Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutAG 21-004 - Transportation SystemsRETURN TO: PW ADMIN EXT: 2700 ID #: 3888
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS/ Capital Projects
2. ORIGINATING STAFF PERSON' John Mulkey EXT: 261-3668 3. DATE REQ. By: 3/19/2021
3. TYPE OF DOCUMENT (CHECK ONE):
p CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
0 CONTRACT AMENDMENT (AG#): 21-004 ❑ INTERLOCAL
❑ OTHER Chanae Order 1
a. PROJECTNAmE: Horizontal Curve Warning Signs
5. NAME OF CONTRACTOR: Trans Drtation Systems, Inc.
ADDRESS: 6917 166th Ave E. sumner. WA 98390 TELEPHONE: 253-750-0284
E-MAIL: Bryson -transpartationsystemsinc.com FAX:
SIGNATURENAME: B son Hule TITLE: President
6. EXHIBITS AND ATTACHMENTS: 0 SCOPE, WORK OR SERVICES 0 COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE 0 ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE # 103373-00 BL, EXP. 12/31/ 5/31/21 UBI # 602726209 , EXP. 8 /23//21
7. TERM: COMMENCEMENT DATE: 1 /8/2021 COMPLETION DATE: Upon Completion 30 WD
8. TOTAL COMPENSATION: $.1 076.85 this CO/$80 036.85 Total (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: 13 YES 0 NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑ YES 0 NO IF YES, $ PAID BY: 0 CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: Fed Aid -None ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
in PURCHASING: PLEASE CHARGE TO: G36216-26500
9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED
8 PROJECT MANAGER JRM - 3-9-2021
d DIVISION MANAGER SLH 3/9/2021
6 DEPUTY DIRECTOR DSW 3/10/21
8 DIRECTOR -
❑ RISK MANAGEMENT (IF APPLICABLE)
6 LAW DEPT ER 3/11/21
10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: n/a COMMITTEE APPROVAL DATE:. n/a
SCHEDULED COUNCIL DATE: n/a COUNCIL APPROVAL DATE: n/a
11. CONTRACT SIGNATURE ROUTING -Z) 12 (D I �1
❑ SENT TO VENDOR/CONTRACTOR DATE SENT: 3/16/2021 DATE REC, D:
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
INITIAL / DATE SIGNED
❑ FINANCE DEPARTMENT
❑ LAW DEPT
6 SIGNATORY (MAYOR OR DIRECTOR)
6 CITY CLERK
❑ ASSIGNED AG #
❑ SIGNED COPY RETURNED
COMMENTS:
EXECUTE " 1 " ORIGINALS
1/2020
218
PROJECT NUMBER
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
AG# 21-004
AGREEMENT NUMBER
CHANGE ORDER NUMBER
EFFECTIVE DATE
Horizontal Curve Warning Signs _ Transportation Systems, Inc.
PROJECT TITLE CONTRACTOR
SUMMARY OF PROPOSED CHANGES:
This Change Order covers the work changes summarized below:
Due to error on RAM #1 not requiring WSDOT Decals, cost to return delivered signs, unpack,
repack after decals have been applied, and return to contractor.
Add new Bid Item 6, Return Signs for WSDOT Decals, Unit is 1, per Lump Sum. Lump sum
cost is $1,076.85 per the attached Change Request.
The time provided for completion in the Contract is
® Unchanged
❑ Increased by_ Working Day(s)
❑ Decreased by_ Working Day(s)
This Document shall become an Amendment to the Contract and all provisions of the Contract not amended
herein will apply to this Change Order.
Will this change affect expiration or extent of Insurance coverage? ❑ Yes ® 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
6 Return signs for WSDOT Decals 1 N/A $1,076.85 $1,076.85
THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE:
ITEM NO. ITEM QTY UNIT PRICE ADD OR DELETE
TOTAL NET CONTRACT: IINCREASE $1,076.85 DECREASE $
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT
PREVIOUS CHANGE ORDERS
THIS CHANGE ORDER
NEW CONTRACT AMOUNT
$ 78,960.00
$ 0.00
$ 1,076.85
$ 80,036.85
CHANGE ORDER AGREEMENT 1 Rev. 8/19
STATEMENT:
Payment for the above work will be in accordance with applicable portions of the standard specifications, and
with the understanding that all materials, workmanship and measurements shall be in accordance with the
provisions of the standard specifications, the contract plans, and the special provisions governing the types of
construction. The execution of this Change Order shall constitute full satisfaction and a waiver of any and all
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
� 31?'61zo2
PURL leWORKS DIRECTOR DATE
CHANGE ORDER AGREEMENT 2 Rev. 8/19
STATEMENT:
Payment for the above work will be in accordance with applicable portions of the standard specifications, and
with the understanding that all materials, workmanship and measurements shall be in accordance with the
provisions of the standard specifications, the contract plans, and the special provisions governing the types of
construction. The execution of this Change Order shall constitute full satisfaction and a waiver of any and all
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.
311-11 1.0 ,1A
C RACTOR'S SIGNATURE DATE ORIGINAL
PUBLIC WORKS DIRECTOR
DATE
CHANGE ORDER AGREEMENT 2 Rev. 8/19
VV)N�
CHANGE REQUEST Cty Ji,>>r._
Project Name: Horizontal Curve Warning Signs General: Transportation Systems, Inc. Change M 01
Contract Number: Project #218 PM: Debbie Pierson TSI Project #: W20-072
Description of Change: Return of signage to Zumar for WSDOT Stamp DATE: 3/4/2021
Note: This proposal is based solely upon the usual cost elements such as labor, materials, normal markups. It does not include costs associated with changes in work sequence, delays, disruptions, rescheduling, extended overhead, acceleration,
and/or iinpert costs TSI exprc�sly reserves the right to make claims far• rwy and all of these related Items of cost prior to any final settlement of this contract.
LABOR MATERIAL EQUIPMENT SUBCONTRACTOR
CITY DESCRIPTION
UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL
1 Zumar Estimate #36510 (See Attached) 600.00 600.00
1 Load and Deliver Signs to Zumar, Return to Shop 1.500 1.50
1 Pick up Signs at Zumar, Return to Shop and Unload 1.500 1.50
3 Service Truck 45.74 137.22
3.00
137.22 . 600.00
HOURS MULTIPLIED BY BURDENED RATE
$ 61.71
185.13
MARKUP APPLIED TO LABOR
29.00%
53.69
`This proposal is based solely on the usual cost elements such as labor, material
and normal markups and does not include any amount for changes in the sequence
TOTAL MATERIAL
-
of work, delays, disruptions, rescheduling, extended overhead, acceleration and/or
MARK UP APPLIED TO MATERIAL
21.00%
-
impact costs, and the right is expressly reserved to make claim for any and all of these
related items of cost priorto any final settlement ofthis contract.
TOTAL EQUIPMENT
137.22
MARK UP APPLIED TO EQUIPMENT
21.00%
28.82
TOTALSUBCONTRACTOR
600.00
MARK UP APPLIED TO SUBCONTRACTOR
12.00%
72.00
SUBTOTAL
1.076.85
WSST - NO TAX
10.00%
TOTAL OF CHANGE REQUEST
$
1,076.85
Change Request 01
I a
Cefe6iating 70'Years
ISSUE PO TO
ZUMAR
12015 Steele Street South
Tacoma, WA 98448
BILL TO
TRANSPORTATION SYSTEMS INC
ATTN: ACCOUNTS PAYABLE
6917 166TH AVENUE EAST
SUMNER, WA 98390 US
ESTIMATE
ESTIMATE NUMBER: 36510
DATE ESTIMATED: 3/3/2021
SHIP TO
WILL CALL
12015 STEELE ST S
TACOMA, WA 98444 US
CUST. NO.
ACCOUNT MANAGER
TERMS
FOB
ESTIMATED SHIP DATE
001921
Joe Snope
Net 30
FOB Origin
PART NUMBER
QUANTITY
UNIT
ITEM
ESTIMATED
PRICE
UOM
TOTAL PRICE
DESCRIPTION
001
800-001
1
600.00
EA
600.00 USD
UNPACKAGE, INSPECT, AND RE -PACKAGE
243EA SIGNS
TA # 6681
002
100-000
243
0.00
EA
0.00 USD
INSPECT SIGNS
TOTAL FOR ESTIMATE: 600.00 USD
This is a quotation on the goods named above and is subject to the conditions noted below:
Quote is valid today through date of expiration shown above. Prices are for goods shown on the plan and/or takeoff sheet
provided at the time of quote request. Pricing is for furnish only and does not include installation or hardware unless
otherwise pecified. Production days begin upon receipt of approved layouts (if applicable). Customer is responsible for all
applicable sales taxes and duty which are calculated at the time of invoicing. Quotation valid for 30 days unless otherwise
specified.
BUSINESS INFORMATION
Business Name:
TRANSPORTATION SYSTEMS, INC
UBI Number:
602 726 209
Business Type:
WA PROFIT CORPORATION
Business Status:
ACTIVE
Principal Office Street Address:
6917 166TH AVE E, SUMNER, WA, 98390-2908, UNITED STATES
Principal Office Mailing Address:
6917 166TH AVE E, SUMNER, WA, 98390-2908, UNITED STATES
Expiration Date:
05/31/2021
Jurisdiction:
UNITED STATES, WASHINGTON
Formation/ Registration Date:
05/15/2007
Period of Duration:
PERPETUAL
Inactive Date:
Nature of Business:
CONSTRUCTION
REGISTERED AGENT INFORMATION
Registered Agent Name:
BRYSON HUIE
Street Address:
6917 166TH AVE E, SUMNER, WA, 98390-2908, UNITED STATES
Mailing Address:
5349 W TAPPS DR E, LAKE TAPPS, WA, 98391-8942, UNITED STATES
GOVERNORS
Title Governors Type Entity Name First Name Last Name
GOVERNOR INDIVIDUAL BRYSON HUIE
Sara Gilchrist
From: bryson@transportationsystemsinc.com
Sent: Wednesday, April 7, 2021 11:23 AM
To: Sara Gilchrist
Cc: John Mulkey
Subject: RE: Signature Authority
EXTERNAL EMAIL WARNING]
This email originated from outside of the City of Federal Way and may not be trustworthy. Please use caution
when clicking links, opening attachments, or replying to requests for information. If you have any doubts about
the validity of this email please contact IT Help Desk at x2555.
Sara,
Debra is authorized to sign for this project on behalf of Transportation Systems, Inc.
We have complete confidence in Debra Pierson.
Does this work for you?
Bryson Huie, P.E.
I
6917 166t" Ave E
Sumner, WA 98390
206-510-6533
253-863-9636 Fax
From: Sara Gilchrist <Sara.Gilchrist@cityoffederalway.com>
Sent: Wednesday, April 7, 2021 11:14 AM
To: 'bryson@transportationsystemsinc.com'<bryson@transportationsystemsinc.com>
Cc: John Mulkey <John.Mulkey@cityoffederalway.com>
Subject: Signature Authority
Good afternoon Bryson,
When you get a moment, can you send me signature authority documentation for Debra?
Thanks,
1
Sara., G Uc4--ri s-f
Administrative Assistant II
Federal Way
i PLL ri.a M. ;}f��'lM yPr
Public Works Department
33325 8th Ave S, Federal Way, WA 98003
Desk: (253) 835-2706 * Fax: (253) 835-2709
Sara.allchrist@cityoffederalway.com
cit offederalwa .com
RETURN TO: PW ADMIN EXT: 2700 ID #: 3757 / 3826
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
ORIGINATING DEPT/DIV: PUBLIC WORKS / Capital Projects
ORIGINATING STAFF PERSON: John MUIkey EXT: 261-3668 3. DATE REQ. BY: 11 /18/2020
TYPE OF DOCUMENT (CHECK ONE):
p CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
® PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
❑ CONTRACT AMENDMENT (AG#): ❑ INTERLOCAL
❑ OTHER
G. PROJECTN.kNrr.' Horizontal Curve Warninq Signs
i. NAME OF CONTRACTOR: Transportation Systems, Inc.
ADDRESS: 6917 166th Ave E sumner, WA 98390 TFI.F.PHONF: 253-750-0284
E-MAIL: brvsan(a transoortation5vstemsinc.Com ______ FAX:
SIGNATURE NAML. BrvSon Huie TITLE: President
i. EXHIBITS AND ATTACHMENTS: ® SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHEF
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE # 103373-00 BL, EXP. 12/31/ 5/31/21 UBI # 602726209 , EXP. 08/23/23
. TERM: COMMENCEMENT DATE: Upon Execution
COMPLETIONDATE: U one Completion 30 W❑
i. TOTAL COMPENSATION: $ 78,960.00 (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: 0 YES 0 NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: C] YES NP �F YES, $ PAID BY: ® CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: Fe one p RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
L9 PURCHASING: PLEASE CHARGE TO: c36216-26500
�. DOCUMENT / CONTRACT REVIEW
8 PROJECT MANAGER
A DIVISION MANAGER
6 DEPUTY DIRECTOR
6 DIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE)
8 LAW DEPT
0. COUNCIL APPROVAL (IF APPLICABLE)
1. CONTRACT SIGNATURE ROUTING
INITIAL / DATE REVIEWED INITIAL / DATE APPROVED
JRM - 6/4/2020 J RM - 11 /04/2020
SLH 6/5/2020
DSW 6/6/2020
ER 7/7/2020
SCHEDULED COMMITTEE DATE: 11/02/2020
SCHEDULED COUNCIL DATE: 11/17/2020
SLH 11/5/2020
ER 1/10/2020
COMMITTEE APPROVAL DATE: 11/02/2020
COUNCIL APPROVAL DATE:
❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC' D:
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
INITIAL / DATE SIGNED
❑ FINANCE DEPARTMENT
❑ LAW DEPT
NATORY (MAYOR OR DIRECTOR)
❑ CITY CLERK
❑ ASSIGNED AG #
❑ SIGNED COPY RETURNED
:OMMENTS:
:XECUTE " 1 "ORIGINALS
•a�. LWY571
THIS IS THE'CONFORMED" SET, NO CHANGES CAN BE MADE TO THE BODY OF THE BID DOCUMENTS EXCEPT FOR CONTRACTOR NAME AND VALUE
I/2020
CONFORMED
4k
CITY Federalo.
Way
BID AND CONTRACT DOCUMENTS
AND SPECIFICATIONS
FOR
HORIZONTAL CURVE WARNING SIGNS
PROJECT # 218
RFE # 20-006
FEDERAL AID # HSIP-OOOS(524)
City of Federal Way
PUBLIC WORKS DEPARTMENT
33325 8th Avenue South
Federal Way, WA 98003
CONFORMED
BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS
FOR
HORIZONTAL CURVE WARNING SIGNS
PROJECT # 218
RFB # 20-006
FEDERAL AID # HSIP-OOOS-(524)
Bids Accepted Until 2:00 p.m., October 15, 2020 at
City of Federal Way
33325 8th Avenue South
Federal Way, WA 98003
Prepared By:
DKS Associates
719 Second Avenue
Seattle, WA 98104
The contract plans and specifications for this Project have been reviewed and approved by:
�� 'S k'�"
Public Works Director/Deputy Public Works Director
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGNS
RFB4 PROJECT #2181 RFB #20-006
CFW RFB VERSION 2020-IUN
TABLE OF CONTENTS
PAGE
ADVERTISEMENTFOR BIDS...............................................................................................................................3
INSTRUCTIONS TO BIDDERS & CHECKLISTS..................................................................................................5
BIDPROPOSAL.....................................................................................................................................................7
BIDBOND.............................................................................................................................................................11
CONTRACTOR WAGE LAW COMPLIANCE CERTIFICATION.........................................................................12
PROPOSAL FOR INCORPORATING RECYCLED MATERIALS.......................................................................13
UDBEUTILIZATION CERTIFICATION................................................................................................................14
UDBE WRITTEN CONFIRMATION DOCUMENT................................................................................................15
UDBEBID ITEM BREAKDOWN..........................................................................................................................16
UDBEBID ITEM TRUCKING CREDIT.................................................................................................................17
PUBLICWORKS CONTRACT.............................................................................................................................18
SAMPLECONTRACT CHANGE ORDER...........................................................................................................25
CERTIFICATEOF INSURANCE..........................................................................................................................27
PERFORMANCEAND PAYMENT BOND...........................................................................................................28
SPECIALPROVISIONS................................................................................................
STANDARDPLANS AND DETAILS..............................................................................
FHWA1273...............................................................................................................................................................
PREVAILING WAGES AND BENEFIT CODE KEY.................................................................................................
PROJECTPLANS............................................................................................................. BOUND SEPARATELY
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGNS
RFB-ii PROJECT #218 / RFB #20-006
CFW RFB VERSION 2020-JUN
ADVERTISEMENT FOR BIDS
HORIZONTAL CURVE WARNING SIGNS
SUBMITTAL OF SEALED BIDS: Notice is hereby given that the City of Federal Way will receive sealed bids
through October 15, 2020, at 2:00 p.m. at the City Hall Finance Department at 33325 8th Avenue South,
Federal Way, Washington 98003.
Contractors may choose to submit the bids in person at City Hall during normal business hours, however City
Hall is likely to be closed to the public, therefore City staff will be available for one hour before the formal bid
opening at 2:00 p.m. at the main door of City Hall to provide access to the Finance Department.
Proposals received after said date and time will not be considered. All timely bids will be opened and read
publicly aloud via a remote meeting at at 2:05 p.m. on October 15, 2020.
The remote meeting can be accessed via Zoom using Webinar ID: 928 1829 9935 and Passcode: 906878; This
link https //cityoffederalway zoom uslj192818299935?pwd=aXZiODZrUEk3czNHSndyMzJsbEZydzO9 using the
Passcode: 906878; Or iPhone one -tap: US: +12532158782„92818299935# or +12133388477„92818299935#;
Or Telephone: US: +1 253 215 8782 or +1 213 338 8477 or 888 788 0099 (Toll Free) or 877 853 5247 (Toll
Free) using Webinar ID: 928 1829 9935 and Passcode: 906878.
This project shall consist of: (installation of new and replacement of existing curve warning signs at horizontal
curves for arterials and major collectors.
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 30 working days.
BID DOCUMENTS: Plans, Specifications, Addenda, and plan holders list are available on-line through Builders
Exchange of Washington at www.bxwa.com. Click on: "Posted Projects," "Public Works," and "City of Federal
Way." It is recommended that Bidders "Register" in order to receive automatic e-mail notification of future
addenda and to place themselves on the "Bidders List." Bidders that do not register will ,need to periodically
check on-line for addenda issued on this project. Contact Builders Exchange of Washington at (425) 258-1303
if you require assistance with access or registration. An informational copy of plans, specifications, and
addenda are available for viewing only at the City of Federal Way Finance Department.
QUESTIONS: Any questions must be directed to John Mulkey. P.E., Senior Capital Engineer, by email at
john.mulkey@cityoffederalway.com, or by letter addressed to same. Questions must be received by the City no
later than 5:00 p.m. three business days preceding the bid opening to allow a written reply to reach all
prospective Bidders before the submission of bids.
OTHER PROVISIONS: All bids and this Project shall be governed by the Contract, as defined by the
Washington State Department of Transportation Standard Specifications for Road, Bridge, and Municipal
Construction 2020 (Standard Specifications), which is incorporated by this reference as though set forth in full.
All bid proposals shall be in accordance with the Contract and all bid proposals shall be accompanied by a bid
deposit or bond in the amount required in the Contract. Forfeiture of the proposal bond or deposit to the City
shall be in accordance 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
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGNS
RFB-3 PROJECT #218 I RFB #20-006
CFW RFB VERSION 2020-JUN
consistent with the City's policy to ensure that such firms are afforded the maximum practicable opportunity to
compete for and obtain public contracts.
The City of Federal Way reserves the right to reject any and all bids, waive any informalities or minor
irregularities in the bidding, and determine which bid or bidder meets the criteria set forth in the bid documents.
DATES OF PUBLICATION:
Daily Journal of Commerce Publish September 18, 2020 and September 25, 2020
Federal Way Mirror Publish September 18, 2020 and September 25, 2020
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGNS
RFB-4 PROJECT #218 / RFB #20-006
CFW RFB VERSION 2020-JUN
INSTRUCTIONS TO BIDDERS & CHECKLISTS
(1) ADVERTISEMENT FOR BIDS AND CONTRACT DOCUMENTS
The Advertisement for Bids and Contract Documents contain bidder instructions that must be complied
with.
(2) EXAMINATION OF BID AND CONTRACT DOCUMENTS — BIDDER RESPONSIBILITIES
The submission of a bid shall constitute an acknowledgment upon which the City may rely that the
bidder has thoroughly examined and is familiar with the bid and Contract Documents, the Project site,
the availability of materials and labor, publically available information, and has reviewed and inspected
all applicable federal, state, and local statutes, regulations, ordinances and resolutions dealing with or
related to the equipment and/or services to be provided herein. The failure or neglect of a bidder to
examine such documents, statutes, regulations, ordinances or resolutions shall in no way relieve the
bidder from any obligations with respect to the bidder's bid or the contract documents. No claim for
additional compensation will be allowed which is based upon a lack of knowledge of any contract
documents, statutes, regulations, ordinances or resolutions. Bidders shall visit delivery and service
locations(s) as required. Bidders shall become familiar with and verify any environmental factors, which
may impact current or future prices for this requirement.
(3) INTERPRETATION OF BID AND CONTRACT DOCUMENTS
No oral clarifications, interpretations, or representation will be made to any bidder as to the meaning of
the bid or Contract Documents. Bidders shall not rely upon any oral statement or conversation they may
have with City's employees, agents, representatives, consultants, or design professionals regarding the
Contract Documents, whether at the pre -bid meeting or otherwise and no oral communications will be
binding upon the City. Any questions must be directed to John Mulkey, P.E., Senior Capital Engineer,
by email at john.mulkey@cityoffederalway.com, or by letter addressed to same. The questions must be
received by the City no later than 5:00 p.m. three business days preceding the bid opening to allow a
written reply to reach all prospective Bidders before the submission of their bids. Any interpretation
deemed necessary by the City will be in the form of an Addendum to the bid documents and when
issued will be sent as promptly as is practical to all parties to whom the bid documents have been
issued. All such Addenda shall become part of the bid.
(4) BID PRICE
The bid price shall include everything necessary for the completion of the Contract and the Work
including, but not limited to, furnishing all materials, equipment, tools, freight charges, facilities and all
management, superintendence, labor and service, except as may be provided otherwise in the Contract
Documents. All Washington State sales tax and all other government taxes, assessments and charges
shall be included in the various Bid item prices as required by law. The offer shall remain in effect ninety
(90) days after the bid opening.
(5) POSTPONEMENT OF BID OPENING
The City reserves the right to postpone the date and time for the opening of bids by Addendum at any
time prior to the bid opening date and time announced in these documents.
(6) REJECTION OF BIDS
The City reserves the right to reject any bid for any reason including, but not limited to, the reasons
listed in Special Provisions Section 1-02.13. The City further reserves the right to reject any portion of
any bid and/or to reject all bids. In consideration for the City's review and evaluation of its bid, the bidder
waives and releases any claims against the City arising from any rejection of any or all bids. If, in the
opinion of the City, there is reason to believe that collusion exists among bidders, none of the bids of the
participants in such collusion will be considered.
(7) RECYCLED PRODUCTS
The Contractor shall use recycled paper for proposals and for any printed or photocopied material
created pursuant to a contract with the City whenever practicable and use both sides of paper sheets for
reports submitted to the City whenever practicable.
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGNS
RFB-5 PROJECT #218 / RFB #20-006
CFW RFB VERSION 2020-JUN
(8) BIDDER'S CHECKLIST
The bidder's attention is especially called to the following forms, which must be executed in full as
required. Failure to comply may result in rejection of any bid not so complying.
❑ Bid Proposal: The Bid Proposal shall be completed and fully executed, including filling in the
total bid amount.
❑ Bid Bond: This form is to be executed by the bidder (and the surety company as appropriate,
depending upon the option selected by the bidder).
❑ Contractor Certification — Wage Law Compliance: This form shall be filled in and fully
executed by the bidder.
❑ Proposal for Incorporating Recycled Materials: This form shall be filled in and executed by
the bidder.
❑ UDBE Utilization Certification: This form shall be filled in by the bidder.
❑ UDBE Written Confirmation: Part A of this form shall be filled in by the bidder and Part B shall
be signed by UDBE firm.
(9) CONTRACT CHECKLIST
The following documents are to be executed and delivered to the City after the Bid is awarded
❑ Public Works Contract: The successful bidder will fully execute and deliver to the City the
Public Works Contract ("Contract") from these Bid Documents.
❑ Certificate of Insurance: The successful bidder will provide a Certificate of Insurance
evidencing the insurance requirement set forth in the Contract.
❑ Performance/Payment Bond: The successful bidder will provide a fully executed
Performance/Payment Bond as appropriate.
❑ Business License: The successful bidder will provide a copy of a current Business License
with the City of Federal Way.
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGNS
RFB-6 PROJECT #218 / RFB #20-006
CFW RFB VERSION 2020-JUN
BID PROPOSAL
HORIZONTAL CURVE WARNING SIGNS
PROPOSAL SUBMITTED TO:
City of Federal Way
33325 8th Ave South
Federal Way, Washington 98003-6325
PROPOSAL SUBMITTED BY:
Bidder: Transportation Systems, Inc.
Full Legal Name of Firm
Contact: Bryson Huie
Individual with Legal Authority to sign Bid and Contract
Address 6917 166th Ave E
Street Address
Sumner, WA 98390
City, State Zip
Phone: 253-750-0284
E-Mail bryson@transportationsystemsinc.com
Select One of the Following: OC Corporation
❑ Partnership.
❑ Individual
❑ Other
State Contractor's License No. TRANSSI927NO
State Contractor's License Expiration Date: 5 1 23 l 2023
Month Day Year
State UBI No.: 602 726 209
State Worker's Comp. Account No. 137 341-00
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGNS
RFB-7 PROJECT #2181 RFB #20-006
CFWRFS VERSION 2020-JUN
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www_bxwa.com - Always Verify Scal
NOTE., All entries shall be written in ink or typed. Unit prices for all items, all extensions, and total amount of bid shall be
shown. Enter unit prices in numerical figures only, in dollars and cents to two (2) decimal places (including for whole dollar
amounts). All figures must be clearly legible. Bids with illegible figures in the unit price column will be regarded as
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 theretr. The Bldder small complete this entire Bid Form or this bid may be
con.sidered non -responsive The City may ratreartobvious n7afhernatrcal errors- The City of Federal Way reserves #7e right
ro reject any and all bids, waive any informalitres or minor irregularities in the bidding, and determine which bid or bidder
meets the criteria set forth in the bid documents.
SCHEDULE A: HORIZONTAL CURVE WARNING SIGNS
All unit prices shall include applicable sales tax (Roadway Improvements)
Item
No.
Spec.
Div
Plan
1
Unit Price
Amount
1
1-04
MINOR CHANGE
FA
$2,500.00
7$2.500.00
2
1-07
SPPC PLAN
LS
1
$ 500.00
$ 500.00
3
1-09
MOBILIZATION
LS
1
$ 6,000.00
$ 6,000.00
4
1-10
PROJECT TEMPORARY TRAFFIC
LS
1
$ 12,770.00
CONTROL
12,770.00
5
8-21
PERMANENT SIGNING
LS
1
I$ 57,190.00
$ 57,190.00
TOTAL— SCHEDULE AI
$ 78,960.00
BID SUMMARY
ITEM BID AMOUNT
SCHEDULE A: HORIZONTAL CURVE WARNING SIGNS I $ 78,960.00
TOTAL BID AMOUNT
(including Washington State sales tax, all other $ 78,960.00
overnment taxes, assessments and cha es)
The documents incorporated by reference, as if fully set forth, are the Advertisement for Bids, the Instructions to
Bidders and Checklists, the Contractor's Bid Proposal (including all forms and supplemental information listed
on the Bidders Checklist), the Contract Documents (including Project Plans, Specifications, and all Appendices,
Amendments, and Supplemental Reports & Information), the Contract Provisions (including all forms and
supplemental information listed on the Contract Checklist), the version of the Washington State Standard
Specifications for Road, Bridge, and Municipal Construction identified herein, and any other documents provided
to bidders and/or referenced in or referred to by the Contract Documents.
Pursuant to and in compliance with the Advertisement for Bids for the Project, and other documents relating
thereto, the undersigned has carefully examined all of the bid and contract documents, considered conditions
which may affect the delivery, supply and maintenance for the Project, and hereby proposes to furnish all labor,
materials and perform all work as required in strict accordance with the contract documents, for the referenced
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGNS
RFB-8 PROJECT #2181 RFB #20-006
CFW RFB VERSION 2020-JUN
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
bid amount, inclusive of Washington State sales tax and all other government taxes, assessments and charges
as required by law.
NON -COLLUSION AFFIDAVIT
By signing this proposal, the undo -z-g� Seri acknowledges that the person(s), firm, association, or corporation has
(have) not, either directly or i�dir ci'�, en'erzaci into, arry agfc!ement, participated in any collusion, or otherwise
taken any action in restraint of `ree c=i7f'3pe::•C.ve :ni,Jc'ing in Conn ?io-i with this protect.
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 me hotline to reoort 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 USDO f Inspector General. All information
will be treated confidentially and caller anonymity will be respected.
CONFLICTS OF INTEREST GRATUITIES, & NON-COMPETITIVE PRACTICES
By signing this proposal, the undersigned agrees as follows
(1) That it has no direct or indirect pecuniary or proprietary interest, that it shall not acquire any interest
which conflicts in any manner or degree with the work, services, equipment or materials required to be
performed and/or provided under this contract and that it shall not employ any person or agent having
any such interests. In the event that the Contractor or its agents, employees or representatives
hereafter acquires such a conflict of interest, it shall immediately disclose such interest to the City and
take action immediately to eliminate the conflict or to withdraw from this contract, as the City may
require; and
(2) Trat 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
Tne 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 rprtifips 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 ti Tat 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
Addendum No. 2
CITY OF FEDERAL WAY
Date Issued:
Date Issued:
10/08/2020
10/13/2020
HORIZONTAL CURVE WARNING SIGNS
RFB-9 PROJECT #218 / RFB #20-006
CFW RFB VERSION 2020-JUN
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www,bxwa.com - Always Verify Scal
Addendum No. Date Issued:
The undersigned individual represents and warrants that he or she is dully authorized to execute the bid and all
bid documents on behalf of any partnership, joint venture or cor,=atign
By:
Bryson Huie
Printed Name
President
Title
Subscribed and sworn to before me this day of 20
ture Of Notary
�ta E4�0'
Winted name of Notary
fily Notary Public ii i ��nci ;'oi the to Wasl�mgrcri
My commission, pyres: 14-2
%
...' .,No.
W S
ASH
'11i#11110%
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGNS
RFB-10 PROJECT #218 / RFB #20-006
CFWRFB VERSION 2020-JUN
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
BID BOND
HORIZONTAL CURVE WARNING SIGNS
OPTION 1., BID BOND DEPOSIT
Attached is a deposil in tiie ium-i of a certified check, cashier's check, or cash in the amount of
5 , which amount is not less than five percent (5%) of the total bid.
Principal — Signature of Authorized Official Date
Title _
—OR—
OPTION 2: BID BOND
KNOW ALL PERSONS BY THESE PRESENTS that we,
Transportation Systems. Inc. as Principal, and
Vves ecn-&mety Gooioay as Surety, are held and firmly bound unto the
City of Federal Way, as Ouigee in the sum of five (5) percent of the total amount of the bid proposal for the
payment of which the Principal and the Surety bond themselves, their heirs and executors, administrators,
successors and assigns, jointly and severally, by these presents.
The o^ oil Ihis obligation is : i.:f;r that if the Obligee shall make anv av,,.: I -inchinr:!
ra.1 for ii ihove
mentioi v.i Pr;;14.c;r -iccording to :rye- le ris of the proposal or bid mach th:: i ,,i "i the
Principal shah [.JI, i i�ik;a and enter iri'-a -nntract with the Obligee in accci!!:. ,, c)-, terms said
proposal or bid and award and shall gi, oond for the faithful performance thereof, ith Surety or Sureties
approved by the Oblir; r or if the Princil..:a shall in case of failure so to do. pay and fi tit to the Obfigee the
penal amount of the • i-:-i rsit specified in the call for bids, then this obligation shall be nu, i!, i void: otherwise, it
shall be, and remain in full force and effect, and the Surety shall forthwith pay and forfeit to the Obligee as
penalty and liquidated damages. the amount of this bond.
SIGNEAFALF'r? AND DATED THIS 15th DAY OF October ! 202D
i ranspci !:: t,on ; v ir,f. Inc. em i ;i G m r
i F vJ�1 r 1
Principal Srgrt N of Authorized Offrc+a-1 r rr, . Holli Albers, Attorney -in -Fact
(Attach Power of Attorney)
Name and Address of Local Office/Agent of Surety Company is:
Propel Insurance
A V 1 met
!a-coma..AA 88402
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGNS
RFB-11 PROJECT #2181 RFB #20-006
CFW RFB VERSION 2020-JUN
CONTRACTOR WAGE LAW COMPLIANCE CERTIFICATION
FAILURE TO RETURN THIS CERTIFICATION AS PART OF THE BID PROPOSAL PACKAGE WILL MAKE
THIS BID NONRESPONSIVE AND INELIGIBLE FOR AWARD.
I hereby certify, under penalty of perjury under the laws of the State of Washington, on behalf of the firm
identified below that, to the best of my knowledge and belief, this firm has NOT been determined by a final and
binding citation and notice of assessment issued by the Washington State Department of Labor and industries
or through a civil judgment entered by a court of limited or general jurisdiction to have willfully violated, as
defined in RCW 49.48.082, any provision of Chapters 49.46, 49.48, and 49.52 RCW within three (3) years prior
to the date of the Request for Bids.
Bidder Name: T ra=tsportaLioil Systems, Inc
Pnn,, Full Legal Name of Firm
.Y- 4 A -
signature f ulh iz erson
Title: President
Title of Person Signing Certificate
Date: 10/14/2020
Bryson Huie
Print Name of Person Making Certifications for Firm
Place. Sumner, WA
Print City and State Where Signed
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGNS
RFB-12 PROJECT #2181 RFB #20-006
CF W RFB VERSION 2020-JUN
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
PROPOSAL FOR INCORPORATING RECYCLED MATERIALS
;P,.-a_;r
..,,._ .. APWA-'WA Division 1 Committee rev. 1f$j2016
Proposal for Incorporating Recycled Materials Into the Project
In compliance with a new law that went into effect January 1, 2016 (SHB1695), the Bidder shall
propose below, the total percent of construction aggregate and concrete materials to be
incorporated into the Project that are recycled materials. Calculated percentages must be within
the amounts allowed in Section 9-03.21(1)E, Table on Maximum Allowable Percent (By Weight)
of recycled Material, of the Standard Specifications.
Proposed total percentage: _ percent.
Note: Use of recycled materials is highly encouraged within the limits shown above, but does
not constitute a Bidder Preference, and will not affect the determination of award, unless two or
more lowest responsive Bid totals are exactly equal, in which case proposed recycling
percentages will be used as a tie -breaker, per the APWA GSP in Section 1-03.1 of the Special
Provisions. Regardless, the Bidder's stated proposed percentages will become a goal the
Contractor should do its best to accomplish. Bidders will be required to report on recycled
materials actually incorporated into the Project; in accordance with the APWA GSP in Section
1-06.6 of the Special Provisions.
Tray ortatioi Systems, Inc
Bidder_
Signature of Authorized Official:
Date: 10/ 14!2020
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGNS
RFB-13 PROJECT #218 / RFB #20-006
CFWRFB VERSION 2020-JUN
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
UDBE UTILIZATION CERTIFICATION
Aft
M allihington State
�, Csepad meat of Trans
Disadvantaged Business
Enterprise Utilization Certification
To be eligible for Award of this Contract the Bidder shall fill out and submit, as a supplement to Its sealed Bid Proposal,
a Disadvantaged Business Enterprise (DBE) Utilization (•,2rtMcatio:,. Tire` nniricting Agent. shall consider as rron-
respnnsivL- and shall reject any Bid Proposal that does nct contain a DBE Cerdflc2fion which proVerly
demonstrates that the Bidder will meet the DBE participation requirerrrerls ir, one of the manners provided for in the
proposed Contract Refer to the Instructions on Page 2 when filling out this form or the Bid may be rejected. An
example form has been provided on Page 3. The successful Bidder's DBE Utilization Certification shall be deemed a
part of the resulting Contract.
Box 1 t r insportation Sy,5tcnis Inc certifies that the DBE firms listed below have been contacted
rerjarding pr,rti :ipAion on this FA'njer.t l: this Bitir.'Fr is sr.c..: •, I c.c rlu:i 4 rr i ir; ^ x 'r..., it shall
assure that SLlbcorlracts or sucp ly agreements are execu!ca Ps,;'1 r;'.:'.;: j 013 w• ., + r „:; ! j. .: ^ M-,,noror-7:l sheets.)
Box 2. Horizontal Curve Warning Signs #218/RFB#20-006
Column 1 Column 2
I
Name of USE Project Role
(See instructions) (see Instructions)
Column 3
Description of Work
(See Instructlons)
Column 4
Dollar Amount
Subcontracted
to DBE
(see Instructlons)
i
$11,000.00
Column 5
Dollar Amount
to be Applied
Towards Goal
(See Instructlona)
?00.00
Advanced
Gnvernment
Subcontractor
Traffic Control
Services (AGS)
1
Disadvantaged Business Enterprise >' Total DBE Commitment DollarAmount sii.000.00
Condition of Award Contract Goal Box Bmc 4
5 By chucking Bcx 5 the Bidder is stating that their utteinfits to solicit sufficient DBE participation to meet
the CIA Contract goal has been un:succpssful and good faith effortwill be submitted In ac=rdan ce with
Section 1-02.9 of the Contram
DOT Form 272-0%
Revised 0212018
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGNS
RFB-14 PROJECT #2181 RFB #20-006
CFW RFB VERSION 2020-JUN
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
UDBE WRITTEN CONFIRMATION DOCUMENT
Ltcptaarttrle#st a! Transportation
Underutilized Disadvantaged Business
tAtnart gtan Statrn Enterprise UDB Written
ConFirmation Document
See Contract Provisions: UDBL DocltntentSnbmiltal Requirements
Disadvantaged Bustness Enterprise Pdr0dipatfori
THIS FORM SHALL ONLY BE SUBMITTED TO A UDBE THAT iS LISTED ON THE CONTRACTOR'S
UNDERUTILIZED DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION CERTIFICATION.
THE CONTRACTOR SHALL COMPLETE PART A PRIOR TO SENDING TO THE UDBE.
P.•LRTA: Tcr be coni Iet -d b , tia, bidder
The entries below shall be consistent with what is shown on the Bidder's Underutilized Disadvantaged Business
Enterprise Utilization Certification. Failure to do so wdl result in Bid rejection.
ContractTitle: Hnri7ontal Curve Warning its
Bidder's Business Name: Transportation Systems, Inc
UDBE's Business Name; Advanced Government Services, Inc
DescriplionofUD13E7sNork: Traffic Control A_
Dollar Amount to be Applied Towards UDBE Goal: `%� ��•
Dollar Amount to be Subcontracted to UDBE
,opPnnid Field
A.32'i' N3: Flo f e c�cl Iry the, (laaderudkied Iias cry at; =a [I tiu. iness Crilcm
As an authorized repre:;vLjtative of the Underutiiizecl I7 ta,ivaialagcd l aas tress Enterprise, I canfirrt tbstt was
have been contacted bytbe Bidder with regard to 11ic refercat;ud project for the puTnse of performing the Work
described above. If the Bidder is awLuded the Conlmct, we wiU enter into nn abrreemeat with the Bidder to
partiwipate in the project consistcnI with the inFormatian provided in Part Aof this Form.
Name (printed): - —
Signature:
Title: �� Le,�,-
1
Address: �i ��L
Date: % D I S dt� 0
DOT Foam 422.031U
Revised &=1a
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGNS
RFB-16 PROJECT #2181 RFB #20-008
CFW RFB VERSION 2020-JUN
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.br.wa.com - Always Verify Scal
UDBE BID ITEM BREAKDOWN
MAP
Washineon State Underutilized Disadvantaged Business
Department of nansportatlon Enterprise (UDBE) Bid Item Breakdown 'Form
1. Contract Number 2. Contract Name
#218/RFB#20-006 ` Horizontal Curve Warning Signs
3. Prime Contractor 4. Prime Contractor Representative Name
Trans ortatin Systems, Inc Debbie Pierson
5. Prime Contractor Representative Pltone Number 6. Prime Contractor Representative Email
253-750-0284 debbie@transportationsystemsinc.com
Column 1
Name of UDBE
I5461roMr"r.61
Cahsnn 2 Cdumn ]
BidhemA FulllPardal
(swfn0ecda1Y81 (Swlnnrua)eac)
Column 4
Quantity
IBwlnrsucaonc)
Column 5
Description
lewlnenxtlanr)
Cdumn 6
Unit Price
iswlMPueeom)
Column Columns
DollarAmourd
Total Unit [olxApplied
Cost
tseeinmalo-i Towards Goal
IEee h�rtons)
Advanced Governint
m 4
Full
1
Traffic Control
11,000.00
11,000.00
11,000.00
SeMMS r i.
Subtotal:
NemeofUDBE
Bidkams
FulUParBai
quantity
Description
Unit
Total Unit DollsrAmount
cost tobeApplired
Towards God
_
I
_
Subtotal:
$0.00
Name of UDBE
Bid hem # I FuUlPardal
Quantity
Description
UnIt Price
Total Unit Dollar Amount
Cast to be Applied
Towards God
Subtotal:
$ 0.00
$ 0.00
Name of UDBE
Bid Item
FulllParBal
quantity
Description
Unit Price
Total Unit DollarAmount
Cost i tDbeApplied
Towards God
Subtotal:i
$ o.00
$ 0.00
TOTAL UDBE Dollar Amount:
I —& -9-r T
11,000.00 11,aoo.oa
L70T Form 272-054
Revised 0112020
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGNS
RFB-16 PROJECT #218 / RFB #20-006
CFW RFB VERSION 2020-JUN
e
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
�Ik
UDBE BID ITEM TRUCKING CREDIT I%A e
MWashington State
7/ O Departrnent of TYansportatien
pt,
Underutilized Disadvantaged Business
Enterprise (UDBE)Trucking Credit Form
PART A: TO BE COMPLETED BY THE BIDDER
This form is In support of the trucking commitment identified on the UDBE Utilization Certification Form submitted with the proposal.
Please note that UDBE's must be certified prior to time of submittal.
Federal Aid # Contract# Project Name
If listing items by hours, or by lump sum amounts, please provide calculations to substantiate the quantities listed.
Bid hem
Item Description
Use additional sheets as necessary.
Bidder NameMile (please print)
Phone Fax Signature
Address
certify that the above Information is complete and accurate.
Email Date
PART B. TO BE COMPLETED BY THE UDSE TRUCKING FIRM
Note. DBENDBE trucking firth participation may only be credited as DBEIUDBE participation for the value of the hauling services,
not for the materials being hauled unless the trucking firm is also recognized as a supplier of the materials used on the project and
approved for This project as a regular dealer.
1. Type of Material expected to be hauled?
2. Number of fully operational trucks
expected to be used on this project? Tractorflrailers: _ Dump trucks:
3. Number of trucks and tracers owned
by the UUBE that will be used on this Tractorttrailers: Dump trucks:
praject?
4. Number of trucks and trailers leased
by the UDSE that will be used on th s _ Tractorttrailers: Dump trucks:
project?
U06E Firm Norse
Certification Number
Phone Fax
Address l
Email
DOT Form 272-058
Revised o512012
NomeMde (please print)
Signature
I certify that the above information is complete and accurate.
Date
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGNS
RFB-17 PROJECT #218 / RFB #20-006
CFW RFB VERSION 2020-JUN
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
CONFORMED
PUBLIC WORKS CONTRACT
THIS PUBLIC WORKS CONTRACT ("Contract") is dated effective this day of and
is made by and between the City of Federal Way, a Washington municipal corporation ("City or Owner"), and
Transportation Systems, Inc., a Washington corporation ("Contractor"), for the project known as Horizontal
Curve Warning Signs (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 Seventy -Eight Thousand Nine Hundred Sixty and No/100 Dollars ($ 78,960.00), which
amount shall constitute full and complete payment by the City ("Total Compensation"). The Contractor shall be
solely responsible for the payment of any taxes imposed by any lawful jurisdiction as a result of the performance
and payment of this Contract.
3.2 The City shall pay the Contractor for Work performed under this Contract as detailed in the Bid
Proposal, which is incorporated herein and made a part hereof by this reference, and as detailed in the Contract
Documents. The City shall have the right to withhold payment to the Contractor for any of the Work not
completed in a satisfactory manner, in the City's sole and absolute discretion, which shall be withheld until such
time as Contractor modifies or repairs the Work so that the Work is acceptable to the City. Payment to the
Contractor for partial estimates, final estimates, and retained percentages shall be subject to controlling laws.
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGNS
RFB-18 PROJECT #218 / RFB #20-006
CFW RFB VERSION 2020-JUN
CONFORMED
3.3 In addition to the requirements set forth in the Contract Documents, the Contractor shall maintain
Project cost records by cost codes and shall contemporaneously segregate and separately record, at the time
incurred, all costs (1) directly associated with each work activity, (2) directly or indirectly resulting from any
event, occurrence, condition, or direction for which Contractor seeks an adjustment in Contract price Contract
time, or related to any other Claim or protest. Any work performed for which Contractor intends to seek an
adjustment in Contract Price or Contract Time, or related to any other Claim or protest, shall be recorded on the
same day the work is performed and kept separate so as to distinguish it from Contract Work.
4. INDEPENDENT CONTRACTOR
4.1 It is the intention and understanding of the Parties that the Contractor shall be an independent
contractor and that the City shall be neither liable nor obligated to pay Contractor sick leave, vacation pay or any
other benefit of employment, nor to pay any social security or other tax which may arise as an incident of
employment. The Contractor shall not conduct itself as nor claim to be an officer or employee of the City. The
Contractor shall pay all income and other taxes due. Industrial or any other insurance that is purchased for the
benefit of the City, regardless of whether such may provide a secondary or incidental benefit to the Contractor,
shall not be deemed to convert this Agreement to an employment contract. It is recognized that Contractor may
or will be performing professional services during the Term for other parties; provided, however, that such
performance of other services shall not conflict with or interfere with Contractor's ability to perform the Services.
Contractor agrees to resolve any such conflicts of interest in favor of the City. Nothing contained in this Contract
shall create a contractual or direct relationship with or a cause of action in favor of a Subcontractor or third party
against the City, or by the Contractor against the Engineer, or against any of their agents, employees,
engineers, or consultants.
4.2 If the Contractor is a sole proprietorship or if this is a contract with an individual, the contractor
agrees to notify the City and complete any required form if the Contractor retired under a State of Washington
retirement system and agrees to indemnify any losses the City may sustain through the Contractor's failure to
do so.
5. INDEMNIFICATION
5.1 Contractor Indemnification.
5.1.1 The Contractor shall indemnify, defend, and hold the City, its elected officials, officers, employees,
agents, consultants, and volunteers (collectively "the Indemnified Parties") harmless from any costs or losses,
and pay and damages or judgments, related to any claim brought by any person employed in any capacity by
the Contractor or subcontractor or supplier (of any tier) performing the Work, with respect to the payment of
wages, salaries, or other compensation or benefits including but not limited to benefits such as medical, health,
retirement, vacation, sick leave, etc.
5.1.2. To the fullest extent permitted by law, the Contractor shall defend, release, indemnify, and hold
harmless the City and the Indemnified Parties for, from, and against any and all claims, demands, losses, costs,
damages, suits, actions, expenses, fines, penalties, response costs, and liabilities (including costs and all
attorney and expert fees and internal personnel costs of investigation) of whatsoever kind or nature to the extent
arising from, resulting from, connected with, or incident to the Contractor's performance or failure to perform this
Contract or the Work or its breach of this Contract; provided, however, that if the provisions of RCW 4.24.155
apply to the Work and any injuries to persons or property arising out of the performance of this Contract are
caused by or result from the concurrent negligence of the Contractor or its subcontractors, agents, employees,
or anyone for whom they are legally liable, and an Indemnified Party, the indemnification and defense
obligations under this Section 5.1.2 apply only to the extent of the negligence of the Contractor, its
subcontractors, agents, employees, and anyone for whom they are legally liable.
5.1.3 Contractor specifically assumes potential liability for actions brought by the Contractor's own
employees or former employees against any Indemnified Party, and for that purpose Contractor waives any
immunity that may be granted to it under the Washington State Industrial Insurance Act, Title 51 RCW.
Contractor's indemnification shall not be limited in any way by any limitation on the amount of damages,
compensation or benefits payable to or by any third party under workers' compensation acts, disability benefit
acts or any other benefits acts or programs. Provided, however, the Contractor's waiver of immunity by the
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGNS
RFB-19 PROJECT #218 / RFB #20-006
CFW RFB VERSION 2020-JUN
CONFORMED
provisions of this paragraph extends only to claims against the Contractor by any Indemnified party, and does
not include, or extend to, any claims by the Contractor's employee directly against the Contractor. The
Contractor recognizes that this waiver was specifically entered into.
5.2 Contractor Release. Any deviation, alteration, variation, addition, or omission in the Work by
Contractor from the Contract Documents shall preclude Contractor from bringing any Claim or request for
additional time or compensation on the basis of an alleged defect or error in the Contract Documents related to
or arising, in any way, from that deviation, alteration, variation, addition, or omission. The Contractor further
warrants that any alteration, variation, deletion, or omission fully complies with or exceeds all requirements of
the Contract Documents and assumes all risk thereof.
5.3 Survival. The provisions of this Section shall (1) survive the expiration or termination of this Contract
with respect to any event occurring prior to such expiration or termination, final payment hereunder, and any
applicable statute of repose with respect to claims, fines, costs or damages brought or made against any
Indemnified Party; (2) shall not be limited by RCW 4.16326(g); and (3) are in addition to any other rights or
remedies which the City and/or any of the Indemnified Parties may have by law or under this Contract.
5.4 Offset. In the event of any claim or demand made against any Indemnified Party hereunder, the City
may, in its sole discretion, reserve, retain or apply any monies due to the Contractor under the Contract or any
other agreement or contract with the City for the purpose of resolving such claims; provided, however, that the
City may, in the City's sole discretion, release such funds if the Contractor provides the City with adequate
assurance of the protection of the City's and the other Indemnified Parties interests.
5.5 The Contractor shall ensure that each Subcontract includes a provision requiring each
Subcontractor to indemnify and defend the City and the Indemnified Parties in the same manner, to the same
extent, and for the same duration as Contractor agrees to indemnify and defend the City and the Indemnified
Parties in this Section 5.
6. OWNERSHIP OF DOCUMENTS
All originals and copies of work product, including plans, sketches, layouts, designs, design
specifications, records, files, computer disks, magnetic media, all finished or unfinished documents or material
which may be produced or modified by Contractor while performing the Work, whether or not required to be
furnished to the City, shall become the property of the City, shall be delivered to the City at its request, and may
be used by the City without restriction.
7. PATENTS. COPYRIGHTS, AND RIGHTS IN DATA
7.1 Any patentable result or material suitable for copyright arising out of this Contract shall be owned by
and made available to the City for public use, unless the City shall, in a specific case where it is legally
permissible, determine that it is in the public interest that it not be so owned or available.
7.2 The Contractor agrees that the ownership of any plans, drawings, designs, specifications, computer
programs, technical reports, operating manuals, calculations, notes and other work submitted or which is
specified to be delivered under this Contract, whether or not complete (referred to in this subsection as "Subject
Data"), is hereby irrevocably transferred and assigned to the City and shall be vested in the City or such other
local, state or federal agency, if any, as may be provided by separate contract with the City. The Contractor shall
execute and deliver such instruments and take such other action(s) as may be requested by the City to perfect
or protect the City's rights to such Subject Data and work product, and to perfect the assignments and transfers
contemplated in Sections 6 and 7.
7.3 All such Subject Data furnished by the Contractor pursuant to this Contract, other than documents
exclusively for internal use by the City, shall carry such notations on the front cover or a title page (or in such
case of maps, in the same block) as may be requested by the City. The Contractor shall also place their
endorsement on all Subject Data furnished by them. All such identification details shall be subject to approval by
the City prior to printing.
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGNS
RFB-20 PROJECT #218 / RFB #20-006
CFW RFB VERSION 2020-JUN
CONFORMED
7.4 The Contractor shall ensure that substantially the foregoing paragraphs in Sections 6 and 7 are
included in each subcontract for the work on the Project.
8. GENERAL PROVISIONS
8.1 Entire Contract. The Contract Documents contain all of the agreements of the Parties with respect to
any matter covered or mentioned in this Contract and no prior agreements or understandings pertaining to any
such matters shall be effective for any purpose. In entering into this Contract, neither party has relied upon any
statement, estimate, forecast, projection, representation, warranty, action or agreement of the other party except
for those expressly contained in the Contract Documents.
8.2 Documents. The documents incorporated by reference, as if fully set forth in this Contract, are the
Advertisement for Bids, the Instructions to Bidders and Checklists, the Contractor's Bid Proposal (including all
forms and supplemental information listed on the Bidders Checklist), the Contract Documents (including Project
Plans, Specifications, and all Appendices, Amendments, and Supplemental Reports & Information), the Contract
Provisions (including all forms and supplemental information listed on the Contract Checklist), the version of the
Washington State Standard Specifications for Road, Bridge, and Municipal Construction identified herein, and
any other documents provided to bidders and/or referenced in or referred to by the Contract Documents.
8.3 Modification. No provisions of this Contract, including this provision, may be amended or added to
except by agreement in writing signed by the Parties or their respective successors in interest in accordance
with the Contract Documents.
8.4 Change Orders. In addition to its rights under the Contract Documents, the City may unilaterally
issue a Change Order at any time making changes within the general scope of the Contract, without invalidating
the Contract and without providing notice to sureties. The City's issuance of a unilateral Change Order shall not
be construed as a waiver of any rights afforded the City, including its right to reject a prior protest or request for
change or Claim due to untimeliness or the Contractor's failure to fully comply with the requirements of the
Contract Documents, or to void the unilateral Change Order due to unilateral mistake, misrepresentation, or
fraud.
8.5 Total Cost Method / Clainns. 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 Gu@rantees. In addition to the requirements of the Contract Documents, the
Contractor warrants that all portions of the Work that will be covered by a manufacturer's or supplier's guarantee
or warranty shall be performed in such a manner so as to preserve all rights under such guarantees or
warranties. If the City attempts to enforce a claim based upon a manufacturer's or supplier's guarantee or
warranty and such manufacturer or supplier refuses to honor such guarantee or warranty based, in whole or in
part, on a claim of defective installation by the Contractor or a Subcontractor, the Contractor shall be
responsible for any resulting loss or damage, and repairs, incurred by the City as a result of the manufacturer's
or supplier's refusal to honor such guarantee or warranty. This obligation survives termination of this Contract.
8.7 Full Force and Effect. Any provision of this Contract, which is declared invalid, void or illegal, shall in
no way affect, impair, or invalidate any other provision hereof and such other provisions shall remain in full force
and effect.
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGNS
RFB-21 PROJECT #218 / RFB #20-006
CFW RFB VERSION 2020-JUN
CONFORMED
8.8 Assignment. The Contractor shall not transfer or assign, in whole or in part, any or all of its
obligations and rights hereunder without the prior written consent of the City. In the event the City consents to
any such assignment or transfer, such consent shall in no way release the Contractor from any of its obligations
or liabilities under this Contract.
8.9 Successors In Interest. Subject to the preceding Subsection, this Contract shall be binding upon and
inure to the benefit of the Parties' successors in interest, heirs and assigns.
8.10 Time Limitation and Venue. For the convenience of the parties to the Contract it is mutually agreed
by the parties that any claims, causes of action, or disputes which the Contractor has against the City arising
from the Contract shall be brought within the following time period: (i) 180 calendar days from the date of
Substantial Completion for those claims, causes of action, or disputes arising prior to the date of Substantial
Completion, and (ii) 180 calendar days from the date of Final Acceptance of the Contract by the City for those
claims, causes of action, or dispute arising after the date of Substantial Completion. It is further agreed that the
venue for any claim, cause of action, or dispute related to this Contract shall be King County, Washington, which
shall have exclusive jurisdiction over any such case, controversy, or dispute. The parties understand and agree
that the Contractor's failure to bring suit within the time period provided, shall be a complete bar to any such
claims or causes of action. It is further mutually agreed by the parties that when any claims, causes of action, or
disputes which the Contractor asserts against the City arising from the Contract are filed with the City or initiated
in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City
to assist in evaluating the claims, action, or dispute.
8.11 No Waiver. Failure of the City to declare any breach or default immediately upon occurrence
thereof, or delay in taking any action in connection with, shall not waive such breach or default. Failure of the
City to declare one breach or default does not act as a waiver of the City's right to declare another breach or
default.
8.12 Sole Authority/Discretion/Judgment, Where the Contract Documents provide the City or its
Engineer with "sole" authority, discretion, or judgment, such authority, discretion, or judgment shall be
considered unconditional and absolute.
8.13 Governing Law. This Contract shall be made in and shall be governed by and interpreted in
accordance with the laws of the State of Washington.
8.14 Authority. Each individual executing this Contract on behalf of the City and Contractor represents
and warrants that such individuals are duly authorized to execute and deliver this Contract on behalf of the
Contractor or City.
8.15 Engineer. The Engineer is the City's representative who directly supervises the engineering and
administration of a construction Contract. The Engineer's authorities, duties, and responsibilities are limited to
those specifically identified in the Contract Documents. Designation of an individual or entity as the Engineer for
the Project is solely to identify the representative of the City as the entity to act as the Engineer as described in
the Contract Documents. Using the term "engineer" does not imply that such entity or person is a licensed
professional engineer or an engineering company and does not import any additional obligations upon the
actions of the Engineer that may govern licensed professional engineers when performing engineering services.
The Engineer for this Project is designated as: John Mulkey, P.E., Senior Captial Engineer
8.16 Notices. Any notices required to be given to Contractor or to the Engineer shall be delivered to the
Parties at the addresses set forth below. Any notices may be delivered personally to the addressee of the
notice or may be deposited in the United States mail, postage prepaid, to the address set forth herein. Any
notice so posted in the United States mail shall be deemed received three (3) days after the date of mailing.
CONTRACTOR: Transportation Systems, Inc.
Attn: Bryson Huie
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGNS
RFB-22 PROJECT #218 / RFB #20-006
CFW RFB VERSION 2020-JUN
CONFORMED
6917 166th Ave E
Sumner, WA 98390
ENGINEER: City of Federal Way
Attn: John Mulkey, Senior Captial 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 Cade. If a violation of the City's Ethics Resolution No. 91-54, as amended,
occurs as a result of the formation and/or performance of this Contract, this Contract may be rendered null and
void, at the City's option.
9. PERFORMANCE/PAYMENT BOND
Pursuant to RCW 39.08.010, the Contractor's payment and performance bonds must be conditioned
upon: (i) faithful performance of all of the provisions of the Contract, including warranty obligations; (ii) the
payment of all laborers, mechanics, Subcontractors, and Suppliers, and all persons who supply such persons
with provisions or supplies in carrying out the Work; and (iii) payment of any taxes, liabilities, increases, or
penalties incurred on the Project under Titles 50, 51, and 82 RCW which may be due on (a) projects referred to
in RCW 60.28.011(1)(b), and (b) projects for which the bond is conditioned on the payment of such taxes,
liabilities, increases, or penalties. Contractor's obligations under this Contract shall not be limited to the dollar
amount of the bond.
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGNS
RFB-23 PROJECT #218 / RFB #20-006
CFW RFB VERSION 2020-JUN
CONFORMED
DATED the day and year set forth above.
CITY,.OF-IEDERAL WAY:
Ji err`ell!Mayor-
3 5 8th Avenue South
derai Way, WA 98003-6325
10*10
Ste�hdnie Courtney, CMC, Cit� Jerk
APPROVED AS TO FORM:
J. Ryan Call, City Attorney
NOTARY OF CONTRACTOR'S SIGNATURE:
STATE OF WASHINGTON
COUNTY OF Q��R CE
) ss.
CONTRACTOR:
Signature of . ffinri�`zed�eIndividual
Printed Name of Authorized Individual
Ucq\—i wu' E
Street Address
�Of� 9,-6-59 b
City, State, Zip
��
On this day personally appeared before me � y,.��t�wti� . � to me known to be
theofYc+�vrkan�, S,,k�{Iristhat 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 Q�:j _ day of � i
p !
(typed/printed name of notary)
Notary Public in and for the State of Washington.
-••0
'
EDW,q rig
My commission expires /.? d�
-CO
•� g w:
^13' :" a
�i S-' �0� g �72, ,•' 1
H1h1G'Oa�```.
S1441111110,
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGNS
RFB-24 PROJECT #218 / RFB #20-006
CFW RFB VERSION 2020-JUN
SAMPLE CONTRACT CHANGE ORDER
PROJECT NUMBER AGREEMENT NUMBER
PROJECT TITLE
CHANGE ORDER NUMBER
SUMMARY OF PROPOSED CHANGES:
This Change Order covers the work changes summarized below:
The time provided for completion in the Contract is
EFFECTIVE DATE
CONTRACTOR
❑ Unchanged
❑ Increased by_ Working Day(s)
❑ Decreased by_ Working Day(s)
This Document shall become an Amendment to the Contract and all provisions of the Contract not amended
herein will apply to this Change Order.
Will this change affect expiration or extent of Insurance coverage? ❑ Yes ❑ No
If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No
MODIFICATIONS TO UNIT PRICES:
PREVIOUS REVISED
ITEM NO. ITEM (Q. TY UNIT PRICE UN[T PRICE ADD OR DELETE
THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE:
ITEM NO. ITEM QTY UNIT PRICE ADD OR DELETE
TOTAL NET CONTRACT: INCREASE $ DECREASE $
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT $
PREVIOUS CHANGE ORDERS $
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 HORIZONTAL CURVE WARNING SIGNS
RFB-25 PROJECT #218 I RFB #20-006
CFW RFB VERSION 2020-JUN
claims by the Contractor arising out of, or relating in any way to, the Work identified, to be performed, or deleted
pursuant to Change Order except as specifically described in this Change Order.
CONTRACTOR'S SIGNATURE DATE
PUBLIC WORKS DIRECTOR DATE
Contract Change Order
provided for Contractor's
reference. Change orders
executed during the project
will use this farm.
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGNS
RFB-26 PROJECT #218 / RFB #20-006
CFW RFB VERSION 2020-JUN
CERTIFICATE OF INSURANCE
Contractor's Certificate of
Insurance to be inserted
here during Contract
,Execution
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGNS
RFB-27 PROJECT #218 I RFB #20-006
CFW RFB VERSION 2020-JUN
PERFORMANCE AND PAYMENT BOND
HORIZONTAL CURVE WARNING SIGNS
The City of Federal Way ("City") has awarded to Transportation Systems, Inc. ("Principal"), a contract for the
construction of the above referenced project, and said Principal is required to furnish a bond for performance of
all obligations under the Contract and for payment in accord with Chapter 39.08 Revised Code of Washington
(RCW) and (where applicable) Chapter 60.28 RCW.
The Principal, and Western Surety Company ("Surety"), a corporation organized under the laws of the
State of South Dakota 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 Seventy -Eight Thousand Nine Hundred Sixty and No/100 US
Dollars ($78,960.00) Total Contract Amount, subject to the provisions herein.
This bond shall become null and void, if and when the Principal, its heirs, executors, administrators, successors,
or assigns shall:
1) Well and faithfully perform all of the Principal's obligations under the Contract and fulfill all terms
and conditions of all duly authorized modifications, additions, and changes to said Contract that may
hereafter be made, at the time and in the manner therein specified; and if such performance
obligations have not been fulfilled, this bond shall remain in force and effect; and
2) Pay all persons in accordance with Chapters 39.08, 39.12, and 60.28 RCW including all workers,
laborers, mechanics, subcontractors, and materialmen, and all person who shall supply such
contractor or subcontractor with provisions and supplies for the carrying on of such work, and all
taxes incurred on said Contract under Titles 50 and 51 RCW and all taxes imposed on the Principal
under Title 82 RCW; and if such payment obligations have not been fulfilled, this bond shall remain
in full force and effect.
The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the
Contract, the specifications accompanying the Contract, or to the work to be performed under the Contract shall
in any way affect its obligation on this bond, and waives notice of any change, extension of time, alteration or
addition to the terms of the Contract or the work performed. The Surety agrees that modifications and changes
to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall
automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such
increased obligation.
This bond shall be signed by duly authorized officers and will only be accepted if accompanied by a fully
executed, original power of attorney for the office executing on behalf of the surety.
PRINCIPAL: ransport bn Systems, Inc.
loll G.1 212z
Principal gignature Date
r
Printed Name
Title
`MI h5 su E i:,
SURE : Western Surety Company L.-
' ."N ; . IL
14/20 t
SuretySignaturea
Holli Albers -r-=.1�l�n'rit0,
Printed Name �,00••.,. •.••',�y
•a N•,
AttnrnAv-in-F.grt o,hra+", i1eyt�t►�
Title
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGNS
RFB-28 PROJECT #2181 RFB #20-006
CFW RFB VERSION 2020-JUN
VV1111 v1NIvILv
LOCAL OFFICE/AGENT OF SURETY:
PrODel Insurance
Name
1201 Pacific Ave
Street Address
Tacoma, WA 98402
City, State, Zip
253-759-2200
Telephone
BOND NO.: 30077837
APPROVED AS TO FORM: amd
J. Ryan Call, City A ttomey
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGNS
RFB-29 PROJECT #218 / RFB #20-006
CFW RFB VERSION 2020-JUN
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporatiun, is a duly organized and existing corporation
having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby
make, constitute and appoint
Michael S Mansfield, Sara Sophie Sellin, Donald Percell Shanklin Jr, Misti Marie Brill, Tamara A Ringeisen, Kari Michelle Motley, Bryan
Richard Ludwick, Amber Lynn Reese, Individually of Portland, OR
Cynthia L Jay, Eric A Zimmerman, James B Binder, Aliceon A Keltner, Brandon K Bush, Jacob T Haddock, Alyssa J Lopez, Katharine
J Snider, Individually of Seattle, WA
Jamie L Marques, Carley Espiritu, Christopher Kinyon, Brent E Hetlesen, Annelies M Richie, Kyle Joseph Howat, Kristine A Lawrence,
Heather L Allen, Holli Albers, Erica E Mosley, Amelia G Burrill, Individually of Tacoma, WA
Dana M Brinkley, Linda D Sbaddon, Individually, of Medford, OR
its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and
other obligatory instruments of similar nature
- In Unlimited Amounts -
and to bind it thereby as frilly and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said
Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by
the shareholders of the corporation.
In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be
hereto affixed on this 1 Ith day of May, 2020.
WESTERN SURETY COMPANY
aul T. Bruflat, Vice President
State of South Dakota
ss
County of Minnehaha
On this I Ith day of May, 2020, before me personally came Paul T. Bruflat, to me known, who, being by me duly swom, did depose and say: that he
resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed
the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed
pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges
same to be the act and deed of said corporation.
My commission expires
June 23, 2021
J. MOHR
S�f'H ❑A%6TA �� ii$y
J. Mohr, Notary Public
CERTIFICATE
I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attomey hereinabove set forth is still in
force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed
my name and affixed the seal of the said corporation this 14th day of Decelnber . 2020
WESTERN SURETY COMPANY
op
L. Nelson, Assistant Secretary
Form F4280-7-2012
Go to www.cnasurety.crom > Owner / Obligee Services > Validate Bond Coverage, if you want to verify bond authenticity.
Authorizing By -Law
ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY
This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders
of the Company.
Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the
corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other
officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer
may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company.
The corporate seal is not necessary for the validity of any bonds, policies, undertaings, Powers of Attorney or other obligations of the
corporation. The signature of any such officer and the corporate seal may be printed by facsimile.
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 HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-1 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
DIVISION 1
GENERAL REQUIREMENTS
DESCRIPTI! N OF WORK
(March 13, 1995 WSDOT GSP)
This Contract provides for the improvement of the Horizontal Curve Warning Signs by installing
new permanent warning signs, traffic control 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 HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-2 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
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 HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-3 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
1-02 BID PROCEDURES AND CONDITIONS
1-02,1 Preaualification of Bidders
Delete this Section and replace it with the following:
1-02.1 Qualificationg of Bidder
(January 24, 2011 APWA GSP)
Before award of a public works Contract, a bidder must meet at least the minimum
qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified
to be awarded a public works project.
1-02.2 Plans and Specifications
(June 27, 2011 APWA GSP)
Delete this section and replace it with the following:
Information as to where Bid Documents can be obtained or reviewed can be found in the
Call for Bids (Advertisement for Bids) for the work.
After award of the Contract, Plans and specifications will be issued to the Contractor at
no cost as detailed below:
To Prime Contractor No. of Basis of Distribution
Sets _
Reduced Plans (11" x 17") 1 Furnished automatically upon award.
Contract Provisions 1 Furnished automatically upon award.
Large Plans (e.g., 22" x 34") 1 Furnished only upon request.
Additional Plans and Contract Provisions may be obtained by the Contractor from the
source stated in the Call for Bids, at the Contractor's own expense.
1-02.4 Examination of Plans. Sr)-ecifications. and Site Work
(June 27, 2011 APWA GSP)
1-02.401 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.
1-02.4421 Subsurface Informatign
(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 Procosal Forms
(July 31, 2017 APWA GSP)
Delete this section and replace it with the following:
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-4 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
The Proposal Form will identify the project and its location and describe the work. It will
also list estimated quantities, units of measurement, the items of work, and the materials
to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal
form that call for, but are not limited to, unit prices; extensions; summations; the total bid
amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment
of addenda; the bidder's name, address, telephone number, and signature; the bidder's
UBDE/DBE/M/WBE commitment, if applicable; a State of Washington Contractor's
Registration Number; and a Business License Number, if applicable. Bids shall be
completed by typing or shall be printed in ink by hand, preferably in black ink. The
required certifications are included as part of the Proposal Form.
The Contracting Agency reserves the right to arrange the proposal forms with alternates
and additives, if such be to the advantage of the Contracting Agency. The bidder shall
bid on all alternates and additives set forth in the Proposal Form unless otherwise
specified.
1-02.6 Preparation Qf 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. A copy of the joint venture agreement shall be submitted
with the Bid Form if any UDBE requirements are to be satisfied through such an
agreement.
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-5 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
(June 3, 2019 WSDOT GSP, OPTION 2)
The fourth paragraph of Section 1-02.6 is revised to read:
The Bidder shall submit with the Bid a completed Underutilized Disadvantaged Business
Enterprise (UDBE) Utilization Certification, when required by the Special Provisions. For
each and every UDBE firm listed on the Bidder's completed Underutilized
Disadvantaged Business Enterprise Utilization Certification, the Bidder shall submit
written confirmation from that UDBE firm that the UDBE is in agreement with the UDBE
participation commitment that the Bidder has made in the Bidder's completed
Underutilized Disadvantaged Business Enterprise Utilization Certification. WSDOT Form
422 031 U (Underutilized Disadvantaged Business Enterprise Written Confirmation
Document) is to be used for this purpose. Bidder must submit good faith effort
documentation only in the event the bidder's efforts to solicit sufficient UDBE
participation have been unsuccessful. The Bidder shall submit a UDBE Bid Item
Breakdown form defining the scope of work to be performed by each UDBE listed the
UDBE Utilization Certification. If the Bidder lists a UDBE Trucking firm on the UDBE
Utilization Certification, then the Bidder must also submit a UDBE Trucking Credit Form
(WSDOT Form 272-058) documenting how the UDBE Trucking firm will be able to
perform the scope of work subcontracted to them. Directions for delivery of the
Underutilized Disadvantaged Business Enterprise Written Confirmation Documents,
Underutilized Disadvantaged Business Enterprise Good Faith Effort documentation,
UDBE Bid Item Breakdown Form and the UDBE Trucking Credit Form are included in
Section 1-02.9.
(August 2, 2004 WSDOT GSP, OPTION 3)
Section 1-02.6 is supplemented with the following:
The fifth and sixth paragraphs of Section 1-02.6 are deleted.
Add the following new section:
1- Recycled ri Progosal
(January 4, 2016 APWA GSP)
The Bidder shall submit with the Bid, its proposal for incorporating recycled materials
into the project, using the form provided in the Contract Provisions.
1-02.7 Bid Deposit
(March 8, 2013 APWA GSP)
Supplement this section with the following:
Bid bonds shall contain the following:
1. Contracting Agency -assigned number for the project;
2. Name of the project;
3. The Contracting Agency named as obligee;
4. The amount of the bid bond stated either as a dollar figure or as a percentage
which represents five percent of the maximum bid amount that could be
awarded;
5. Signature of the bidder's officer empowered to sign official statements. The
signature of the person authorized to submit the bid should agree with the
signature on the bond, and the title of the person must accompany the said
signature;
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-6 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
6. The signature of the surety's officer empowered to sign the bond and the power
of attorney.
If so stated in the Contract Provisions, bidder must use the bond form included in the
Contract Provisions.
If so stated in the Contract Provisions, cash will not be accepted for a bid deposit.
1- 2 D iv f Pr
(December 19, 2019 APWA GSP, OPTION A)
Delete this section and replace it with the following:
Each Proposal shall be submitted in a sealed envelope, with the Project Name and
Project Number as stated in the Call for Bids clearly marked on the outside of the
envelope, or as otherwise required in the Bid Documents, to ensure proper handling and
delivery.
To be considered responsive on a FHWA-funded project, the Bidder may be required to
submit the following items, as required by Section 1-02.6:
UDBE Written Confirmation Document from each UDBE firm listed on the
Bidder's completed UDBE Utilization Certification (WSDOT 272-056U)
• Good Faith Effort (GFE) Documentation
• UDBE Bid Item Breakdown (WSDOT 2727-054)
• UDBE Trucking Credit Form (WSDOT 272-058)
These documents, if applicable, shall be received either with the Bid Proposal or as a
supplement to the Bid. These documents shall be received no later than 24 hours (not
including Saturdays, Sundays and Holidays) after the time for delivery of the Bid
Proposal.
If submitted after the Bid Proposal is due, the document(s) must be submitted in a
sealed envelope labeled the same as for the Proposal, with "Supplemental Information"
added. All other information required to be submitted with the Bid Proposal must be
submitted with the Bid Proposal itself, at the time stated in the Call for Bids.
Proposals that are received as required will be publicly opened and read as specified in
Section 1-02.12. The Contracting Agency will not open or consider any Bid Proposal
that is received after the time specified in the Call for Bids for receipt of Bid Proposals, or
received in a location other than that specified in the Call for Bids. The Contracting
Agency will not open or consider any "Supplemental Information" (UDBE confirmations,
or GFE documentation) that is received after the time specified above, or received in a
location other than that specified in the Call for Bids.
If an emergency or unanticipated event interrupts normal work processes of the
Contracting Agency so that Proposals cannot be received at the office designated for
receipt of bids as specified in Section 1-02.12 the time specified for receipt of the
Proposal will be deemed to be extended to the same time of day specified in the
solicitation on the first work day on which the normal work processes of the Contracting
Agency resume.
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-7 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
1-02.10 Wit drawing. Revisin - or SuVgle1n=tiv1g Pray os
(July 23, 2015 APWA GSP)
Delete this section, and replace it with the following:
After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may
withdraw, revise, or supplement it if:
The Bidder submits a written request signed by an authorized person and
physically delivers it to the place designated for receipt of Bid Proposals,
and
2. The Contracting Agency receives the request before the time set for
receipt of Bid Proposals, and
3. The revised or supplemented Bid Proposal (if any) is received by the
Contracting Agency before the time set for receipt of Bid Proposals.
If the Bidder's request to withdraw, revise, or supplement its Bid Proposal is received
before the time set for receipt of Bid Proposals, the Contracting Agency will return the
unopened Proposal package to the Bidder. The Bidder must then submit the revised or
supplemented package in its entirety. If the Bidder does not submit a revised or
supplemented package, then its bid shall be considered withdrawn.
Late revised or supplemented Bid Proposals or late withdrawal requests will be date
recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed
requests to withdraw, revise, or supplement a Bid Proposal are not acceptable.
1- 2J 3 IrreciUlar Pr
(December 19, 2019 APWA GSP)
Delete this section and replace it with the following:
A Proposal will be considered irregular and will be rejected if:
a. The Bidder is not prequalified when so required;
b. The authorized Proposal form furnished by the Contracting Agency is not used or
is altered;
C. The completed Proposal form contains any unauthorized additions, deletions,
alternate Bids, or conditions;
d. The Bidder adds provisions reserving the right to reject or accept the award, or
enter into the Contract;
e. A price per unit cannot be determined from the Bid Proposal;
f. The Proposal form is not properly executed;
g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable,
as required in Section 1-02.6;
h. The Bidder fails to submit or properly complete an Underutilized Disadvantaged
Business Enterprise Certification, if applicable, as required in Section 1-02.6;
i. The 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;
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-8 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
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-Q2.14 Disqualification of Bidders
(May 17, 2018 APWA GSP, OPTION B)
Delete this section and replace it with the following:
A Bidder will be deemed not responsible if the Bidder does not meet the mandatory
bidder responsibility criteria in RCW 39.04.350(1), as amended; or does not meet
Supplemental Criteria 1-7 listed in this Section.
Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility
criteria in RCW 39.04.350(1), and Supplemental Criteria 1-2. Evidence that the Bidder
meets Supplemental Criteria 3-7 shall be provided by the Bidder as stated later in this
Section.
1. Delinquent State Taxes
A. Criterion: The Bidder shall not owe delinquent taxes to the Washington State
Department of Revenue without a payment plan approved by the Department
of Revenue.
B. Documentation: The Bidder, if and when required as detailed below, shall
sign a statement (on a form to be provided by the Contracting Agency) that
the Bidder does not owe delinquent taxes to the Washington State
Department of Revenue, or if delinquent taxes are owed to the Washington
State Department of Revenue, the Bidder must submit a written payment plan
approved by the Department of Revenue, to the Contracting Agency by the
deadline listed below.
2. Federal Debarment
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-9 PROJECT #218
CFW SPECIAL PROVISIONS VER 2020.02
A. Criterion: The Bidder shall not currently be debarred or suspended by the
Federal government.
B. Documentation: The Bidder shall not be listed as having an "active exclusion"
on the U.S. government's "System for Award Management" database
(www.sam.gov).
3. Subcontractor Responsibility
A. Criterion: The Bidder's standard subcontract form shall include the
subcontractor responsibility language required by RCW 39.06.020, and the
Bidder shall have an established procedure which it utilizes to validate the
responsibility of each of its subcontractors. The Bidder's subcontract form
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. ClaiiM Against Retailiage and Bonds
A. Criterion: The Bidder shall not have a record of excessive claims filed against
the retainage or payment bonds for public works projects in the three years
prior to the bid submittal date, that demonstrate a lack of effective
management by the Bidder of making timely and appropriate payments to its
subcontractors, suppliers, and workers, unless there are extenuating
circumstances and such circumstances are deemed acceptable to the
Contracting Agency.
B. Documentation: The Bidder, if and when required as detailed below, shall
submit a list of the public works projects completed in the three years prior to
the bid submittal date that have had claims against retainage and bonds and
include for each project the following information:
• Name of project
• The owner and contact information for the owner;
• A list of claims filed against the retainage and/or payment bond for any of
the projects listed;
• A written explanation of the circumstances surrounding each claim and
the ultimate resolution of the claim.
5. Public Ridding 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
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-10 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
the Bidder and/or its owners have not been convicted of a crime involving
bidding on a public works contract.
6. Terali ation for Caul / Terminatign for Defigult
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
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
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-11 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020 02
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.
L-U AWARD AND EXECUTION OF CONTRACT
1-03.1 Consideration of Bid_
(January 23, 2006 APWA GSP)
Revise the first paragraph to read:
After opening and reading proposals, the Contracting Agency will check them for
correctness of extensions of the prices per unit and the total price. If a discrepancy
exists between the price per unit and the extended amount of any bid item, the price per
unit will control. If a minimum bid amount has been established for any item and the
bidders unit or Jump sum price is less than the minimum specified amount, the
Contracting Agency will unilaterally -revise the unit or lump sum price, to the rninimurn
specified amount and recalculate the extension. The total of extensions, corrected
where necessary, including sales taxes where applicable and such additives and/or
alternates as selected by the Contracting Agency, will be used by the Contracting
Agency for award purposes and to fix the Awarded Contract Price amount and the
amount of the contract bond.
1-03.1(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_.b-id, that proposed to use the
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SPA 2 PROJECT #218
CFW SPECIAL PROVISIONS VER 2020.02
highest percentage of recycled materials in the Project, per the form submitted with the
Bid Proposal. If those percentages are also exactly equal, then the tie -breaker will be
determined by drawing as follows: Two or more slips of paper will be marked as follows:
one marked "Winner" and the other(s) marked "unsuccessful." The slips Will be folded to
make the marking unseen. The slips will be placed inside a box. One authorized
representative of each Bidder shall draw a slip from the box. Bidders shall draw in
alphabetic order by the name of the firm as registered with the Washington State
Department of Licensing. The slips shall be unfolded and the firm with the slip marked
"Winner" will be determined to be the successful Bidder and eligible for Award of the
Contract. Only those Bidders who submitted a Bid total that is exactly equal to the lowest
responsive Bid, and with a proposed recycled materials percentage that is exactly equal
to the highest proposed recycled materials amount. are eligible to draw.
1-03A 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:
Be on Contracting Agency -furnished form(s);
2. Be signed by an approved surety (or sureties) that:
a. s 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
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-13 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
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.
1-0 Scone of the Work
1-04.4 Changgs
(Section 1-04.4 is SLI lemented with the following
(Electronically Submitted Change Orders)
(April 30, 2020)
Change Orders will be transmitted electronically to the Contractor for signature. The Contractor shall
apply all signatures electronically using the software provided by the Contracting Agency. Within
21 days of execution of the Contract, the Contractor shall submit a Type 1 Working Drawing
consisting of the names, email addresses, and text -message capable phone numbers for the
authorized change order signers and shall bear the name, phone number and email of the officer
providing this authorization. Delegation of authority to sign Change Orders shall be by the officer
authorized to sign the Contract in accordance with Section 1-02.1.
1M- CONTROL OF WORK.
1-05,7 Removal of Defective and Unauthorized Work
(October 1, 2005 APWA GSP)
CITY OF FEDERAL WAY
HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-14
PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
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.
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 ordamages
with respect to the Contractor's failure to perform the work as required.
1-0511 EinaLlnsl2ection
(October 1, 2005 APWA GSP)
Delete this section and replace it with the following:
1-05,11 Final Inspections and operational Testing
1-45.11 i1 D Substantial Cam letion 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
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-15 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020 02
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
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.
1-05.12 Final Acceptance
(April 1Z 2019 CFW GSP)
Delete the third and fourth sentences in the first paragraph and replace it with the
following:
Final acceptance date of the work shall be the date the Federal Way City Council
accepts the project as complete.
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-16 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020 02
1-05 13 Superintendents, Labor and Eauipment of Contractar
(August 14, 2013 APWA GSP)
Delete the sixth and seventh paragraphs of this section.
1 -05, 14 Cooperation With Other Contrart2rs
(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:
2020 Asphalt Overlay Project, will be performing construction of HMA overlay
and ADA upgrades on Pete Von Reichbauer Way in the vicinity of Corridor 19.
Coordinate with Miles Resources contact, Jeff Williams at
eff.wiliams miiesresaurces.coni. Signs are in work zone.
The S Dash Point Road Sidewalk project will be under construction on S Dash
Point Road in the vicinity of Corridor 2 —I. Coordinate with Active Construction
contact, Zach Gustafson (253) 606-6906 (office contact), or Frankie Detray (253)
606-1428 (field contact). Signs are to be installed are not in direct work zone but
traffic control for sign work will need to be coordinated so as not to impactwork.
1-05,15 Mptbgd of Servinca N_otioes
(March 25, 2009 APWA GSP)
Revise the second paragraph to read:
All correspondence from the Contractor shall be directed to the Project Engineer. All
correspondence from the Contractor constituting any notification, notice of protest,
notice of dispute, or other correspondence constituting notification required to be
furnished under the Contract, must be in paper format, hand delivered or sent via mail
delivery service to the Project Engineer's office. Electronic copies such as a -mails or
electronically delivered copies of correspondence will not constitute such notice and will
not comply with the requirements of the Contract.
Add the following new section:
1-05.16 Water and Power
(October 1, 2005 APWA GSP)
The Contractor shall make necessary arrangements, and shall bear the costs for power
and water necessary for the performance of the work, unless the Contract includes
power and water as a pay item.
1M- CONTBQL. C?F MATERIAL
(August 6, 2012, WSDOT GSP, OPTION 1(A))
Section 1-06 is supplemented with the following:
Buy America
In accordance with Buy America requirements contained in 23 CFR 635.410, the major
quantities of steel and iron construction material that is permanently incorporated into
the project shall consist of American -made materials only. Buy America does not applyto
temporary steel items, e.g., temporary sheet piling, temporary bridges, steel scaffolding
and falsework.
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SPA 7 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
Minor amounts of foreign steel and iron may be utilized in this project provided the cost
of the foreign material used does not exceed one -tenth of one percent of the total
contract cost or $2,500.00, whichever is greater.
American -made material is defined as material having all manufacturing processes
occurring domestically. To further define the coverage, a domestic product is a
manufactured steel material that was produced in one of the 50 States, the District of
Columbia, Puerto Rico, or in the territories and possessions of the United States.
If domestically produced steel billets or iron ingots are exported outside of the area of
coverage, as defined above, for any manufacturing process then the resulting product
does not conform to the Buy America requirements. Additionally, products manufactured
domestically from foreign source steel billets or iron ingots do not conform to the Buy
America requirements because the initial melting and mixing of alloys to create the
material occurred in a foreign country.
Manufacturing begins with the initial melting and mixing, and continues through the
coating stage. Any process which modifies the chemical content, the physical size or
shape, or the final finish is considered a manufacturing process. The processes include
rolling, extruding, machining, bending, grinding, drilling, welding, and coating. The action
of applying a coating to steel or iron is deemed a manufacturing process. Coating
includes epoxy coating, galvanizing, aluminizing, painting, and any other coating that
protects or enhances the value of steel or iron. Any process from the original reduction
from ore to the finished product constitutes a manufacturing process for iron.
Due to a nationwide waiver, Buy America does not apply to raw materials (iron ore and
alloys), scrap (recycled steel or iron), and pig iron or processed, pelletized, and reduced
iron ore.
The following are considered to be steel manufacturing processes:
1. Production of steel by any of the following processes:
a. Open hearth furnace.
b. Basic oxygen
c. Electric furnace.
d. Direct reduction.
2. Rolling, heat treating, and any other similar processing.
3. Fabrication of the products.
a. Spinning wire into cable or strand.
b. Corrugating and rolling into culverts.
c. Shop fabrication.
A certification of materials origin will be required for any items comprised of, or
containing, steel or iron construction materials prior to such items being incorporated into
the permanent work. The certification shall be on DOT Form 350-109EF provided by the
CITY OF FEDERAL WAY
HORIZONTAL CURVE WARNING SIGN
DESIGN
SPA 8
PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
Engineer, or such other form the Contractor chooses, provided it contains the same
information as DOT Form 350-109EF.
I-06.6 Recycled Mate_rl�l_s
(January 4, 2016 APWA GSP)
Delete this section, including its subsections, and replace it with the following:
The Contractor shall make their best effort to utilize recycled materials in the
construction of the project. Approval of such material use shall be as detailed elsewhere
in the Standard Specifications.
Prior to Physical Completion the Contractor shall report the quantity of recycled
materials that were utilized in the construction of the project for each of the items listed
in Section 9-03.21. The report shall include hot mix asphalt, recycled concrete
aggregate, recycled glass, steel furnace slag and other recycled materials (e.g.
utilization of on -site material and aggregates from concrete returned to the supplier).
The Contractor's report shall be provided on DOT form 350-075 Recycled Materials
Reporting.
107 LEGAL RELATIONS AND RESPONSJ_SIl_ITIES TO THE PUBLIC
1-07.1 Laws to be Observed
(October 1, 2005 APWA GSP)
Supplement this section with the following:
In cases of conflict between different safety regulations, the more stringent regulation
shall apply.
The Washington State Department of Labor and Industries shall be the sole and
paramount administrative agency responsible for the administration of the provisions of
the Washington Industrial Safety and Health Act of 1973 (WISHA).
The Contractor shall maintain at the project site office, or other well-known place at the
project site, all articles necessary for providing first aid to the injured. The Contractor
shall establish, publish, and make known to all employees, procedures for ensuring
immediate removal to a hospital, or doctor's care, persons, including employees, who
may have been injured on the project site. Employees should not be permitted to work
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-19 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
on the project site before the Contractor has established and made known procedures
for removal of injured persons to a hospital or a doctor's care.
The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of
the Contractor's Plant, appliances, and methods, and for any damage or injury resulting
from their failure, or improper maintenance, use, or operation. The Contractor shall be
solely and completely responsible for the conditions of the project site, including safety
for all persons and property in the performance of the work. This requirement shall apply
continuously, and not be limited to normal working hours. The required or implied duty of
the Engineer to conduct construction review of the Contractor's performance does not,
and shall not, be intended to include review and adequacy of the Contractor's safety
measures in, on, or near the project site.
Section 1-07.1 is supplemented with the following:
(April 3, 2006 WSDOT GSP, OPTION 3)
Confined Space
Confined spaces are known to exist at the following locations:
Existing storm drainage, sanitary sewer, and other utility systems, vaults, and
structures, along with all new similar new construction items that meet the
requirements of WAC 296-809-100.
The Contractor shall be fully responsible for the safety and health of all on -site workers
and compliant with Washington Administrative Code (WAC 296-809).
The Contractor shall prepare and implement a confined space program for each of the
confined spaces identified above. The Contractors Confined Space program shall be
sent to the contracting agency at least 30 days prior to the Contractor beginning work in
or adjacent to the confined space. No work shall be performed in or adjacent to the
confined space until the plan is submitted to the Engineer as required. The Contractor
shall communicate with the Engineer to ensure a coordinated effort for providing and
maintaining a safe worksite for both the Contracting Agency's and Contractor's workers
when working in or near a confined space.
All costs to prepare and implement the confined space program shall be included in the
bid prices for the various items associated with the confined space work.
Section 1-07.1 is supplemented with the following:
(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.
1-07.2 State Taxes
Delete this section, including its sub -sections, in its entirety and replace it with the following:
1-07,2 State Sales Tax
(June 27, 2011 APWA GSP)
The Washington State Department of Revenue has issued special rules on the State
sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-20 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
Contractor should contact the Washington State Department of Revenue for answers to
questions in this area. The Contracting Agency will not adjust its payment if the
Contractor bases a Bid on a misunderstood tax liability.
The Contractor shall include all Contractor -paid taxes in the unit Bid prices or other
Contract amounts. In some cases, however, state retail sales tax will not be included.
Section 1-07.2(2) describes this exception.
The Contracting Agency will pay the retained percentage (or release the Contract Bond if
a FHWA-funded Project) only if the Contractor has obtained from the Washington State
Department of Revenue a certificate showing that all Contract -related taxes have been
paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the
Contractor any amount the Contractor may owe the Washington State Department of
Revenue, whether the amount owed relates to this Contract or not. Any amount so
deducted will be paid into the proper State fund.
1-07.2(1) State Sale§ Tax — Rule 171
WAC 458-20-171, and its related rules, apply to building, repairing, or improving
streets, roads, etc., which are owned by a municipal corporation, or political
subdivision of the state, or by the United States, and which are used primarily for
foot or vehicular traffic. This includes storm or combined sewer systems within
and included as a part of the street or road drainage system and power lines
when such are part of the roadway lighting system. For work performed in such
cases, the Contractor shall include Washington State Retail Sales Taxes in the
various unit Bid item prices, or other Contract amounts, including those that the
Contractor pays on the purchase of the materials, equipment, or supplies used or
consumed in doing the work.
1-07.2(2) State Sales Tax — Rule 170
WAC 458-20-170, and its related rules, apply to the constructing and repairing of
new or existing buildings, or other structures, upon real property. This includes,
but is not limited to, the construction of streets, roads, highways, etc., owned by
the state of Washington; water mains and their appurtenances; sanitary sewers
and sewage disposal systems unless such sewers and disposal systems are
within, and a part of, a street or road drainage system; telephone, telegraph,
electrical power distribution lines, or other conduits or lines in or above streets or
roads, unless such power lines become a part of a street or road lighting system;
and installing or attaching of any article of tangible personal property in or to real
property, whether or not such personal property becomes a part of the realty by
virtue of installation.
For work performed in such cases, the Contractor shall collect from the
Contracting Agency, retail sales tax on the full Contract price. The Contracting
Agency will automatically add this sales tax to each payment to the Contractor.
For this reason, the Contractor shall not include the retail sales tax in the unit Bid
item prices, or in any other Contract amount subject to Rule 170, with the
following exception.
Exception: The Contracting Agency will not add in sales tax for a payment the
Contractor or a subcontractor makes on the purchase or rental of tools,
machinery, equipment, or consumable supplies not integrated into the project.
Such sales taxes shall be included in the unit Bid item prices or in any other
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-21 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
Contract amount.
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-22 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
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
(April 7, 2020, WSDOT GSP, OPTION 2)
COVID-19 Health & Safety Plan (CHSP)
The Contractor shall prepare a project specific COVID-19 health and safety plan (CHSP). The
CHSP shall be prepared and submitted as a Type 2 working drawing prior to beginning physical
Work.
The 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:
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.
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 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.
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-23 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
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.
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.
1-07.9111 General
(January 6, 2020 WSDOT GSP, OPTION 1)
Section 1-07.9(1) is supplemented with the following:
The Federal wage rates incorporated in this contract have been established by the
Secretary of Labor under United States Department of Labor General Decision No.
WA20200001.
The State rates incorporated in this contract are applicable to all construction
activities associated with this contract.
(April 2, 2007 WSDOT GSP, OPTION 4)
Application of Wage Rates For The Occupation Of Landscape Construction
State prevailing wage rates for public works contracts are included in this contract and
show a separate listing for the occupation:
Landscape Construction, which includes several different occupation descriptions
such as: Irrigation and Landscape Plumbers, Irrigation and Landscape Power
Equipment Operators, and Landscaping or Planting Laborers.
In addition, federal wage rates that are included in this contract may also include occupation
descriptions in Federal Occupational groups for work also specifically identified with
landscaping such as:
Laborers with the occupation description, Landscaping or Planting, or
Power Equipment Operators with the occupation description, Mulch Seeding
Operator.
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-24 PROJECT #218
CFW SPECIAL PROVISIONS VER 2020.02
If Federal wage rates include one or more rates specified as applicable to landscaping work,
then Federal wage rates for all occupation descriptions, specific or general, must be
considered and compared with corresponding State wage rates. The higher wage rate,
either State or Federal, becomes the minimum wage rate for the work performed in that
occupation.
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-25 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
Contractors are responsible for determining the appropriate crafts necessary to perform the
contract work. If a classification considered necessary for performance of the work is
missing from the Federal Wage Determination applicable to the contract, the Contractor
shall initiate a request for approval of a proposed wage and benefit rate. The Contractor
shall prepare and submit Standard Form 1444, Request for Authorization of Additional
Classification and Wage Rate available at http://www.wdol.gov/docs/sfl444.pdf, and submit
the completed form to the Engineer's office. The presence of a classification wage on the
Washington State Prevailing Wage Rates For Public Works Contracts does not exempt the
use of form 1444 for the purpose of determining a federal classification wage rate.
1-07, 5l_R..eguired Documents
(January 3, 2020 APWA GSP)
Delete this section and replace it with the following:
General
All "Statements of Intent to Pay Prevailing Wages"
Certified Payrolls, including a signed Statement
projects, shall be submitted to the Engineer using
Wage Intent & Affidavit (PWIA) system.
"Affidavits of Wages Paid" and
of Compliance for Federal -aid
the State L&I online Prevailing
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
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-26 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
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-OLI I Reguirements for N_gndiscrimination
(September 3, 2019 WSDOT GSP, OPTION 1)
Section 1-07.11 is supplemented with the following:
Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive
Order 11246
1. The Contractor's attention is called to the Equal Opportunity Clause and the
Standard Federal Equal Employment Opportunity Construction Contract
Specifications set forth herein.
2. The goals and timetables for minority and female participation set by the Office of
Federal Contract Compliance Programs, expressed in percentage terms for the
Contractor's aggregate work force in each construction craft and in each trade on all
construction work in the covered area, are as follows:
Women - Statewide
Timetable
Until further notice
Goal
6.9%
Minorities - by Standard Metropolitan Statistical Area (SMSA
Spokane, WA:
SMSA Counties:
Spokane, WA 2.8
WA Spokane.
Non-SMSA Counties 3.0
WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield; WA
Lincoln, WA Pend Oreille; WA Stevens; WA Whitman.
Richland, WA:
SMSA Counties:
Richland Kennewick, WA 5.4
WA Benton; WA Franklin.
Non-SMSA Counties 3.6
WA Walla Walla.
Yakima, WA:
SMSA Counties:
Yakima, WA 9.7
WA Yakima.
Non-SMSA Counties 7.2
WA Chelan; WA Douglas; WA Grant; WA Kittitas; WA Okanogan.
Seattle, WA:
SMSA Counties:
Seattle Everett, WA 7.2
WA King; WA Snohomish.
Tacoma, WA 6.2
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-27 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
WA Pierce.
Non-SMSA Counties 6.1
WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA Kitsap;
WA Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA
Thurston; WAWhatcom.
Portland, OR:
SMSA Counties:
Portland, OR -WA
WA Clark.
Non-SMSA Counties
WA Cowlitz;
4.5
3.8
WA Klickitat; WA Skamania; WA Wahkiakum.
These goals are applicable to each nonexempt Contractor's total on -site construction
workforce, regardless of whether or not part of that workforce is performing work on
a Federal, or federally assisted project, contract, or subcontract until further notice.
Compliance with these goals and time tables is enforced by the Office of Federal
Contract compliance Programs.
The Contractor's compliance with the Executive Order and the regulations in 41 CFR
Part 60-4 shall be based on its implementation of the Equal Opportunity Clause,
specific affirmative action obligations required by the specifications set forth in 41
CFR 60-4.3(a), and its efforts to meet the goals. The hours of minority and female
employment and training must be substantially uniform throughout the length of the
contract, in each construction craft and in each trade, and the Contractor shall make
a good faith effort to employ minorities and women evenly on each of its projects.
The transfer of minority or female employees or trainees from Contractor to
Contractor or from project to project for the sole purpose of meeting the Contractor's
goal shall be a violation of the contract, the Executive Order and the regulations in 41
CFR Part 60-4. Compliance with the goals will be measured against the total work
hours performed.
3. The Contractor shall provide written notification to the Office of Federal Contract
Compliance Programs (OFCCP) within 10 working days of award of any construction
subcontract in excess of $10,000 or more that are Federally funded, at any tier for
construction work under the contract resulting from this solicitation. The notification
shall list the name, address and telephone number of the Subcontractor; employer
identification number of the Subcontractor; estimated dollar amount of the
subcontract; estimated starting and completion dates of the subcontract; and the
geographical area in which the contract is to be performed. The notification shall be
sent to:
U.S. Department of Labor
Office of Federal Contract Compliance Programs Pacific Region
Attn: Regional Director
San Francisco Federal Building
90 — 7t" Street, Suite 18-300
San Francisco, CA 94103(415) 625-7800 Phone
(415) 625-7799 Fax
CITY OF FEDERAL WAY
HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-28 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020 02
Additional information may be found at the U.S. Department of Labor website:
http:llwww.dol.gov/ofccplTAguides/etaguide.litm
4. As used in this Notice, and in the contract resulting from this solicitation, the Covered
Area is as designated herein.
Standard Federal Equal Employment Opportunity Construction Contract
Specifications (Executive Order 11246
1. As used in these specifications:
a. Covered Area means the geographical area described in the
solicitation from which this contract resulted;
b. Director means Director, Office of Federal Contract Compliance
Programs, United States Department of Labor, or any person to whom
the Director delegates authority;
c. Employer Identification Number means the Federal Social Security
number used on the Employer's Quarterly Federal Tax Return, U. S.
Treasury Department Form 941;
d. Minority includes:
(1) Black, a person having origins in any of the Black Racial
Groups of Africa.
(2) Hispanic, a fluent Spanish speaking, Spanish surnamed
person of Mexican, Puerto Rican, Cuban, Central American,
South American, or other Spanish origin.
(3) Asian or Pacific Islander, a person having origins in any of the
original peoples of the Pacific rim or the Pacific Islands, the
Hawaiian Islands and Samoa.
(4) American Indian or Alaskan Native, a person having origins in
any of the original peoples of North America, and who maintain
cultural identification through tribal affiliation or community
recognition.
2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a
portion of the work involving any construction trade, it shall physically include
in each subcontract in excess of $10,000 the provisions of these
specifications and the Notice which contains the applicable goals for minority
and female participation and which is set forth in the solicitations from which
this contract resulted.
3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown
Plan approved by the U.S. Department of Labor in the covered area either
individually or through an association, its affirmative action obligations on all
work in the Plan area (including goals and timetables) shall be in accordance
with that Plan for those trades which have unions participating in the Plan.
Contractors must be able to demonstrate their participation in and compliance
with the provisions of any such Hometown Plan. Each Contractor or
Subcontractor participating in an approved Plan is individually required to
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-29 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
comply with its obligations under the EEO clause, and to make a good faith
effort to achieve each goal under the Plan in each trade in which it has
employees. The overall good faith performance by other Contractors or
Subcontractors toward a goal in an approved Plan does not excuse any
covered Contractor's or Subcontractor's failure to take good faith effort to
achieve the Plan goals and timetables.
4. The Contractor shall implement the specific affirmative action standards
provided in paragraphs 7a through 7p of this Special Provision. The goals set
forth in the solicitation from which this contract resulted are expressed as
percentages of the total hours of employment and training of minority and
female utilization the Contractor should reasonably be able to achieve in each
construction trade in which it has employees in the covered area. Covered
construction contractors performing construction work in geographical areas
where they do not have a Federal or federally assisted construction contract
shall apply the minority and female goals established for the geographical
area where the work is being performed. The Contractor is expected to make
substantially uniform progress in meeting its goals in each craft during the
period specified.
5. Neither the provisions of any collective bargaining agreement, nor the failure
by a union with whom the Contractor has a collective bargaining agreement,
to refer either minorities or women shall excuse the Contractor's obligations
under these specifications, Executive Order 11246, or the regulations
promulgated pursuant thereto.
6. In order for the nonworking training hours of apprentices and trainees to be
counted in meeting the goals, such apprentices and trainees must be
employed by the Contractor during the training period, and the Contractor
must have made a commitment to employ the apprentices and trainees at the
completion of their training, subject to the availability of employment
opportunities. Trainees must be trained pursuant to training programs
approved by the U.S. Department of Labor.
7. The Contractor shall take specific affirmative actions to ensure equal
employment opportunity. The evaluation of the Contractor's compliance with
these specifications shall be based upon its effort to achieve maximum results
from its action. The Contractor shall document these efforts fully, and shall
implement affirmative action steps at least as extensive as the following:
a. Ensure and maintain a working environment free of harassment,
intimidation, and coercion at all sites, and in all facilities at which the
Contractor's employees are assigned to work. The Contractor, where
possible, will assign two or more women to each construction project.
The Contractor shall specifically ensure that all foremen,
superintendents, and other on -site supervisory personnel are aware of
and carry out the Contractor's obligation to maintain such a working
environment, with specific attention to minority or female individuals
working at such sites or in such facilities.
b. Establish and maintain a current list of minority and female
recruitment sources, provide written notification to minority and female
recruitment sources and to community organizations when the
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-30 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
Contractor or its unions have employment opportunities available, and
maintain a record of the organizations' responses.
c. Maintain a current file of the names, addresses and telephone
numbers of each minority and female off -the -street applicant and
minority or female referral from a union, a recruitment source or
community organization and of what action was taken with respect to
each such individual. If such individual was sent to the union hiring
hall for referral and was not referred back to the Contractor by the
union or, if referred, not employed by the Contractor, this shall be
documented in the file with the reason therefor, along with whatever
additional actions the Contractor may have taken.
d. Provide immediate written notification to the Director when the union
or unions with which the Contractor has a collective bargaining
agreement has not referred to the Contractor a minority person or
woman sent by the Contractor, or when the Contractor has other
information that the union referral process has impeded the
Contractor's efforts to meet its obligations.
e. Develop on-the-job training opportunity and/or participate in training
programs for the area which expressly include minorities and women,
including upgrading programs and apprenticeship and trainee
programs relevant to the Contractor's employment needs, especially
those programs funded or approved by the U.S. Department of Labor.
The Contractor shall provide notice of these programs to the sources
compiled under 7b above.
f. Disseminate the Contractor's EEO policy by providing notice of the
policy to unions and training programs and requesting their
cooperation in assisting the Contractor in meeting its EEO obligations;
by including it in any policy manual and collective bargaining
agreement; by publicizing it in the company newspaper, annual report,
etc.; by specific review of the policy with all management personnel
and with all minority and female employees at least once a year; and
by posting the company EEO policy on bulletin boards accessible to
all employees at each location where construction work is performed.
g. Review, at least annually, the company's EEO policy and affirmative
action obligations under these specifications with all employees
having any responsibility for hiring, assignment, layoff, termination or
other employment decisions including specific review of these items
with on -site supervisory personnel such as Superintendents, General
Foremen, etc., prior to the initiation of construction work at any job
site. A written record shall be made and maintained identifying the
time and place of these meetings, persons attending, subject matter
discussed, and disposition of the subject matter.
h. Disseminate the Contractor's EEO policy externally by including it in
any advertising in the news media, specifically including minority and
female news media, and providing written notification to and
discussing the Contractor's EEO policy with other Contractors and
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-31 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
Subcontractors with whom the Contractor does or anticipates doing
business.
i. Direct its recruitment efforts, both oral and written to minority, female
and community organizations, to schools with minority and female
students and to minority and female recruitment and training
organizations serving the Contractor's recruitment area and
employment needs. Not later than one month prior to the date for the
acceptance of applications for apprenticeship or other training by any
recruitment source, the Contractor shall send written notification to
organizations such as the above, describing the openings, screening
procedures, and tests to be used in the selection process.
J. Encourage present minority and female employees to recruit other
minority persons and women and where reasonable, provide after
school, summer and vacation employment to minority and female
youth both on the site and in other areas of a Contractor's workforce.
k. Validate all tests and other selection requirements where there is an
obligation to do so under 41 CFR Part 60-3.
I. Conduct, at least annually, an inventory and evaluation of all minority
and female personnel for promotional opportunities and encourage
these employees to seek or to prepare for, through appropriate
training, etc., such opportunities.
m. Ensure that seniority practices, job classifications, work assignments
and other personnel practices, do not have a discriminatory effect by
continually monitoring all personnel and employment related activities
to ensure that the EEO policy and the Contractor's obligations under
these specifications are being carried out.
n. Ensure that all facilities and company activities are non -segregated
except that separate or single -user toilet and necessary changing
facilities shall be provided to assure privacy between the sexes.
o. Document and maintain a record of all solicitations of offers for
subcontracts from minority and female construction contractors and
suppliers, including circulation of solicitations to minority and female
contractor associations and other business associations.
p. Conduct a review, at least annually, of all supervisors' adherence to
and performance under the Contractor's EEO policies and affirmative
action obligations.
8. Contractors are encouraged to participate in voluntary associations which
assist in fulfilling one or more of their affirmative action obligations (7a
through 7p). The efforts of a contractor association, joint contractor -union,
contractor -community, or other similar group of which the Contractor is a
member and participant, may be asserted as fulfilling any one or more of the
obligations under 7a through 7p of this Special Provision provided that the
Contractor actively participates in the group, makes every effort to assure that
the group has a positive impact on the employment of minorities and women
in the industry, ensure that the concrete benefits of the program are reflected
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-32 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
in the Contractor's minority and female work -force participation, makes a
good faith effort to meet its individual goals and timetables, and can provide
access to documentation which demonstrate the effectiveness of actions
taken on behalf of the Contractor. The obligation to comply, however, is the
Contractor's and failure of such a group to fulfill an obligation shall not be a
defense for the Contractor's noncompliance.
9. A single goal for minorities and a separate single goal for women have been
established. The Contractor, however, is required to provide equal
employment opportunity and to take affirmative action for all minority groups,
both male and female, and all women, both minority and non -minority.
Consequently, the Contractor may be in violation of the Executive Order if a
particular group is employed in substantially disparate manner (for example,
even though the Contractor has achieved its goals for women generally, the
Contractor may be in violation of the Executive Order if a specific minority
group of women is underutilized).
10. The Contractor shall not use the goals and timetables or affirmative action
standards to discriminate against any person because of race, color, religion,
sex, or national origin.
11. The Contractor shall not enter into any subcontract with any person or firm
debarred from Government contracts pursuant to Executive Order 11246.
12. The Contractor shall carry out such sanctions and penalties for violation of
these specifications and of the Equal Opportunity Clause, including
suspensions, terminations and cancellations of existing subcontracts as may
be imposed or ordered pursuant to Executive Order 11246, as amended, and
its implementing regulations by the Office of Federal Contract Compliance
Programs. Any Contractor who fails to carry out such sanctions and penalties
shall be in violation of these specifications and Executive Order 11246, as
amended.
13. The Contractor, in fulfilling its obligations under these specifications, shall
implement specific affirmative action steps, at least as extensive as those
standards prescribed in paragraph 7 of this Special Provision, so as to
achieve maximum results from its efforts to ensure equal employment
opportunity. If the Contractor fails to comply with the requirements of the
Executive Order, the implementing regulations, or these specifications, the
Director shall proceed in accordance with 41 CFR 60-4.8.
14. The Contractor shall designate a responsible official to monitor all
employment related activity to ensure that the company EEO policy is being
carried out, to submit reports relating to the provisions hereof as may be
required by the government and to keep records. Records shall at least
include, for each employee, their name, address, telephone numbers,
construction trade, union affiliation if any, employee identification number
when assigned, social security number, race, sex, status (e.g., mechanic,
apprentice, trainee, helper, or laborer), dates of changes in status, hours
worked per week in the indicated trade, rate of pay, and locations at which the
work was performed. Records shall be maintained in an easily
understandable and retrievable form; however, to the degree that existing
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-30 PROJECT #218
CFW SPECIAL PROVISIONS VER 2020 02
records satisfy this requirement, the Contractors will not be required to
maintain separate records.
15. Nothing herein provided shall be construed as a limitation upon the
application of other laws which establish different standards of compliance or
upon the application of requirements for the hiring of local or other area
residents (e.g., those under the Public Works Employment Act of 1977 and
the Community Development Block Grant Program).
16. Additional assistance for Federal Construction Contractors on contracts
administered by Washington State Department of Transportation or by Local
Agencies may be found at:
Washington State Dept. of Transportation
Office of Equal Opportunity
PO Box 47314
310 Maple Park Ave. SE
Olympia WA
98504-7314
Ph: 360-705-7090
Fax: 360-705-6801
http://www.wsdot.wa.gov/equalopportunity/default.htm
1-07.11 Requirements for Nondiscrimination
(December 19, 2019 APWA GSP, Option B)
Supplement this section with the following:
Disadvantaged Business Enterprise Participation
The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR Part 26 and USDOT's
official interpretations (i.e., Questions & Answers) apply to this Contract. Demonstrating compliance
with these Specifications is a Condition of Award (COA) of this Contract. Failure to comply with the
requirements of this Specification may result in your Bid being found to be nonresponsive resulting in
rejection or other sanctions as provided by Contract.
DBE Abbreviations and Definitions
Broker — A business firm that provides a bona fide service, such as professional, technical,
consultant or managerial services and assistance in the procurement of essential
personnel, facilities, equipment, materials, or supplies required for the performance of the
Contract; or, persons/companies who arrange or expedite transactions.
Certified Business Description — Specific descriptions of work the DBE is certified to
perform, as identified in the Certified Firm Directory, under the Vendor Information page.
Certified Firm Directory — A database of all Minority, Women, and Disadvantaged
Business Enterprises, including those identified as a UDBE, currently certified by
Washington State. The on-line Directory is available to Bidders for their use in identifying
and soliciting interest from DBE firms. The database is located under the Firm Certification
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-31 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
section of the Diversity Management and Compliance System web page at
https://omwbe,.diversitycompliance.com.
Commercially Useful Function (CUF) — 49 CFR 26.55(c)(1) defines commercially useful
function as: "A DBE performs a commercially useful function when it is responsible for
execution of the work of the contract and is carrying out its responsibilities by actually
performing, managing, and supervising the work involved. To perform a commercially useful
function, the DBE must also be responsible, with respect to materials and supplies used on
the contract, for negotiating price, determining quality and quantity, ordering the material,
and installing (where applicable) and paying for the material itself. To determine whether a
DBE is performing a commercially useful function, you must evaluate the amount of work
subcontracted, industry practices, whether the amount the firm is to be paid under the
contract is commensurate with the work it is actually performing and the DBE credit claimed
for its performance of the work, and other relevant factors."
Disadvantaged Business Enterprise (DBE) — A business firm certified by the Washington
State Office of Minority and Women's Business Enterprises, as meeting the criteria outlined
in 49 CFR 26 regarding DBE certification. A Underutilized Disadvantaged Business
Enterprise (UDBE) firm is a subset of DBE.
Force Account Work — Work measured and paid in accordance with Section 1-09.6.
Good Faith Efforts — Efforts to achieve the UDBE COA Goal or other requirements of this
part which, by their scope, intensity, and appropriateness to the objective, can reasonably
be expected to fulfill the program requirement.
Manufacturer (DBE) — A DBE firm that operates or maintains a factory or establishment
that produces on the premises the materials, supplies, articles, or equipment required under
the Contract. A DBE Manufacturer shall produce finished goods or products from raw or
unfinished material or purchase and substantially alters goods and materials to make them
suitable for construction use before reselling them.
Reasonable Fee (DBE) — For purposes of Brokers or service providers a reasonable fee
shall not exceed 5% of the total cost of the goods or services brokered.
Regular Dealer (DBE) — A DBE firm that owns, operates, or maintains a store, warehouse,
or other establishment in which the materials or supplies required for the performance of a
Contract are bought, kept in stock, and regularly sold to the public in the usual course of
business. To be a Regular Dealer, the DBE firm must be an established regular business
that engages in as its principal business and in its own name the purchase and sale of the
products in question. A Regular Dealer in such items as steel, cement, gravel, stone, and
petroleum products need not own, operate or maintain a place of business if it both owns
and operates distribution equipment for the products. Any supplementing of regular dealers'
own distribution equipment shall be by long-term formal lease agreements and not on an
ad -hoc basis. Brokers, packagers, manufacturers' representatives, or other persons who
arrange or expedite transactions shall not be regarded as Regular Dealers within the
meaning of this definition.
Underutilized Disadvantaged Business Enterprise (UDBE) — A DBE Firm that is
underutilized based on WSDOT's Disparity Study.
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-32 PROJECT #218
CFW SPECIAL PROVISIONS VER 2020.02
UDBE Commitment — The dollar amount the Bidder indicates they will be subcontracting to
be applied towards the UDBE Condition of Award Goal as shown on the UDBE Utilization
Certification Form for each UDBE Subcontractor. This UDBE Commitment amount will be
incorporated into the Contract and shall be considered a Contract requirement. Any
changes to the UDBE Commitment require the Engineer's approval.
UDBE Condition of Award (COA) Goal — An assigned numerical amount specified as a
percentage of the Contract. Initially, this is the minimum amount that the Bidder must
commit to by submission of the Utilization Certification Form and/or by Good Faith Effort
(GFE).
UDBE COA Goal
The Contracting Agency has established a UDBE COA Goal for this Contract in the amount of:
*** 8% ***
Crediting DBE Participation
Subcontractors proposed as COA must be certified prior to the due date for bids on the
Contract. All non-COA DBE Subcontractors shall be certified before the subcontract on which
they are participating is executed.
DBE participation is only credited upon payment to the DBE.
The following are some definitions of what may be counted as DBE participation.
DBE Prime Contractor
Only take credit for that portion of the total dollar value of the Contract equal to the distinct,
clearly defined portion of the Work that the DBE Prime Contractor performs with its own
forces and is certified to perform.
DBE Subcontractor
Only take credit for that portion of the total dollar value of the subcontract that is equal to
the distinct, clearly defined portion of the Work that the DBE performs with its own forces
and is certified to perform. The value of work performed by the DBE includes the cost of
supplies and materials purchased by the DBE and equipment leased by the DBE, for its
work on the contract. Supplies, materials or equipment obtained by a DBE that are not
utilized or incorporated in the contract work by the DBE will not be eligible for DBE credit.
The supplies, materials, and equipment purchased or leased from the Contractor or its
affiliate, including any Contractor's resources available to DBE subcontractors at no cost,
shall not be credited.
DBE credit will not be given in instances where the equipment lease includes the operator.
The DBE is expected to operate the equipment used in the performance of its work under
the contract with its own forces. Situations where equipment is leased and used by the
DBE, but payment is deducted from the Contractor's payment to the DBE is not allowed.
When the subcontractor is part of a UDBE Commitment, the following apply:
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-33 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
1. If a UDBE subcontracts a portion of the Work of its contract to another firm, the
value of the subcontracted Work may be counted toward the UDBE COA Goal only
if the Lower -Tier Subcontractor is also a UDBE.
2. Work subcontracted to a Lower -Tier Subcontractor that is a DBE, but not a UDBE,
may be counted as DBE participation but not counted toward the UDBE COA Goal.
3. Work subcontracted to a non -DBE does not count towards the UDBE COA Goal nor
DBE participation.
DBE Subcontract and Lower Tier Subcontract Documents
There must be a subcontract agreement that complies with 49 CFR Part 26 and fully
describes the distinct elements of Work committed to be performed by the DBE.
DBE Service Provider
The value of fees or commissions charged by a DBE firm behaving in a manner of a Broker,
or another service provider for providing a bona fide service, such as professional,
technical, consultant, managerial services, or for providing bonds or insurance specifically
required for the performance of the contract will only be credited as DBE participation, if the
fee/commission is determined by the Contracting Agency to be reasonable and the firm has
performed a CUF.
Force Account Work
When the Bidder elects to utilize force account Work to meet the UDBE COA Goal, as
demonstrated by listing this force account Work on the UDBE Utilization Certification Form,
for the purposes of meeting UDBE COA Goal, only 50% of the Proposal amount shall be
credited toward the Bidder's Commitment to meet the UDBE COA Goal.
One hundred percent of the actual amounts paid to the DBE for the force account Work
shall be credited towards UDBE COA Goal or DBE participation.
Temporary Traffic Control
If the DBE firm is being utilized in the capacity of only "Flagging", the DBE firm must provide
a Traffic Control Supervisor JCS) and flagger, which are under the direct control of the
DBE. The DBE firm shall also provide all flagging equipment (e.g. paddles, hard hats, and
vests).
If the DBE firm is being utilized in the capacity of "Traffic Control Services", the DBE firm
must provide a TCS, flaggers, and traffic control items (e.g., cones, barrels, signs, etc.) and
be in total control of all items in implementing the traffic control for the project.
Trucking
DBE trucking firm participation may only be credited as DBE participation for the value of
the hauling services, not for the materials being hauled unless the trucking firm is also
certified as a supplier of those materials. In situations where the DBE's work is priced per
ton, the value of the hauling service must be calculated separately from the value of the
materials in order to determine DBE credit for hauling
The DBE trucking firm must own and operate at least one licensed, insured and operational
truck on the contract. The truck must be of the type that is necessary to perform the hauling
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-34 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
duties required under the contract. The DBE receives credit for the value of the
transportation services it provides on the Contract using trucks it owns or leases, licenses,
insures, and operates with drivers it employs.
The DBE may lease additional trucks from another DBE firm. The DBE who leases
additional trucks from another DBE firm receives credit for the value of the transportation
services the lessee DBE provides on the Contract.
The trucking Work subcontracted to any non -DBE trucking firm will not receive credit for
Work done on the project.
The DBE may lease trucks from a truck leasing company (recognized truck rental center),
but can only receive credit towards DBE participation if the DBE uses its own employees as
drivers.
DBE Manufacturer and DBE Regular Dealer
One hundred percent (100%) of the cost of the manufactured product obtained from a DBE
manufacturer can count as DBE participation. If the DBE manufacturer is a UDBE,
participation may count towards the UDBE COA Goal.
Sixty percent (60%) of the cost of materials or supplies purchased from a DBE Regular
Dealer may be credited as DBE Participation. If the role of the DBE Regular Dealer is
determined to be that of a Broker, then DBE credit shall be limited to the fee or commission
it receives for its services. Regular Dealer status and the amount of credit is determined on
a Contract -by -Contract basis. If the DBE regular dealer is a UDBE, participation may count
towards the UDBE COA Goal.
DBE firms proposed to be used as a Regular Dealer must be approved before being listed
as a COA/used on a project. The WSDOT Approved Regular Dealer list published on
WSDOT's Office of Equal Opportunity (OEO) web site must include the specific project for
which approval is being requested. For purposes of the UDBE COA Goal participation, the
Regular Dealer must submit the Regular Dealer Status Request form a minimum of five
calendar days prior to bid opening.
Purchase of materials or supplies from a DBE which is neither a manufacturer nor a regular
dealer, (i.e. Broker) only the fees or commissions charged for assistance in the
procurement of the materials and supplies, or fees or transportation charges for the delivery
of materials or supplies required on a job site, can count as DBE participation provided the
fees are not excessive as compared with fees customarily allowed for similar services.
Documentation will be required to support the fee/commission charged by the DBE. The
cost of the materials and supplies themselves cannot be counted toward as DBE
participation.
Note Requests to be listed as a Regular Dealer will only be processed if the requesting
firm is a material supplier certified by the Office of Minority and Women's Business
Enterprises in a NAICS code that falls within the 42XXXX NAICS Wholesale code
section.
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-35 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
Underutilized Disadvantaged Business Enterprise Utilization
The requirements of this section apply to projects with a UDBE COA Goal. To be eligible for
award of the Contract, the Bidder shall properly complete and submit an Underutilized
Disadvantaged Business Enterprise (UDBE) Utilization Certification with the Bidder's sealed Bid
Proposal, as specified in Section 1-02.9 Delivery of Proposal. The Bidder's UDBE Utilization
Certification must clearly demonstrate how the Bidder intends to meet the UDBE COA Goal. A
UDBE Utilization Certification (WSDOT Form 272-056U) is included in the Proposal package for
this purpose as well as instructions on how to properly fill out the form.
The Bidder is advised that the items listed below when listed in the Utilization Certification must
have their amounts reduced to the percentages shown and those reduced amounts will be the
amount applied towards meeting the UDBE COA Goal.
Force account at 50%
Regular dealer at 60%
In the event of arithmetic errors in completing the UDBE Utilization Certification, the amount
listed to be applied towards the UDBE COA Goal for each UDBE shall govern and the UDBE
total amount shall be adjusted accordingly.
Note: The Contracting Agency shall consider as non -responsive and shall reject any Bid
Proposal submitted that does not contain a UDBE Utilization Certification Form that
accurately demonstrates how the Bidder intends to meet the UDBE COA Goal.
Underutilized Disadvantaged Business Enterprise Written Confirmation Document(s)
The requirements of this section apply to projects with a UDBE COA Goal. The Bidder shall
submit an Underutilized Disadvantaged Business Enterprise (UDBE) Written Confirmation
Document (completed and signed by the UDBE) for each UDBE firm listed in the Bidder's
completed UDBE Utilization Certification submitted with the Bid. Failure to do so will result in the
associated participation being disallowed, which may cause the Bid to be determined to be
nonresponsive resulting in Bid rejection.
The Confirmation Documents provide confirmation from the UDBEs that they are participating in
the Contract as provided in the Bidder's Commitment. The Confirmation Documents must be
consistent with the Utilization Certification.
A UDBE Written Confirmation Document (WSDOT Form 422-031 U) is included in the Proposal
package for this purpose.
The form(s) shall be received as specified in the special provisions for Section 1-02.9 Delivery of
Proposal.
It is prohibited for the Bidder to require a UDBE to submit a Written Confirmation Document with
any part of the form left blank. Should the Contracting Agency determine that an incomplete
Written Confirmation Document was signed by a UDBE, the validity of the document comes into
question. The associated UDBE participation may not receive credit.
Selection of Successful Bidder/Good Faith Efforts (GFE)
The requirements of this section apply to projects with a UDBE COA Goal. The successful
Bidder shall be selected on the basis of having submitted the lowest responsive Bid, which
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-36 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
demonstrates a good faith effort to achieve the UDBE COA Goal. The Contracting Agency, at
any time during the selection process, may request a breakdown of the bid items and amounts
that are counted towards the overall contract goal for any of the UDBEs listed on the UDBE
Utilization Certification.
Achieving the UDBE COA Goal may be accomplished in one of two ways:
By meeting the UDBE COA Goal
Submission of the UDBE Utilization Certification, supporting UDBE Written
Confirmation Document(s) showing the Bidder has obtained enough UDBE
participation to meet or exceed the UDBE COA Goal, the UDBE Bid Item Breakdown
and the UDBE Trucking Credit Form, if applicable.
2. By documentation that the Bidder made adequate GFE to meet the UDBE COA Goal
The Bidder may demonstrate a GFE in whole or part through GFE documentation
ONLY IN THE EVENT a Bidder's efforts to solicit sufficient UDBE participation have
been unsuccessful. The Bidder must supply GFE documentation in addition to the
UDBE Utilization Certification, supporting UDBE Written Confirmation Document(s), the
UDBE Bid Item Breakdown form and the UDBE Trucking Credit Form, if applicable.
Note In the case where a Bidder is awarded the contract based on demonstrating
adequate GFE, the advertised UDBE COA Goal will not be reduced. The Bidder
shall demonstrate a GFE during the life of the Contract to attain the advertised
UDBE COA Goal.
GFE documentation, the UDBE Bid Item Breakdown form, and the UDBE Trucking Credit Form,
if applicable, shall be submitted as specified in Section 1-02.9.
The Contracting Agency will review the GFE documentation and will determine if the Bidder
made an adequate good faith effort.
Good Faith Effort (GFE) Documentation
GFE is evaluated when:
Determining award of a Contract that has COA goal,
2. When a COA UDBE is terminated and substitution is required, and
3. Prior to Physical Completion when determining whether the Contractor has satisfied its
UDBE commitments.
49 CFR Part 26, Appendix A is intended as general guidance and does not, in itself,
demonstrate adequate good faith efforts. The following is a list of types of actions, which would
be considered as part of the Bidder's GFE to achieve UDBE participation. It is not intended to be
a mandatory checklist, nor is it intended to be exclusive or exhaustive. Other factors or types of
efforts may be relevant in appropriate cases.
Soliciting through all reasonable and available means (e.g. attendance at pre -bid
meetings, advertising and/or written notices) the interest of all certified UDBEs who
have the capability to perform the Work of the Contract. The Bidder must solicit this
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-37 PROJECT #218
CFW SPECIAL PROVISIONS VER 2020.02
interest within sufficient time to allow the UDBEs to respond to the solicitation. The
Bidder must determine with certainty if the UDBEs are interested by taking appropriate
steps to follow up initial solicitations.
2. Selecting portions of the Work to be performed by UDBEs in order to increase the
likelihood that the UDBE COA Goal will be achieved. This includes, where appropriate,
breaking out contract Work items into economically feasible units to facilitate UDBE
participation, even when the Bidder might otherwise prefer to perform these Work
items with its own forces.
3. Providing interested UDBEs with adequate information about the Plans, Specifications,
and requirements of the Contract in a timely manner to assist them in responding to a
solicitation.
a. Negotiating in good faith with interested UDBEs. It is the Bidder's responsibility to
make a portion of the Work available to UDBE subcontractors and suppliers and to
select those portions of the Work or material needs consistent with the available
UDBE subcontractors and suppliers, so as to facilitate UDBE participation.
Evidence of such negotiation includes the names, addresses, and telephone
numbers of UDBEs that were considered; a description of the information provided
regarding the Plans and Specifications for the Work selected for subcontracting;
and evidence as to why additional agreements could not be reached for UDBEs to
perform the Work.
b. A Bidder using good business judgment would consider a number of factors in
negotiating with subcontractors, including DBE subcontractors, and would take a
firm's price and capabilities as well as the UDBE COA Goal into consideration.
However, the fact that there may be some additional costs involved in finding and
using UDBEs is not in itself sufficient reason for a Bidder's failure to meet the
UDBE COA Goal, as long as such costs are reasonable. Also, the ability or desire
of a Bidder to perform the Work of a Contract with its own organization does not
relieve the Bidder of the responsibility to make Good Faith Efforts. Bidders are not,
however, required to accept higher quotes from UDBEs if the price difference is
excessive or unreasonable.
4. Not rejecting UDBEs as being unqualified without sound reasons based on a thorough
investigation of their capabilities. The Bidder's standing within its industry, membership
in specific groups, organizations, or associations and political or social affiliations (for
example union vs. non -union employee status) are not legitimate causes for the
rejection or non -solicitation of bids in the Bidder's efforts to meet the UDBE COA Goal.
5. Making efforts to assist interested UDBEs in obtaining bonding, lines of credit, or
insurance as required by the recipient or Bidder.
6. Making efforts to assist interested UDBEs in obtaining necessary equipment, supplies,
materials, or related assistance or services.
7. Effectively using the services of available minority/women community organizations;
minority/women contractors' groups; local, State, and Federal minority/women
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-38 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
business assistance offices; and other organizations as allowed on a case -by -case
basis to provide assistance in the recruitment and placement of UDBEs.
8. Documentation of GFE must include copies of each UDBE and non -DBE subcontractor
quotes submitted to the Bidder when a non -DBE subcontractor is selected over a
UDBE for Work on the Contract. (ref. updated DBE regulations — 26.53(b)(2)(vi) &
App. A)
Administrative Reconsideration of GFE Documentation
A Bidder has the right to request reconsideration if the GFE documentation submitted with their
Bid was determined to be inadequate.
The Bidder must request within 48 hours of notification of being nonresponsive or
forfeit the right to reconsideration.
The reconsideration decision on the adequacy of the Bidder's GFE documentation
shall be made by an official who did not take part in the original determination.
• Only original GFE documentation submitted as a supplement to the Bid shall be
considered. The Bidder.shall not introduce new documentation at the reconsideration
hearing.
• The Bidder shall have the opportunity to meet in person with the official for the purpose
of setting forth the Bidder's position as to why the GFE documentation demonstrates a
sufficient effort.
The reconsideration official shall provide the Bidder with a written decision on
reconsideration within five working days of the hearing explaining the basis for their
finding.
UDBE Bid Item Breakdown
The Bidder shall submit a UDBE Bid Item Breakdown Form (WSDOT Form 272-054) as
specified in the Special Provisions for Section 1-02.9, Delivery of Proposal.
UDBE Trucking Credit Form
The Bidder shall submit a UDBE Trucking Credit Form (WSDOT Form 272-058), as specified in
the Special Provisions for Section 1-02.9, Delivery of Proposal.
Note: The UDBE Trucking Credit Form is only required for a UDBE Firm listed on the
UDBE Utilization Certification as a subcontractor for "Trucking" or "Hauling" and are
performing a part of a bid item. For example, if the item of Work is Structure
Excavation including Haul, and another firm is doing the excavation and the UDBE
Trucking firm is doing the haul, the form is required. For a UDBE subcontractor
that is responsible for an entire item of work that may require some use of trucks,
the form is not required.
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-39 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
Procedures between Award and Execution
After Award and prior to Execution, the Contractor shall provide the additional information
described below. Failure to comply shall result in the forfeiture of the Bidder's Proposal bond or
deposit.
1. A list of all firms who submitted a bid or quote in attempt to participate in this project
whether they were successful or not. Include the business name and mailing address.
Note: The firms identified by the Contractor may be contacted by the Contracting Agency
to solicit general information as follows: age of the firm and average of its gross
annual receipts over the past three years.
Procedures after Execution
Commercially Useful Function (CUF)
The Contractor may only take credit for the payments made for Work performed by a DBE
that is determined to be performing a CUF. Payment must be commensurate with the work
actually performed by the DBE. This applies to all DBEs performing Work on a project,
whether or not the DBEs are COA, if the Contractor wants to receive credit for their
participation. The Engineer will conduct CUF reviews to ascertain whether DBEs are
performing a CUF. A DBE performs a CUF when it is carrying out its responsibilities of its
contract by actually performing, managing, and supervising the Work involved. The DBE
must be responsible for negotiating price; determining quality and quantity; ordering the
material, installing (where applicable); and paying for the material itself. If a DBE does not
perform "all" of these functions on a furnish -and -install contract, it has not performed a CUF
and the cost of materials cannot be counted toward UDBE COA Goal. Leasing of
equipment from a leasing company is allowed. However, leasing/purchasing equipment
from the Contractor is not allowed. Lease agreements shall be provided prior to the
Subcontractor beginning Work. Any use of the Contractor's equipment by a DBE may not
be credited as countable participation.
The DBE does not perform a CUF if its role is limited to that of an extra participant in a
transaction, contract, or project through which the funds are passed in order to obtain the
appearance of DBE participation.
In order for a DBE traffic control company to be considered to be performing a CUF, the
DBE must be in control of its work inclusive of supervision. The DBE shall employ a Traffic
Control Supervisor who is directly involved in the management and supervision of the traffic
control employees and services.
The following are some of the factors that the Engineer will use in determining whether a
DBE trucking company is performing a CUF:
The DBE shall be responsible for the management and supervision of the entire
trucking operation for which it is responsible on the contract. The owner
demonstrates business related knowledge, shows up on site and is determined to
be actively running the business.
• The DBE itself shall own and operate at least one fully licensed, insured, and
operational truck used on the Contract. The drivers of the trucks owned and
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-40 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020 02
leased by the DBE must be exclusively employed by the DBE and reflected on the
DBE's payroll.
Lease agreements for trucks shall indicate that the DBE has exclusive use of and
control over the truck(s). This does not preclude the leased truck from working for
others provided it is with the consent of the DBE and the lease provides the DBE
absolute priority for use of the leased truck.
Leased trucks shall display the name and identification number of the DBE.
UDBE/DBE/FSBE Truck Unit Listing Log
In addition to the subcontracting requirements of Section 1-08.1, each DBE trucking firm
shall submit supplemental information consisting of a completed Primary UDBE/DBE/FSBE
Truck Unit Listing Log (WSDOT Form 350-077), copy of vehicle registrations, and all
Rental/Lease agreements (if applicable). The supplemental information shall be submitted
to the Engineer prior to any trucking services being performed for DBE credit. Incomplete
or incorrect supplemental information will be returned for correction. The corrected Primary
UDBE/DBE/FSBE Truck Unit Listing Log and any Updated Primary UDBE/DBE/FSBE Truck
Unit Listing Logs shall be submitted and accepted by the Engineer no later than ten
calendar days of utilizing applicable trucks. Failure to submit or update the DBE Truck Unit
Listing Log may result in trucks not being credited as DBE participation.
Each DBE trucking firm shall complete a Daily UDBE/DBE/FSBE Trucking Unit Listing Log
for each day that the DBE performs trucking services for DBE credit. The Daily
UDBE/DBE/FSBE Trucking Unit Listing Log forms shall be submitted to the Engineer by
Friday of the week after the work was performed.
Joint Checking
A joint check is a check between a Subcontractor and the Contractor to the supplier of
materials/supplies. The check is issued by the Contractor as payer to the Subcontractor and
the material supplier jointly for items to be incorporated into the project. The DBE must
release the check to the supplier, while the Contractor acts solely as the guarantor.
A joint check agreement must be approved by the Engineer and requested by the DBE
involved using the DBE Joint Check Request Form (form # 272-053) prior to its use. The
form must accompany the DBE Joint Check Agreement between the parties involved,
including the conditions of the arrangement and expected use of the joint checks.
The approval to use joint checks and the use will be closely monitored by the Engineer. To
receive DBE credit for performing a CUF with respect to obtaining materials and supplies, a
DBE must "be responsible for negotiating price, determining quality and quantity, ordering
the material, installing and paying for the material itself." The Contractor shall submit DBE
Joint Check Request Form for the Engineer approval prior to using a joint check.
Material costs paid by the Contractor directly to the material supplier are not allowed. If
proper procedures are not followed or the Engineer determines that the arrangement results
in lack of independence for the DBE involved, no DBE credit will be given for the DBE's
participation as it relates to the material cost.
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-41 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
Prompt Payment
Prompt payment to all subcontractors shall be in accordance with Section 1-08.1. Prompt
payment requirements apply to progress payments as well as return of retainage.
Subcontracts
Prior to a DBE performing Work on the Contract, an executed subcontract between the
DBE and the Contractor shall be submitted to the Engineer. The executed subcontracts
shall be submitted by email to the following email address
*** john.mulkey@cityoffederalway.com ***
***NWReg ionOEO@wsdot.wa. gov***
The prime contractor shall notify the Engineer in writing within five calendar days of
subcontract submittal.
Reporting
The Contractor and all subcontractors/suppliers/service providers that utilize DBEs to
perform work on the project, shall maintain appropriate records that will enable the Engineer
to verify DBE participation throughout the life of the project.
Refer to Section 1-08.1 for additional reporting requirements associated with this contract.
Changes in COA Work Committed to UDBE
The Contractor shall utilize the COA UDBEs to perform the work and supply the materials for
which each is committed unless approved by the Engineer. The Contractor shall not be entitled
to any payment for work or material completed by the Contractor or subcontractors that was
committed to be completed by the COA UDBEs.
Owner Initiated Changes
Where the Engineer makes changes that result in changes to Work that was committed to a
COA UDBE. The Contractor may be directed to substitute for the Work in such instances.
Contractor Initiated Changes
The Contractor cannot reduce the amount of work committed to a COA UDBE without good
cause. Reducing UDBE Commitment is viewed as partial UDBE termination, and therefore
subject to the termination procedures below.
Original Quantity Underruns
In the event that Work committed to a UDBE firm as part of the COA underruns the original
planned quantities the Contractor may be required to substitute other remaining Work to
another UDBE.
Contractor Proposed DBE Substitutions
Requests to substitute a COA UDBE must be for good cause (see UDBE termination
process below), and requires prior written approval of the Engineer. After receiving a
termination with good cause approval, the Contractor may only replace a UDBE with
another certified UDBE. When any changes between Contract Award and Execution result
in a substitution of COA UDBE, the substitute UDBE shall be certified prior to the bid
opening on the Contract.
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-42 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
UDBE Termination
Termination of a COA UDBE (or an approved substitute UDBE) is only allowed in whole or
in part with prior written approval of the Engineer. If the Contractor terminates a COA UDBE
without the written approval of the Engineer, the Contractor shall not be entitled to credit
towards the UDBE COA Goal for any payment for work or material performed/supplied by
the COA UDBE. In addition, sanctions may apply as described elsewhere in this
specification.
The Contractor must have good cause to terminate a COA UDBE.
Good cause typically includes situations where the UDBE Subcontractor is unable or
unwilling to perform the work of its subcontract. Good cause may exist if:
• The UDBE fails or refuses to execute a written contract.
• The UDBE fails or refuses to perform the Work of its subcontract in a way
consistent with normal industry standards.
• The UDBE fails or refuses to meet the Contractor's reasonable nondiscriminatory
bond requirements.
a The UDBE becomes bankrupt, insolvent, or exhibits credit unworthiness.
• The UDBE is ineligible to work on public works projects because of suspension
and debarment proceedings pursuant to federal law or applicable State law.
• The UDBE voluntarily withdraws from the project, and provides written notice of its
withdrawal.
The UDBE's work is deemed unsatisfactory by the Engineer and not in compliance
with the Contract.
• The UDBE's owner dies or becomes disabled with the result that the UDBE is
unable to complete its Work on the Contract.
Good cause does not exist if:
• The Contractor seeks to terminate a COA UDBE so that the Contractor can self -
perform the Work.
The Contractor seeks to terminate a COA UDBE so the Contractor can substitute
another DBE contractor or non -DBE contractor after Contract Award.
• The failure or refusal of the COA UDBE to perform its Work on the subcontract
results from the bad faith or discriminatory action of the Contractor (e.g., the failure
of the Contractor to make timely payments or the unnecessary placing of
obstacles in the path of the UDBE's Work).
Prior to requesting termination, the Contractor shall give notice in writing to the UDBE with a
copy to the Engineer of its intent to request to terminate UDBE Work and the reasons for
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-43 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
doing so. The UDBE shall have five (5) days to respond to the Contractor's notice. The
UDBE's response shall either support the termination or advise the Engineer and the
Contractor of the reasons it objects to the termination of its subcontract.
When a COA UDBE is terminated, or fails to complete its work on the Contract for any
reason, the Contractor shall substitute with another UDBE or provide documentation of
GFE. A plan to achieve the COA UDBE Commitment shall be submitted to the Engineer
within 2 days of the approval of termination or the Contract shall be suspended until such
time the substitution plan is submitted.
Decertification
When a DBE is "decertified" from the DBE program during the course of the Contract, the
participation of that DBE shall continue to count as DBE participation as long as the
subcontract with the DBE was executed prior to the decertification notice. The Contractor is
obligated to substitute when a DBE does not have an executed subcontract agreement at
the time of decertification.
Consequences of Non -Compliance
Breach of Contract
Each contract with a Contractor (and each subcontract the Contractor signs with a
Subcontractor) must include the following assurance clause:
The Contractor, subrecipient, or Subcontractor shall not discriminate on the basis of race,
color, national origin, or sex in the performance of this contract. The Contractor shall carry
out applicable requirements of 49 CFR Part 26 in the award and administration of DOT -
assisted contracts. Failure by the Contractor to carry out these requirements is a material
breach of this Contract, which may result in the termination of this Contract or such other
remedy as the recipient deems appropriate, which may include, but is not limited to:
(1) Withholding monthly progress payments;
(2) Assessing sanctions;
(3) Liquidated damages; and/or
(4) Disqualifying the Contractor from future bidding as non -responsible.
Notice
If the Contractor or any Subcontractor, Consultant, Regular Dealer, or service provider is
deemed to be in non-compliance, the Contractor will be informed in writing, by certified mail
by the Engineer that sanctions will be imposed for failure to meet the UDBE COA
Commitment and/or submit documentation of good faith efforts. The notice will state the
specific sanctions to be imposed which may include impacting a Contractor or other entity's
ability to participate in future contracts.
Sanctions
If it is determined that the Contractor's failure to meet all or part of the UDBE COA Commitment
is due to the Contractor's inadequate good faith efforts throughout the life of the Contract,
including failure to submit timely, required Good Faith Efforts information and documentation,
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-44 PROJECT #218
CFW SPECIAL PROVISIONS VER 2020.02
the Contractor may be required to pay DBE penalty equal to the amount of the unmet
Commitment, in addition to the sanctions outlined in Section 1-07.11(5).
Payment
Compensation for all costs involved with complying with the conditions of this Specification and
any other associated DBE requirements is included in payment for the associated Contract
items of Work, except otherwise provided in the Specifications.
1-07.12 Federal Agency Insaect on
(January 25, 2016)
Section 1-07.12 is supplemented with the following:
Required Federal Aid Provisions
The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273)
Revised May 1, 2012 and the amendments thereto supersede any conflicting provisions
of the Standard Specifications and are made a part of this Contract; provided, however,
that if any of the provisions of FHWA 1273, as amended, are less restrictive than
Washington State Law, then the Washington State Law shall prevail.
The provisions of FHWA 1273, as amended, included in this Contract require that the
Contractor insert the FHWA 1273 and amendments thereto in each Subcontract,
together with the wage rates which are part of the FHWA 1273, as amended. Also, a
clause shall be included in each Subcontract requiring the Subcontractors to insert the
FHWA 1273 and amendments thereto in any lower tier Subcontracts, together with the
wage rates. The Contractor shall also ensure that this section, REQUIRED FEDERAL
AID PROVISIONS, is inserted in each Subcontract for Subcontractors and lower tier
Subcontractors. For this purpose, upon request to the Engineer, the Contractor will be
provided with extra copies of the FHWA 1273, the amendments thereto, the applicable
wage rates, and this Special Provision.
1-07,13 Contractor's for Wor
1-07J3(4) Reaair of Damage
(August 6, 2001 WSDOT GSP)
Section 1-07.13(4) is revised to read:
The Contractor shall promptly repair all damage to either temporary or
permanent work as directed by the Engineer. For damage qualifying for relief
under Sections 1-07.13(1), 1-07.13(2) or 1-07.13(3), payment will be made in
accordance with 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 R storation of Property
1- 7 16(2) Vegetation Protection and Restoration
(August 2, 2010 WSDOT GSP)
Section 1-07.16(2) is supplemented with the following:
Vegetation and soil protection zones for trees shall extend out from the trunk to a
distance of 1 foot radius for each inch of trunk diameter at breast height.
Vegetation and soil protection zones for shrubs shall extend out from the stems
at ground level to twice the radius of the shrub.
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-45 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
Vegetation and soil protection zones for herbaceous vegetation shall extend to
encompass the diameter of the plant as measured from the outer edge of the
plant.
1-07 17 Utilities and Similar Facilities
(April 2, 2007 WSDOT GSP, OPTION 1)
Section 1-07.17 is supplemented with the following:
Locations and dimensions shown in the Plans for existing facilities are in accordance
with available information obtained without uncovering, measuring, or other verification.
The following addresses and telephone numbers of utility companies known or
suspected of having facilities within the project limits are supplied for the Contractor's
convenience.
UTILITY CONTACTS
Puget Sound Energy
Attn: Jason Airey
313O 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: Scott Morrison
22651 83rd Ave S
Kent, WA 98032
Telephone: (206) 832-4862
AD131TIQNAL CQNTACTS
King County METRO Transit
81270 6th Ave S, Bldg 2
Seattle, WA 98134
Telephone: (206) 684-2785
City of Federal Way Police
33325 8th Ave S
CITY OF FEDERAL WAY
SP-40
AT&T
Attn: Daniel McGeough
11241 Willows Rd NE, #130
Redmond, WA 98052
Telephone: (425) 896-9830
City of FIN IT Dept (City Fiber)
Attn: Thomas Fichtner
33325 8th Ave S
Federal Way, WA 98003
Telephone: (253) 835-2547
South King Fire & Rescue
31617 1 st Ave S
Federal Way, WA 98003
Telephone: (253) 946-7253
Federal Way School District
Attn: Transportation Department
HORIZONTAL CURVE WARNING SIGN
DESIGN
PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
Federal Way, WA 98003 1211 S. 332nd St
Telephone: (253) 835-6701 Federal Way, WA 98003
(for officer traffic control scheduling) Telephone: (253) 945-5960
Telephone: (253) 835-6767
(for traffic / road closure issues)
1-07 '18 Public Liability and Property Damage Insurance
Delete this section in its entirety, and replace it with the following:
1-07,18 InsUrance
(January 4, 2016 APWA GSP)
1-07.180) General Reguiremen
A. The Contractor shall procure and maintain the insurance described in all subsections of
section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best
rating of not less than A-: VII and licensed to do business in the State of Washington.
The Contracting Agency reserves the right to approve or reject the insurance provided,
based on the insurer's financial condition.
B. The Contractor shall keep this insurance in force without interruption from the
commencement of the Contractor's Work through the term of the Contract and for thirty
(30) days after the Physical Completion date, unless otherwise indicated below.
C. If any insurance policy is written on a claims made form, its retroactive date, and that of
all subsequent renewals, shall be no later than the effective date of this Contract. The
policy shall state that coverage is claims made, and state the retroactive date. Claims -
made form coverage shall be maintained by the Contractor for a minimum of 36 months
following the Completion Date or earlier termination of this Contract, and the Contractor
shall annually provide the Contracting Agency with proof of renewal. If renewal of the
claims made form of coverage becomes unavailable, or economically prohibitive, the
Contractor shall purchase an extended reporting period ("tail") or execute another form
of guarantee acceptable to the Contracting Agency to assure financial responsibility for
liability for services performed.
D. The Contractor's Automobile Liability, Commercial General Liability and Excess or
Umbrella Liability insurance policies shall be primary and non-contributory insurance as
respects the Contracting Agency's insurance, self-insurance, or self -insured pool
coverage. Any insurance, self-insurance, or self -insured pool coverage maintained by
the Contracting Agency shall be excess of the Contractor's insurance and shall not
contribute with it.
E. The Contractor shall provide the Contracting Agency and all additional insureds with
written notice of any policy cancellation, within two business days of their receipt of such
notice.
F. The Contractor shall not begin work under the Contract until the required insurance has
been obtained and approved by the Contracting Agency
G. Failure on the part of the Contractor to maintain the insurance as required shall
constitute a material breach of contract, upon which the Contracting Agency may, after
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-41 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
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(21 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.
I 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- 7.18(3) Subcontractors
The Contractor shall cause each Subcontractor of every tier to provide insurance
coverage that complies with all applicable requirements of the Contractor -provided
insurance as set forth herein, except the Contractor shall have sole responsibility for
determining the limits of coverage required to be obtained by Subcontractors.
The Contractor shall ensure that all Subcontractors of every tier add all entities listed in
1-07.18(2) as additional insureds, and provide proof of such on the policies as required
by that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO
CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations.
Upon request by the Contracting Agency, the Contractor shall forward to the Contracting
Agency evidence of insurance and copies of the additional insured endorsements of
each Subcontractor of every tier as required in 1-07.18(4) Verification of Coverage.
1-47.18(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
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-42 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020 02
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- 7.1 Coverages and Lirnits
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-Q7 18t51A Cornmerciai General Liability
Commercial General Liability insurance shall be written on coverage forms at least as
broad as ISO occurrence form CG 00 01, including but not limited to liability arising from
premises, operations, stop gap liability, independent contractors, products -completed
operations, personal and advertising injury, and liability assumed under an insured
contract. There shall be no exclusion for liability arising from explosion, collapse or
underground property damage.
The Commercial General Liability insurance shall be endorsed to provide a per project
general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement.
Contractor shall maintai
CITY OF FEDERAL WAY
n
HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-43 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
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
1-07,181519 ►4utornobile Liability
Automobile Liability shall cover owned, non -owned, hired, and leased vehicles; and shall
be written on a coverage form at least as broad as ISO form CA 00 01. If the work
involves the transport of pollutants, the automobile liability policy shall include MCS 90
and CA 99 48 endorsements.
Such policy must provide the following minimum limit:
$1,000,000 Combined single limit each accident
1- 7 CWorkers' C n
The Contractor shall comply with Workers' Compensation coverage as required by the
Industrial Insurance laws of the State of Washington.
1-Q7.18(5)Q Excess or Umbrella Liabilitx
(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(51„J Pollution Liability
(January 4, 2016 APWA GSP)
The Contractor shall provide a Contractors Pollution Liability policy, providing coverage
for claims involving bodily injury, property damage (including loss of use of tangible
property that has not been physically injured), cleanup costs, remediation, disposal or
other handling of pollutants, including costs and expenses incurred in the investigation,
defense, or settlement of claims, arising out of any one or more of the following:
1. Contractor's operations related to this project.
2. Remediation, abatement, repair, maintenance or other work with lead -based
paint or materials containing asbestos.
3. Transportation of hazardous materials away from any site related to this project.
All entities listed under 1-07.18(2) of these Special Provisions shall be named by
endorsement as additional insureds on the Contractors Pollution Liability insurance
policy.
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-44 PROJECT #218
CFW SPECIAL PROVISIONS VER 2020.02
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[
1-07.2301 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
35 mph or less
40 mph
45 to 50 mph
Distance From
Traveled Way
10
15
20
55 tomph 3
60 mph -or greater 35
Minimum Work Zone Clear Zone Distance
(January 5, 2015 WSDOT GSP, OPTION 5)
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-45 PROJECT #218
CFW SPECIAL PROVISIONS VER 2020.02
Section 1-07.23(1) is supplemented with the following:
Lane closures are subject to the following restrictions:
• Lane closure hours on SR 509 (East-West Segments Corridor 2a-2i) are
limited to the hours of 8:30AM to 3:30PM in both directions and only one
direction can be closed at a time.
• Lane closure hours for the North -South segments are 7:OOAM to 3:30PM
northbound and 8:30 to 3:30 southbound. Lane closure hours for all East
—West segments except SR 509 segments are 7:OOAM to 3:30PM
westbound and 8:30 to 3:30 eastbound.
• Only one lane of traffic ("northbound or southbound" or "eastbound or
westbound")may be closed to traffic between the hours of 7:OOAM and
3:30PM. Approval to close both one northbound and one southbound
lane or one eastbound and one westbound lane at the same time will
require prior approval by the Project Engineer.
• Left turns may be restricted (by the Contractor) within the project limits at
the discretion of the Project Engineer.
• Closure of one lane at a time may occur between the hours of 7AM to
3:30PM. Any closures between 3:30PM to 7AM require prior approval by
the City
• If a lane closure is required, at least one lane of traffic (alternating
directions / fagger controlled) shall be maintained at all times.
• Unless otherwise approved or shown on plans, the Contractor shall
maintain two-way traffic during construction. The Contractor shall
maintain continuous two-way traffic along streets throughout the project
site. The Contractor shall have the option, with the approval of the
Engineer, of momentarily interrupting the continuous two-way traffic to
allow one-way traffic. Such interruptions shall utilize qualified flaggers
placed in strategic locations to insure the public safety and minimize
driver confusion. A momentary interruption shall be defined as a period
of time not to exceed two (2) minutes. Regardless of the period of time
no queue greater than ten (10) cars in length will be allowed.
• Working at night (8pm to 7am weekdays, 8 pm-9am weekends &
holidays) is not mandated by the City. Should the contractor schedule
project work during nighttime hours, it shall be the Contractor's
responsibility to obtain any required noise variance or exemption for such
work.
• For approved night work, the Contractor shall, at no additional cost to the
City, make all arrangements for operations during hours of darkness.
Flagger stations shall be illuminated using a minimum 150-watt floodlight.
Lighting used for nighttime work shall, whenever possible, be directed
away from or shielded from residences and oncoming traffic. Signs and
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-46 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
barricades shall be supplemented by Type C steady burn lights to
delineate edge of roadway during the hours of darkness.
The Contractor shall keep all pedestrian routes & access points
(including, but not limited to, sidewalks, and crosswalks when located
within the project limits) open and clear at all times unless permitted
otherwise by the Engineer in an approved traffic control plan. An ADA
accessible route must be provided through the project site at all times.
• Pedestrians must have access to pedestrian push buttons at all times.
The Contractor shall provide flaggers, signs, and other traffic control
devices. The Contractor shall erect and maintain all construction signs,
warning signs, detour signs, and other traffic control devices necessary to
warn and protect the public at all times from injury or damage as a result of
the Contractor's operations which may occur on highways, roads, streets,
sidewalks, or paths. No work shall be done on or adjacent to any traveled
way until all necessary signs and traffic control devices are in place.
• All signs and traffic control devices for the permitted closures shall only
be installed during the specified hours. Construction signs, if placed
earlier than the specified hours of closure, shall be turned or covered so
as not to be visible to motorists
The Contractor shall be responsible for notifying all affected property
owners and tenants prior to commencing the barricading of streets,
alleys, sidewalks and driveways. Notifications should be at least 48 hours
in advance of closures, if possible.
The Contractor shall, at all times throughout the project, conduct the work
in such a manner as will obstruct and inconvenience vehicular and
pedestrian traffic as little as possible. The streets, sidewalks and private
driveways shall be kept open by the Contractor except for the brief
periods when actual work is being done. The Contractor shall so conduct
his operations so as to have under construction no greater length or
amount of work than he can prosecute vigorously and he shall not open
up sections of the work and leave them in an unfinished condition.
Lane closures shall not impact business accesses. All business
accesses will remain open during business hours.
Lane closures shall not restrict vehicular access for buses through the
project site. Bus stops shall remain ADA accessible to pedestrians at all
times throughout the project
If the Engineer determines the permitted closure hours adversely affect traffic,
the Engineer may adjust the hours accordingly. The Engineer will notify the
Contractor in writing of any change in the closure hours.
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-47 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
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
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.
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-48 PROJECT #218
CFW SPECIAL PROVISIONS VER 2020.02
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.
R1111:12 8 :"0 '
Add the following new section:
1-08.0 Preliminary Matter
(May 25, 2006 APWA GSP)
J 08.00) Precanst uction Conference
(October 10, 2008 APWA GSP)
Prior to the Contractor beginning the work, a preconstruction conference will be
held between the Contractor, the Engineer, and such other interested parties as
may be invited. The purpose of the preconstruction conference will be:
1. To review the initial progress schedule;
2. To establish a working understanding among the various parties
associated or affected by the work;
3. To establish and review procedures for progress payment, notifications,
approvals, submittals, etc.;
4. To establish normal working hours for the work;
5. To review safety standards and traffic control; and
6. To discuss such other related items as may be pertinent to the work.
The Contractor shall prepare and submit at the preconstruction meeting the
following:
1. A breakdown of all lump sum items;
2. A preliminary schedule of working drawing submittals; and
3. A list of material sources for approval if applicable.
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-49 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
1-08.0f 2LHours of Work
(December 8, 2014 APWA GSP)
Add the following new section:
Except in the case of emergency or unless otherwise approved by the Engineer,
the normal working hours for the Contract shall be any consecutive 8-hour period
between 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch
break. If the Contractor desires different than the normal working hours stated
above, the request must be submitted in writing prior to the preconstruction
conference, subject to the provisions below. The working hours for the Contract
shall be established at or prior to the preconstruction conference.
All working hours and days are also subject to local permit and ordinance
conditions (such as noise ordinances).
If the Contractor wishes to deviate from the established working hours, the
Contractor shall submit a written request to the Engineer for consideration. This
request shall state what hours are being requested, and why. Requests shall be
submitted for review no later than noon two working days prior to the day(s) the
Contractor is requesting to change the hours.
If the Contracting Agency approves such a deviation, such approval may be
subject to certain other -conditions, which will be detailed in writing. For example:
1. On non -Federal aid projects, requiring the Contractor to reimburse the
Contracting Agency for the costs in excess of straight -time costs for
Contracting Agency representatives who worked during such times. (The
Engineer may require designated representatives to be present during the
work. Representatives who may be deemed necessary by the Engineer
include, but are not limited to: survey crews; personnel from the
Contracting Agency's material testing lab; inspectors; and other
Contracting Agency employees or third party consultants when, in the
opinion of the Engineer, such work necessitates their presence.)
2. Considering the work performed on Saturdays, Sundays, and holidays as
working days with regard to the contract time.
3. Considering multiple work shifts as multiple working days with respect to
contract time even though the multiple shifts occur in a single 24-hour
period.
4. If a 4-10 work schedule is requested and approved the non -working day
for the week will be charged as a working day.
5. If Davis Bacon wage rates apply to this Contract, all requirements must
be met and recorded properly on certified payroll.
1-Q8.1 Subcvntractina
(December 19, 2019 APWA GSP, OPTION A)
Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor
shall submit to the Engineer a certification (WSDOT Form 420-004) that a written
agreement between the Contractor and the subcontractor or between the subcontractor
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-50 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
and any lower tier subcontractor has been executed. This certification shall also
guarantee that these subcontract agreements include all the documents required by the
Special Provision Federal Agency Inspection.
A Subcontractor or lower tier Subcontractor will not be permitted to perform any work
under the contract until the following documents have been completed and submitted to
the Engineer:
1. Request to Sublet Work (Form 421-012), and
2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for
Federal -aid Projects (Form 420-004).
The Contractor shall submit to the Engineer a completed Monthly Retainage Report (WSDOT
Form 272-065) within 15 calendar days after receipt of every monthly progress payment until
every Subcontractor and lower tier Subcontractor's retainage has been released.
The ninth paragraph, beginning with "On all projects, " is revised to read:
The Contractor shall certify to the actual amount received from the Contracting Agency
and amounts paid to all firms that were used as Subcontractors, lower tier
subcontractors, manufacturers, regular dealers, or service providers on the Contract.
This includes all Disadvantaged, Minority, Small, Veteran or Women's Business
Enterprise firms. This Certification shall be submitted to the Engineer on a monthly basis
each month between Execution of the Contract and Physical Completion of the Contract
using the application available at: https://wsdot.diversitycompliance.com. A monthly
report shall be submitted for every month between Execution of the Contract and
Physical Completion regardless of whether payments were made or work occurred.
1-08.3 Progress Schedule
1-08.80A 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 PrQsecution
Delete this section and replace it with the following:
1-0$ 4 Notice to Proc"1 sand ProseEution 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
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-51 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
completion date within the time specified in the contract. Voluntary shutdown or slowing
of operations by the Contractor shall not relieve the Contractor of the responsibility to
complete the work within the time(s) specified in the contract.
When shown in the Plans, the first order of work shall be the installation of high visibility
fencing to delineate all areas for protection or restoration, as described in the Contract.
Installation of high visibility fencing adjacent to the roadway shall occur after the
placement of all necessary signs and traffic control devices in accordance with 1-10.1(2).
Upon construction of the fencing, the Contractor shall request the Engineer to inspect
the fence. No other work shall be performed on the site until the Contracting Agency has
accepted the installation of high visibility fencing, as described in the Contract.
(April 6, 2020 WSDOT GSP, OPTION 4)
(The last sentence of Section 1-08.4 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 GSP, OPTION A)
Revise the third and fourth paragraphs to read:
Contract time shall begin on the first working day following the Notice to Proceed Date.
Each working day shall be charged to the contract as it occurs, until the contract work is
physically complete. If substantial completion has been granted and all the authorized
working days have been used, charging of working days will cease. Each week the
Engineer will provide the Contractor a statement that shows the number of working days:
(1) charged to the contract the week before; (2) specified for the physical completion of
the contract; and (3) remaining for the physical completion of the contract. The
statement will also show the nonworking days and any partial or whole day the Engineer
declares as unworkable. Within 10 calendar days after the date of each statement, the
Contractor shall file a written protest of any alleged discrepancies in it. To be considered
by the Engineer, the protest shall be in sufficient detail to enable the Engineer to
ascertain the basis and amount of time disputed. By not filing such detailed protest in
that period, the Contractor shall be deemed as having accepted the statement as
correct. If the Contractor is approved to work 10 hours a day and 4 days a week (a 4-10
schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily
be charged as a working day then the fifth day of that week will be charged as a workiLlg
day whether or not the Contractor works on that day -
Revise the sixth paragraph to read:
The Engineer will give the Contractor written notice of the completion date of the
contract after all the Contractor's obligations under the contract have been performed by
the Contractor. The following events must occur before the Completion Date can be
established:
1. The physical work on the project must be complete; and
2. The Contractor must furnish all documentation required by the contract and
required by law, to allow the Contracting Agency to process final acceptance of
the contract. The following documents must be received by the Project Engineer
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-52 PROJECT #218
CFW SPECIAL PROVISIONS VER 2020.02
prior to establishing a completion date:
a. Certified Payrolls(per Section 1-07.9 5' .
b. Material Acceptance Certification Documents
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-53 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
c. Monthly Reports of Amounts Credited as DBE Participation, as required
by the Contract Provisions.
d. Final Contract Voucher Certification
e. Copies of the approved "Affidavit of Prevailing Wages Paid" for the
Contractor and all Subcontractors
f. A copy of the Notice of Termination sent to the Washington State
Department of Ecology (Ecology); the elapse of 30 calendar days
from the date of receipt of the Notice of Termination by Ecology; and
no rejection of the Notice of Termination by Ecology. This
requirement will not apply if the Construction Stormwater General
Permit is transferred back to the Contracting Agency in accordance
with Section 8-01.3(16).
g. Pro eity owner releases per Section 1-07.24
(March 13, 1995 WSDOT GSP, OPTION 7)
Section 1-08.5 is supplemented with the following:
This project shall be physically complete within 30 working days.
11-08.6 Suspensian of Work
(January 2, 2018 WSDOT GSP, OPTION 2)
Section 1-08.6 is supplemented with the following:
Contract time may be suspended for procurement of critical materials (Procurement
Suspension). In order to receive a Procurement Suspension, the Contractor shall within
21 calendar days after execution by the Contracting Agency, place purchase orders for
all materials deemed critical by the Contracting Agency for physical completion of the
contract. The Contractor shall provide copies of purchase orders for the critical
materials. Such purchase orders shall disclose the purchase order date and estimated
delivery dates for such critical material.
The Contractor shall show procurement of the materials listed below as activities in the
Progress Schedule. If the approved Progress Schedule indicates the materials
procurement are critical activities, and if the Contractor has provided documentation that
purchase orders are placed for the critical materials within the prescribed 21 calendar
days, then contract time shall be suspended upon physical completion of all critical work
except that work dependent upon the listed critical materials:
Permanent Signing
Charging of contract time will resume upon delivery of the critical materials to the
Contractor or 120 calendar days after execution by the Contracting Agency, whichever
occurs first.
1-08,9Liguidatgd Damgaes
(December 2, 2019 WSDOT GSP, OPTION 3)
Section 1-08.9 is revised to read:
Time is of the essence of the Contract. Delays inconvenience the traveling public,
obstruct traffic, interfere with and delay commerce, and increase risk to Highway users.
Delays also cost tax payers undue sums of money, adding time needed for
administration, engineering, inspection, and supervision.
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-54 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
Accordingly, the Contractor agrees:'
1. To pay liquidated damages in the amount of $350.00 for each working day
beyond the number of working days established for Physical Completion, and
2. To authorize the Engineer to deduct these liquidated damages from any
money due or coming due to the Contractor.
When the Contract Work has progressed to the extent that the Contracting Agency has
full use and benefit of the facilities, both from the operational and safety standpoint, all
the initial plantings are completed and only minor incidental Work, replacement of
temporary substitute facilities, plant establishment periods, or correction or repair
remains to physically complete the total Contract, the Engineer may determine the
Contract Work is substantially complete. The Engineer will notify the Contractor in
writing of the Substantial Completion Date. For overruns in Contract time occurring after
the date so established, liquidated damages shown above will not apply. For overruns in
Contract time occurring after the Substantial Completion Date, liquidated damages shall
be assessed on the basis of direct engineering and related costs assignable to the
project until the actual Physical Completion Date of all the Contract Work. The
Contractor shall complete the remaining Work as promptly as possible. Upon request by
the Engineer, the Contractor shall furnish a written schedule for completing the physical
Work on the Contract.
Liquidated damages will not be assessed for any days for which an extension of time is
granted. No deduction or payment of liquidated damages will, in any degree, release the
Contractor from further obligations and liabilities to complete the entire Contract.
1-09.2(1) General Requirements for Weighing Equipment
(July 23, 2015 APWA GSP, OPTION 2)
Revise item 4 of the fifth paragraph to read:
4. Test results and scale weight records for each day's hauling operations are provided to
the Engineer daily. Reporting shall utilize WSDOT form 422-027, Scaleman's Daily
Report, unless the printed, ticket contains the same information that is on the Scaleman s
Daily Report Form. The scale operator must provide AM and/or PM tare weights for
each truck on the_printed ticket.
1-09.2(5) Measurement
(May 2, 2017 APWA GSP)
Revise the first paragraph to read:
Scale Verification Checks — At the Engineer's discretion, the Engineer may perform
verification checks on the accuracy of each batch, hopper, or platform scale used in
weighing contract items of Work.
1-09.6 Force Account
(October 10, 2008 APWA GSP)
Supplement this section with the following:
The Contracting Agency has estimated and included in the Proposal, dollar amounts for
all items to be paid per force account, only to provide a common proposal for Bidders.
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-55 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
All such dollar amounts are to become a part of Contractor's total bid. However, the
Contracting Agency does not warrant expressly or by implication, that the actual amount
of work will correspond with those estimates. Payment will be made on the basis of the
amount of work actually authorized by Engineer.
1-09.9 Payments
(March 13, 2012 APWA GSP)
Delete the first four paragraphs and replace them with the following:
The basis of payment will be the actual quantities of Work performed according to the
Contract and as specified for payment.
The Contractor shall submit a breakdown of the cost of lump sum bid items at the
Preconstruction Conference, to enable the Project Engineer to determine the Work
performed on a monthly basis. A breakdown is not required for lump sum items that
include a basis for incremental payments as part of the respective Specification. Absent
a lump sum breakdown, the Project Engineer will make a determination based on
information available. The Project Engineer's determination of the cost of work shall be
final.
Progress payments for completed work and material on hand will be based upon
progress estimates prepared by the Engineer. A progress estimate cutoff date will be
established at the preconstruction conference.
The initial progress estimate will be made not later than 30 days after the Contractor
commences the work, and successive progress estimates will be made every month
thereafter until the Completion Date. Progress estimates made during progress of the
work are tentative, and made only for the purpose of determining progress payments.
The progress estimates are subject to change at any time prior to the calculation of the
final payment.
The value of the progress estimate will be the sum of the following:
1. Unit Price Items in the Bid Form —the approximate quantity of acceptable units
of work completed multiplied by the unit price.
2. Lump Sum Items in the Bid Form — based on the approved Contractor's lump
sum breakdown for that item, or absent such a breakdown, based on the
Engineer's determination.
3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job
site or other storage area approved by the Engineer.
4. Change Orders — entitlement for approved extra cost or completed extra work
as determined by the Engineer.
Progress payments will be made in accordance with the progress estimate less
1. Retainage per Section 1-09.9(1), on non FHWA-funded projects;
2. The amount of progress payments previously made; and
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-56 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020 02
3. Funds withheld by the Contracting Agency for disbursement in accordance with
the Contract Documents.
Progress payments for work performed shall not be evidence of acceptable performance
or an admission by the Contracting Agency that any work has been satisfactorily
completed. The determination of payments under the contract will be final in accordance
with Section 1-05.1.
1-09.901 Relainag
(June 27, 2011 INSDOT GSP, OPTION 1)
Section 1-09.9(1) content and title is deleted and replaced with the following:
Vacant
1- 9 11 Di Claims
(September 3, 2019 WSDOT GSP)
Sections 1-09.11 through 1-09.11(1)B are replaced with the following:
Disputes and Claims
When protests occur during a Contract, the Contractor shall pursue resolution through
the Engineer in accordance with Section 1-04.5. Unless noted otherwise in the
specifications, compliance with all the requirements of Section 1-04.5 is a condition
precedent to initiating any action pursuant to these Special Provisions.
If the negotiations using the procedures outlined in Section 1-04.5 fail to provide
satisfactory resolution of the protest, then the Contractor shall provide the Engineer with
written notification of dispute stating that the Contractor will continue to pursue the
dispute in accordance with the provisions of these Special Provisions. The written
notification of dispute shall be provided within 14 calendar days after receipt of the
Engineer's written determination that the Contractor's protest is invalid pursuant to
Section 1-04.5. Should the Contractor not provide written notification of dispute within
the designated time period, the Contractor shall be deemed to have waived any right to
pursue the protest further and the matter shall be considered resolved.
When the Proposal Form includes the Bid item "Disputes Review Board", unresolved
protests shall be subject to the Disputes Review Board subsection of this Special
Provision. Either party, Engineer or Contractor, may refer a matter in dispute to the
Disputes Review Board. Compliance with the requirements of the Disputes Review
Board subsection of this Special Provision is a condition precedent to any further right of
the Contractor to pursue the dispute either by certified claim or litigation/arbitration.
When the Proposal Form does not include the Bid item "Disputes Review Board", the
Contractor's written notification of dispute shall indicate whether the Contractor is
requesting to resolve the dispute through the use of a Disputes Review Board as
outlined in the Disputes Review Board section of this Special Provision, or will submit a
formal certified claim directly to the Engineer pursuant to Section 1-09.11(2). If the
Contractor requests a Disputes Review Board, the Engineer will notify the Contractor in
writing within 7 calendar days of receipt of the request whether the request is
acceptable. If both parties to the dispute agree to use a Disputes Review Board, then a
pay item "Disputes Review Board" will be added to the Contract by change order and the
dispute will be subject to the provisions of the Disputes Review Board subsection of
this Special Provision. If the parties do not agree to establish a Disputes Review Board
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-57 PROJECT #218
CFW SPECIAL PROVISIONS VER 2020.02
or the Contractor does not request a Disputes Review Board in its written notification of
dispute, the Contractor shall comply with the provisions of Section 1-09.11(2).
Regardless of any protest or dispute, the Contractor shall proceed promptly with the
Work as the Engineer orders.
Disputes Review Board
The procedures set forth in these Special Provisions shall only apply when the
Contract includes the pay item "Disputes Review Board".
Disputes Review Board — General
In order to assist in the resolution of dispute(s) between the Contracting
Agency and the Contractor arising out of the work of this Contract, a
Disputes Review Board, hereinafter called the "Board", will consider
disputes referred to it and furnish written recommendations to the
Contracting Agency and Contractor to assist in resolution of the
dispute(s). The purpose of the Board response to such issues is to
provide nonbinding findings and recommendations designed to expose
the disputing parties to an independent view of the dispute.
Disputes Eligible for Consideration by the Disputes Review Board
The Board shall consider and provide written recommendations
concerning the following disputes:
Interpretation of the Contract.
2. Entitlement to additional compensation and/or time for
completion.
3. Other subjects mutually agreed by the Contracting Agency and
Contractor to be a Board issue.
Board Member Qualifications
The following definitions apply for the purpose of setting forth experience
and disclosure requirements for Board members.
Financial ties - any ownership interest, loans, receivables or
payables.
Party directly involved - The Contracting Agency or Contractorof
this Contract.
Party indirectly involved - The firms associated with the
Contractor on this Contract, including joint venture partners,
subcontractors of any tier, and suppliers; and firms associated
with the Contractor or the Contracting Agency on this Contract,
such as designers, architects, engineers, or other professional
service firms or consultants.
The Board members shall:
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-58 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
Be experienced in the interpretation of construction contract
documents.
2. Have attended training by the Dispute Resolution Board
Foundation in dispute resolution within the last five years.
3. Be experienced in construction Contract dispute resolution for
an owner or Contractor at the level of having responsibility
and authority to settle disputes.
4. Be able to discharge their responsibilities impartially and
independently, considering the facts and conditions related to
the matters under consideration in strict compliance with the
provisions of the Contract.
5. Not be a current employee of any party directly or indirectly
involved.
6. Not have been an employee of any party directly or indirectly
involved with the Project within a period of one year of the
Contract Execution date.
7. Not have a financial interest in the Contract except for
payments for services on the Board.
Board Member Ongoing Responsibilities
While serving on the Disputes Review Board on this project:
Board members shall not participate in any discussion
contemplating the creation of an agreement or making an
agreement with any party directly or indirectly involved in the
Contract regarding employment or fee -based consulting
services, or any other business arrangement after the
Contract is completed.
2. Board members shall not officially give any advice to either
party. The individual members will act in a completely
independent manner and will have no consulting or business
connections with either party, except for payments for
services on the Board.
3. During routine meetings of the Board as well as during formal
hearings, Board members shall refrain from expressing
opinions on the merits of statements on matters under dispute
or potential dispute. Opinions of Board members expressed in
private sessions with other Board members should be kept
strictly confidential.
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-59 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
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.
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.
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-60 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020 02
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.
Any prior involvement in this project.
Within 14 calendar days of receiving the resumes and disclosure
statements from the Board nominees, the Contracting Agency and the
Contractor shall review and jointly agree on the final selection of the three
members to serve on the Board. In the event that any of the three
nominees are not acceptable to either party, the process shall be
repeated until all positions are filled.
The Contracting Agency, the Contractor, and the Board shall execute the
Three -Party Agreement not later than the first Board meeting. The Three -
Party Agreement form (WSDOT Form 134-091) is available online at
WSDOT Electronic Forms webpage.
The Board shall determine and notify the parties which Board member will
act as the Board chair.
Disputes Review Board Candidates
The qualifications of some potential Board members have been
reviewed and deemed potentially acceptable by the Washington
State Department of Transportation (WSDOT). This list of potential
Board members, Statewide Prequalified DRB Candidate Roster, is
available from the WSDOT Headquarters Construction Office
website at
https://www.wsdot.wa.gov/business/construction/dispute-review-
boards. Either party may propose a Board nominee that is not on
the WSDOT list. In either case, Board nominees must comply with
the requirements of the Board Member Qualifications, Board
Member Ongoing Responsibilities, and Establishment of the
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-60 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
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.
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.
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-61 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
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 tht-ee 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
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.
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-62 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
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;
All parties desiring their attorney present are able
to do so.
iii. Attorneys shall not participate in the hearing,
unless the scope and extent of Attorney
participation is mutually agreed to by the
Contracting Agency, Contractor and the Board at
least 7 calendar days before the hearing.
e. For hearings regarding disputes involving a
Subcontractor, the Contractor shall require and ensure
that each Subcontractor involved in the dispute have
present an authorized representative with actual
knowledge of the facts underlying the Subcontractor
disputes.
3. A party furnishing written evidence or documentation of any
kind to the Board must furnish copies of such information to
the other party and the Board a minimum of 21 calendar days
prior to the date the Board sets to convene the hearing for the
dispute, unless otherwise mutually agreed to by the parties
and the Board. Either party shall produce such additional
evidence as the Board may deem necessary and furnish
copies to the other party prior to submittal to the Board.
4. The conduct of the hearing shall be established by the Board
and be generally consistent with the following guidelines:
a. The party who referred the dispute to the Board shall
present first, followed by the other party.
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-63 PROJECT #218
CFW SPECIAL PROVISIONS VER 2020 02
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.
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.
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-64 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020 02
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
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:
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-65 PROJECT #218
CFW SPECIAL PROVISIONS VER 2020.02
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.
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 recornmendation(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.
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-66 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020 02
Requests for reconsideration shall be submitted in writing
simultaneously t❑ the Board and the other party. The Board shall
give the party not requesting reconsideration the ❑ption 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
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".
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-67 PROJECT #218
CFW SPECIAL PROVISIONS VER 2020.02
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 1 (3) Time Limitation and Jurisdiction
(November 30, 2018 APWA GSP)
Revise this section to read:
For the convenience of the parties to the Contract it is mutually agreed by the
parties that any claims or causes of action which the Contractor has against the
Contracting Agency arising from the Contract shall be brought within 180
calendar days from the date of final acceptance (Section 1-05.12) of the Contract
by the Contracting Agency; and it is further agreed that any such claims or
causes of action shall be brought only in the Superior Court of the county where
the Contracting Agency headquarters is located, provided that where an action is
asserted against a county, RCW 36.01.050 shall control venue and jurisdiction.
The parties understand and agree that the Contractor's failure to bring suit within
the time period provided, shall be a complete bar to any such claims or causes of
action. It is further mutually agreed by the parties that when any claims or
causes of action which the Contractor asserts against the Contracting Agency
arising from the Contract are filed with the Contracting Agency or initiated in
court, the Contractor shall permit the Contracting Agency to have timely access
to any records deemed necessary by the Contracting Agency to assist in
evaluating the claims or action.
1-09.13 Claim -Resolution
1-09.13(3) Claims $250,000 or Less
(October 1, 2005 APWA GSP)
Delete this Section and replace it with the following:
The Contractor and the Contracting Agency mutually agree that those claims that
total $250,000 or less, submitted in accordance with Section 1-09.11 and not
resolved by nonbinding ADR processes, shall be resolved through litigation
unless the parties mutually agree in writing to resolve the claim through binding
arbitration.
1-09.13W8 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
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-68 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
arbitrator may be entered in the Superior Court of the county in which the
Contracting Agency's headquarters is located, provided that where claims subiect
to arbitration are asserted against a county, RCVV 36.01.050 shall control venue
and jurisdiction of the Superior Court. The decision of the arbitrator and the
specific basis for the decision shall be in writing. The arbitrator shall use the
Contract as a basis for decisions.
1-10 TEMPORARY TRAFFIC CONTROL
1 10,22(l1 General
(January 3, 2017 WSDOT GSP, OPTION 1)
Section 1-10.2(1) is supplemented with the following:
Only training with WSDOT TCS card and WSDOT training curriculum is
recognized in the State of Washington. The Traffic Control Supervisor shall be
certified by one of the following:
The Northwest Laborers -Employers Training Trust
27055 Ohio Ave.
Kingston, WA 98346
(360) 297-3035
Evergreen Safety Council
12545 135th Ave. NE
Kirkland, WA 98034-8709
1-800-521-0778
The American Traffic Safety Services Association
15 Riverside Parkway, Suite 100
Fredericksburg, Virginia 22406-1022
Training Dept. Toll Free (877) 642-4637
Phone: (540) 368-1701
1-1 2 2 Traffic Control Plans
(April 12, 2018 CFW GSP)
Section 1-10.2(2) is supplemented with the following:
The following minimum Traffic Control requirements shall be maintained during
the construction of the project:
1. If the Contractor opts to utilize traffic control plans other than those provided
in these Contract Documents, the Contractor shall provide traffic control plans
to the City of Federal Way for review and approval a minimum of five (5)
working days prior to implementation. These plans shall supplement
Construction Staging Plans. The plans as provided by the Contractor shall
include and not be limited to the following information:
• Stop line locations with station and offset to verify safety of
intersection turning radius for vehicles.
• Minimum lane widths provided for vehicular travel.
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-69 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
• 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.
1-10 2C3t Conformance to Established Standards
(February 3, 2020 WSDOT GSP, OPTION 1)
Section 1-10.20) 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
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-70 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
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
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.
1-10.4 Me surement
1-10,401 Lurnp Sum Bid for Proiect (No Unit Itemsl
(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.
1-10.5 Payment
1-10.5(1) Lump Sum Bid for Project (No Unit Items)
Section 1-10.5(1) is deleted and replaced with the following:
The lump sum price for "Project Temporary Traffic Control" shall include but not
limited to all labor, materials, tools, flagger, and equipment necessary in performing the
Contract Work defined in Section 1-10.
END OF DIVISION 1
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-71 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
DIVISION 2
EARTHWORK
2M- T C RE EXCAVATION
2-09.3 Construction Reauirements
2-09.30E Backf' ing
(April 1 Z 2018 CFW GSP)
The first paragraph of Section 2-09.3(1) is replaced with the following:
The backfilling of openings dug for Structures or for Removal of Structures and
Obstructions shall be a necessary part of and incidental to the excavation.
Backfill material shall be Gravel Borrow unless the use of native or other material
is approved by the engineer.
2-09.4 Measurement
(April 1 Z 2018 CFW GSP)
Section 2-09.4 is supplemented with the following:
The provision of Section 2-09.3(1) shall be covered under "Permanent Signage", lump
sum in Section 8-21.5.
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-72 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
DIVISION 8
MISCELLANEOUS CONSTRUCTION
SECTION 8-21 PERMANENT SIGNING
8-21.1 Description
(March 13, 2012 CFW GSP)
Section 8-21.1 is deleted and replaced with the following:
This work shall consist of furnishing and installing permanent signing, sign removal, sign
relocation, and the project sign installation and removal, in accordance with the Plans,
these Specifications, the Standard Plans, MUTCD, and the City of Federal Way
Standard Details at the locations shown in the Plans or where designated by the
Engineer. Signs to be removed as shown on the Plans, shall be returned to the Owner.
Contractor shall include a procedure as part of determining the final placement of signs.
This procedure shall include a process of flagging (staking) locations of proposed
placement of signs ( that have been identified to be free of underground obstructions or
existing utilities) which meet offset distances that meet minimum H1 and W3
measurements (noted in the plans and standard drawings) and are approved in groups
(grouped by corridor) by the Engineer. Following initial approval in the field, Contractor
shall provide information of H1, W, and W3 values on a sign schedule (added to the
plans) for approval by the Engineer before any field installation begins.
Some sign locations include the placement of signs on each side of the post, therefore
contractor shall identify these locations (uniquely distinguished, by color of flag, is an
option) that include signs in both directions.
If the signs placement location, noted as W and separately W3 in the details, does not
meet 2' minimum from the edge of the curb/shoulder, the location shall be flagged in the
field (uniquely different from the other two flags mentioned above) for approval as a
design exception by the Engineer or relocation by the contractor.
Colors and final placement of all permanent signs shall be submitted to the City for
approval prior to installation in the field. Installed signs that do not have color and final
location approved by the City may be required to be removed and replaced in an
acceptable color at the Contractor's expense.
8-21.2 Materials
Perforated Steel Square Sign Post System
Where noted in the Plans, steel sign post systems shall be square, pre -punched
galvanized steel tubing, that are NCHRP 350 Test Level 3 Certified and FHWA
approved. The steel sign post system shall include all anchor sleeves, and other
hardware required for a complete sign installation.
RNMWena muffaKOMMUMMIRMAI
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-73 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
8-21.3i11 Location of Signs
Section 8-21.3(1) is deleted and replaced with the following:
Signs are located in the Plans by longitude and latitude as obtained from Google
Maps. These are tentative locations subject to change by the Engineer. Final
locations and lengths of steel post will be determined and verified by the
Engineer prior to fabrication.
8-21.3 2 Placement of Signs.
(December 18, 2009 CFW GSP)
Section 8-21.3(2) is supplemented with the following:
The City of Federal Way, 253-835-2744, shall be contacted within 2 working days
of completion of the permanent signing installation to inspect, inventory, and log
all new and relocated signs.
Other Signs: Refer to the currently adopted version of the Manual on Uniform Traffic
Control Devices (MUTCD) with Washington State Supplements.
g-21.4 Measur m n
(April 12, 2018 CFW GSP)
Section 8-21.4 is deleted and replaced with the following:
"Permanent signing" is measured on a lump sum basis.
8-21.5 Paysa nt
(April 12, 2018 CFW GSP)
Section 8-21.5 is deleted and replaced with the following:
The lump sum price for "Permanent Signing" shall include all labor, materials, tools, and
equipment necessary to furnish and install permanent signing, process for placement,
sign plan update to include 1-11, W, and W3 dimensions on the plans, approval process
with the engineer for final placement, sign removal, and sign relocation. Sign covering
shall be incidental and shall not be measured.
The lump sum price for "Permanent Signing" shall include a procedure as part of
determining the final placement of signs. This procedure shall include a process of
flagging (staking) locations of proposed placement of signs ( that have been identified to
be free of underground obstructions or existing utilities) which meet offset distances that
meet minimum 1-11 and W3 measurements (noted in the plans and standard drawings)
and are approved in groups (grouped by corridor) by the Engineer. Following initial
approval in the field, Contractor shall provide information of 1-11, W, and W3 values on a
sign schedule (added to the plans) for approval by the Engineer before any field
installation begins.
Some sign locations include the placement of signs on each side of the post, therefore
contractor shall identify these locations (uniquely distinguished, by color of flag, is an
option) that include signs in both directions.
If the signs placement location, noted as W and separately W3 in the details, does not
meet 2' minimum from the edge of the curb/shoulder, the location shall be flagged in the
field (uniquely different from the other two flags mentioned above) for approval as a
design exception by the Engineer or relocation by the contractor.
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-74 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
END OF DIVISION 8
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-75 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
DIVISION 9
MATERIALS
ECTION 9-28 SIGNING MATERIALS AND FABRICATI©N
9-28.1 General
(January 8, 2013 CFW GSP)
Paragraph three is deleted and replaced with the following:
All warning (W series) signs, except for parking regulation, parking prohibition signing
and signs of fluorescent yellow color shall be constructed with Type III Glass Bead
Retroreflective Element Material sheeting in accordance with Section 9-28.12 of the
Standard Specifications. This sheeting has a retro reflection rating of 250 candelas/foot
candle/square foot for white -silver sheeting with a divergence angle of 0.2 degrees and
an incidence angle of minus 4 degrees. This high intensity sheeting shall be Type III
sheeting or greater. The reflectivity standard of supplemental plaques shall match that of
the primary sign.
9-28.2 Manufacturer's_Identification and Date
(October 23, 2014 CFW GSP)
Section 9-28.2 is deleted and replaced with the following:
All signs shall show the manufacturer's name and date of manufacture on the back.
9-28,8 Sheed Aluminum Suns
(January 8, 2013 CFW GSP)
Section 9-28.8 table is deleted and replaced with the following:
Maximum Dimension
Less than 30 inches
Greater than 30 inches,
inches
Greater than 48 inches
Blank
0.080 inches
less than 48 1 0.100 inches
0.125 inches
Section 9-28.8 is supplemented with the following:
All permanent signs shall be constructed from aluminum sign blanks unless
otherwise approved by the Engineer. Sign -blank minimum thicknesses, based on
maximum dimensions, shall be as follows:
9-28.11 Hardware
Section 9-28.11 is supplemented with the following:
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-76 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020 02
(August 3, 2015)
Locknuts shown in the Plans specifying a locknut or locknut with nylon insert shall
conform to one of the following:
ANCO Pin Locknut, with stainless steel locking pin, as manufactured by Lok-
Mor, Inc.
2. Tri-lock Locknut, as manufactured by Lok-Mor, Inc.
3. Grade DH or 2H hex or heavy hex nuts conforming to one of the ASTM
material specifications in the Locknut category of the Hardware table of this
Section may be modified by installing a nylon insert washer. A minimum of
60-percent of the original number of threads shall meet the requirements of
the applicable ASTM material specification after insertion of the nylon insert
washer.
4. Hex or heavy hex nuts conforming to one of the ASTM material specifications
in the Locknut category of the Hardware table of this Section may be modified
by adding one of the following products to a minimum of one-half of the
internal threads of the nut and the entire exterior top surface of the nut:
a. Nylok Blue Torq-Patch Locknut.
b. Nylok Precote 30.
c. ND Patch 360 Ring Patch.
The nuts with any of the three listed products are permitted for a single use
only and shall have a maximum of two nut widths of thread extending beyond
the nut after installation.
The alternatives to locknuts specified in Standard Plans G-90.20, G-90.30, and J-75.41
are deleted and replaced with the four options specified above.
9-28.14 Skin Sul2gort Strgctures
(December 18, 2009 CFW GSP)
Section 9-28.14 is supplemented with the following:
Unless otherwise noted on the plans or approved by the engineer, all proposed
sign posts shall be steel sign post.
9-28.14(2) Steel Structures and Posh
(December 18, 2009 CFW GSP)
Section 9-28.14(2) is supplemented with the following:
Unless otherwise noted on the plans or approved by the engineer, all sign
posts shall be steel sign posts.
Approved Manufacturers for Steel Sign Supports
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-77 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
The Standard Plans lists several steel sign support types. These supports
are patented devices and many are sole -source. All of the sign support
types listed below are acceptable when shown in the plans.
Steel Sign Support Type Manufacturer
Type ST 2 Ultimate Highway Products,
Allied Tube & Conduit, Inc.,
Northwest Pipe, Inc.
Standard Plans
(February 3, 2020 WSDOT)
The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01
transmitted under Publications Transmittal No. PT 16-048, effective September 3, 2019 is made
a part of this contract.
The Standard Plans are revised as follows:
A-50.10
Sheet 2 of 2, Plan, with Single Slope Barrier, reference C-14a is revised to C-70.10
A-50.20
Sheet 2 of 2, Plan, with Anchored Barrier, reference C-14a is revised to C-70.10
A-50.30
Sheet 2 of 2, Plan (top), reference C-14a is revised to C-70.1
B-10.60
DELETED
B-82.20
DELETED
B-90.40
Valve Detail — DELETED
C-1
Delete Note 1.
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.
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
3P-78 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020 02
Re -number all notes.
C-4b
DELETED
C-4e
DELETED
C-8a
Delete "Section A -A, Type 4 Detail"
C-20.11
Delete Notes 1 & 2. Re -Number all notes.
Delete "Snow Load Post Washer" and "Snow Load Rail Washer" details.
C-20.19
DELETED
C-22.14
DELETED
C-22.16
Note 3, formula, was: "Elevation G = (Elevation S — D x (0.1) + 31" is revised to read:
"Elevation G = (Elevation S — D x (0.1) + 31 /12"
C-22.45
For the SOFTSTOP (TL-2)
SYSTEM LENGTH = 38' —
LENGTH = 38' — 31/2"".
C-40.14
DELETED
elevation view detail, the callout "SOFTSTOP (TL-2)
4 1/2" is revised to read "SOFTSTOP (TL-2) SYSTEM
C-60.10
Sheet 1, Side Elevation: The bottom set of i #4 horizontal rebar (2x) located at the
base of the barrier is repositioned to be aligned with the bottom of z�- #4 stirrup bars to
match the bar positioning shown on Sheet 1, Section A.
Sheet 1, Reinforcing Steel Bending Diagram, (�)— 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; "
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-79 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
Sheet 1, existing Notes 2 and 4 are deleted. Existing Note 3 is renumbered to Note 2.
Sheet 1, add new Note 3, "3. See Sheet 2 for barrier with a 2'-10" reveal installed in
asphalt or concrete. See Sheet 3 for barrier with a 3'-6" reveal installed in asphalt or
concrete."
Sheet 1, Elevation: The dimension from the barrier end
Sheet 1, Elevation: The dimension from the barrier end to the barrier lifting slot was "T —
4" (TYP)" is now changed to "4'— 8" (TYP)", and the barrier lifting slot dimension was "5'
— 0" (TYP)" is now changed to "3'— 0" (TYP)".
Sheet 2, the detail titled "3'— 6" BARRIER FOR USE WITH A 0" (IN) TO 5" (IN) MAX.
GRADE SEPARATION" has the following changes:
1. The detail title is changed to "3'— 6" BARRIER FOR USE WITH A 0', (IN) TO 4" (IN)
MAX. GRADE SEPARATION".
2. The callout "GRADE SEPARATION--5" MAX." is changed to "GRADE SEPARATION--
4" MAX."
C-75.10
Note 2 is deleted. Renumber subsequent notes.
C-75.20
Note 2 is deleted. Renumber subsequent notes.
C-75.30
Note 2 is deleted. Renumber subsequent notes.
C-85.11
Add new Note 3 "3. The intended use of this plan is for placing concrete barrier in front
of 11 bridge piers on bridge retrofit projects only. Contact the HQ Bridge traffic barrier
specialist before using this barrier placement plan for projects involving new or
reconstructed bridges."
C-85.14
DELETED
C-90.10
DELETED
D-10.10
Wall Type 1 may be used if no traffic barrier is attached on top of the wall. Walls with
traffic barriers attached on top of the wall are considered non-standard and shall be
designed in accordance with the current WSDOT Bridge Design Manual (BDM) and the
revisions stated in the 11/3/15 Bridge Design memorandum.
D-10.15
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
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-80 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
designed in accordance with the current WSDOT BDM and the revisions stated in the
11/3/15 Bridge Design memorandum.
D-10.30
Wall Type 5 may be used in all cases.
D-10.35
Wall Type 6 may be used in all cases.
D-10.40
Wall Type 7 may be used if no traffic barrier is attached on top of the wall. Walls with
traffic barriers attached on top of the wall are considered non-standard and shall be
designed in accordance with the current WSDOT BDM and the revisions stated in the
11/3/15 Bridge Design memorandum.
D-10.45
Wall Type 8 may be used if no traffic barrier is attached on top of the wall. Walls with
traffic barriers attached on top of the wall are considered non-standard and shall be
designed in accordance with the current WSDOT BDM and the revisions stated in the
revisions stated in the 11/3/15 Bridge Design memorandum.
D-15.10
STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls"
are withdrawn. Special designs in accordance with the current WSDOT BDM are
required in place of these STD Plans.
D-15.20
STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls"
are withdrawn. Special designs in accordance with the current WSDOT BDM are
required in place of these STD Plans.
D-15.30
STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls"
are withdrawn. Special designs in accordance with the current WSDOT BDM are
required in place of these STD Plans.
F-10.12
Section Title, was — "Depressed Curb Section" is revised to read: "Depressed Curb and
Gutter Section"
F-10.40
"EXTRUDED CURB AT CUT SLOPE", Section detail — Deleted
F-10.42
DELETE — "Extruded Curb at Cut Slope" View
G-25.10
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."
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-81 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
G-60.10
DELETED
G-60.20
DELETED
G-60.30
DELETED
G-70.10
DELETED
G-70.20
DELETED
H-70.20
Sheet 2, Spacing Detail, Mailbox Support Type 1, reference to Standard Plan 1-70.10 is
revised to H-70.10
J-10.21
Note 18, was - "When service cabinet is installed within right of way fence, see Standard
Plan J-10.22 for details." Is revised to read; "When service cabinet is installed within right
of way fence, or the meter base is mounted on the exterior of the cabinet, see Standard
Plan J-10.22 for details."
J-10.22
Key Note 1, was - "Meter base per serving utility requirements- as a minimum, the
meter base shall be safety socket box with factory -installed test bypass facility that
meets the requirements of EUSERC drawing 305." Is revised to read; "Meter base per
serving utility requirements- as a minimum, the meter base shall be safety socket box
with factory -installed test bypass facility that meets the requirements of EUSERC
drawing 305. When the utility requires meter base to be mounted on the side or back of
the service cabinet, the meter base enclosure shall be fabricated from type 304 stainless
steel."
Key Note 4, "Test with (SPDT Snap Action, Positive close 15 Amp - 120/277 volt "T"
rated). Is revised to read: "Test Switch (SPDT snap action, positive close 15 amp -
120/277 volt "T" rated)."
Key Note 14, was - "Hinged dead front with % turn fasteners or slide latch." Is revised to
read; "Hinged dead front with '/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."
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-82 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
J-20.26
Add Note 1, 1. One accessible pedestrian pushbutton station per pedestrian pushbutton
post."
J-20.16
View A, callout, was - LOCK NIPPLE, is revised to read; CHASE NIPPLE
J-21.10
Sheet 1, Elevation View, Round Concrete Foundation Detail, callout- ANCHOR BOLTS
- %" (IN) x 30" (IN) FULL TJ-IREAD - 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 1/2" CLR. dimension, depicting the distance from the bottom of the foundation
to find 2 # 4 42 reinf. Bar.
Sheet 1 of 2, Elevation view (Square), add dimension depicting the distance from the top
of the foundation to find 1 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYP.)"
from the 2 '/2" CLR. dimension, depicting the distance from the bottom of the foundation
to find 1 # 4 reinf. Bar.
Sheet 2 of 2, Elevation view (Round), add dimension depicting the distance from the top
of the foundation to find 2 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYP.)"
from the 2 '/2" CLR. dimension, depicting the distance from the bottom of the foundation
to find 2 # 4 reinf. Bar.
Sheet 2 of 2, Elevation view (Square), add dimension depicting the distance from the top
of the foundation to find 1 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYP.)"
from the 2 '/2" CLR. dimension, depicting the distance from the bottom of the foundation
to find 1 # 4 reinf. Bar.
Detail F, callout, "Heavy Hex Clamping Bolt (TYP.) - 3/4" (IN) Diam. Torque Clamping
Bolts (see Note 3)" is revised to read; "Heavy Hex Clamping Bolt (TYP.) - 3/4" (IN) Diam.
Torque Clamping Bolts (see Note 1)"
Detail F, callout, "3/4" (IN) x 2'- 6" Anchor Bolt (TYP.) - Four Required (See Note 4)" is
revised to read; "3/4" (IN) x 2'- 6" Anchor Bolt (TYP.) - Three Required (See Note 2)"
J-21.15
Partial View, callout, was - LOCK NIPPLE - 1 Yz" DIAM., is revised to read; CHASE
NIPPLE - 1 '/2" (IN) DIAM.
J-21.16
Detail A, callout, was - LOCKNIPPLE, is revised to read; CHASE NIPPLE
J-22.15
Ramp Meter Signal Standard, elevation, dimension 4' - 6" is revised to read; 6-0" (2x)
Detail A, callout, was - LOCK NIPPLE - 1 '/2" DIAM. is revised to read; CHASE NIPPLE
1 '/2" (IN) DIAM.
J-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"
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-83 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
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 Y2" 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
Key Notes, note 16, second bullet point, was: 1/2' (IN) x 0.45" (IN) Stainless Steel
Bands", add the following to the end of the note: 'Alternate. Stainless steel cable with
stainless steel ends, nuts, bolts, and washers may be used in place of stainless steel
bands and associated hardware."
J-81.10
Power Distribution Block Diagram, lower left corner, Sheet 1 of 3; Switch Pack 2; circuit
623 (T4-5) [middle ckt] is revised to read; circuit 622 (T4-5).
K-80.10
SIGN INSTALLATION (BEHIND TRAFFIC BARRIER) detail dimension callout, "3' MIN."
is revised to read, "5' MIN.".
K-80.30
DELETED
K-80.35
Add New Note 1 — 1. The intended use of this plan is for the temporary installation of
Type 2 concrete barrier (See Standard Plan C-8) on cement concrete pavement, bridge
decks, or hot mix asphalt pavement, and Type F concrete barrier on cement concrete
pavement or bridge decks.
Re -number all notes.
The TYPE 1 ANCHOR detail description "TEMPORARY INSTALLATION OF PRECAST
CONC. BARRIER TYPE 2 (STD. PLAN C-8) AND TEMPORARY CONC. BARRIER (F-
SHAPE) (STD. PLAN K-80.30) ON CEMENT CONC. PAVEMENT OR BRIDGE DECK" is
revised to read, "TEMPORARY INSTALLATION OF PRECAST CONC. BARRIER TYPE
F (STD. PLAN C-60.10) OR PRECAST CONC. BARRIER TYPE 2 (STD. PLAN C-8) ON
CEMENT CONC. PAVEMENT OR BRIDGE DECK."
The TYPE 3 ANCHOR detail description "TEMPORARY INSTALLATION OF PRECAST
CONC. BARRIER TYPE 2 (STD. PLAN C-8) AND TEMPORARY CONC. BARRIER (F-
SHAPE) (STD. PLAN K-80.30) ON HOT MIX ASPHALT PAVEMENT" is revised to read,
"TEMPORARY INSTALLATION OF PRECAST CONC. BARRIER TYPE 2 (STD. PLAN
C-8) ON HOT MIX ASPHALT PAVEMENT."
K-80.37
Revise Note 1 to read:"1. The intended use of this plan is for the temporary installation of
Type F NARROW BASE concrete barrier (See Standard Plan C-60.10) or Type 4 (Type
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-84 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
2 Narrow Base — See Std. Plan C-8a) Concrete Barrier on cement concrete pavement,
bridge decks."
Replace all callouts stating "NARROW BASE, ALTERNATIVE TEMPORARY
CONCRETE BARRIER SEGMENT" with "Type F NARROW BASE or Type 4 (Type 2
Narrow Base) concrete barrier segment."
M-3.50
DOuble-Left Turn Channelization (with Right Turn Pocket) view, dimension, upper left
corner, "taper" dimension; callout — was "40' if Posted Speed is 40 MPH or less 100' if
Posted Speed is more than 40 MPH" is revised to read; "See Contract"
M-5.10
Right -Turn Channelization view, dimension, upper right corner, "taper" dimension; callout
— was "50' MIN." is revised to read; "See Contract"
M-12.10
Add Note 5. "Check with Region Traffic Office for RPM and Guidepost placements."
M-24.50
DELETED
The following are the Standard Plan numbers applicable at the time this project was
advertised. The date shown with each plan number is the publication approval date
shown in the lower right-hand corner of that plan. Standard Plans showing different
dates shall not be used in this contract.
A-10.10-00........
8/7/07
A-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
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-85 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
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-20.18-02.......... 6/11/14 C-60.10-00 ....... 8/22/19
C-1 b...................7/14/15
C-20.19-02.......... 6/11 /14 C-70.10-01
.......6/17/14
C-1 d..............
. 10/31/03 C-20.40-06
.......... 7/21 /17 C-75.10-01 ....... 6/11 /14
C-2c .................
6/21 /06
C-20.41-01......... 7/14/15
C-75.20-01.......
6/11 /14
C-4f..................7/2/12
C-20.42-05 ......... 7/14/15
C-75.30-01 .......
6/11/14
C-6a ............. ..10/14/09
C-20.45.01
.......... 7/2/12
C-80.10-01.......
6/11 /14
C-7 ....................
6/16/11
C-22.16-06.......
7/21 /17
C-80.20-01.......
6/11 /14
C-7a ..................
6/16/11
C-22.40-06.......
7/21 /17
C-80.30-01.......
6/11 /14
C-8 ....................
2/10/09
C-22.45-03.......
7/21 /17
C-80.40-01.......
6/11 /14
C-8a ..................
7/25/97
C-23.60-04.......
7/21 /17
C-80.50-00.......
4/8/12
C-8b...................2/29/16
C.24.10-01
....... 6/11/14
C-85.10-00.......
4/8/12
C-8e........... ........2/21/07
C-25.20-06
....... 7/14/15
C-85.11-00......
.4/8/12
C-8f....................6/30/04
C-25.22-05
....... 7/14/15
C-85.14-01 .......
6/11/14
C-16a................7/21/17
C-25.26-03
....... 7/14/15
C-85.15-01 .......
6/30/14
C-20.10-04........
7/21/17
C-25.30-00.6/28/18
C-85.16-01 .......
6/17/14
C-20.11-00 , .......
7/21 /17
C-25.80-04.......
7/15/16
C-85-18-01 ......
6/11 /14
C-20.14-03.........
6/11/14
C-40.16-02
....... 7/2/12
C-85.20-01 .......
6/11/14
D-2.04-00.......
11/10/05
D-2.48-00....
... 11/10/05
D-3.17-02 5/9/16
D-2.06-01 .......
1 /6/09
D-2.64-01....
... 1 /6/09
D-4................ 12/11
/98
D-2.08-00 ......
11/10/05
D-2.66-00.......
11/10/05
D-6..................
6/19/98
D-2.14-00 .......11
/10/05
D-2.68-00.......
11/10/05
D-10.10-01.....
12/2/08
D-2.16-00.......
11/10/05
D-2.80-00.......
11/10/05
D-10.15-01.....
12/2/08
D-2.18-00 .......
11/10/05
D-2.82-00 .......
11/10/05
D-10.20-01 ........
8/7/19
D-2.20-00 .. ....
11/10/05
D-2.84-00 ......
. 11/10/05
D-10.25-01 ........
8/7/19
D-2.32-00 .......
11/10/05
D-2.86-00.......
11/10/05
D-10.30-00........
7/8/08
D-2.34-01 .......1
/6/09
D-2.88-00.......
11/10/05
D-10.35-00........
7/8/08
D-2.36-03... ....
6/11/14
D-2.92-00 .......
11/10/05
D-10.40-01 .....
12/2/08
D-2.42-00.... ...
11/10/05
D-3.09-00.......
5/17/12
D-10.45-01.....
12/2/08
D-2.44-00.......
11/10/05
D 3.10-01
5/29/13
D-2.60-00 ....
11/10/05
D 3.11-03
6/11/14
D-2.62-00 .....
. 11/10/05
D 3.15-02
6/10/13
D-2.46-01 .......
6/11 /14
D 3.16-02
5/29/13
E-1 ...................
2/21 /07
E-4 ...................
8/27/03
E-2 .................
..5/29/98
E-4a ................. 8/27/03
F-10.12-03 ......
6/11 /14
F-10.62-02
.......4/22/14
F-40.15-03 .......
6/29/16
F-10.16-00 ......
12/20/06
F-10.64-03
....... 4/22/14
F-40.16-03.......
6/29/16
F-10.18-01 ........
7/11/17
F-30.10-03
------- 6/11/14
F-45.10-02.......
7/15/16
F-10.40-03..........
6/29/16
F-40.12-03
....... 6/29/16
F-80.10-04.......
7/15/16
F-1 0.42-00 . .......
1/23/07
F-40.14-03
....... 6/29/16
G-10.10-00 .......
9/20/07
G-25.10-04...... 6/10/13
G-95.10-02 ......
6/28/18
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
SP-86 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020 02
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
H-10.10-00 ......... 7/3/08
H-10.15-00 ........ 7/3/08
H-30.10-00 ..... 10/ 12/07
1-10.10-01 ......
8/11 /09
1-30.10-02 .......
3/22/13
1-30.15-02 .......
3/22/13
1-30.16-01 .......
7/11 /19
1-30.17-01 ......
6/12/19
J-10................. 7/18/97
J-10.10-03 6/3/15
J-10.15-01....... 6/11 /14
J-10.16-00 6/3/15
J-10.17-00 6/3/15
J-10.18-00 6/3/15
J-10.20-02 7/31 /19
J-10.21-00 6/3/15
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-15.10-01....... 6/11 /14
J-15.15-02 7/10/15
J-20.10-04....... 7/31 /19
J-20.11-03....... 7/31 /19
J-20.15-03....... 6/30/14
J-20.16-02....... 6/30/14
J-20.20-02 ....... 5/20/13
J-20.26-01....... 7/12/12
J-21.10-04 ..... 6/30/14
J-21.15-01..... 6/10/13
J-21.16-01..... 6/10/13
J-21.17-01..... 6/10/13
J-21.20-01..... 6/10/13
J-22.15-02..... 7/10/15
J-22.16-03..... 7/10/15
J-26.10-03..... 7/21 /16
J-26.15-01..... 5/ 17/ 12
J-26.20-01..... 6/28/18
J-27.10-01..... 7/21 /16
CITY OF FEDERAL WAY
G-26.10-00 7/31 /19
G-30.10-04......
6/23/15
G-50.10-03......
6/28/18
G 90.10-03
7/11/17
G 90.11-00
4/28/16
G 90.20-05
7/11/17
G 90.30-04
7/11/17
G 90.40-02
4/28/16
H-32.10-00 ...... 9/20/07
H-60.10-01.... ... 7/3/08
H-60.20-01........ 7/3/08
G-95.20-03 .... 6/28/18
G-95.30-03 ...... 6/28/18
H-70.10-01..... 2/7/12
H-70.20-01..... 2/ 16/ 12
H-70.30-02 ..... 2/7/ 12
1-30.20-00 ........
9/20/07
1-40.20-00 ........ 9/20/07
1-30.30-02 ........6/12/19
1-50.20-01 ......... 6/10/13
1-30.40-02 .
..... 6/12/19
1-60.10-01 ........ 6/10/13
1-30.60-02 ..
.....6/12/19
1-60.20-01 ......... 6/10/13
1-40.10-00 ........9/20/07
1-80.10-02 .........7/15/16
J-28.40-02.....
6/11 /14
J-60.13-00 ...... 6/16/10
J-28.42-01......
6/11 /14
J-60.14-01 7/31 /19
J-28.43-01......
6/28/18
J-75.10-02 7/10/15
J-28.45-03......
7/21 /16
J-75.20-01 7/10/15
J-28.50-03......
7/21 /16
J-75.30-02 .7/10/15
J-28.60-02......
7/21/16
J-75.40-02 6/1/16
J-28.70-03......
7/21/17
J-75.41-01 6/29/16
J-29.1 0-01 ......
7/21 /16
J-75.45-02 6/1 /16
J-29.15-01......
7/21 /16
J-80.10-00 6/28/18
J-29.16-02...... 7/21 /16
J-80.15-00 6/28/18
J-30.10-00...... 6/18/15
J-81.10-00 6/28/18
J-40.05-00
7/21 /16
J-86.10-00 6/28/18
J-40.10-04
...... 4/28/16
J-90.10-03.6/28/18
J-40.20-03
...... 4/28/16
J-90.20-03.6/28/18
J-40.30-04
4/28/16
J-90.21-02 6/28/18
J-40.35-01
5/29/13 J-
J-90.50-00 6/28/18
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
SP-87
HORIZONTAL CURVE WARNING SIGN
DESIGN
PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
J-27.15-00 ..3/15/12
J-28.10-02.....
8/7/19
J-28.22-00
...... 8/07/07
J-28.24-01......
6/3/ 15
J-28.26-01.....
12/02/08
J-28.30-03.....
6/11 /14
K-70.20-01 ......
6/1 /16
K-80.10-01 ......
6/1 /16
K-80.20-00 ....12/20/06
K-80.35-00 ......
2/21 /07
K-80.37-00 ......
2/21 /07
L-10.10-02.......
6/21 /12
L-20.10-03.......
7/14/15
L-30.10-02.......
6/11 /14
M-1.20-03
....... 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-3.10-03
....... 6/3/11
M-3.20-02
....... 6/3/11
M-3.30-03
....... 6/3/11
M-3.40-03
....... 6/3/11
M-3.50-02
....... 6/3/11
M-5.10-02
....... 6/3/11
M-7.50-01
....... 1 /30/07
M-9.50-02
....... 6/24/ 14
M-9.60-00
........ 2/ 10/09
J-50.20-00 .6/3/11 J-
50.25-00 .6/3/11 J-
50.30-00 .6/3/11 J-
60.05-01 .7/21 /16 J-
60.11-00.......... 5/20/13
J-60.12-00....... 5/20/ 13
L-40.10-02 ....... 6/21 /12
L-40.15-01 ....... 6/16/11
L-40.20-02 ....... 6/21 /12
M-11.10-03
....... 8 /7/ 19
M-12.10-01
6/28/18
M-15.10-01
....... 2/6/07
M-17.10-02
....... 7/3/08
M-20.10-02
.......6/3/11
M-20.20-02
.......4/20/15
M-2 0.30-04
....... 2/29/ 16
M-20.40-03
....... 6/24/ 14
M-20.50-02
....... 6/3/11
M-24.20-02
......4/20/15
M-24.40-02
...... 4/20/ 15
M-24.60-04
...... 6/24/ 14
M 24.65-00
7/11 /17
M 24.66-00
7/11 /17
M-40.10-03
..... 6/24/ 14
END DIVISION 9
L-70.10-01 ...... 5/21 /08
L-70.20-01 ..... 5/21 /08
M-40.2 0-00...10/
12/07
M-40.30-01 .....
7/11 /17
M-40.40-00 .....
9/20/07
M-40.50-00 .....
9/20/07
M-40.60-00 .....
9/20/07
M-60.10-01 .....
6/3/11
M-60.20-02 .....
6/27/11
M-65.10-02 .....
5/11 /11
M-80.10-01 .....
6/3/11
M-80.20-00 .....
6/10/08
M-80.30-00 .....
6/10/08
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
gP-88 PROJECT #218
CFW SPECIAL PROVISIONS VER. 2020.02
STANDARD PLAND AND DETAILS
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
PROJECT #218
7/16" 0
1 " HOLES (TYP.)
1„
-0- t
1 " (TYP.)
�2'14„ 1
a" o
7" 2,Y4'
MIN. 3/4" 0
F;OLES (TYP.) 0
� WELD (TYP.)
I _7" MIN.
O O
O 0 -SEE NOTE 1
SEE NOTE 2 O
O 0
O 0
NOTES:
1) PREGALVANIZED PERFORATED SQUARE TUBING SHALL BE ACCURATELY AND CAREFULLY COLD -FORMED
TO SIZE FROM LOW -CARBON 12 GAUGE, ASTM A653 GRADE 33.
2) Y4" THICK PLAIN STEEL BOTTOM PLATE; ASTM A1101 SS GRADE 33.
3) FINAL ASSEMBLED PIECE SHALL BE PAINTED GRAY FOR WEATHER RESISTANCE.
4) LOCATE SIGN PER PLAN OR AS DIRECTED BY CITY TRAFFIC ENGINEER. IN CITY CENTER, THIS IS
TYPICALLY ALIGNED WITH TREE WELLS AND STREET LIGHTS, NEAR THE STREET.
5) LOCATE BASE PLATE TO MAINTAIN A.D.A. PATH ON SIDEWALK (MIN. 4-FOOT PASSAGE WIDTH).
JAN 2017
SURFACE MOUNT BASE PLATE AND DWG. NO.
aeQ o (BMH WRY WORKS RECEIVI POST ON SIO EWALK EL SIGN 3.52
H c x o0 O
d' wr
°wcmiam o ;c zZ O ?w= on F' JN
c a U m aQ .r4❑ mwm
IDT N .G V =u~i N 1l •jr V Z < e
c t c o E o %\t'.',11� \`,�,,• w a N� i' w€ a b
�m °N�ZZ a
a w m t w m
Em m° m c m y� m rSJ p U0C]0000 J (� +emu ZF5� p No e
cmEoo�►m- ri _
n 2�n. y: m e
°
m c -Jc� m o N E c
n c c c v n c o_ -m • c9 r � s-�-,rd "• W F z ¢
oo rn r _omN w ow zo w F• HZ/ 3
L 11 Uri C U) N N O N O T] _d W m `�fxq ¢ sJ m ¢ Z
a D..3G i mLm�•�a 3 W� ❑zp Z �r
r c� N f_n p� 3U) �c mu m z wF 3 (7 H
m=mt '3Y m� nE' O �g m`�X m
J
F] c c o C y Na Qm m ma } gW W
. m �� O y Oaaj u1 N �.t..- Z W W
�I, m M Ca - a-E W ❑W �N
T m H
to u�d on S�� mA cmo Zm mw 0
w_ c".Q tE _ p oa 0E�, w mx O
.QL.1=Nana New ,tc m-•u Z - w Wm as
O r. mU d m `o m m}9 w m m > m o¢ oz
2 �- L nZ m m � QNL a(n 7N i�o ¢m0 U �3 Nc7
t- am z ❑ to G 0❑— HN
ni of v ui n Z o. Z O • i h'�m¢❑ 0 00
a- 4¢ � ... Y _ ❑mow mW
(Z3_.ON3as1 i O� c¢-i�'O cW7Z� ! a
LN:lla-_SOd I:YI o.a m�xy=❑ w e� zzmw 1=
w wa0> i �.' W
Y'* Wa mvi pia¢¢ O /I �I -� d
WPMLU O a �'
a
m)OW rf Z
jl O Z "o 0000000 6eo
W
ff-.- W
o ,e o Z
W z
n w�
Z + Zmw i Ol'Di-9NVle'O1S7 m 3m
zwo �¢m �f= oN
a Ww� NGWp•,,'. — 'WLN i,9 -.E
z xmo
(� 3i'1' N��z a
n ❑m ui�
lwz �Wl az now
Wjam Ow OS�zp ?
m0 OHN
zmm
zy WLL�V0
O000 __
z
(Z 31ON 33S) m }W
1H013H 1SOd - .dH., O u m
F
oLoz0NVlda1s33s a a N PeRAPAO
'NIW.O'd 3113 S F N
r Z N N N pCa OOaQ :..
O 'Z O
:._i.-__'_• :.�i ................................:...........�1 Q v
—_.... . ..w A ❑
W
�� J M ❑x - H 3 �.
WF- 0 O m
I 0: rfW W F mW a IL OJ
Zz(Wjm Z m 2d Ii% m❑ N i7 z K F� UZ
( C m Z¢ IL m Za <a
1N�W WZZ N Q ¢W W} m F W y
t~gKWF 2❑� z J m ¢ 0
00Of N0 m O m 3= as
a -¢ Zx W �m Oz
ZZ_O LLO m O W Oa r-S2
=vm W
hgN aaewHaoPP x_¢❑ 35i�m
oyg P
a¢�Lp wZi
0�wN
~ (Z lioN 338) O z N ¢ ui v _ 0)
126
1.HE]L4I-LSOd-„I.K. _s mm w0< ¢aY W
�¢ 3a: §O'
asczDvvnanisl k o0 oU)a o¢ a �'
mW Jmm om r'�a Pon d
TL I .. .. ,.
Z N
T O
Z�w
—(° w rn F-
1
J N
� W N a y0
w w •b .0 X W c7 w j
zom d} rn Z�- 3m
N�w wm t r
'W�
m 3r ❑❑w
0< �W i�� WJ H
a(mJ W0 ~ < -2m0x ¢ZN >¢ OOC1CtlC1 O ODPO Otl �LL
W
d(J LZW m
0m wf O as
i N}
Oa ~ F
F a� 00
(Z 310N 33S) U O OF m z
1H013H 1SOd - AH„ d
o°m d m
OL•OZ•0 Nb'ld O1S 33S33S _ Z �
n U)IN a[ t O n ebb on_nn
f k
r.'A Q oao bnbbn aao00o�rnn n en
... .,... - - Y
J
LU W
z<F .e .e N z r ::3173Vn fr, >
NIJ ❑❑w W w S3RIVA mz
, w 27? d LL d orWn
oiy m0J O z 2QW
a�- a' a C7 m0
Z'am y
rnNC7
O � 1130011 N83d :A9 NMVNO
�a
w
a W
N m y
W
LD
OI
C
t7
Reg
L°
m>
U
W
t1 N
'vm
C �
3-
N
N _
_
.yp?��
W
O
N
Z
d 5
gpgl
` 3
C m n
o
Ol
_ -
W- M .c
L C �,
❑❑
C Qi Q
m F
N
w�o�
3yc'ma
wr
o
mNEco
° O
,-m
`p .L..
a�3
.F
$,�
W
m
L
al y�
's3 C .-
c 3�
C 7i t
C
O. OI
U
�
c
N T C
0
_ N a
m
U
w N3
LL c
dwoma
rn
t
'a'
vN
Y�
m C m `•
y
W y
'L
W u•• }"
OY
iq
m V
�'ornM
y�L
33
G �,
ul m
y c
C
y
'Nm
CL C nm
mN
_. �" Ol
O �= a)U
m
c01(Ua
00
y•-
myN
T-L
y
cm
N�
y O m W
FN
_M `O a
(n LL.
L71 fa m
C G
¢ N �=
0)L
fq
O O
LL. C
YI
z
Cl
M
o
ui
mi
v
�
z
3
w
m
m
a
z
z
J N
Ur
0
a
U)
a
w
711,
�o
m�
ZZO
<9za
Y c�cga
Q S Z
ma QN
Z N- O
Zwmw
iw Way
f
0
a
W
m
F
z
O
W
U
Q
m
z
(2
V7
z
z
C7
y
o
llav
O¢
wC
S
Z�WZ
-z' w w
<y
�m
I
�m3
<Jv
zap
wo
UwC7
woz
ww
¢x
own
o
F
wma
Zx
w
� a
-
Z�
_w
S
a-z
`a a
�Z
J (7
J
I-
N
m
0Z
ow
a
z
w O
LLx
C7
n
w
m
D
r
J
W
W W
K m
m
z
m
Ur
Z
IL
O
ED-
IL
=<O
J
^Isy
W
wz
W
m
U)
Q
Z
z oQz
O
m z==
W
't H
Q
h
w
m
a
o
m
m
zZ
-
HC
�
m
iVN
?m
y
wo
_
= z
¢N
N
m<
r3
e
¢J�
wo
0w�
<z
a
5tj
moz
zm
own
0
mZg
m a
w
w ^,
_d
/
2
0
zw
-z
a
1Oa
�z
J�
Jm
-
CZ
m
o
of
wp
a
z
li x
C1
w
m
s
1130011 N833 :A9 NMVdC]
A
N30MV-1 1:10 2L
IRVISH 1HOL3F# 1H919H
NOIS E7L NSIS EIL NOIS m
Z
g
I
�
�
f7
Z
x
H
U
I
0.'
w
g
m
m
A
,LL NVN1 SS3l
M013H
NVS za
z
c�
CA
CL'
g
x
z
U
w
z
J
w t/1
m
y
z
O
tl7
N
W
x
O
_
f
❑
+�
z
OJ
W
m
UJ
O m
N F N
w
a_
as �
❑ W
O
W
a
Y
W N
�
O
F
O
w
U
z
m
0
f
O
Z
2a
N
m W
O
Z m v
a
m
_
Y.
S2
mm n
S
z
�
x
�
W
C�
.0
>
S
z
iV
0 m n
�
Y =
a
m
V w
m
m a
N
w
0
O
O.N
y O
jp N
c _
❑ L m—
O 0
o r
o�
0
o e ¢
�a
c m
O19
N C
z0 U- L
62
2
0
M
� O �
alb = o w U ._
4., .1 < ► a w r S
0
w ❑
0 �. C w >oi
IL �r _ t CI' OC x ❑
O-
C1 4-1
Z ¢ 6
� 3LL
Z
z
C7
H
z
z
z
w
9
0
Q
0
rc
J
Q
w
U
m
x
z
m
V I
M
x
J
w
G
O
w
6
z
=
0 m
rna
N ❑
¢^
z
C¢7N
i
oa
2N
2�
m
i0
mOJ
� rn
A
1H013H
NOIS EIL
�
C;
C
z
C7
N
w
z
N
0 z
0 w
x �
U w
rn VU
w g
g a
w
m V
a
in
z
c�
N
2
f7
CA
w
0 0
N
0
z
z z
Cn
Q
IL
0
z
w J
2�
NO
1
a
'
0
?U
O
w
z n
N
am
z
a
00
z
m �
n
m
oa
?O t
0
i
I
ro
� y
1130011 N833 :AS NMVNO
FHWA 1273
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
PROJECT #218
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
I. General
II. Nondiscrimination
III. Nonsegregated Facilities
IV Davis -Bacon and Related Act Provisions
V. Contract Work Hours and Safety Standards Act
Provisions
VI. Subletting or Assigning the Contract
VII. Safety: Accident Prevention
VIII False Statements Concerning Highway Projects
IX. Implementation of Clean Air Act and Federal Water
Pollution Control Act
X. Compliance with Governmentwide Suspension and
Debarment Requirements
XI Certification Regarding Use of Contract Funds for
Lobbying
ATTACHMENTS
A. Employment and Materials Preference for Appalachian
Development Highway Systom or, Appalachiari Local Access
Road Contracts (included in Appalachian contracts only)
I. GENERAL
1. Form FHWA-1273 must be physically incorporated in each
construction contract funded under Title 23 (excluding
emergency contracts solely intended for debris removal). The
contractor (or subcontractor) must insert this form in each
subcontract and further require its inclusion in all lower tier
subcontracts (excluding purchase orders, rental agreements
and other agreements for supplies or services).
The applicable requirements of Form FH"FA-1273 are
incorporated by reference for wo+k done under any purchase
order, rental, a ,reement or agreement for other services. The
prime contractor shall be responsible for compliance by any
subcontractor lower -tier subcontractor or service provider.
Form FHWA-1273 must be included in all Federal -aid design -
build contracts, in all subcontracts and in lower tier
subcontracts (excluding subcontracts for design services.
purchase orders, rentai agreements and other agreements for
supplies or services) The design -builder sha€I be respcsnsible
for compliance by any subcofitractor, lower -tier subcontractor
or service provider.
Contracting agencies may reference Form FHWA-1273 in bid
proposal or request for proposal documcrits. however, the
Form FHWA-1273 must be physically incorporated Mot
referenced) in all contracts, subcontracts and Iovuer-tier
subcontracts (excluding purchase orders, rental agreements
and other agreements for supplies or services related to a
construction contract).
2. Subject to the applicability criteria noted in the following
sections, these contract provisions shall apply to all work
performed on the contract by the contractor's own organization
and with the assistance of workers under the contractor's
immediate superintendence and to all work performed on the
contract by piecework, station work, or by subcontract.
FHWA-1273 -- Revised May 1, 2012
3. A breach of any of the stipulations contained in these
Required Contract Provisions may be sufficient grounds for
withholding of progress payments, withholding of final
payment, termination of the contract, suspension / debarment
or any other action determined to be appropriate by the
contracting agency and FHWA.
4. Selection of Labor: During the performance of this contract,
the contractor shall not use convict labor for any purpose
within the limits of a construction project on a Federal -aid
highv,iay unless it is labor performed by convicts who are on
parole, supervised release, or probation. The term Federal -aid
highway does not include roadways functionally classified as
local roads or rural minor collectors.
II. NONDISCRIMINATION
The provisions of this section related to 23 CFR Part 230 are
applicable to all Federal -aid construction contracts and to all
related construction subcontracts of $10,000 or more. The
provisions of 23 CFR Part 230 are not applicable to material
supply, engineering, or architectural service contracts.
In addition, the contractor and all subcontractors must comply
with the following policies: Executive Order 11246, 41 CFR 60,
29 CFR 1625-1627, Title 23 USC Section 140, the
Rehabilitation Act of 1973, as amended (29 USC 794), Title VI
of the Civil Rights Act of 1964, as amended, and related
regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR
Parts 200, 230, and 633.
The contractor and all subcontractors must comply with: the
requirements of the Equal Opportunity Clause in 41 CFR 60-
1.4(b) and, for all construction contracts exceeding $10,000,
the Standard Federal Equal Employment Opportunity
Construction Contract Specifications in 41 CFR 60-4.3.
Note: The U.S. Department of Labor has exclusive authority to
determine compliance with Executive Order 11246 and the
policies of the Secretary of Labor including 41 CFR 60, and 29
CFR 1625-1627. The contracting agency and the FHWA have
the authority and the responsibility to ensure compliance with
Title 23 USC Section 140, the Rehabilitation Act of 1973, as
amended (29 USC 794), and Title VI of the Civil Rights Act of
1964, as amended, and related regulations including 49 CFR
Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633.
The following provision is adopted from 23 CFR 230, Appendix
A, with appropriate revisions to conform to the U.S.
Department of Labor (US DOL) and FHWA requirements.
1. Equal Employment Opportunity: Equal employment
opportunity (EEO) requirements not to discriminate and to take
affirmative action to assure equal opportunity as set forth
under laws, executive orders, rules, regulations (28 CFR 35,
29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 27)
and orders of the Secretary of Labor as modified by the
provisions prescribed herein, and imposed pursuant to 23
U.S.C. 140 shall constitute the EEO and specific affirmative
action standards for the contractor's project activities under
this contract. The provisions of the Americans with Disabilities
Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR
35 and 29 CFR 1630 are incorporated by reference in this
contract. In the execution of this contract, the contractor
agrees to comply with the following minimum specific
requirement activities of EEO:
a. The contractor will work with the contracting agency and
the Federal Government to ensure that it has made every
good faith effort to provide equal opportunity with respect to all
of its terms and conditions of employment and in their review
of activities under the contract.
b. The contractor will accept as its operating policy the
following statement:
"it is the policy of this Company to assure that applicants
are employed, and that employees are treated during
employment, without regard to their race, religion, sex, color,
national origin, age or disability. Such action shall include:
employment, upgrading, demotion, or transfer; recruitment or
recruitment advertising; layoff or termination; rates of pay or
other forms of compensation; and selection for training,
including apprenticeship, pre -apprenticeship, and/or on-the-
job training."
2. EEO Officer: The contractor will designate and make
known to the contracting officers an EEO Officer who will have
the responsibility for and must be capable of effectively
administering and promoting an active EEO program and who
must be assigned adequate authority and responsibility to do
so.
3. Dissemination of Policy: All members of the contractor's
staff who are authorized to hire, supervise, promote, and
discharge employees, or who recommend such action, or who
are substantially involved in such action, will be made fully
cognizant of, and will implement, the contractor's EEO policy
and contractual responsibilities to provide EEO in each grade
and classification of employment. To ensure that the above
agreement will be met, the following actions will be taken as a
minimum:
a. Periodic meetings of supervisory and personnel office
employees will be conducted before the start of work and then
not less often than once every six months, at which time the
contractor's EEO policy and its implementation will be
reviewed and explained. The meetings will be conducted by
the EEO Officer.
b. All new supervisory or personnel office employees will be
given a thorough indoctrination by the EEO Officer, covering
all major aspects of the contractor's EEO obligations within
thirty days following their reporting for duty with the contractor.
c. All personnel who are engaged in direct recruitment for
the project will be instructed by the EEO Officer in the
contractor's procedures for locating and hiring minorities and
women.
d. Notices and posters setting forth the contractor's EEO
policy will be placed in areas readily accessible to employees,
applicants for employment and potential employees.
e. The contractor's EEO policy and the procedures to
implement such policy will be brought to the attention of
employees by means of meetings, employee handbooks, or
other appropriate means.
4. Recruitment: When advertising for employees, the
contractor will include in all advertisements for employees the
notation: "An Equal Opportunity Employer." All such
advertisements will be placed in publications having a large
circulation among minorities and women in the area from
which the project work force would normally be derived.
a. The contractor will, unless precluded by a valid
bargaining agreement, conduct systematic and direct
recruitment through public and private employee referral
sources likely to yield qualified minorities and women. To
meet this requirement, the contractor will identify sources of
potential minority group employees, and establish with such
identified sources procedures whereby minority and women
applicants may be referred to the contractor for employment
consideration.
b. In the event the contractor has a valid bargaining
agreement providing for exclusive hiring hall referrals, the
contractor is expected to observe the provisions of that
agreement to the extent that the system meets the contractor's
compliance with EEO contract provisions. Where
implementation of such an agreement has the effect of
discriminating against minorities or women, or obligates the
contractor to do the same, such implementation violates
Federal nondiscrimination provisions.
c. The contractor will encourage its present employees to
refer minorities and women as applicants for employment.
Information and procedures with regard to referring such
applicants will be discussed with employees.
5. Personnel Actions: Wages, working conditions, and
employee benefits shall be established and administered, and
personnel actions of every type, including hiring, upgrading,
promotion, transfer, demotion, layoff, and termination, shall be
taken without regard to race, color, religion, sex, national
origin, age or disability. The following procedures shall be
followed:
a. The contractor will conduct periodic inspections of project
sites to insure that working conditions and employee facilities
do not indicate discriminatory treatment of project site
personnel.
b. The contractor will periodically evaluate the spread of
wages paid within each classification to determine any
evidence of discriminatory wage practices.
c. The contractor will periodically review selected personnel
actions in depth to determine whether there is evidence of
discrimination. Where evidence is found, the contractor will
promptly take corrective action. If the review indicates that the
discrimination may extend beyond the actions reviewed, such
corrective action shall include all affected persons.
d. The contractor will promptly investigate all complaints of
alleged discrimination made to the contractor in connection
with its obligations under this contract, will attempt to resolve
such complaints, and will take appropriate corrective action
within a reasonable time. If the investigation indicates that the
discrimination may affect persons other than the complainant,
such corrective action shall include such other persons. Upon
completion of each investigation, the contractor will inform
every complainant of all of their avenues of appeal.
6. Training and Promotion:
a. The contractor will assist in locating, qualifying, and
increasing the skills of minorities and women who are
applicants for employment or current employees. Such efforts
should be aimed at developing full journey level status
employees in the type of trade or job classification involved.
b. Consistent with the contractor's work force requirements
and as permissible under Federal and State regulations, the
contractor shall make full use of training programs, i.e.,
apprenticeship, and on-the-job training programs for the
geographical area of contract performance. In the event a
special provision for training is provided under this contract,
this subparagraph will be superseded as indicated in the
special provision. The contracting agency may reserve
training positions for persons who receive welfare assistance
in accordance with 23 U.S.C. 140(a).
c. The contractor will advise employees and applicants for
employment of available training programs and entrance
requirements for each.
d. The contractor will periodically review the training and
promotion potential of employees who are minorities and
women and will encourage eligible employees to apply for
such training and promotion.
7. Unions: If the contractor relies in whole or in part upon
unions as a source of employees, the contractor will use good
faith efforts to obtain the cooperation of such unions to
increase opportunities for minorities and women. Actions by
the contractor, either directly or through a contractor's
association acting as agent, will include the procedures set
forth below:
a. The contractor will use good faith efforts to develop, in
cooperation with the unions, joint training programs aimed
toward qualifying more minorities and women for membership
in the unions and increasing the skills of minorities and women
so that they may qualify for higher paying employment.
b. The contractor will use good faith efforts to incorporate an
EEO clause into each union agreement to the end that such
union will be contractually bound to refer applicants without
regard to their race, color, religion, sex, national origin, age or
disability.
c. The contractor is to obtain information as to the referral
practices and policies of the labor union except that to the
extent such information is within the exclusive possession of
the labor union and such labor union refuses to furnish such
information to the contractor, the contractor shall so certify to
the contracting agency and shall set forth what efforts have
been made to obtain such information.
d. In the event the union is unable to provide the contractor
with a reasonable flow of referrals within the time limit set forth
in the collective bargaining agreement, the contractor will,
through independent recruitment efforts, fill the employment
vacancies without regard to race, color, religion, sex, national
origin, age or disability; making full efforts to obtain qualified
and/or qualifiable minorities and women. The failure of a union
to provide sufficient referrals (even though it is obligated to
provide exclusive referrals under the terms of a collective
bargaining agreement) does not relieve the contractor from the
requirements of this paragraph. In the event the union referral
practice prevents the contractor from meeting the obligations
pursuant to Executive Order 11246, as amended, and these
special provisions, such contractor shall immediately notify the
contracting agency.
8. Reasonable Accommodation for Applicants /
Employees with Disabilities: The contractor must be familiar
with the requirements for and comply with the Americans with
Disabilities Act and all rules and regulations established there
under. Employers must provide reasonable accommodation i
all employment activities unless to do so would cause an
undue hardship.
9. Selection of Subcontractors, Procurement of Materials
and Leasing of Equipment: The contractor shall not
discriminate on the grounds of race, color, religion, sex,
national origin, age or disability in the selection and retention
of subcontractors, including procurement of materials and
leases of equipment. The contractor shall take all necessary
and reasonable steps to ensure nondiscrimination in the
administration of this contract.
a. The contractor shall notify all potential subcontractors and
suppliers and lessors of their EEO obligations under this
contract.
b. The contractor will use good faith efforts to ensure
subcontractor compliance with their EEO obligations.
10. Assurance Required by 49 CFR 26.13(b):
a. The requirements of 49 CFR Part 26 and the State
DOT's U.S. DOT -approved DBE program are incorporated by
reference.
b. The contractor or subcontractor shall not discriminate on
the basis of race, color, national origin, or sex in the
performance of this contract. The contractor shall carry out
applicable requirements of 49 CFR Part 26 in the award and
administration of DOT -assisted contracts. Failure by the
contractor to carry out these requirements is a material breach
of this contract, which may result in the termination of this
contract or such other remedy as the contracting agency
deems appropriate.
11. Records and Reports: The contractor shall keep such
records as necessary to document compliance with the EEO
requirements. Such records shall be retained for a period of
three years following the date of the final payment to the
contractor for all contract work and shall be available at
reasonable times and places for inspection by authorized
representatives of the contracting agency and the FHWA.
a. The records kept by the contractor shall document the
following:
(1) The number and work hours of minority and non -
minority group members and women employed in each work
classification on the project;
(2) The progress and efforts being made in cooperation
with unions, when applicable, to increase employment
opportunities for minorities and women; and
(3) The progress and efforts being made in locating, hiring,
training, qualifying, and upgrading minorities and women;
b. The contractors and subcontractors will submit an annual
report to the contracting agency each July for the duration of
the project, indicating the number of minority, women, and
non -minority group employees currently engaged in each work
classification required by the contract work. This information is
to be reported on F.;rn i f' HVUR.-,1 391. The staffing data should
represent the project work force on board in all or any part of
the last payroll period preceding the end of July. If on-the-job
training is being required by special provision, the contractor
will be required to collect and report training data. The
employment data should reflect the work force on board during
all or any part of the last payroll period preceding the and of
July.
III. NONSEGREGATED FACILITIES
This provision is applicable to all Fecleral-aid construction
contracts and to all related construction subcontracts of
$10,000 or more.
The contractor must ensure that facilities provided for
employees are provided in such a manner that segregation on
the basis of rare, color, religion, sex, or national origin cannot
result. The contractor may neither require such segregated
rise by written r-r r?ral policies nor tolerate such use by
employee c:,sir.rr I he contractor's obligation cxiends further
to ensure tt)al its omployees are not assigned to perform their
services at any location, under the contractor's control, where
the facilities are segregated. The term "facilities" includes
waiting rooms, work areas, restaurants and other eating areas,
time clocks, restrooms, washrooms, locker rooms, and other
storage or dressing areas, parking lots, drinking fountains..
recreation or entertainment areas. transportation, and housing
provided for employees. The Contra❑tar shall provide separate
or single -user restrcnams and necessary dressing or sleeping
areas to assure privacy between sexes.
IV. DAVIS-BACON AND RELATED ACT PROVISIONS
This section is applicable to all Federal -aid construction
projects exceeding $2,000 and to all related subcontracts and
lower -tier subcontracts (regardless of subcontract sizej. The
requirements apply to all projects located within the right-of-
way of a roadway that is functionally classified as Fedora±-nrd
highway. This exeludes roadways functionally classified as
local roads or rural minor collectors, which are exempt.
Contracting agencies may elect to apply these requirements to
other projects.
The following provisions are from the U.S. Department of
Labor regulations in 29 CFR 5.5 "Contract provisions and
related matters" with minor revisions to conform to the FHWA-
1273 format and FHWA program requirements.
1. Minimum wages
a. All laborers and mechanics employed or working upon
the site of the work, will be paid unconditionally and not less
often than once a week, and without subsequent deduction or
rebate on any account (except such payroll deductions as are
permitted by regulations issued by the Secretary of labor
under the Copeland Act (29 CFR part 3)), the full amount of
wages and bona fide fringe benefits (or cash equivalents
the.,roof) due at time of payment computed at rates not less
than those contained in the wage determination of the
Secretary of Labor which is attached hereto and made a part
hereof, regardless of any contractual relationship which may
be alleged to exist between the contractor and such laborers
and mechanics.
Contributions made or costs reasonably anticipated for bona
fide fringe benefits under section 1(b)(2) of the Davis -Bacon
Act on behalf of laborers or mechanics are considered wages
paid to such laborers or mechanics, subject to the provisions
of paragraph 1.d. of this section; also, regular contributions
made or costs incurred for more than a weekly period (but not
less often than quarterly) under plans, funds, or programs
which cover the particular weekly period, are deemed to be
constructively made or incurred during such weekly period.
Such laborers and mechanics shall be paid the appropriate
wage rate and fringe benefits on the wage determination for
the classification of work actually performed, without regard to
skill, except as provided in 29 CFR 5.5(a)(4). Laborers or
mechanics performing work in more than one classification
may be compensated at the rate specified for each
classification for the time actually worked therein: Provided,
That the employer's payroll records accurately set forth the
time spent in each classification in which work is performed.
The wage determination (including any additional classification
and wage rates conformed under paragraph 1.b. of this
section) and the Davis -Bacon poster (WH-1321) shall be
posted at all times by the contractor and its subcontractors at
the site of the work in a prominent and accessible place where
it can be easily seen by the workers.
b.(1) The contracting officer shall require that any class of
laborers or mechanics, including helpers, which is not listed in
the wage determination and which is to be employed under the
contract shall be classified in conformance with the wage
determination. The contracting officer shall approve an
additional classification and wage rate and fringe benefits
therefore only when the following criteria have been met:
(i) The work to be performed by the classification
requested is not performed by a classification in the wage
determination; and
(ii) The classification is utilized in the area by the
construction industry; and
(Ili) The proposed wage rate, including any bona fide
fringe benefits, bears a reasonable relationship to the
wage rates contained in the wage determination.
(2) If the contractor and the laborers and mechanics to be
employed in the classification (if known), or their
representatives, and the contracting officer agree on the
classification and wage rate (including the amount
designated for fringe benefits where appropriate), a report of
the action taken shall be sent by the contracting officer to the
Administrator of the Wage and Hour Division, Employment
Standards Administration, U.S. Department of Labor,
Washington, DC 20210. The Administrator, or an authorized
representative, will approve, modify, or disapprove every
additional classification action within 30 days of receipt and
so advise the contracting officer or will notify the contracting
officer within the 30-day period that additional time is
necessary.
(3) In the event the contractor, the laborers or mechanics
to be employed in the classification or their representatives,
and the contracting officer do not agree on the proposed
classification and wage rate (including the amount
designated for fringe benefits, where appropriate), the
contracting officer shall refer the questions, including the
views of all interested parties and the recommendation of the
contracting officer, to the Wage and Hour Administrator for
determination. The Wage and Hour Administrator, or an
authorized representative, will issue a determination within
30 days of receipt and so advise the contracting officer or
will notify the contracting officer within the 30-day period that
additional time is necessary.
(4) The wage rate (including fringe benefits where
appropriate) determined pursuant to paragraphs 1.b (2) or
1.b.(3) of this section. shall be paid to all workers performing
work in the classification under this contract from the first
day on which work is performed in the classification.
c. Whenever the minimum wage rate prescribed in the
contract for a class of laborers or mechanics includes a fringe
benefit which is not expressed as an hourly rate, the contractor
shall either pay the benefit as stated in the wage determination
or shall pay another bona fide fringe benefit or an hourly cash
equivalent thereof.
d. If the contractor does not make payments to a trustee or
other third person, the contractor may consider as part of the
wages of any laborer or mechanic the amount of any costs
reasonably anticipated in providing bona fide fringe benefits
under a plan or program, Provided, That the Secretary of
Labor has found, upon the written request of the contractor,
that the applicable standards of the Davis -Bacon Act have
been met. The Secretary of Labor may require the contractor
to set aside in a separate account assets for the meeting of
obligations under the plan or program.
2. Withholding
The contracting agency shall upon its own action or upon
written request of an author, ec] representalive of the
Department of Labor, withhold or cause to be wdliheld from
the contractor under this contract, or any other Federal
contract with the same prime contractor, or any other federally -
assisted contract subject to Davis -Bacon prevailing wage
requirements, which is held by the same prime contractor, so
much of the accrued payments or advances as may be
considered necessary to pay laborers and mechanics,
including apprentices, trainees, and helpers, employed by the
contractor or any subcontractor the full amount of wages
required by the contract. In the event of failure to pay any
laborer or mechanic, including any apprentice, trainee, or
helper, employed or working on the site of the work, all or part
of the wages required by the contract, the contracting agency
may, after written notice to the contractor, take such action as
may be necessary to cause the suspension of any further
payment, advance, or guarantee of funds until such violations
have ceased.
3. Payrolls and basic records
a. Payrolls and basic records relating thereto shall be
maintained by the contractor during the course of the work and
preserved for a period of three years thereafter for all laborers
and mechanics working at the site of the work. Such records
shall contain the name, address, and social security number of
each such worker, his or her correct classification, hourly rates
of wages paid (including rates of contributions or costs
anticipated for bona fide fringe benefits or cash equivalents
thereof of the types described in section 1(b)(2)(B) of the
Davis -Bacon Act), daily and weekly number of hours worked,
deductions made and actual wages paid. Whenever the
Secretary of Labor has found under 29 CFR 5.5(a )l11{iv) that
the wages of any laborer or mechanic irsclude the amount of
any costs reasonably anticipated in providing benefits under a
plan or program described in section 1(b)(2J(B) of file Davis -
Bacon Act, the contractor shall maintain records which show
that the commitment to provide such benefits is enforceable,
that the plan or program is financially responsible, and that the
plan or program has been communicated in writing to the
laborers or mechanics affected, and records which show the
costs anticipated or the actual cost incurred in providing such
benefits. Contractors employing apprentices or trainees under
approved programs shall maintain written evidence of the
registration of apprenticeship programs and certification of
trainee programs, the registration of the apprentices and
trainees, and the ratios and wage rates prescribed in the
applicable programs.
b.(1) The contractor shall submit weekly for each week in
which any contract work is performed a copy of all payrolls to
the contracting agency. The payrolls submitted shall set out
accurately and completely all of the information required to be
maintained under 29 CFR 5.5(a)(3)(i), except that full social
security numbers and home addresses shall not be included
on weekly transmittals. Instead the payrolls shall only need to
include an individually identifying number for each employee
e.g. , the last four digits of the employee's social security
number). The required weekly payroll information may be
submitted in any form desired. Optional Form WH-347 is
available for this purpose from the Wage and Hour Division
Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htm
or its successor site. The prime contractor is responsible for
the submission of copies of payrolls by all subcontractors.
Contractors and subcontractors shall maintain the full social
security number and current address of each covered worker,
and shall provide them upon request to the contracting agency
for transmission to the State DOT, the FHWA or the Wage and
Hour Division of the Department of Labor for purposes of an
investigation or audit of compliance with prevailing wage
requirements. It is not a violation of this section for a prime
contractor to require a subcontractor to provide addresses and
social security numbers to the prime contractor for its own
records, without weekly submission to the contracting agency..
(2) Each payroll submitted shall be accompanied by a
"Statement of Compliance," signed by the contractor or
subcontractor or his or her agent who pays or supervises the
payment of the persons employed under the contract and shall
certify the following:
(i) That the payroll for the payroll period contains the
information reyurred to be provided under §5.5 (.a)(3)(ii) of
Regulations, 29 CFR part 5, the appropriate information is
being maintained under §5.5 (a)(3)(i) of Regulations, 29
CFR part 5, and that such information is correct and
complete;
(ii) That each laborer or mechanic (including each
helper, apprentice, and trainee) employed on the contract
during the payroll period has been paid the full weekly
wages earned, without rebate, either directly or indirectly,
and that no deductions have been made either directly or
indirectly from the full wages earned, other than
permissible deductions as set forth in Regulations, 29 CFR
part 3;
(iii) That each laborer or mechanic has been paid not
less than the applicable wage rates and fringe benefits or
cash equivalents for the classification of work performed,
as specified in the applicable wage determination
incorporated into the contract.
(3) The weekly submission of a properly executed
certification set forth on the reverse side of Optional Form
WH-347 shall satisfy the requirement for submission of the
"Statement of Compliance" required by paragraph 3.b.(2) of
this section.
(4) The falsification of any of the above certifications may
subiect the contractor or subcontractor to civil or criminal
prosecution under section 1001 of litle 18 and section 231 of
title 31 of the United States Code.
c. The contractor or subcontractor shall make the records
required under paragraph 3.a. of this section available for
inspection, copying, or transcription by authorized
representatives of the contracting agency, the State DOT, the
FHWA, or the Department of Labor, and shall permit such
representatives to inter ievv employees during working hours
on the job. If the contractor ar subcontractor fails to submit the
required records or to make them available, the FHWA may,
after written notice to the contractor, the contracting agency or
the State DOT, take such action as may be necessary to
cause the suspension of any further payment, advance, or
guarantee of funds Furthermore, failure to submit the required
records upon request or to make such records available may
be grounds for debarment action pursuant to 29 CFR 5.12.
4. Apprentices and trainees
a. Apprentices (programs of the USDOL).
Apprentices will be permitted to work at less than the
predetermined rate for the work they performed when they are
employed pursuant to and individually registered in a bona fide
apprenticeship program registered with the U.S. Department of
Labor. Employment and Training Administration. Office of
Apprenticeship Training, Employer and Labor Services, or with
a State Apprenticeship Agency recognized by the Office, or if a
person is employed in his or her first 90 days of probationary
employment as an apprentice in such an apprenticeship
program, who is not individually registered in the program, but
who has been certified by the Office of Apprenticeship
Training, Employer and Labor Services or a State
Apprenticeship Agency (where appropriate) to be eligible for
probationary employment as an apprentice.
The allowable ratio of apprentices to journeymen on the job
site in any craft classification shall not be greater than the ratio
permitted to the contractor as to the entire work force under
the registered program. Any worker listed on a payroll at an
apprentice wage rate. who is not registered or otherwise
employed as stated above, shall be paid not less than the
applicable wage rate on the wage determination for the
classification of work actually performed. In addition, any
apprentice performing work on the job site in excess of the
ratio permitted under the registered program shall be paid not
less than the applicable wage rate on the wage determination
for the work actually performed. Where a contractor is
performing const, ociion on a project in a locality other than
that .n which its program is registered, the ratios and wage
rates (expressed in percentages of the journeyman's hourly
rate) specified in the contractor's or subcontractor's registered
program shall be observed.
Every apprentice must be paid at not less than the rate
specified in the registered program for the apprentice's level of
progress. expressed as a percentage of the journeymen hourly
rate specified in the applicable wage determination.
Apprentices shall be paid fringe benefits in accordance with
the provisions of the apprenticeship program. If the
apprenticeship program does not specify fringe benefits,
apprentices must be paid the full amount of fringe benefits
listed on the wage determination for the applicable
classification. If the Administrator determines that a different
practice prevails for the applicable apprentice classification,
fringes shall be paid in accordance with that determination.
In the event the Office of Apprenticeship Training, Employer
and Labor Services, or a State Apprenticeship Agency
recognized by the Office, withdraws approval of an
apprenticeship program, the contractor will no longer be
permitted to utilize apprentices at less than the applicable
predetermined rate for the work performed until an acceptable
program is approved.
b. Trainees (programs of the USDOL)
Except as provided in 29 CFR 5.16, trainees will not be
permitted to work at less than the predetermined rate for the
work performed unless they are employed pursuant to and
individually registered in a program which has received prior
approval, evidenced by formal certification by the U.S.
Department of Labor, Employment and Training
Administration.
The ratio of trainees to journeymen on the job site shall not be
greater than permitted under the plan approved by the
Employment and Training Administration.
Every trainee must be paid at not less than the rate specified
in the approved program for the trainee's level of progress,
expressed as a percentage of the journeyman hourly rate
specified in the applicable wage determination. Trainees shall
be paid fringe benefits in accordance with the provisions of the
trainee program. If the trainee program does not mention
fringe benefits, trainees shall be paid the full amount of fringe
benefits listed on the wage determination unless the
Administrator of the Wage and Hour Division determines that
there is an apprenticeship program associated with the
corresponding journeyman wage rate on the wage
determination which provides for less than full fringe benefits
for apprentices. Any employee listed on the payroll at a trainee
rate who is not registered and participating in a training plan
approved by the Employment and Training Administration shall
be paid not less than the applicable wage rate on the wage
determination for the classification of work actually performed.
In addition, any trainee performing work on the job site in
excess of the ratio permitted under the registered program
shall be paid not less than the applicable wage rate on the
wage determination for the work actually performed.
In the event the Employment and Training Administration
withdraws approval of a training program, the contractor will no
longer be permitted to utilize trainees at less than the
applicable predetermined rate for the work performed until an
acceptable program is approved.
c. Equal employment opportunity. The utilization of
apprentices, trainees and journeymen under this part shall be
in conformity with the equal employment opportunity
requirements of Executive Order 11246, as amended, and 29
CFR part 30.
d. Apprentices and Trainees (programs of the U.S. DOT).
Apprentices and trainees working under apprenticeship and
skill training progrars which have been certified by the
Secretary of Transportation as promoting EEC) in connection
with Federal -aid highway construction programs are not
subject to the requirements of paragraph 4 of this Section IV.
The straight time hourly wage rates for apprentices and
trainees under such programs will be established by the
particular programs. The ratio of apprentices and trainees to
journeymen.. shall not be greater than permitted by the terms of
the particular program.
5. Compliance with Copeland Act requirements. The
contractor shall comply with the requirements of 29 CFR part
3, which are incorporated by reference in this contract.
6. Subcontracts. The contractor or subcontractor shall insert
Form FHWA-1273 in any subcontracts and also require the
subcontractors to include Form FHWA-1273 in any lower tier
subcontracts. The prime contractor shall be responsible for the
compliance by any subcontractor or lower tier subcontractor
with all the contract clauses in 29 CFR 5.5.
7. Contract termination: debarment. A breach of the
contract clauses in 29 CFR 5.5 may be grounds for termination
of the contract, and for debarment as a contractor and a
subcontractor as provided in 29 CFR 5.12.
8. Compliance with Davis•Bacon and Related Act
requirements. All rulings and interpretations of thc: Davis -
Bacon and Related Acts contained in ?9 P gaits 1, 3, and 5
are herein incorporated by reference in this contract.
9. Disputes concerning labor standards. Disputes arising
out of the labor standards provisions of this contract shall not
be subject to the general disputes clause of this contract. Such
disputes shall be resolved in accordance with the procedures
of the Department of Labor set forth in 29 CFR parts 5. 5. and
7. Disputes within the meaning of this clause include dispcites
between the contractor (or any of its subcontractors) and the
contracting agency, the U.S. Department of Labor, or the
employees or their representatives.
10. Certification of eligibility.
a. By entering into this contract, the contractor certifies that
neither it (nor he or she) nor any person or firm who has ar7
interest in the contractor's firm is a person or firm ineligible to
be awarded Government contracts by virtue of section 3(a) of
the Davis -Bacon Act or 29 CFR 5.12(a)(1).
b. No part of this contract shall be subcontracted to ary person
or firm ineligible for award of a Government contract by virtue
of section 3(a) of the Davis- Bacon Act or 29 CFR 5.12(a I(!).
c. The penalty for making false statements is prescribed in the
U.S. Criminal Code, 18 U.S.C. 1001.
V. CONTRACT WORK HOURS AND SAFETY
STANDARDS ACT
The following clauses apply to any Federal -aid construction
contract in an amount in excess of $100,000 and subject to the
overtime provisions of the Contract Work Hours and Safety
Standards Act. These clauses shall be inserted in addition to
the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As
used in this paragraph, the terms laborers and mechanics
include watchmen and guards.
1. Overtime requirements. No contractor or subcontractor
contracting for any part of the contract work which may require
or involve the employment of laborers or mechanics shall
require or permit any such laborer or mechanic in any
workweek in which he or she is employed on such work to
work in excess of forty hours in such workweek unless such
laborer or mechanic receives compensation at a rate not less
than one and one-half times the basic rate of pay for all hours
worked in excess of forty hours in such workweek.
2. Violation; liability for unpaid wages; liquidated
damages. In the event of any violation of the clause set forth
in paragraph (1.) of this section, the contractor and any
subcontractor responsible therefor shall be liable for the
unpaid wages. In addition, such contractor and subcontractor
shall be liable to the United States (in the case of work done
under contract for the District of Columbia or a territory, to such
District or to such territory), for liquidated damages. Such
liquidated damages shall be computed with respect to each
individual laborer or mechanic, including watchmen and
guards, employed in violation of the clause set forth in
paragraph (1.) of this section, in the sum of $10 for each
calendar day on which such individual was required or
permitted to work in excess of the standard workweek of forty
hours without payment of the overtime wages required by the
clause set forth in paragraph (1.) of this section.
3. Withholding for unpaid wages and liquidated damages.
The FHWA or the contacting agency shall upon its own action
or upon written request of an authonzec representative of the
Department of Labor withhold or cause to be withheld, from
any moneys payable on account of work performed by the
contractor or subcontractor under any such contract or any
other Federal contract with the same prime contractor, or any
other federally -assisted contract subject to the Contract Work
Hours and Safety Standards Act, which is held by the same
prime contractor, such sums as may be determined to be
necessary to satisfy any liabilities of such contractor or
subcontractor for unpaid wages and liquidated damages as
provided in the clause set forth in paragraph (2.) of this
section.
4. Subcontracts. The contractor or subcontractor shall insert
in any subcontracts the clauses set forth in paragraph (1.)
through (4.) of this section and also a clause requiring the
subcontractors to include these clauses in any lower tier
subcontracts. The prime contractor shall be responsible for
compliance by any subcontractor or lower tier subcontractor
with the clauses set forth in paragraphs (1.) through (4.) of this
section.
VI. SUBLETTING OR ASSIGNING THE CONTRACT
This provision is applicable to all Federal -aid construction
contracts on the National Highway System.
1. The contractor shall perform with its own organization
contract work amounting to not less than 30 percent (or a
greater percentage if specified elsewhere in the contract) of
the total original contract price, excluding any specialty items
designated by the contracting agency. Speaaity items may be
performed by subcontract and the amount of any such
specialty items performed may be deducted from the total
original contract price before computing the amount of work
required to be performed by the contractor's own organization
(23 CFR 635.116).
a. The term "perform work with its own organization" refers
to workers employed or leased by the prime contractor, and
equipment owned or rented by the prime contractor, with or
without operators. Such term does not incluoG employees or
equipment of a subcontractor or lower tier subcontractor,
agents of ;he prime contractor_ OF 3r7y other assignees, The
term may include payments for the costs of hiring leased
employees from an ernployen leasing firm meeting all relevant
Federal and State regulatory requirements. Leased
employees may only be included in this term if the prime
contractor meets all of the following conditions:
(1) the prime contractor maintains control over the
supervision of the day-to-day activities of the leased
employees;
(2) the prime contractor remains responsible for the quality
of the work of the leased employees;
(3) the prime contractor retains all power to accept or
exclude individual employees from work on the project; and
(4) the prime contractor remains ultimately responsible for
the payrnent of predetermined minimum wages, the
subrrriss�on of payrolls, statements of compliance and all
other Federal regulatory requirements.
b. "Specialty Items" shall be construed to be limited to work
that requires highly specialized knowledge, abilities. or
equipment not ordinarily available in the type of contracting
orgamzations qualified and expected to bid or propose an the
contract as a whole and in general are to be limited to minor
components of the overall contract.
2. The contract amount upon which the requirements set forth
in paragraph (1) of Section VI is computed includes the cost of
material and manufactured products which are to be
purchased or produced by the contractor under the contract
provisions.
3. The contractor shall furnish (a) a competent superintendent
or supervisor who is employed by the firm, has full authority to
direct performance of the work in accordance with the contract
requirements, and is in charge of all construction operations
(regardless of who performs the work) and (b) such other of its
own organizational resources (supervision, management, and
engineering services) as the contracting officer determines is
necessary to assure the performance of the contract.
4. No portion of the contract shall be sublet, assigned or
otherwise disposed of except with the written consent of the
contracting officer, or authorized representative, and such
consent when given shall not be construed to relieve the
contractor of any responsibility for the fulfillment of the
contract. Written consent will be given only after the
contracting agency has assured that each subcontract is
evidenced in writing and that it contains all pertinent provisions
and requirements of the prime contract.
5. The 30% self -performance requirement of paragraph (1) is
not applicable to design -build contracts; however, contracting
agencies may establish their own self -performance
requirements.
VII. SAFETY: ACCIDENT PREVENTION
T h i s p r o v i s i o n i s applicable to all Federal -aid
construction contracts and to all related subcontracts.
1. In the performance of this contract the contractor shall
comply with all applicable Federal, State, and local laws
governing safety, health, and sanitation (23 CFR 635). The
contractor shall provide all safeguards, safety devices and
protective equipment and take any other needed actions as it
determines, or as the contracting officer may determine, to be
reasonably necessary to protect the life and health of
employees on the job and the safety of the public and to
protect property in connection with the performance of the
work covered by the contract.
2. It is a condition of this contract, and shall be made a
condition of each subcontract, which the contractor enters into
pursuant to this contract, that the contractor and any
subcontractor shall not permit any employee, in performance
of the contract, to work in surroundings or under conditions
which are unsanitary, hazardous or dangerous to his/her
health or safety, as determined under construction safety and
health standards (29 CFR 1926) promulgated by the Secretary
of Labor, in accordance with Section 107 of the Contract Work
Hours and Safety Standards Act (40 U.S.C. 3704).
3. Pursuant to 29 CFR 1926.3, it is a condition of this contract
that the Secretary of Labor or authorized representative
thereof, shall have right of entry to any site of contract
performance to inspect or investigate the matter of compliance
with the construction safety and health standards and to carry
out the duties of the Secretary under Section 107 of the
Contract Work Hours and Safety Standards Act (40
U.S.C.3704).
Vill. FALSE STATEMENTS CONCERNING HIGHWAY
PROJECTS
T h i s p r o v i s i o n i s applicable to all Federal -aid
construction contracts and to all related subcontracts.
In order to assure high quality and durable construction in
conformity with approved plans and specifications and a high
degree of reliability on statements and representations made
by engineers, contractors, suppliers, and workers on Federal -
aid highway projects, it is essential that all persons concerned
with the project perform their functions as carefully, thoroughly,
and honestly as possible. Willful falsification, distortion, or
misrepresentation with respect to any facts related to the
project is a violation of Federal law. To prevent any
misunderstanding regarding the seriousness of these and
similar acts, Form FHWA-1022 shall be posted on each
Federal -aid highway project (23 CFR 635) in one or more
places where it is readily available to all persons concerned
with the project:
18 U.S.C. 1020 reads as follows:
"Whoever, being an officer, agent, or employee of the United
States, or of any State or Territory, or whoever, whether a
person, association, firm, or corporation, knowingly makes any
false statement, false representation, or false report as to the
character, quality, quantity, or cost of the material used or to
be used, or the quantity or quality of the work performed or to
be performed, or the cost thereof in connection with the
submission of plans, maps, specifications, contracts, or costs
of construction on any highway or related project submitted for
approval to the Secretary of Transportation; or
Whoever knowingly makes any false statement, false
representation, false report or false claim with respect to the
character, quality, quantity, or cost of any work performed or to
be performed, or materials furnished or to be furnished, in
connection with the construction of any highway or related
project approved by the Secretary of Transportation; or
Whoever knowingly makes any false statement or false
representation as to material fact in any statement, certificate,
or report submitted pursuant to provisions of the Federal -aid
Roads Act approved July 1, 1916, (39 Stat. 355), as amended
and supplemented;
Shall be fined under this title or imprisoned not more than 5
years or both."
IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL
WATER POLLUTION CONTROL ACT
This provision is applicable to all Federal -aid construction
contracts and to all related subcontracts.
By submission of this bid/proposal or the execution of this
contract, or subcontract, as appropriate, the bidder, proposer,
Federal -aid construction contractor, or subcontractor, as
appropriate, will be deemed to have stipulated as follows:
1. That any person who is or will be utilized in the
performance of this contract is not prohibited from receiving an
award due to a violation of Section 508 of the Clean Water Act
or Section 306 of the Clean Air Act.
2. That the contractor agrees to include or cause to be
included the requirements of paragraph (1) of this Section X in
every subcontract, and further agrees to take such action as
the contracting agency may direct as a means of enforcing
such requirements.
X. CERTIFICATION REGARDING DEBARMENT,
SUSPENSION, INELIGIBILITY AND VOLUNTARY
EXCLUSION
This provision is applicable to all Federal -aid construction
contracts, design -build contracts, subcontracts, lower -tier
subcontracts, purchase orders, lease agreements, consultant
contracts or any other covered transaction requiring FHWA
approval or that is estimated to cost $25,000 or more — as
defined in 2 CFR Parts 180 and 1200.
1. Instructions for Certification — First Tier Participants:
a. By signing and submitting this proposal, the prospective
first tier participant is providing the certification set out below.
b. The inability of a person to provide the certification set out
below will not necessarily result in denial of participation in this
covered transaction. The prospective first tier participant shall
submit an explanation of why it cannot provide the certification
set out below. The certification or explanation will be
considered in connection with the department or agency's
determination whether to enter into this transaction. However,
failure of the prospective first tier participant to furnish a
certification or an explanation shall disqualify such a person
from participation in this transaction.
c. The certification in this clause is a material representation
of fact upon which reliance was placed when the contracting
agency determined to enter into this transaction. If it is later
determined that the prospective participant knowingly rendered
an erroneous certification, in addition to other remedies
available to the Federal Government, the contracting agency
may terminate this transaction for cause of default.
d. The prospective first tier participant shall provide
immediate written notice to the contracting agency to whom
this proposal is submitted if any time the prospective first tier
participant learns that its certification was erroneous when
submitted or has become erroneous by reason of changed
circumstances.
e. The terms "covered transaction," "debarred,"
"suspended," "ineligible," "participant," "person," "principal,"
and "voluntarily excluded," as used in this clause, are defined
in 2 CFR Parts 180 and 1200. "First Tier Covered
Transactions" refers to any covered transaction between a
grantee or subgrantee of Federal funds and a participant (such
as the prime or general contract). "Lower Tier Covered
Transactions" refers to any covered transaction under a First
Tier Covered Transaction (such as subcontracts). "First Tier
Participant" refers to the participant who has entered into a
covered transaction with a grantee or subgrantee of Federal
funds (such as the prime or general contractor). "Lower Tier
Participant" refers any participant who has entered into a
covered transaction with a First Tier Participant or other Lower
Tier Participants (such as subcontractors and suppliers).
f. The prospective first tier participant agrees by submitting
this proposal that, should the proposed covered transaction be
entered into, it shall not knowingly enter into any lower tier
covered transaction with a person who is debarred,
suspended, declared ineligible, or voluntarily excluded from
participation in this covered transaction, unless authorized by
the department or agency entering into this transaction.
g. The prospective first tier participant further agrees by
submitting this proposal that it will include the clause titled
"Certification Regarding Debarment, Suspension, Ineligibility
and Voluntary Exclusion -Lower Tier Covered Transactions,"
provided by the department or contracting agency, entering
into this covered transaction, without modification, in all lower
tier covered transactions and in all solicitations for lower tier
covered transactions exceeding the $25,000 threshold.
h. A participant in a covered transaction may rely upon a
certification of a prospective participant in a lower tier covered
transaction that is not debarred, suspended, ineligible, or
voluntarily excluded from the covered transaction, unless it
knows that the certification is erroneous. A participant is
responsible for ensuring that its principals are not suspended,
debarred, or otherwise ineligible to participate in covered
transactions. To verify the eligibility of its principals, as well as
the eligibility of any lower tier prospective participants, each
participant may, but is not required to, check the Excluded
Parties List System website lhttos./iwww.eols ao_W), which is
compiled by the General Services Administration.
I. Nothing contained in the foregoing shall be construed to
require the establishment of a system of records in order to
render in good faith the certification required by this clause.
The knowledge and information of the prospective participant
is not required to exceed that which is normally possessed by
a prudent person in the ordinary course of business dealings.
j. Except for transactions authorized under paragraph (f) of
these instructions, if a participant in a covered transaction
knowingly enters into a lower tier covered transaction with a
person who is suspender, debarred, ineligible. or voluntarily
excluded from participation in this transaction, In addition to
other remedies available to the Federal Government, the
department or agency may terminate this transaction for cause
or default.
2. Certification Regarding Debarment, Suspension,
Ineligibility and Voluntary Exclusion — First Tier
Participants:
a. The prospective first tier participant certifies to the best of
its knowledge and belief, that it and its principals:
(1) Are not presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded from
participating in covered transactions by any Federal
department or agency;
(2) Have not within a three-year period preceding his
proposal been convicted of or had a civil judpnient rendered
against them `or commission of fraud or a criminal ofo-nse in
connection with obtaining, attempting to obtain, or performing
a public (Federal, State or local) transaction or contract under
a public transaction; violation of Federal or State antitrust
statutes or commission of embezzlement, theft, forgery,
bribery, falsification or destruction of records, making false
statements, or receiving stolen property;
(3) Are not presently indicted for or otherwise criminally or
civilly charged by a governmental entity (Federal, State or
local) with commission of any of the offenses enumerated in
paragraph (a)(2) of this certification; and
(4) Have not within a three-year period preceding this
application/proposal hid one or more public. transactions
(Federal. State or local) terminated for cause or dc-`ault.
b. Where the prospective participant is unable to certify to
any of the staterents in this certification, such prospective
participant shall attach an explanation to this proposal.
2. Instructions for Certification - Lower Tier Participants:
(Applicable to all subcontracts, purchase orders and other
lower tier transactions requiring prior FHWA approval or
estimated to cost $25,000 or more - 2 CFR Parts 180 and
1200)
a. By signing and submitting this proposal, the prospective
lower tier is providing the certification set out below.
b. The certification in this clause is a material representation
of fact upon which reliance was placed when this transaction
was entered into. If it is later determined that the prospective
lower tier participant knowingly rendered an erroneous
certification, in addition to other remedies available to the
Federal Government, the department, or agency with which
this transaction originated may pursue available remedies,
including suspension and/or debarment.
c. The prospective lower tier participant shall provide
immediate written notice to the person to which this proposal is
submitted if at any time the prospective lower tier participant
learns that its certification was erroneous by reason of
changed circumstances.
d. The terms 'covered transaction," "debarred,"
"suspended," "ineligible," "participant," "person," "principa'."
and "voluntarily excluded," as used in this clause, are defined
in 2 CFR Parts 180 and 1200. You may contact the person to
which this proposal is submitted for assistance in obtaining a
copy of those regulations. "First Tier Covered Transactions"
refers to any covered transaction between a grantee or
subgrantee of Federal funds and a parlicipant (such as the
prime or general contract). "Lower Tier Covered Transactions"
refers to any covered transaction under a First Tier Covered
Transaction (such as subcontracts). "First Tier Participant"
refers to the participant who has entered into a covered
transaction with a grantee or subgrantee of Federal funds
(such as the prime or general contractor). "Lower Tier
Participant" refers any participant who has entered into a
covered transaction with a First Tier Participant or other Lower
Tier Participants (such as subcontractors and suppliers).
e. The prospective lower tier participant agrees by
submitting this proposal that, should the proposed covered
transaction be entered into, it shall not knowingly enter into
any lower tier covered transaction with a person who is
debarred, suspended, declared ineligible, or voluntarily
excluded from participation in this covered transaction, unless
authorized by the department or agency with which this
transaction originated.
f. The prospective lower tier participant further agrees by
submitting this proposal that it will include this clause titled
"Certification Regarding Debarment, Suspension, Ineligibility
and Voluntary Exclusion -Lower Tier Covered Transaction,"
without modification, in all lower tier covered transactions and
in all solicitations for lower tier covered transactions exceeding
the $25,000 threshold.
g. A participant in a covered transaction may rely upon a
certification of a prospective participant in a lower tier covered
transaction that is not debarred, suspended, ineligible, or
voluntarily excluded from the covered transaction, unless it
knows that the certification is erroneous. A participant is
responsible for ensuring that its principals are not suspended,
debarred, or otherwise ineligible to participate in covered
transactions. To verify the eligibility of its principals, as well as
the eligibility of any lower tier prospective participants, each
participant may, but is not required to, check the Excluded
Parties List System website (h;tn ;r.ti°..v orsn i'), which is
compiled by the General Services Administration.
h. Nothing contained in the foregoing shall be construed to
require establishment of a system of records in order to render
in good faith the certification required by this clause. The
knowledge and information of participant is not required to
exceed that which is normally possessed by a prudent person
in the ordinary course of business dealings.
i. Except for transactions authorized under paragraph a of
these instructions, if a participant in a covered transaction
knowingly enters into a lower tier covered transaction with a
person who is suspended, debarred, ineligible, or voluntarily
excluded from participation in this transaction, in addition to
other remedies available to the Federal Government, the
Its]
department or agency with which this transaction originated
may pursue available rcmedies, including suspension andlor
debarment.
Certification Regarding Debarment, Suspension,
Ineligibility and Voluntary Exclusion --Lower Tier
Participants:
1. The prospective lower tier participant certifies, by
submission of this proposal, that neither it nor its principals is
presently debarred, suspended, proposed for debarment,
declared ineligible, or voluntarily excluded from participating in
covered transactions by any Federal department or agency.
2. Where the prospective lower tier participant is unable to
certify to any of the statements in this certification, such
prospective participant shall attach an explanation to this
proposal.
XI. CERTIFICATION REGARDING USE OF CONTRACT
FUNDS FOR LOBBYING
This provision is applicable to all Federal -aid construction
contracts and to all related subcontracts which exceed
$100,000 (49 CFR 20).
1. The prospective participant certifies, by signing and
submitting this bid or proposal, to the best of his or her
knowledge and belief, that:
a. No Federal appropriated funds have been paid or will be
paid, by or on behalf of the undersigned, to any person for
influencing or attempting to influence an officer or employee of
any Federal agency. a Member of Congress, an officer or
employee of Congress, or an employee of a Member of
Congress in connection with the awarding of any Federal
contract, the making of any Federal grant, the making of any
Federal loan, the entering into of any cooperative agreement,
and the extension, continuation, renewal, amendment, or
modification of any Federal contract, grant, loan, or
cooperative agreement.
b. If any funds other than Federal appropriated funds have
been paid or will be paid [o ary person for influencing or
attempting to influence an officer or employee of any Federal
agency, a Member of Congress, an officer or empioyee of
Congress, or an employee of a Member of Congress in
connection with this Federal contract, grant, loan, or
cooperative agreement, the undersigned shall complete and
submit Standard Form-LLL, "Disclosure Form to Report
Lobbying," in accordance with its instructions.
2. This certification is a material representation of fact upon
which reliance was placed when this transaction was made or
entered into. Submission of this certification is a prerequisite
for making or entering into this transaction imposed by 31
U.S.C. 1352. Any person who fails to file the required
certification shall be subject to a civil penalty of not less than
$10,000 and not more than $100,000 for each such failure.
3. The prospective participant also agrees by submitting its
bid or proposal that the participant shall require that the
language of this certification be included in all lower tier
subcontracts, wl'uch exceed $100,000 and that all such
recipients shall certify and disclose accordingly.
ATTACHMENT A - EMPLOYMENT AND MATERIALS
PREFERENCE FOR APPALACHIAN DEVELOPMENT
HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS
ROAD CONTRACTS
This provision is applicable to all Federal -aid projects funded
under the Appalachian Regional Development Act of 1965.
1. During the performance of this contract, the contractor
undertaking to do work which is, or reasonably may be, done
as on -site work, shall give preference to qualified persons who
regularly reside in the labor area as designated by the DOL
wherein the contract work is situated, or the subregion, or the
Appalachian counties of the State wherein the contract work is
situated, except:
a. To the extent that qualified persons regularly residing in
the area are not available.
b. For the reasonable needs of the contractor to employ
supervisory or specially experienced personnel necessary to
assure an efficient execution of the contract work.
c. For the obligation of the contractor to offer employment to
present or former employees as the result of a lawful collective
bargaining contract, provided that the number of nonresident
persons employed under this subparagraph (1 c) shall not
exceed 20 percent of the total number of employees employed
by the contractor on the contract work, except as provided in
subparagraph (4) below.
2. The contractor shall place a job order with the State
Employment Service indicating (a) the classifications of the
laborers, mechanics and other employees required to perform
the contract work, (b) the number of employees required in
each classification, (c) the date on which the participant
estimates such employees will be required, and (d) any other
pertinent information required by the State Employment
Service to complete the job order form. The job order may be
placed with the State Employment Service in writing or by
telephone. If during the course of the contract work, the
information submitted by the contractor in the original job order
is substantially modified, the participant shall promptly notify
the State Employment Service.
3. The contractor shall give full consideration to all qualified
job applicants referred to him by the State Employment
Service. The contractor is not required to grant employment to
any job applicants who, in his opinion, are not qualified to
perform the classification of work required.
4. If, within one week following the placing of a job order by
the contractor with the State Employment Service, the State
Employment Service is unable to refer any qualified job
applicants to the contractor, or less than the number
requested, the State Employment Service will forward a
certificate to the contractor indicating the unavailability of
applicants. Such certificate shall be made a part of the
contractor's permanent project records. Upon receipt of this
certificate, the contractor may employ persons who do not
normally reside in the labor area to fill positions covered by the
certificate, notwithstanding the provisions of subparagraph (1 c)
above.
5. The provisions of 23 CFR 633.207(e) allow the
contracting agency to provide a contractual preference for the
use of mineral resource materials native to the Appalachian
region.
6. The contractor shall include the provisions of Sections 1
through 4 of this Attachment A in every subcontract for work
which is, or reasonably may be, done as on -site work.
12
PREVAILING WAGES AND BENFIT CODE KEY
CITY OF FEDERAL WAY HORIZONTAL CURVE WARNING SIGN
DESIGN
PROJECT #218
"General Decision Number: WA20200001 10/02/2020
Superseded General Decision Number: WA20190001
State: Washington
Construction Type: Highway
Counties: Washington Statewide.
HIGHWAY (Excludes D.O.E. Hanford Site in Benton and Franklin
Counties)
Note: Under Executive Order (EO) 13658, an hourly minimum wage
of $10.80 for calendar year 2020 applies to all contracts
subject to the Davis -Bacon Act for which the contract is
awarded (and any solicitation was issued) on or after January
1, 2015. If this contract is covered by the EO, the contractor
must pay all workers in any classification listed on this wage
determination at least $10.80 per hour (or the applicable wage
rate listed on this wage determination, if it is higher) for
all hours spent performing on the contract in calendar year
2020. If this contract is covered by the EO and a
classification considered necessary for performance of work on
the contract does not appear on this wage determination, the
contractor must pay workers in that classification at least the
wage rate determined through the conformance process set forth
in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate,if it is
higher than the conformed wage rate). The EO minimum wage rate
will be adjusted annually. Please note that this EO applies to
the above -mentioned types of contracts entered into by the
federal government that are subject to the Davis -Bacon Act
itself, but it does not apply to contracts subject only to the
Davis -Bacon Related Acts, including those set forth at 29 CFR
5.1(a)(2)-(60). Additional information on contractor
requirements and worker protections under the EO is available
at www.dol.gov/whd/govcontracts.
Modification Number
0
1
2
3
4
5
6
7
8
9
10
11
12
13
Publication Date
01/03/2020
02/14/2020
02/28/2020
03/06/2020
03/13/2020
05/01/2020
07/03/2020
07/10/2020
07/24/2020
08/07/2020
08/14/2020
09/11/2020
09/25/2020
10/02/2020
1IPage
WA20200001 Modification 13
Federal Wage Determinations for Highway Construction
l 2
CARP0003-006 06/01/2018
SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT,
LEWIS(Piledriver only), PACIFIC (South of a straight line made
by extending the north boundary line of Wahkiakum County west
to Willapa Bay to the Pacific Ocean), SKAMANIA, and WAHKIAKUM
Counties.
Rates Fringes
Carpenters:
CARPENTERS ..................$
37.64
16.83
DIVERS TENDERS ..............$
43.73
16.83
DIVERS ......................$
87.73
16.83
DRYWALL .....................$
37.64
16.83
MILLWRIGHTS .................$
38.17
16.83
PILEDRIVERS .................$
38.71
16.83
DEPTH PAY:
50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET
101 TO 150 FEET $1.50 PER FOOT OVER 101 FEET
151 TO 200 FEET $2.00 PER FOOT OVER 151 FEET
Zone Differential (Add up Zone 1 rates):
Zone 2 - $0.85
Zone 3 - 1.25
Zone 4 - 1.70
Zone 5 - 2.00
Zone 6 - 3.00
BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND
VANCOUVER, (NOTE: All dispatches for Washington State
Counties: Cowlitz, Wahkiakum and Pacific shall be from
Longview Local #1707 and mileage shall be computed from
that point.)
ZONE 1: Projects located within 30 miles of the respective
city hall of the above mentioned cities
ZONE 2: Projects located more than 30 miles and less than 40
miles of the respective city of the above mentioned cities
ZONE 3: Projects located more than 40 miles and less than 50
miles of the respective city of the above mentioned cities
ZONE 4: Projects located more than 50 miles and less than 60
miles of the respective city of the above mentioned cities.
ZONE 5: Projects located more than 60 miles and less than 70
miles of the respective city of the above mentioned cities
ZONE 6: Projects located more than 70 miles of the respected
city of the above mentioned cities
21Page
WA20200001 Modification 13
Federal Wage Determinations for Highway Construction
P a g e 1 3
* CARP0030-004 06/01/2020
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PACIFIC (North of a straight line made by extending the
north boundary line of Wahkiakum County west to the Pacific
Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND
WHATCOM Counties
Rates Fringes
CARPENTER
BRIDGE CARPENTERS .......... .$
46.92
18.02
CARPENTERS ON CREOSOTE
MATERIAL ....................$
47.02
18.02
CARPENTERS ..................$
46.92
18.02
DIVERS TENDER ...............$
51.89
18.02
DIVERS ......................$
100.78
18.02
MILLWRIGHT AND MACHINE
ERECTORS ....................$
48.42
18.02
PILEDRIVER, DRIVING,
PULLING, CUTTING, PLACING
COLLARS, SETTING, WELDING
OR CRESOTE TREATED
MATERIAL, ALL PILING ........
$ 47.17
18.02
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL
CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS
Hourly Zone Pay shall -be paid on jobs located outside of the
free zone computed from the city center of the following
listed cities:
Seattle
Auburn
Renton
Aberdeen-Hoquiam
Ellensburg
Centralia
Chelan
Zone Pay:
Olympia
Bremerton
Shelton
Tacoma
Everett
Mount Vernon
Pt. Townsend
0 -25
radius
miles
Free
26-35
radius
miles
$1.00/hour
36-45
radius
miles
$1.15/hour
46-55
radius
miles
$1.35/hour
Over
55 radius
miles
$1.55/hour
Bellingham
Anacortes
Yakima
Wenatchee
Port Angeles
Sunnyside
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT
AND PILEDRIVER ONLY)
Hourly Zone Pay shall be computed from Seattle Union Hall,
Tacoma City center, and Everett City center
Zone Pay:
0 -25 radius miles Free
26-45 radius miles $ .70/hour
Over 45 radius miles $1.50/hour
3 1 P a g e
WA20200001 Modification 13
Federal Wage Determinations for Highway Construction
1 4
CARP0059-002 06/01/2019
ADAMS, ASOTIN, BENTON, CHELAN (East of 120th meridian),
COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT (East of
120th meridian), KITTITAS (East of 120th meridian), LINCOLN,
OKANOGAN (East of 120th meridian), PEND OREILLE, SPOKANE,
STEVENS, WALLA WALLA, WHITMAN, and YAKIMA (East of 120th
meridian) Counties
Rates
CARPENTER
GROUP 1.....................$ 35.47
GROUP 2.....................$ 47.42
GROUP 3.....................$ 36.66
GROUP 4.... ............. ....$ 36.66
GROUP 5.....................$ 83.96
GROUP 6.....................$ 40.23
GROUP 7.....................$ 41.23
GROUP 8.....................$ 37.66
GROUP 9.....................$ 44.23
CARPENTER & DIVER CLASSIFICATIONS:
GROUP 1: Carpenter
GROUP 2: Millwright, Machine Erector
Fringes
16.88
18.96
16.88
16.88
16.88
16.88
16.88
16.88
16.88
GROUP 3: Piledriver - includes driving, pulling, cutting,
placing collars, setting, welding, or creosote treated
material, on all piling
GROUP 4: Bridge, Dock, and Wharf carpenters
GROUP 5: Diver Wet
GROUP 6: Diver Tender, Manifold Operator, ROV Operator
GROUP 7: Diver Standby
GROUP 8: Assistant Diver Tender, ROV Tender/Technician
GROUP 9: Manifold Operator -Mixed Gas
ZONE PAY:
ZONE 1 0-45 MILES FREE
ZONE 2 45-100 $4.00/PER HOUR
ZONE 3 OVER 100 MILES $6.00/PER HOUR
4 1 P a g e
WA20200001 Modification 13
Federal Wage Determinations for Highway Construction
5
DISPATCH POINTS:
CARPENTERS/MILLWRIGHTS: PASCO (515 N Neel Street) or Main
Post Office of established residence of employee (Whichever
is closest to the worksite).
CARPENTERS/PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE.) or Main
Post Office of established residence of employee (Whichever
is closest to the worksite).
CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of
established residence of employee (Whichever is closest to
the worksite).
CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main
Post Office of established residence of employee (Whichever
is closest to the worksite).
CARPENTERS: MOSCOW (306 N. JACKSON) or Main Post Office of
established residence of employee (Whichever is closest to
the worksite).
DEPTH PAY FOR DIVERS BELOW WATER SURFACE:
50-100 feet $2.00 per foot
101-150 feet $3.00 per foot
151-220 feet $4.00 per foot
221 feet and deeper $5.00 per foot
PREMIUM PAY FOR DIVING IN ENCLOSURES WITH NO VERTICAL ASCENT:
0-25 feet Free
26-300 feet $1.00 per Foot
SATURATION DIVING:
The standby rate applies until saturation starts. The
saturation diving rate applies when divers are under
pressure continuously until work task and decompression are
complete. the diver rate shall be paid for all saturation
hours.
WORK IN COMBINATION OF CLASSIFICATIONS:
Employees working in any combination of classifications
within the diving crew (except dive supervisor) in a shift
are paid in the classification with the highest rate for
that shift.
HAZMAT PROJECTS:
Anyone working on a HAZMAT job (task), where HAZMAT
certification is required, shall be compensated at a
premium, in addition to the classification working in as
follows:
LEVEL D + $.25 per hour - This is the lowest level of
protection. No respirator is used and skin protection is
minimal.
5 1 P a g e
WA20200001 Modification 13
Federal Wage Determinations for Highway Construction
16
LEVEL C + $.50 per hour - This level uses an air purifying
respirator or additional protective clothing.
LEVEL B + $.75 per hour - Uses same respirator protection as
Level A. Supplied air line is provided in conjunction with
a chemical ""splash suit"".
LEVEL A +$1.00 per hour - This level utilizes a fully
encapsulated suit with a self-contained breathing apparatus
or a supplied air line.
----------------------------------------------------------------
CARP0770-003 06/01/2019
WEST OF 120TH MERIDIAN FOR THE FOLLOWING COUNTIES:
CHELAN, DOUGLAS, GRANT, KITTITAS, OKANOGAN, and YAKIMA
Rates Fringes
CARPENTER
CARPENTERS ON CREOSOTE
MATERIAL ....................$
46.02
16.52
CARPENTERS ..................$
45.92
16.52
DIVERS TENDER ...............$
50.79
16.52
DIVERS ......................$
99.68
16.52
MILLWRIGHT AND MACHINE
ERECTORS ....................$
47.42
16.52
PILEDRIVER, DRIVING,
PULLING, CUTTING, PLACING
COLLARS, SETTING, WELDING
OR CRESOTE TREATED
MATERIAL, ALL PILING ........
$ 46.17
16.52
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL
CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS
Hourly Zone Pay shall be paid on jobs located outside of the
free zone computed from the city center of the following
listed cities:
Seattle
Auburn
Renton
Aberdeen-Hoquiam
Ellensburg
Centralia
Chelan
Zone Pay:
Olympia
Bremerton
Shelton
Tacoma
Everett
Mount Vernon
Pt. Townsend
0 -25
radius
miles
Free
26-35
radius
miles
$1.00/hour
36-45
radius
miles
$1.15/hour
46-55
radius
miles
$1.35/hour
Over
55 radius
miles
$1.55/hour
Bellingham
Anacortes
Yakima
Wenatchee
Port Angeles
Sunnyside
6 1 P a g e
WA20200001 Modification 13
Federal Wage Determinations for Highway Construction
1 7
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT
AND PILEDRIVER ONLY)
Hourly Zone Pay shall be computed from Seattle Union'Hall,
Tacoma City center, and Everett City center
Zone Pay:
0 -25 radius miles Free
26-45 radius miles $ .70/hour
Over 45 radius miles $1.50/hour
--------------------------------------------------------------
ELECO046-001 08/03/2020
CALLAM, JEFFERSON, KING AND KITSAP COUNTIES
Rates Fringes
CABLE SPLICER ....................$ 59.91 3%+21.46
ELECTRICIAN ...................... $ 58.78 3%+22.51
----------------------------------------------------------
* ELECO048-003 01/01/2020
CLARK, KLICKITAT AND SKAMANIA COUNTIES
Rates Fringes
CABLE SPLICER ....................$ 44.22 21.50
ELECTRICIAN ......................$ 47.85 24.41
HOURLY ZONE PAY:
Hourly Zone Pay shall be paid on jobs located outside of the
free zone computed from the city center of the following
listed cities:
Portland, The Dalles, Hood River, Tillamook, Seaside and
Astoria
Zone Pay:
Zone 1: 31-50 miles $1.50/hour
Zone 2: 51-70 miles $3.50/hour
Zone 3: 71-90 miles $5.50/hour
Zone 4: Beyond 90 miles $9.00/hour
*These are not miles driven. Zones are based on Delorrne
Street Atlas USA 2006 plus.
----------------------------
ELECO048-029 01/01/2020
COWLITZ AND WAHKIAKUM COUNTY
Rates
CABLE SPLICER .....................$ 44.22
ELECTRICIAN ............ .......... $ 47.85
Fringes
21.50
24.41
7 1 P a g e
WA20200001 Modification 13
Federal Wage Determinations for Highway Construction
i8
----------------------------------------------------------------
ELECO073-001 01/01/2020
ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN
COUNTIES
Rates Fringes
CABLE SPLICER ....................$ 34.10 16.68
ELECTRICIAN ......................$ 36.05 19.23
----------------------------------------------------------------
* ELECO076-002 08/31/2020
GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON
COUNTIES ,
Rates Fringes
CABLE SPLICER ....................$ 53.15 23.81
ELECTRICIAN ......................$ 48.32 23.67
----------------------------------------------------------
ELECO112-005 06/01/2020
ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA
WALLA, YAKIMA COUNTIES
Rates Fringes
CABLE SPLICER ....................$ 50.45 22.27
ELECTRICIAN ......................$ 48.05 22.12
----------------------------------------------------------------
ELECO191-003 06/01/2020
ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES
Rates Fringes
CABLE SPLICER ....................$ 44.23 17.73
ELECTRICIAN ......................$ 47.95 26.16
----------------------------------------------------------------
ELECO191-004 06/01/2018
CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES
Rates Fringes
CABLE SPLICER ....................$ 40.82 17.63
ELECTRICIAN ......................$ 42.45 21.34
----------------------------------------------------------------
81Page
WA20200001 Modification 13
Federal Wage Determinations for Highway Construction
9
ENGI0302-003 06/01/2020
CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF
THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING,
KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN),
SAN JUNA, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE
120TH MERIDIAN) COUNTIES
Zone 1 (0-25 radius miles):
Rates Fringes
POWER EQUIPMENT OPERATOR
Group 1A...................$ 48.41
22.47
Group 1AA..................$ 49.13
22.47
Group 1AAA.................$ 49.83
22.47
Group 1.....................$ 47.70
22.47
Group 2.....................$ 47.08
22.47
Group 3.....................$ 46.55
22.47
Group 4.....................$ 43.54
22.47
Zone Differential (Add to Zone 1 rates):
Zone 2 (26-45 radius miles) - $1.00
Zone 3 (Over 45 radius miles) - $1.30
BASEPOINTS: Aberdeen, Bellingham, Bremerton,
Everett, Kent,
Mount Vernon, Port Angeles, Port Townsend,
Seattle,
Shelton, Wenatchee, Yakima
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1AAA - Cranes -over 300 tons, or 300
ft of boom
(including jib with attachments)
GROUP 1AA - Cranes 200 to 300 tons, or 250
ft of boom
(including jib with attachments); Tower crane
over 175 ft
in height, base to boom
GROUP lA - Cranes, 100 tons thru 199 tons,
or 150 ft of boom
(including jib with attachments); Crane -overhead,
bridge
type, 100 tons and over; Tower crane up to
175 ft in height
base to boom; Loaders -overhead, 8 yards and
over; Shovels,
excavator, backhoes-6 yards and over with
attachments
WA20200001 Modification 13
Federal Wage Determinations for Highway Construction
9 1 P a g e
GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft
of boom (including jib with attachments); Crane -overhead,
bridge type, 45 tons thru 99 tons; Derricks on building
work; Excavator, shovel, backhoes over 3 yards and under 6
yards; Hard tail end dump articulating off -road equipment
45 yards and over; Loader- overhead 6 yards to, but not
including 8 yards; Mucking machine, mole, tunnel, drill
and/or shield; Quad 9, HD 41, D-10; Remote control operator
on rubber tired earth moving equipment; Rollagon;
Scrapers -self propelled 45 yards and over; Slipform pavers;
Transporters, all truck or track type
GROUP 2 - Barrier machine (zipper); Batch Plant Operaor-
Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with
attachments; Crane -overhead, bridge type-20 tons through 44
tons; Chipper; Concrete Pump -truck mount with boom
attachment; Crusher; Deck Engineer/Deck Winches (power);
Drilling machine; Excavator, shovel, backhoe-3yards and
under; Finishing Machine, Bidwell, Gamaco and similar
equipment; Guardrail punch; Horizontal/directional drill
operator; Loaders -overhead under 6 yards; Loaders -plant
feed; Locomotives -all; Mechanics -all; Mixers -asphalt plant;
Motor patrol graders -finishing; Piledriver (other than
crane mount); Roto-mill,roto-grinder; Screedman, spreader,
topside operator-Blaw Knox, Cedar Rapids, Jaeger,
Caterpillar, Barbar Green; Scraper -self propelled, hard
tail end dump, articulating off -road equipment -under 45
yards; Subgrade trimmer; Tractors, backhoes-over 75 hp;
Transfer material service machine -shuttle buggy, blaw
knox-roadtec; Truck crane oiler/driver-100 tons and over;
Truck Mount portable conveyor; Yo Yo Pay dozer
GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments;
A -frame crane over 10 tons; Drill oilers -auger type, truck
or crane mount; Dozers-D-9 and under; Forklift-3000 lbs.
and over with attachments; Horizontal/directional drill
locator; Outside hoists -(elevators and manlifts), air
tuggers, strato tower bucket elevators; Hydralifts/boom
trucks over 10 tons; Loader -elevating type, belt; Motor
patrol grader-nonfinishing; Plant oiler- asphalt, crusher;
Pumps -concrete; Roller, plant mix or multi -lift materials;
Saws -concrete; Scrpers-concrete and carry -all; Service
engineer -equipment; Trenching machines; Truck Crane
Oiler/Driver under 100 tons; Tractors, backhoe 75 hp and
under
GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor;
Concrete finish mahine-laser screed; Cranes -A frame-10 tons
and under; Elevator and Manlift-permanent or shaft type;
Gradechecker, Stakehop; Forklifts under 3000 lbs. with
attachments; Hydralifts/boom trucks, 10 tons and under; Oil
distributors, blower distribution and mulch seeding
operator; Pavement breaker; Posthole digger, mechanical;
Power plant; Pumps, water; Rigger and Bellman; Roller -other
than plant mix; Wheel Tractors, farmall type;
Shotcrete/gunite equipment operator
101Page
WA20200001 Modification 13
Federal Wage Determinations for Highway Construction
HANDLING OF HAZARDOUS WASTE MATERIALS:
Personnel in all craft classifications subject to working
inside a federally designated hazardous perimeter shall be
elgible for compensation in accordance with the following
group schedule relative to the level of hazardous waste as
outlined in the specific hazardous waste project site
safety plan.
H-1 Base wage rate when on a hazardous waste site when not
outfitted with protective clothing
H-2 Class ""C"" Suit - Base wage rate plus $ .25 per hour.
H-3 Class ""B"" Suit - Base wage rate plus $ .50 per hour.
H-4 Class ""A"" Suit - Base wage rate plus $ .75 per hour.
ENGI0370-002 07/01/2019
ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN),
COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY,
FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH
MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN
AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES
ZONE 1:
Rates Fringes
POWER EQUIPMENT OPERATOR
GROUP
1.....................$
28.46
17.25
GROUP
2.....................$
28.78
17.25
GROUP
3.....................$
29.39
17.25
GROUP
4.....................$
29.55
17.25
GROUP
5.....................$
29.71
17.25
GROUP
6.....................$
29.99
17.25
GROUP
7.....................$
30.26
17.25
GROUP
8.....................$
31.36
17.25
ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 - $2.00
Zone 1: Within 45 mile radius of Spokane, Pasco, Washington;
Lewiston, Idaho
Zone 2: Outside 45 mile radius of Spokane, Pasco,
Washington; Lewiston, Idaho
111Page
WA20200001 Modification 13
Federal Wage Determinations for Highway Construction
f 12
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors
(under 2000 CFM, gas, diesel, or electric power); Deck
Hand; Fireman & Heater Tender; Hydro -seeder, Mulcher,
Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine;
Pumpman; Rollers, all types on subgrade, including s,eal and
chip coatings (farm type, Case, John Deere & similar, or
Compacting Vibrator), except when pulled by Dozer with
operable blade; Welding Machine; Crane Oiler -Driver (CLD
required) & Cable Tender, Mucking Machine
GROUP 2: A -frame Truck (single drum); Assistant Refrigeration
Plant (under 1000 ton); Assistant Plant Operator, Fireman
or Pugmixer (asphalt); Bagley or Stationary Scraper; Belt
Finishing Machine; Blower Operator (cement); Cement Hog;
Compressor (2000 CFM or over, 2 or more, gas diesel or
electric power); Concrete Saw (multiple cut); Distributor
Leverman; Ditch Witch or similar; Elevator Hoisting
Materials; Dope Pots (power agitated); Fork Lift or Lumber
Stacker, hydra -lift & similar; Gin Trucks (pipeline);
Hoist, single drum; Loaders (bucket elevators and
conveyors); Longitudinal Float; Mixer (portable -concrete);
Pavement Breaker, Hydra -Hammer & similar; Power Broom;
Railroad Ballast Regulation Operator (self-propelled);
Railroad Power Tamper Operator (self-propelled); Railroad
Tamper Jack Operator (self-propelled; Spray Curing Machine
(concrete); Spreader Box (self-propelled); Straddle Buggy
(Ross & similar on construction job only); Tractor (Farm
type R/T with attachment, except Backhoe); Tugger Operator
GROUP 3: A -frame Truck (2 or more drums); Assistant
Refrigeration Plant & Chiller Operator (over 1000 ton);
Backfillers (Cleveland & similar); Batch Plant & Wet Mix
Operator, single unit (concrete); Belt -Crete Conveyors with
power pack or similar; Belt Loader (Kocal or similar);
Bending Machine; Bob Cat (Skid Steer); Boring Machine
(earth); Boring Machine (rock under 8 inch bit) (Quarry
Master, Joy or similar); Bump Cutter (Wayne, Saginau or
similar); Canal Lining Machine (concrete); Chipper (without
crane); Cleaning & Doping Machine (pipeline); Deck
Engineer; Elevating Belt -type Loader (Euclid, Barber Green
& similar); Elevating Grader -type Loader (Dumor, Adams or
similar); Generator Plant Engineers (diesel or electric);
Gunnite Combination Mixer & Compressor; Locomotive
Engineer; Mixermobile; Mucking Machine; Posthole Auger or
Punch; Pump (grout or jet); Soil Stabilizer (P & H or
similar); Spreader Machine; Dozer/Tractor (up to D-6 or
equivalent) and Traxcavator; Traverse Finish Machine;
Turnhead Operator
121Pac7e
WA20200001 Modification 13
Federal Wage Determinations for Highway Construction
13
GROUP 4: Concrete Pumps (squeeze-crete, flow-crete, pump-
crete, Whitman & similar); Curb Extruder (asphalt or
concrete); Drills (churn, core, calyx or diamond);
Equipment Serviceman; Greaser & Oiler; Hoist (2 or more
drums or Tower Hoist); Loaders (overhead & front-end, under
4 yds. R/T); Refrigeration Plant Engineer (under 1000 ton);
Rubber -tired Skidders (R/T with or without attachments);
Surface Heater & Plant Machine; Trenching Machines (under 7
ft. depth capacity); Turnhead (with re -screening); Vacuum
Drill (reverse circulation drill under 8 inch bit)
GROUP 5: Backhoe (under 45,000 gw); Backhoe & Hoe Ram (under
3/4 yd.); Carrydeck & Boom Truck (under 25 tons); Cranes
(25 tons & under), all attachments including clamshell,
dragline; Derricks & Stifflegs (under 65 tons); Drilling
Equipment(8 inch bit & over) (Robbins, reverse circulation
& similar); Hoe Ram; Piledriving Engineers; Paving (dual
drum); Railroad Track Liner Operaotr (self-propelled);
Refrigeration Plant Engineer (1000 tons & over); Signalman
(Whirleys, Highline Hammerheads or similar); Grade Checker
GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches
& Trimmers)(Autograde, ABC, R.A. Hansen & similar on grade
wire); Backhoe (45,000 gw and over to 110,000 gw); Backhoes
& Hoe Ram (3/4 yd. to 3 yd.); Batch Plant (over 4 units);
Batch & Wet Mix Operator (multiple units, 2 & incl. 4);
Blade Operator (motor patrol & attachments); Cable
Controller (dispatcher); Compactor (self-propelled with
blade); Concrete Pump Boom Truck; Concrete Slip Form Paver;
Cranes (over 25 tons, to and including 45 tons), all
attachments including clamshell, dragline; Crusher, Grizzle
& Screening Plant Operator; Dozer, 834 R/T & similar; Drill
Doctor; Loader Operator (front-end & overhead, 4 yds. incl.
8 yds.); Multiple Dozer Units with single blade; Paving
Machine (asphalt and concrete); Quad -Track or similar
equipment; Rollerman (finishing asphalt pavement); Roto
Mill (pavement grinder); Scrapers, all, rubber -tired;
Screed Operator; Shovel(under 3 yds.); Trenching Machines
(7 ft. depth & over); Tug Boat Operator Vactor guzzler,
super sucker; Lime Batch Tank Operator (REcycle Train);
Lime Brain Operator (Recycle Train); Mobile Crusher
Operator (Recycle Train)
131 Page
WA20200001 Modification 13
Federal Wage Determinations for Highway Construction
1 14
GROUP 7: Backhoe (over 110,000 gw); Backhoes & Hoe Ram (3 yds
& over); Blade (finish & bluetop) Automatic, CMI, ABC,
Finish Athey & Huber & similar when used as automatic;
Cableway Operators; Concrete Cleaning/Decontamination
machine operator; Cranes (over 45 tons to but not including
85 tons), all attachments including clamshell and dragine;
Derricks & Stiffleys (65 tons & over); Elevating Belt
(Holland type); Heavy equipment robotics operator; Loader
(360 degrees revolving Koehring Scooper or similar);
Loaders (overhead & front-end, over 8 yds. to 10 yds.);
Rubber -tired Scrapers (multiple engine with three or more
scrapers); Shovels (3 yds. & over); Whirleys & Hammerheads,
ALL; H.D. Mechanic; H.D. Welder; Hydraulic Platform
Trailers (Goldhofer, Shaurerly andSimilar); Ultra High
Pressure Wateriet Cutting Tool System Operator (30,000
psi); Vacuum Blasting Machine Operator
GROUP 8: Cranes (85 tons and over, and all climbing,
overhead,rail and tower), all attachments including
clamshell, dragline; Loaders (overhead and front-end, 10
yards and over); Helicopter Pilot
BOOM PAY: (All Cranes, Including Tower)
180 ft to 250 ft $ .50 over scale
Over 250 ft $ .80 over scale
NOTE:
In computing the length of the boom on Tower Cranes, they
shall be measured from the base of the Tower to the point
of the boom.
HAZMAT:
Anyone working on HAZMAT jobs, working with supplied air
shall receive $1.00 an hour above classification.
ENGI0612-001 06/01/2020
PIERCE County
ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH
GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS.
ON ALL OTHER WORK, THE FOLLOWING RATES APPLY.
Zone 1 (0-25 radius miles):
Rates
Fringes
POWER EQUIPMENT OPERATOR
GROUP
1A...................$
49.50
22.47
GROUP
1AA..................$
50.22
22.47
GROUP
1AAA.................$
50.94
22.47
GROUP
1.....................$
48.77
22.47
GROUP
2.....................$
48.15
22.47
GROUP
3.....................$
47.60
22.47
GROUP
4.................... .$
44.55
22.47
141Page
WA20200001 Modification 13
Federal Wage Determinations for Highway Construction
15
Zone Differential (Add to Zone 1 rates):
Zone 2 (26-45 radius miles) = $1.00
Zone 3 (Over 45 radius miles) - $1.30
BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1 AAA - Cranes -over 300 tons or 300 ft of boom
(including jib with attachments)
GROUP 1AA - Cranes- 200 tonsto 300 tons, or 250 ft of boom
(including jib with attachments; Tower crane over 175 ft in
height, bas to boom
GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom
(including jib with attachments); Crane -overhead, bridge
type, 100 tons and over; Tower crane up to 175 ft in height
base to boom; Loaders -overhead, 8 yards and over; Shovels,
excavator, backhoes-6 yards and over with attachments
GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft
of boom (including jib with attachments); Crane -overhead,
bridge type, 45 tons thru 99 tons; Derricks on building
work; Excavator, shovel, backhoes over 3 yards and under 6
yards; Hard tail end dump articulating off -road equipment
45 yards and over; Loader- overhead, 6 yards to, but not
including, 8 yards; Mucking machine, mole, tunnel, drill
and/or shield; Quad 9 HD 41, D-10; Remote control operator
on rubber tired earth moving equipment; Rollagon; Scrapers -
self -propelled 45 yards and over; Slipform pavers;
Transporters, all track or truck type
GROUP 2 - Barrier machine (zipper); Batch Plant Operator -
concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with
attachments; Crane -Overhead, bridge type, 20 tons through
44 tons; Chipper; Concrete pump -truck mount with boom
attachment; Crusher; Deck engineer/deck winches (power);
Drilling machine; Excavator, shovel, backhoe-3 yards and
under; Finishing machine, Bidwell, Gamaco and similar
equipment; Guardrail punch; Loaders, overhead under 6
yards; Loaders -plant feed; Locomotives -all; Mechanics- all;
Mixers, asphalt plant; Motor patrol graders, finishing;
Piledriver (other than crane mount); Roto-mill, roto-
grinder; Screedman, spreader, topside operator-Blaw Knox,
Cedar Rapids, Jaeger, Caterpillar, Barbar Green;
Scraper -self- propelled, hard tail end dump, articulating
off -road equipment- under 45 yards; Subgrader trimmer;
Tractors, backhoe over 75 hp; Transfer material service
machine -shuttle buggy, Blaw Knox- Roadtec; Truck Crane
oiler/driver-100 tons and over; Truck Mount Portable
Conveyor; Yo Yo pay
WA20200001 Modification 13
Federal Wage Determinations for Highway Construction
151Page
j 16
GROUP 3 - Conveyors; Cranes through 19 tons with attachments;
Crane -A -frame over 10 tons; Drill oilers -auger type, truck
or crane mount; Dozer-D-9 and under; Forklift-3000 lbs. and
over with attachments; Horizontal/directional drill
locator; Outside Hoists -(elevators and manlifts), air
tuggers, strato tower bucket elevators; Hydralifts/boom
trucks over 10 tons; Loaders -elevating type, belt; Motor
patrol grader-nonfinishing; Plant oiler- asphalt, crusher;
Pump -Concrete; Roller, plant mix or multi-lfit materials, -
Saws -concrete; Scrapers, concrete and carry all; Service
engineers -equipment; Trenching machines; Truck crane
oiler/driver under 100 tons; Tractors, backhoe under 75 hp
GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor;
Concrete Finish Machine -laser screed; Cranes A -frame 10
tons and under; Elevator and manlift (permanent and shaft
type); Forklifts -under 3000 lbs. with attachments;
Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and
under; Oil distributors, blower distribution and mulch
seeding operator; Pavement breaker; Posthole
digger -mechanical; Power plant; Pumps -water; Rigger and
Bellman; Roller -other than plant mix; Wheel Tractors,
farmall type; Shotcrete/gunite equipment operator
FOOTNOTE A- Reduced rates may be paid on the following:
1. Projects involving work on structures such as buildings
and bridges whose total value is less than $1.5 million
excluding mechanical, electrical, and utility portions of
the contract.
2. Projects of less than $1 million where no building is
involved. Surfacing and paving included, but utilities
excluded.
3. Marine projects (docks, wharfs, etc.) less than $150,000.
HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all
craft classifications subject to working inside a federally
designated hazardous perimeter shall be elgible for
compensation in accordance with the following group
schedule relative to the level of hazardous waste as
outlined in the specific hazardous waste project site
safety plan.
H-1 Base wage rate when on a hazardous waste site when not
outfitted with protective clothing, Class ""D"" Suit - Base
wage rate plus $ .50 per hour.
H-2 Class ""C"" Suit - Base wage rate plus $1.00 per hour.
H-3 Class ""B"" Suit - Base wage rate plus $1.50 per hour.
H-4 Class ""A"" Suit - Base wage rate plus $2.00 per hour.
161Page
WA20200001 Modification 13
Federal Wage Determinations for Highway Construction
M 17
ENGI0612-012 06/01/2020
LEWIS, PACIFIC (portion lying north of a parallel line
extending west from the northern boundary of Wahkaikum County
to the sea) AND THURSTON COUNTIES
ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH
GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS.
ON ALL OTHER WORK, THE FOLLOWING RATES APPLY.
Zone 1 (0-25 radius miles):
Rates
Fringes
POWER EQUIPMENT OPERATOR
GROUP
1A............ I ......
$ 48.41
22.47
GROUP
1AA..................$
49.13
22.47
GROUP
1AAA.................$
49.83
22.47
GROUP
1.....................$
47.70
22.47
GROUP
2.....................$
47.08
22.47
GROUP
3.....................$
46.55
22.47
GROUP
4.....................$
43.54
22.47
Zone Differential (Add to Zone 1 rates):
Zone 2 (26-45 radius miles) = $1.00
Zone 3 (Over 45 radius miles) - $1.30
BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1 AAA - Cranes -over 300 tons or 300 ft of boom
(including jib with attachments)
GROUP 1AA - Cranes- 200 tonsto 300 tons, or 250 ft of boom
(including jib with attachments; Tower crane over 175 ft in
height, bas to boom
GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom
(including jib with attachments); Crane -overhead, bridge
type, 100 tons and over; Tower crane up to 175 ft in height
base to boom; Loaders -overhead, 8 yards and over; Shovels,
excavator, backhoes-6 yards and over with attachments
GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft
of boom (including jib with attachments); Crane -overhead,
bridge type, 45 tons thru 99 tons; Derricks on building
work; Excavator, shovel, backhoes over 3 yards and under 6
yards; Hard tail end dump articulating off -road equipment
45 yards and over; Loader- overhead, 6 yards to, but not
including, 8 yards; Mucking machine, mole, tunnel, drill
and/or shield; Quad 9 HD 41, D-10; Remote control operator
on rubber tired earth moving equipment; Rollagon; Scrapers -
self -propelled 45 yards and over; Slipform pavers;
Transporters, all track or truck type
171 Page
WA20200001 Modification 13
Federal Wage Determinations for Highway Construction
1 18
GROUP 2 - Barrier machine (zipper); Batch Plant Operator -
concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with
attachments; Crane -Overhead, bridge type, 20 tons through
44 tons; Chipper; Concrete pump -truck mount with boom
attachment; Crusher; Deck engineer/deck winches (power);
Drilling machine; Excavator, shovel, backhoe-3 yards and
under; Finishing machine, Bidwell, Gamaco and similar
equipment; Guardrail punch; Loaders, overhead under 6
yards; Loaders -plant feed; Locomotives -all; Mechanics- all;
Mixers, asphalt plant; Motor patrol graders, finishing;
Piledriver (other than crane mount); Roto-mill, roto-
grinder; Screedman, spreader, topside operator-Blaw Knox,
Cedar Rapids, Jaeger, Caterpillar, Barbar Green;
Scraper -self- propelled, hard tail end dump, articulating
off -road equipment- under 45 yards; Subgrader trimmer;
Tractors, backhoe over 75 hp; Transfer material service
machine -shuttle buggy, Blaw Knox- Roadtec; Truck Crane
oiler/driver-100 tons and over; Truck Mount Portable
Conveyor; Yo Yo pay
GROUP 3 - Conveyors; Cranes through 19 tons with attachments;
Crane -A -frame over 10 tons; Drill oilers -auger type, truck
or crane mount; Dozer-D-9 and under; Forklift-3000 lbs. and
over with attachments; Horizontal/directional drill
locator; Outside Hoists -(elevators and manlifts), air
tuggers, strato tower bucket elevators; Hydralifts/boom
trucks over 10 tons; Loaders -elevating type, belt; Motor
patrol grader-nonfinishing; Plant oiler- asphalt, crusher;
Pump -Concrete; Roller, plant mix or multi-lfit materials;
Saws -concrete; Scrapers, concrete and carry all; Service
engineers -equipment; Trenching machines; Truck crane
oiler/driver under 100 tons; Tractors, backhoe under 75 hp
GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor;
Concrete Finish Machine -laser screed; Cranes A -frame 10
tons and under; Elevator and manlift (permanent and shaft
type); Forklifts -under 3000 lbs. with attachments;
Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and
under; Oil distributors, blower distribution and mulch
seeding operator; Pavement breaker; Posthole
digger -mechanical; Power plant; Pumps -water; Rigger and
Bellman; Roller -other than plant mix; Wheel Tractors,
farmall type; Shotcrete/gunite equipment operator
FOOTNOTE A- Reduced rates may be paid on the following:
1. Projects involving work on structures such as buildings
and bridges whose total value is less than $1.5 million
excluding mechanical, electrical, and utility portions of
the contract.
2. Projects of less than $1 million where no building is
involved. Surfacing and paving included, but utilities
excluded.
3. Marine projects (docks, wharfs, etc.) less than $150,000.
181 Page
WA20200001 Modification 13
Federal Wage Determinations for Highway Construction
1 19
HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all
craft classifications subject to working inside a federally
designated hazardous perimeter shall be elgible for
compensation in accordance with the following group
schedule relative to the level of hazardous waste as
outlined in the specific hazardous waste project site
safety plan.
H-1 Base wage rate when on a hazardous waste site when not
outfitted with protective clothing, Class ""D"" Suit - Base
wage rate plus $ .50 per hour.
H-2 Class ""C"" Suit - Base wage rate plus $1.00 per hour.
H-3 Class ""B"" Suit - Base wage rate plus $1.50 per hour.
H-4 Class ""A"" Suit - Base wage rate plus $2.00 per hour.
----------------------------------------------------------------
ENGI0701-002 01/01/2018
CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA, AND
WAHKIAKUM COUNTIES
POWER RQUIPMENT OPERATORS: ZONE 1
Rates Fringes
POWER EQUIPMENT OPERATOR
GROUP
1.....................$
41.65
14.35
GROUP
1A....................$
43.73
14.35
GROUP
1B....................$
45.82
14.35
GROUP
2.............. .......
$ 39.74
14.35
GROUP
3.....................$
38.59
14.35
GROUP
4.............. .......
$ 37.51
14.35
GROUP
5.....................$
36.27
14.35
GROUP
6.....................$
33.05
14.35
Zone Differential (add to Zone 1 rates):
Zone 2 - $3.00
Zone 3 - $6.00
For the following metropolitan counties: MULTNOMAH;
CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA;
CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS
INDICATED:
All jobs or projects located in Multnomah, Clackamas and
Marion Counties, West of the western boundary of Mt. Hood
National Forest and West of Mile Post 30 on Interstate 84
and West of Mile Post 30 on State Highway 26 and West of
Mile Post 30 on Highway 22 and all jobs or projects located
in Yamhill County, Washington County and Columbia County
and all jobs or porjects located in Clark & Cowlitz County,
Washington except that portion of Cowlitz County in the Mt.
St. Helens ""Blast Zone"" shall receive Zone I pay for all
classifications.
191 Page
WA20200001 Modification 13
Federal Wage Determinations for Highway Construction
I [ 20
All jobs or projects located in the area outside the
identified boundary above, but less than 50 miles from the
Portland City Hall shall receive Zone II pay for all
classifications.
All jobs or projects located more than 50 miles from the
Portland City Hall, but outside the identified border
above, shall receive Zone III pay for all classifications.
For the following cities: ALBANY; BEND; COOS BAY; EUGENE;
GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG
All jobs or projects located within 30 miles of the
respective city hall of the above mentioned cities shall
receive Zone I pay for all classifications.
All jobs or projects located more than 30 miles and less than
50 miles from the respective city hall of the above
mentioned cities shall receive Zone II pay for all
classifications.
All jobs or projects located more than 50 miles from the
respective city hall of the above mentioned cities shall
receive Zone III pay for all classifications.
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
Group 1
Concrete Batch Plan and or Wet mix three (3) units or more;
Crane, Floating one hundred and fifty (150) ton but less
than two hundred and fifty (250) ton; Crane, two hundred
(200) ton through two hundred ninety nine (299) ton with
two hundred foot (200') boom or less (including jib,
inserts and/or attachments); Crane, ninety (90) ton through
one hundred ninety nine (199) ton with over two hundred
(200') boom Including jib, inserts and/or attachments);
Crane, Tower Crane with one hundred seventy five foot
(1751) tower or less and with less than two hundred foot
(2001) jib; Crane, Whirley ninety (90) ton and over;
Helicopter when used in erecting work
Group lA
Crane, floating two hundred fifty (250) ton and over; Crane,
two hundred (200) ton through two hundred ninety nine
(299) ton, with over two hundred foot (200') boom
(including jib, inserts and/or attachments); Crane, three
hundred (3Q0) ton through three hundred ninety nine (399)
ton; Crane, Tower Crane with over one hundred seventy five
foot (175') tower or over two hundred foot (200') jib;
Crane, tower Crane on rail system or 2nd tower or more in
work radius
WA20200001 Modification 13
Federal Wage Determinations for Highway Construction
201 Page
1 21
Group 1B
Crane, three hundred (300) ton through three hundred ninety
nine (399) ton, with over two hundred foot (200') boom
(including jib, inserts and/or attachments); Floating
crane, three hundred fifty (350) ton and over; Crane, four
hundred (400) ton and over
Group 2
Asphalt Plant (any type); Asphalt Roto-Mill, pavement
profiler eight foot (8') lateral cut and over; Auto Grader
or ""Trimmer"'; Blade, Robotic; Bulldozer, Robotic Equipment
(any type); Bulldozer, over one hundred twenty thousand
(120,000) lbs. and above; Concrete Batch Plant and/or Wet
Mix one (1) and two (2) drum; Concrete Diamond Head
Profiler; Canal Trimmer; Concrete, Automatic Slip Form
Paver (Assistant to the Operator required); Crane, Boom
Truck fifty (50) ton and with over one hundred fifty foot
(150') boom and over; Crane, Floating (derrick barge)
thirty (30) ton but less than one hundred fifty (150) ton;
Crane, Cableway twenty-five (25) ton and over; Crane,
Floating Clamshell three (3) cu. Yds. And over; Crane,
ninety (90) ton through one hundred ninety nine (199) ton
up to and including two hundred foot (200') of boom
(including jib inserts and/or attachments); Crane, fifty
(50) ton through eighty nine (89) ton with over one hundred
fifty foot (150') boom (including jib inserts and/or
attachments); Crane, Whirley under ninety (90) ton; Crusher
Plant; Excavator over one hundred thirty thousand (130,000)
lbs.; Loader one hundred twenty thousand (120,000) lbs. and
above; Remote Controlled Earth Moving Equipment; Shovel,
Dragline, Clamshell, five (5) cu. Yds. And over; Underwater
Equipment remote or otherwise, when used in construction
work; Wheel Excavator any size
Group 3
Bulldozer, over seventy thousand (70,000) lbs. up to and
including one hundred twenty thousand (120,000) lbs.;
Crane, Boom Truck fifty (50) ton and over with less than
one hundred fifty foot (150') boom; Crane, fifty (50) ton
through eighty nine (89) ton with one hundred fifty foot
(150') boom or less (including jib inserts and/or
attachments); Crane, Shovel, Dragline or Clamshell three
(3) cu. yds. but less than five (5) cu. Yds.; Excavator
over eighty thousand (80,000) lbs. through one hundred
thirty thousand (130,000) lbs.; Loader sixty thousand
(60,000) lbs. and less than one hundred twenty thousand
(120,000) lbs.
211 Page
WA20200001 Modification 13
Federal Wage Determinations for Highway Construction
1 22
Group 4
Asphalt, Screed; Asphalt Paver; Asphalt Roto-Mill, pavement
profiler, under eight foot (8') lateral cut; Asphalt,
Material Transfer Vehicle Operator; Back Filling Machine;
Backhoe, Robotic, track and wheel type up to and including
twenty thousand (20,000) lbs. with any attachments; Blade
(any type); Boatman; Boring Machine; Bulldozer over twenty
thousand (20,000) lbs. and more than one hundred (100)
horse up to seventy thousand (70,000) lbs.; Cable -Plow (any
type); Cableway up to twenty five (25) ton; Cat Drill (John
Henry); Chippers; Compactor, multi -engine; Compactor,
Robotic; Compactor with blade self-propelled; Concrete,
Breaker; Concrete, Grout Plant; Concrete, Mixer Mobile;
Concrete, Paving Road Mixer; Concrete, Reinforced Tank
Banding Machine; Crane, Boom Truck twenty (20) ton and
under fifty (50) ton; Crane, Bridge Locomotive, Gantry and
Overhead; Crane, Carry Deck; Crane, Chicago Boom and
similar types; Crane, Derrick Operator, under one hundred
(100) ton; Crane, Floating Clamshell, Dragline, etc.
Operator, under three (3) cu. yds. Or less than thirty (30)
ton; Crane, under fifty (50) ton; Crane, Quick Tower under
one hundred foot (100') in height and less than one hundred
fifty foot (150') jib (on rail included); Diesel -Electric
Engineer (Plant or Floating); Directional Drill over twenty
thousand (20,000) lbs. pullback; Drill Cat Operator; Drill
Doctor and/or Bit Grinder; Driller, Percussion, Diamond,
Core, Cable, Rotary and similar type; Excavator Operator
over twenty thousand (20,000) lbs. through eighty thousand
(80,000) lbs.; Generator Operator; Grade -all; Guardrail
Machines, i.e. punch, auger, etc.; Hammer Operator
(Piledriver); Hoist, stiff leg, guy derrick or similar
type, fifty (50) ton and over; Hoist, two (2) drums or
more; Hydro Axe (loader mounted or similar type); Jack
Operator, Elevating Barges, Barge Operator, self -unloading;
Loader Operator, front end and overhead, twenty five
thousand (25,000) lbs. and less than sixty thousand
(60,000) lbs.; Log Skidders; Piledriver Operator (not crane
type); Pipe, Bending, Cleaning, Doping and Wrapping
Machines; Rail, Ballast Tamper Multi -Purpose; Rubber -tired
Dozers and Pushers; Scraper, all types; Side -Boom; Skip
Loader, Drag Box; Strump Grinder (loader mounted or similar
type); Surface Heater and Planer; Tractor, rubber -tired,
over fifty (50) HP Flywheel; Trenching Machine three foot
(3') depth and deeper; Tub Grinder (used for wood debris);
Tunnel Boring Machine Mechanic; Tunnel, Mucking Machine;
Ultra High Pressure Water Jet Cutting Tool System Operator;
Vacuum Blasting Machine Operator; Water pulls, Water wagons
221Page
WA20200001 Modification 13
Federal Wage Determinations for Highway Construction
23
Group 5
Asphalt, Extrusion Machine; Asphalt, Roller (any asphalt
mix); Asphalt, Roto-Mill pavement profiler ground man;
Bulldozer, twenty thousand (20,000) lbs. or less, or one
hundred (100) horse or less; Cement Pump; Chip Spreading
Machine; Churn Drill and Earth Boring Machine; Compactor,
self-propelled without blade; Compressor, (any power) one
thousand two hundred fifty (1,250) cu. ft. and over, total
capacity; Concrete, Batch Plant Quality control; Concrete,
Combination Mixer and compressor operator, gunite work;
Concrete, Curb Machine, Mechanical Berm, Curb and/or Curb
and Gutter; Concrete, Finishing Machine; Concrete, Grouting
Machine; Concrete, Internal Full Slab Vibrator Operator;
Concrete, Joint Machine; Concrete, Mixer single drum, any
capacity; Concrete, Paving Machine eight foot (8') or less;
Concrete, Planer; Concrete, Pump; Concrete, Pump Truck;
Concrete, Pumperete Operator (any type); Concrete, Slip
Form Pumps, power driven hydraulic lifting device for
concrete forms; Conveyored Material Hauler; Crane, Boom
Truck under twenty (20) tons; Crane, Boom Type lifting
device, five (5) ton capacity or less; Drill, Directional
type less than twenty thousand (20,000) lbs. pullback; Fork
Lift, over ten (10) ton or Robotic; Helicopter Hoist; Hoist
Operator, single drum; Hydraulic Backhoe track type up to
and including twenty thousand (20,000) lbs.; Hydraulic
Backhoe wheel type (any make); Laser Screed; Loaders,
rubber -tired type, less than twenty five thousand (25,000)
lbs.; Pavement Grinder and/or Grooving Machine (riding
type); Pipe, cast in place Pipe Laying Machine; Pulva-Mixer
or similar types; Pump Operator, more than five (5) pumps
(any size); Rail, Ballast Compactor, Regulator, or Tamper
machines; Service Oiler (Greaser); Sweeper Self -Propelled;
Tractor, Rubber -Tired, fifty (50) HP flywheel and under;
Trenching Machine Operator, maximum digging capacity three
foot (3') depth; Tunnel, Locomotive, Dinkey; Tunnel, Power
Jumbo setting slip forms, etc.
Group 6
Asphalt, Pugmill (any type); Asphalt, Raker; Asphalt, Truck
Mounted Asphalt Spreader, with Screed; Auger Oiler;
Boatman; Bobcat, skid steed (less than one (1) yard);
Broom, self-propelled; Compressor Operator (any power)
under 1,250 cu. ft. total capacity; Concrete Curing Machine
(riding type); Concrete Saw; Conveyor Operator or
Assistant; Crane, Tugger; Crusher Feederman; Crusher Oiler;
Deckhand; Drill, Directional Locator; Fork Lift; Grade
Checker; Guardrail Punch Oiler; Hydrographic Seeder
Machine, straw, pulp or seed; Hydrostatic Pump Operator;
Mixer Box (CTB, dry batch, etc.); Oiler; Plant Oiler; Pump
(any power); Rail, Brakeman, Switchman, Motorman; Rail,
Tamping Machine, mechanical, self-propelled; Rigger; Roller
grading (not asphalt); Truck, Crane Oiler -Driver
231Page
WA20200001 Modification 13
Federal Wage Determinations for Highway Construction
24
IRON0014-005 07/01/2019
ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN,
GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE,
STEVENS, WALLA WALLA AND WHITMAN COUNTIES
Rates Fringes
IRONWORKER .......................$ 33.59 29.26
----------------------------------------------------------------
IRON0029-002 05/01/2018
CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM
COUNTIES
Rates Fringes
IRONWORKER .......................$ 37.00 27.87
----------------------------------------------------------
IRON0086-002 07/01/2019
YAKIMA, KITTITAS AND CHELAN COUNTIES
Rates Fringes
IRONWORKER .......................$ 33.59 29.26
----------------------------------------------------------------
IRON0086-004 07/01/2019
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES
Rates Fringes
IRONWORKER .......... ............. $ 42.35 29.56
----------------------------------------------------------------
241Page
WA20200001 Modification 13
Federal Wage Determinations for Highway Construction
j 25
LAB00238-004 06/01/2020
PASCO AREA: ADAMS, BENTON, COLUMBIA,DOUGLAS (East of 120th
Meridian), FERRY, FRANKLIN, GRANT, OKANOGAN, WALLA WALLA
SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE,
STEVENS & WHITMAN COUNTIES
Rates
LABORER (PASCO)
GROUP I .....................$ 26.69
GROUP 2................. _ .$ 28.79
GROUP 3.....................$ 29.06
GROUP 4.....................$ 29.33
GROUP 5.....................$ 29.61
LABORER (SPOKANE)
GROUP 1.....................$ 26.69
GROUP 2.....................$ 28.79
GROUP 3.....................$ 29.06
GROUP 4.....................$ 29.33
GROUP 5.....................$ 29.61
Zone Differential (Add to Zone 1 rate): $2.00
BASE POINTS: Spokane, Pasco, Lewiston
Fringes
13.65
13.65
13.65
13.65
13.65
13.65
13.65
13.65
13.65
13.65
Zone 1: 0-45 radius miles from the main post office.
Zone 2: 45 radius miles and over from the main post office.
LABORERS CLASSIFICATIONS
GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic
Control Maintenance Laborer (to include erection and
maintenance of barricades, signs and relief of flagperson);
Window Washer/Cleaner (detail cleanup, such as, but not
limited to cleaning floors, ceilings, walls, windows, etc.
prior to final acceptance by the owner)
GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder;
Carpenter Tender; Cement Handler; Clean-up Laborer;
Concrete Crewman (to include stripping of forms, hand
operating jacks on slip form construction, application of
concrete curing compounds, pumperete machine, signaling,
handling the nozzle of squeezcrete or similar machine,6
inches and smaller); Confined Space Attendant; Concrete
Signalman; Crusher Feeder; Demolition (to include clean-up,
burning, loading, wrecking and salvage of all material);
Dumpman; Fence Erector; Firewatch; Form Cleaning Machine
Feeder, Stacker; General Laborer; Grout Machine Header
Tender; Guard Rail (to include guard rails, guide and
reference posts, sign posts, and right-of-way markers);
Hazardous Waste Worker, Level D (no respirator is used and
skin protection is minimal); Miner, Class ""A"" (to include
251Page
WA20200001 Modification 13
Federal Wage Determinations for Highway Construction
- 1 26
all bull gang, concrete crewman, dumpman and pumperete
crewman, including distributing pipe, assembly & dismantle,
and nipper); Nipper; Riprap Man; Sandblast Tailhoseman;
Scaffold Erector (wood or steel); Stake Jumper; Structural
Mover (to include separating foundation, preparation,
cribbing, shoring, jacking and unloading of structures);
Tailhoseman (water nozzle); Timber Bucker and Faller (by
hand); Track Laborer (RR); Truck Loader; Well -Point Man;
All Other Work Classifications Not Specially Listed Shall
Be Classified As General Laborer
GROUP 3: Asphalt Roller, walking; Cement Finisher Tender;
Concrete Saw, walking; Demolition Torch; Dope Pot Firemen,
non -mechanical; Driller Tender (when required to move and
position machine); Form Setter, Paving; Grade Checker using
level; Hazardous Waste Worker, Level C (uses a chemical
""splash suit"" and air purifying respirator); Jackhammer
Operator; Miner, Class ""B"" (to include brakeman, finisher,
vibrator, form setter); Nozzleman (to include squeeze and
flo-crete nozzle); Nozzleman, water, air or steam; Pavement
Breaker (under 90 lbs.); Pipelayer, corrugated metal
culvert; Pipelayer, multi- plate; Pot Tender; Power Buggy
Operator; Power Tool Operator, gas, electric, pneumatic;
Railroad Equipment, power driven, except dual mobile power
spiker or puller; Railroad Power Spiker or Puller, dual
mobile; Rodder and Spreader; Tamper (to include operation
of Barco, Essex and similar tampers); Trencher, Shawnee;
Tugger Operator; Wagon Drills; Water Pipe Liner;
Wheelbarrow (power driven)
GROUP 4: Air and Hydraulic Track Drill; Aspaalt Raker;Brush
Machine (to include horizontal construction joint cleanup
brush machine, power propelled); Caisson Worker, free air;
Chain Saw Operator and Faller; Concrete Stack (to include
laborers when laborers working on free standing concrete
stacks for smoke or fume control above 40 feet high);
Gunite (to include operation of machine and nozzle);
Hazardous Waste Worker, Level B (uses same respirator
protection as Level A. A supplied air line is provided in
conjunction with a chemical ""splash suit""); High Scaler;
Laser Beam Operator (to include grade checker and elevation
control); Miner, Class C (to include miner, nozzleman for
concrete, laser beam operator and rigger on tunnels);
Monitor Operator (air track or similar mounting); Mortar
Mixer; Nozzleman (to include jet blasting nozzleman, over
1,200 lbs., jet blast machine power propelled, sandblast
nozzle); Pavement Breaker (90 lbs. and over); Pipelayer (to
include working topman, caulker, collarman, jointer,
mortarman, rigger, jacker, shorer, valve or meter
installer); Pipewrapper; Plasterer Tender; Vibrators (all)
GROUP 5 - Drills with Dual Masts; Hazardous Waste Worker,
Level A (utilizes a fully encapsulated suit with a
self-contained breathing apparatus or a supplied air line);
Miner Class ""D"", (to include raise and shaft miner, laser
beam operator on riases and shafts)
261Page
WA20200001 Modification 13
Federal Wage Determinations for Highway Construction
27
LAB00238-006 06/01/2019
COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON,
CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT,
LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA,
WHITMAN
Rates Fringes
Hod Carrier ......................$ 27.95 12.90
------------------------------------------------------
LAB00242-003 06/01/2020
KING COUNTY
Rates Fringes
LABORER
GROUP 1.....................$ 27.78 12.35
GROUP 2A....................$ 31.82 12.35
GROUP 3.....................$ 39.81 12.35
GROUP 4.....................$ 40.77 12.35
GROUP 5.....................$ 41.43 12.35
Group 6.....................$ 41.43 12.35
BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,'
TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.
TOWNSEND, PT. ANGELES, AND BREMERTON
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 - More than 45 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $1.00
ZONE 3 - $1.30
BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $2.25
WA20200001 Modification 13
Federal Wage Determinations for Highway Construction
271Page
1 28
LABORERS CLASSIFICATIONS
GROUP 1: Landscaping and Planting; Watchman; Window
Washer/Cleaner (detail clean-up, such as but not limited to
cleaning floors, ceilings, walls, windows, etc., prior to
final acceptance by the owner)
GROUP 2A: Batch Weighman; Crusher Feeder; Fence Laborer;
Flagman; Pilot Car
GROUP 3: General Laborer; Air, Gas, or Electric Vibrating
Screed; Asbestos Abatement Laborer; Ballast Regulator
Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter
Tender; Cement Finisher Tender; Change House or Dry Shack;
Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender;
Clean-up Laborer; Concrete Form Stripper; Curing Laborer;
Demolition (wrecking and moving including charred
material); Ditch Digger; Dump Person; Fine Graders;
Firewatch; Form Setter; Gabian Basket Builders; Grout
Machine Tender; Grinders; Guardrail Erector; Hazardous
Waste Worker (Level C: uses a chemical ""splash suit"" and
air purifying respirator); Maintenance Person; Material
Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale
Person; Sloper Sprayer; Signal Person; Stock Piler; Stake
Hopper; Toolroom Man (at job site); Topper-Tailer; Track
Laborer; Truck Spotter; Vinyl Seamer
GROUP 4: Cement Dumper -Paving; Chipping Gun (over 30 lbs.);
Clary Power Spreader; Concrete Dumper/Chute Operator;
Concrete Saw Operator; Drill Operator (hydraulic, diamond,
aiartrac); Faller and Bucker Chain Saw; Grade Checker and
Transit Person; Groutmen (pressure) including post tension
beams; Hazardous Waste Worker (Level B: uses same
respirator protection as Level A. A supplied air line is
provided in conjunction with a chemical ""splash suit"");
High Scaler; Jackhammer; Laserbeam Operator; Manhole
Builder-Mudman; Nozzleman (concrete pump, green cutter when
using combination of high pressure air and water on
concrete and rock, sandblast, gunite, shotcrete, water
blaster, vacuum blaster); Pavement Breaker; Pipe Layer and
Caulker; Pipe Pot Tender; Pipe Reliner (not insert type);
Pipe Wrapper; Power Jacks; Railroad Spike Puller -Power;
Raker -Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft);
Spreader (concrete); Tamper and Similar electric, air and
glas operated tool; Timber Person -sewer (lagger shorer and
cribber); Track Liner Power; Tugger Operator; Vibrator;
Well Point Laborer
GROUP 5: Caisson Worker; Mortarman and Hodcarrier; Powderman;
Re-Timberman; Hazardous Waste Worker (Level A: utilizes a
fully encapsulated suit with a self-contained breathing
apparatus or a supplied air line).
Group 6: Miner
281 Pale
WA20200001 Modification 13
Federal Wage Determinations for Highway Construction
29
LAB00252-010 06/01/2020
CLALLAM, GRAYS HARBOR, JEFFERSON, KITSAP, LEWIS, MASON, PACIFIC
(EXCLUDING SOUTHWEST), PIERCE, AND THURSTON COUNTIES
Rates Fringes
LABORER
GROUP 1.....................$ 27.78 12.44
GROUP 2.... ...............$ 31.82 12.44
GROUP 3.....................$ 39.81 12.44
GROUP 4.....................$ 40.77 12.44
GROUP 5.....................$ 41.43 12.44
BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,
TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.
TOWNSEND, PT. ANGELES, AND BREMERTON
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 - More than 45 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $1.00
ZONE 3 - $1.30
BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $2.25
LABORERS CLASSIFICATIONS
GROUP 1: Landscaping and Planting; Watchman; Window
Washer/Cleaner (detail clean-up, such as but not limited to
cleaning floors, ceilings, walls, windows, etc., prior to
final acceptance by the owner)
GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer;
Flagman; Pilot Car
291 Page
WA20200001 Modification 13
Federal Wage Determinations for Highway Construction
1 30
GROUP 3: General Laborer; Air, Gas, or Electric Vibrating
Screed; Asbestos Abatement Laborer; Ballast Regulator
Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter
Tender; Cement Finisher Tender; Change House or Dry Shack;
Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender;
Clean-up Laborer; Concrete Form Stripper; Curing Laborer;
Demolition (wrecking and moving including charred
material); Ditch Digger; Dump Person; Fine Graders;
Firewatch; Form Setter; Gabian Basket Builders; Grout
Machine Tender; Grinders; Guardrail Erector; Hazardous
Waste Worker (Level C: uses a chemical ""splash suit"" and
air purifying respirator); Maintenance Person; Material
Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale
Person; Sloper Sprayer; Signal Person; Stock Piler; Stake
Hopper; Toolroom Man (at job site); Topper-Tailer; Track
Laborer; Truck Spotter; Vinyl Seamer
GROUP 4: Cement Dumper -Paving; Chipping Gun (over 30 lbs.);
Clary Power Spreader; Concrete Dumper/Chute Operator;
Concrete Saw Operator; Drill Operator (hydraulic, diamond,
aiartrac); Faller and Bucker Chain Saw; Groutmen (pressure)
including post tension beams; Hazardous Waste Worker (Level
B: uses same respirator protection as Level A. A supplied
air line is provided in conjunction with a chemical ""splash
suit""); Jackhammer; Laserbeam Operator; Manhole
Builder-Mudman; Nozzleman (concrete pump, green cutter when
using combination of high pressure air and water on
concrete and rock, sandblast, gunite, shotcrete, water
blaster, vacuum blaster); Pavement Breaker; Pipe Layer and
Caulker; Pipe Pot Tender; Pipe Refiner (not insert type);
Pipe Wrapper; Power Jacks; Railroad Spike Puller -Power;
Raker -Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft);
Spreader (concrete); Tamper and Similar electric, air and
glas operated tool; Timber Person -sewer (lagger shorer and
cribber); Track Liner Power; Tugger Operator; Vibrator;
Well Point Laborer
GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier;
Grade Checker and Transit Person; High Scaler; Powderman;
Re-Timberman; Hazardous Waste Worker (Level A: utilizes a
fully encapsulated suit with a self-contained breathing
apparatus or a supplied air line).
--------------------------------------------------------------
301 Page
WA20200001 Modification 13
Federal Wage Determinations for Highway Construction
1 31
LAB00292-008 06/01/2020
ISLAND, SAN JUAN, SKAGIT, SNOHOMISH, AND WHATCOM COUNTIES
Rates
Fringes
LABORER
GROUP
1.....................$
27.78
12.44
GROUP
2.....................$
31.82
12.44
GROUP
3.....................$
39.81
12.44
GROUP
4.....................$
40.77
12.44
GROUP
5.....................$
41.43
12.44
BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,
TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.
TOWNSEND, PT. ANGELES, AND BREMERTON
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall.
ZONE 3 - More than 45 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $1.00
ZONE 3 - $1.30
BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $2.25
LABORERS CLASSIFICATIONS
GROUP 1: Landscaping and Planting; Watchman; Window
Washer/Cleaner (detail clean-up, such as but not limited to
cleaning floors, ceilings, walls, windows, etc., prior to
final acceptance by the owner)
GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer;
Flagman; Pilot Car
311 Page
WA20200001 Modification 13
Federal Wage Determinations for Highway Construction
1 32
GROUP 3: General Laborer; Air, Gas, or Electric Vibrating
Screed; Asbestos Abatement Laborer; Ballast Regulator
Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter
Tender; Cement Finisher Tender; Change House or Dry Shack;
Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender;
Clean-up Laborer; Concrete Form Stripper; Curing Laborer;
Demolition (wrecking and moving including charred
material); Ditch Digger; Dump Person; Fine Graders;
Firewatch; Form Setter; Gabian Basket Builders; Grout
Machine Tender; Grinders; Guardrail Erector; Hazardous
Waste Worker (Level C: uses a chemical ""splash suit"" and
air purifying respirator); Maintenance Person; Material
Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale
Person; Sloper Sprayer; Signal Person; Stock Piler; Stake
Hopper; Toolroom Man (at job site); Topper-Tailer; Track
Laborer; Truck Spotter; Vinyl Seamer
GROUP 4: Cement Dumper -Paving; Chipping Gun (over 30 lbs.);
Clary Power Spreader; Concrete Dumper/Chute Operator;
Concrete Saw Operator; Drill Operator (hydraulic, diamond,
aiartrac); Faller and Bucker Chain Saw; Grade Checker and
Transit Person; Groutmen (pressure) including post tension
beams; Hazardous Waste Worker (Level B: uses same
respirator protection as Level A. A supplied air line is
provided in conjunction with a chemical ""splash suit"");
High Scaler; Jackhammer; Laserbeam Operator; Manhole
Builder-Mudman; Nozzleman (concrete pump, green cutter when
using combination of high pressure air and water on
concrete and rock, sandblast, gunite, shotcrete, water
blaster, vacuum blaster); Pavement Breaker; Pipe Layer and
Caulker; Pipe Pot Tender; Pipe Reliner (not insert type);
Pipe Wrapper; Power Jacks; Railroad Spike Puller -Power;
Raker -Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft);
Spreader (concrete); Tamper and Similar electric, air and
glas operated tool; Timber Person -sewer (lagger shorer and
cribber); Track Liner Power; Tugger Operator; Vibrator;
Well Point Laborer
GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier;
Powderman; Re-Timberman; Hazardous Waste Worker (Level A:
utilizes a fully encapsulated suit with a self-contained
breathing apparatus or a supplied air line).
----------------------------------------------------------------
321Page
WA20200001 Modification 13
Federal Wage Determinations for Highway Construction
33
LAB00335-001 06/01/2020
CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE
MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY
WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES
Rates
Laborers:
ZONE 1:
GROUP 1....................$ 34.93
GROUP 2....................$ 35.65
GROUP 3....................$ 36.20
GROUP 4....................$ 36.66
GROUP 5....................$ 31.93
GROUP 6....................$ 29.01
GROUP 7.................... $ 25.14
Zone Differential (Add to Zone 1 rates):
Zone 2 $ 0.65
Zone 3 - 1.15
Zone 4 - 1.70
Zone 5 - 2.75
BASE POINTS: LONGVIEW AND VANCOUVER
Fringes
12.44
12.44
12.44
12.44
12.44
12.44
12.44
ZONE 1: Projects within 30 miles of the respective city all.
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall.
LABORERS CLASSIFICATIONS
GROUP l: Asphalt Plant Laborers; Asphalt Spreaders; Batch
Weighman; Broomers; Brush Burners and Cutters; Car and
Truck Loaders; Carpenter Tender; Change -House Man or Dry
Shack Man; Choker Setter; Clean-up Laborers; Curing,
Concrete; Demolition, Wrecking and Moving Laborers;
Dumpers, road oiling crew; Dumpmen (for grading crew);
Elevator Feeders; Median Rail Reference Post, Guide Post,
Right of Way Marker; Fine Graders; Fire Watch; Form
Strippers (not swinging stages); General Laborers;
Hazardous Waste Worker; Leverman or Aggregate Spreader
(Flaherty and similar types); Loading Spotters; Material
Yard Man (including electrical); Pittsburgh Chipper
Operator or Similar Types; Railroad Track Laborers; Ribbon
Setters (including steel forms); Rip Rap Man (hand placed);
Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers;
Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring;
Timber Faller and Bucker (hand labor); Toolroom Man (at job
site); Tunnel Bullgang (above ground); Weight -Man- Crusher
(aggregate when used)
331Page
WA20200001 Modification 13
Federal Wage Determinations for Highway Construction
1 34
GROUP 2: Applicator (including pot power tender for same),
applying protective material by hand or nozzle on utility
lines or storage tanks on project; Brush -Cutters (power
saw); Burners; Choker Splicer; Clary Power Spreader and
similar types; Clean- up Nozzleman-Green Cutter (concrete,
rock, etc.); Concrete Power Buggyman; Concrete Laborer;
Crusher Feeder; Demolition and Wrecking Charred Materials;
Gunite Nozzleman Tender; Gunite or Sand Blasting Pot
Tender; Handlers or Mixers of all Materials of an
irritating nature (including cement and lime); Tool
Operators (includes but not limited to: Dry Pack Machine;
Jackhammer; Chipping Guns; Paving Breakers); Pipe Doping
and Wrapping; Post Hole Digger, air, gas or electric;
Vibrating Screed; Tampers; Sand Blasting (Wet);
Stake -Setter; Tunnel-Muckers, Brakemen, Concrete Crew,
Bullgang (underground)
GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill
Operators, air tracks, cat drills, wagon drills,
rubber -mounted drills, and other similar types including at
crusher plants; Gunite Nozzleman; High Scalers, Strippers
and Drillers (covers work in swinging stages, chairs or
belts, under extreme conditions unusual to normal drilling,
blasting, barring -down, or sloping and stripping); Manhole
Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power
Saw Operators (Bucking and Falling); Pumperete Nozzlemen;
Sand Blasting (Dry); Sewer Timberman; Track Liners, Anchor
Machines, Ballast Regulators, Multiple Tampers, Power
Jacks, Tugger Operator; Tunnel -Chuck Tenders, Nippers and
Timbermen; Vibrator; Water Blaster
GROUP 4: Asphalt Raker; Concrete Saw Operator (walls);
Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam
(pipelaying)-applicable when employee assigned to move, set
up, align; Laser Beam; Tunnel Miners; Motorman -Dinky
Locomotive -Tunnel; Powderman-Tunnel; Shield Operator -Tunnel
GROUP 5: Traffic Flaggers
GROUP 6: Fence Builders
GROUP 7: Landscaping or Planting Laborers
LAB00335-019 06/01/2020
Rates Fringes
Hod Carrier ......................$ 34.93 12.44
341Page
WA20200001 Modification 13
Federal Wage Determinations for Highway Construction
35
LAB00348-003 06/01/2020
CHELAN, DOUGLAS (W OF 12TH MERIDIAN), KITTITAS, AND YAKIMA
COUNTIES
Rates Fringes
LABORER
GROUP
1.....................$
23.68
12.44
GROUP
2.....................$
27.17
12.44
GROUP
3.....................$
29.74
12.44
GROUP
4.....................$
30.46
12.44
GROUP
5.....................$
30.99
12.44
BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,
TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.
TOWNSEND, PT. ANGELES, AND BREMERTON
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 - More than 45 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $1.00
ZONE 3 - $1.30
BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $2.25
LABORERS CLASSIFICATIONS
GROUP 1: Landscaping and Planting; Watchman; Window
Washer/Cleaner (detail clean-up, such as but not limited to
cleaning floors, ceilings, walls, windows, etc., prior to
final acceptance by the owner)
GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer;
Flagman; Pilot Car
35I Page
WA20200001 Modification 13
Federal Wage Determinations for Highway Construction
36
GROUP 3: General Laborer; Air, Gas, or Electric Vibrating
Screed; Asbestos Abatement Laborer; Ballast Regulator
Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter
Tender; Cement Finisher Tender; Change House or Dry Shack;
Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender;
Clean-up Laborer; Concrete Form Stripper; Curing Laborer;
Demolition (wrecking and moving including charred
material)•; Ditch Digger; Dump Person; Fine Graders;
Firewatch; Form Setter; Gabian Basket Builders; Grout
Machine Tender; Grinders; Guardrail Erector; Hazardous
Waste Worker (Level C: uses a chemical ""splash suit"" and
air purifying respirator); Maintenance Person; Material
Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale
Person; Sloper Sprayer; Signal Person; Stock Piler; Stake
Hopper; Toolroom Man (at job site); Topper-Tailer; Track
Laborer; Truck Spotter; Vinyl Seamer
GROUP 4: Cement Dumper -Paving; Chipping Gun (over 30 lbs.);
Clary Power Spreader; Concrete Dumper/Chute Operator;
Concrete Saw Operator; Drill Operator (hydraulic, diamond,
aiartrac); Faller and Bucker Chain Saw; Grade Checker and
Transit Person; Groutmen (pressure) including post tension
beams; Hazardous Waste Worker (Level B: uses same
respirator protection as Level A. A supplied air line is
provided in conjunction with a chemical ""splash suit"");
High Scaler; Jackhammer; Laserbeam Operator; Manhole
Builder-Mudman; Nozzleman (concrete pump, green cutter when
using combination of high pressure air and water on
concrete and rock, sandblast, gunite, shotcrete, water
blaster, vacuum blaster); Pavement Breaker; Pipe Layer and
Caulker; Pipe Pot Tender; Pipe Reliner (not insert type);
Pipe Wrapper; Power Jacks; Railroad Spike Puller -Power;
Raker -Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft);
Spreader (concrete); Tamper and Similar electric, air and
glas operated tool; Timber Person -sewer (lagger shorer and
cribber); Track Liner Power; Tugger Operator; Vibrator;
Well Point Laborer
GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier;
Powderman; Re-Timberman; Hazardous Waste Worker (Level A:
utilizes a fully encapsulated suit with a self-contained
breathing apparatus or a supplied air line).
361Page
WA20200001 Modification 13
Federal Wage Determinations for Highway Construction
37
PAIN0005-002 07/01/2020
STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH),
SKAMANIA, AND WAHKIAKUM COUNTIES
Rates Fringes
Painters:
STRIPERS ....................$ 31.90 17.23
----------------------------------------------------------------
PAIN0005-004 03/01/2009
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND
WHATCOM COUNTIES
Rates Fringes
PAINTER ..........................$ 20.82 7.44
----------------------------------------------------------------
* PAIN0005-006 07/01/2018
ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE);
CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS,
LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA,
WHITMAN AND YAKIMA COUNTIES
Rates Fringes
PAINTER
Application of Cold Tar
Products, Epoxies, Polyure
thanes, Acids, Radiation
Resistant Material, Water
and Sandblasting ............ $
30.19
11.71
Over 30'/Swing Stage Work..$
22.20
7.98
Brush, Roller, Striping,
Steam -cleaning and Spray .... $
22.94
11.61
Lead Abatement, Asbestos
Abatement ...................$
21.50
7.98
*$.70 shall be paid over and above the basic wage rates
listed for work on swing stages and high work of over 30
feet.
371Page
WA20200001 Modification 13
Federal Wage Determinations for Highway Construction
1 38
PAIN0055-003 07/01/2019
CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM
COUNTIES
Rates Fringes
PAINTER
Brush & Roller ..............$ 25.14 12.90
Spray and Sandblasting ...... $ 25.14 12.90
All high work over 60 ft. = base rate + $0.75
----------------------------------------------------------------
PAIN0055-006 03/01/2020
CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES
Rates Fringes
Painters:
HIGHWAY & PARKING LOT
STRIPER ............ ......... $ 35.87 13.40
----------------------------------------------------------------
PLAS0072-004 06/01/2020
ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,
FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND
OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA
COUNTIES
Rates Fringes
CEMENT MASON/CONCRETE FINISHER
ZONE 1...... ................ $ 31.30 15.53
Zone Differential (Add to Zone 1 rate): Zone 2 - $2.00
BASE POINTS: Spokane, Pasco, Lewiston; Wenatchee
Zone 1: 0 - 45 radius miles from the main post office
Zone 2: Over 45 radius miles from the main post office
381 Page
WA20200001 Modification 13
Federal Wage Determinations for Highway Construction
39
PLAS0528-001 06/01/2020
CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING,
KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT,
SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES
Rates Fringes
CEMENT MASON
CEMENT MASON ................$ 45.80 18.54
COMPOSITION, TROWEL
MACHINE, GRINDER, POWER
TOOLS, GUNNITE NOZZLE ....... $ 46.30 18.54
TROWELING MACHINE OPERATOR
ON COMPOSITION ..............$ 46.30 18.54
--------------------------------------------------------------
PLAS0555-002 07/01/2019
CLARK, KLICKITAT AND SKAMANIA COUNTIES
ZONE 1:
Rates
CEMENT MASON
CEMENT MASONS DOING BOTH
COMPOSITION/POWER
MACHINERY AND
SUSPENDED/HANGING SCAFFOLD..$ 37.32
CEMENT MASONS ON
SUSPENDED, SWINGING AND/OR
HANGING SCAFFOLD ............ $ 36.58
CEMENT MASONS ...............$ 35.85
COMPOSITION WORKERS AND
POWER MACHINERY OPERATORS ... $ 36.58
Zone Differential (Add To Zone 1 Rates):
Zone
2 - $0.65
Zone
3 - 1.15
Zone
4 - 1.70
Zone
5 - 3.00
Fringes
18.77
18.77
18.77
18.77
BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND,
SALEM, THE DALLES, VANCOUVER
ZONE 1: Projects within 30 miles of the respective city hall
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall
391Page
WA20200001 Modification 13
Federal Wage Determinations for Highway Construction
1 40
TEAM0037-002 06/01/2019
CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line
made by extending the north boundary line of Wahkiakum County
west to the Pacific Ocean), SKAMANIA, AND WAHKIAKUM COUNTIES
Rates
Truck drivers:
ZONE 1
GROUP 1....................$ 29.08
GROUP 2....................$ 29.20
GROUP 3.................... $ 29.34
GROUP 4....................$ 29.62
GROUP 5....................$ 29.85
GROUP 6....................$ 30.03
GROUP 7....................$ 30.24
Zone Differential (Add to Zone 1 Rates):
Zone 2 - $0.65
Zone 3 - 1.15
Zone 4 - 1.70
Zone 5 - 2.75
Fringes
15.27
15.27
15.27
15.27
15.27
15.27
15.27
BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER
ZONE l: Projects within 30 miles of the respective city
hall.
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall.
TRUCK DRIVERS CLASSIFICATIONS
GROUP 1: A Frame or Hydra lifrt truck w/load bearing
surface; Articulated Dump Truck; Battery Rebuilders; Bus or
Manhaul Driver; Concrete Buggies (power operated); Concrete
Pump Truck; Dump Trucks, side, end and bottom dumps,
including Semi Trucks and Trains or combinations there of:
up to and including 10 cu. yds.; Lift Jitneys, Fork Lifts
(all sizes in loading, unloading and transporting material
on job site); Loader and/or Leverman on Concrete Dry Batch
Plant (manually operated); Pilot Car; Pickup Truck; Solo
Flat Bed and misc. Body Trucks, 0-10 tons; Truck Tender;
Truck Mechanic Tender; Water Wagons (rated capacity) up to
3,000 gallons; Transit Mix and Wet or Dry Mix - 5 cu. yds.
and under; Lubrication Man, Fuel Truck Driver, Tireman,
Wash Rack, Steam Cleaner or combinations; Team Driver;
Slurry Truck Driver or Leverman; Tireman
401 Page
WA20200001 Modification 13
Federal Wage Determinations for Highway Construction
f 41
GROUP 2: Boom Truck/Hydra-lift or Retracting Crane;
Challenger; Dumpsters or similar equipment all sizes; Dump
Trucks/Articulated Dumps 6 cu to 10 cu.; Flaherty Spreader
Driver or Leverman; Lowbed Equipment, Flat Bed Semi -trailer
or doubles transporting equipment or wet or dry materials;
Lumber Carrier, Driver -Straddle Carrier (used in loading,
unloading and transporting of materials on job site); Oil
Distributor Driver or Leverman; Transit mix and wet or dry
mix trcuks: over 5 cu. yds. and including 7 cu. yds.;
Vacuum Trucks; Water truck/Wagons (rated capacity) over
3,000 to 5,000 gallons
GROUP 3: Ammonia Nitrate Distributor Driver; Dump trucks,
side, end and bottom dumps, including Semi Trucks and
Trains or combinations thereof: over 10 cu. yds. and
including 30 cu. yds. includes Articulated Dump Trucks;
Self -Propelled Street Sweeper; Transit mix and wet or dry
mix truck: over 7 cu yds. and including 11 cu yds.; Truck
Mechanic -Welder -Body Repairman; Utility and Clean-up Truck;
Water Wagons (rated capacity) over 5,000 to 10,000 gallons
GROUP 4: Asphalt Burner; Dump Trucks, side, end and bottom
cumps, including Semi -Trucks and Trains or combinations
thereof: over 30 cu. yds. and including 50 cu. yds.
includes Articulated Dump Trucks; Fire Guard; Transit Mix
and Wet or Dry Mix Trucks, over 11 cu. yds. and including
15 cu. yds.; Water Wagon (rated capacity) over 10,000
gallons to 15,000 gallons
GROUP 5: Composite Crewman; Dump Trucks, side, end and
bottom dumps, including Semi Trucks and Trains or
combinations thereof: over 50 cu. yds. and including 60 cu.
yds. includes Articulated Dump Trucks
GROUP 6: Bulk Cement Spreader w/o Auger; Dry Pre -Batch
concrete Mix Trucks; Dump trucks, side, end and bottom
dumps, including Semi Trucks and Trains of combinations
thereof: over 60 cu. yds. and including 80 cu. yds., and
includes Articulated Dump Trucks; Skid Truck
GROUP 7: Dump Trucks, side, end and bottom dumps, including
Semi Trucks and Trains or combinations thereof: over 80 cu.
yds. and including 100 cu. yds., includes Articulated Dump
Trucks; Industrial Lift Truck (mechanical tailgate)
411 Page
WA20200001 Modification 13
Federal Wage Determinations for Highway Construction
42
* TEAM0174-001 06/01/2019
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PACIFIC (North of a straight line made by extending the
north boundary line of Wahkiakum County west to the Pacific
Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND
WHATCOM COUNTIES
Truck drivers:
ZONE A:
GROUP 1:...................$
GROUP 2:...................$
GROUP 3:...................$
GROUP 4:...................$
GROUP 5:...................$
ZONE B (25-45 miles from center
per hour to Zone A rates.
ZONE C (over 45 miles from centr
$1.00 per hour to Zone A rates.
Rates
Fringes
40.38
20.46
39.54
20.46
36.73
20.46
31.76
20.46
39.93
20.46
of listed
cities*): Add $.70
of listed cities*): Add
*Zone pay will be calculated from the city center of the
following listed cities:
BELLINGHAM
CENTRALIA
RAYMOND
OLYMPIA
EVERETT
SHELTON
ANACORTES
BELLEVUE
SEATTLE
PORT ANGELES
MT. VERNON
KENT
TACOMA
PORT TOWNSEND
ABERDEEN
BREMERTON
TRUCK DRIVERS CLASSIFICATIONS
GROUP 1 - ""A -frame or Hydralift"" trucks and Boom trucks or
similar equipment when ""A"" frame or ""Hydralift"" and Boom
truck or similar equipment is used; Buggymobile; Bulk
Cement Tanker; Dumpsters and similar equipment,
Tournorockers, Tournowagon, Tournotrailer, Cat DW series,
Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid
Two and Four -Wheeled power tractor with trailer and similar
top -loaded equipment transporting material: Dump Trucks,
side, end and bottom dump, including semi -trucks and trains
or combinations thereof with 16 yards to 30 yards capacity:
Over 30 yards $.15 per hour additional for each 10 yard
increment; Explosive Truck (field mix) and similar
equipment; Hyster Operators (handling bulk loose
aggregates); Lowbed and Heavy Duty Trailer; Road Oil
Distributor Driver; Spreader, Flaherty Transit mix used
exclusively in heavy construction; Water Wagon and Tank
Truck-3,000 gallons and over capacity
421 Page
WA20200001 Modification 13
Federal Wage Determinations for Highway Construction
1 43
GROUP 2 - Bulllifts, or similar equipment used in loading or
unloading trucks, transporting materials on job site;
Dumpsters, and similar equipment, Tournorockers,
Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra,
Le Tourneau, Westinghouse, Athye wagon, Euclid two and
four -wheeled power tractor with trailer and similar
top -loaded equipment transporting material: Dump trucks,
side, end and bottom dump, including semi -trucks and trains
or combinations thereof with less than 16 yards capacity;
Flatbed (Dual Rear Axle); Grease Truck, Fuel Truck,
Greaser, Battery Service Man and/or Tire Service Man;
Leverman and loader at bunkers and batch plants; Oil tank
transport; Scissor truck; Slurry Truck; Sno-Go and similar
equipment; Swampers; Straddler Carrier (Ross, Hyster) and
similar equipment; Team Driver; Tractor (small,
rubber-tired)(when used within Teamster jurisdiction);
Vacuum truck; Water Wagon and Tank trucks -less than 3,000
gallons capacity; Winch Truck; Wrecker, Tow truck and
similar equipment
GROUP 3 - Flatbed (single rear axle); Pickup Sweeper; Pickup
Truck. (Adjust Group 3 upward by $2.00 per hour for onsite
work only)
GROUP 4 - Escort or Pilot Car
GROUP 5 - Mechanic
HAZMAT PROJECTS
Anyone working on a HAZMAT job, where HAZMAT certification is
required, shall be compensated as a premium, in addition to
the classification working in as follows:
LEVEL C: +$.25 per hour - This level uses an air purifying
respirator or additional protective clothing.
LEVEL B: +$.50 per hour - Uses same respirator protection as
Level A. Supplied air line is provided in conjunction with
a chemical ""splash suit.""
LEVEL A: +$.75 per hour - This level utilizes a fully-
enrcapsulated suit with a self-contained breathing apparatus
or a supplied air line.
431Page
WA20200001 Modification 13
Federal Wage Determinations for Highway Construction
1 44
TEAM0690-004 01/01/2019
ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,
FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND
OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA
COUNTIES
Rates
Fringes
Truck drivers: (AREA 1:
SPOKANE ZONE CENTER: Adams,
Chelan, Douglas, Ferry,
Grant, Kittitas, Lincoln,
Okanogan, Pen Oreille,
Spokane, Stevens, and Whitman
Counties
AREA 1: LEWISTON ZONE CENTER:
Asotin, Columbia, and
Garfield Counties
AREA 2: PASCO ZONE CENTER:
Benton, Franklin, Walla Walla
and Yakima Counties)
AREA 1:
GROUP 1....................$
23.91
17.40
GROUP 2....................$
26.18
17.40
GROUP 3............... .....
$ 26.68
17.40
GROUP 4....................$
27.01
17.40
GROUP 5....................$
27.12
17.40
GROUP 6....................$
27.29
17.40
GROUP 7....................$
27.82
17.40
GROUP 8....................$
28.18
17.40
AREA 2:
GROUP 1....................$
26.05
17.40
GROUP 2....................$
28.69
17.40
GROUP 3....................$
28.80
17.40
GROUP 4....................$
29.13
17.40
GROUP 5....................$
29.24
17.40
GROUP 6....................$
29.24
17.40
GROUP 7....................$
29.78
17.40
GROUP 8....................$
30.10
17.40
Zone Differential (Add to Zone 1 rate: Zone 1 + $2.00)
BASE POINTS: Spokane, Pasco, Lewiston
Zone 1: 0-45 radius miles from the main post office.
Zone 2: Outside 45 radius miles from the main post office
441Page
WA20200001 Modification 13
Federal Wage Determinations for Highway Construction
1 45
TRUCK DRIVERS CLASSIFICATIONS
GROUP l: Escort Driver or Pilot Car; Employee Haul; Power
Boat Hauling Employees or Material
GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and
under); Leverperson (loading trucks at bunkers); Trailer
Mounted Hydro Seeder and Mulcher; Seeder & Mulcher;
Stationary Fuel Operator; Tractor (small, rubber -tired,
pulling trailer or similar equipment)
GROUP 3: Auto Crane (2000 lbs. capacity); Buggy Mobile &
Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. &
under); Flat Bed Truck with Hydraullic System; Fork Lift
(3001-16,000 lbs.); Fuel Truck Driver, Steamcleaner &
Washer; Power Operated Sweeper; Rubber -tired Tunnel Jumbo;
Scissors Truck; Slurry Truck Driver; Straddle Carrier
(Ross, Hyster, & similar); Tireperson; Transit Mixers &
Truck Hauling Concrete (3 yd. to & including 6 yds.);
Trucks, side, end, bottom & articulated end dump (3 yards
to and including 6 yds.); Warehouseperson (to include
shipping & receiving); Wrecker & Tow Truck
GROUP 4: A -Frame; Burner, Cutter, & Welder; Service Greaser;
Trucks, side, end, bottom & articulated end dump (over 6
yards to and including 12 yds.); Truck Mounted Hydro
Seeder; Warehouseperson; Water Tank truck (0-8,000 gallons)
GROUP 5: Dumptor (over 6 yds.); Lowboy (50 tons & under);
Self- loading Roll Off; Semi -Truck & Trailer; Tractor with
Steer Trailer; Transit Mixers and Trucks Hauling Concrete
(over 6 yds. to and including 10 yds.); Trucks, side, end,
bottom and end dump (over 12 yds. to & including 20 yds.);
Truck -Mounted Crane (with load bearing surface either
mounted or pulled, up to 14 ton); Vacuum Truck (super
sucker, guzzler, etc.)
GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift
(over 16,000 lbs.); Dumps (Semi -end); Mechanic (Field);
Semi- end Dumps; Transfer Truck & Trailer; Transit Mixers &
Trucks Hauling Concrete (over 10 yds. to & including 20
yds.); Trucks, side, end, bottom and articulated end dump
(over 20 yds. to & including 40 yds.); Truck and Pup;
Tournarocker, DWs & similar with 2 or more 4 wheel -power
tractor with trailer, gallonage or yardage scale, whichever
is greater Water Tank Truck (8,001- 14,000 gallons);
Lowboy(over 50 tons)
GROUP 7: Oil Distributor Driver; Stringer Truck (cable
oeprated trailer); Transit Mixers & Trucks Hauling Concrete
(over 20 yds.); Truck, side, end, bottom end dump (over 40
yds. to & including 100 yds.); Truck Mounted Crane (with
load bearing surface either mounted or pulled (16 through
25 tons);
451Page
WA20200001 Modification 13
Federal Wage Determinations for Highway Construction
1 46
GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end,
bottom and articulated end dump (over 100 yds.); Helicopter
Pilot Hauling Employees or Materials
Footnote A - Anyone working on a HAZMAT job, where HAZMAT
certification is required, shall be compensated as a
premium, in additon to the classification working in as
follows:
LEVEL C-D: - $.50 PER HOUR (This is the lowest level of
protection. This level may use an air purifying respirator
or additional protective clothing.
LEVEL A-B: - $1.00 PER HOUR (Uses supplied air is conjunction
with a chemical spash suit or fully encapsulated suit with
a self-contained breathing apparatus.
Employees shall be paid Hazmat pay in increments of four(4)
and eight(8) hours.
NOTE:
Trucks Pulling Equipment Trailers: shall receive $.15/hour
over applicable truck rate
----------------------------------------------------------------
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
Note: Executive Order (EO) 13706, Establishing Paid Sick Leave
for Federal Contractors applies to all contracts subject to the
Davis -Bacon Act for which the contract is awarded (and any
solicitation was issued) on or after January 1, 2017. If this
contract is covered by the EO, the'contractor must provide
employees with 1 hour of paid sick leave for every 30 hours
they work, up to 56 hours of paid sick leave each year.
Employees must be permitted to use paid sick leave for their
own illness, injury or other health -related needs, including
preventive care; to assist a family member (or person who is
like family to the employee) who is ill, injured, or has other
health -related needs, including preventive care; or for reasons
resulting from, or to assist a family member (or person who is
like family to the employee) who is a victim of, domestic
violence, sexual assault, or stalking. Additional information
on contractor requirements and worker protections under the EO
is available at www.dol.gov/whd/govcontracts.
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) (ii)) .
461 Page
WA20200001 Modification 13
Federal Wage Determinations for Highway Construction
1 47
The body of each wage determination lists the classification
and wage rates that have been found to be prevailing for the
cited type(s) of construction in the area covered by the wage
determination. The classifications are listed in alphabetical
order of ""identifiers"" that indicate whether the particular
rate is a union rate (current union negotiated rate for local),
a survey rate (weighted average rate) or a union average rate
(weighted union average rate).
Union Rate Identifiers
A four letter classification abbreviation identifier enclosed
in dotted lines beginning with characters other than ""SU"" or
""UAVG"" denotes that the union classification and rate were
prevailing for that classification in the survey. Example:
PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of
the union which prevailed in the survey for this
classification, which in this example would be Plumbers. 0198
indicates the local union number or district council number
where applicable, i.e., Plumbers Local 0198. The next number,
005 in the example, is an internal number used in processing
the wage determination. 07/01/2014 is the effective date of the
most current negotiated rate, which in this example is July 1,
2014.
Union prevailing wage rates are updated to reflect all rate
changes in the collective bargaining agreement (CBA) governing
this classification and rate.
Survey Rate Identifiers
Classifications listed under the ""SU"" identifier indicate that
no one rate prevailed for this classification in the survey and
the published rate is derived by computing a weighted average
rate based on all the rates reported in the survey for that
classification. As this weighted average rate includes all
rates reported in the survey, it may include both union and
non -union rates. Example: SULA2012-007 5/13/2014. SU indicates
the rates are survey rates based on a weighted average
calculation of rates and are not majority rates. LA indicates
the State of Louisiana. 2012 is the year of survey on which
these classifications and rates are based. The next number, 007
in the example, is an internal number used in producing the
wage determination. 5/13/2014 indicates the survey completion
date for the classifications and rates under that identifier.
Survey wage rates are not updated and remain in effect until a
new survey is conducted.
WA20200001 Modification 13
Federal Wage Determinations for Highway Construction
471Page
1 48
Union Average Rate Identifiers
Classification(s) listed under the UAVG identifier indicate
that no single majority rate prevailed for those
classifications; however, 1000 of the data reported for the
classifications was union data. EXAMPLE: UAVG-OH-0010
08/29/2014. UAVG indicates that the rate is a weighted union
average rate. OH indicates the state. The next number, 0010 in
the example, is an internal number used in producing the wage
determination. 08/29/2014 indicates the survey completion date
for the classifications and rates under that identifier.
A UAVG rate will be updated once a year, usually in January of
each year, to reflect a weighted average of the current
negotiated/CBA rate of the union locals from which the rate is
based.
----------------------------------------------------------------
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be.
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a position on
a wage determination matter
* a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
Regional Office for the area in which the survey was conducted
because those Regional Offices have responsibility for the
Davis -Bacon survey program. If the response from this initial
contact is not satisfactory, then the process described in 2.)
and 3.) should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
481Page
WA20200001 Modification 13
Federal Wage Determinations for Highway Construction
49
2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
payment data, project description, area practice material,
etc.) that the requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
END OF GENERAL DECISION"
491 Page
WA20200001 Modification 13
Federal Wage Determinations for Highway Construction
9/14/2020 about:blank
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: 10/15/2020
*Risk
County.
Trade
Job Classification
Wage
Holiday Overtime Note
Class
King
Asbestos Abatement Workers
Journey Level
$52.39
5D
1 H
View
King
Boilermakers
Journey Level
$69.29
5N
1C
View
King
Brick Mason
Journey Level
$60.57
7E
1 N
View
King
Brick Mason
Pointer -Caulker -Cleaner
$60.57
7E
1 N
View
King
Building Service Employees
Janitor
$26.28
5S
2F
View
King
Building Service Employees
Traveling Waxer/Shampooer
$26.63
5S
2F
View
King
Building Service Employees
Window Cleaner (Non -Scaffold)
$29.33
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
$64.94
7A
4C
View
King
Carpenters
Carpenter
$64.94
7A
4C
View
King
Carpenters
Carpenters on Stationary Tools
$65.07
7A
4C
View
King
Carpenters
Creosoted Material
$65.07
7A
4C
View
King
Carpenters
Floor Finisher
$64.94
7A
4C
View
King
Carpenters
Floor Layer
$64.94
7A
4C
View
King
Carpenters
Scaffold Erector
$64.94
7A
4C
View
King
Cement Masons
Application of all Composition
$64.84
7A
41J
View
Mastic
King
Cement Masons
Application of all Epoxy Material
$64.34
7A
41J
View
King
Cement Masons
Application of all Plastic
$64.84
7A
41J
View
Material
King
Cement Masons
Application of Sealing
$64.34
7A
41J
View
Compound
King
Cement Masons
Application of Underlayment
$64.84
7A
41J
View
King
Cement Masons
Building General
$64.34
7A
41J
View
King
Cement Masons
Composition or Kalman Floors
$64.84
7A
4U
View
about:blank 1/20
9/14/2020
about:blank
King
Cement Masons
Concrete Paving
$64.34
7A
4U
View
King
Cement Masons
Curb Et Gutter Machine
$64.84
7A
4U
View
King
Cement Masons
Curb Et Gutter, Sidewalks
$64.34
7A
4U
View
King
Cement Masons
Curing Concrete
$64.34
7A
4U
View
King
Cement Masons
Finish Colored Concrete
$64.84
7A
4U
View
King
Cement Masons
Floor Grinding
$64.84
7A
4U
View
King
Cement Masons
Floor Grinding/Polisher
$64.34
7A
4U
View
King
Cement Masons
Green Concrete Saw, self-
$64.84
7A
4U
View
powered
King
Cement Masons
Grouting of all Plates
$64.34
7A
4U
View
King
Cement Masons
Grouting of all Tilt -up Panels
$64.34
7A
4U
View
King
Cement Masons
Gunite Noaleman
$64.84
7A
4U
View
King
Cement Masons
Hand Powered Grinder
$64.84
7A
4U
View
King
Cement Masons
Journey Level
$64.34
7A
4U
View
King
Cement Masons
Patching Concrete
$64.34
7A
4U
View
King
Cement Masons
Pneumatic Power Tools
$64.84
7A
4U
View
King
Cement Masons
Power Chipping Et Brushing
$64.84
7A
4U
View
King
Cement Masons
Sand Blasting Architectural
$64.84
7A
4U
View
Finish
King
Cement Masons
Screed Et Rodding Machine
$64.84
7A
4U
View
King
Cement Masons
Spackling or Skim Coat
$64.34
7A
4U
View
Concrete
King
Cement Masons
Troweling Machine Operator
$64.84
7A
4U
View
King
Cement Masons
Troweling Machine Operator on
$64.84
7A
4U
View
Colored Slabs
King
Cement Masons
Tunnel Workers
$64.84
7A
4U
View
King
Divers Et Tenders
Bell/Vehicle or Submersible
$116.80
7A
4C
View
Operator (Not Under Pressure)
King
Divers Et Tenders
Dive Supervisor/Master
$81.98
7A
4C
View
King
Divers Et Tenders
Diver
$118.80
7A
4C
8V View
King
Divers Et Tenders
Diver On Standby
$76.98
7A
4C
View
King
Divers Et Tenders
Diver Tender
$69.91
7A
4C
View
King
Divers Et Tenders
Manifold Operator
$69.91
7A
4C
View
King
Divers Ft Tenders
Manifold Operator Mixed Gas
$74.91
7A
4C
View
King
Divers Et Tenders
Remote Operated Vehicle
$69.91
7A
4C
View
Operator/Technician
King
Divers D Tenders
Remote Operated Vehicle
$65.19
7A
4C
View
Tender
King
Dredge; Workers
Assistant Engineer
$70.62
5D
3F
View
King
Dredge Workers
Assistant Mate (Deckhand)
$70.07
5D
3F
View
King
Dredge Workers
Boatmen
$70.62
5D
3F
View
King
Dredge Workers
Engineer Welder
$71.97
5D
3F
View
King
Dredge Workers
Leverman, Hydraulic
$73.41
5D
3F
View
King
Dredgo Work-rs
Mates
$70.62
5D
3F
View
about:blank
2/20
9/14/2020
about:blank
King
Dredge Workers
Oiler
$70.07
5D
3F
View
King
Drywall Applicator
Journey Level
$64.94
5D
1 H
View
King
drywall Tapers
Journey Level
$65.31
5P
1 E
View
King
Electrical Fixture Maintenance
Journey Level
$31.99
5L
1E
View
Workers
King
Electricians - Inside
Cable Splicer
$89.11
7C
4E
View
King
Electricians - inside
Cable Splicer (tunnel)
$95.77
7C
4E
View
King
Electricians - Inside
Certified Welder
$86.08
7C
4E
View
King
Electricians - Inside
Certified Welder (tunnel)
$92.44
7C
4E
View
King
Electricians - Inside
Construction Stock Person
$43.18
7C
4E
View
King
Electricians - Inside
Journey Level
$83.05
7C
4E
View
King
Electricians - Inside
Journey Level (tunnel)
$89.11
7C
4E
View
King
Electricians - Motor Shop
Journey Level
$47.53
5A
1 B
View
King
Electricians - Powerline
Cable Splicer
$82.39
5A
4D
View
Construction
King
Electricians - Powerline
Certified Line Welder
$75.64
5A
4D
View
Construction
King
Electricians - Powerline
Groundperson
$49.17
`5A
4D
View
Cans truction
King
Electricians - Powerline
Heavy Line Equipment Operator
$75.64
5A
4D
View
Construction
King
Electricians - Powerline
Journey Level Lineperson
$75.64
5A
4D
View
Construction
King
Electricians - Powerline
Line Equipment Operator
$64.54
5A
4D
View
Construction
King
Electricians - Povaertine
Meter Installer
$49.17
5A
4D
8W
View
Construction
King
Electricians - Powerline
Pole Sprayer
$75.64
5A
4D
View
Construction
King
Electricians - Powerline
Powderperson
$56.49
5A
4D
View
Construction
King
Electronic Technicians
Journey Level
$53.57
7E
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
$18.25
5B
1 R
View
Products
Work Only
King
Fence Erectors
Fence Erector
$44.40
7A
4V
8Y
View
King
Fence Erectors
Fence Laborer
$44.40
7A
4V
8Y
View
King
Flaggers
Journey Level
$44.40
7A
4V
8Y
View
King
Glaziers
Journey Level
$69.26
7L
1Y
View
King
Heat Et Frost Insulators And
Journeyman
$79.43
5.1
4H
View
Asbestos Workers
King
Heating Equipment Mechanics
Journey Level
$89.61
7F
1 E
View
King
Hod Carriers €t Mason Tenders
Journey Level
$54.01
7A
4V
8Y
View
King
Industrial Power Vacuum Cleaner Journey Level
$13.50
1
View
about:blank
N20
9/14/2020
abouttlank
King
Inland Boatmen
Boat Operator
$61.41
5B
1K
View
King
Inland Boatmen
Cook
$56.48
5B
1K
View
King
Inland Boatmen
Deckhand
$57.48
5B
1 K
View
King
Inland Boatmen
Deckhand Engineer
$58.81
56
1K
View
King
Inland Boatmen
Launch Operator
$58.89
5B
1K
View
King
Inland Boatmen
Mate
$57.31
5B
1K
View
King
Inspection/Cleaning/Sealing Of
Cleaner Operator, Foamer
$31.49
1
View
Sewer Ec Water- Systems By
Operator
Remote Control
King
Inspection/Cleaning/Sealing Of
Grout Truck Operator
$13.50
1
View
Sewer Et Water Systems By
Remote Control
King
Inspection/Cteaning/Sealing Of
Head Operator
$24.91
1
View
Sewer Et Water Systems By
Remote Control
King
Inspection/Cleaning/Sealing Of
Technician
$19.33
1
View
Sewer Ft Water Systems By
Remote Control
King
Inspection/Cleaning/Sealing Of
Tv Truck Operator
$20.45
1
View
Sewer It Water Systerns By
Remote Control
King
Insulation Applicators
Journey Level
$64.94
7A
4C
View
King
Ironworkers
Journeyman
$75.23
7N
10
View
King
Laborers
Air, Gas Or Electric Vibrating
$52.39
7A
4V
8Y
View
Screed
King
Laborers
Airtrac Drill Operator
$54.01
7A
4V
8Y
View
King
Laborers
Ballast Regular Machine
$52.39
7A
4V
8Y
View
King
Laborers
Batch Weighman
$44.40
7A
4V
8Y
View
King
Laborers
Brick Pavers
$52.39
7A
4V
8Y
View
King
Laborers
Brush Cutter
$52.39
7A
4V
8Y
View
King
Laborers
Brush Hog Feeder
$52.39
7A
4V
8Y
View
King
Laborers
Burner
$52.39
7A
4V
8Y
View
King
Laborers
Caisson Worker
$54.01
7A
4V
8Y
View
King
Laborers
Carpenter Tender
$52.39
7A
4V
8Y
View
King
Laborers
Cement Dumper -paving
$53.35
7A
4V
8Y
View
King
Laborers
Cement Finisher Tender
$52.39
7A
4V
8Y
View
King
Laborers
Change House Or Dry Shack
$52.39
7A
4V
8Y
View
King
Laborers
Chipping Gun (30 Lbs. And
$53.35
7A
4V
8Y
View
Over)
King
Laborers
Chipping Gun (Under 30 Lbs.)
$52.39
7A
4V
8Y
View
King
Laborers
Choker Setter
$52.39
7A
4V
8Y
View
King
Laborers
Chuck Tender
$52.39
7A
4V
8Y
View
King
Laborers
Clary Power Spreader
$53.35
7A
4V
8Y
View
King
Laborers
Clean-up Laborer
$52.39
7A
4V
8Y
View
King
Laborers
Concrete Dumper/Chute
$53.35
7A
4V
8Y
View
abouttlank 4/20
9/14/2020
about:blank
Operator
King
Laborers
Concrete Form Stripper
$52.39
7A
4V
8Y
View
King
Laborers
Concrete Placement Crew
$53.35
7A
4V
8Y
View
King
Laborers
Concrete Saw Operator/Core
$53.35
7A
4V
8Y
View
Driller
King
Laborers
Crusher Feeder
$44.40
7A
4V
8Y
View
King
Laborers
Curing Laborer
$52.39
7A
4V
8Y
View
King
Laborers
Demolition: Wrecking Et Moving
$52.39
7A
44VV
8Y
View
(Intl. Charred Material)
King
Laborers
Ditch Digger
$52.39
7A
4V
8Y
View
King
Laborers
Diver
$54.01
7A
4V
8Y
View
King
Laborers
Drill Operator (Hydraulic,
$53.35
7A
4V
8Y
View
Diamond)
King
Laborers
Dry Stack Walls
$52.39
7A
4V
8Y
View
King
Laborers
Dump Person
$52.39
7A
4_V
8Y
View
King
Laborers
Epoxy Technician
$52.39
7A
4V
8Y
View
King
Laborers
Erosion Control Worker
$52.39
7A
4V
8Y
View
King
Laborers
Faller Et Bucker Chain Saw
$53.35
7A
4V
8Y
View
King
Laborers
Fine Graders
$52.39
7A
4V
8Y
View
King
Laborers
Firewatch
$44.40
7A
4V
8Y
View
King
Laborers
Form Setter
$52.39
7A
4V
8Y
View
King
Laborers
Gabian Basket Builders
$52.39
7A
4V
8Y
View
King
Laborers
General Laborer
$52.39
7A
4V
8Y
View
King
Laborers
Grade Checker Et Transit Person
$54.01
7A
4V
8Y
View
King
Laborers
Grinders
$52.39
7A
4V
8Y
View
King
Laborers
Grout Machine Tender
$52.39
7A
4V
8Y
View
King
Laborers
Groutmen (Pressure) Including
$53.35
7A
4V
8Y
View
Post Tension Beams
King
Laborers
Guardrail Erector
$52.39
7A
4V
8Y
View
King
Laborers
Hazardous Waste Worker (Level
$54.01
7A
4V
8Y
View
A)
King
L,thorers
Hazardous Waste Worker (Level
$53.35
7A
4V
8Y
View
B)
King
La. bore r-s
Hazardous Waste Worker (Level
$52.39
7A
4V
8Y
View
C)
King
Laborers
High Scaler
$54.01
7A
4V
8Y
View
King
Laborers
Jackhammer
$53.35
7A
4V
8Y
View
King
Laborers
Laserbeam Operator
$53.35
7A
4V
8Y
View
King
Laborers
Maintenance Person
$52.39
7A
4V
8Y
View
King
Laborers
Manhole Builder-Mudman
$53.35
7A
4V
8Y
View
King
Laborers
Material Yard Person
$52.39
7A
4V
8Y
View
King
Laborers
Motorman -Dinky Locomotive
$53.35
7A
4V
8Y
View
King
Laborers
Nozzleman (Concrete Pump,
$53.35
7A
4V
8Y
View
Green Cutter When Using
about:blank 520
9/14/2020
about:blank
Combination Of High Pressure
Air Ft Water On Concrete Et
Rock, Sandblast, Gunite,
Shotcrete, Water Blaster,
Vacuum Blaster)
King
Laborers
Pavement Breaker
$53.35
7A
4V
8Y
View
King
Laborers
Pilot Car
$44.40
7A
4V
8Y
View
King
Laborers
Pipe Layer Lead
$54.01
7A
4V
8Y
View
King
Laborers
Pipe Layer/Tailor
$53.35
7A
4V
8Y
View
King
Laborers
Pipe Pot Tender
$53.35
7A
4V
8Y
View
King
Laborers
Pipe Reliner
$53.35
7A
4�.V
8Y
View
King
Laborers
Pipe Wrapper
$53.35
7A
4V
8Y
View
King
Laborers
Pot Tender
$52.39
7A
4V
8Y
View
King
Laborers
Powderman
$54.01
7A
4V
8Y
View
King
Laborers
Powderman's Helper
$52.39
7A
4V
8Y
View
King
Laborers
Power Jacks
$53.35
7A
4V
8Y
View
King
Laborers
Railroad Spike Puller - Power
$53.35
7A
4V
8Y
View
King
Laborers
Raker - Asphalt
$54.01
7A
4V
8Y
View
King
Laborers
Re-timberman
$54.01
7A
4V
8Y
View
King
Laborers
Remote Equipment Operator
$53.35
7A
4V
8Y
View
King
Laborers
Rigger/Signal Person
$53.35
7A
4V
8Y
View
King
Laborers
Rip Rap Person
$52.39
7A
4V
8Y
View
King
Laborers
Rivet Buster
$53.35
7A
4V
8Y
View
King
Laborers
Rodder
$53.35
7A
4V
8Y
View
King
Laborers
Scaffold Erector
$52.39
7A
4V
8Y
View
King
Laborers
Scale Person
$52.39
7A
4V
8Y
View
King
Laborers
Sloper (Over 20")
$53.35
7A
4V
8Y
View
King
Laborers
Sloper Sprayer
$52.39
7A
4V
8Y
View
King
Laborers
Spreader (Concrete)
$53.35
7A
4V
8Y
View
King
Laborers
Stake Hopper
$52.39
7A
4V
8Y
View
King
Laborers
Stock Piler
$52.39
7A
4V
8Y
View
King
Laborers
Swinging Stage/Boatswain
$44.40
7A
4V
8Y
View
Chair
King
Laborers
Tamper Et Similar Electric, Air Et
$53.35
7A
44V
8Y
View
Gas Operated Tools
King
Laborers
Tamper (Multiple Et Self-
$53.35
7A
4V
8Y
View
propelled)
King
Laborers
Timber Person - Sewer (Lagger,
$53.35
7A
4V
8Y
View
Shorer Fr Cribber)
King
Laborers
Toolroom Person (at Jobsite)
$52.39
7A
4V
8Y
View
King
Laborers
Topper
$52.39
7A
4V
8Y
View
King
Laborers
Track Laborer
$52.39
7A
4V
8Y
View
King
Laborers
Track Liner (Power)
$53.35
7A
4V
8Y
View
King
Laborers
Traffic Control Laborer
$47.48
7A
4V
9C
View
about blank IBM
9/14/2020
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
about:blank
Laborers
Traffic Control Supervisor
$50.31
7A
Laborers
Truck Spotter
$52.39
7A
Laborers
Tugger Operator
$53.35
7A
Laborers
Tunnel Work -Compressed Air
$129.67
7A
Worker 0-30 psi
Laborers
Tunnel Work -Compressed Air
$134.70
7A
Worker 30.01-44.00 psi
Laborers
Tunnel Work -Compressed Air
$138.38
7A
Worker 44.01-54.00 psi
Laborers
Tunnel Work -Compressed Air
$144.08
7A
Worker 54.01-60.00 psi
Laborers
Tunnel Work -Compressed Air
$146.20
7A
Worker 60.01-64.00 psi
Laborers
Tunnel Work -Compressed Air
$151.30
7A
Worker 64.01-68.00 psi
Laborers
Tunnel Work -Compressed Air
$153.20
7A
Worker 68.01-70.00 psi
Laborers
Tunnel Work -Compressed Air
$155.20
7A
Worker 70:01-72.00 psi
Laborers
Tunnel Work -Compressed Air
$157.20
7A
Worker 72.01-74.00 psi
Laborers
Tunnel Work-Guage and Lock
$54.11
7A
Tender
Laborers
Tunnel Work -Miner
$54.11
7A
Laborers
Vibrator
$53.35
7A
Laborers
Vinyl Seamer
$52.39
7A
Laborers
Watchman
$40.36
7A
Laborers
Welder
$53.35
7A
Laborers
Well Point Laborer
$53.35
7A
Laborers
Window Washer/Cleaner
$40.36
7A
Laborers - Underground Sewer b
General Laborer Et Topman
$52.39
7A
Water
Laborers - Underground Sewer &
Pipe Layer
$53.35
7A
Water
Landscape Construction
Landscape
$40.36
7A
Landscape Construction
Landscape Maintenance
Lathers
Marble Setters
Metal Fabrication (in Shop).
Millwright
Modular Buildings
Modular Buildings
Construction/Landscaping Or
Planting Laborers
Landscape Operator
Groundskeeper
Journey Level
Journey Level
Journey Level
Journey Level
Cabinet Assembly
Electrician
4V
4V
4V
4V
4V
4V
4V
4V
4V
4V
4V
4V
4V
4V
4V
4V
4V
4V
4V
4V
4V
4V
4V
9C View
8Y View
8Y View
9B View
9B View
9B View
9B View
9B View
9B View
9B View
9B View
9B View
8Y View
8Y View
8Y View
8Y View
8Y View
8Y View
8Y View
8Y View
8Y View
8Y View
8Y View
$72.28 7A
3K
8X View
$17.87
1
View
$64.94 5D
1 H
View
$60.57 7E
1 N
View
$40.08
1
View
$66.44 7A
4C
View
$13.50
1
View
$13.50
1
View
about:blank 7/20
9/14/2020
about:blank
King
Modular Buitdings
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 Buitdings
Tool Maintenance
$13.50
1
View
King
Modular Buildings
Utility Person
$13.50
1
View
King
ModularBUildings
Welder
$13.50
1
View
King
Painters
Journey Level
$43.40
6Z
213
View
King
Pile Driver
Crew Tender
$69.91
7A
4C
View
King
Pile Driver
Crew Tender/Technician
$69.91
7A
4C
View
King
Pile Driver
Hyperbaric Worker -
$80.76
7A
4C
View
Compressed Air Worker 0-30.00
PSI
King
Pilo Driver
Hyperbaric Worker -
$85.76
7A
4C
View
Compressed Air Worker 30.01 -
44.00 PSI
King
Pile Driver
Hyperbaric Worker -
$89.76
7A
4C
View
Compressed Air Worker 44.01 -
54.00 PSI
King
Pile Driver
Hyperbaric Worker -
$94.76
7A
4C
View
Compressed Air Worker 54.01 -
60.00 PSI
King
Pi[e,-Drsvcr
Hyperbaric Worker -
$97.26
7A
4C
View
Compressed Air Worker 60.01 -
64.00 PSI
King
Pile Driver
Hyperbaric Worker -
$102.26
7A
4C
View
Compressed Air Worker 64.01 -
68.00 PSI
King
Pile Driver
Hyperbaric Worker -
$104.26
7A
4C
View
Compressed Air Worker 68.01 -
70.00 PSI
King
Pile Driver
Hyperbaric Worker -
$106.26
7A
4C
View
Compressed Air Worker 70.01 -
72.00 PSI
King
Pile Driver
Hyperbaric Worker -
$108.26
7A
4C
View
Compressed Air Worker 72.01 -
74.00 PSI
King
Pile Driver
Journey Level
$65.19
7A
4C
View
King
Plasterers
Journey Level
$61.67
7Q
1 R
View
King
Playground Ft Park Equipment
Journey Level
$13.50
1
View
Installers
King
Pturnbers Et Pipefitters
Journey Level
$90.69
6Z
1G
View
King
Power Equipment Operators
Asphalt Plant Operators
$73.49
7A
3K
8X
View
King
Power Equipment Operators
Assistant Engineer
$69.12
7A
3K
8X
View
King
Power Equipment Operators
Barrier Machine (zipper)
$72.84
7A
3K
8X
View
King
Power Equipment Operators
Batch Plant Operator: concrete
$72.84
7A
3K
8X
View
King
Power Equipment Operators
Bobcat
$69.12
7A
3K
8X
View
about:blank 8/20
9/14/2020
abouttlank
King
Power Equipment Operators
Brokk - Remote Demolition
$69.12
7A
3K
8X
View
Equipment
King
Power Equipment Operators
Brooms
$69.12
7A
3K
8X
View
King
Power Equipment Operators
Bump Cutter
$72.84
7A
3K
8X
View
King
Power Equipment Operators
Cableways
$73.49
7A
3K
8X
View
King
Power Equipment Operators
Chipper
$72.84
7A
3K
8X
View
King
Power Cquipment Operators
Compressor
$69.12
7A
3K
8X
View
King
Power Equipment Operators
Concrete Finish Machine - Laser
$69.12
7A
3K
8X
View
Screed
King
Power Equipment Operators
Concrete Pump - Mounted Or
$72.28
7A
3K
8X
View
Trailer High Pressure Line
Pump, Pump High Pressure
King
Power Equipment Operators
Concrete Pump: Truck Mount
$73.49
7A
3K
8X
View
With Boom Attachment Over 42
M
King
Dower Equipment Operators
Concrete Pump: Truck Mount
$72.84
7A
3K
8X
View
With Boom Attachment Up To
42m
King
Power Equipment Operators
Conveyors
$72.28
7A
3K
8X
View
King
Power Equipment Operators
Cranes friction: 200 tons and
$75.72
7A
3K
8X
View
over
King
Power Equipment Operators
Cranes: 100 tons through 199
$74.22
7A
3K
8X
View
tons, or 150' of boom (including
jib with attachments)
King
Power Equipment Operators
Cranes: 20 Tons Through 44
$72.84
7A
3K
8X
View
Tons With Attachments
King
Power Equipment Operators
Cranes: 200 tons- 299 tons, or
$74.99
7A
3K
8X
View
250' of boom including jib with
attachments
King
Power Equipment Operators
Cranes: 300 tons and over or
$75.72
7A
3K
8X
View
300' of boom including jib with
attachments
King
Power Equipment Operators
Cranes: 45 Tons Through 99
$73.49
7A
3K
8X
View
Tons, Under 150' Of Boom
(including Jib With
Attachments)
King
Power Equipment Operators
Cranes: A -frame - 10 Tons And
$69.12
7A
3K
8X
View
Under
King
Power Equipment Operators
Cranes: Friction cranes through
$74.99
7A
3K
8X
View
199 tons
King
Power Equipment Operators
Cranes: through 19 tons with
$72.28
7A
3K
8X
View
attachments, A -frame over 10
tons
King
Power Equipment Operators
Crusher
$72.84
7A
3K
8X
View
King
Power Equipment Operators
Deck Engineer/Deck Winches
$72.84
7A
3K
8X
View
(power)
King
Rower Equipment Operators
Derricks, On Building Work
$73.49
7A
3K
8X
View
King
Peyer Equipment Operators
Dozers D-9 Et Under
$72.28
7A
3_K
8X
View
about:blank
9/20
9/14/2020
about:blank
King
Power Equipment Operators
Drill Oilers: Auger Type, Truck
$72.28
7A
3K
8X
View
Or Crane Mount
King
Power Equipment Operators
Drilling Machine
$74.22
7A
3K
8X
View
King
Power Equipment Operators
Elevator And Man -lift:
$69.12
7A
3K
8X
View
Permanent And Shaft Type
King
Power Equipment Operators
Finishing Machine, Bidwell And
$72.84
7A
3K
8X
View
Gamaco Et Similar Equipment
King
Power Equipment Operators
Forklift: 3000 Lbs And Over
$72.28
7A
3K
8X
View
With Attachments
King
Power Equipment Operators
Forklifts: Under 3000 Lbs. With
$69.12
7A
3K
8X
View
Attachments
King
Power Equipment Operators
Grade Engineer: Using Blue
$72.84
7A
3K
8X
View
Prints, Cut Sheets, Etc
King
Power Equipment Operators
Gradechecker/Stakeman
$69.12
7A
3K
8X
View
King
jPower Equipment Operators
Guardrail Punch
$72.84
7A
3K
8X
View
King
Power Equipment Operators
Hard Tail End Dump Articulating
$73.49
7A
3K
8X
View
Off- Road Equipment 45 Yards.
Et Over
King
Power Equipment Operators
Hard Tail End Dump Articulating
$72.84
7A
3K
8X
View
Off -road Equipment Under 45
Yards
King
Power Equipment Operators
Horizontal/Directional Drill
$72.28
7A
3K
8X
View
Locator
King
Power Equipment Operators
Horizontal/Directional Drill
$72.84
7A
3K
8X
View
Operator
King
Power Equipment Operators
Hydralifts/Boom Trucks Over 10
$72.28
7A
3K
8X
View
Tons
King
Power Equipment Operators
Hydralifts/Boom Trucks, 10
$69.12
7A
3K
8X
View
Tons And Under
King
Power Equipment Operators
Loader, Overhead 8 Yards. Et
$74.22
7A
3K
8X
View
Over
King
Power Equipment Operators
Loader, Overhead, 6 Yards. But
$73.49
7A
3K
8X
View
Not Including 8 Yards
King
Power Equipment Operators
Loaders, Overhead Under 6
$72.84
7A
3K
8X
View
Yards
King
Power Equipment Operators
Loaders, Plant Feed
$72.84
7A
3K
8X
View
King
Power Equipment Operators
Loaders: Elevating Type Belt
$72.28
7A
3K
8X
View
King
Power Equipment Operators
Locomotives, All
$72.84
7A
3K
8X
View
King
Power Equipment Operators
Material Transfer Device
$72.84
7A
3K
8X
View
King
Power Equipment Operators
Mechanics, All (leadmen - $0.50
$74.22
7A
3K
8X
View
Per Hour Over Mechanic)
King
Power Equipment Operators
Motor Patrol Graders
$73.49
7A
3K
8X
View
King
Power Equipment Operators
Mucking Machine, Mole, Tunnel
$73.49
7A
3K
8X
View
Drill, Boring, Road Header
And/or Shield
King
Power Equipment Operators
Oil Distributors, Blower
$69.12
7A
3K
8X
View
Distribution Et Mulch Seeding
about:blank 10/20
9/14/2020
about:blank
Operator
King
Power Equipment Operators
Outside Hoists (Elevators And
$72.28
7A
3K
8X
View
Manlifts), Air Tuggers, Strato
King
Power Equipment Operators
Overhead, Bridge Type Crane:
$72.84
7A
3K
8X
View
20 Tons Through 44 Tons
King
Power Equipment Operators
Overhead, Bridge Type: 100
$74.22
7A
3K
8X
View
Tons And Over
King
Power Equipment Operators
Overhead, Bridge Type: 45 Tons
$73.49
7A
3K
8X
View
Through 99 Tons
King
Power Equipment Operators
Pavement Breaker
$69.12
7A
3K
8X
View
King
Power Equipment Operators
Pile Driver (other Than Crane
$72.84
7A
3K
8X
View
Mount)
King
Power Equipment Operators
Plant Oiler - Asphalt, Crusher
$72.28
7A
3K
8X
View
King
Power Equipment Operators
Posthole Digger, Mechanical
$69.12
7A
3K
8X
View
King
Power Equipment Operators
Power Plant
$69.12
7A
3K
8X
View
King
Power Equipment Operators
Pumps - Water
$69.12
7A
3K
8X
View
King
Power Equipment Operators
Quad 9, Hd 41, D10 And Over
$73.49
7A
3K
8X
View
King
Power Equipment Operators
Quick Tower - No Cab, Under
$69.12
7A
3K
8X
View
100 Feet In Height Based To
Boom
King
Power Equipment Operators
Remote Control Operator On
$73.49
7A
3K
8X
View
Rubber Tired Earth Moving
Equipment
King
Power Equipment Operators
Rigger and Bellman
$69.12
7A
3K
8X
View
King
Power Equipment Operators
Rigger/Signal Person, Bellman
$72.28
7A
3K
8X
View
(Certified)
King
Power Equipment Operators
Rollagon
$73.49
7A
3K
8X
View
King
Power Equipment Operators
Roller, Other Than Plant Mix
$69.12
7A
3K
8X
View
King
Power Equipment Operators
Roller, Plant Mix Or Multi -lift
$72.28
7A
3_K
8X
View
Materials
King
Power Equipment Operators
Roto-mill, Roto-grinder
$72.84
7A
3K
8X
View
King
Payer Equipment Operators
Saws - Concrete
$72.28
7A
3K
8X
View
King
Power Equipment Operators
Scraper, Self Propelled Under 45
$72.84
7A
3K
8X
View
Yards
King
Power Equipment Operators
Scrapers - Concrete Et Carry All
$72.28
7A
3K
8X
View
King
Power Equipment Operators
Scrapers, Self-propelled: 45
$73.49
7A
3K
8X
View
Yards And Over
King
Power Equipment Operators
Service Engineers - Equipment
$72.28
7A
3K
8X
View
King
Power Equipment Operators
Shotcrete/Gunite Equipment
$69.12
7A
3K
8X
View
King
Power Equipment Operators
Shovel, Excavator, Backhoe,
$72.28
7A
3K
8X
View
Tractors Under 15 Metric Tons
King
Power Equipment Operators
Shovel, Excavator, Backhoe:
$73.49
7A
3K
8X
View
Over 30 Metric Tons To 50
Metric Tons
King
Power_Equipment Operaators
Shovel, Excavator, Backhoes,
$72.84
7A
3K
8X
View
Tractors: 15 To 30 Metric Tons
about:blank 11/20
9/14/2020
about:blank
King
Power Equipment Operators
Shovel, Excavator, Backhoes:
$74.22
7A
3K
8X
View
Over 50 Metric Tons To 90
Metric Tons
King
Power Equipment Operators
Shovel, Excavator, Backhoes:
$74.99
7A
3K
8X
View
Over 90 Metric Tons
King
Power Equipment Operators
Slipform Pavers
$73.49
7A
3K
8X
View
King
Power Equipment Operators
Spreader, Topsider Et
$73.49
7A
3K
8X
View
Screedman
King
Power Equipment Operators
Subgrader Trimmer
$72.84
7A
3K
8X
View
King
Power Equipment Operators
Tower Bucket Elevators
$72.28
7A
3K
8X
View
King
Power Equipment Dperators
Tower Crane Up To 175' In
$74.22
7A
3K
8X
View
Height Base To Boom
King
Power Equipment Operators
Tower Crane: over 175' through
$74.99
7A
3K
8X
View
250' in height, base to boom
King
Power Equipment Operators
Tower Cranes: over 250' in
$75.72
7A
3K
8X
View
height from base to boom
King
Power Equipment Operators
Transporters, All Track Or
$73.49
7A
3K
8X
View
Truck Type
King
Power Equipment Operators
Trenching Machines
$72.28
7A
3K
8X
View
King
Power Equipment Operators
Truck Crane Oiler/driver - 100
$72.84
7A
3K
8X
View
Tons And Over
King
Power Equipment Operators
Truck Crane Oiler/Driver Under
$72.28
7A
3K
8X
View
100 Tons
King
Power Equipment Operators
Truck Mount Portable Conveyor
$72.84
7A
3K
8X
View
King
Power Equipment Operators
Welder
$73.49
7A
3K
8X
View
King
Power Equipment Operators
Wheel Tractors, Farmall Type
$69.12
7A
3K
8X
View
King
Power Equipment Operators
'Yo Yo Pay Dozer
$72.84
7A
3K
8X
View
King
Power Equipment Operators
Asphalt Plant Operators
$73.49
7A
3K
8X
View
Underground Sewer & Water
King
Power Equipment Operators-
Assistant Engineer
$69.12
7A
3K
8X
View
Underground Sewer & Water
King
Power Equipment Operators-
Barrier Machine (zipper)
$72.84
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Batch Plant Operator, Concrete
$72.84
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators
Bobcat
$69.12
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators
Brokk - Remote Demolition
$69.12
7A
3K
8X
View
Underground Sewer Et Water
Equipment
King
Power Equipment Operators-
Brooms
$69.12
7A
3K
8X
View
Underground Sewer & Water
King
Power Equipment Operators-
Bump Cutter
$72.84
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Cableways
$73.49
7A
3K
8X
View
Underground Sewer & Water
King
Power Equipment Operators-
Chipper
$72.84
7A
3K
8X
View
Underground Sewer & Water
aboutblank
12/20
9/14/2020
King
King
Ki ng
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
about blank
Power Equipment Operators -
Underground Sewer Et Water
Power Equipment Operators -
Underground Sewer Et Water
Power Equipment Operators
Underground Sewer Et Water
Power Equipment Operators -
Underground Sewer Et Water
Power Equipment Operators -
Underground Sewer Et Water
Power Equipment Operators -
Underground Sewer Et Water
Power Equipment Operators
Underground Sewer Et Water
Power Equipment Operators -
Underground Sewer Et Water
Power Equipment Operators -
Underground Sewer Et Water
Power Equipment Operators -
Underground Sewer Et Water
Power Equipment Operators -
Underground Sewer Et Water
Power Equipment Operators -
Underground Sewer Et Water
about:blank
Compressor $69.12 7A
Concrete Finish Machine - Laser $69.12 7A
Screed
Concrete Pump - Mounted Or
$72.28 7A
Trailer High Pressure Line
Pump, Pump High Pressure
Concrete Pump: Truck Mount
$73.49 7A
With Boom Attachment Over 42
M
Concrete Pump: Truck Mount
$72.84 7A
With Boom Attachment Up To
42m
Conveyors
$72.28 7A
Cranes friction: 200 tons and
$75.72 7A
over
Cranes: 100 tons through 199
$74.22 7A
tons, or 150' of boom (including
jib with attachments)
Cranes: 20 Tons Through 44
$72.84 7A
Tons With Attachments
Cranes: 200 tons- 299 tons, or
$74.99 7A
250' of boom including jib with
attachments
Cranes: 300 tons and over or
$75.72 7A
300' of boom including jib with
attachments
Cranes: 45 Tons Through 99
$73.49 7A
Tons, Under 150' Of Boom
(including Jib With
Attachments)
Power Equipment Operators-
Cranes: A -frame - 10 Tons And
$69.12 7A
Underground Sewer Et Water
Under
Power Equipment Operators
Cranes: Friction cranes through
$74.99 7A
Underground Sewer ft Water
199 tons
Power Equipment Operators-
Cranes: through 19 tons with
$72.28 7A
Underground Sewer Et Water
attachments, A -frame over 10
tons
i
Power Equipment Operators-
Crusher
$72.84 7A
Underground Sewer Et Water
Power Equipment Operators
Deck Engineer/Deck Winches
$72.84 7A
Underground Sewer Et Water
(power)
Power Equipment Operators-
Derricks, On Building Work
$73.49 7A
Underground Sewer Et Water
Power Equipment Operators-
Dozers D-9 Et Under
$72.28 7A
Underground Sewer Et Water
Power Equipment Operators-
Drill Oilers: Auger Type, Truck
$72.28 7A
Underground Sewer Et Water Or Crane Mount
3K 8X View
3K 8X View
3K 8X View
3K 8X View
3K
8X
View
3K
8X
View
3K
8X
View
3K
8X
View
3K
8X
View
3K
8X
View
3K
8X
View
3K 8X View
3K
3K
3K
3K
3K
3K
3K
3K
8X View
8X View
8X View
8X View
8X View
8X View
8X View
8X View
13/20
9/14/2020
about:blank
King
Power Equipment Operators-
Drilling Machine
$74.22
7A
3K 8X View
Underground 'Sewer Et Water
King
Power Equipment Operators-
Elevator And Man -lift:
$69.12
7A
3K 8X View
Underground Sewer Et Water
Permanent And Shaft Type
King
Power Equipment Operators-
Finishing Machine, Bidwell And
$72.84
7A
3K 8X View
Underground Sewer Et Water
Gamaco Et Similar Equipment
King
Power Equipment Operators-
Forklift: 3000 Lbs And Over
$72.28
7A
3K 8X View
Underground Sewer EL Water
With Attachments
King
Power Equipment Operators-
Forklifts: Under 3000 Lbs. With
$69.12
7A
3K 8X View
Underground Sewer Et Water
Attachments
King
Power Equipment Operators
Grade Engineer: Using Blue
$72.84
7A
3K 8X View
Underground Sewer Et Water
Prints, Cut Sheets, Etc
King
Power Equipment Operators-
Gradechecker/Stakeman
$69.12
7A
3K 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Guardrail Punch
$72.84
7A
3K 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Hard Tail End Dump Articulating
$73.49
7A
3K 8X View
Underground Sewer Et Water
Off- Road Equipment 45 Yards.
Et Over
King
Power Equipment Operators
Hard Tail End Dump Articulating
$72.84
7A
3K 8X View
Underground Sewer Et Water
Off -road Equipment Under 45
Yards
King
Power Equipment Operators-
Horizontal/Directional Drill
$72.28
7A
3K 8X View
Underground Sewer Et Water
Locator
King
Power Equipment Operators-
Horizontal/Directional Drill
$72.84
7A
3K 8X View
Underground Sewer EL Water
Operator
King
Power Equipment Operators-
Hydralifts/Boom Trucks Over 10
$72.28
7A
3K 8X View
Underground Sewer Et Water
Tons
King
Power Equipment Operators-
Hydralifts/Boom Trucks, 10
$69.12
7A
3K 8X View
Underground Sewer Et Water
Tons And Under
King
Power Equipment Operators-
Loader, Overhead 8 Yards. Et
$74.22
7A
3K 8X View
Underground Sewer Et Water
Over
King
Power Equipment Operators-
Loader, Overhead, 6 Yards. But
$73.49
7A
3K 8X View
Underground Sewer Et Water
Not Including 8 Yards
King
Power Equipment Operators-
Loaders, Overhead Under 6
$72.84
7A
3K 8X View
Underground Sewer Et Water
Yards
King
Power Equipment Operators-
Loaders, Plant Feed
$72.84
7A
3K 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Loaders: Elevating Type Belt
$72.28
7A
3K 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Locomotives, All
$72.84
7A
3K 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Material Transfer Device
$72.84
7A
3K 8X View
Underground Sewer EL Water
King
Power Equipment Operators-
Mechanics, All (leadmen - $0.50
$74.22
7A
3K 8X View
Underground Sewer EL Water
Per Hour Over Mechanic)
King
Power Equipment Operators-
Motor Patrol Graders
$73.49
7A
3K 8X View
Underground Sewer Et Water
aboutblank
14/20
9/14/2020
about:blank
King
Power Equipment Operators-
Mucking Machine, Mole, Tunnel
$73.49
7A
3K
8X View
Underground Sewer Et Water
Drill, Boring, Road Header
And/or Shield
King
Power Equipment Operators-
Oil Distributors, Blower
$69.12
7A
3K
8X View
Underground Sewer Et Water
Distribution Et Mulch Seeding
Operator
King
Power Equipment Operators-
Outside Hoists (Elevators And
$72.28
7A
3K
8X View
Underground Sewer Et Water
Manlifts), Air Tuggers, Strato
King
Power Equipment Operators-
Overhead, Bridge Type Crane:
$72.84
7A
3K
8X View
Underground Sewer ft Water
20 Tons Through 44 Tons
King
Power Equipment Operators-
Overhead, Bridge Type: 100
$74.22
7A
3K
8X View
Underground Sewer €t Water
Tons And Over
King
Power Equipment Operators-
Overhead, Bridge Type: 45 Tons
$73.49
7A
3K
8X View
Underground Sewer Ft Water
Through 99 Tons
King
Power Equipment Operators-
Pavement Breaker
$69.12
7A
3K
8X View
Underground Sewer Et Water
King
Rower Equipment Operators-
Pile Driver (other Than Crane
$72.84
7A
3K
8X View
Undergr_ouna Sewer Et Water
Mount)
King
Power Equipment Operators-
Plant Oiler - Asphalt, Crusher
$72.28
7A
3K
8X View
Underground Sewer Fi Water
King
PQV Equipment Operators-
Posthole Digger, Mechanical
$69.12
7A
3K
8X View
Underground Sower- Et Water
King
Pawl r Equipment Operators-
Power Plant
$69.12
7A
3K
8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Pumps - Water
$69.12
7A
3K
8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Quad 9, Hd 41, D10 And Over
$73.49
7A
3K
8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Quick Tower - No Cab, Under
$69.12
7A
3K
8X View
Underground Sewer Et Water
100 Feet In Height Based To
Boom
King
Power Equipment Operators-
Remote Control Operator On
$73.49
7A
3K
8X View
Underground Sewer Et Water
Rubber Tired Earth Moving
Equipment
King
Power Equipment Operators-
Rigger and Bellman
$69.12
7A
3K
8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Rigger/Signal Person, Bellman
$72.28
7A
3K
8X View
Underground Sewer & Water
(Certified)
King
Power Equipment Operators-
Rollagon
$73.49
7A
3K
8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Roller, Other Than Plant Mix
$69.12
7A
3K
8X View
Underground Sewer Et Water
King
Power Equipment Operators
Roller, Plant Mix Or Multi -lift
$72.28
7A
3K
8X View
Underground Sewer Et Water
Materials
King
Power Equipment Operators-
Roto-mill, Roto-grinder
$72.84
7A
3K
8X View
Underground Sewer Et Water
King
Power Equipment Operators
Saws - Concrete
$72.28
7A
3K
8X View
Underground Sewer Et Water
about:blank
1520
9/14/2020
about:blank
King
Power Equipment Operators-
Scraper, Self Propelled Under 45
$72.84
7A 3K 8X View
Underground Sewer Et Water
Yards
King
Power Equipment Operators-
Scrapers - Concrete Ft Carry All
$72.28
7A 3K 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Scrapers, Self-propelled: 45
$73.49
7A 3K 8X View
Underground Sewer Et Water
Yards And Over
King
Power Equipment Operators-
Service Engineers - Equipment
$72.28
7A 3K 8X View
Underground Sewer It Water
King
Power Equipment Operators-
S hotcrete/ G unite Equipment
$69.12
7A 3K 8X View
Underground Sewer E Water
King
Power Equipment Operators-
Shovel, Excavator, Backhoe,
$72.28
7A 3K 8X View
Underground Sewer Et Water
Tractors Under 15 Metric Tons
King
Power Equipment Operators-
Shovel, Excavator, Backhoe:
$73.49
7A 3K 8X View
Underground Sewer Et Water
Over 30 Metric Tons To 50
Metric Tons
King
Power Equipment Operators-
Shovel, Excavator, Backhoes,
$72.84
7A 3K 8X View
Underground Sewer Et Water
Tractors: 15 To 30 Metric Tons
King
Power Equipment Operators-
Shovel, Excavator, Backhoes:
$74.22
7A 3K 8X View
Underground Sewer Et Water
Over 50 Metric Tons To 90
Metric Tons
King
Power Equipment Operators-
Shovel, Excavator, Backhoes:
$74.99
7A 3K 8X View
Underground Sewer Et Water
Over 90 Metric Tons
King
Power Equipment Operators-
Slipform Pavers
$73.49
7A 3K 8X View
Underground Sewer Et. Water
King
Rower Equipment Operators-
Spreader, Topsider Et
$73.49
7A 3K 8X View
Underground Sewer Et Water
Screedman
King
Power Equipment Operators-
Subgrader Trimmer
$72.84
7A 3K 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Tower Bucket Elevators
$72.28
7A 3K 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Tower Crane Up To 175' In
$74.22
7A 3K 8X View
Underground Sewer Et Water
Height Base To Boom
King
Power Equipment Operators-
Tower Crane: over 175' through
$74.99
7A 3K 8X View
Underground Sewer Et Water
250' in height, base to boom
King
Power Equipment Operators
Tower Cranes: over 250' in
$75.72
7A 3K 8X View
Underground Sewer Et Water
height from base to boom
King
Power Equipment Operators-
Transporters, All Track Or
$73.49
7A 3K 8X View
Underground Sewer Et Water
Truck Type
King
Power Equipment Operators-
Trenching Machines
$72.28
7A 3K 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Truck Crane Oiler/driver - 100
$72.84
7A 3K 8X View
Underground Sewer Et Water
Tons And Over
King
Power Equipment Operators-
Truck Crane Oiler/Driver Under
$72.28
7A 3K 8X View
Underground Sewer Et Water
100 Tons
King
Rower Equipment Operators-
Truck Mount Portable Conveyor
$72.84
7A 3K 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Welder
$73.49
7A 3K 8X View
Underground Sewer Et Water
about blank
16120
9/14/2020
aboutblank
King
Power Equipment Operators-
Wheel Tractors, Farman Type
$69.12
7A
3K
8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Yo Yo Pay Dozer
$72.84
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 Et Air Conditioning
Journey Level
$85.51
6Z
1G
View
Mechanics
King
Residential Brick Mason
Journey Level
$60.57
7E
1 N
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
$48.17
7A
4C
View
King
Residential Drywall Tapers
Journey Level
$47.73
5P
1 E
View
King
Residential Electricians
Journey Level
$36.01
1
View
King
Residential Glaziers
Journey Level
$45.90
7L
1 H
View
King
Residential Insulation
Journey Level
$29.87
1
View
Applicators
King
Residential Laborers
Journey Level
$26.18
1
View
King
Residential Marble Setters
Journey Level
$27.38
1
View
King
Residential Painters
Journey Level
$27.80
1
View
King
Residential Plumbers lL
Journey Level
$39.43
1
View
Pi pef i tters
King
Residential Refrigeration It Air
Journey Level
$55.87
5A
1G
View
Conditioning Mechanics
King
Residential Sheet Metal Workers Journey Level (Field or Shop)
$54.01
7F
1 R
View
King
Residentiat Soft Floor Layers
Journey Level
$51.07
5A
3.1
View
King
Residential Sprinkter Fitters
Journey Level
$50.89
5C
211
View
.(Fire Protection),
King
Residential Stone Masons
Journey Level
$60.57
7E
1 N
View
King
Residential Terrazzo Workers
Journey Level
$55.71
7E
1 N
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
$55.55
5A
3H
View
King
Roofers
Using Irritable Bituminous
$58.55
5A
3H
View
Materials
King
Sheet Metal Workers
Journey Level (Field or Shop)
$89.61
7F
1 E
View
about:blank
17/20
9/14/2020
abouttlank
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 Ship Repair
New Construction Crane
$36.36
7V
1
View
Operator
King
Shipbuilding Et Ship Repair
New Construction Electrician
$36.36
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction Heat Et Frost
$79.43
5.1
4H
View
Insulator
King
Shipbuilding Et Ship Repair
New Construction Laborer
$36.36
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction Machinist
$36.36
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction Operating
$36.36
7V
1
View
Engineer
King
Shipbuilding Et 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
$36.36
7V
1
View
Warehouse/Teamster
King
Shipbuilding Et Ship Repair
New Construction Welder /
$36.36
7V
1
View
Burner
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
Shipbuilding Et Ship Repair
Ship Repair Crane Operator
$45.06
7Y
4K
View
King
Shipbuilding Et Ship Repair
Ship Repair Electrician
$47.42
7X
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Heat Et Frost
$79.43
5J
4H
View
Insulator
King
Shipbuilding Et Ship Repair
Ship Repair Laborer
$46.15
7X
4.1
View
King
Shipbuilding Et Ship Repair
Ship Repair Machinist
$46.15
7X
4.1
View
King
Shipbuilding Et Ship Repair
Ship Repair Operating Engineer
$45.06
7Y
4K
View
King
Shipbuilding Et Ship Repair
Ship Repair Painter
$46.15
7X
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Pipefitter
$46.15
7X
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Rigger
$46.15
7X
4.1
View
King
Shipbuilding Et Ship Repair
Ship Repair Sheet Metal
$46.15
7X
4.1
View
King
Shipbuilding Et Ship Repair
Ship Repair Shipwright
$44.95
7X
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Warehouse /
$45.06
7Y
4K
View
Teamster
King
Sign Makers fr Installers
Journey Level
$49.44
0
1
View
,(Electrical).
King
Sign Makers €t Installers (Non-
Journey Level
$31.96
0
1
View
Electrical).
King
Soft Floor Layers
Journey Level
$51.07
5A
3J
View
King
Solar Controls For Windows
Journey Level
$13.50
1
View
King
Sprinkler Fitters (Fire
Journey Level
$84.39
5C
1X
View
Protection).
King
Stage Rigging Mechanics (Non
Journey Level
$13.50
1
View
about:blank
1820
9/14/2020
about:blank
Structural),
King
Stone Masons
Journey Level
$60.57
7E
1N
View
King
Street And Parking Lot Sweeper
Journey Level
$19.09
1
View
Workers
King
Surveyors
Assistant Construction Site
$72.28
7A
3K
8X
View
Surveyor
King
Surveyors
Chainman
$69.12
7A
3K
8X
View
King
Surveyors
Construction Site Surveyor
$73.49
7A
3K
8X
View
King
Telecommunication jechnicians
Journey Level
$53.57
7E
1 E
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 -
SpecialAparatus 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 Operator
$41.81
5A
2B
View
Outside
(Heavy)
King
Telephone Line Construction -
Telephone Equipment Operator
$38.92
5A
2B
View
Outside
(Light)
King
Telephone Line Construction -
Telephone Lineperson
$38.92
5A
2B
View
Outside
King
Telephone Line Construction
Television Groundperson
$22.32
5A
2B
View
Outside
King
Telephone Line Construction
Television Lineperson/Installer
$29.60
5A
2B
View
Outside
King
Telephone Line 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
$55.71
7E
1N
View
King
Tile Setters
Journey Level
$55.71
7E
1N
View
King
Tile, Marble 13 Terrazzo
Finisher
$46.54
7E
1N
View
Finishers
King
Traffic Controt Stripers
Journey Level
$49.13
7A
1 K
View
King
Truck Drivers
Asphalt Mix Over 16 Yards
$63.85
5D
4Y
8L
View
King
Truck Drivers
Asphalt Mix To 16 Yards
$63.71
5D
4Y
8L
View
King
Truck Drivers
Dump Truck
$63.71
5D
4Y
8L
View
King
Truck Drivers
Dump Truck Et Trailer
$63.85
5D
4Y
8L
View
King
Truck Drivers
Other Trucks
$63.85
5D
4Y
8L
View
King
Truck Driuers Ready Mix
Transit Mix
$63.85
5D
4Y
8L
View
about:blank
19/20
aboutblank
9/14/2020
King
King
King
Well Drillers Et Irrigation Pump
Installers
Well Drillers & Irrigation Pump
Installers
Welt Drillers a Irrigation Pump
Installers
Irrigation Pump Installer
Oiler
Well Driller
$17.71
$13.50
$18.00
1 View
1 View
1 View
aboutblank 20/20
Benefit Code Key — Effective 9/2/2020 thru 3/2/2021
Overtime Codes
Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate
must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for
the worker.
ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on
Sundays and holidays shall be paid at double the hourly rate of wage.
C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on
Sundays and holidays shall be paid at double the hourly rate of wage.
D. The first two (2) hours before or after a five -eight (8) hour workweek day or a four -ten (10) hour workweek day and
the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly
rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly
rate of wage.
E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday,
and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.
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.
I. 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 9/2/2020 thru 3/2/2021
O► ertinie Codes Continued
O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours
worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday
shall be paid at double the hourly rate of wage.
P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and
one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage.
Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on
Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10)
hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall
be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times
the hourly rate of wage.
R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage.
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.
2
Benefit Code Key — Effective 9/2/2020 thru 3/2/2021
Overtime Codes Continued
2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage.
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.
Benefit Code Key — Effective 9/2/2020 thru 3/2/2021
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 tune per day, or ten (10) hours of straight time per day when
four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or
outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly
rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in
excess of twelve (12) hours in a single shift shall be paid at double the hourly rate of wage.
After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the
applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. When an employee
returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation
of shift and paid at the applicable overtime rate until he/she shall have the eight (8) hours rest period.
4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly
rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage.
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 four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday
through Friday, the first two (2) hours ofovertime 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 9/2/2020 thru 3/2/2021
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'/z) times the regular shift rate for the first
eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays
shall be paid at double the hourly rate of wage. .
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 20% 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.
I. The First eight (8) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All
hours worked in excess of eight (8) per day on Saturdays shall be paid at double the hourly rate of wage. All hours
worked on Sundays and holidays shall be paid at double the hourly rate of wage.
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.
Benefit Code Key — Effective 9/2/2020 thru 3/2/2021
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.
N. 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 hours 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.
0
Benefit Code Key — Effective 9/2/2020 thru 3/2/2021
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 at one 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.
7
Benefit Code Key — Effective 9/2/2020 thru 3/2/2021
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 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of
pay.
Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour
for all hours worked that shift.
After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the
applicable overtime rate until such time as the employee has had a break of eight (8) hours or more.
ZOvertime 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. All
hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate
of 20% over the hourly rate of wage. Work performed on Sundays may be paid at double time. All hours worked on
holidays shall be paid at double the hourly rate of wage.
Holiday Codes
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).
Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day
(6).
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).
8
Benefit Code Key — Effective 9/2/2020 thru 3/2/2021
Holiday Codes Continued
P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday
After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The
Following Monday Shall Be Considered As A Holiday.
Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas
Day (6).
R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After
Thanksgiving Day, One -Half Day Before Christmas Day, And Christmas Day. (7 1/2).
S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
And Christmas Day (7).
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.
9
Benefit Code Key — Effective 9/2/2020 thru 3/2/2021
Holiday Codes Continued
B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and
Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as
a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the
preceding Friday.
C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be
observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday
on the preceding Friday.
D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day,
the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday
which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a
Saturday shall be observed as a holiday on the preceding Friday.
E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.
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.
I. Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The
Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on
a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be
observed as a holiday on the preceding Friday.
J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6).
Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which
falls on a Saturday shall be observed as a holiday on the preceding Friday.
K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after
Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.
L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day
before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday
on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding
Friday.
10
Benefit Code Key — Effective 9/2/2020 thru 3/2/2021
Holiday Codes Continued
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.
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.
S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays
falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly.
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, Independence Day, Labor Day, Thanksgiving
Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day, the day after Christmas, the day before
New Year's Day, and a Floating Holiday.
X. Holidays: New Year's Day, Day before or after New Year's Day, Presidents' Day, Memorial Day, Independence Day,
Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after
Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off, then the holiday will be taken
on the last normal workday. If the holiday falls on a Monday that is the normal day off or on a Sunday, then the holiday
will be taken on the next normal workday.
Y. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the
Friday after Thanksgiving Day, and Christmas Day. (8) If the holiday falls on a Sunday, then the day observed by the
federal government shall be considered a holiday and compensated accordingly.
11
Benefit Code Key — Effective 9/2/2020 thru 3/2/2021
Holiday Codes Continued
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)
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
8. D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour.
L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And
Level C: $0.25.
M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D:
$0.50.
N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level
C: $0.50, And Level D: $0.25.
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.
12
Benefit Code Key — Effective 9/2/2020 thru 3/2/2021
Note Codes Continued
8. T. Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all temporary
traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during
construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or
where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of
Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012.
U. Workers on hazmat projects receive additional hourly premiums as follows — Class A Suit: $2.00, Class B Suit: $1.50,
And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any and all
work performed underground, including operating, servicing and repairing of equipment. The premium for
underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive
an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who
do "pioneer" work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation
receive an additional $0.50 per hour.
V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be. paid. The
premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day.
The premiums are to be paid one time for the day and are not used in calculating overtime pay.
Depth premiums apply to depths of fifty feet or more. Over 50' to 100' - $2.00 per foot for each foot over 50 feet. Over
101' to 150' - $3.00 per foot for each foot over 101 feet. Over 151' to 220' - $4.00 per foot for each foot over 220 feet.
Over 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 free shall receive seventy-five cents ($0.75) per hour above
the classification rate.
13
Benefit Code Key — Effective 9/2/2020 thru 3/2/2021
Note Codes Continued
8. 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.)
9. 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.
14
Benefit Code Key — Effective 9/2/2020 thru 3/2/2021
Note Codes Continued
D. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines,
towers, dams, bridges, power generation facilities and manufacturing facilities such as chemical plants, etc., or
anywhere abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required.
E. Heavy Construction includes construction, repair, alteration or additions to the production, fabrication or
manufacturing portions of industrial or manufacturing plants, hydroelectric or nuclear power plants and atomic
reactor construction. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00,
Level B: $0.75, Level C: $0.50, And Level D: $0.25.
F. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines,
towers, dams, power generation facilities and manufacturing facilities such as chemical plants, etc., or anywhere
abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required.
15
Client#: 147813 TRANSYST1
ACORDTM CERTIFICATE OF LIABILITY INSURANCE DATE 12/09/202009/2020
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s).
PRODUCER AMTEACT Casondra Mossuto
Propel Insurance L; _', No, Ezt 800 499-09OINE33 �wc. No)- 866 577-1326
Tacoma Commercial Insurance E-MAIL -ADDRESS: Casondra.Mossuto@propelinsurance.com
--.
1201 Pacific Ave, Suite 1000
Tacoma, WA 98402
INSURED
Transportation Systems Inc.
6917 166th Ave E
Sumner, WA 98390
INSURER($) AFFORDING COVERAGE I NAIC #
INSURER A: Charter Oak Fire Insurance Company 125615
INSURER B : Travelers Property Casualty CoofAmerica 125674
INSURER C : Beazley Insurance Company, Inc. �_V540 _
INSURER D : Travelers Indemnity Company 25658
INSURER E:
INSURER F :
11.,..013A1-Cc cGIaTIFIr_ATF ld[IMRFlr 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 HE 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.
INSR ADDLISUBRI _- _- POLICY EFF POLICY EXP
LTR TYPE OF INSURANCE INSR ,WVD 1 POLICY NUMBER.... (MM?DDiYYYY) (MM0DrYYYY LIMITS
A X COMMERCIAL GENERAL LIABILITY 14TC03P712946COF20 12/10/2020 12/10/2021 EACH OCCURRENCE $1,D00,0_00
CLAIMS -MADE OCCUR ❑gMAGE TO RENTED
PREMISES Eavccurrer:r:r;l s300,000
X PD Ded: $2,500
MED EXP (Any one person) $10,000
PERSONAL BADVINJURY $1,000.000
GEN'LAGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE s2,000,000
POLICYJECT1=1 PRO- LOC
PRODUCTS - COMP/OP AGG $2,000, 000
OTHER:
BA3P713887202SG
12/10/2020
$
NE❑ S NGLE _ M 1 1,000,000
12/10/2021 IEa�^9cidr nl+ _
—
D
AUTOMOBILE LIABILITY
X ANY AUTO
BODILY INJURY (Per person) $
to,
OWNED SCHEDULED
INJURY (Per accident) $
L---
AUTOS ONLY AUTOS
HIRED NON -OWNED
X X
PROPEF2TY DAMA•�c $
Pcr ecr.¢icrtl
AUTOS ONLY AUTOS ONLY
12/10/2021 EACH OCCURRENCE s5,000,000
B X
UMBRELLA LIAB X
OCCUR
CUP4P165993202S
12/10/2020
EXCESS LIAB
CLAIMS -MADE
4TC03P712946COF20
AGGREGATE 5,000,000_
12/10/2021 P nr11TF _� OEP
DIED I X1 RETENTION ElO OO.O
A WORKERS COMPENSATION
12/10/2020
AND EMPLOYERS' LIABILITY Y / N
ANY PROPRIF,TORIPARTNEWEXECUTIVE
WA Stop Gap Only
E L. EACH ACCIDENT 1,000,000
._._..
OFFICERIMEMBF.id FXCLUDEL77 FNI
(Mandatory it. NH)
N / A
E-L. DISEASE - EA EriFI...?YE.=_: $1,000,000
If Yes, describe under
!7F�Cf;il'TIC.N ��F L�P'_R:�I IC+N:: hclor+
E.L DISEASE -POLICY LIMIT $1 ,000,000
4TC03P712946COF20
12/10/2020
A Rented Equip.
12/1012021 $250k / Ded: $1 k
C Pollution &
ENP000332802
4/10/2020
04/10/2021 Occ: $2M / Agg. $2M
Professional Liab
_
Ded: $10k / $25k
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space Is required)
RE: Horizontal Curve Waring Signs (RFB No. 20-006).
Additional Insured Status applies per attached form(s).
CERTIFICATE HOLDER t ANULLLAIIUr4
City of Federal Way
PO Box 9718
Federal Way, WA 98063-9718
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
© 1933-2015 AGURD GURPUKA 1 IUN. All rignis reserves.
ACORD 25 (2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD
#S4400121/M4399770 CT00
This page has been left blank intentionally,
COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
BLANKET ADDITIONAL INSURED
(Includes Products -Completed Operations If Required By Contract)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
PROVISIONS
The following is added to SECTION II — WHO IS AN
INSURED:
Any person or organization that you agree in a
written contract or agreement to include as an
additional insured on this Coverage Part is an
insured, but only:
a. With respect to liability for "bodily injury" or
"property damage" that occurs, or for "personal
injury" caused by an offense that is committed,
subsequent to the signing of that contract or
agreement and while that part of the contract or
agreement is in effect; and
b. If, and only to the extent that, such injury or
damage is caused by acts or omissions of you or
your subcontractor in the performance of "your
work" to which the written contract or agreement
applies. Such person or organization does not
qualify as an additional insured with respect to
the independent acts or omissions of such
person or organization.
The insurance provided to such additional insured is
subject to the following provisions:
a. If the Limits of Insurance of this Coverage Part
shown in the Declarations exceed the minimum
limits required by the written contract or
agreement, the insurance provided to the
additional insured will be limited to such
minimum required limits. For the purposes of
determining whether this limitation applies, the
minimum limits required by the written contract or
agreement will be considered to include the
minimum limits of any Umbrella 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.
(1) Any "bodily injury", "property damage" or
"personal injury" arising out of the providing,
or failure to provide, any professional
architectural, engineering or surveying
services, including:
(a) The preparing, approving, or failing to
prepare or approve, maps, shop
drawings, opinions, reports, surveys,
field orders or change orders, or the
preparing, approving, or failing to
prepare or approve, 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"
unless the written contract or agreement
specifically requires you to provide such
coverage for that additional insured during
the policy period.
c. The additional insured must comply with the
following 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.
b. The insurance provided to such additional (2) If a claim is made or "suit" is brought against
insured does not apply to: the additional insured:
CG D2 46 0419 © 2018 The Travelers Indemnity Company. All rights reserved Page 1 of 2
COMMERCIAL GENERAL LIABILITY
(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
papers 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
insurance which would cover such additional
insured for a loss we cover. However, this
condition 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 organization as a
named insured as described in Paragraph 4.,
Other Insurance, of Section IV — Commercial
General Liability Conditions.
Page 2 of 2 © 2018 The Travelers Indemnity Company All rights reserved. CG D2 46 04 19
COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
XTCND ENDORSEMENT FOR CONTRACTORS
This endorsement modifies insurance provided under the 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
B. Blanket Additional Insured — Governmental
Entities — Permits Or Authorizations Relating To
Operations
PROVISIONS
A. WHO IS AN INSURED — UNNAMED
SUBSIDIARIES
The following is added to SECTION II — WHO IS
AN INSURED:
C. Incidental Medical Malpractice
D. Blanket Waiver Of Subrogation
E. Contractual Liability — Railroads
F. Damage To Premises Rented To You
a. An organization other than a partnership, joint
venture or limited liability company; or
b. A trust;
as indicated in its name or the documents that
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
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".
4. The following exclusion is added to
Paragraph 2., Exclusions, of SECTION I —
COVERAGES — COVERAGE A — BODILY
INJURY AND PROPERTY DAMAGE
LIABILITY:
Sale Of Pharmaceuticals
"Bodily injury" or "property damage" arising
out of the violation of a penal statute or
ordinance relating to the sale of
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;
subsequent to the execution of the contract or
agreement.
E. CONTRACTUAL LIABILITY — RAILROADS
1. The following replaces Paragraph c. of the
definition of "insured contract" in the
DEFINITIONS Section:
c. Any easement or license agreement;
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.
COMMERCIAL GENERAL LIABILITY
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:
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 © 2017 The Travelers Indemnity Company. All rights reserved. Page 3 of 3
Includes copyrighted material of Insurance Services Office, Inc., with its permission.
This page has been left blank intentionally.
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 under 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.S.,
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
COMMERCIAL AUTO
permission, while performing duties
related to the conduct of your busi-
ness.
However, any "auto" that is leased, hired,
rented or borrowed with a driver is not a
covered "auto".
D. EMPLOYEES AS INSURED
The following is added to Paragraph A.1., Who Is
An Insured, of SECTION II — COVERED AUTOS
LIABILITY COVERAGE:
Any "employee" of yours is an "insured" while us-
ing a covered "auto" you don't own, hire or borrow
in your business or your personal affairs.
E. SUPPLEMENTARY PAYMENTS — INCREASED
LIMITS
1. The following replaces Paragraph A.2.a.(2),
of SECTION II — COVERED AUTOS LIABIL-
ITY COVERAGE:
(2) Up to $3,000 for cost of bail bonds (in-
cluding bonds for related traffic law viola-
tions) required because of an "accident"
we cover. We do not have to furnish
these bonds.
2. The following replaces Paragraph A.2.a.(4),
of SECTION II — COVERED AUTOS LIABIL-
ITY COVERAGE:
(a) With respect to any claim made or "suit"
brought outside the United States of
America, the territories and possessions
of the United States of America, Puerto
Rico and Canada:
(i) You must arrange to defend the "in-
sured" against, and investigate or set-
tle any such claim or "suit" and keep
us advised of all proceedings and ac-
tions.
(ii) Neither you nor any other involved
"insured" will make any settlement
without our consent.
(iii) We may, at our discretion, participate
in defending the "insured" against, or
in the settlement of, any claim or
"suit".
(iv) We will reimburse the "insured" for
sums that the "insured" legally must
pay as damages because of "bodily
injury" or "property damage" to which
this insurance applies, that the "in-
sured" pays with our consent, but
only up to the limit described in Para-
graph C., Limits Of Insurance, of
SECTION II — COVERED AUTOS
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
COMMERCIAL AUTO
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 ogly 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 A.4.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
(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-
tent required of you by a written contract
We will pay up to $400 for "loss" to wearing ap- 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
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 following 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.
COMMERCIAL AUTO
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
BLANKET ADDMONAL a SUITED - PRWARY AND
NON-CONTRIBUTORY WITH OTHER INSURANCE 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
agreement, 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
This page has been left blank intentionally.
Sara Gilchrist
From: marcie@transportationsystemsinc.com
Sent: Tuesday, December 29, 2020 11:00 AM
To: Sara Gilchrist
Cc: debbie@transportationsystemsinc.com
Subject: FW: Horizontal Curve Contract
Categories: Highlight
"OvTERNAL EM ft IL WARN'*'
This email originated from outside of the City of Federal Way and may not be trustworthy. Please use caution
when clicking links, opening attachments, or replying to requests for information. If you have any doubts about
the validity of this email please contact IT Help Desk at x2555.
Hi Sara,
Please see Bob's email below providing permission to add the county to the notary portion of this. Thanks!
Marcie Hunt
Office Ntanager
�r
Transportation Systems, Inc.
6917 166`h Ave E
Sumner, WA 98390
253-750-0284 Phone
253-863-9626 Fax
From: Bob Kiyohara<bobk@transportationsystemsinc.com>
Sent: Tuesday, December 29, 2020 9:47 AM
To: marcie@transportationsystemsinc.com
Subject: Re: Horizontal Curve Contract
Ok do it
Sent from my Whone
On Dec 29, 2020, at 9:46 AM, marcie@transportationsysternsinc.com wrote:
Hi Bob,
1
Can you please give permission to fill out the county as Pierce on the notary portion of the contract?
Thank you!
Marcie Hunt
Office Manager
<image002.png>
Transportation Systems, Inc.
6917 166'" Ave E
Sumner, WA 98390
253-750-0284 Phone
253-863-9626 Fax
From: Sara Gilchrist <Sara.Gilchrist@cityoffederalway.com>
Sent: Tuesday, December 29, 2020 9:13 AM
To:'marcie@transportationsystemsinc.com' <marcie@transportationsysternsinc.com>;
'debbie@transportationsystemsinc.com'<debbie@transportationsystemsinc.com>
Cc: John Mulkey <John. Muikey@cicyoffederalway.com>
Subject: RE: Horizontal Curve Contract
Good morning Marcie and Debbie,
Can you assist me with the below?
Thanks,
Sarac.l-itil-
Administrative Assistant II
<image003jpg>
Public Works Department
33325 8th Ave S, Federal Way, WA 98003
Desk: (253) 835-2706 * Fax: (253) 835-2709
Sara.giichriston cityoffederalway„car!i
From: Sara Gilchrist
Sent: Monday, December 28, 2020 3:58 PM
To:'bryson@transportationsystemsinc.com'<bryson@transportationsystemsinc.com>
Cc: John Mulkey <John.Mulkey@cityoffederalway.com>
Subject: Horizontal Curve Contract
Importance: High
Good afternoon Bryson,
We received the original signatures in the mail today, but I noticed that the Notary section wasn't
complete. The notary left out the County name when filling out that section. I can fill this missing item
in for you, if I can get written approval from Robert Kiyohara, that it is okay to do so. Would you be
able to have Robert email me the approval, as well as what county the signing was completed in?
Thanks,
Sa 4-a,
Administrative Assistant II
<image003jpg>
Public Works Department
33325 8th Ave S, Federal Way, WA 98003
Desk: (253) 835-2706 * Fax: (253) 835-2709
Sara.g i I christ@cityofFederalway.com
cit�roffed ra M.com
USINESS INFORMATION
tsiness Name:
1ANSPORTATION SYSTEMS, INC
3I Number:
2 726 209
tsiness Type:
A PROFIT CORPORATION
tsiness Status:
�TIVE
incipal Office Street Address:
17166TH AVE E, SUMNER, WA, 98390-2908, UNITED STATES
incipal Office Mailing Address:
17166TH AVE E, SUMNER, WA, 98390-2908, UNITED STATES
:pirat ion Date:
/31/2021
risdiction:
vITED STATES, WASHINGTON
rmation/ Registration Date:
/15/2007
riod of Duration:
:RPETUAL
active Date:
tture of Business:
3NSTRUCTION
EGISTERED AGENT INFORMATION
;gistered Agent Name:
IYSON HUIE
-eet Address:
17 166TH AVE E, SUMNER, WA, 98390-2908, UNITED STATES
ailing Address:
49 W TAPPS DR E, LAKE TAPPS, WA, 98391-8942, UNITED STATES
OVERNORS
itle Governors Type Entity Name First Name Last Name
OVERNOR INDIVIDUAL BRYSON HUIE
BUSINESS LICENSE
iw4k �
JTkTL OF
Profit Corporation
TRANSPORTATION SYSTEMS, INC
6917 166TH AVE E
SUMNER, WA 98390-2908
UNEMPLOYMENT INSURANCE - ACTIVE
TAX REGISTRATION - ACTIVE
Issue Date: Mar 20, 2020
Unified Business ID #: 602726209
Business ID #: 001
Location: 0001
Expires: May 31, 2021
INDUSTRIAL INSURANCE - ACTIVE
CITY ENDORSEMENTS:
TUKWILA GENERAL BUSINESS - NON-RESIDENT - ACTIVE
EDMONDS GENERAL BUSINESS - NON-RESIDENT (EXPIRES 7/31/2020) - ACTIVE
MOSES LAKE GENERAL BUSINESS - NON-RESIDENT #BUS2008-06209 - ACTIVE
SEATAC GENERAL BUSINESS - NON-RESIDENT - ACTIVE
FEDERAL WAY GENERAL BUSINESS - NON-RESIDENT #11-103373-00-BL - ACTIVE
MOUNTLAKE TERRACE GENERAL BUSINESS - NON-RESIDENT #10832 - ACTIVE
LICENSING RESTRICTIONS:
Not licensed to hire minors without a Minor Work Permit.
[his dociimcnt iist, the ruclislrahons, endorsenwilt�. and license, iutliorized for the business
mined above. By acce Alin. this dociiment, the licensee certifies the information on the a p >licahon
I I!
n.I: cmriplete true and accurate to the heat of his or her Howled!=e, find that brlFlne,S will be
conducted in compliance with ail applicable W,ia hiw loin ,late county, 111d cith tio1 )t�pnrrnu•nl of R,•�rnur—
STATE OF'NASHINGTON
UBI: 602726209 001 0001 Expires: May 31, 2021
TRANSPORTATION SYSTEMS, INC UNEMPLOYMENT INSURANCE -
6917 166TH AVE E ACTIVE
SUMNER, WA 98390-2908 INDUSTRIAL INSURANCE - ACTIVE
TAX REGISTRATION - ACTIVE
TUKWILA GENERAL BUSINESS -
NON-RESIDENT - ACTIVE
EDMONDS GENERAL BUSINESS -
NON-RESIDENT (EXPIRES 7/31/2020)