A Contractor Certification of Wage Law Compliance form is included in the
Proposal Forms.
The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner.
A bid by a corporation shall be executed in the corporate name, by the president or a
vice president (or other corporate officer accompanied by evidence of authority to sign).
A bid by a partnership shall be executed in the partnership name, and signed by a
partner. A copy of the partnership agreement shall be submitted with the Bid Form if any
UDBE requirements are to be satisfied through such an agreement.
A bid by a joint venture shall be executed in the joint venture name and signed by a
member of the joint venture
with the Bid Form if any
agreement.
CITY OF FEDERAL WAY
. A copy of the joint venture agreement shall be submitted
UDBE requirements are to be satisfied through such an
GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -5 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.048
1-02.7 Bid Deposit
(***PROJECT -SPECIFIC SPECIAL PROVISION'")
Delete this section in its entirety
1-02.9 Delivery of Proposal_
(*"PROJECT SPECIFIC SPECIAL PROVISION`)
Delete this section in its entirety
1-02.10 Withdrawing Revising, or Supplementing Proposal
(July 233, 2015 APWA GSP)
Delete this section, and replace it with the following:
After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may
withdraw, revise, or supplement it if:
The Bidder submits a written request signed by an authorized person and
physically delivers it to the place designated for receipt of Bid Proposals,
and
2. The Contracting Agency receives the request before the time set for
receipt of Bid Proposals, and
3. The revised or supplemented Bid Proposal (if any) is received by the
Contracting Agency before the time set for receipt of Bid Proposals.
If the Bidder's request to withdraw, revise, or supplement its Bid Proposal is received
before the time set for receipt of Bid Proposals, the Contracting Agency will return the
unopened Proposal package to the Bidder. The Bidder must then submit the revised or
supplemented package in its entirety. If the Bidder does not submit a revised or
supplemented package, then its bid shall be considered withdrawn.
Late revised or supplemented Bid Proposals or late withdrawal requests will be date
recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed
requests to withdraw, revise, or supplement a Bid Proposal are not acceptable.
1-02.13 Irregular Proposals
(December 19, 2019 APWA GSP)
Delete this section and replace it with the following:
A Proposal will be considered irregular and will be rejected if:
a. The Bidder is not prequalified when so required;
b. The authorized Proposal form furnished by the Contracting Agency is not used or
is altered;
C. The completed Proposal form contains any unauthorized additions, deletions,
alternate Bids, or conditions;
d. The Bidder adds provisions reserving the right to reject or accept the award, or
enter into the Contract;
e. A price per unit cannot be determined from the Bid Proposal;
f. The Proposal form is not properly executed;
g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable,
as required in Section 1-02.6;
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -6 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.048
h. The Bidder fails to submit or properly complete an Underutilized Disadvantaged
Business Enterprise Certification, if applicable, as required in Section 1-02.6;
i. The Bidder fails to submit written confirmation from each UDBE firm listed on the
Bidder's completed UDBE Utilization Certification that they are in agreement with
the bidder's UDBE participation commitment, if applicable, as required in Section
1-02.6, or if the written confirmation that is submitted fails to meet the
requirements of the Special Provisions;
j The Bidder fails to submit UDBE Good Faith Effort documentation, if applicable,
as required in Section 1-02.6, or if the documentation that is submitted fails to
demonstrate that a Good Faith Effort to meet the Condition of Award was made;
k. The Bidder fails to submit a UDBE Bid Item Breakdown form, if applicable, as
required in Section 1-02.6, or if the documentation that is submitted fails to meet
the requirements of the Special Provisions;
I. The Bidder fails to submit UDBE Trucking Credit Forms, if applicable, as required
in Section 1-02.6, or if the documentation that is submitted fails to meet the
requirements of the Special Provisions;
M. The Bid Proposal does not constitute a definite and unqualified offer to meet the
material terms of the Bid invitation; or
n. More than one Proposal is submitted for the same project from a Bidder under
the same or different names.
2. A Proposal may be considered irregular and may be rejected if:
a. The Proposal does not include a unit price for every Bid item;
b. Any of the unit prices are excessively unbalanced (either above or below the
amount of a reasonable Bid) to the potential detriment of the Contracting Agency;
C. Receipt of Addenda is not acknowledged;
d. A member of a joint venture or partnership and the joint venture or partnership
submit Proposals for the same project (in such an instance, both Bids may be
rejected); or
e. If Proposal form entries are not made in ink.
1-02.14 Disqualification of Bidders
(May 17, 2018 APWA GSP, OPTION B)
Delete this section and replace it with the following:
A Bidder will be deemed not responsible if the Bidder does not meet the mandatory
bidder responsibility criteria in RCW 39.04.350(1), as amended; or does not meet
Supplemental Criteria 1-7 listed in this Section.
Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility
criteria in RCW 39.04.350(1), and Supplemental Criteria 1-2. Evidence that the Bidder
meets Supplemental Criteria 3-7 shall be provided by the Bidder as stated later in this
Section.
1. Delinquent State Taxes
A. Criterion: The Bidder shall not owe delinquent taxes to the Washington State
Department of Revenue without a payment plan approved by the Department
of Revenue.
B. Documentation: The Bidder, if and when required as detailed below, shall
sign a statement (on a form to be provided by the Contracting Agency) that
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -7 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.048
the Bidder does not owe delinquent taxes to the Washington State
Department of Revenue, or if delinquent taxes are owed to the Washington
State Department of Revenue, the Bidder must submit a written payment plan
approved by the Department of Revenue, to the Contracting Agency by the
deadline listed below.
2. Federal Debarment
A. Criterion: The Bidder shall not currently be debarred or suspended by the
Federal government.
B. Documentation: The Bidder shall not be listed as having an "active exclusion"
on the U.S. government's "System for Award Management" database
(www.sam.gov).
3. Subcontractor Res onsibilit
A. Criterion: The Bidder's standard subcontract form shall include the
subcontractor responsibility language required by RCW 39.06.020, and the
Bidder shall have an established procedure which it utilizes to validate the
responsibility of each of its subcontractors. The Bidder's subcontract form
shall also include a requirement that each of its subcontractors shall have
and document a similar procedure to determine whether the sub -tier
subcontractors with whom it contracts are also "responsible" subcontractors
as defined by RCW 39.06.020.
B. Documentation: The Bidder, if and when required as detailed below, shall
submit a copy of its standard subcontract form for review by the Contracting
Agency, and a written description of its procedure for validating the
responsibility of subcontractors with which it contracts.
4. Claims Against Retainage and Bonds
A. Criterion: The Bidder shall not have a record of excessive claims filed against
the retainage or payment bonds for public works projects in the three years
prior to the bid submittal date, that demonstrate a lack of effective
management by the Bidder of making timely and appropriate payments to its
subcontractors, suppliers, and workers, unless there are extenuating
circumstances and such circumstances are deemed acceptable to the
Contracting Agency.
B. C1OCUrnentation: 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.
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -8 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.048
5. Public Bidding Crime
A. Criterion: The Bidder and/or its owners shall not have been convicted of a
crime involving bidding on a public works contract in the five years prior to the
bid submittal date.
B. Documentation: The Bidder, if and when required as detailed below, shall
sign a statement (on a form to be provided by the Contracting Agency) that
the Bidder and/or its owners have not been convicted of a crime involving
bidding on a public works contract.
6. Termination for Cause / Termination for Default
A. Criterion: The Bidder shall not have had any public works contract terminated
for cause or terminated for default by a government agency in the five years
prior to the bid submittal date, unless there are extenuating circumstances
and such circumstances are deemed acceptable to the Contracting Agency.
B. Documentation: The Bidder, if and when required as detailed below, shall
sign a statement (on a form to be provided by the Contracting Agency) that
the Bidder has not had any public works contract terminated for cause or
terminated for default by a government agency in the five years prior to the
bid submittal date; or if Bidder was terminated, describe the circumstances. .
7. Lawsuits
A. Criterion: The Bidder shall not have lawsuits with judgments entered against
the Bidder in the five years prior to the bid submittal date that demonstrate a
pattern of failing to meet the terms of contracts, unless there ,are extenuating
circumstances and such circumstances are deemed acceptable to the
Contracting Agency
B. Documentation: The Bidder, if and when required as detailed below, shall
sign a statement (on a form to be provided by the Contracting Agency) that
the Bidder has not had any lawsuits with judgments entered against the
Bidder in the five years prior to the bid submittal date that demonstrate a
pattern of failing to meet the terms of contracts, or shall submit a list of all
lawsuits with judgments entered against the Bidder in the five years prior to
the bid submittal date, along with a written explanation of the circumstances
surrounding each such lawsuit. The Contracting Agency shall evaluate these
explanations to determine whether the lawsuits demonstrate a pattern of
failing to meet of terms of construction related contracts
As evidence that the Bidder meets the Supplemental Criteria stated above, the apparent
low Bidder must submit to the Contracting Agency by 12:00 P.M. (noon) of the second
business day following the bid submittal deadline, a written statement verifying that the
Bidder meets the supplemental criteria together with supporting documentation
(sufficient in the sole judgment of the Contracting Agency) demonstrating compliance
with the 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
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -9 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.048
Bidder's compliance with the mandatory and supplemental criteria, and to use that
information in their evaluation. The Contracting Agency may consider mitigating factors
in determining whether the Bidder complies with the requirements of the supplemental
criteria.
The basis for evaluation of Bidder compliance with these mandatory and supplemental
criteria shall include any documents or facts obtained by Contracting Agency (whether
from the Bidder or third parties) including but not limited to: (i) financial, historical, or
operational data from the Bidder; (ii) information obtained directly by the Contracting
Agency from others for whom the Bidder has worked, or other public agencies or private
enterprises; and (iii) any additional information obtained by the Contracting Agency
which is believed to be relevant to the matter.
If the Contracting Agency determines the Bidder does not meet the bidder responsibility
criteria above and is therefore not a responsible Bidder, the Contracting Agency shall
notify the Bidder in writing, with the reasons for its determination. if the Bidder disagrees
with this determination, it may appeal the determination within two (2) business days of
the Contracting Agency's determination by presenting its appeal and any additional
information to the Contracting Agency. The Contracting Agency will consider the appeal
and any additional information before issuing its final determination. If the final
determination affirms that the Bidder is not responsible, the Contracting Agency will not
execute a contract with any other Bidder until at least two business days after the Bidder
determined to be not responsible has received the Contracting Agency's final
determination.
Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders
with concerns about the relevancy or restrictiveness of the Supplemental Bidder
Responsibility Criteria may make or submit requests to the Contracting Agency to modify
the criteria. Such requests shall be in writing, describe the nature of the concerns, and
propose specific modifications to the criteria. Bidders shall submit such requests to the
Contracting Agency no later than five (5) business days prior to the bid submittal
deadline and address the request to the Project Engineer or such other person
designated by the Contracting Agency in the Bid Documents.
1-03.1 Consideration of Bids
(January 23, 2006 APWA GSP)
Revise the first paragraph to read:
After receiving 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 lum sum rice to the minirnum s ecified amount and
recalculate the extension. The total of extensions, corrected where necessary, indudin
sales taxes where applicable and such additives and/or alternates as selected by. the
Conti -acting 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 band.
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -10 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.048
1-03.1(1) Identical Bid Totals
(January 4, 2016 APWA GSP)
Revise this section to read:
After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then
the tie-breaker will be the Bidder with an equal lowest bid, that proposed to use the
highest percentarLe of recyclecl materials in the Prgect. per the form submitted with the
Bid. Proposal. If those_pereenta es are also exactly equal, then the tie-breaker will be
determined by drawing as follows: Two or more slips of paper will be marked as follows:
one marked "Winner" and the other(s) marked "unsuccessful." The slips will be folded to
make the marking unseen. The slips will be placed inside a box. One authorized
representative of each Bidder shall draw a slip from the box. Bidders shall draw in
alphabetic order by the name of the firm as registered with the Washington State
Department of Licensing. The slips shall be unfolded and the firm with the slip marked
"Winner" will be determined to be the successful Bidder and eligible for Award of the
Contract. Only those Bidders who submitted a Bid total that is exactly equal to the lowest
responsive Bid, and with a proposed recycled materials percentage that is exactly equal
to the highest proposed rec cled materials amount are eligible to draw.
1-03.3 Execution of Contract
(October 1, 2005 APWA GSP)
Revise this section to read:
Copie of the Contract Provisions. including the unsigned Form of Contract will be
available for signature by the successful bidder on the first business da following
award The number of copies to be executed by the Contractor will be determined by the
Contracting Agency.
Within 10 calendar days after the award date, the successful bidder shall return the
signed Contracting Agency -prepared contract, an insurance certification as required by
Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before
execution of the contract by the Contracting Agency, the successful bidder shall provide
any pre -award information the Contracting Agency may require under Section 1-02.15.
Until the Contracting Agency executes a contract, no proposal shall bind the Contracting
Agency nor shall any work begin within the project limits or within Contracting Agency -
furnished sites. The Contractor shall bear all risks for any work begun outside such
areas and for any materials ordered before the contract is executed by the Contracting
Agency.
If the bidder experiences circumstances beyond their control that prevents return of the
contract documents within the calendar days after the award date stated above, the
Contracting Agency may grant up to a maximum of 5 additional calendar days for return
of the documents, provided the Contracting Agency deems the circumstances warrant it.
1-03.4 Contract Bond
(July 23, 2015 APWA GSP)
Delete the first paragraph and replace it with the following:
The successful bidder shall provide executed payment and performance bond(s) for the
full contract amount. The bond may be a combined payment and performance bond; or
be separate payment and performance bonds. In the case of separate payment and
performance bonds, each shall be for the full contract amount. The bond(s) shall:
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SPA 1 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.048
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.
1-04.2 Coordination of Contract Documents flans, Special Provisions, Specification
and Addenda
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -12 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.048
(April 12, 2019 CFW GSP)
Revise the second paragraph to read:
Any inconsistency in the parts of the contract shall be resolved by following this order of
precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth):
1. Contract,
2. Change Orders, with those of a later date taking precedence of those of an
earlier date,
3. Addenda, with those of a later date taking precedence of those of an earlier date,
4. Bid Proposal Form,
5. Special Provisions,
6. Contract Plans,
7. Amendments to the Standard Specifications,
8. Standard Specifications,
9. Contracting Agency's Standard Plans or Details (if any), and
10. WSDOT Standard Plans for Road, Bridge, and Municipal Construction.
1-05.7 Removal of Defective and Unauthorized Work
(October 1, 2005 APWA GSP)
Supplement this section with the following:
If the Contractor fails to remedy defective or unauthorized work within the time specified
in a written notice from the Engineer, or fails to perform any part of the work required by
the Contract Documents, the Engineer may correct and remedy such work as may be
identified in the written notice, with, Contracting Agency forces or by such other means as
the Contracting Agency may deem necessary.
If the Contractor fails to comply with a written order to remedy what the Engineer
determines to be an emergency situation, the Engineer may have the defective and
unauthorized work corrected immediately, have the rejected work removed and
replaced, or have work the Contractor refuses to perform completed by using
Contracting Agency or other forces. An emergency situation is any situation when, in the
opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause
serious risk of loss or damage to the public.
Direct or indirect costs incurred by the Contracting Agency attributable to correcting and
remedying defective or unauthorized work, or work the Contractor failed or refused to
perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from
monies due, or to become due, the Contractor. Such direct and indirect costs shall
include in particular, but without limitation, compensation for additional professional
services required, and costs for repair and replacement of work of others destroyed or
damaged by correction, removal, or replacement of the Contractor's unauthorized work.
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -13 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.048
No adjustment in Contract time or compensation will be allowed because of the delay in
the performance of the work attributable to the exercise of the Contracting Agency's
rights provided by this section.
The rights exercised under the provisions of this section shall not diminish the
Contracting Agency's right to pursue any other avenue for additional remedy or damages
with respect to the Contractor's failure to perform the work as required.
1-05.11 Final Inspection
(October 1, 2005 APWA GSP)
Delete this section and replace it with the following:
1-05.11 Final Inspections and Operational Testi
1-05.11(1) Substantial Completion Date
When the Contractor considers the work to be substantially complete, the Contractor
shall so notify the Engineer and request the Engineer establish the Substantial
Completion Date. The Contractor's request shall list the specific items of work that
remain to be completed in order to reach physical completion. The Engineer will
schedule an inspection of the work with the Contractor to determine the status of
completion. The Engineer may also establish the Substantial Completion Date
unilaterally.
If, after this inspection, the Engineer concurs with the Contractor that the work is
substantially complete and ready for its intended use, the Engineer, by written notice to
the Contractor, will set the Substantial Completion Date. If, after this inspection the
Engineer does not consider the work substantially complete and ready for its intended
use, the Engineer will, by written notice, so notify the Contractor giving the reasons
therefore.
Upon receipt of written notice concurring in or denying substantial completion, whichever
is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized
interruption, the work necessary to reach Substantial and Physical Completion. The
Contractor shall provide the Engineer with a revised schedule indicating when the
Contractor expects to reach substantial and physical completion of the work.
The above process shall be repeated until the Engineer establishes the Substantial
Completion Date and the Contractor considers the work physically complete and ready
for final inspection.
1-05.11(2) Final Inspection and Physical Completion Date
When the Contractor considers the work physically complete and ready for final
inspection, the Contractor by written notice, shall request the Engineer to schedule a
final inspection. The Engineer will set a date for final inspection. The Engineer and the
Contractor will then make a final inspection and the Engineer will notify the Contractor in
writing of all particulars in which the final inspection reveals the work incomplete or
unacceptable. The Contractor shall immediately take such corrective measures as are
necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously,
diligently, and without interruption until physical completion of the listed deficiencies. This
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -14 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.048
process will continue until the Engineer is satisfied the listed deficiencies have been
corrected.
If action to correct the listed deficiencies is not initiated within 7 days after receipt of the
written notice listing the deficiencies, the Engineer may, upon written notice to the
Contractor, take whatever steps are necessary to correct those deficiencies pursuant to
Section 1-05.7.
The Contractor will not be allowed an extension of Contract time because of a delay in
the performance of the work attributable to the exercise of the Engineer's right
hereunder.
Upon correction of all deficiencies, the Engineer will notify the Contractor and the
Contracting Agency, in writing, of the date upon which the work was considered
physically complete. That date shall constitute the Physical Completion Date of the
Contract, but shall not imply acceptance of the work or that all the obligations of the
Contractor under the Contract have been fulfilled.
1-05.11(3) Operational Testing
It is the intent of the Contracting Agency to have at the Physical Completion Date a
complete and operable system. Therefore when the work involves the installation of
machinery or other mechanical equipment; street lighting, electrical distribution or signal
systems; irrigation systems; buildings; or other similar work it may be desirable for the
Engineer to have the Contractor operate and test the work for a period of time after final
inspection but prior to the physical completion date. Whenever items of work are listed in
the Contract Provisions for operational testing they shall be fully tested under operating
conditions for the time period specified to ensure their acceptability prior to the Physical
Completion Date. During and following the test period, the Contractor shall correct any
items of workmanship, materials, or equipment which prove faulty, or that are not in first
class operating condition. Equipment, electrical controls, meters, or other devices and
equipment to be tested during this period shall be tested under the observation of the
Engineer, so that the Engineer may determine their suitability for the purpose for which
they were installed. The Physical Completion Date cannot be established until testing
and corrections have been completed to the satisfaction of the Engineer.
The costs for power, gas, labor, material, supplies, and everything else needed to
successfully complete operational testing, shall be included in the unit Contract prices
related to the system being tested, unless specifically set forth otherwise in the Proposal.
Operational and test periods, when required by the Engineer, shall not affect a
manufacturer's guaranties or warranties furnished under the terms of the Contract.
1-05.12 Final Acceptance
(April 12, 2019 CFW GSP)
Delete the third and fourth sentences in the first paragraph and replace it with the
following:
Final acceptance date of the work shall be the date the Federal Way City Council
accepts the project as complete.
Add the following new section.
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -15 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.046
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 Eguiprnent of Contractor
(August 14, 2013 AIWA GSP)
Delete the sixth and seventh paragraphs of this section.
1-05.14 Cooperation with Other Contractors_
(March 13, 1995 WSDOT GSP, OPTION 1)
Section 1-05.14 is supplemented with the following:
Other Contracts or Other Work
It is anticipated that the following work adjacent to or within the limits of this project will
be performed by others during the course of this project and will require coordination of
the work:
• Greenway Sign Work by King County
• Potentially other City/Utility Projects
1-05.15 Method of Serving Notices
(March 25, 2009 APWA GSP)
Revise the second paragraph to read:
All correspondence from the Contractor shall be directed to the Project Engineer. All
correspondence from the Contractor constituting any notification, notice of protest,
notice of dispute, or other correspondence constituting notification required to be
furnished under the Contract, must be in paper format, hand delivered or sent via mail
delivery service to the Project Engineer's office. Electronic copies such as e-mails or
electronically delivered copies of correspondence will not constitute such notice and will
not comply with the requirements of the Contract.
Add the following new section:
1-05.15 Water and Power
(October 1, 2005 APWA GSP)
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -16 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.04B
The Contractor shall make necessary arrangements, and shall bear the costs for power
and water necessary for the performance of the work, unless the Contract includes
power and water as a pay item.
1-05.18 Contractor's Daily Diary
(April 12, 2018 CFW GSP)
Section 1-05.18 is a new section:
The Contractor and subcontractors, as additional consideration for payment for this
contract work, hereby agree to maintain and provide to the Owner and the Engineer a
Daily Diary Record of this Work. The diary must be kept and maintained by the
Contractor's designated project superintendent. Entries must be made on a daily basis
and must accurately represent all of the project activities on each day.
At a minimum, the diary shall show on a daily basis:
The day and date.
® The weather conditions, including changes throughout the day.
A complete description of work accomplished during the day with adequate
references to the Plans and Specifications so that the reader can easily and
accurately identify said work on the Plans.
• An entry for each and every changed condition, dispute or potential dispute,
incident, accident, or occurrence of any nature whatsoever which might affect the
Contract, Owner, or any third party in any manner.
Listing of any materials received and stored on or off-site by the Contractor for
future installation, to include the manner of storage and protection of the same.
Listing of materials installed during each day.
® List of all subcontractors working on-site during each day.
Listing of the number of Contractor's employees working during each day by
category of employment.
Listing of Contractor's equipment working on the site during each day. Idle
equipment on the site shall be listed and designated as idle.
■ Notations to explain inspections, testing, stake -out, and all other services
furnished to the Contractor by the Owner or other during each day.
Entries to verify the daily (including non -work days) inspection and maintenance
of traffic control devices and condition of the traveled roadway surfaces. The
Contractor shall not allow any conditions to develop that would be hazardous to
the public.
Any other information that serves to give an accurate and complete record of the
nature, quantity, and quality of the Contractor's progress on each day.
0 Summary of total number of working days to date, and total number of delay
days to date.
The Contractor's designated project superintendent must sign the diary at the end of
each working day. The Contractor must provide a copy of the diary to the Owner and the
Engineer each morning for the preceding workday. All copies must be legible.
It is expressly agreed between the contractor and the owner that the daily diary
maintained by the Contractor shall be the "Contractor's Book of Original Entry" for the
documentation of any potential claims or disputes that might arise during this contract.
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -17 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020 04B
Failure of the Contractor to maintain this diary in the manner described above will
constitute a waiver of any such claims or disputes by the Contractor. The daily diary
maintained by the Contractor does not constitute the official record of the project. The
official record of the project is prepared and maintained exclusively by the engineer.
This section snail not apply for Paint Share Lane
1-05 19 Defects Arising in One Year and Remedies Marking bid item provided approved material is
(February 15, 2019 CFW GSP) used by the Contractor." Per Addendum # 1 dated
5ecti n 1. 5, 9_ i5 a new eCtiar�; '.. _rte ..� June 22,2020
The Contractor shall, at its own sole cost and expense, be responsible for correcting all
defects in workmanship and material discovered within one year after acceptance of this
work by the City of Federal Way. When corrections of defects are made, the Contractor
shall be responsible for correcting all defects in workmanship and/or materials in the
corrected work for one year after acceptance of the corrections by the Owner.
Conducting of tests and inspections, review of specifications or plans, payment for
goods or services, or acceptance by the City does not constitute waiver, modification, or
exclusion of any express or implied warranty or any right under law. This warranty shall
survive termination of this Contract.
The Contractor shall start work to remedy such defects within seven (7) calendar days of
mailing notice of discovery thereof by the Owner and shall complete such work within a
reasonable time. In emergencies, where damage may result from delay or where loss of
services may result, such corrections may be made by the Owner, in which case the cost
shall be borne by the Contractor. In the event the Contractor does not accomplish
corrections at the time specified, the work will be otherwise accomplished and the cost of
same shall be paid by the Contractor. These actions will be pursuant to the provisions of
Section 1-05.8 of the Standard Specifications.
The Contractor shall be liable for any costs, losses, expenses, or damages, including
consequential damages suffered by the Owner resulting from defects in the Contractor's
work including, but not limited to, cost of materials and labor extended by Owner in
making emergency repairs and cost of engineering, inspection and supervision by the
Owner or the Engineer. The Contractor shall hold the Owner harmless from any and all
claims which may be made against the Owner as a result of any defective work, and the
Contractor shall defend any such claims at his own expense.
The Contractor agrees the above one-year limitation shall not exclude or diminish the
Owner's rights under any law to obtain damages and recover costs resulting from
defective and unauthorized work discovered after one year but prior to the expiration of
the legal time period set forth in RCW 9.16.040 limiting actions upon a contract in writing
or liability, expressed or implied, arising out of a written agreement. This warranty may
also extend beyond the one year time period pursuant to any other warranties specified
in the Special Provisions, Contract Plans, other parts of the Contract Documents, or
incorporated by this reference.
1-06.6 Recycled Materials
(January 4, 2016 APWA GSP)
Delete this section, including its subsections, and replace it with the following:
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SPA 8 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.048
The Contractor shall make their best effort to utilize recycled materials in the
construction of the project. Approval of such material use shall be as detailed elsewhere
in the Standard Specifications.
Prior to Physical Completion the Contractor shall report the quantity of recycled
materials that were utilized in the construction of the project for each of the items listed
in Section 9-03.21. The report shall include hot mix asphalt, recycled concrete
aggregate, recycled glass, steel furnace slag and other recycled materials (e.g.
utilization of on-site material and aggregates from concrete returned to the supplier).
The Contractor's report shall be provided on DOT form 350-075 Recycled Materials
Reporting.
1-06.7 Hazardous Chemicals
(April 12, 2019 CFW GSP)
Section 1-06.7 is a new section:
In order to comply with WAC 296-62-054 Hazard Communication, the Contractor shall
submit with each shipment a Material Safety Data Sheet (MSDS) for all products
containing any toxic products that may be harmful to the end user. The MSDS Sheet is
to accompany the toxic product(s) to the specified delivery sites.
Include the following in the MSDS:
A. Chemical Abstract Service (CAS) numbers for every chemical that is listed in the
MSDS.
B. If the product is actually used diluted, the dilution rate should be so stated in the
MSDS and the hazards and corresponding personal protection, etc., also be listed.
C. A statement as to the intended use of the product.
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
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -19 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.046
solely and completely responsible for the conditions of the project site, including safety
for all persons and property in the performance of the work. This requirement shall apply
continuously, and not be limited to normal working hours. The required or implied duty of
the Engineer to conduct construction review of the Contractor's performance does not,.
and shall not, be intended to include review and adequacy of the Contractor's safety
measures in, on, or near the project site.
Section 1-07.1 is supplemented with the following:
(April 6, 2020 WSDOT GSP, OPTION 4)
In response to COVID-19, the Contractor shall prepare a project specific COVID-19
health and safety plan (CHSP) in conformance with Section 1-07.4(2) as supplemented
in these specifications, COVID-19 Health and Safety Plan (CHSP). A copy of the CHSP
developed by the Contractor shall be submitted to the Engineer as a Type 2 Working
Drawing.
Section 1-07.1 is supplemented with the following:
(April 12, 2019 CFW GSP)
Confined Space
Confined spaces are known to exist at the following locations:
Existing storm drainage, sanitary sewer, and other utility systems, vaults, and
structures, along with all new similar new construction items that meet the
requirements of WAC 296-809-100.
The Contractor shall be fully responsible for the safety and health of all on-site workers
and compliant with Washington Administrative Code (WAC 296-809).
The Contractor shall prepare and implement a confined space program for each of the
confined spaces identified above. The Contractors Confined Space program shall be
sent to the contracting agency at least 5 days prior to the Contractor beginning work in
or adjacent to the confined space. No work shall be performed in or adjacent to the
confined space until the plan is submitted to the Engineer as required. The Contractor
shall communicate with the Engineer to ensure a coordinated effort for providing and
maintaining a safe worksite for both the Contracting Agency's and Contractor's workers
when working in or near a confined space.
All costs to prepare and implement the confined space program shall be included in the
bid prices for the various items associated with the confined space work.
1-07.2 State Taxes
Defete 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 1-0-7.2(3) are meant to clarify those rules. The
Contractor should contact the Washington State Department of Revenue for answers to
questions in this area. The Contracting Agency will not adjust its payment if the
Contractor bases a Sid on a misunderstood tax liability.
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -20 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.046
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
Contractor or a subcontractor makes
machinery, equipment, or consumable
Such sales taxes shall be included in
Contract amount.
CITY OF FEDERAL WAY
SP -21
not add in sales tax for a payment the
on the purchase or rental of tools,
supplies not integrated into the project.
the unit Bid item prices or in any other
GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020 04B
1-07.2(3) Services
The Contractor shall not collect retail sales tax from the Contracting Agency on
any Contract wholly for professional or other services (as defined in Washington
State Department of Revenue Rules 138 and 244).
1-07.4 Sanitation
Section 1-07.4(2) is supplemented with the following:
1-07.4(2) Health Hazards
'App l 7 2026, WSDOT CSP, OPTION 2)
COVID-19 Health & Safety Plan (CHSP)
The Contractor shall prepare a project specific COVID-19 health and safety plan
(CHSP). The CHSP shall be prepared and submitted as a Type 2 working drawing prior
to beginning physical Work.
The 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. The
plan shall contain the following minimum elements:
1. The CHSP shall identify all standards, guidance, publications, and sources on which
it is based. Those standards may include references to OHSA, WISHA, and CDC
publications that are current at the time the CHSP is prepared.
2. The CHSP shall identify a responsible individual from the Contractor who is
responsible for implementation of the CHSP. The individual(s) contact information
shall be listed in the CHSP.
3. The CHSP shall specifically identify the project for which it is applicable, and if
applicable, shall address project work areas outside the project limits such as staging
areas or yards.
4. The CHSP shall identify the PPE and administrative and engineered controls
necessary to maintain a safe site. This includes but is not limited to: sanitation
resources, screening stations, safety briefings, controlling access, and personal
protective equipment (PPE) needed to protect workers from COVID-19.
5. The CHSP shall identify measures for screening and managing workers or visitors to
areas identified in the CHSP. The plan shall include procedures should a person
exhibit symptoms of COVID-19.
6. The CHSP shall identify how the plan will be updated as new work activities are
added with each two week look -ahead schedule. The CHSP updates shall identify
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -22 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020 048
the number of workers, crews, work tasks, and the degree of congestion or
confinement workers will experience for the work activities in the two week look -
ahead schedule.
7. The CHSP shall include how the Contractor will ensure everyone on the site has
been trained on the CHSP requirements. This includes subcontractors, suppliers,
and anyone on the project site.
COVID-19 Health and Safety Plan (CHSP) Inspection
The Contractor shall grant full and unrestricted access to the Engineer for CHSP
Inspections. The Engineer (or designee) will conduct periodic compliance inspections
on the project site, staging areas, or yards to verify that any ongoing work activity is
following the CHSP plan. If the Engineer becomes aware of a noncompliance incident
either through a site inspection or other means, the Contractor will be notified
immediately (within 1 hour). The contractor shall immediately remedy the
noncompliance incident or suspend all or part of the associated work activity. The
Contractor shall satisfy the Engineer that the noncompliance incident has been corrected
before the suspension will end.
The Contractor shall include all related costs in the associated bid prices of the contract.
1-07.6 Permits and Licenses
(April 12, 2018 CPW GSP)
Section 1-07.6 is supplemented with the following:
Survey Monuments
In accordance with RCW 58.24.040(8), no cadastral or geodetic survey monument may
be disturbed without a valid permit to remove or destroy a survey monument, issued by
the Washington State Department of Natural Resources. Permit applications can be
Obtained on the DNR Public Land Survey Office website. The permit application must be
stamped by a registered Washington State Land Surveyor. The Contractor shall obtain
the permit to Remove or Destroy a Survey Monument as necessary. All costs to obtain
and comply with the permit shall be considered incidental to other bid items and no
additional payment will be made.
1-07.7 Load Limits
(March 13, 1995 WSDOT GSP, OPTION 6)
Section 1-07.7 is Supplemented with the following:
If the sources of materials provided by the Contractor necessitate hauling over roads other
than State Highways, the Contractor shall, at the Contractor's expense, make all
arrangements for the use of the haul routes.
1-07.90) Required Documents
(January 3, 2020 APWA GSP)
Delete this section and replace it with the following:
General
All "Statements of Intent to Pay Prevailing Wages", "Affidavits of Wages Paid" and
Certified Payrolls, including a signed Statement of Compliance for Federal -aid
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -23 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.048
projects, shall be submitted to the Engineer using the State L&I online Prevailing
Wage Intent & Affidavit (PWIA) system.
Intents and Affidavits
On forms provided by the Industrial Statistician of State L&I, the Contractor shall
submit to the Engineer the following for themselves and for each firm covered under
RCW 39.12 that will or has provided Work and materials for the Contract:
1. The approved "Statement of Intent to Pay Prevailing Wages" State L&I's
form number F700-029-000. The Contracting Agency will make no payment
under this Contract until this statement has been approved by State L&I and
reviewed by the Engineer.
2. The approved "Affidavit of Prevailing Wages Paid", State L&I's form F700-
007-000. The Contracting Agency will not grant Completion until all approved
Affidavit of Wages paid for the Contractor and all Subcontractors have been
received by the Engineer. The Contracting Agency will not release to the
Contractor any funds retained under RCW 60.28.011 until "Affidavit of
Prevailing Wages Paid" forms have been approved by State L&I and all of the
approved forms have been submitted to the Engineer for every firm that
worked on the Contract.
The Contractor is responsible for requesting these forms from State L&I and for
paying any fees required by State L&I.
Certified Payrolls
Certified payrolls are required to be submitted by the Contractor for themselves, all
Subcontractors and all lower tier subcontractors. The payrolls shall be submitted
weekly on all Federal -aid projects and no less than monthly on State funded projects.
Penalties for Noncompliance
The Contractor is advised, if these payrolls are not supplied within the prescribed
deadlines, any or all payments may be withheld until compliance is achieved. In
addition, failure to provide these payrolls may result in other sanctions as provided
by State laws (RCW 39.12.050) and/or Federal regulations (29 CFR 5.12).
1-07.13 Contractor's Responsibility for Work
1-07.13(4) Repair of Damage
(August 6, 2001 WSD0T GSP)
Section 1-07.13(4) is revised to read:
The Contractor shall promptly repair all damage to either temporary or
permanent work as directed by the Engineer. For damage qualifying for relief
under Sections 1-07.13(1), 1-07.13(2) or 1-07.13(3), payment will be made in
accordance with Section 1-04.4. Payment will be limited to repair of damaged
work only. No payment will be made for delay or disruption of work.
1-07.16 Protection and Restoration of Property
1-07 16(2) Vectetation Protection and Restoration
(August 2, 2010 WSDOT GSP)
Section 1-07.16(2) is supplemented with the following:
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -24 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.046
Vegetation and soil protection zones for trees shall extend out from the trunk to a
distance of 1 foot radius for each inch of trunk diameter at breast height.
Vegetation and soil protection zones for shrubs shall extend out from the stems
at ground level to twice the radius of the shrub.
Vegetation and soil protection zones for herbaceous vegetation shall extend to
encompass the diameter of the plant as measured from the outer edge of the
plant.
1-07.17 L"riIities and Sirnilar Facilities
(April 2, 2007 WSDOT GSP, OPTION 1)
Section 1-07.17 is supplemented with the following:
Locations and dimensions shown in the Plans for existing facilities are in accordance
with available information obtained without uncovering, measuring, or other verification.
The following addresses and telephone numbers of utility companies known or
suspected of having facilities within the project limits are supplied for the Contractor's
convenience.
UTILITY CONTACTS
Puget Sound Energy
Attn: Jason Airey
3130 S 38th St
Tacoma, WA 98409
Telephone: (206) 348-9637
Century Link
Attn: Tanaiya Anderson
23315 66th Ave S
Kent, WA 98032
Telephone: (253) 313-8961
Lakehaven Water & Sewer District Comcast
Attn: Wes Hill Attn: Aaron Cantrell
31627 1 st Avenue S 4020 Auburn Way North
Federal Way, WA 98003 Auburn, WA 98002
Telephone: (253)946-5440 Telephone: (253) 864-4281
King County Traffic Operations
Attn: Mark Parrett
155 Monroe Ave NE
Renton, WA 98056
Telephone: (206) 296-8153
Zayo
Attn: Jason Tesdal
4905 Pacific Hwy E, Suite 4
Fife, WA 98424
Telephone: (253) 221-7585
ADDITIONAL CONTACTS
King County METRO Transit
81270 6th Ave S, Bldg 2
CITY OF FEDERAL WAY
SP -25
AT&T
Attn: Daniel McGeough
11241 Willows Rd NE, #130
Redmond, WA 98052
Telephone: (425) 896-9830
City of FW IT Dept (City Fiber)
Attn: Thomas Fichtner
33325 8th Ave S
Federal Way, WA 98003
Telephone: (253) 835-2547
South King Fire & Rescue
31617 1 st Ave S
GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.046
Seattle, WA 98134
Telephone: (206) 684-2785
City of Federal Way Police
33325 8th Ave S
Federal Way, WA 98003
Telephone: (253) 835-6701
(for officer traffic control scheduling)
Telephone: (253) 835-6767
(for traffic / road closure issues)
Federal Way, WA 98003
Telephone: (253) 946-7253
Federal Way School District
Attn: Transportation Department
1211 S. 332nd St
Federal Way, WA 98003
Telephone: (253) 945-5960
1-07.18 Public Liability and Property Damage Insurance
Delete this section in its entirety, and replace it with the following:
1-07.18 Insurance
(January 4, 2016 APWA GSP)
1-07.18(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.
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.
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -26 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.04B
F. The Contractor shall not begin work under the Contract until the required insurance has
been obtained and approved by the Contracting Agency
G. Failure on the part of the Contractor to maintain the insurance as required shall
constitute a material breach of contract, upon which the Contracting Agency may, after
giving five business days' notice to the Contractor to correct the breach, immediately
terminate the Contract or, at its discretion, procure or renew such insurance and pay any
and all premiums in connection therewith, with any sums so expended to be repaid to
the Contracting Agency on demand, or at the sole discretion of the Contracting Agency,
offset against funds due the Contractor from the Contracting Agency.
H. All costs for insurance shall be incidental to and included in the unit or lump sum prices
of the Contract and no additional payment will be made.
1-07,18(2) Additional Insured
All insurance policies, with the exception of Workers Compensation, and of Professional
Liability and Builder's Risk (if required by this Contract) shall name the following listed
entities as additional insured(s) using the forms or endorsements required herein:
The Contracting Agency and its officers, elected officials, employees, agents,
and volunteers.
The consultant that completed the preparation of the engineering design and
project plans, and its officers, employees, agents, and subconsultants.
Consultants hired by the Contracting Agency for design, construction support, or
materials testing.
The above -listed entities shall be additional insured(s) for the full available limits of
liability maintained by the Contractor, irrespective of whether such limits maintained by
the Contractor are greater than those required by this Contract, and irrespective of
whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4)
describes limits lower than those maintained by the Contractor.
For Commercial General Liability insurance coverage, the required additional insured
endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing
operations and CG 20 37 10 01 for completed operations.
1-07.18(3) Subcontractors
The Contractor shall cause each Subcontractor of every tier to provide insurance
coverage that complies with all applicable requirements of the Contractor -provided
insurance as set forth herein, except the Contractor shall have sole responsibility for
determining the limits of coverage required to be obtained by Subcontractors.
The Contractor shall ensure that all Subcontractors of every tier add all entities listed in
1-07.18(2) as additional insureds, and provide proof of such on the policies as required
by that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO
CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations.
Upon request by the Contracting Agency, the Contractor shall forward to the Contracting
Agency evidence of insurance and copies of the additional insured endorsements of
each Subcontractor of every tier as required in 1-07.18(4) Verification of Coverage.
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -27 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.048
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 FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
3P-28 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.048
The Commercial General Liability insurance shall be endorsed to provide a per project
general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement.
Contractor shall maintain Commercial General Liability Insurance arising out of the
Contractor's completed operations for at least three years following Substantial
Completion of the Work.
Such policy must provide the following minimum limits:
$1,000,000
Each Occurrence
$2,000,000
General Aggregate
$2,000,000
Products & Completed Operations Aggregate
$1,000,000
Personal & Advertising Injury each offense
$1,000,000
Stop Gap / Employers' Liability each Accident
1-07.18(5)B Automobile Liabilit
Automobile Liability shall cover owned, non -owned, hired, and leased vehicles; and shall
be written on a coverage form at least as broad as ISO form CA 00 01. If the work
involves the transport of pollutants, the automobile liability policy shall include MCS 90
and CA 99 48 endorsements.
Such policy must provide the following minimum limit:
$1,000,000 Combined single limit each accident
1-07.18(5)C Workers' Compensation
The Contractor shall comply with Workers' Compensation coverage as required by the
Industrial Insurance laws of the State of Washington.
1-07.18(5)D Excess or Umbrella Liability
(January 4, 2016 APWA GSP)
The Contractor shall provide Excess or Umbrella Liability insurance with limits of not less
than $3,000,000 each occurrence and annual aggregate. This excess or umbrella
liability coverage shall be excess over and as least as broad in coverage as the
Contractor's Commercial General and Auto Liability insurance.
All entities listed under 1-07.18(2) of these Special Provisions shall be named as
additional insureds on the Contractor's Excess or Umbrella Liability insurance policy.
This requirement may be satisfied instead through the Contractor's primary Commercial
General and Automobile Liability coverages, or any combination thereof that achieves
the overall required limits of insurance.
1-07.18(5)J Pollution Liability
(January 4, 2016 APWA GSP)
The Contractor shall provide a Contractors Pollution Liability policy, providing coverage
for claims involving bodily injury, property damage (including loss of use of tangible
property that has not been physically injured), cleanup costs, remediation, disposal or
other handling of pollutants, including costs and expenses incurred in the investigation,
defense, or settlement of claims, arising out of any one or more of the following:
1. Contractor's operations related to this project.
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -29 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.048
2. Remediation, abatement, repair, maintenance or other work with lead-based
paint or materials containing asbestos.
3. Transportation of hazardous materials away from any site related to this project.
All entities listed under 1-07.18(2) of these Special Provisions shall be named by
endorsement as additional insureds on the Contractors Pollution Liability insurance
policy.
Such Pollution Liability policy shall provide the following minimum limits:
$1,000,000 each loss and annual aggregate
1-07.23 Public Convenience and Safety
1-07.23(1) Construction under Traffic
(February 3, 2020 WSDOT GSP, OPTION 2)
Section 1-07.23(1) is supplemented with the following:
Work Zone Clear Zone
The Work Zone Clear Zone (WZCZ) applies during working and nonworking
hours. The WZCZ applies only to temporary roadside objects introduced by the
Contractor's operations and does not apply to preexisting conditions or
permanent Work. Those work operations that are actively in progress shall be in
accordance with adopted and approved Traffic Control Plans, and other contract
requirements.
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
j 35 mph or less
10
40 mph
15
45 to 50 mph
20
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -30 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.04B
1 55 t�®r
ph�1�30
60 mpeater 35
Minimum Work Zone Clear Zone Distance
(January 5, 2015 WSDOT GSP, OPTION 5)
Section 1-07.23(1) is supplemented with the following:
Lane closures are subject to the following restrictions:
• Only one lane of traffic (northbound or southbound)may be closed to
traffic between the hours of 7:OOAM and 3:30PM. Approval to close both
one northbound and one southbound lane at the same time will require
prior approval by the Project Engineer.
• Left turns may be restricted (by the Contractor) within the project limits at
the discretion of the Project Engineer.
• Closure of one lane at a time may occur between the hours of 7AM to
7PM. The following streets/roads shall not close a lane before 8:30 am:
o S312 th Street eastbound;
o Military Road S northbound.
The following streets/roads shall not be closed after 3:30pm:
o S312 th Street eastbound;
o Military Road S northbound.
® Any closures between 7PM to 7AM require prior approval by the City
• If a lane closure is required, at least one lane of traffic (alternating
directions / flagger controlled) shall be maintained at all times.
Unless otherwise approved or shown on plans, the Contractor shall
maintain two-way traffic during construction. The Contractor shall
maintain continuous two-way traffic along streets throughout the project
site. The Contractor shall have the option, with the approval of the
Engineer, of momentarily interrupting the continuous two-way traffic to
allow one-way traffic. Such interruptions shall utilize qualified flaggers
placed in strategic locations to insure the public safety and minimize
driver confusion. A momentary interruption shall be defined as a period
of time not to exceed two (2) minutes. Regardless of the period of time
no queue greater than ten (10) cars in length will be allowed.
• Working at night (8pm to 7am weekdays, 8 pm-9am weekends &
holidays) is not mandated by the City. Should the contractor schedule
project work during nighttime hours, it shall be the Contractor's
responsibility to obtain any required noise variance or exemption for such
work.
• For approved night work, the Contractor shall, at no additional cost to the
City, make all arrangements for operations during hours of darkness.
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -31 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.048
Flagger stations shall be illuminated using a minimum 150 -watt floodlight.
Lighting used for nighttime work shall, whenever possible, be directed
away from or shielded from residences and oncoming traffic. Signs and
barricades shall be supplemented by Type C steady burn lights to
delineate edge of roadway during the hours of darkness.
The Contractor shall keep all pedestrian routes & access points
(including, but not limited to, sidewalks, and crosswalks when located
within the project limits) open and clear at all times unless permitted
otherwise by the Engineer in an approved traffic control plan. An ADA
accessible route must be provided through the project site at all times.
• Pedestrians must have access to pedestrian push buttons at all times.
The Contractor shall provide flaggers, signs, and other traffic control
devices. The Contractor shall erect and maintain all construction signs,
warning signs, detour signs, and other traffic control devices necessary to
warn and protect the public at all times from injury or damage as a result of
the Contractor's operations which may occur on highways, reads, streets,
sidewalks, or paths. No work shall be dune on or adjacent to any traveled
way until all necessary signs and traffic control devices are in place.
• All signs and traffic control devices for the permitted closures shall only
be installed during the specified hours. Construction signs; if placed
earlier than the specified hours of closure, shall be turned ar covered so
as not to be visible to motorists
The Contractor shall be responsible for notifying all affected property
owners and tenants prior to commencing the barricading of streets,
alleys, sidewalks and driveways. Notifications should be at least 48 hours
in advance of closures, if possible.
The Contractor shall, at all times throughout the project, conduct the work
in such a manner as will obstruct and inconvenience vehicular and
pedestrian traffic as little as possible. The streets, sidewalks and private
driveways shall be kept open by the Contractor except for the brief
periods when actual work is being done. The Contractor shall so conduct
his operations so as to have under construction no greater length or
amount of work than he can prosecute vigorously and he shall not open
up sections of the work and leave them in an unfinished condition.
Lane closures shall not impact business accesses. All business
accesses will remain open during business hours.
• Lane closures shall not restrict vehicular access for buses through the
project site. Bus stops shall remain ADA accessible to pedestrians at all
times throughout the project
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -32 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.046
If the Engineer determines the permitted closure hours adversely affect traffic,
the Engineer may adjust the hours accordingly. The Engineer will notify the
Contractor in writing of any change in the closure hours.
Lane closures are not allowed on any of the following:
1. A holiday,
2. A holiday weekend; holidays that occur on Friday, Saturday, Sunday or
Monday are considered a holiday weekend. A holiday weekend includes
Saturday, Sunday, and the holiday.
3. After 12:00 PM (noon) on the day prior to a holiday or holiday weekend,
and
4. Before 7:00 AM on the day after the holiday or holiday weekend.
Lane closures are not allowed within the City Center zone from the Friday after
Thanksgiving Day ("Black Friday") until the first City recognized business day of
the following year without written approval by the Engineer. The boundaries of
the City Center zone are identified in the City of Federal Way Comprehensive
Plan. In general, it is the area located within the following boundaries:
Northern boundary: S 312th Street
Southern boundary: S 324th Street
Eastern boundary: Interstate 5
Western boundary: 14th Ave S (future extension) / west of 320th Public
Library / 11th PI S
1-07.24 Rights of Way,
(July 23, 2015 APWA GSP)
Delete this section and replace it with the following:
Street Right of Way lines, limits of easements, and limits of construction permits are
indicated in the Plans. The Contractor's construction activities shall be confined within
these limits, unless arrangements for use of private property are made.
Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of
way and easements, both permanent and temporary, necessary for carrying out the
work. Exceptions to this are noted in the Bid Documents or will be brought to the
Contractor's attention by a duly issued Addendum.
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
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -33 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.046
entry or right of way, the Contractor will be entitled to an extension of time. The
Contractor agrees that such delay shall not be a breach of contract.
Each property owner shall be given 48 hours notice prior to entry by the Contractor.
This includes entry onto easements and private property where private improvements
must be adjusted.
The Contractor shall be responsible for providing, without expense or liability to the
Contracting Agency, any additional land and access thereto that the Contractor may
desire for temporary construction facilities, storage of materials, or other Contractor
needs. However, before using any private property, whether adjoining the work or not,
the Contractor shall file with the Engineer a written permission of the private property
owner, and, upon vacating the premises, a written release from the property owner of
each property disturbed or otherwise interfered with by reasons of construction pursued
under this contract. The statement shall be signed by the private property owner, or
proper authority acting for the owner of the private property affected, stating that
permission has been granted to use the property and all necessary permits have been
obtained or, in the case of a release, that the restoration of the property has been
satisfactorily accomplished. The statement shall include the parcel number, address,
and date of signature. Written releases must be filed with the Engineer before the
Completion Date will be established.
1-07.28 Communication with Businesses and Property Owners
(April 12, 2018 CFW GSP)
Section 1-07.28 is added:
The Contractor will be responsible for communicating all work activities with the property
owners / tenants that are located adjacent to the project. The Contractor, along with the
City's inspector & project engineer, shall have one formal meeting (door-to-door project
walk-through) with the property owners/tenants prior to the start of construction. It will be
the Contractor's responsibility to initiate and set up the meeting.
Thereafter, the Contractor shall keep the property owners / tenants informed of their
general work locations and upcoming activities by distributing a monthly status/schedule
memo to the businesses. The memo shall be approved by the City's Project Engineer
prior to distribution.
SE-Cll-Li 0N A RD_ELQQEM
Add the following new section:
1-08.0 Preliminary Matters
(May 25, 2006 APWA GSP)
1-08.0(1) Preconstruction Conference
(October 10, 2008 APWA GSP)
Prior to the Contractor beginning the work, a preconstruction conference will be
held between the Contractor, the Engineer, and such other interested parties as
may be invited. The purpose of the preconstruction conference will be:
1. To review the initial progress schedule;
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -34 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.048
2. To establish a working understanding among the various parties
associated or affected by the work;
3. To establish and review procedures for progress payment, notifications,
approvals, submittals, etc.;
4. To establish normal working hours for the work;
5. To review safety standards and traffic control; and
6. To discuss such other related items as may be pertinent to the work.
The Contractor shall prepare and submit at the preconstruction meeting the
following:
1. A breakdown of all lump sum items;
2. A preliminary schedule of working drawing submittals; and
3. A list of material sources for approval if applicable.
1-08.0(2) Hours of Work
(December 8, 2014 APWA GSP)
Add the following new section:
Except in the case of emergency or unless otherwise approved by the Engineer,
the normal working hours for the Contract shall be any consecutive 8 -hour period
between 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch
break. If the Contractor desires different than the normal working hours stated
above, the request must be submitted in writing prior to the preconstruction
conference, subject to the provisions below. The working hours for the Contract
shall be established at or prior to the preconstruction conference.
All working hours and days are also subject to local permit and ordinance
conditions (such as noise ordinances).
If the Contractor wishes to deviate from the established working hours, the
Contractor shall submit a written request to the Engineer for consideration. This
request shall state what hours are being requested, and why. Requests shall be
submitted for review no later than noon two working days prior to the day(s) the
Contractor is requesting to change the hours.
If the Contracting Agency approves such a deviation, such approval may be
subject to certain other conditions, which will be detailed in writing. For example:
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.)
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -35 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.048
2. Considering the work performed on Saturdays, Sundays, and holidays as
working days with regard to the contract time.
3. Considering multiple work shifts as multiple working days with respect to
contract time even though the multiple shifts occur in a single 24-hour
period.
4. If a 4-10 work schedule is requested and approved the non -working day
for the week will be charged as a working day.
5. If Davis Bacon wage rates apply to this Contract, all requirements must
be met and recorded properly on certified payroll.
1-08.1 Subcontracting
(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
1-08.3(2)A Type A Progress Schedule
(March 13, 2012 APWA GSP)
Revise this section to read:
The Contractor shall submit 3 copies of a Type A Progress Schedule no later
than at the preconstruction conference, or some other mutually agreed upon
submittal time. The schedule may be a critical path method (CPM) schedule, bar
chart, or other standard schedule format. Regardless of which format used, the
schedule shall identify the critical path. The Engineer will evaluate the Type A
Progress Schedule and approve or return the schedule for corrections within 15
calendar days of receiving the submittal.
1-08.4 Prosecution of Work
Delete this section and replace it with the following:
1-08.4 Notice to Proceed and Prosecution of Work
(July 23, 2015 APWA GSP)
Notice to Proceed will be given after the contract has been executed and the contract
bond and evidence of insurance have been approved and filed by the Contracting
Agency. The Contractor shall not commence with the work until the Notice to Proceed
has been given by the Engineer. The Contractor shall commence construction activities
on the project site within ten days of the Notice to Proceed Date, unless otherwise
approved in writing. The Contractor shall diligently pursue the work to the physical
completion date within the time specified in the contract. Voluntary shutdown or slowing
of operations by the Contractor shall not relieve the Contractor of the responsibility to
complete the work within the time(s) specified in the contract.
When shown in the Plans, the first order of work shall be the installation of high visibility
fencing to delineate all areas for protection or restoration, as described in the Contract.
Installation of high visibility fencing adjacent to the roadway shall occur after the
placement of all necessary signs and traffic control devices in accordance with 1-10.1(2).
Upon construction of the fencing, the Contractor shall request the Engineer to inspect
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -36 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.048
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.
(April 6, 2020 WSDOT GSR, OPTION 4)
The last sentence of Section 1-08. Is revised to read:
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, and a COVID-19
Health and Safety Plan (CHSP) has been prepared in accordance with Section 1-07.4(2)
as supplemented in these specifications, COVID-19 Health and Safety Plan (CHSP).
1-08.5 Time for Completion
(November 30, 2018 APWA GSR, OPTION A)
Revise the third and fourth paragraphs to read:
Contract time shall begin on the first working day following the Notice to Proceed Date.
Each working day shall be charged to the contract as it occurs, until the contract work is
physically complete. If substantial completion has been granted and all the authorized
working days have been used, charging of working days will cease. Each week the
Engineer will provide the Contractor a statement that shows the number of working days:
(1) charged to the contract the week before; (2) specified for the physical completion of
the contract; and (3) remaining for the physical completion of the contract. The
statement will also show the nonworking days and any partial or whole day the Engineer
declares as unworkable. Within 10 calendar days after the date of each statement, the
Contractor shall file a written protest of any alleged discrepancies in it. To be considered
by the Engineer, the protest shall be in sufficient detail to enable the Engineer to
ascertain the basis and amount of time disputed. By not filing such detailed protest in
that period, the Contractor shall be deemed as having accepted the statement as
correct. If the Contractor is approved to work 10 hours a day and 4 days a Week a 4-10
schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily
be charged as a working day then the fifth day of that week will be charged asa working
day whether or not the Contractor works on that clay.
Revise the sixth paragraph to read:
The Engineer will give the Contractor written notice of the completion date of the
contract after all the Contractors 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 )er Section 1 -073L51 -
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
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -37 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.046
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. PropertV owner releases per Section 1-07.24
(March 13, 1995 WSDOT GSH OPTION 7)
Section 1-08.5 is supplemented with the Following:
This project shall be physically complete within 60 working days or by October 30, 2020
whichever occurs first..
1-08.9 Liquidated Damages
(December 2, 2019 WSD0T GSR, OPTION 3)
Section 1-08.9 is revised to read:
Time is of the essence of the Contract. Delays inconvenience the traveling _public,
obstruct traffic, interfere with and delay commerce, and increase risk to Highway users.
Delays also cost tax payers undue sums of money, adding time needed for
administration, engineering, inspection, and supervision.
Accordingly, the Contractor agrees:
1. To pay liquidated damages in the amount $550 for each working day beyond
the number of working days established for Physical Completion, and
2. To authorize the Engineer to deduct these liquidated damages from any
money due or coming due to the Contractor.
When the Contract Work has progressed to the extent that the Contracting Agency has
full use and benefit of the facilities, both from the operational and safety standpoint, all
the initial plantings are completed and only minor incidental Work, replacement of
temporary substitute facilities, plant establishment periods, or correction or repair
remains to physically complete the total Contract, the Engineer may determine the
Contract Work is substantially complete. The Engineer will notify the Contractor in
writing of the Substantial Completion Date. For overruns in Contract time occurring after
the date so established, liquidated damages shown above will not apply. For overruns in
Contract time occurring after the Substantial Completion Date, liquidated damages shall
be assessed on the basis of direct engineering and related costs assignable to the
project until the actual Physical Completion Date of all the Contract Work. The
Contractor shall complete the remaining Work as promptly as possible, Upon request by
the Engineer, the Contractor shall furnish a written schedule for completing the physical
Work on the Contract.
Liquidated damages will not be assessed for any days for which an extension of time is
granted. No deduction or payment of liquidated damages will, in any degree, release the
Contractor from further obligations and liabilities to complete the entire Contract.
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -38 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020 04B
1-09 MEASUREMENT AND PAYMENT
1-09.2(1) General Requirements for Weighing Equipment
(July 23, 2015 APWA GSP, OPTION 2)
Revise item 4 of the fifth paragraph to read:
4. Test results and scale weight records for each day's hauling operations are provided to
the Engineer daily. Reporting shall utilize WSDOT form 422-027, Scaleman's Daily
Report, unless the printed ticket contains the sarne information that is on the Scaleman's
Daily Report Form The scale operator must provideAM and/or PM tare weights for
each truck on the printed ticket -
1 -09.2(5) Measurement
(May 2, 2017 APWA GSP)
Revise the first paragraph to read:
Scale Verification Checks — At the Engineer's discretion. the Engineer ma erform
verification checks on the accuracy of each batch, hopper, or platform scale used in
weighing contract items of Work.
1-09.6 Force Account
(October 10,, 2008 APWA GSP)
Supplement this section with the following:
The Contracting Agency has estimated and included in the Proposal, dollar amounts for
all items to be paid per force account, only to provide a common proposal for Bidders.
All such dollar amounts are to become: a part of Contractor's total bid. However, the
Contracting Agency does not warrant expressly or by implication, that the actual amount
of work will correspond with those estimates. Payment will be made on the basis of the
amount of work actually authorized by Engineer.
1-09.7 Mobilization
(April 12, 2018 CFW GSP)
Supplement Section 1-09.7 with the following:
Obtaining a site for the Contractor's mobilization, field office(s), storage of materials,
access and personnel parking spaces, and other general operations shall be the
responsibility of the Contractor. The Contactor will be responsible for maintaining these
spaces in a safe and orderly condition throughout the duration of the project. The
Contractor shall provide the City with a copy of agreement(s) with property owner. All
costs associated with securing sites shall be included in the other bid items on the
project and no other compensation will be made.
1-09.9 Pa menu
(March 13, 2012 APWA GSP)
Delete the first four paragraphs and replace them with the following:
The basis of payment will be the actual quantities of Work performed according to the
Contract and as specified for payment.
The Contractor shall submit a breakdown of the cost of lump sum bid items at the
Preconstruction Conference, to enable the Project Engineer to determine the Work
performed on a monthly basis. A breakdown is not required for lump sum items that
include a basis for incremental payments as part of the respective Specification. Absent
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -39 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.04B
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
(September 3, 2019 WSDOT GSP)
Sections 1-09.11 through 1-09.11(1)B are replaced with the following:
Disputes and Claims
When protests occur during a Contract, the Contractor shall pursue resolution through
the Engineer in accordance with Section 1-04.5. Unless noted otherwise in the
specifications, compliance with all the requirements of Section 1-04.5 is a condition
precedent to initiating any action pursuant to these Special Provisions.
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -40 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.048
If the negotiations using the procedures outlined in Section 1-04.5 fail to provide
satisfactory resolution of the protest, then the Contractor shall provide the Engineer with
written notification of dispute stating that the Contractor will continue to pursue the
dispute in accordance with the provisions of these Special Provisions. The written
notification of dispute shall be provided within 14 calendar days after receipt of the
Engineer's written determination that the Contractor's protest is invalid pursuant to
Section 1-04.5. Should the Contractor not provide written notification of dispute within
the designated time period, the Contractor shall be deemed to have waived any right to
pursue the protest further and the matter shall be considered resolved.
When the Proposal Form includes the Bid item "Disputes Review Board", unresolved
protests shall be subject to the Disputes Review Board subsection of this Special
Provision. Either party, Engineer or Contractor, may refer a matter in dispute to the
Disputes Review Board. Compliance with the requirements of the Disputes Review
Board subsection of this Special Provision is a condition precedent to any further right of
the Contractor to pursue the dispute either by certified claim or litigation/arbitration.
When the Proposal Form does not include the Bid item "Disputes Review Board", the
Contractor's written notification of dispute shall indicate whether the Contractor is
requesting to resolve the dispute through the use of a Disputes Review Board as
outlined in the Disputes Review Board section of this Special Provision, or will submit a
formal certified claim directly to the Engineer pursuant to Section 1-09.11(2). If the
Contractor requests a Disputes Review Board, the Engineer will notify the Contractor in
writing within 7 calendar days of receipt of the request whether the request is
acceptable. If both parties to the dispute agree to use a Disputes Review Board, then a
pay item "Disputes Review Board" will be added to the Contract by change order and the
dispute will be subject to the provisions of the Disputes Review Board subsection of
this Special Provision. If the parties do not agree to establish a Disputes Review Board
or the Contractor does not request a Disputes Review Board in its written notification of
dispute, the Contractor shall comply with the provisions of Section 1-09.11(2).
Regardless of any protest or dispute, the Contractor shall proceed promptly with the
Work as the Engineer orders.
Disputes Review Board
The procedures set forth in these Special Provisions shall only apply when the
Contract includes the pay item "Disputes Review Board".
Disputes Review Board — General
In order to assist in the resolution of dispute(s) between the Contracting
Agency and the Contractor arising out of the work of this Contract, a
Disputes Review Board, hereinafter called the "Board", will consider
disputes referred to it and furnish written recommendations to the
Contracting Agency and Contractor to assist in resolution of the
dispute(s). The purpose of the Board response to such issues is to
provide nonbinding findings and recommendations designed to expose
the disputing parties to an independent view of the dispute.
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -41 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.048
Disputes Eligible for Consideration by the Disputes Review Board
The Board shall consider and provide written recommendations
concerning the following disputes:
1. Interpretation of the Contract.
2. Entitlement to additional compensation and/or time for
completion.
3. Other subjects mutually agreed by the Contracting Agency and
Contractor to be a Board issue.
Board Member Qualifications
The following definitions apply for the purpose of setting forth experience
and disclosure requirements for Board members.
Financial ties - any ownership interest, loans, receivables or
payables.
Party directly involved - The Contracting Agency or Contractor of
this Contract.
Party indirectly involved - The firms associated with the
Contractor on this Contract, including joint venture partners,
subcontractors of any tier, and suppliers; and firms associated
with the Contractor or the Contracting Agency on this Contract,
such as designers, architects, engineers, or other professional
service firms or consultants.
The Board members shall:
1. Be experienced in the interpretation of construction contract
documents.
2. Have attended training by the Dispute Resolution Board
Foundation in dispute resolution within the last five years.
3. Be experienced in construction Contract dispute resolution for
an owner or Contractor at the level of having responsibility
and authority to settle disputes.
4. Be able to discharge their responsibilities impartially and
independently, considering the facts and conditions related to
the matters under consideration in strict compliance with the
provisions of the Contract.
5. Not be a current employee of any party directly or indirectly
involved.
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -42 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.048
6. Not have been an employee of any party directly or indirectly
involved with the Project within a period of one year of the
Contract Execution date.
7. Not have a financial interest in the Contract except for
payments for services on the Board.
Board Member Ongoing Responsibilities
While serving on the Disputes Review Board on this project:
Board members shall not participate in any discussion
contemplating the creation of an agreement or making an
agreement with any party directly or indirectly involved in the
Contract regarding employment or fee-based consulting
services, or any other business arrangement after the
Contract is completed.
2. Board members shall not officially give any advice to either
party. The individual members will act in a completely
independent manner and will have no consulting or business
connections with either party, except for payments for
services on the Board.
3. During routine meetings of the Board as well as during formal
hearings, Board members shall refrain from expressing
opinions on the merits of statements on matters under dispute
or potential dispute. Opinions of Beard members expressed in
private sessions with other Board members should be kept
strictly confidential.
4. The Board shall comply with the terms of the Contract and
enforce such terms consistent with the laws of the State of
Washington. Board members shall not supplant or otherwise
interfere with the respective rights, authorities, duties and
obligations of the parties as defined in the Contract. In making
its recommendations, the Board shall not make a
recommendation that ignores, disregards, or undermines the
intention, requirements, or allocation of risk, established by the
Contract.
5. Throughout the life of the Contract, if Board members become
aware of potential conflicts of interest, they shall be disclosed to
the parties immediately.
Establishment of the Board
The Contracting Agency and Contractor shall meet prior to the start of
Contract time to jointly select three Board nominees. If the pay item,
"Disputes Review Board" is added by change order, the Contracting
Agency and Contractor shall meet to select Board nominees after the
change order is processed.
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -43 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.046
The Contracting Agency and the Contractor shall provide to the Board
nominees a list of the firms directly and indirectly involved with the
Project, including, but not limited to designers, architects, engineers,
professional service firms, consultants, JV partners, subcontractors and
suppliers, along with a listing of key personnel of each.
Board nominees shall provide to the Contractor and Contracting Agency
the following information within 21 calendar days of nomination. Board
nominees that are included on the Washington State Department of
Transportation "Statewide Prequalified DRB Candidate Roster" will not be
required to submit resumes.
1. Resume showing:
a. Full name and contact information
b. Experience qualifying the person as a Board member as
outlined in the Board Member Qualifications
subsection of this Special Provision.
C. Previous Board participation, if any. List each Board
assignment separately, indicating the name and location
of the project, approximate dates of Board service, name
of Contracting Agency, name of Contractor, names of the
other Board members and the approximate number of
disputes heard. When previous Board experience is
extensive, the list may be truncated at the prospective
Board member's discretion.
2. Disclosure statement addressing the following:
a. Previous or current direct employment by one of the
parties directly or indirectly involved.
b. Previous or current engagement as a consultant to any
party directly or indirectly involved - by the prospective
Board member or by the firm to which the prospective
Board member is directly employed.
c. Previous, current, or future financial ties to any of the
parties directly or indirectly involved.
d. Previous or current personal or professional relationships
with a key member of any party directly or indirectly
involved.
e. Previous and current service as a Board member on
projects where any of the parties directly or indirectly
involved in this Contract were also involved.
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -44 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.046
Any prior involvement in this project.
Within 14 calendar days of receiving the resumes and disclosure
statements from the Board nominees, the Contracting Agency and the
Contractor shall review and jointly agree on the final selection of the three
members to serve on the Board. In the event that any of the three
nominees are not acceptable to either party, the process shall be
repeated until all positions are filled.
The Contracting Agency, the Contractor, and the Board shall execute the
Three -Party Agreement not later than the first Board meeting. The Three -
Party Agreement form (WSDOT Form 134-091) is abailable online at
WSDOT Electronic Forms webpage.
The Board shall determine and notify the parties which Board member will
act as the Board chair.
Disputes Review Board Candidates
The qualifications of some potential Board members have been
reviewed and deemed potentially acceptable by the Washington
State Department of Transportation (WSDOT). This list of potential
Board members, Statewide Prequalified DRB Candidate Roster, is
available from the WSDOT Headquarters Construction Office
website at
https://www.wsdot.wa.gov/business/construction/dispute-review-
boards. Either party may propose a Board nominee that is not on
the WSDOT list. In either case, Board nominees must comply with
the requirements of the Board Member Qualifications, Board
Member Ongoing Responsibilities, and Establishment of the
Board subsection of this Special Provision, and every Board
member must be deemed acceptable by both the Contracting
Agency and the Contractor.
Replacement or Termination of a Board Member
Procedures for terminating Board members are defined in The
Three -Party Agreement.
Disputes Review Board Procedures — General
The Board, Contracting Agency, and Contractor may mutually develop
rules of operation of the Board that supplement the Three -Party
Agreement. Such supplemental rules must be in writing and accepted by
the Board, Contracting Agency, and Contractor.
The Board members shall act impartially and independently in the
consideration of facts and conditions surrounding any dispute presented
by the Contracting Agency or the Contractor and that the
recommendations concerning any such dispute are advisory.
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -45 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.048
The Contracting Agency and the Contractor shall furnish to the Board
documents in accordance with the Three -Party Agreement.
Regular Disputes Review Board Meetings
All regular Board meetings will be held at or near the job site. The
frequency of regular meetings will be set by mutual agreement of the
Board, the Contracting Agency and the Contractor. Each regular meeting
is expected to consist of a round table discussion and a field inspection of
the project site. A member of the Contracting Agency and Contractor are
expected to jointly facilitate the round table discussion. Round table
discussion attendees are expected to include selected personnel from the
Contracting Agency and the Contractor. The agenda for each meeting will
be managed by the Board.
Standard Procedure for Consideration of Disputes
Dispute Referral
Disputes shall be referred in writing to the Board chair with a copy
concurrently provided to the other Board members and the other
party.
The dispute referral shall concisely define the nature
and specifics of the dispute that is proposed to be
considered by the Board and the scope of the
recommendation requested. This referral is not
expected to contain a mutually agreed upon statement
of the dispute.
2. The Board chair shall confer with the parties to
establish a briefing schedule for delivering prehearing
submittals/rebuttals, and a date, time, and location for
convening the Board for a hearing.
Pre -Hearing Submittal
1. The Contracting Agency and the Contractor shall each
prepare a pre -hearing submittal and transmit both a hard
copy and an electronic copy of it to all three members of the
Board and the other party. The pre -hearing submittal,
comprising a position paper with such backup data as is
referenced in the position paper, shall be tabbed, indexed,
and the pages consecutively numbered.
2. Both position papers shall, at a minimum, contain the
following:
a. A mutually agreed upon joint statement of the dispute
and the scope of the desired report being requested of
the Board, placed at the beginning of the papers. The
language of this joint statement shall summarize in a
few sentences the nature of the dispute. If the parties
are unable to agree on the wording of the joint
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -46 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.046
statement of dispute, each party's position paper shall
contain both statements, and identify the party
authoring each statement.
b. The basis and justification for the party's position, with
reference to Contract language and other supporting
documents for each element of the dispute. In order to
minimize duplication and repetitiveness, the parties
may identify a common set of documents that will be
referred to by both parties, and submit them in a
separate package.
3. If requested by the Board or either party, the Contracting
Agency and the Contractor shall each prepare and submit a
rebuttal paper in response the position paper of the other
party.
4. The number of copies, distribution requirements, and time for
submittal will be established by the Board and communicated
to the parties by the Board chair.
Disputes Review Board Hearing
1. The Contracting Agency will arrange for or provide hearing
facilities at or near the project site.
2. Attendance:
a. The Contracting Agency and the Contractor will have
a representative at all hearings.
b. The Contracting Agency and Contractor shall both
limit attendance at the hearing to personnel directly
involved in the dispute and participants in the good -
faith negotiations that were conducted prior to
submittal to the Board except as noted elsewhere in
this section.
c. At least 14 calendar days before the hearing, each
party shall provide a list of proposed attendees to the
Board and to the other party. In the event of any
disagreement, the Board shall make the final
determination as to who attends the hearing.
d. Attorneys shall not attend hearings except as follows
Attorneys are identified as such on the list of
proposed attendees;
ii. All parties desiring their attorney present are able
to do so.
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -47 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.048
iii. Attorneys shall not participate in the hearing,
unless the scope and extent of Attorney
participation is mutually agreed to by the
Contracting Agency, Contractor and the Board at
least 7 calendar days before the hearing.
e. For hearings regarding disputes involving a
Subcontractor, the Contractor shall require and ensure
that each Subcontractor involved in the dispute have
present an authorized representative with actual
knowledge of the facts underlying the Subcontractor
disputes.
3. A party furnishing written evidence or documentation of any
kind to the Board must furnish copies of such information to
the other party and the Board a minimum of 21 calendar days
prior to the date the Board sets to convene the hearing for the
dispute, unless otherwise mutually agreed to by the parties
and the Board. Either party shall produce such additional
evidence as the Board may deem necessary and furnish
copies to the other party prior to submittal to the Board.
4. The conduct of the hearing shall be established by the Board
and be generally consistent with the following guidelines:
a. The party who referred the dispute to the Board shall
present first, followed by the other party.
b. To assure each party a full and adequate opportunity
to present their position, both parties shall be allowed
successive rebuttals and to rebut the opposing party's
position until, in the Board's opinion, all aspects of the
dispute have been fully and fairly covered.
c. The Board shall be fully prepared to, and may at any
time, ask questions, request clarifications, or ask for
additional data, documents, and/or job records.
d. Either party may request that the Board direct a
question to, or request a clarification from the other
party. The Board shall determine at what point in the
proceedings such requests may be made and if they
will be granted. In general, the Board will not allow
one party to be questioned directly by the other party.
e. In difficult or complex cases, additional hearings may
be necessary to facilitate full consideration and
understanding of the dispute.
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -.g PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.048
The Board, in its discretion, may allow introduction of
arguments, exhibits, handouts, or documentary
evidence that were not included in that party's
prehearing position paper or rebuttal and have not
been previously submitted to the other party. In such
cases the other party will be granted time to review
and prepare a rebuttal to the new material, which may
require a continuation of the hearing.
5. After the hearing is concluded, the Board shall meet in private
and reach a conclusion supported by two or more members.
Its findings and recommendations, together with its reasons
shall then be submitted as a written report to both parties.
The recommendations shall be based on the pertinent
Contract provisions, facts, and circumstances involved in the
dispute. The Contract shall be interpreted and construed in
accordance with the laws of the State of Washington.
Failure to Prepare a Pre -Hearing Submittal or Attend a
Hearing
In the event that either party fails to deliver a pre -hearing submittal
by the date established by the Board, the Board shall, at its
discretion, determine whether the hearing shall proceed as
originally scheduled, or allow additional time for the submittal
and/or reschedule the hearing. On the final date and time
established for the hearing, the Board shall proceed with the
hearing utilizing the information that has been submitted.
In the event that representatives of either the Contracting Agency
or the Contractor fail to appear at the appointed time of a hearing,
the Board shall postpone the hearing until such time as
representatives from both parties are available to proceed with the
hearing.
Use of Outside Experts
1. By the Contracting Agency or the Contractor:
a. A party intending to offer an outside expert's analysis
at the hearing shall notify the other party and the
Board in writing no less than 30 calendar days prior to
the due date for delivering the pre -hearing submittal,
and provide the following disclosure:
The expert's name and a general statement of
the area of the dispute that will be covered by his
or her testimony.
A statement prepared by the proposed expert
which addresses the requirements of the
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -49 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.046
Establishment of the Board subsection of this
Special Provision, item 2.
iii. A statement prepared by the proposed expert
which identifies the experience and training which
qualifies them as an expert.
b. Upon receipt of the disclosure, the other party shall
have the opportunity to secure the services of an
outside expert to address or respond to those issues
that may be raised by the other party's outside expert.
The notification and disclosure requirement shall be
the same as that specified elsewhere in this section,
except the time requirement is 21 calendar days.
2. By the Board:
a. When requested by the Board and subject to approval
of the parties, outside experts may be needed to
assist the Board. In such cases, the outside expert
shall in no way be deemed authorized to usurp the
Board's authority to issue the Board
recommendations. Such authority shall remain vested
solely in the Board.
b. Prior to arranging for outside experts, the Board shall
obtain prior approval from the Contracting Agency and
the Contractor by providing:
A statement explaining why the expert assistance
is needed.
ii. An estimate of the cost of the expert assistance.
iii. The expert's name and a general statement of
the area of expertise they will provide.
iv. A statement prepared by the proposed expert
which addresses the requirements of the
Establishment of the Board subsection of this
Special Provision, item 2.
v. A statement prepared by the proposed expert
which identifies the experience and training which
qualifies them as an expert.
vi. A confidentiality statement, consistent with the
confidentiality obligations of the Board described
in the Three Party Agreement, executed by the
proposed expert.
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -50 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.046
Disputes Review Board Report
The Board's recommendations shall be formalized in a written
report signed by all Board members. The recommendations shall
be based on the Contract Provisions and the facts and
circumstances involved in the dispute. The report should include a
description of the dispute, statements of each party's position,
findings as to the facts of the dispute, discussion and rationale for
the recommendation(s), and the recommendation(s). The report
shall be submitted concurrently to the parties, as soon as possible
after completion of the hearing as agreed by all parties.
Either party may request clarification of a report within 14 calendar
days following receipt of the report. Within a reasonable period of
time, the Board shall provide written clarification to both parties.
Requests for clarification shall be submitted in writing
simultaneously to the Board and the other party.
Either party may request reconsideration of a report, provided:
The request is made within 14 calendar days following
receipt of the report, and
2. New information is obtained or developed that was not
known at the time of the hearing or, in the party's
opinion, the Board misunderstood or failed to consider
pertinent facts of the dispute.
Requests for reconsideration shall be submitted in writing
simultaneously to the Board and the other party. The Board shall
give the party not requesting reconsideration the option of
submitting a rebuttal to any information that is the basis of the
request for reconsideration. The Board shall provide a written
response to the request for reconsideration.
Acceptance of Disputes Review Board Recommendations
Within 30 calendar days of receiving the Board's report, or within
14 calendar days of receiving the Board's written clarification
and/or reconsideration, both the Contracting Agency and the
Contractor shall respond to the other in writing signifying that the
dispute is either resolved or remains unresolved. Although both
parties should place weight upon the Board recommendations, the
recommendations are not binding.
If the Board's assistance does not lead to resolution of the dispute,
the Contractor must file a claim according to Section 1-09.11(2)
before seeking any form of judicial relief.
In the event the Board's recommendations do not lead to
resolution of the dispute, the Board's recommendation consisting
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -51 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.048
solely of the Board's written report and any written minority
reports, along with the Board's written clarifications and written
responses to requests for reconsideration, if any, will be
admissible in any subsequent dispute resolution proceedings
including, but not limited to litigation/arbitration. The
aforementioned list of documentation shall be considered all
inclusive.
Payment for the Disputes Review Board
The Contracting Agency and Contractor shall share equally in the cost of
the Board's services and all operating expenses of the Board. The Board
members' compensation shall be in accordance with the Three Party
Agreement. After the Contractor and Contracting Agency review invoices
from the Board and other operating expenses of the Board, the
Contractor shall make full payment for all Board members and Board
operating expenses. The Contracting Agency will reimburse the
Contractor for fifty percent of such payments, under the pay item
"Disputes Review Board".
The Contractor and the Contracting Agency shall equally bear the cost of
the services of the outside expert hired to advise the Board. Outside
experts hired to advise the Board shall Contract directly with the
Contractor after concurrence from the Board and approval from the
Contracting Agency. Invoices for these services shall be submitted by the
expert to both the Contractor and Contracting Agency for approval by
both parties. The Contractor shall pay approved invoices in full, and the
Contracting Agency will reimburse the Contractor for fifty percent of such
payments, under the Bid item "Disputes Review Board".
The cost for securing outside expert services for the Contracting Agency
or the Contractor shall be borne by the party securing such services.
The Contracting Agency will provide administrative services, such as
conference facilities and copying services, to the Board and the
Contracting Agency will bear the costs for these services.
Indemnification of Disputes Review Board Members
The Contracting Agency and Contractor shall indemnify and hold
harmless the Board members from and against all claims, damages,
losses and expenses, including but not limited to attorney's fees arising
out of and resulting from the actions and recommendations of the Board.
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
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -52 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.048
causes of action shall be brought only in the Superior Court of the county where
the Contracting Agency headquarters is located, provided that where an action is
asserted against a county, RCW 36.01.050 shall control venue and jurisdiction.
The parties understand and agree that the Contractor's failure to bring suit within
the time period provided, shall be a complete bar to any such claims or causes of
action. It is further mutually agreed by the parties that when any claims or
causes of action which the Contractor asserts against the Contracting Agency
arising from the Contract are filed with the Contracting Agency or initiated in
court, the Contractor shall permit the Contracting Agency to have timely access
to any records deemed necessary by the Contracting Agency to assist in
evaluating the claims or action.
1-09.13 Claim Resolution
1-09.13(3) Claims $250,000 or Less
(October 1, 2005 APWA GSP)
Delete this Section and replace it with the following:
The Contractor and the Contracting Agency mutually agree that those claims that
total $250,000 or less, submitted in accordance with Section 1-09.11 and not
resolved by nonbinding ADR processes, shall be resolved through litigation
unless the parties mutually agree in writing to resolve the claim through binding
arbitration.
1-09.13(3)A Administration of Arbitration
(November 30, 2018 APWA GSP)
Revise the third paragraph to read:
The Contracting Agency and the Contractor mutually agree to be bound by the
decision of the arbitrator, and judgment upon the award rendered by the
arbitrator may be entered in the Superior Court of the county in which the
Contracting Agency's headquarters is located. provided that where claims subject
to arbitration are asserted against a county. RCW 36.01.050 shall control venue
and jurisdiction of the Supe_ riar 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.
l -10 TEMPORAR r TRAFFiC 9✓~ti N-1
1-10.1 General
1-10.1 2 Des cri ption
(April 12, 2018 CFW GSP)
Section 1-10.1(2) is supplemented with the following:
City of Federal Way Project Signs
City of Federal Way Project signs shall be considered Construction Signs Class A.
The Contractor shall provide two (2) project signs (4' x 8) per the detail available
from the City.
1-10.2 Traffic Control Management
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -53 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.04B
1-10.2(1) General
(January 3, 2017 WSDOT GSP, OPTION 1)
Section 1-10.2(1) is supplemented with the fallowing:
Only training with WSDOT TCS card and WSDOT training curriculum is
recognized in the State of Washington. The Traffic Control Supervisor shall be
certified by one of the following:
The Northwest Laborers -Employers Training Trust
27055 Ohio Ave.
Kingston, WA 98346
(360) 297-3035
Evergreen Safety Council
12545 135th Ave. NE
Kirkland, WA 98034-8709
1-800-521-0778
The American Traffic Safety Services Association
15 Riverside Parkway, Suite 100
Fredericksburg, Virginia 22406-1022
Training Dept. Toll Free (877) 642-4637
Phone: (540) 368-1701
1-10.2(2) Traffic Control Plans
(April 12, 2018 CFW GSP)
Section 1-10.2(2) is supplemented with the following.-
The
ollowing:The following minimum Traffic Control requirements shall be maintained during
the construction of the project:
1. If the Contractor opts to utilize traffic control plans other than those provided
in these Contract Documents, the Contractor shall provide traffic control plans
to the City of Federal Way for review and approval a minimum of five (5)
working days prior to implementation. These plans shall supplement
Construction Staging Plans. The plans as provided by the Contractor shall
include and not be limited to the following information:
• Stop line locations with station and offset to verify safety of
intersection turning radius for vehicles.
• Minimum lane widths provided for vehicular travel.
• Turn pocket length, gap, and tapers in conformance with the City
of Federal Way Standard Detail DWG 3-19A.
2. Detours will not be allowed except as noted herein or Section 1-07.23(2) as
amended.
3. Temporary paint striping, reflective marking tape, and/or retroreflective
tubular markers shall be required for each shift of traffic control. The
Contractor shall provide temporary striping, reflective marking tape, and/or
reflective tubular markers as required at the direction of the Engineer.
4. The Contractor provided Traffic Control Plans shall lay out traffic control
device spacing, tapers, etc., to scale, and shall contain accurate dimensions
and legends and shall be signed by the preparer.
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -54 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.046
1-10.2(3) Conformance to Established Standards
(February 3, 2020 WSDOT GSP, OPTION 1)
Section 1-10.2(3) is revised to read:
Flagging, signs, and all other traffic control devices and procedures furnished or
provided shall conform to the standards established in the latest WSDOT
adopted edition (in accordance with WAC 468-95) of the MUTCD, published by
the U.S. Department of Transportation, and the 2005 draft version of the Public
Rights -of -Way Accessibility Guidelines (PROWAG): https://www.access-
board.gov/guidlines-and-standards/streets-sidewalks/public-rights-of-
way/background/revised-draft-guidelines. Judgement of the quality of devices
furnished will be based upon Quality Guidelines for Temporary Traffic Control
Devices, published by the American Traffic Safety Services Association. Copies
of the MUTCD and Quality Guidelines for Temporary Traffic Control Devices may
be purchased from the American Traffic Safety Services Association, 15
Riverside Parkway, Suite 100, Fredericksburg, VA 22406-1022.
In addition to the standards of the MUTCD described above, the Contracting
Agency enforces crashworthiness requirements for most work zone devices. The
AASHTO Manual for Assessing Safety Hardware (MASH) has superseded the
National Cooperative Highway Research Project (NCHRP) Report 350 as the
established requirements for crash testing. Temporary traffic control devices
manufactured after December 31, 2019 shall be compliant with the 2016 edition
of the Manual for Assessing Safety Hardware (MASH 16) crash test
requirements, as determined by the Contracting Agency, except as follows:
In situations where a MASH 16 compliant traffic control device does not exist
and there are no available traffic control devices that were manufactured on
or before December 31, 2019, then a traffic control device manufactured after
December 31, 2019 that is compliant with either NCHRP 350 or the 2009
edition of the Manual for Assessing Safety Hardware (MASH 09) is allowed
for use with approval of the Engineer.
2. Temporary traffic control devices that were manufactured on or before
December 31, 2019, and were successfully tested to National Cooperative
Highway Research Program (NCHRP) Report 350 or MASH 09 may continue
to be used on WSDOT projects throughout their normal service life.
3. Small and lightweight channelizing and delineating devices, including cones,
tubular markers, flexible delineator posts, and plastic drums, shall meet the
requirements of either NCHRP 350, MASH 09, or MASH 16, as determined
by the manufacturer of the device.
4. A determination of crashworthiness for acceptance of trailer -mounted devices
such as arrow displays, temporary traffic signals, area lighting supports, and
portable changeable message signs is currently not required.
The condition of signs and traffic control devices shall be acceptable or marginal
as defined in the book Quality Guidelines for Temporary Traffic Control Devices,
and will be accepted based on a visual inspection by the Engineer. The
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -55 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.04B
Engineer's decision on the condition of a sign or traffic control device shall be
final. A sign or traffic control device determined to be unacceptable shall be
removed from the project and replaced within 12 hours of notification.
1-10.3 Traffic Control Labor, Procedures and Devices
1-10.3(1) Traffic Control Labor
(December 2, 2019 CFW GSP)
Section 1-1 0.3(1) is supplemented with the following:
The City shall reimburse the Contractor for the use of off-duty uniformed police
officers at the invoiced cost with no mark-up per Standard Specifications 1-09.6
Force Account.
Off-duty uniformed police officer will be required when the signal system is in
flashing mode or is not operational or when otherwise deemed necessary by the
Project Engineer.
Federal Way Police Officer Requests (253) 835-6701 or (253) 835-6700
Saturday/Sunday cancellations (253) 835-6851
When scheduling off-duty uniformed police officers in the City of Federal Way,
City of Federal Way Police Department (CFWPD) officers must be contacted first.
If CFWPD cannot fill the job, off-duty King County Sheriff's Officers or
Washington State Patrol Officers are allowed to work within the City of Federal
Way, but must receive the CFWPD Chief's prior permission to work extra duty
and fill the Contractor's request. No other agencies or private companies are
authorized to perform off duty work within the City of Federal Way without
project -specific approval from the CFWPD Chief or their designee, Lynette Allen
(253)835-6701.
The use of off-duty uniformed police officers shall be in accordance with the City
of Federal Way Police Department's guidelines as follows:
• The Contractor will be billed for the entire duration of the job as it was
requested. For example, if the Contractor requested an officer for 8 hours
and the job was completed in 4 hours, the Contractor will still be billed for
the entire 8 hours. A minimum of three (3) hours call out time shall be
paid by the Contractor for each request for off-duty police officers.
• If a job is cancelled with less than 24 hours' notice, the Contractor will be
required to pay a 3 hour minimum. It shall be the Contractor's
responsibility to arrange a work schedule to minimize any additional costs
incurred by the minimum three (3) hour call out requirement. No
reimbursement of any portion of the minimum callout will be allowed
where Contractor -made schedule revisions occur after an off-duty officer
has been procured.
• The Contractor's request for a police officer does not guarantee they will
get one. The Contractor must provide the date(s), times, location, and
other details of their request and the CFWPD will put the job out to the
officers. Whether an officer signs up for it depends on many variables,
especially their availability on the day requested. The more advance
notice provided by the Contractor, the more likely it is that the job will be
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -56 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020 048
filled. Requests shall be made a minimum of forty-eight (48) hours before
the use of the off-duty police officers on the project site.
• The officer usually arrives at the extra duty job in a police car.
• Officers cannot work extra duty jobs in plain clothes; they must wear their
police uniform.
If a major emergency occurs, the off-duty officer may be pulled from the
project. An officer may also get pulled off the job if he/she is required to
appear in court.
Officers must be given breaks and lunch according to the Federal Labor
Standards Act (FLSA).
1-10.4 Measurement
1-10.4(l) Lump Sum Did for Project (No Unit Items)
(August 2, 2004 WSDOT GSP, OPTION 1)
Section 1-10.4(1) is supplemented with the following:
The proposal contains the item "Project Temporary Traffic Control", lump sum.
The provisions of Section 1-10.4(1) shall apply.
(***PROJECT -SPECIFIC SPECIAL PROVISION***)
"Project Temporary Traffic Control" shall include all Class A signs, and all other labor and
equipment required to provide traffic control for project unless other bid items are noted.
1-10.5 Pa ment
(***PROJECT -SPECIFIC SPECIAL PROVISION***)
Section 1-10.5(2) is supplemented with the following.
Project Signs (4'X8'), per each
END OF DIVISION 1
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -57 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.048
DIVISION 8
MISCELLANEOUS CONSTRUCTION
8-22.1 Description
(December 18, 2009 CFW GSP)
Section 8-22.1 is supplemented with the following:
Pavement markings shall conform to City of Federal Way Standard Details. Profiled and
plastic lines shall conform. to th- p�.L rn P- shown on- %NSDOT Standard. Plan til -20.2.07,- ,
01.
"Plastic Share Lane Marking Material shall be "Type A — Liquid Applied Thermoplastic" per
Section 9-34.3 -Plastic of Standard Specifications for Road, Bridge and Municipal
8-22.2 Materials Construction, 2020 edition, as issued by the Washington State Department of
(October 23, 2014 CFW GSP Transportation (WSDOT)."Per Addendum # 1 dated June 22,2020.
Section 8-22.2 Sentence #3 is de!e+'ed and repJIce�d with'the fd{lov;rir :.
Glass beads for Type A plastic shall be as recommended by the manufacturer.
Section 8-22.2 is supplemented with the following:
Glass beads for Type D plastic and Bonded Core Elements shall be as shown in Section
9-34.4.
8-22.3 Construction Requirements
(April 12, 2018 CFW GSP)
Section 8-22.3 is supplemented with the following:
Temporary Pavement Marking
Temporary pavement markings shall be installed and maintained by the Contractor
whenever permanent pavement markings are included in the Contract and traffic is
released onto public streets or roadways prior to installation of permanent pavement
markings. The Contractor shall perform preliminary layout work to the satisfaction of the
Engineer prior to installation of temporary pavement markings. After approval of
permanent lane markings, the Contractor shall remove the temporary lane markings to
the satisfaction of the Engineer.
The Contractor shall install and remove approved 4 -inch -wide reflective traffic tape, paint
line, RPMs and pavement markings per City of Federal Way Standard Details Dwg 3-17,
Dwy 3-18, and Dwg 3-19, as shown on the Plans, specified in the Special Provisions for
this Contract, or as directed by the Engineer.
Appropriately colored 4 -inch -wide reflective traffic tape shall be installed with a skip
pattern based on a 10 -foot unit consisting of a 1 -foot line of tape and a 9 -foot gap,
unless otherwise specified on the Plans or in the Special Provisions. Reflective traffic
tape markings shall generally follow the alignment for the permanent pavement markings
and double lines shall be used when specified for the permanent pavement markings.
Reflective tape shall not be used when the temporary pavement markings are to be
exposed to traffic for more than two weeks without the written approval of the Engineer.
Paint lines shall be provided for temporary pavement marking conditions not applicable
for reflective tape.
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -58 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.046
"Section 8-22.3 (1) Preliminary Spotting:
DELETE this section in its entirety and REPLACE with the following:
Spotting of Pavement Markings and Symbols will be provided in its entirety by the Engineer." Per
Addendum # 1 Dated June 22, 2020
stili costs :1n con 'mti i f h e use 6f (place i- ieilt and 'refiioval j re�le6t:W6 mall is taps a8 -
temporary pavement markings shall be incidental to other bid items. All costs for paint
lines and reflective pavement markers used for temporary traffic control will be paid
under those respective bid items.
8-22.3(3) Marking_ Application
Section 8-22.3(3) is supplemented with the following:
Plastic Bike Detection Symbol, Plastic Shared Lane Markings, and Paint Shared
Lane Markings shall NOT have a marked green background installed.
8-22.3(3)E Installation
(April 12, 2018 CFW GSP)
Section 8-22.3(3)E is supplemented with the following:
Profiled Type D lines shall be installed per WSDOT Standard Plan M20.20-01.
8-22.3(3)'G Glass Beads
(March 13, 2012, CFW GSP)
Section 8-22.3(3)G is supplemented with the following:
Glass beads shall be applied to Type D markings at a rate of eight (8) to ten (10)
pounds per one hundred square feet.
Bonded core elements shall be applied to Type D markings at a rate of ten (10)
grams -per. fntir (4) Inch wj0e. by one (1 ) 1inear.font of marring.
(~
8-22.3(6) Removal of Pavement Markings
( (April 12, 2018 CFW GSP)
Section 8-22.3(6) is supplemented with the following:
As indicated on the plans, the Contractor shall remove existing pavement
markings that may consist of paint, plastic and raised pavement markings.
8-22.4 Measurement
(December 13, 2012 CFW GSP) "This section is deleted in its entirety." Per
Section 8-22.4 is supplemented with the following: Addendum # 1 dated June 22, 2020
Measurement for the removal of all pavement markings will be per lump sum.
8-22.5 Pa mei7t
(April 12, 2018 CFW GSP)
Section 8-22.5 is modified as follows:
The following bid items are deleted:
"Removing Paint Line", per linear foot.
"Removing Plastic Line", per linear foot.
"Removing Painted Crosswalk Line", per square foot.
"Removing Plastic Crosswalk Line", per square foot.
"Removing Painted Traffic Marking", per each.
"Removing Plastic Traffic Marking", per each.
The following is a new bid item:
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -59 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.046
"Removing Pavement Markings", per lump sum.
"Plastic Bike Detection Symbol", per each.
"Plastic Shared Lane Markings", per each
"Paint Shared Lane Markings", per each
END OF DIVISION 8
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -60 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.048
DIVISION 9
MATERIALS
SECTION 9-34 PAVEMENT MARKING MATERIAL
9-34.3 Plastic
9-34.3(4) Type D — Liquid Cold Applied Methyl Methacrylate
(March 13, 2012 CFW GSP)
Section 9-34.3(4) is supplemented with the following:
The methyl methacrylate (MMA) material shall be formulated as a long -life
durable pavement marking system capable of providing a minimum of two years
of continuous performance. The material shall be a catalyzed methyl
methacrylate (MMA), wet -continuous reflective product and placed shall have a
dry time (cure) to the touch of no more than 30 minutes. The material shall be
capable of retaining reflective glass beads and ceramic micro -crystalline
elements of the drop -on or spray -on type as specified by the manufacturer. The
binder shall be lead free and suitable for bituminous and concrete pavements.
9-34.4 Glass Beads for Pavement Marking Materials
(March 13, 2012 CFW GSP)
Section 9-34.4 is supplemented with the following:
Methyl Methacrylate Pavement Markings Optics
Glass Beads
Surface -drop glass beads shall be the "Utah Blend" with a Methacrylate compatible
coupling agent approved by the material manufacturer.
Glass beads shall be applied at a rate of eight (8) to ten (10) pounds per one hundred
square feet.
Bonded Core Elements
Surface -drop ceramic elements shall be tl
compatible coupling agent approved by the
or exceed a minimum initial value of 150
ASTM 2176.
ie Series 50M or 70M with a Methacrylate
material manufacturer. Elements shall meet
mcd for white and 125 mcd for yellow per
The bonded core reflective elements shall contain either clear or yellow tinted
microcrystalline ceramic beads bonded to the opacified core. These elements shall not
be manufactured using lead, chromate or arsenic. All "dry -performing" microcrystalline
ceramic beads bonded to the core shall have a minimum index of refraction of 1.8 when
tested using the liquid oil immersion method. All "wet performing" microcrystalline
ceramic beads bonded to the core shall have a minimum index of refraction of 2.30
when tested using the liquid oil immersion method.
There are two gradations for the bonded core elements, standard size and "S" series.
"S" series is a slightly finer gradation of elements compared to standard.
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -61 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.048
Element Gradations
Mass Percent Passing (ASTM D1214
US Mesh
Micron Standard Elements
"S" Series
12
1700 80-10)
85-100
14
1410 45-80
70-96
16
1180 5-40
50-90
18
1000 0-20
5-60
20
1 850 0-7
0-25
30
600
0-7
A sample of bonded core reflective elements supplied by the manufacturer shall show
resistance to corrosion of their surface after exposure to a 1% solution (by weight) of
sulfuric acid. The 1 % acid solution shall be made by adding 5.7 cc of concentrated acid
into 1000cc of distilled water. CAUTION: Always add the concentrated acid into the
water, not the reverse.
The bonded core elements are surface treated to optimize embedment and adhesion to
the MMA binder. Elements treated for use with MMA shall have identification on
packaging or label to indicate use with the MMA binder.
Bonded core elements shall be applied at a rate of ten (10) grams per four (4) inch wide
by one (1) linear foot of marking.
Reflectance
Typical initial retro reflectance values are shown in the Table below. Typical retro
reflectivity is averaged over many readings. Minimum Retro reflectivity results represent
average performance for smooth pavement surfaces. Values represent both standard
and "S" Series elements. Results may vary due to differences in pavement type and
surface roughness. Increased element drop rate may be necessary to compensate for
increased surface area characteristic of rough pavement surfaces. The initial retro
reflectance of a single installation shall be the average value determined by the
measurement procedures outlined in ASTM E 1710, using a 30 -meter (98.4 feet) retro-
reflectometer. RL shall be expressed in units of millicandelas per square foot per foot-
candle [mcd(ft-2)(fc-1)].
The optics incorporated into the pavement marking system shall be tested and certified
by an independent laboratory to meet ASTM E2177 for wet -recovery and ASTM E2176
for wet -continuous performance levels.
The pavement marking system installed shall meet a minimum Dry reflectance value of
700 MCD/M2/LX for white pavement markings and 500 MCD/M2/LX for yellow pavement
markings and wet -recovery (as described by ASTM 2177) reflectance value of 375
MCD/M2/LX for white pavement markings and 280 MCD/M2/LX for yellow pavement
markings, and wet -continuous (as described by ASTM 2176 testing) reflectance values
of 150 MCD/M2/LX for white pavement markings and 125 MCD/M2/LX for yellow
pavement markings as measured with a 30 meter device approved by the Traffic
Engineering Division (TED).
The Contractor will be required to take and record readings every 500 feet utilizing a 30
meter device approved by the Traffic Engineering Division. These readings shall be
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -62 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.046
recorded on the daily report and submitted to the project engineer at the end of each
work day or shift.
Minimum Initial Retro Reflectance Values
White
Yellow
D (ASTM E1710)
700
500
Wet recovery (ASTM E2177)
375
280
Wet continuous (ASTM E2176)
150
125
Standard Plans
(February 5, 2020 WSD07)
The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01
transmitted under Publications Transmittal No. PT 16-048, effective September 3, 2019 is made
a part of this contract.
The Standard Plans are revised as follows:
A-50.10
Sheet 2 of 2, Plan, with Single Slope Barrier, reference C-1 4a is revised to C-70.10
A-50.20
Sheet 2 of 2, Plan, with Anchored Barrier, reference C-1 4a is revised to C-70.10
A-50.30
Sheet 2 of 2, Plan (top), reference C -14a is revised to C-70.1
B-10.60
DELETED
B-82.20
DELETED
B-90.40
Valve Detail – DELETED
C-1
Delete Note 1.
Revise Note 2 to read "Remove all rail washers, also called "Snow Load Rail Washers",
when encountered during raising beam guardrail work and the guardrail raising work
requires removal of the rail.
Re -number all notes.
C -4b
DELETED
C -4e
DELETED
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -63 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.048
C -8a
Delete "Section A -A, Type 4 Detail"
C-20.11
Delete Notes 1 & 2. Re -Number all notes.
Delete "Snow Load Post Washer" and "Snow Load Rail Washer" details.
C-20.19
DELETED
C-22.14
DELETED
C-22.16
Note 3, formula, was: "Elevation G = (Elevation S — D x (0.1) + 31" is revised to read:
"Elevation G = (Elevation S — D x (0.1) + 31/12"
C-22.45
For the SOFTSTOP (TL -2) elevation view detail, the callout "SOFTSTOP (TL -2)
SYSTEM LENGTH = 38' — 4 1/2" is revised to read "SOFTSTOP (TL -2) SYSTEM
LENGTH = 38'— 3 1/2"".
C-40.14
DELETED
C-60.10
Sheet 1, Side Elevation: The bottom set of 0- #4 horizontal rebar (2x) located at the
base of the barrier is repositioned to be aligned with the bottom of 0- #4 stirrup bars to
match the bar positioning shown on Sheet 1, Section A.
Sheet 1, Reinforcing Steel Bending Diagram, 0— Pin Slot Bar detail: Add the following
callout to the detail, "HOT DIP GALVANIZE AFTER FABRICATION (ASTM A123 OR
AASHTO M 111)".
Sheet 2, ANCHORING PIN ASSEMBLY DETAIL: The first line of the description under
the title was 1 1/2" DIAMETER (ASTM A36), COLD ROLL" is now changed to 1 1/2"
DIAMETER (ASTM A36), HOT ROLL".
C-70.10
Sheet 1, Note 1 was — 1. PERMANENT INSTALLATION requirements: Embed barrier
3" (in) minimum;..." is revised to read: 1. Installation requirements:: Embed barrier 3"
(in) minimum in asphalt or concrete; embed barrier 10" (in) minimum in soil; ..."
Sheet 1, existing Notes 2 and 4 are deleted. Existing Note 3 is renumbered to Note 2,
Sheet 1, add new Note 3, "3. See Sheet 2 for barrier with a 2'-10" reveal installed in
asphalt or concrete. See Sheet 3 for barrier with a 3'-6" reveal installed in asphalt or
concrete."
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -64 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.048
Sheet 1, Elevation: The dimension from the barrier end to the barrier lifting slot was "3'-
4" (TYP)" is now changed to "4'— 8" (TYP)", and the barrier lifting slot dimension was "5'
— 0" (TYP)" is now changed to "3'— 0" (TYP)".
Sheet 2, the detail titled "3'— 6" BARRIER FOR USE WITH A 0" (IN) TO 5" (IN) MAX.
GRADE SEPARATION" has the following changes:
1. The detail title is changed to "3'— 6" BARRIER FOR USE WITH A 0" (IN) TO 4" (IN)
MAX. GRADE SEPARATION".
2. The callout "GRADE SEPARATION --5" MAX." is changed to "GRADE SEPARATION --
4" MAX."
C-75.10
Note 2 is deleted. Renumber subsequent notes.
C-75.20
Note 2 is deleted. Renumber subsequent notes,
C-75.30
Note 2 is deleted. Renumber subsequent notes.
C-85.11
Add new Note 3 "3. The intended use of this plan
of bridge piers on bridge retrofit projects only.
specialist before using this barrier placement
reconstructed bridges."
C-85.14
DELETED
C-90.10
DELETED
is for placing concrete barrier in front
Contact the HQ Bridge traffic barrier
plan for projects involving new or
D-10.10
Wall Type 1 may be used if no traffic barrier is attached on top of the wall. Walls with
traffic barriers attached on top of the wall are considered non-standard and shall be
designed in accordance with the current WSDOT Bridge Design Manual (BDM) and the
revisions stated in the 11/3/15 Bridge Design memorandum.
D-10.15
Wall Type 2 may be used if no traffic barrier is attached on top of the wall. Walls with
traffic barriers attached on top of the wall are considered non-standard and shall be
designed in accordance with the current WSDOT BDM and the revisions stated in the
11/3/15 Bridge Design memorandum.
D-10.30
Wall Type 5 may be used in all cases.
D-10.35
Wall Type 6 may be used in all cases.
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -65 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.048
D-10.40
Wall Type 7 may be used if no traffic barrier is attached on top of the wall. Walls with
traffic barriers attached on top of the wall are considered non-standard and shall be
designed in accordance with the current WSDOT BDM and the revisions stated in the
11/3/15 Bridge Design memorandum.
D-10.45
Wall Type 8 may be used if no traffic barrier is attached on top of the wall. Walls with
traffic barriers attached on top of the wall are considered non-standard and shall be
designed in accordance with the current WSDOT BDM and the revisions stated in the
revisions stated in the 11/3/15 Bridge Design memorandum.
D-15.10
STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls"
are withdrawn. Special designs in accordance with the current WSDOT BDM are
required in place of these STD Plans.
D-15.20
STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls"
are withdrawn. Special designs in accordance with the current WSDOT BDM are
required in place of these STD Plans.
D-15.30
STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls"
are withdrawn. Special designs in accordance with the current WSDOT BDM are
required in place of these STD Plans.
F-10.12
Section Title, was — "Depressed Curb Section" is revised to read: "Depressed Curb and
Gutter Section"
F-10.40
"EXTRUDED CURB AT CUT SLOPE", Section detail — Deleted
F-10.42
DELETE — "Extruded Curb at Cut Slope" View
G-25.10
Key Note 3, second sentence, was — "For single -post installations, divide the
(#2w/diamond shape symbol) post MAX. XYZ in half." Is revised to read: "For single -post
installations, divide the two -post MAX. XYZ in half."
G-60.10
DELETED
G-60.20
DELETED
G-60.30
DELETED
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -66 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.048
G-70.10
DELETED
G-70.20
DELETED
H-70.20
Sheet 2, Spacing Detail, Mailbox Support Type 1, reference to Standard Plan 1-70.10 is
revised to H-70.10
J-10.21
Nate 18, was - "When service cabinet is installed within right of way fence, see Standard
Plan J-10.22 for details." Is revised to read; "When service cabinet is installed within right
of way fence, or the meter base is mounted on the exterior of the cabinet, see Standard
Plan J-10.22 for details."
J-10.22
Key Note 1, was - "Meter base per serving utility requirements- as a minimum, the
meter base shall be safety socket box with factory -installed test bypass facility that
meets the requirements of EUSERC drawing 305." Is revised to read; "Meter base per
serving utility requirements- as a minimum, the meter base shall be safety socket box
with factory -installed test bypass facility that meets the requirements of EUSERC
drawing 305. When the utility requires meter base to be mounted on the side or back of
the service cabinet, the meter base enclosure shall be fabricated from type 304 stainless
steel."
Key Note 4, "Test with (SPDT Snap Action, Positive close 15 Amp - 120/277 volt "T
rated). Is revised to read: "Test Switch (SPDT snap action, positive close 15 amp -
120/277 volt "T" rated)."
Key Note 14, was - "Hinged dead front with '/4 turn fasteners or slide latch." Is revised to
read; "Hinged dead front with '/4 turn fasteners or slide latch. -- Dead front panel bolts
shall not extend into the vertical limits of the breaker array(s)."
Key Note 15, was - "Cabinet Main Bonding Jumper. Buss shall be 4 lug tinned copper.
See Cabinet Main bonding Jumper detail, Standard Plan J -3b." is revised to read;
"Cabinet Main Bonding Jumper Assembly -- Buss shall be 4 lug tinned copper - See
Standard Plan J-10.20 for Cabinet Main Bonding Jumper Assembly details."
Note 1, was - "...socket box mounting detail, see Standard Plan J -3b." is revised to read
to read: "...socket box mounting detail, see Standard Plan J-10.20."
Note 6, was - "...See door hinge detail, Standard Plan J -3b." is revised to read: "...See
door hinge detail, Standard Plan J-10.20."
J-20.26
Aria Nate 1, 1. One accessible pedestrian pushbutton station per pedestrian pushbutton
post."
J-20.16
View A, callout, was - LOCK NIPPLE, is revised to read; CHASE NIPPLE
J-21.10
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -67 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.048
Sheet 1, Elevation View, Round Concrete Foundation Detail, callout - "ANCHOR BOLTS
- 3/4" (IN) x 30" (IN) FULL THREAD - THREE REQ'D. PER ASSEMBLY" IS REVISED
TO READ: "ANCHOR BOLTS -- %" (IN) x 30" (IN) FULL THREAD - FOUR REQ'D. PER
ASSEMBLY"
Sheet 1 of 2; Elevation view (Round), add dimension depicting the distance from the top
of the foundation to find 2 #4 reinforcing bar shown, to read; 3" CLR.. Delete "(TYP.)"
from the 2 '/Z" CLR. dimension, depicting the distance from the bottom of the foundation
to find 2 # 4 reinf. Bar.
Sheet 1 of 2, Elevation view (Square), add dimension depicting the distance from the top
of the foundation to find 1 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYP.)"
from the 2 '/z" CLR. dimension, depicting the distance from the bottom of the foundation
to find 1 # 4 reinf. Bar.
Sheet 2 of 2, Elevation view (Round), add dimension depicting the distance from the top
of the foundation to find 2 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYP.)"
from the 2 '/2" CLR. dimension, depicting the distance from the bottom of the foundation
to find 2 # 4 reinf. Bar.
Sheet 2 of 2, Elevation view (Square), add dimension depicting the distance from the top
of the foundation to find 1 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYP.)"
from the 2 '/2" CLR. dimension, depicting the distance from the bottom of the foundation
to find 1 # 4 reinf. Bar.
Detail F, callout, "Heavy Hex Clamping Bolt (TYP.) - 3/4" (IN) Diam. Torque Clamping
Bolts (see Note 3)" is revised to read; "Heavy Hex Clamping Bolt (TYP.) - 3/4" (IN) Diam.
Torque Clamping Bolts (see Note 1)"
Detail F, callout, "3/4" (IN) x 2'- 6" Anchor Bolt (TYP.) - Four Required (See Note 4)" is
revised to read; "3/4" (IN) x 2'- 6" Anchor Bolt (TYP.) - Three Required (See Note 2)"
J-21.15
Partial View, callout, was - LOCK NIPPLE -- 1 '/2" DIAM., is revised to read; CHASE
NIPPLE -- 1 '/z" (IN) DIAM.
J-21.16
Detail A, callout, was - LOCKNIPPLE, is revised to read; CHASE NIPPLE
J-22.15
Ramp Meter Signal Standard, elevation, dimension 4' - 6" is revised to read; 6'-0" (2x)
Detail A, callout, was - LOCK NIPPLE -- 1 '/2" DIAM. is revised to read; CHASE NIPPLE
-- 1 '/z" (IN) DIAM.
J-28.24
Case E and Case F Section View dimension callout, "3' - 0" MIN. FOR BEAM
GUARDRAIL, 4'- 0" MIN. FOR CONC. BARRIER TYPE 2" is revised to read, "5'- 0"
MIN. FOR BEAM GUARDRAIL, 8' - 0" MIN. FOR UNANCHORED TYPE F CONC.
BARRIER, 4'- 0" MIN. FOR ANCHORED TYPE F CONC. BARRIER".
J-40.10
Sheet 2 of 2, Detail F, callout, "12 - 13 x 1 '/2" S.S. PENTA HEAD BOLT AND 12" S. S.
FLAT WASHER" is revised to read; "12 - 13 x 1 '/2" S.S. PENTA HEAD BOLT AND 1/2"
(IN) S. S. FLAT WASHER"
J-75.20
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -68 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.048
Key Notes, note 16, second bullet point, was: 1/2" (IN) x 0.45" (IN) Stainless Steel
Bands", add the following to the end of the note: "Alternate: Stainless steel cable with
stainless steel ends, nuts, bolts, and washers may be used in place of stainless steel
bands and associated hardware."
J-81.10
Power Distribution Block Diagram, lower left corner, Sheet 1 of 3; Switch Pack 2; circuit
623 (T4-5) [middle ckt] is revised to read; circuit 622 (T4-5).
K-80.10
SIGN INSTALLATION (BEHIND TRAFFIC BARRIER) detail dimension callout, "3' MIN."
is revised to read, "5' MIN.".
K-80.30
DELETED
K-80.35
Add New Note 1 — 1. The intended use of this plan is for the temporary installation of
Type 2 concrete barrier (See Standard Plan C-8) on cement concrete pavement, bridge
decks, or hot mix asphalt pavement, and Type F concrete barrier on cement concrete
pavement or bridge decks.
Re -number all notes.
The TYPE 1 ANCHOR detail description "TEMPORARY INSTALLATION OF PRECAST
CONC. BARRIER TYPE 2 (STD. PLAN C-8) AND TEMPORARY CONC. BARRIER (F -
SHAPE) (STD. PLAN K-80.30) ON CEMENT CONC. PAVEMENT OR BRIDGE DECK" is
revised to read, "TEMPORARY INSTALLATION OF PRECAST CONC. BARRIER TYPE
F (STD. PLAN C-60.10) OR PRECAST CONC. BARRIER TYPE 2 (STD. PLAN C-8) ON
CEMENT CONC. PAVEMENT OR BRIDGE DECK."
The TYPE 3 ANCHOR detail description "TEMPORARY INSTALLATION OF PRECAST
CONC. BARRIER TYPE 2 (STD. PLAN C-8) AND TEMPORARY CONC. BARRIER (F -
SHAPE) (STD. PLAN K-80.30) ON HOT MIX ASPHALT PAVEMENT" is revised to read,
"TEMPORARY INSTALLATION OF PRECAST CONC. BARRIER TYPE 2 (STD. PLAN
C-8) ON HOT MIX ASPHALT PAVEMENT."
K-80.37
Revise Note 1 to read:"1. The intended use of this plan is for the temporary installation of
Type F NARROW BASE concrete barrier (See Standard Plan C-60.10) or Type 4 (Type
2 Narrow Base — See Std. Plan C -8a) Concrete Barrier on cement concrete pavement,
bridge decks."
Replace all callouts stating "NARROW BASE, ALTERNATIVE TEMPORARY
CONCRETE BARRIER SEGMENT" with "Type F NARROW BASE or Type 4 (Type 2
Narrow Base) concrete barrier segment."
M-3.50
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -69 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.048
Double -Left Turn Channelization (with Right Turn Pocket) view, dimension, upper left
corner, "taper" dimension; callout - was "40' if Posted Speed is 40 MPH or less 100' if
Posted Speed is more than 40 MPH" is revised to read; "See Contract"
M-5.10
Right -Turn Channelization view, dimension, upper right corner, "taper" dimension; callout
- was "50'M IN." is revised to read; "See Contract"
M-12.10
Add Note 5. "Check with Region Traffic Office for RPM and Guidepost placements."
M-24.50
DELETED
The following are the Standard Plan numbers applicable at the time this project was
advertised. The date shown with each plan number is the publication approval date
shown in the lower right-hand corner of that plan. Standard Plans showing different
dates shall not be used in this contract.
A-10.10-00........8/7/07
A-40.00-00 ......... 8/11 /09
A-50.30-00 .......
11 /17/08
A-10.20-00......10/5/07
A-40.10-04 .........
7/31 /19
A-50.40-00 .......
11 /17/08
A-10.30-00......10/5/07
A-40.15-00 .........
8/11 /09
A-60.10-03........12/23/14
A-20.10-00......8/31
/07
A-40.20-04 .........
1 /18/17
A-60.20-03.........12/23/14
A-30.10-00 ......
11 /8/07
A-40.50-02.........12/23/14
A-60.30-01 ..........
6/28/18
A-30.30-01......6/16/11
A-50.10-00.......11/17/08
A-60.40-00 ..........
8/31/07
A-30.35-00.......10/12/07
A-50.20-01.........9/22/09
B-5.20-02 ........
1 /26/17
B-30.50-03.........2/27/18
B-75.20-02..........2/27/18
B-5.40-02 .........
1 /26/17
B-30.70-04.........2/27/18
B-75.50-01 ....
......6/10/08
B-5.60-02 .........
1 /26/17
B-30.80-01 ..........
2/27/18
B-75.60-00... .........
6/8/06
B-10.20-02........3/2/18
B-30.90-02 ........
1 /26/17
B-80.20-00 .........
6/8/06
B-10.40-01 ........
1 /26/17
B-35.20-00 ..........
6/8/06
B-80.40-00 .........
6/1 /06
B-10.70-00 ......
1 /26/17
B-35.40-00 ..........
6/8/06
B-85.10-01.........6/10/08
B-15.20-01........2/7/12
B-40.20-00 ..........
6/1/06
B-85.20-00 ..........
6/1/06
B-15.40-01........2/7/12
B-40.40-02 ........
1 /26/17
B-85.30-00 ..........
6/1 /06
B-15.60-02 ........
1 /26/17
B-45.20-01 .......... 7/11 /17
B-85.40-00 .......... 6/8/06
B-20.20-02.......3/16/12
B-45.40-01 ..........
7/21 /17
B-85.50-01.........6/10/08
B-20.40-04.......2/27/18
B-50.20-00 .......... 6/1/06
B-90.10-00......
.... 6/8/06
B-20.60-03.......3/15/12
B-55.20-02 .......... 2/27/18
B-90.20-00 ..........
6/8/06
B-25.20-02........2/27/18
B-60.20-01 ..........
6/28/18
B-90.30-00 ..........
6/8/06
B-25.60-02.........2/27/18
B-60.40-01 .......... 2/27/18
B-90.40-01 ..........
1 /26/17
B-30.10-03.........2/27/18
B-65.20-01 .......... 4/26/12
B-90.50-00 .....
..... 6/8/06
B-30.15-00........2/27/18
B-65.40-00 .......... 6/1 /06
B-95.20-01 ..........
2/3/09
B-30.20-04.........2/27/18
B-70.20-00 .......... 6/1 /06
B-95.40-01 ..........
6/28/18
B-30.30-03.........2/27/18
B-70.60-01 .......... 1 /26/17
B-30.40-03
.......... 2/27/18
C-1 ....................6/28/18
C-20.15-02 ..........
6/11 /14
C-40.18-03 ........
7/21 /17
C-1 a .................7/14/15
C-20.18-03.........8/12/19
C-60.10-00.......8/22/19
C-1 b ...................8/12/19
C-20.19-03..
.... ....8/12/19
C-70.10-01........6/17/14
CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
SP -70 PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.048
C-1 d ................10/31
/03
C -2c ..................8/12/19
1 /6/09
C -4f ...................8/12/19
11 /10/05
C -6a ................10/14/09
11 /10/05
C-7 .....................
6/16/11
C -7a ...................6/16/11
11 /10/05
C-8 .....................
2/10/09
C -8a ...................7/25/97
11 /10/05
C-8 b ....................
2/29/16
C -8e ....................2/21
/07
C -8f .....................
6/30/04
C-1 6a .................7/21
/17
C-20.10-05 ......... 8/12/19
C-20.11-00 ........
7/21 /17
C-20.14-04 .......... 8/12/19
D-2.04-00 ........
11 /10/05
D-2.06-01 ........
1 /6/09
D-2.08-00 ........
11 /10/05
D-2.14-00 ........
11 /10/05
D-2.16-00 ........
11 /10/05
D-2.18-00 ........
11 /10/05
D-2.20-00 ........
11 /10/05
D-2.32-00 ........
11 /10/05
D-2.34-01 ........
1 /6/09
D-2.36-03 ........
6/11 /14
D-2.42-00 ........
11 /10/05
D-2.44-00 ........
11 /10/05
D-2.60-00 ........
11 /10/05
D-2.62-00 ........
11 /10/05
D-2.46-01 ........
6/11 /14
E-1 ....................2/21 /07
E-2 ....................5/29/98
F-10.12-03 ....... 6/11 /14
F-10.16-00.......12/20/06
G-24.10-00 ......
F-10.18-01 .........
7/11 /17
F-10.40-03 ...........
6/29/16
F-10.42-00.. .......
1 /23/07
G-10.10-00........9/20/07
G-20.10-02 ........ 6/23/15
G-22.10-04..........
6/28/18
G-24.10-00 ......
11 /8/07
G-24.20-01......
2/7/12
G-24.30-02......
6/28/18
G-24.40-07.....6/28/
18
G-24.50-05.....
8/7/19
G-24.60-05.....6/28/18
C-23.60-04
CITY OF FEDERAL WAY
C-20.40-07
.......... 8/12/19
C-20.41-02
.......... 8/12/19
C-20.42-05..........
7/14/15
C-20.45.02 ........... 8/12/19
C-22.16-06
........ 7/21 /17
C-22.40-07........8/12/19
D-2.82-00 ..... ...11
C-22.45-04........8/12/19
D-2.84-00 ..... ...11
C-23.60-04
........ 7/21 /17
C.24.10-02
........ 8/12/ 19
C-25.20-06........7/14/15
D-2.92-00 ........
C-25.22-05........7/14/15
D-3.09-00 ........
C-25.26-04........
8/12/19
C-25.30-00
.......6/28/18
C-25.80-05........
8/12/19
C-40.16-02
........ 7/2/ 12
D-2.48-00 ........
11 /10/05
D-2.64-01 ...... ..1
/6/09
D-2.66-00 ........
11 /10/05
D-2.68-00 ........
11 /10/05
D-2.80-00 ........
11 /10/05
D-2.82-00 ..... ...11
/10/05
D-2.84-00 ..... ...11
/10/05
D-2.86-00 ..... ...11
/10/05
D-2.88-00 ........
11 /10/05
D-2.92-00 ........
11 /10/05
D-3.09-00 ........
5/17/12
D-3.10-01......
5/29/13
D-3.11-03 ......
6/11 /14
D-3.15-02 ....-6/10/13
........ 6/11 /14
D-3.16-02 ......
5/29/13
E-4 .................... 8/27/03
E -4a ..................8/27/03
F-10.62-02 ........
4/22/ 14
F-10.64-03 ....
.... 4/22/ 14
F-30.10-03 ....
....6/11 /14
F-40.12-03........6/29/16
........ 6/11 /14
F-40.14-03........
6/29/16
G-25.10-04.......6/10/13
........ 6/11 /14
G-26.10-00......7/31
/19
G-30.10-04.......
6/23/15
G-50.10-03.......6/28/18
........ 6/11 /14
G-90.10-03......7/11
/17
G-90.11-00......4/28/16
........ 6/11 /14
G-90.20-05......7/11
/17
G-90.30-04
...... 7/11/17
G-90.40-02
...... 4/28/16
SP -71
C-75.10-01
........ 6/11 /14
C-75.20-01
........ 6/11 /14
C-75.30-01
........ 6/11 /14
C-80.10-01
........ 6/11 /14
C-80.20-01
........ 6/11 /14
C-80.30-01
........ 6/11 /14
C-80.40-01
........ 6/11 /14
C-80.50-00........4/8/12
7/8/0 8
C-85.10-00........4/8/12
7/8/08
C-85.11-00........4/8/12
C-85.14-01
........ 6/11 /14
C-85.15-01
........ 6/30/14
C-85.16-01........6/17/14
C-85-18-01
........ 6/11 /14
C-85.20-01
........ 6/11 /14
D-3.17-02 ......
5/9/ 16
D-4 .................12/11
/98
D-6 ...................6/19/98
D-10.10-01......12/2/08
D-10.15-01......12/2/08
D-10.20-01 .........
8/7/ 19
D-10.25-01 .........
8/7/ 19
D-10.30-00 .........
7/8/0 8
D-10.35-00 .........
7/8/08
D-10.40-01......12/2/08
D-10.45-01......12/2/08
F-40.15-03........6/29/16
F-40.16-03........6/29/16
F-45.10-02........7/15/16
F-80.10-04........7/15/16
G-95.10-02........6/28/18
G-95.20-03........6/28/18
G-95.30-03........6/28/18
GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.048
H-10.10-00 .......... 7/3/08 H-32.10-00.......9/20/07 H-70.10-01......2/7/12
H-10.15-00 .......... 7/3/08 H-60.10-01 ......... 7/3/08 H-70.20-01......2/16/12
H-30.10-00......10/12/07 H-60.20-01... ...... 7/3/08 H-70.30-02......2/7/12
1-10.10-01 .........
8/11 /09
1-30.10-02.........3/22/13
J-10.15-01 ........
1-30.15-02.........3/22/13
J-10.16-00......6/3/15
1-30.16-01 .........
7/11 /19
1-30.17-01 .........
6/12/ 19
J-10 ..................7/18/97
J-10.10-03......6/3/15
1-30.30-02.........6/12/19
J-10.15-01 ........
6/11 /14
J-10.16-00......6/3/15
1-30.60-02.........6/12/19
J-10.17-00......6/3/15
1-40.10-00.........9/20/07
J-10.18-00......6/3/15
7/21 /17
J-10.20-02......7/31
/19
J-10.21-00......6/3/15
7/21 /16
J-10.22-00........
5/29/13
J-10.25-00......7/11
/17
J-12.15-00 ......
6/28/18
J-12.16-00......6/28/18
J-86.10-00......
J-15.10-01 ........
6/11 /14
J-15.15-02......7/10/15
16
J-20.10-04 ........
7/31 /19
J-20.11-03 ........ 7/31 /19
J-20.15-03........6/30/14
J-40.37-02......7/21
J-20.16-02........6/30/14
J-40.38-01.......5/20/13
J-20.20-02........5/20/13
5/20/13
J-20.26-01........7/12/12
/19
J-21.10-04......
6/30/14
J-21.15-01......6/10/
13
J-21.16-01......
6/10/13
J-21.17-01 ......
6/10/13
J-21.20-01......6/10/13
J-22.15-02......7/10/15
J-22.16-03 ......
7/10/15
J-26.10-03.....7/21
/16
J-26.15-01.....5/17/12
J-26.20-01.....
6/28/ 18
J-27.10-01.....7/21
/16
J-27.15-00 .....
3/15/12
J-28.10-02 ......
8/7/19
J-28.22-00.......8/07/07
7/21 /16
J-28.24-01 .......
6/3/ 15
J-28.26-01......12/02/08
J-28.30-03......6/11
/14
K-70.20-01 ....... 6/1 /16
CITY OF FEDERAL WAY
1-30.20-00.........9/20/07
J-28.43-01.......6/28/18
1-30.30-02.........6/12/19
J-28.45-03 .......
1-30.40-02.......6/12/19
J-28.50-03 .......
1-30.60-02.........6/12/19
J-28.60-02 .......
1-40.10-00.........9/20/07
J-28.70-03 .......
J-28.40-02......6/11 /14
J-28.42-01 ....... 6/11 /14
J-28.43-01.......6/28/18
1-50.20-01 ..........
J-28.45-03 .......
7/21 /16
J-28.50-03 .......
7/21 /16
J-28.60-02 .......
7/21 /16
J-28.70-03 .......
7/21 /17
J-29.10-01 .......
7/21 /16
J-29.15-01 .......
7/21 /16
J-29.16-02 .......
7/21 /16
J-30.10-00......6/18/15
J-80.15-00......6/28/18
J-40.05-00......7/21
/16
J-40.10-04......4/28/16
J-86.10-00......
J-40.20-03 ......4/28/16
J-90.10-03.......6/28/18
J-40.30-04.:....4/28/
16
J-40.35-01......5/29/13
J-90.21-02......6/28/18
J-40.36-02......7/21
/17
J-40.37-02......7/21
/17
J-40.38-01.......5/20/13
J-40.39-00......
5/20/13
J-40.40-02......7/31
/19
J-45.36-00......7/21
/17
J-50.05-00......7/21
/17
J-50.10-01 .......
7/31 /19
J-50.11-02 .......
7/31 /19
J-50.12-02.......8/7/19
J-50.13-00.......8/22/19
J-50.15-01 .......
7/21 /17
J-50.16-01.......3/22/13
J-50.18-00.......8/7/19
J-50.19-00.......8/7/19
J-50.20-00.......6/3/11
J-50.25-00 .......
6/3/11
J-50.30-00.......6/3/11
J-60.05-01 .......
7/21 /16
J-60.11-00.......5/20/13
J-60.12-00.......5/20/ 13
SP -72
1-40.20-00 .........
9/20/07
1-50.20-01 ..........
6/10/13
1-60.10-01 .....
..... 6/10/13
1-60.20-01 ..........
6/ 10/13
1-80.10-02....
...... 7/15/16
J-60.13-00.......6/16/10
J-60.14-01......7/31
/19
J-75.10-02......7/10/15
J-75.20-01......7/10/15
J-75.30-02.......7/10/15
J-75.40-02
...... 6/1 /16
J-75.41-01......6/29/16
J-75.45-02
...... 6/1 /16
J-80.1 0-00
...... 6/28/ 18
J-80.15-00......6/28/18
J-81.10-00......6/28/18
J-86.10-00......
6/28/18
J-90.10-03.......6/28/18
J-90.20-03.......6/28/18
J-90.21-02......6/28/18
J-90.50-00......
6/28/18
GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020.046
K-80.10-01 .......
6/1 /16
K-80.20-00.....12/20/06
M-1.60-02 .........
K-80.35-00 .......
2/21 /07
K-80.37-00 .......
2/21 /07
L-10.10-02 ........ 6/21 /12
L-20.10-03........7/14/15
L-30.10-02 ........ 6/11 /14
M-1.20-03 ......... 6/24/14
M-1.40-02 .........
6/3/11
M-1.60-02 .........
6/3/11
M-1.80-03 .........
6/3/11
M-2.20-03 .........
7/10/15
M-2.21-00......7/10/15
M-60.1 0-01
M-3.10-03 .........
6/3/11
M-3.20-02 .........
6/3/ 11
M-3.30-03 .........
6/3/ 11
M-3.40-03.........
6/3/11
M-3.50-02 .........
6/3/ 11
M-5.10-02 .........
6/3/ 11
M-7.50-01 .........
1 /30/07
M-9.50-02 .........
6/24/14
M-9.60-00 ........ 2/10/09
CITY OF FEDERAL WAY
L-40.10-02 ........ 6/21 /12
L-40.15-01.....-.6/16/11
L-40.20-02 ...... ..6/21 /12
M-11.10-03 ........ 8/7/ 19
M-12.10-01......6/28/18
M-40.30-01......7/11
M-15.10-01........2/6/07
M-40.40-00......
M-17.10-02........7/3/08
M-40.50-00......9/20/07
M-20.10-02........
6/3/11
M-20.20-02........4/20/15
M-60.1 0-01
M-20.30-04........2/29/16
M-60.20-02......
M-20.40-03
........ 6/24/14
M-20.50-02
........ 6/3/11
M-24.20-02.......4/20/15
M-80.20-00......6/10/08
M-24.40-02.......4/20/15
M-80.30-00......6/10/08
M-24.60-04
....... 6/24/14
M-24.65-00......7/11
/17
M-24.66-00......7/11
/17
M-40.10-03......6/24/14
END DIVISION 9
SP -73
L-70.10-01.... ... 5/21 /08
L-70.20-01. ...... 5/21 /08
M-40.20-00...10/12/07
M-40.30-01......7/11
/17
M-40.40-00......
9/20/07
M-40.50-00......9/20/07
M-40.60-00......9/20/07
M-60.1 0-01
...... 6/3/11
M-60.20-02......
6/27/11
M-65.10-02......5/11
/11
M-80.10-01......6/3/11
M-80.20-00......6/10/08
M-80.30-00......6/10/08
GREENWAY PAVEMENT MARKINGS
PHASE 1 (2020) PROJECT
PROJECT #220
CFW SPECIAL PROVISIONS VER. 2020 04B
Standard Plans and Details
"^ PUBLIC DWG. NO.
WORKS RAISED PAVEMENT MARKERS 3-17
SKIP CENTER LINE (SCL)
GENERAL NOTES:
15'
1. LONGITUDINAL STRIPING ON ARTERIALS SHALL
BE PLASTIC TYPE D METHYLMETHACRYLATE (MMA).
D
TRANSVERSE MARKINGS SHALL BE PLASTIC TYPE
\,-4" YELLOW LINE (TYP)
A. ALL OTHER STRIPING SHALL BE PAINT.
TYPE 2YY RPM—/
SEE NOTE 6
2. ALL STRIPING WITHIN INTERSECTIONS SHALL
BE PLASTIC TYPE A OR D.
DOUBLE YELLOW CENTER LINE (DYCL)
3. ALL RPM'S SHALL BE LOCATED TO PROVIDE
--40'
4"
4 INCHES BETWEEN STRIPING AND RPM'S.
4. TYPE 2 RPM'S SHALL BE USED ON ALL
4" YELLOW LINE
ARTERIALS AND COLLECTORS, IF STRIPED
SEE NOTE 6
5. WHERE TYPE C CURB IS USED IN PLACE OF
THE
STRIPING, USE RPM PATTERN APPLICABLE TO
TYPE 2YY RPM (TYR}
STRIPING BEING REPLACED.
SPECIFIC NOTES:
WHITE EDGE LINE (WEL)
__-4" WHITE LINE
6. IF MMA IS USED, MMA SHALL BE PROFILED.
7. WHERE RAISED MEDIAN OR TYPE C CURBING
IS USED, USE TYPE 2YR RPM'S, WITH RED
FACING OPPOSITE THE DIRECTION OF TRAFFIC.
YELLOW EDGE LINE (YEL)
8. WHERE RAISED MEDIAN OR TYPE C CURBING
—4" YE -LOW LINE
IS USED, USE TYPE 2WR RPM'S, WITH RED
1 SEE r•In i F, 6
FACING OPPOSITE THE DIRECTION OF TRAFFIC.
STYPE 2Y RPM (TYP)
SEE NOTE 7
DIRECTION OF TRAFFIC
DOTTED EXTENSION LINE (WDEL, YDEL)
LEGEND:
0
<)M MONO—DIRECTIONAL RPM TYPE 2
2'' \\--4" LINE, YELLOW OR WHITE PER
C> BI—DIRECTIONAL RPM TYPE 2
PLANS. SEE NOTE 6
"^ PUBLIC DWG. NO.
WORKS RAISED PAVEMENT MARKERS 3-17
Aur.a� PUBuc DWG. NO.
� Ir d _ 5 WORKS RAISED PAVEMENT MARKERS 3-18
NO PASS LINE (NPL)
FE LINE
1 - 1
)TE 6
1 �1 < 4
TYPE 2YY RP <11 YELLOW LINE
SEE NOTE 6
TYPE 2Y RPM
DIRECTION PASSING IS PROHIBITED
ION OF THRU TRAFFIC
REVERSIBLE LANE LINE
4" YELLOW LINE
-7/ EE NOTE 6
E LINE
4'
0
TE 2
TYPE 2YY RPM
IRECTION
OF TRAFFIC
TWO-WAY LEFT TURN LINE (TWLTL)
" WHITE
LINE (TYP)
<$>--HYPE 2YY RPMS 4" YELLOW LINE
;EE NOTE 6
SEE NOTE 6
DIRECTION OF THRU TRAFFIC
IRECTION OF TRAFFIC
BARRIER LINE (BL)
;ECTION OF TRAFFIC
r-20' 20" YELLOW LINE
SEE NOTE 6
TYPE 2YY RPM S
<
WHITE LINE
NOTE 6
-
> <�> REV. NOV 29 14,
Aur.a� PUBuc DWG. NO.
� Ir d _ 5 WORKS RAISED PAVEMENT MARKERS 3-18
Pavement markings may be
curved here as shown to
allow for continuous painting
by the striping machine.
When RPM's required
by contract, use
Type 2YY, see Note 5
y E. -
tog .a
Lane width
CJ measurement point
Double yellow
center stripe
u
a o Type 2YY RPMs
10'O.C.�
® Double yellow Ell
center stripe m
40' RPM spacing ? m
ao
m
DETAIL A °
10
Double yellow center stripe
�
t- DETAIL B
See Detail
Q
7Lef=nTwo way left tum termination
at fee intersection or where
W = Approaching through lane left turns are not permitted
W = Departing Lane and two way left tum is not
T =Width of left turn lane continued beyond intersection.
on approach side of
T=Width ofleft turn lane END TWO-WAY LEFT TURN LANE
on departure side of
W = Total width of channel'¢ation
(W +W +T +T(
Rw. NCl't 2,M J
DWG. NO.
L �'0 WORKS RAISED PAVEMENT MARKERS 3-19
Sl:;omfi 4 point
see Note 3
Variable 50'
Gore Stripe Decel. taper
see Dwg. No. 3-18 see Table 2
W. L
W.
T, W.
Type 2L traffic
arrows see Note I
Double yellow center
stripe, see Dwg. No. 3-17
Toper length = T. x taper rate See Table 3
Double yellow
center stripe See Table I
for taper rate
—App!0001 W,
Departure — W
No Pass Line
See Deloil A See Table I on approach
Dwg. No.. 3-19 for toper rate side
Taper length = T, x taper rate
LEFT TURN LANE
NOTES:
First Type 2L arrow is installed 50'
bock of stop bar or crosswalk- Second
arrow is located 100' back, or at
left tum pockel-
2. "S" = 140' for posted speed < 50 MPH.
'7 = 170' for posted speed 150 MPH
3- Stopping point shall be marked with
stop bar only when mainline movemen'
is controlled by a stop sign or traffic
signal,
4 Raised pavement markers shall be
installed only when specified in the
Contract Plans.
5 See Dwg. No. 3-17 for marker
designation.
..S.,
Variable See Note 2 100' ± 300' MAX
Gore
see Dwg. No.. 3 3 I 18 B
Stopping point
see Note 3
Type 2L haftic - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -
arrows, see Note 1
Double yellow center Two-way left tum lane. see Dwg, No. 3-18 Type 2L traffic
arrows, see WSDOT
stripe see Dwg, No, 3-17 Sind. Plan M-24.20
LEFT TURN LANE TWO-WAY LEFT TURN LANE
TWO-WAY LEFT TURN LANE
W = Approoching through Ione
W_ = Departing Lane
T, = width of left tum lane
on approach side of
T = Width of left tum Ione
on departure side of
W. = Total width of channelization
(W + W +T +T2)
Ray. 'raV ; n+r
�kd��np� W NS PAVEMENT MARKING - TURN LANE �3 20
TABLE 2
TABLE
3
TABLE 1
Posted
Speed
Decel-
Taper
No pass
length
PCs'
Spef
Posted
Taper
Speed
Rate
55 mph
Length
55-
,',!inimum
55 mph
55 t
165'
725'
50 mph
50 1
50 mph
t 50'
660'
45 mph
45- r
45 mph
135'
590'
40 mph
40 '
40 mph
t 20'
360'
35 mph
35 1
35 mph
105'
260'
30 mph
30 1
30 mph
90'
-01
25 mph
1 25 1
25 mph
75'
l'
TWO-WAY LEFT TURN LANE
W = Approoching through Ione
W_ = Departing Lane
T, = width of left tum lane
on approach side of
T = Width of left tum Ione
on departure side of
W. = Total width of channelization
(W + W +T +T2)
Ray. 'raV ; n+r
�kd��np� W NS PAVEMENT MARKING - TURN LANE �3 20
Centerline Crosswalk Stripe
Crosswalk (TYP•) Lane Line
Centerline
Roadway
7
Cent
0
CurbRomp
IYP•'
L 18" STOP LINE
CROSSWALK STRIPE DETAIL
TRAFFIC ARROWS TYPE 1S, 2SL, 2SR, 3SL, 3SR, 4S, AND 5S — SEE WSDOT STANDARD PLAN M-24.40
"SHARKS TOOTH" YIELD LINE SYMBOL — SEE WSDOT STANDARD PLAN M-24.60
HANDICAPPED PARKING STALL SYMBOL — SEE WSDOT STANDARD PLAN M-24.60
BIKE LANE SYMBOL — SEE WSDOT STANDARD PLAN M-9.50
PREFERENTIAL LANE SYMBOL — SEE WSDOT STANDARD PLAN M-7.50
Rw. NOV tr-:
DWG. NO.
� ':;=���Q WORKS MISCELLANEOUS PAVEMENT MARKINGS 3-21
LANE STRIPING (TYP)
1.0'
(EDGE OF TRAVEL LANE)
•32.a'
r-112-9 iTym 1,01
1111.0' ITYP
CTYP)
P)
\—R 0' (TYP)
'NOTE: DIMENSIONS MAY VARY
VERIFY WITH PUBLIC WORKS PRIOR
TO FINAL DESIGN I CONSTRUCTION
ISLAND CONSTRUCTION DETAILS
CURBING PAINTED YELLOW
PER WSDOT STD. SPECS.
TYPE 2Y
RPM fT)'Pi
INSTALL RAMP AS NECESSARY
SET12". SC';OT12E AT SIGNLCCATION
TO 30" DE-TH F=:cJn: TOP OF FINISHED ISLAND
REFER TO CITY STD. RAMP DETAILS
YIELD SYMBOLS (TYP) f
r
BACKFILL WITHIN CURBING:
2" ASPHALT PAVEMENT
OVER 4" CSTC
PER WSDOT STD. PLAN M-24.60
7N MULTI -LANE APPROACH ONLY
DISTANCE
���I_ IF YIELD SYMBOLS USED
-4 ALK
CROSSW
MARKINGS AL
PER MUTC
(TYP. BOTH ISLANDS)
LIQUID -FORMED DETECTABLE
WARNING SURFACE (TYP)
REFER TO CITY SPECIAL PROVISIONS
SIGN - W11-2 (30 x 30) WITH
SIGN - W11-2
/-W1 Cr7P (24 X 12) BELOW
(30 x 30
.
fR1-5e (36 x 48) W16 -7P (24 x012) BELOW f
NOTE: ALL SIGNS SHALL BE FLOURESCENT
YELLOW -GREEN BACKGROUND EXCEPT R1 -5a
SIGN • R1 -5a
REFER TO CITY STD. RAMP DETAILS
REV. JAN 201;
36 x 48
�cw4w
G�� a
PUBLIC
WORKS
PEDESTRIAN REFUGE ISLAND
AND CROSSWALK - MID -BLOCK
DWG. NO.
3-58
! DISTANCE PER mu'PC
�
6" EXTRUDED
W11-2 WITH rCONCRETE CURB (TYP)
W I6 -7P BELOW
O.C. (TYP)
•I 28"TUBULAR
MARKER (TYP)
PER MUTCD
SET12". SC';OT12E AT SIGNLCCATION
TO 30" DE-TH F=:cJn: TOP OF FINISHED ISLAND
YIELD SYMBOLS (TYP) f
r
BACKFILL WITHIN CURBING:
2" ASPHALT PAVEMENT
OVER 4" CSTC
PER WSDOT STD. PLAN M-24.60
7N MULTI -LANE APPROACH ONLY
DISTANCE
���I_ IF YIELD SYMBOLS USED
-4 ALK
CROSSW
MARKINGS AL
PER MUTC
(TYP. BOTH ISLANDS)
LIQUID -FORMED DETECTABLE
WARNING SURFACE (TYP)
REFER TO CITY SPECIAL PROVISIONS
611 2 (30x34
fR1-5e (36 x 48) W16 -7P (24 x012) BELOW f
NOTE: ALL SIGNS SHALL BE FLOURESCENT
YELLOW -GREEN BACKGROUND EXCEPT R1 -5a
INSTALL RAMP AS NECESSARY _j
REFER TO CITY STD. RAMP DETAILS
REV. JAN 201;
�cw4w
G�� a
PUBLIC
WORKS
PEDESTRIAN REFUGE ISLAND
AND CROSSWALK - MID -BLOCK
DWG. NO.
3-58
Prevailing Wages & Benefit Code Key
Benefit Code Key — Effective 3/4/2020 thru 9/1/2020
Overtime Codes
Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate
must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for
the worker.
ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
B. All hours worked on Saturdays shall be paid at one and one-half tunes the hourly rate of wage. All hours worked on
Sundays and holidays shall be paid at double the hourly rate of wage.
C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on
Sundays and holidays shall be paid at double the hourly rate of wage.
D. The first two (2) hours before or after a five -eight (8) hour workweek day or a four -ten (10) hour workweek day and
the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly
rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly
rate of wage.
E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday,
and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.
F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day,
shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly
rate of wage.
G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four -
ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten
(10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double
the hourly rate of wage.
H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment
breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through
Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate
of wage.
All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage.
The first two (2) hours after- eight (8) regular- hours Monday through Friday and the first ten (10) hours on Saturday
shall be paid atone and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through
Saturday, Sundays and holidays shall be paid at double the hourly rate of wage.
K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours
worked on holidays shall be paid at double the hourly rate of wage.
M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid
at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double
the hourly rate of wage.
N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage.
All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.
1
Benefit Code Key — Effective 3/4/2020 thru 9/1/2020
Overtime Codes Continued
O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours
worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday
shall be paid at double the hourly rate of wage.
All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and
one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage.
Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on
Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10)
hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall
be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times
the hourly rate of wage.
R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage.
S. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime
hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day
shall be paid at three times the hourly rate of wage.
U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on
Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on
Labor Day shall be paid at three times the hourly rate of wage.
V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and
one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at
double the hourly rate of wage.
W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the
employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid
at double the hourly rate of wage.
X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday
through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on
Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the
holiday and all work performed shall be paid at double the hourly rate of wage.
Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any
employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10
workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate
of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the
workweek shall be paid at the straight -time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or
40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours
worked on Sundays and Labor Day shall be paid at double the hourly rate of wage.
Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All
hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay.
Benefit Code Key — Effective 3/4/2020 thru 9/1/2020
Overtime Codes Continued
ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage.
C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on
holidays shall be paid at two times the hourly rate of wage.
F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday
pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage.
G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays
shall be paid at two and one-half times the hourly rate of wage including holiday pay.
H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall
be paid at one and one-half times the hourly rate of wage.
O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage.
R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double
the hourly rate of wage.
U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked
over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage.
W. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday,
and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-
hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall
be paid at double the hourly rate of wage. The first eight (8) hours worked on the fifth day shall be paid at one and
one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays
shall be paid at double the hourly rate of wage.
ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when
four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or
outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours
worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday
and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and
midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. The employer shall
have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given
to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked
eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such
time as the employee has had a break of eight (8) hours or more.
C. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when
four ten (10) hour- shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or
outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage.
All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate
of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at
the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more.
3
Benefit Code Key — Effective 3/4/2020 thru 9/1/2020
Overtime Codes Continued
E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of
straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid
at double the hourly wage rate.
F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on
Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and
one-half times the hourly rate of wage including holiday pay.
H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at
two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be
compensated at one and one half (1-1/2) times the regular rate of pay.
All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on
Saturdays shall be paid at a one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays
shall be paid at double the hourly rate of wage.
K. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when
four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or
outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly
rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in
excess of twelve (12) hours in a single shift shall be paid at double the hourly rate of wage.
After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the
applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. When an employee
returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation
of shift and paid at the applicable overtime rate until he/she shall have the eight (8) hours rest period.
ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly
rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage.
B. All hours worked over twelve (12) hours per day and all hours worked on holidays shall be paid at double the hourly
rate of wage.
C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be
paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has
been established. On a fotu- (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday
through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and
one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at
one and one half (1-1 /2) times the straight time rate of pay, except that if the job is down on Monday through Friday
due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday
may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked
on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay.
4
Benefit Code Key — Effective 3/4/2020 thru 9/1/2020
Overtime Codes Continued
4. D. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly
rate of wage. All hours worked on Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates
include all members of the assigned crew.
EXCEPTION:
On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating
plants, industrial plants, associated installations and substations, except those substations whose primary function is
to feed a distribution system, will be paid overtime under the following rates:
The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall
be paid at one and one-half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times
the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one-half (1-1/2) times
the hourly rate of wage. All hours worked in excess of eight (8) hours on Saturday, and all hours worked on Sundays
and holidays will be at the double the hourly rate of wage.
All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the
hourly rate of wage.
E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday,
and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.
On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours
worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four-
day, ten hour work week, and Saturday shall be paid at one and one half (1'/) times the regular shift rate for the first
eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays
shall be paid at double the hourly rate of wage.
F. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium
rate of 201ro over the hourly rate of wage. All hours worked on Sundays shall be paid at one and one-half times the
hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage.
G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked
Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at
double the hourly rate of wage.
H. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day,
and all hours on Sunday shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid
at three times the hourly rate of wage.
1. The First eight (8) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All
hours worked in excess of eight (8) per day on Saturdays shall be paid at double the hourly rate of wage. All hours
worked on Sundays and holidays shall be paid at double the hourly rate of wage.
J. The first eight (8) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All
hours worked in excess of eight (8) hours on a Saturday shall be paid at double the hourly rate of wage. All hours
worked over twelve (12) in a day, and all hours worked on Sundays and Holidays shall be paid at double the hourly
rate of wage.
K. All hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage, so long as Saturday
is the sixth consecutive day worked. All hours worked over twelve (12) in a day Monday through Saturday, and all
hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage.
5
Benefit Code Key — Effective 3/4/2020 thru 9/1/2020
Overtime Codes Continued
L. The first twelve (12) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All
hours worked on a Saturday in excess of twelve (12) hours shall be paid at double the hourly rate of pay. All hours
worked over twelve (12) in a day Monday through Friday, and all hours worked on Sundays shall be paid at double
the hourly rate of wage. All hours worked on a holiday shall be paid at one and one-half times the hourly rate of wage,
except that all hours worked on Labor Day shall be paid at double the hourly rate of pay.
M. All hours worked on Sunday and Holidays shall be paid at double the hourly rate. Any employee reporting to work
less than nine (9) hours from their previous quitting time shall be paid for such time at time and one-half times the
hourly rate.
M All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on
Sundays and holidays, and all work performed between the hours of midnight (12:00 AM) and eight AM (8:00 AM)
every day shall be paid at double the hourly rate of wage_
O. All hours worked between midnight Friday to midnight Sunday shall be paid at one and one-half the hourly rate of
wage. After an employee has worked in excess of eight (8) continuous hours in any one or more calendar days, all
additional hours shall be at the applicable overtime rate until such time as the employee has had a break of six (6)
hours or more. All hours worked on Holidays shall be paid at double the hourly rate of wage.
P. All hours worked on Holidays shall be paid at one and one-half times the hourly rate of wage.
Q. The first four (4) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday
through Saturday shall be paid at double the hourly rate. All hours worked on Sundays and holidays shall be paid at
double the hourly rate of wage.
R. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is
the sixth consecutive day worked. All hours worked on Sundays and holidays shall be paid at double the hourly rate
of wage.
S. All hours worked on Saturdays and Holidays shall be paid at one and one-half times the hourly rate of wage. All hours
worked on Sundays shall be paid at double the hourly rate of wage.
T. The first two (2) hours of overtime for hours worked Monday -Friday shall be paid at one and one-half times the hourly
rate of wage. All howl worked in excess of ten (10) hours per day shall be paid at double the hourly rate of wage. All
hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. For work on Saturday which
is scheduled prior to the end of shift on Friday, the first six (6) hours work shall be paid at one and one-half times the
hourly rate of wage, and all hours over (6) shall be paid double the hourly rate of wage. For work on Saturday which
was assigned following the close of shift on Friday, all work shall be paid at double the hourly rate of wage.
U. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. (Except on makeup days if work is lost due to inclement
weather, then the first eight (8) hours on Saturday may be paid the regular rate.) All hours worked over twelve (12)
hours Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly
rate of wage.
Benefit Code Key — Effective 3/4/2020 thru 9/1/2020
Overtime Codes Continued
4. V. Work performed in excess of ten (10) hours of straight time per day when four ten (10) hour shifts are established or
outside the normal shift (5 am to 6pm), and all work on Saturdays, except for make-up days shall be paid at time and
one-half (1 '/z) the straight time rate.
In the event the job is down due to weather conditions, then Saturday may, be worked as a voluntary make-up day at
the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All
work performed on Sundays and holidays and work in excess of twelve (12) hours per day shall be paid at double (2x)
the straight time rate of pay.
After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the
applicable overtime rate until such time as the employee has had a break of eight (8) hours.
When an employee returns to work without a break of eight (8) hours since their previous shift, all such time shall be
a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight
(8) hours.
W. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid
at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double
the hourly rate of wage.
When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time
shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break
of eight (8) hours.
X. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on
Sundays and holidays shall be paid at double the hourly rate of wage. Work performed outside the normal shift of 6
am to 6pm shall be paid at one and one-half the straight time rate, (except for special shifts or three shift operations).
All work performed on Sundays and holidays shall be paid at double the hourly rate of wage. Shifts may be established
when considered necessary by the Employer.
The Employer may establish shifts consisting of eight (8) or ten (10) hours of work (subject to WAC 296-127-022),
that shall constitute a normal forty (40) hour work week. The Employer can change from a 5 -eight to a 4 -ten hour
schedule or back to the other. All hours of work on these shifts shall be paid for at the straight time hourly rate. Work
performed in excess of eight hours (or ten hours per day (subject to WAC 296-127-022) shall be paid atone and one-
half the straight time rate.
When due to conditions beyond the control of the Employer, or when contract specifications require that work can
only be performed outside the regular day shift, then by mutual agreement a special shift may be worked at the straight
time rate, eight (8) hours work for eight (8) hours pay. The starting time shall be arranged to fit such conditions of
work.
When an employee returns to work without at a break of eight (8) hours since their previous shift, all such time shall
be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of
eight (8) hours.
Benefit Code Key — Effective 3/4/2020 thru 9/1/2020
Overtime Codes Continued
4. Y. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when
four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or
outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. All work
performed after 6:00 pin Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of
pay.
Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour
for all hours worked that shift.
After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the
applicable overtime rate until such time as the employee has had a break of eight (8) hours or more.
Holiday Codes
5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, and Christmas Day (7).
B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, the day before Christmas, and Christmas Day (8).
C. Holidays: New Year's Day, .Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the
Friday after Thanksgiving Day, And Christmas Day (8).
D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and
Saturday after Thanksgiving Day, And Christmas Day (8).
H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day,
And Christmas (6).
I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day
(6).
J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day,
Christmas Eve Day, And Christmas Day (7).
K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9).
L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, independence Day, Labor Day, Thanksgiving
Day, Friday after Thanksgiving Day, And Christmas Day (8).
N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day,
Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9).
P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday
After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). if A Holiday Falls On Sunday, The
Following Monday Shall Be Considered As A Holiday.
Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas
Day (6).
Benefit Code Key — Effective 3/4/2020 thru 9/1/2020
11olidaN, Codes C'midtttted
R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After
Thanksgiving Day, One -Half Day Before Christmas Day, And Christmas Day. (7 1/2).
Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
And Christmas Day (7).
T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9).
Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the
Friday after Thanksgiving Day, And Christmas Day (8).
6. A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
the Friday after Thanksgiving Day, And Christmas Day (8).
E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day,
Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half -
Day On Christmas Eve Day. (9 1/2).
G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day,
Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve
Day (11).
H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (10).
I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday
After Thanksgiving Day, And Christmas Day (7).
T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And
Christmas Day (9).
Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be
considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the
holiday.
A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and
Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed
As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall
be a regular work day.
B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and
Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as
a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the
preceding Friday.
C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be
observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday
on the preceding Friday.
Benefit Code Key — Effective 3/4/2020 thru 9/1/2020
Holiday Codes Continued
D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day,
the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday
which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a
Saturday shall be observed as a holiday on the preceding Friday.
E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.
F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a
Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be
observed as a holiday on the preceding Friday.
G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day
(6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.
H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving
Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any
holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on
a Saturday shall be observed as a holiday on the preceding Friday.
Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The
Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on
a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be
observed as a holiday on the preceding Friday.
Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6).
Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which
falls on a Saturday shall be observed as a holiday on the preceding Friday.
K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after
Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.
L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day
before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday
on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding
Friday.
M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day,
Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day
after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the
following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.
N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday.
P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor- Day, Thanksgiving Day, Friday after
Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday.
10
Benefit Code Key — Effective 3/4/2020 thru 9/1/2020
I-loliday Codes Continued
Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on
a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the
preceding Friday shall be a regular work day.
R. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day,
Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day
after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed
as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a
holiday and compensated accordingly.
Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays
falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly.
T. Paid Holidays: New Year's Day, the Day after or before New Year's Day, President's Day, Memorial Day,
Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and The Day
after or before Christmas Day. (10). If any of the listed holidays falls on a Sunday, the day observed by the Nation
shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed
as a holiday on the preceding Friday.
V. Holidays: New Year's Day, President's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
the Friday after Thanksgiving Day, Christmas Day, the day before or after Christmas, and the day before or after New
Year's Day. If any of the above listed holidays falls on a Sunday, the day observed by the Nation shall be considered
a holiday and compensated accordingly.
W. Holidays: New Year's Day, Day After New Year's, Memorial Day, hrdependence Day, Labor Day, Thanksgiving
Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day, the day after Christmas, the day before
New Year's Day, and a Floating Holiday.
X. Holidays: New Year's Day, Day before or after New Year's Day, Presidents' Day, Memorial Day, Independence Day,
Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after
Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off, then the holiday will be taken
on the last normal workday. If the holiday falls on a Monday that is the normal day off or on a Sunday, then the holiday
will be taken on the next normal workday.
Y. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the
Friday after Thanksgiving Day, and Christmas Day. (8) If the holiday falls on a Sunday, then the day observed by the
federal government shall be considered a holiday and compensated accordingly.
Z. Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The
Friday After Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a
holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the
preceding Friday.
15. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, the day before Christmas Day and Christmas Day. (8) Any holiday which falls on a Sunday shall
be observed as a holiday on the following Monday.
B. Holidays: New Year's Day, Martin Luther King Jr. Day, President's Day, Memorial Day, Independence Day, Labor
Day, Veteran's Day, Thanksgiving Day, and Christmas Day. (9)
C. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, the day before Christmas Day and Christmas Day. (8)
11
Benefit Code Key — Effective 3/4/2020 thru 9/1/2020
Holiday Codes Continued
15. D. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday
after Thanksgiving Day, Christmas Day, and the day after Christmas.
E. Holidays: the day before New Years's Day, New Year's Day, Martin Luther King, Jr. Day, Presidents' Day, Memorial
Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before
Christmas, and Christmas Day. (12)
Note Codes
D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour.
L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And
Level C: $0.25.
M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D:
$0.50.
N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level
C: $0.50, And Level D: $0.25.
P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50,
Class C Suit: $1.00, And Class D Suit $0.50.
Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the
shift shall be used in determining the scale paid.
Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting
or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic
Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued
by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31,
2012.
T. Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all temporary
traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during
construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or
where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of
Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012.
U. Workers on hazmat projects receive additional hourly premiums as follows — Class A Suit: $2.00, Class B Suit: $1.50,
And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any and all
work performed underground, including operating, servicing and repairing of equipment. The premium for
underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive
an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who
do "pioneer" work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation
receive an additional $0.50 per hour.
12
Benefit Code Key — Effective 3/4/2020 thru 9/1/2020
Note Codes Continued
8. V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The
premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day.
The premiums are to be paid one time for the day and are not used in calculating overtime pay.
Depth premiums apply to depths of fifty feet or more. Over 50' to 100'- $2.00 per foot for each foot over 50 feet. Over
101' to 150'- $3.00 per foot for each foot over 101 feet. Over 151' to 220'- $4.00 per foot for each foot over 220 feet.
Over 221'- $5.00 per foot for each foot over 221 feet.
Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent
and is measured by the distance travelled from the entrance. 25' to 300' - $1.00 per foot from entrance. 300' to 600'
- $1.50 per foot beginning at 300'. Over 600' - $2.00 per foot beginning at 600'.
W_ Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates
would apply to meters not fitting this description.
X. Workers on hazmat projects receive additional hourly premiums as follows - Class A Suit: $2.00, Class B Suit:
$1.50, Class C Suit: $1.00, and Class D Suit: $0.50. Special Shift Premium: Basic hourly rate plus $2.00 per hour.
When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a
government agency or the contract specifications requires that work can only be performed outside the normal 5 am
to 6pm shift, then the special shift premium will be applied to the basic hourly rate. When an employee works on a
special shift, they shall be paid a special shift premium for each hour worked unless they are in OT or Double-time
status. (For example, the special shift premium does not waive the overtime requirements for work performed on
Saturday or Sunday.)
Y. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work
(work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay.
Swinging Stage/Boatswains Chair: Employees working on a swinging state or boatswains chair or under conditions
that require them to be tied off to allow their hands to be fi•ee shall receive seventy-five cents ($0.75) per hour above
the classification rate.
Z. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour.
Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the
Employer or when an owner (not acting as a contractor), a government agency or the contract specifications require
that more than (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the
special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a
special shift, they will be paid a special shift premium for each hour worked unless they are in overtime or double-
time status. (For example, the special shift premium does not waive the overtime requirements for work performed
on Saturday or Sunday.)
13
Benefit Code Key — Effective 3/4/2020 thru 9/1/2020
Note Codes Continued
A. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour.
Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the
Employer or when an owner (not acting as the contractor), a government agency or the contract specifications require
that more than four (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the
special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a
special shift, they shall be paid a special shift premium for each hour worked unless they are in overtime or double-
time status. (For example, the special shift premium does not waive the overtime requirements for work performed on
Saturday or Sunday.)
Certified Crane Operator Premium: Crane operators requiring certifications shall be paid $0.50 per hour above their
classification rate.
Boom Pay Premium: All cranes including tower shall be paid as follows based on boom length:
(A) — 130' to 199' — $0.50 per hour over their classification rate.
(B) — 200' to 299' — $0.80 per hour over their classification rate.
(C) — 300' and over — $1.00 per hour over their classification rate.
B. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the
shift shall be used in determining the scale paid.
Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work
located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging
Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require
them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the
classification rate.
C. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work
located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging
Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require
them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the
classification rate.
Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting
or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal
of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian
traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control
Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the
State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012.
D. industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines,
towers, dams, bridges, power generation facilities and manufacturing facilities such as chemical plants, etc., or
anywhere abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required.
E. Heavy Construction includes construction, repair, alteration or additions to the production, fabrication or
manufacturing portions of industrial or manufacturing plants, hydroelectric or nuclear power plants and atomic
reactor construction. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00,
Level B: $0.75, Level C: $0.50, And Level D: $0.25.
14
State of Washington
Department of Labor & Industries
Prevailing Wage Section - Telephone 360-902-5335
PO Box 44540, Olympia, WA 98504-4540
Washington State Prevailing Wage
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public
works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime
calculation requirements are provided on the Benefit Code Key.
Journey Level Prevailing Wage Rates for the Effective Date: 06/25/2020
County
Trade
Job Classification
Wage
Holiday
Overtime)
Note
Risk
Class
King
Asbestos Abatement Workers
Journey Level
$50.861
5D
1 H
View
King
Boilermakers
Journey Level
$69.29
5N
1C
View
King
Brick Mason
Journey Level
$58.82
5A
1M
View
King
Brick Mason
Pointer -Caulker -Cleaner
$58.82
5A
1M
View
King
Building Service Employees
Janitor
$25.58
5S
2F
View
King
Building Service Employees
Traveling Waxer/Shampooer
$26.03
5S
2F
View
King
Buildinp, Service Employees
Window Cleaner (Non-
Scaffold)
$29.33
5S
2F
View
King
Building Service Employees
Window Cleaner (Scaffold)
$30.33
5S
2F
View
King
Cabinet Makers (In Shop}
Journey Level
$22.74
1
View
King
Carpenters
Acoustical Worker
$62.44
7A
4C
View
King
Carpenters
Carpenter
$62.44
7A
4C
View
King
Carpenters
Carpenters on Stationary
Tools
$62.57
7A
4C
View
Kin;
Carpenters
Creosoted Material
$62.54
7A
4C
View
King
Carpenters
Floor Finisher
$62.441
7A
4C
View
KingCarpenters
Floor Layer
$62.44
7A
4C
View
King
Carpenters
Scaffold Erector
$62.44
7A
4C
View
King
Cement Masons
Application of all
Composition Mastic
$62.97
7A
4U
View
King
Cement Masons
Application of all Epoxy
Material
$62.47
7A
4U
View
King
Cement Masons
Application of all Plastic
Material
$62.97
7A
4U
View
King
Cement Masons
Application of Sealing
Compound
$62.47
7A
4U
View
King
Cement Masons
Application of Underlayment
$62.97
7A
4U
View
King
Cement Masons
Building General
$62.47
7A
41J
View
King
Cement Masons
Composition or Kalman
Floors
$62.97
7A
4U
View
King
Cement Masons
Concrete Paving
$62.47
7A
41J
View
King
Cement Masons
Curb Et Gutter Machine
$62.97
7A
41J
View
King
Cement Masons
Curb Et Gutter, Sidewalks
$62.47
7A
4U
View
King
Cement Masons
Curing Concrete
$62.47
7A
4U
View
King
Cement Masons
Finish Colored Concrete
$62.971
7A
4U
View
King
Cement Masons
Floor Grinding
$62.97
7A
4U
View
King
Cement Masons
Floor Grinding/ Polisher
$62.47
7A
4U
View
King
Cement Masons
Green Concrete Saw, self-
powered
$62.97
7A
4U
View
King
Cement Masons
Grouting of all Plates
$62.47
7A
4U
View
King
Cement Masons
Grouting of all Tilt -up Panels
$62.471
7A
4U
View
King
Cement Masons
Gunite Nozzleman
$62.97
7A
4U
View
King
Cement Masons
Hand Powered Grinder
$62.97
7A
4U
View
Ding
Cement Masons
Journey Level
$62.47
7A
4U
View
King
Cement Masons
Patching Concrete
$62.47
7A
4U
View
Kina
Cement Masons
Pneumatic Power Tools
$62.97
7A
4U
View
King
Cement Masons
Power Chipping Et Brushing
$62.97
7A
4U
View
King
Cement Masons
Sand Blasting Architectural
Finish
$62.97
7A
4U
View
King
Cement Masons
Screed Et Rodding Machine
$62.97
7A
4U
View
King
Cement Masons
Spackling or Skim Coat
Concrete
$62.47
7A
4U
View
King
Cement Masons
Troweling Machine Operator
$62.97
7A
4U
View
King
Cement Masons
Troweling Machine Operator
on Colored Slabs
$62.97
7A
4U
View
King
Cement Masons
Tunnel Workers
$62.97
7A
4U
View
King
Divers Et Tenders
Bell/Vehicle or Submersible
Operator (Not Under
Pressure)
$116.20
7A
4C
View
King
Divers Et Tenders
Dive Supervisor/ Master
$79.231
7A
4C
View
King
Divers Et Tenders
Diver
1$116.20
7A
4C
8V
View
King
Divers Et Tenders
Diver On Standby
$74.23
7A
4C
View
King
Divers Et Tenders
Diver Tender
$67.31
7A
4C
View
King
Divers Et Tenders
Manifold Operator
$67.31
7A
4C
View
King
Divers Et Tenders
Manifold Operator Mixed Gas
$72.31
7A
4C
View
King
Divers Et TendersRemote
Operated Vehicle
Operator/Technician
$67.31
7A
4C
View
King
Divers Et Tenders
Remote Operated Vehicle
Tender
$62.69
7A
4C
View
King
Dredge Workers
Assistant Engineer
$56.44
5D
3F
View
-._............
King
Dredge Workers
Assistant Mate (Deckhand)
$56.00
5D
3F
View
King
Dredge Workers
Boatmen
$56.44
5D
3F
View
King
Dredge Workers
Engineer Welder
$57.51
5D
3F
View
King
Dredge Workers
Leverman, Hydraulic
$58.67
5D
3F
View
King
Dredge Workers
Mates
$56.44
5D
3F
View
King
Dredge Workers
Oiler
$56.00
5D
3F
View
King
Drywall Applicator
Journey Level
$62.44
5D
1 H
View
King
Drywall Tapers
Journey Level
$62.81
5P
1E
View
King
Electrical Fixture
Maintenance Workers
Journey Level
$31.99
5L
1 E
View
King
Electricians - Inside
Cable Splicer
$87.22
7C
4E
View
King
Electricians - Inside
Cable Splicer (tunnel)
$93.74
7C
4E
View
King
Electricians - Inside
Certified Welder
$84.26
7C
4E
View
King
Electricians - Inside
Certified Welder (tunnel)
$90.47
7C
4E
View
King
Electricians - Inside
Construction Stock Person
$43.18
7C
4E
View
King
Electricians - Inside
Journey Level
$81.30
7C
4E
View
King
Electricians - Inside
Journey Level (tunnel)
$87.22
7C
4E
View
King
Electricians - Motor Shop
Journey Level
$47.53
5A
1 B
View
King
Electricians - Powerline
Construction
Cable Splicer
$82.39
5A
4D
View
King
Electricians - Powerline
Construction
Certified Line Welder
$75.64
5A
4D
View
King
Electricians - Powerline
Construction
Groundperson
$49.17
5A
4D
View
King
Electricians - Powerline
Construction
Heavy Line Equipment
Operator
$75.64 5A
4D
View
King
Electricians - Powerline
Construction
Journey Level Lineperson
$75.64
5A
4D
View
King
Electricians - Powerline
Construction
Line Equipment Operator
$64.54
5A
4D
View
King
Electricians - Powerline
Construction
Meter Installer
$49.17
5A
4D
8W
View
King
Electricians - Powerline
Construction
Pole Sprayer
$75.64
5A
4D
View
King
Electricians - Powerline
Construction
Powderperson
$56.49
5A
4D
View
King
Electronic Technicians
Journey Level
$53.57
7E
1 E
View
King
Elevator Constructors
Mechanic
$97.31
7D
4A
View
King
Elevator Constructors
Mechanic In Charge
$105.06
7D
4A
View
King
Fabricated Precast Concrete
All Classifications - In-
Factory Work Only
$18.25
5B
1 R
View
Products
King
Fence Erectors
Fence Erector
$43.11
7A
4V
8Y
View
King
Fence Erectors
Fence Laborer
$43.11
7A
4V
8Y
View
Ki n
Etaqgers
Journey Level
$43.11
7A
4V
8Y
View
King
Glaziers
Journey Level
$66.51
7L
1Y
View
King
Heat Et Frost Insulators And
Journeyman
$76.61
5J
4H
View
Asbestos Workers
King
Heating Equipment
Mechanics
Journey Level
$85.88'
7F
1 E
View
King
Hod Carriers Et Mason
Tenders
Journey Level
$52.44
7A
4V
8Y
View
King
Industrial Power Vacuum
Journey Level
$13.50
1
View
Cleaner
King
Inland Boatmen
Boat Operator
$61.41
5B
1 K
View
King
Inland Boatmen
Cook
$56.48
5B
1K
View
King
Inland Boatmen
Deckhand
$57.48
5B
1K
View
King
Inland Boatmen
Deckhand Engineer
$58.81
5B
1K
View
King.
Inland Boatmen
Launch Operator
$58.89
5B
1K
View
King
Inland Boatmen
Mate
$57.31
5B
1K
View
King
Inspection/ Cleaning/Sea (in-,
Cleaner Operator, Foamer
Operator
$31.49
1
View
Of Sewer Et Water Systems E _.
Remote Controt
King
Inspection/Cleaning/Sealing
Grout Truck Operator
$13.50
1
View
Of Sewer Et Water Systems By
Remote Control
King
Inspection/Cleaning/Seating.
Head Operator
$24.91
1
View
Of Sewer Et Water Systems By
Remote Control
King
Inspection/Cleaning/Sealing
Technician
$19.33
1
View
Of Sewer Et Water Systems By
Remote Control
King
Inspection/Cleaning/Sealing
Tv Truck Operator
$20.45
1
View
Of Sewer Et Water Systems B
Remote Control
King
Insulation Applicators
Journey Level
$62.44
7A
4C
View
King
Ironworkers
Journeyman
$73.73
7N
10
View
King
Laborers
Air, Gas Or Electric Vibrating
Screed
$50.86
7A
4V
8Y
View
King
Laborers
Airtrac Drill Operator
$52.441
7A
4V
8Y
View
King
Laborers
Ballast Regular Machine
$50.86
7A
4V
8Y
View
King
Laborers
Batch Weighman
$43.11
7A
4V
8Y
View
King
Laborers
Brick Pavers
$50.86
7A
4V
8Y
View
King
Laborers
Brush Cutter
$50.86
7A
4V
8Y
View
King
Laborers
Brush Hog Feeder
$50.86
7A
4V
8Y
View
King
Laborers
Burner
$50.86
7A
4V
8Y
View
King
Laborers
Caisson Worker
$52.44
7A
4V
8Y
View
King
Laborers
Carpenter Tender
$50.86
7A
4V
8Y
View
King
Laborers
Icement Dumper -paving
$51.80
7A
4V
8Y
View
King
Laborers
Cement Finisher Tender
$50.86
7A
4V
8Y
View
King
Laborers
iChange House Or Dry Shack
$50.86
7A
4V
8Y
View
King
Laborers
Chipping Gun (30 Lbs. And
Over)
$51.80
7A
4V
8Y
View
King
Laborers
Chipping Gun (Under 30 Lbs.)
$50.86
7A
4V
8Y
View
King
Laborers
Choker Setter
$50.86
7A
4V
8Y
View
King
LaborersChuck
Tender
$50.86
7A
4V
8Y
View
King
Laborers m
Clary Power Spreader
$51.80
7A
4V
8Y View
King
Laborers
Clean-up Laborer
$50.86
7A
4V
8Y
View
King
Laborers
Concrete Dumper/Chute
Operator
$51.80
7A
4V
8Y
View
King
Laborers
Concrete Form Stripper
$50.86
7A
4V
8Y
View
King
Laborers
Concrete Placement Crew
$51.801
7A
4V
8Y
View
King
Laborers
Concrete Saw Operator/Core
Driller
$51.801 7A
4V
8Y
View
King
Laborers
Crusher Feeder
$43.11; 7A
4V
8Y
View
King
Laborers
Curing Laborer
$50.861
7A
4V 8Y
View
King
Laborers
Demolition: Wrecking Et
Moving (Incl. Charred
Material)
$50.86
7A
4V
8Y
View
King
Laborers
Ditch Digger
$50.86
7A
4V
8Y
View
King
Laborers
Diver
$52.44
7A
4V
8Y
View
King
Laborers
Drill Operator (Hydraulic,
Diamond)
$51.80
7A
4V
8Y
View
King
Laborers
Dry Stack Walls
$50.861
7A
4V
8Y
View
King
Laborers
Dump Person
$50.86
7A
4V
8Y
View
King
Laborers
Epoxy Technician
$50.86
7A
4V
8Y
View
King
Laborers
Erosion Control Worker
$50.86
7A
4V
8Y
View
King
Laborers
Faller Et Bucker Chain Saw
$51.80
7A
4V
8Y
View
King
Laborers
Fine Graders
$50.861
7A
4V
8Y
View
King
Laborers
Firewatch
$43.111
7A
4V
8Y
View
King
Laborers
Form Setter
$50.86
7A
4V
8Y
View
King
Laborers
Gabian Basket Builders
$50.86
7A
4V
8Y
View
King
Laborers
General Laborer
$50.86
7A
4V
8Y
View
King
Laborers
Grade Checker Et Transit
Person
$52.44
7A
4V
8Y
View
King
Laborers
IGrinders
$50.86
7A
4V8Y
View
King
Laborers
Grout Machine Tender
$50.86
7A
4V
8Y
View
King
Laborers
Groutmen (Pressure)
Including Post Tension Beams
$51.80
7A
4V
8Y
View
King
Laborers
(Guardrail Erector
$50.86
7A
4V
8Y
View
King
Laborers
Hazardous Waste Worker
(Level A)
$52.44
7A
4V
8Y
View
King
Laborers
Hazardous Waste Worker
(Level B)
$51.80
7A
4V
8Y
View
King
Laborers
Hazardous Waste Worker
(Level C)
$50.86
7A
4V
8Y
View
King
Laborers
High Scaler
$52.441
7A
4V
8Y
View
King
Laborers
Jackhammer
$51.801
7A
4V
8Y
View
King
Laborers
Laserbeam Operator
$51.80' 7A
4V
8Y
View
King,
Laborers
Maintenance Person
Manhole Builder-Mudman
$50.86. 7A
4V
8Y
View
King
Laborers
$51.80 7A
4V
8Y
View
King
Laborers
Material Yard Person
$50.861 7A
4V
8Y
View
King
Laborers
Motorman -Dinky Locomotive
$51.80
7A
4V
8Y
View
King
Laborers
Nozzleman (Concrete Pump,
Green Cutter When Using
Combination Of High
Pressure Air Et Water On
Concrete Et Rock, Sandblast,
Gunite, Shotcrete, Water
Blaster, Vacuum Blaster)
$51.80
7A
4V
8Y
View
King
Laborers
Pavement Breaker
$51.80
7A
4V
8Y
View
King
Laborers
Pilot Car
$43.11
7A
4V
8Y
View
Kinb
Laborers
Pipe Layer Lead
$52.44
7A
4V
8Y
View
King
Laborers
Pipe Layer/Tailor
$51.80
7A
4V
8Y
View
King
Laborers
Pipe Pot Tender
$51.80
7A
4V
8Y
View
King
Laborers
Pipe Reliner
$51.80
7A
4V
8Y
View
King
Laborers
I Pipe Wrapper
$51.80
7A
4V
8Y
View
King
Laborers
Pot Tender
$50.86 7A
4V
8Y
View
King
Laborers
Powderman
$52.441 7A
4V
8Y
View
King
Laborers
Powderman's Helper
$50.86 7A
4V
8Y
View
King
Laborers
Power Jacks
$51.80 7A
4V
8Y
View
King
Laborers
Railroad Spike Puller - Power
$51.801
7A
4V
8Y
View
King
Laborers
Raker - Asphalt
$52.44
7A
4V
8Y
View
King
Laborers
Re-timberman
$52.44
7A
4V
8Y
View
King
Laborers
Remote Equipment Operator
$51.80
7A
4V
8Y
View
King
Laborers
Rigger/Signal Person
$51.80
7A
4V
8Y
View
King
Laborers
Rip Rap Person
$50.86
7A
4V
8Y
View
King
Laborers
Rivet Buster
$51.80
7A
4V
8Y
View
King
Laborers
Rodder
$51.80
7A
4V
8Y
View
King
Laborers
Scaffold Erector
$50.86
7A
4V
8Y
View
King,
Laborers
Scale Person
$50.86
7A
4V
8Y
View
King
Laborers
Sloper (Over 20")
$51.80
7A
4V
8Y
View
King
Laborers
Sloper Sprayer
$50.86
7A
4V
8Y
View
King
Laborers
Spreader (Concrete)
$51.80
7A
4V
8Y
View
King
Laborers
Stake Hopper
$50.86
7A
4V
8Y
View
King
Laborers
Stock Piler
$50.86
7A
4V
8Y
View
King
Laborers
Swinging Stage/Boatswain
Chair
$43.11
7A
4V
8Y
View
King
Laborers
Tamper Et Similar Electric,
Air Et Gas Operated Tools
$51.80
7A
4V
8Y
View
King
Laborers
Tamper (Multiple Et Self-
propelled)
$51.80
7A
4V
8Y
View
King
Laborers
Timber Person - Sewer
(tagger, Shorer Et Cribber)
$51.80
7A
4V
8Y
View
King
Laborers
Toolroom Person (at Jobsite)
$50.86
7A
4V
8Y
View
King
Laborers
Topper
$50.86
7A
4V
8Y
View
King
Laborers
Track Laborer
$50.86
7A
4V
8Y
View
King
Laborers
Track Liner (Power)
$51.80
7A
4V
8Y
View
King
Laborers
Traffic Control Laborer
$46.10
7A
4V
9C
View
King
Laborers
Traffic Control Supervisor
$48.84
7A
4V
9C
View
King
Laborers
_Truck Spotter
$50.86
7A
4V
8Y
View
King
Laborers
ITugger Operator
$51.80
7A
4V
8Y
View
King
Laborers
ITunnet Work -Compressed Air
Worker 0-30 psi
$120.61
7A
4V
9B
View
King
Laborers
ITunnel Work -Compressed Air
Worker 30.01-44.00 psi
$125.64
7A
4V
9B
View
King
Laborers
Tunnel Work -Compressed Air
Worker 44.01-54.00 psi
$129.32
7A
4V
9B
View
King
Laborers
Tunnel Work -Compressed Air
Worker 54.01-60.00 psi
$135.02
7A
4V
9B
View
King
Laborers
Tunnel Work -Compressed Air
Worker 60.01-64.00 psi
$137.14
7A
4V
9B
View
King
Laborers
Tunnel Work -Compressed Air
Worker 64.01-68.00 psi
$142.24
7A
-
4V
9B
View
King
Laborers
Tunnel Work -Compressed Air
Worker 68.01-70.00 psi
$144.14
7A
4V
9B I
View
King
Laborers
Tunnel Work -Compressed Air
Worker 70.01-72.00 psi
$146.14
7A
4V
9B
View
King
Laborers
Tunnel Work -Compressed Air $148.14
Worker 72.01-74.00 psi
7A
4V
9B
View
King
Laborers
Tunnel Work-Guage and Lock $52.54
Tender
7A
4V
8Y
View
King
Laborers
Tunnel Work -Miner
$52.54
7A
4V
8Y
View
King
Laborers
Vibrator
$51.80
7A
4V
8Y
View
King
Laborers
Vinyl Seamer
$50.86
7A
4V
8Y
View
King
Laborers
Watchman
$39.18
7A
4V
8Y
View
King
Laborers
Welder
$51.80
7A
4V
8Y
View
King
Laborers
Well Point Laborer
$51.80
7A
4V
8Y
View
King
Laborers
Window Washer/Cleaner
$39.18
7A
4V
8Y
View
King
Laborers - Undergraund
Sewer Et Water
General Laborer Et Topman
$50.86
7A
4V
8Y
View
King
Laborers - Underground
Sewer Et Water
Pipe Layer
$51.80
7A
4V
8Y
View
King
Landscape Construction
Landscape
Construction/Landscaping Or
Planting Laborers
$39.18
7A
4V
8Y
View
King
Landscape Construction
Landscape Operator
$68.02
7A
3K
8X
View
King
Landscape Maintenance
Groundskeeper
$17.87
1
1 View
King
Lathers
Journey Level
$62.44
5D
1H
View
King
Marble Setters
Journey Level
$58.82
5A
1M
View
King
Metal Fabrication (In Shop)
Fitter
$15.86
1
View
King
Metal Fabrication ([n Shop)
Laborer
$13.50
1
View
King
Metal Fabrication_ in Shop)
Machine Operator
$13.50
1
View
King
Metal Fabrication (In Shop)
Painter
$13.50
1
View
King
Metal Fabricat In. �
Welder
$15.48
1
View
King
Millwright
Journey Level
$63.941
7A
4C
View
King
Modular Buildings
Cabinet Assembly
$13.50
1
View
King
Modular Buildings
Electrician
$13.50
1
View
King
Modular Buildin s
Equipment Maintenance
$13.50
1
View.
King
Modular- Buildings
Plumber
$13.50
1
View
King
Modular Buildings
Production Worker
$13.50
1
View
King
Modular Buildings
Tool Maintenance
$13.50
1
View
King
Modular Buildin s
Utility Person
$13.50
1
View
King
Modular Buildings
Welder
$13.50
1
View
King
Painters
Journey Level
$43.40
6Z
2B
View
King
Pile Driver
Crew Tender
$67.31
7A
4C
View
King
Pile Driver
Crew Tender/Technician
$67.31
7A
4C
View
King
Pile Driver
Hyperbaric Worker -
Compressed Air Worker
0-30.00 PSI
$77.93
7A
4C
View
King
Pile Driver
$82.93
7A
4C
View
Hyperbaric Worker -
Compressed Air Worker 30.01
- 44.00 PSI
King
Pile Driver
Hyperbaric Worker -
Compressed Air Worker 44.01
- 54.00 PSI
........................_--__
$86.93
7A
4C
View
King
Pile Driver
Hyperbaric Worker -
Compressed Air Worker 54.01
- 60.00 PSI
$91.93
7A
4C
View
King
Pile Driver
Hyperbaric Worker -
Compressed Air Worker 60.01
- 64.00 PSI
$94.43
7A
4C
View
King
Pile Driver
Hyperbaric Worker - $99.43
Compressed Air Worker 64.01
- 68.00 PSI
7A
4C
View
King
Pile Driver
Hyperbaric Worker - $101.43
Compressed Air Worker 68.01
- 70.00 PSI
7A
4C
View
King
Pile Driver
Hyperbaric Worker - $103.43
Compressed Air Worker 70.01
- 72.00 PSI
7A
4C
View
King
Pile Driver
_.........
Hyperbaric Worker - 1$105.43
Compressed Air Worker 72.01
- 74.00 PSI
7A
4C
View
King
Pile Driver
Journey Level
$62.69
7A
4C
View
King
Plasterers
Journey Level
$59.29
7�
111
View
King
Playground Et Park
Equipment Installers
Journey Level
$13.50
1
View
King
Plumbers Et Pi efitters
Journey Level
$89.19
6Z
1 G
View
King
Power Equipment Operators
Asphalt Plant Operators
$69.16
7A
3K
8X
View
King
Power Equipment Operators
Assistant Engineer
$65.051
7A
3K
88XX
View
King
Power Equipment Operators
Barrier Machine (zipper)
$68.55
7A
3K
8X
View
King
Power Equipment Operators
Batch Plant Operator:
concrete
$68.55
7A
3K
8X
View
King
Power Equipment Operators
Bobcat
$65.05
7A
3K
8X
View
King
Power Equipment Operators
Brokk - Remote Demolition
Equipment
$65.05
7A
3K
8X
View
King
Power Equipment Operators
Brooms
$65.05
7A
3K
8X
View
King
Power Equipment Operators
Bump Cutter
$68.55
7A
3K
8X
View
King
Power Equipment Operators
Cableways
$69.16
7A
3K
8X
View
King
Pourer Equipment Operators
Chipper
$68.55
7A
3K
8X
View
King
Power Equipment 0 erators
Compressor
$65.05
7A
3K
8X
View
King
Power Equipment Operators
Concrete Finish Machine -
Laser Screed
$65.05
7A
3K
8X
View
King
dower- Equipment Operators_
Concrete Pump - Mounted Or
Trailer High Pressure Line
Pump, Pump High Pressure
$68.02
7A
3K
8X
View
King
Power Equipment Operators
Concrete Pump: Truck Mount
With Boom Attachment Over
42 M
$69.16
7A
3K
8X
View
King
Power Equipment Operators
1
1 $68.55
7A
3K
8X
View
Concrete Pump: Truck Mount
With Boom Attachment Up
To 42m
King
Power Equipment Operators
Conveyors
$68.02
7A
3K
8X
View
King
Power Equipment Operators
Cranes friction: 200 tons and
over
$71.26
7A
3K
8X
View
King
Power Equipment Operat_>r s
Cranes: 100 tons through 199
tons, or 150' of boom
(including jib with
attachments)
$69.85
7A
3K
8X
View
King
Power EquiprTIenr 01)(', :i :;r�
Cranes: 20 Tons Through 44
Tons With Attachments
$68.55
7A
3K
8X
View
King
Power Equipment Operator s
Cranes: 200 tons- 299 tons,
or 250' of boom including jib
with attachments
$70.57
7A
3K
8X
View
King
Power Equipment _Operators
Cranes: 300 tons and over or
300' of boom including jib
with attachments
$71.26
7A
3K
8X
View
King
Power Equipment Op
Cranes: 45 Tons Through 99
Tons, Under 150' Of Boom
(including Jib With
Attachments)
$69.16
7A
3K
8X
View
King
Power Equipment Operators
Cranes: A -frame - 10 Tons
And Under
$65.05
7A
3K
8X
View
King
Power Equipment Operators
Cranes: Friction cranes
through 199 tons
$70.57
7A
3K
8X
View
King
Power Equipment Operators
Cranes: through 19 tons with
attachments, A -frame over
10 tons
$68.02
7A
3K
8X
View
King
Power Equipment C3per:>,t <.
Crusher
$68.55
7A
3K
8X
View
King
Power Equipment OLD& ators
Deck Engineer/Deck Winches
(power)
$68.55
7A
3K
8X
View
King
Power Equipment Operators
Derricks, On Building Work
$69.16
7A
3K
8X
View
King
--cvrc�r'=:ciui went O erators
Dozers D-9 Et Under
$68.02
7A
3K
8X
View
King
Doo gee = Operaur
Drill Oilers: Auger Type,
Truck Or Crane Mount
$68.02
7Af
3K
8X
View
Kina
Power Equipment O era Lars
Drilling Machine
$69.85
7A
3K
8X
View
King
Power Equipment Operators
Elevator And Man -lift:
Permanent And Shaft Type
$65.05
7A
3K
8X
View
King
Power Equipment Operators
Finishing Machine, Bidwell
And Gamaco Et Similar
Equipment_
$68.55
7A
3K
8X
View
King ��a,,,_,r Equipment Operators
Forklift: 3000 Lbs And Over
With Attachments
$68.02
7A
3K
8X
View
King P..,wer Equipment. Ode? rtr;r s
Forklifts: Under 3000 Lbs.
With Attachments
$65.05
7A
3K
8X
View
King
Power Equipment__ O_pera;
Hard Tail End Dump
Articulating Off- Road
Equipment 45 Yards. Et Over
King
Power Equipment Operator -Hard
Tail End Dump $68.55
Articulating Off-road
Equipment Under 45 Yards
7A
3K
8X
View
King
Power Equipment Operators
Horizontal/ Directional Drill
Locator
$68.02
7A
3K
8X
View
King
Power Equipment Operators
Horizontal/ Directional Drill
Operator
$68.55
7A
3K
8X
View
King
Power Eui merit O orators
Hydralifts/Boom Trucks Over
10 Tons
$68.02
7A
3K
8X View
King
Power Equipment Operators
Hydralifts/Boom Trucks, 10
Tons And Under
$65.05
7A
3K
8X View
King
Power Equipment_ Operators
Loader, Overhead 8 Yards. Et
Over
$69.85
7A
3K
8X
View
King
Power Equipment Operators
Loader, Overhead, 6 Yards.
But Not Including 8 Yards
$69.16
7A
3K
8X
View
King
Power Equipment 0 erators
Loaders, Overhead Under 6
Yards
$68.55
7A
3K
8X
View
King
Power Equipment Operators
Loaders, Plant Feed
$68.55
7A
3K
8X
View
King
Power Equipment Operators
Loaders: Elevating Type Belt
$68.02
7A
3K
8X
View
King
Power Equipment Operators
Locomotives, All
$68.55
7A
3K
8X
View
King
Power Equipment Operators
Material Transfer Device
$68.551
7A
3K
8X
View
King
Power Equipment Operators
Mechanics, All (leadmen -
$0.50 Per Hour Over
Mechanic)
$69.85
7A
3K
8X
View
King
Power Equipment O erators
Motor Patrol Graders
$69.16
7A
3K
8X
View
King
Power Equipment Operators
Mucking Machine, Mole,
Tunnel Drill, Boring, Road
Header And/or Shield
$69.16
7A
3K
8X
View
King
Power Equipment Operators
Oil Distributors, Blower
Distribution Et Mulch Seeding
Operator
$65.05
7A
3K
8X
View
King
power Equipment Operators
Outside Hoists (Elevators And
Manlifts), Air Tuggers, Strato
$68.02
7A
3K
8X
View
King
Power Equipment Operators
Overhead, Bridge Type
Crane: 20 Tons Through 44
Tons
$68.55
7A
3K
8X
View
King
Power Equipment Operators
Overhead, Bridge Type: 100
Tons And Over
$69.85
7A
3K
8X
View
King
Power Equipment Operators
Overhead, Bridge Type: 45
Tons Through 99 Tons
$69.16
7A
3K
8X
View
King
Power Equipment Operators
Pavement Breaker
$65.05
7A
3K
8X
View
King
Power Equipment_ Operators
Pile Driver (other Than Crane
Mount)
$68.55
7A
3K
8X
View
King
Power Equipment Q erators
Plant Oiler - Asphalt, Crusher
$68.02
7A
3K
8X
View
King
Power Equipment Operators
PosthoLe Digger, Mechanical
$65.05
7A
3K
8X
View
King
Power Equipment Operators
Power Plant
$65.05
7A
3K
8X
View
King
Power Equipment O erators
Pumps - Water
$65.05
7A
3K
8X
View
King
Power Equipment Operators
Quad 9, Hd 41, D10 And Over 1
$69.161
7A
3K
8X
View
King
Power Equipment Operators
Quick Tower - No Cab, Under
100 Feet In Height Based To
Boom
$65.05
7A
3K
8X
View
King
Power Equipment_ Operators
Remote Control Operator On
Rubber Tired Earth Moving
Equipment
$69.16
7A
3K
8X View
King
Power Equipment Operators
Rigger and Bellman
$65.05
7A
3K
8X
View
King
Power Ecluipment Operators
Rigger/Signal Person,
Bellman (Certified)
$68.02
7A
3K
8X
View
King
Power Equipment Operators
Rollagon
$69.16
7A
I 3K
8X
View
King
Power Equipment O erators
Roller, Other Than Plant Mix
$65.051
7A
3K
8X
View
King
Power Equipment Operators
Roller, Plant Mix Or Multi-lift
Materials
$68.02
7A
3K
8X
View
King
Power Equipment Operators
Roto-mill, Roto-grinder
$68.55
7A
3K
8X
View
King
Power Equipment Operators
Saws - Concrete
$68.02
7A
3K
8X
View
King
Power Equipment Operators
Scraper, Self Propelled
Under 45 Yards
$68.55
7A
3K
8X
View
King
Power Equipment O erators
Scrapers - Concrete it CarryI
All
$68.02
7A
3K
8X
View
King
Power Equipment Operators
Scrapers, Self-propelled: 45
Yards And Over
$69.16
7A
3K
8X
View
King
Power Equipment Operators
Service Engineers -
Equipment
$68.02
7A
3K
8X
View
King
Power Equipment Operators
Shotcrete/Gunite Equipment
$65.051
7A
3K
8X
View
King
Power Equipment Operators
Shovel, Excavator, Backhoe,
Tractors Under 15 Metric
Tons
$68.021
7A
3K
8X
View
King
Power Equipment O erators
Shovel, Excavator, Backhoe:
Over 30 Metric Tons To 50
Metric Tons
$69.16
7A
3K
8X
View
King
Power Equipment Operators
Shovel, Excavator, Backhoes,
Tractors: 15 To 30 Metric
Tons
$68.55
7A
3K
8X
View
King
Power Equipment Operators
Shovel, Excavator, Backhoes:
Over 50 Metric Tons To 90
Metric Tons
$69.85
7A
3K
8X
View
King
Power Equipment Operators
Shovel, Excavator, Backhoes:
Over 90 Metric Tons
$70.57
7A
3K
8X
View
King
Power Equipment Operators
Slipform Pavers
$69.16
7A
3K
8X
View
King
Power Equipment Operators
Spreader, Topsider Et
Screedman
$69.16
7A
3K
8X
View
King
Power Equipment Operators
Subgrader Trimmer
$68.55
7A
3K
8X
View
Kina
Power Equipment Operators
Tower Bucket Elevators
$68.02
7A
3K
8X
View
King
Power Equipment Operators
Tower Crane Up To 175' In
Height Base To Boom
$69.85
7A
3K
8X
View
King
Power Equipment Operators
Tower Crane: over 175'
through 250' in height, base
to boom
$70.57
7A
3K
8X
View
King
Power Equipment Operators
Tower Cranes: over 250' in
height from base to boom
$71.26
7A
3K
8X
View
King
Power Equipment Operators
Transporters, All Track Or
Type
$69.16
7A
3K
8X
View
]Truck
King
Power Equipment Operators
Trenching Machines
$68.02
7A
3K
8X
View
King
Power Equipment Operators
Truck Crane Oiler/driver -
100 Tons And Over
$68.55
7A
3K
8X
View
King
Power Equipment Operators
Truck Crane Oiler/Driver
Under 100 Tons
$68.02
7A
3K
8X
View
King
Power Equipment Operators
Truck Mount Portable
Conveyor
$68.55
7A
3K
8X
View
King
Power Equipment Operators
Welder
$69.16
7A
3K
8X
View
King
Power Equipment Operators
Wheel Tractors, Farmall
Type
$65.05
7A
3K
8X
View
King
Power Equipment Operators
Yo Yo Pay Dozer
$68.55
7A
3K
8X
View
King
Power E ui ment Operators-
Asphalt Plant Operators
$69.16
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Assistant Engineer
$65.05
7A
3K
8X
View
Underground Sewer R Water
King
Power Equipment Operators-
Barrier Machine (zipper)
$68.55
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment O erators-
Batch Plant Operator,
Concrete
$68.55
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Bobcat
$65.05
7A
3K
8X
View
Underground Sewer it Water
King
Power Equipment_ Operators-
Brokk - Remote Demolition
Equipment
$65.05
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment O erators-
Brooms
$65.05
7A
3K
8X
View
Underground Sewer Ex Water
King
Power Equipment Operators-
Bump Cutter
$68.55
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Cableways
$69.16
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Chipper
$68.55
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Compressor
$65.05
7A
^
3K
8X
View
Underground Sewer Et Water
King
Power Equipment O erators-
Concrete Finish Machine -
Laser Screed
$65.05
7A
3K
8X
View
Underground Sewer Et Water-
King
Power Equipment Operators-
Concrete Pump - Mounted Or
Trailer High Pressure Line
Pump, Pump High Pressure
$68.02
7A
3K
8X
View
Undera
ground Sewer Et Water
King
Power Equipment Operators-
Concrete Pump: Truck Mount
With Boom Attachment Over
42 M
$69.161 7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Concrete Pump: Truck Mount
With Boom Attachment Up
To 42m
$68.55] 7A
3K
8X
View
Underground Sewer Et Watei
King
Power Equipment_ Operators-
Conveyors
$68.02
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Cranes friction: 200 tons and
over
$71.26
7A
3K
8X
View
Underground Sewer Et Water
King
�.. _-
$69.85
7A
3K
8X
View
Power Equipment Operators-
Cranes: 100 tons through 199
tons, or 150' of boom
(including jib with
attachments)
Underground Sewer Et Water
King
Power Equipment Operators-
Cranes: 20 Tons Through 44
Tons With Attachments
$68.55
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Cranes: 200 tons- 299 tons,
or 250' of boom including jib
with attachments
$70.57
7A
3K
8X
View
Underaraund Sewer Et Water
King
Power Equipment Operators-
Cranes: 300 tons and over or
1300' of boom including jib
with attachments
$71.26
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Cranes: 45 Tons Through 99
Tons, Under 150' Of Boom
(including Jib With
Attachments)
$69.16
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Cranes: A -frame - 10 Tons
And Under
$65.05
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Cranes: Friction cranes
through 199 tons
$70.57
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Cranes: through 19 tons with
attachments, A -frame over
10 tons
$68.02
7A
3K
8X
_
View
Underground Sewer Et Water
King
Power Equipment Operators-
Crusher
$68.55
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Deck Engineer/Deck Winches
(power)
$68.55
7A
3K
8X
View
Underground Sewer Ft Water
King
Power Equipment Operators-
Derricks, On Building Work
$69.16
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment 0 erators-
Dozers D-9 Et Under
$68.02
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Drill Oilers: Auger Type,
Truck Or Crane Mount
$68.02
7A
3K
8X
View
Underground Sewer Ft Water
King
Power Equipment Operators=
Drilling Machine
$69.85
7A
3K
8X
View
Underground Sewer 6t Water
King
Power Equipment Operators-
Elevator And Man -lift:
Permanent And Shaft Type
$65.05
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Finishing Machine, Bidwell
And Gamaco Et Similar
Equipment
$68.55
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Forklift: 3000 Lbs And Over $68.021 7A
With Attachments
3K
8X
View
Underground Sewer Et Water
King
Power Equipment O erators-
Forklifts: Under 3000 Lbs. $65.05
With Attachments
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Grade Engineer: Using Blue
Prints, Cut Sheets, Etc
$68.55
7A
3K
8X
View
Under round Sewer Ft Water
King
King
Power Equipment Operators-
Gradechecker/Stakeman
Guardrail Punch
$65.05
$68.55
7A
7A
3K 8X View
3K 8X View
Underground Sewer Et Water
Power Equipment Operators-
Underground Sewer Et Water
King
Power Equipment Operators-
$69.16
7A
3K
8X
View
Underground Sewer Et Water
Hard Tail End Dump
Articulating Off- Road
Equipment 45 Yards. Et Over
King
Power Equipment 0 erators-
Hard Tail End Dump
Articulating Off-road
Equipment Under 45 Yards
$68.55
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment 0 erators-
Horizontal/ Directional Drill
Locator
$68.02
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Horizontal/ Directional Drill
Operator
$68.55
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators
Hydralifts/Boom Trucks Over
10 Tons
$68.02
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Hydralifts/Boom Trucks, 10
Tons And Under
$65.05
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment O erators-
Loader, Overhead 8 Yards. Et
Over
$69.85
7A
3K
8X
View
Underground Sewer ft Water
King
Power Equipment Operators-
Loader, Overhead, 6 Yards. $69.16
But Not Including 8 Yards
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Loaders, Overhead Under 6 $68.551
Yards
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment 0 erators-
Loaders, Plant Feed $68.55
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Loaders: Elevating Type Belt $68.02
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment_ Operators-
Locomotives, All
$68.55
7A
i 3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Material Transfer Device
$68.55
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Mechanics, All (leadmen -
$0.50 Per Hour Over
Mechanic)
$69.85
7A
3K
8X
View
Underground Sewer Et Water
King
Power EgUipment_Operators-
Motor Patrol Graders
$69.16
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Mucking Machine, Mole,
Tunnel Drill, Boring, Road
Header And/or Shield
$69.16
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Oil Distributors, Blower
Distribution Et Mulch Seeding
Operator
$65.05
7A
3K
8X
View
Under round Sewer Et Water
King
Power Equipment Operators-
Outside Hoists (Elevators And
Manlifts), Air Tuggers, Strato
$68.02
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Overhead, Bridge Type
Crane: 20 Tons Through 44
Tons
$68.55
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Overhead, Bridge Type: 100 $69.85
Tons And Over
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Overhead, Bridge Type: 45 $69.16
Tons Through 99 Tons
7A
3K
8X
View
Underground Sewer- Et Water
King
Power Equipment Operators-
Pavement Breaker
$65.05
7A
3K
8X
View
Underground Sewer Er Water
King
Power Equipment Operators-
Pile Driver (other Than Crane
Mount)
$68.55
7A
3K 8X
View
Underground Sewer Et Water
King
lUnderground
Power Equipment Operators-
Plant Oiler - Asphalt, Crusher
$68.021
7A
I 3K
8X
View
Sewer Et Water
King
Power Equipment Operators-
Posthole Digger, Mechanical
$65.05
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Power Plant
$65.05
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Pumps - Water
$65.05
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Quad 9, Hd 41, D10 And Over
$69.16
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Quick Tower - No Cab, Under
100 Feet In Height Based To
Boom
$65.05
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Remote Control Operator On
Rubber Tired Earth Moving
Equipment
$69.16
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment 0 erators
Rigger and Bellman
$65.05
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Rigger/Signal Person,
Bellman (Certified)
$68.02
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Rollagon
$69.16
7A
3K 8X
1
View
Underground Sewer Et Water
King
Power Equipment Operators-_
Roller, Other Than Plant Mix
$65.05
7A
3K 8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Roller, Plant Mix Or Multi-lift
Materials
$68.02
7A
3K
8X
View
Undervround Sewer- Et Water
King
Power Equipment Operators-
Roto-mill, Roto-grinder
$68.55
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Saws - Concrete
$68.02
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Scraper, Self Propelled
Under 45 Yards
Scrapers - Concrete Et Carry
All
$68.55
$68.02
7A
7A
—
3K
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Scrapers, Self-propelled: 45
Yards And Over
$69.16
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Service Engineers -
Equipment
$68.02
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment 0 erators-
Shotcrete/Gunite Equipment
$65.051 7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Shovel, Excavator, Backhoe, $68.02 7A
Tractors Under 15 Metric
Tons
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Shovel, Excavator, Backhoe: $69.16
Over 30 Metric Tons To 50
Metric Tons
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Shovel, Excavator, Backhoes,
Tractors: 15 To 30 Metric
Tons
$68.55
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Shovel, Excavator, Backhoes:
Over 50 Metric Tons To 90
Metric Tons
$69.85
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment 0 erators-
Shovel, Excavator, Backhoes:
Over 90 Metric Tons
$70.57
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Slipform Pavers
$69.16
7A
3K
8X
View
Underground Sewer Et Water
King
Power E ui ment Operators-
Spreader, Topsider Et
Screedman
$69.16
7A
3K
8X
View
Underground Sewer EL Water
King
Power Equipment Operators-
Subgrader Trimmer
$68.55
7A
3K
8X
View
Underground Sewer Ft Water
King
Power Equipment_ _Operators-
Tower Bucket Elevators
$68.02
7A
3K
8X
View
Underground Sewer Ft Water
King
Power Equipment Operators-
Tower Crane Up To 175' In
Height Base To Boom
$69.85
7A
3K
8X
View
Underground Sewer Ft Water-
King
Power Equipment 0 erators-
Tower Crane: over 175'
through 250' in height, base
to boom
$70.57
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment 0 erators-
Tower Cranes: over 250' in
height from base to boom
$71.26
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Transporters, All Track Or
Truck Type
$69.16
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Trenching Machines
$68.02
7A
3K
8X
View
Underground Sewer Et Water
King
Power E ui ment Operators-
Truck Crane Oiler/driver -
100 Tons And Over
$68.55
7A
3K
8X
View
Underground Sewer Et Water
King
power Equipment Operators-
Truck Crane Oiler/Driver $68.02
Under 100 Tons
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Truck Mount Portable $68.55
Conveyor
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Welder
$69.16
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Wheel Tractors, Farmall
Type
$65.05
7A
3K
8X
View
Underground Sewer Ft Water
King
Power Equipment Operators-
Yo Yo Pay Dozer
$68.55
7A
3K
—
8X
View
Underground Sewer Et Water
King
Power Line Clearance Tree
Journey Level In Charge
$53.10
5A
4A
View
Trimmers
King
Power Line Clearance Tree
Spray Person
$50.40
5A
4A
View
Trimmers
King
Power Line Clearance Tree
Tree Equipment Operator
$53.10
5A
4A
View
Trimmers
King
Power Line Clearance Tree
Tree Trimmer
$47.48
5A
4A
View
Trimmers
King
Power Line Clearance Tree
Tree Trimmer Groundperson
$36.10
5A
4A
View
Trimmers
King
Refrigeration £t Air
Conditioning Mechanics
Journey Level
$84.01
6Z
1G
View
King
Residential Brick Mason
Journey Level
$58.821
5A
1M
View
King
Residential Carpenters
Journey Level
$32.06
1
View
King
Residential Cement Masons
Journey Level
$29.25
1
View
King
Residential Drywall
Applicators
Journey Level
$46.43
7A
4C
View
King
IResidentiaL Drywall Tapers lJourney
_
Level
$47.041
5P
1E
View
King
Residential Electricians
Journey Level 1
$36.011
1
1
1 View
King
Residential Glaziers
Journey Level
$45.90
7L
1 H
View
King
Residential Insulation
Applicators
Journey Level
$29.87
1
View
King
Residential Laborers
Journey Level
$26.18
1
View
King
Residential Marble Setters
Journey Level
$27.381
1
View
King
Residential Painters
Journey Level
$27.80
1
View
King
Residential Plumbers Et
Pipefitters
Journey Level
$39.43
1
View
King
Residential Refrigeration Et
Journey Level
$54.12
5A
1G
View
Air Conditioning Mechanics
King
Residential Sheet Metal
Workers
Journey Level (Field or Shop)
$51.89
7F
1 R
View
King
Residential Soft Floor Layers
Journey Level
$51.07
5A
3.1
View
King
Residential Sprinkler Fitters
Journey Level
$50.89
5C
211
View
(Fire Protection
King
Residential Stone Masons
Journey Level
$58.82
5A
1M
View
King
Residential Terrazzo Workers
Journey Level
$54.06
5A
1M
View
King
Residential Terrazzo/Tile
Journey Level
$24.39
1
View
Finishers
King
Residential Tile Setters
Journey Level
$21.04
1
View
King
Roofers
Journey Level
$55.02
5A
3H
View
King
Roofers
Using Irritable Bituminous
Materials
$58.02
5A
3H
View
King
Sheet Metal Workers
Journey Level (Field or Shop)
$85.88
7F
1 E
View
King
Shipbuilding Et Ship Repair
New Construction
Boilermaker
$36.36
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction Carpenter
$36.36
7V
1
View
King
Shipbuilding Et ShipRepair epair
New Construction Crane
Operator
$36.36
7V
1
View
King
Shipbuilding Et Ship Repair
INew Construction Electrician
$36.36j
7V
1
View
King
Shipbuilding & Ship Repair
New Construction Heat Et
Frost Insulator
$76.61
5J
4H
View
King
Shipbuilding Et Ship Repair
New Construction Laborer
$36.36
7V
1
View
King
Shipbuilding Et Snip Repair
New Construction Machinist
$36.36
7V
1
View
King
Shipbuilding 8: Ship Repair
New Construction Operating
Engineer
$36.36
7V
1
View
King
Shipbuilding & Ship-Repair
New Construction Painter
$36.36
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction Pipefitter
$36.36
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction Rigger
$36.36
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction Sheet
Metal
$36.36
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction Shipfitter
$36.36
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction
Warehouse/Teamster
$36.36
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction Welder /
Burner
$36.36
7V
1
View
King
Shipbuilding Et Ship Repair
Ship Repair Boilermaker
$46.15
7X
4.1
View
King
Shipbuilding Et Ship Repair
Ship Repair Carpenter
$44.95
7X
4J
View
King
Shipbuitding Et Ship Repair
Ship Repair Crane Operator
$45.06
7Y
4K
View
King
Shipbuilding E Ship Repair
Ship Repair Electrician
$46.22
7X
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Heat Et Frost
Insulator
$76.61
5J
4H
View
King
Shipbuilding Et Ship Repair
Ship Repair Laborer
$46.15
7X
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Machinist
$46.15
7X
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Operating
Engineer
$45.06
7Y
4K
View
King
Shipbuitding Et Ship Repair
Ship Repair Painter
$46.15
7X
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Pipefitter
$46.15
7X
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Rigger$46.15
7X
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Sheet Metal
$46.15
7X
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Shipwright
$44.95
7X
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Warehouse /
Teamster
$45.06
7Y
4K
View
King
Sign Makers Et Installers
(Electrical)
Journey Level
$49.44
0
1
View
King
Sign Makers l* Installers
(Non-Electrical)
_
Journey Level
$31.96
0
1
View
King
Soft Floor Layers
Journey Level
$51.07
5A
3J
View
King
Solar Controls For Windows
Journey Level
$13.50
1
View
King
Sprinkler Fitters (Fire
Protection)
Journey Level
$82.39
5C
1X
View
King
Stage Rigging Mechanics (Non
Journey Level
$13.50
1
View
Structural)
King
Stone Masons
Journey Level
$58.82
5A
1M
View
King
Street And Parking Lot
Sweeper Workers
Journey Level
$19.09
1
View
King
Surveyors
Assistant Construction Site
Surveyor
$68.02
7A
3K
8X
View
King
Surveyors
lChainman
$65.05
7A
3K
8X
View
King
Surveyors
Construction Site Surveyor
$69.16
7A
3K
8X
View
King
Telecommunication
Technicians
Journey Level
$53.57
7E
1E
View
King
Telephone Line Construction
Cable Splicer
$41.81
5A
2B
View
- Outside
King
Telephone Line Construction
Hole Digger/Ground Person
$23.53
5A
2B
View
Outside
King
Telephone Line Construction
Installer (Repairer)
$40.09
5A
2B
View
- Outside
King
Telephone Line Construction
Special Aparatus Installer 1
$41.81
5A
2B
View
- Outside
King
Telephone Line Construction
Special Apparatus Installer II
$40.99
5A
2B
View
- Outside
King
Telephone Line Construction
Telephone Equipment $41.81
Operator (Heavy)
5A
2B
View
- Outside
King
Telephone Line Construction
Telephone Equipment
Operator (Light)
$38.92
5A
2B
View
- Outside
King
Telephone Line Construction
Telephone Lineperson
$38.92
5A
2B
View
Outside
King
Telephone Line Construction
Television Groundperson
$22.32
5A
2B
View
- Outside
King
Telephone Line Construction
Television
Lineperson/Installer
$29.60
5A
2B
View
- Outside
King
Telephone Line Construction
Television System Technician
$35.20
5A
2B
View
- Outside
King
Telephone Line Construction
Television Technician
$31.67
5A
2B
View
Outside
King
Telephone Line Construction
Tree Trimmer $38.92
5A
2B
View
- Outside
King
Terrazzo Workers
Journey Level
$54.06
5A
1M
View
King
Tile Setters
Journey Level
$54.06
5A
1M
View
King
Tile, Marble Et Terrazzo
Finishers
Finisher
$44.89
5A
1B
View
King
Traffic Control Stripers
Journey Level
$47.68
7A
1K
View
King
Truck Drivers
Asphalt Mix Over 16 Yards
$61.59
5D
4Y
8L
View
King
Truck Drivers
Asphalt Mix To 16 Yards
$60.75
5D
4Y
8L
View
King
Truck Drivers
Dump Truck
$60.75
5D
4Y
8L
View
King
Truck Drivers
Dump Truck Et Trailer
$61.59
5D
4Y
8L
View
King
Truck Drivers
Other Trucks
$61.591
5D
4Y
8L
View
King
Truck Drivers - Ready Mix
Transit Mix
$61.59
5D
4Y
8L
View
King
Well Drillers Et Irrigation
Pump Installers
Irrigation Pump Installer
$17.71
1
View
King
Well Drillers Et Irrigation
Oiler
$13.50
1
View
Pump Installers
King
Well Drillers Et Irri ation
Well Driller
$18.00
1
View
Pump Installers
7/14/2020
BUSINESS INFORMATION
Business Name:
APPLY A -LINE, LLC
UBI Number:
600 553 941
Business Type:
WA LIMITED LIABILITY COMPANY
Business Status:
ACTIVE
Corporations and Charities System
Principal Office Street Address:
175 ROY RD SW BLDG C, PACIFIC, WA, 98047, UNITED STATES
Principal Office Mailing Address:
175 ROY RD SW BLDG C, PACIFIC, WA, 98047, UNITED STATES
Expiration Date:
10/31/2020
Jurisdiction:
UNITED STATES, WASHINGTON
Formation/ Registration Date:
10/30/1984
Period of Duration:
PERPETUAL
Inactive Date:
Nature of Business:
CONSTRUCTION
REGISTERED AGENT INFORMATION
Registered Agent Name:
NATIONAL REGISTERED AGENTS INC
Street Address:
711 CAPITOL WAY S STE 204, OLYMPIA, WA, 98501-1267, UNITED STATES
Mailing Address:
711 CAPITOL WAY S STE 204, OLYMPIA, WA, 98501-1267, UNITED STATES
GOVERNORS
Title
GOVERNOR
Governors Type
INDIVIDUAL
Entity Name First Name
MICHAEL
Last Name
LILJESTROM
https://ccfs.sos.wa.gov/#/BusinessSearch/BusinessInformation 1/1
Travelers Casualty and Surety Company of America
A► Travelers Casualty and Surety Company
TRAVELERS J St. Paul Fire and Marine Insurance Company
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St.Paul Fire and Marine
Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do
hereby make, constitute and appoint Julie M. Glover, S.M. Scott, Michael A. Murphy, Jim W. Doyle, Andy D. Prill, Jim S. Kuich, Chad M. Epple, Steve Wagner, Theresa
A. Lamb, Carl M. Lovested HI, Patti White, Teresa Glombecki, and Maxwell Martin, of Bothell, Washington, their true and lawful Attorney -in -Fact to sign, execute, seal
and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their
business of guaranteeing the fidelity ofpersons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in
any actions or proceedings allowed by law.
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and theircorporate seals to be hereto affixed, this 3rd day of February, 2017
94
w �
Of
State of Connecticut /
By:
City of Hartford ss. Robert L. Raney, Se or Vice President
On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of
Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and
that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations
by himself as a duly authorized officer.
In Witness Whereof, I hereunto set my hand and official seal.
My
My Commission expires the 30th day of June, 2021 rAR
c nUB��s* Marie C. Tetreault, Notary Public
EC'S'�'
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and
Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in
full force and effect, reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any
Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and
Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with
the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a
bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke
the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice
President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation
is in writing and a copy thereof is filed in the office of the Secretary; and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional
undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior
Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant
Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by
one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more
Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice
President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power
of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only
of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing
such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile
signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached.
I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety
Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of
Attorney executed by said Companles, which remains in'full
,force and effect.
Dated this day of / C
itap7Fpgp,
A COICt. (.8 "'C�1fN. o VA
Kevin E. Hughes, Assistant Secretary
To verify the authenticity of this Power ofAttorney, please ca// us at 1-800-421-3880.
Please refer to the above-named Attomey-in-Fact and the details of the bond to which the poweris attached,
STATE OF WASHINGTON)
) SS:
COUNTY OF PIERCE )
On this 30th day of July , 2020, before me, the undersigned,
a Notary Public in and for said State, personally appeared Michael Liliestrom
known to me to be the CEO of Apply -A -Line, LLC
whose name is subscribed to the within instrument and acknowledged to me that he/she/they
executed the same.
Notar
State of V
Commissi
My Comm. Expi;
4N A BLIC
Sandr L. Sablan
My commission expires 03/29/23