Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutAG 20-088 - Northeast Electric LLCRETURN TO: PW ADMIN EXT: 2700 ID #: 4066
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV:.PUBLIC WORKS Capital Engineering
2. ORIGINATING STAFF PERSON: Naveen Chandra EXT: 253-797-6ii 3. DATE REQ. BY: 3/01 /2022
3. TYPE OF DOCUMENT (CHECK ONE):
❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
0 CONTRACT AMENDMENT (AG#): 20-088 ❑ INTERLOCAL
❑ OTHER P AN cus gNe De '0
4. PROJECT NAME: Variable Lane Use Control
s. NAMEOFCONTRACrOR: Northeast Electric, LLC
ADDRESS: 1780 Downriver Drive, Woodland, WA 98674 TELEPHONE: 360-225-7004
E-MAIL: troyh()nellec.net FAX:
SIGNATURENAME: Troy Halberg TITLE: Manager
6. EXHIBITS AND ATTACHMENTS: O SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE # 14-105028-00 B4 EXP. 12/31/ UBI # 602482576 ; EXP. / /
7. TERM: COMMENCEMENT DATE: 7/16/2020 COMPLETION DATE: 100 Working Days (C04= Odli
8. TOTAL COMPENSATION: $ 517,294.74($2,760.92 as CO # 4) 0 (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES 0 NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: 0 YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
❑ PURCHASING: PLEASE CHARGE TO: 306-4400-213-650-64-650
9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED
6 PROJECT MANAGER
6 DIVISION MANAGER I'Y =
11 DEPUTY DIRECTOR os a�rsrzz
6 DIRECTOR = —
❑ RISK MANAGEMENT (IF APPLICABLE)
8 LAW DEPT 2.28.2022 MP
10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE:
SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE:
11. CONTRACT SIGNATURE ROUTING
❑ SENT TO VENDOR/CONTRACTOR DATE SENT: i' DATE REC' D: 'I Z
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL 1S NEEDED.)
INITIAL / DATE SIGNED
❑ FINANCE DEPARTMENT
❑ LAW DEPT
SIGNATORY (MAYOR OR DIRECTOR) 3
CrTY CLERK
ASSTGNED AG # AG# —0
SIGNED. COPY RETURNED `Jt[k- L j DATE SENT: OtFIGA 4A
COMMENTS:
EXECUTE" 2" ORIGINALS
l/2020
213
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
AG 20-088
PROJECT NUMBER AGREEMENT NUMBER
VARIABLE LANE USE CONTROL
PROJECT TITLE
SUMMARY OF PROPOSED CHANGES:
04
Cy7/1�[el�i7:7�7� LI�L�iI ]�:7
This Change Order covers the work changes summarized below:
22(SIz2
EFFECTIVE DATE
NORTHEAST ELECTRIC, LLC
CONTRACTOR
The contract plans showed the paint line striping at the S.3201h and 111h Place South intersection. The
City changed the paint line striping to "Plastic Type B- Pre -formed Fused Thermoplastic" due to the
longevity of striping needed at the middle of the high volume intersection of S.320th and 11th Place South.
Therefore, this change order deletes the "bid item 20 — Paint Line" and adds new "bid item 24 — Plastic
Type B — Pre -formed Fused Thermoplastic" to the contract. The traffic control needed for the work will be
paid as part of the unit prices and the work may be performed as part of the other work at the subject
intersection. A written work order via email was issued on February 15, 2022.
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
THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE:
ITEM NO. ITEM QTY UNIT UNIT PRICE AMOUNT
20 PAINT LINE
24 PLASTIC TYPE B — PREFORMED
FUSED THERMOPLASTIC
TOTAL NET CONTRACT: $2,760.92
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT
PREVIOUS CHANGE ORDERS
THIS CHANGE ORDER
NEW CONTRACT AMOUNT
-75 LF $30.00-$2,250.00
01 LS $5,010.92 $5,010.92
INCREASE $2,760.92
$444, 961. 00
$6.9,572,82
$2,760.92
$517, 294.74
CHANGE ORDER # 4
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
FEBRUARY 2022 PROJECT # 213
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.
�"4' 3 `f-
CONTRACTOR'S SIGNATURE DATE
"'-�'� 3 ( 812oz?-
PUBLI WORKS DIRECTOR DATE
CHANGE ORDER # 4
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
FEBRUARY 2022 PROJECT # 213
NORTHEAST
�L.M=Mr ram- I=..
1780 Down River Drive • Woodland, WA. 98674 • (360) 225-7004. (360) 225-7001 fax
January 1, 2022
The following people are authorized to sign any and all change orders on behalf of
Northeast Electric, LLC.
Jayden Bergmann
Mark Charlson
Bard Halberg
Garrett Halberg
Troy Halberg
Jared Halberg
Sean Hallstrom
Trevor Johnson
Keith Johnston
Matt Johnston
Jess Koistinen
Mike Williamson
: �- -/ 1 -0 -
Thank you,
Troy Halberg, Owner
7 "S' DATE (MMIDDIYYYY)
CERTIFICATE OF LIABILITY INSURANCE 11/15/2021
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER I SmiFT
INSURED
Parker, Smith & Feek, Inc.
16201 E Indiana Ave, Suite 1000
Spokane Valley, WA 99216
Northeast Electric, LLC
1780 Down River Dr.
Woodland, WA 98674
509-789-8350
INSURER(S) AFFORDING COVERAGE
INSURERA: American Family Home Insurance (
INSURERB: American Alternative Insurance COI
INSURER C: Navigators Specialty Insurance Cor
INSURER D :
INSURER E
INSURER F :
rn\/CDAr_FC rFRTIFIrATF PAIMRFR• RFVISInN NI)MRFR-
509-931-0794
NAIC #
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR Al 6CISUBR POLICY EFF POLICY EXP I LIMITS
TYPE OF INSURANCE POLICY NUMBER M ID hIMfDDIYYYYI
LSIrGENERAL
'
A
LIABILITY
MM'_RCIAL GENERAL LIABILITY
X
88A5GL000113600
11/24/2020
04/07/2022
EACH OCCURRENCE
s 2,000.000
$ 1,000,000
FAAWTOAEA'1�Ci
PRry1 Sj_E-SE4_�trr�rrc_gCLAIMS-MADE
I " 1 OCCUR
MED EXP An one rson)
$ 15,000
PERSONAL & ADV INJURY
$ 2,000,000
$ 4,000,000
GENERAL AGGREGATE
GREGATE LIMIT APPLIES PER:
PRODUCTS -COMP/OPAGG
$ 4,000,000
ICY X PRO• X LOC
$
A
AUTOMOBILE LIABILITY
88A5CA000083300
11/24/2020
04/07/2022
tEa ecridaniSrNGLE LI
2,000,000
BODILY INJURY (Per person)
K ANY AUTO
X
$
BODILY INJURY (Per accident)
ALL OWNED SCHEDULED
AUTOS AUTOS
NON -OWNED
HIREDAUTOS AUTOS
$
$
PROPERTY DAMAGE
Paraccident
$
B
UMBRELLA LIAB K
OCCUR
93A2UB100016400
11/24/2020
04/07/2022
. EACH OCCURRENCE
$ 5,000,000
)(
EXCESS LIAB
CLAIMS -MADE
X
I
AGGREGATE
$ 5,000,000
LIED X RETENTIONS 10,000
$
A
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE YIN
88A5GL000113600
11/24/2020
WA Stop Gap/Employers
04/07/2022
WC STA7U- K OTH-
11&
E.L. EACH ACCIDENT
$ 1,000,000
OFFICER/MEMBER EXCLUDED'
(Mandatory In NH)
NIA
Liability
E.L. DISEASE - EA EMPLOYE
$ 1,000,000
E.L. DISEASE - POLICY LIMIT
If yes, describe under
DESCRIPTION OF OPERATIONS below
$ 1,000,000
C Pollution Liability
MP21ECPZ0727TIC
11/24/2021
11/24/2022 $11000,000 Each Claim / $2,000,000
Aggregate
DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required)
Project # 213 / RFB #20-002
Variable Lane Use Control
City of Federal Way and and its officers, elected officials, employees, agents and volunteers, the consultant that completed the preparation of the engineering
design and project plans, and its officers, ...
(See Attached Description)
CERTIFICATE HOLDER CANCELLATION
City of Federal Way
Public Works Department
33325 8th Avenue South
Federal Way, WA 98003
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
U 19UH-20 U ACUFLu cUKF'UKA I IUN. All rignts reservea.
ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD
(EJ000)
DESCRIPTIONS (Continued from Page 1)
employees, agents, and subconsultants, and consultants hired by the contracting agency for design, construction support, or materials testing are additional
insureds on the general liability, automobile, and excess liability policies per the attached endorsements/forms.
Coverage is primary and non-contributory on the general liability, automobile, and excess liability policies per the attached endorsements/forms.
(EJOOO)
POLICY NUMBER: 88A5CA0000833
COMMERCIAL AUTO
CA20481013
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
DESIGNATED INSURED FOR
COVERED AUTOS LIABILITY COVERAGE
This endorsement modifies insurance provided under the following.
AUTO DEALERS COVERAGE FORM
BUSINESS AUTO COVERAGE FORM
MOTOR CARRIER COVERAGE FORM
With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless
modified by this endorsement.
This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage
under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage
provided in the Coverage Form.
This endorsement changes the policy effective on the inception date of the policy unless another date is indicated
below.
Named Insured: Northeast Electric LLC
Endorsement Effective Date: 11/24/2020
SCHEDULE
Name Of Person(s) Or Organization(s):
As required by written contract
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
Each person or organization shown in the Schedule is
an "insured" for Covered Autos Liability Coverage, but
only to the extent that person or organization qualifies
as an "insured" under the Who Is An Insured
provision contained in Paragraph A.I. of Section II —
Covered Autos Liability Coverage in the Business
Auto and Motor Carrier Coverage Forms and
Paragraph D.2. of Section I — Covered Autos
Coverages of the Auto Dealers Coverage Form.
CA 20 48 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1
COMMERCIAL AUTO
CA 04 49 11 16
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
PRIMARY AND NONCONTRIBUTORY --
OTHER INSURANCE CONDITION
This endorsement modifies insurance provided under the following:
AUTO DEALERS COVERAGE FORM
BUSINESS AUTO COVERAGE FORM
MOTOR CARRIER COVERAGE FORM
With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless
modified by the endorsement.
A. The following is added to the Other Insurance
Condition in the Business Auto Coverage Form
and the Other Insurance — Primary And Excess
Insurance Provisions in the Motor Carrier
Coverage Form and supersedes any provision to
the contrary:
This Coverage Form's Covered Autos Liability
Coverage is primary to and will not seek
contribution from any other insurance available to
an "insured" under your policy provided that:
1. Such "insured" is a Named Insured under such
other insurance; and
2. You have agreed in writing in a contract or
agreement that this insurance would be
primary and would not seek contribution from
any other insurance available to such
"insured".
B. The following is added to the Other Insurance
Condition in the Auto Dealers Coverage Form and
supersedes any provision to the contrary:
This Coverage Form's Covered Autos Liability
Coverage and General Liability Coverages are
primary to and will not seek contribution from any
other insurance available to an "insured" under
your policy provided that_
1. Such "insured" is a Named Insured under such
other insurance; and
2. You have agreed in writing in a contract or
agreement that this insurance would be
primary and would not seek contribution from
any other insurance available to such
"insured".
CA 04 49 11 16 © Insurance Services Office, Inc., 2016 Page 1 of 1
POLICY NUMBER: 88ASGLoo01136-00
COMMERCIAL GENERAL LIABILITY
CG 20 10 04 13
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - SCHEDULED PERSON OR
ORGANIZATION
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name Of Additional Insured Person(s)
Or Organization(s) I Location(s) Of Covered Operations
As Required by Written Contract As Required by Written Contract
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
A. Section II — Who Is An Insured is amended to
include as an additional insured the person(s) or
organization(s) shown in the Schedule, but only
with respect to liability for "bodily injury", "property
damage" or "personal and advertising injury"
caused, in whole or in part, by:
1. Your acts or omissions; or
2. The acts or omissions of those acting on your
behalf;
in the performance of your ongoing operations for
the additional insured(s) at the location(s)
designated above.
However:
1. The insurance afforded to such additional
insured only applies to the extent permitted by
law; and
2. If coverage provided to the additional insured is
required by a contract or agreement, the
insurance afforded to such additional insured
will not be broader than that which you are
required by the contract or agreement to
provide for such additional insured.
B. With respect to the insurance afforded to these
additional insureds, the following additional
exclusions apply:
This insurance does not apply to "bodily injury" or
"property damage" occurring after:
1. All work, including materials, parts or
equipment furnished in connection with such
work, on the project (other than service,
maintenance or repairs) to be performed by or
on behalf of the additional insured(s) at the
location of the covered operations has been
completed; or
2. That portion of "your work" out of which the
injury or damage arises has been put to its
intended use by any person or organization
other than another contractor or subcontractor
engaged in performing operations for a
principal as a part of the same project.
CG 20 10 04 13 ©Insurance Services Office, Inc., 2012 Page 1 of 2
C. With respect to the insurance afforded to these
additional insureds, the following is added to
Section III - Limits Of Insurance:
If coverage provided to the additional insured is
required by a contract or agreement, the most we
will pay on behalf of the additional insured is the
amount of insurance:
1. Required by the contract or agreement; or
2. Available under the applicable Limits of
Insurance shown in the Declarations;
whichever is less.
This endorsement shall not increase the
applicable Limits of Insurance shown in the
Declarations.
Page 2 of 2 ©Insurance Services Office, Inc., 2012 CG 20 10 04 13
POLICY NUMBER: 88A5GLoo01136-00
COMMERCIAL GENERAL LIABILITY
CG 20 37 04 13
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - COMPLETED OPERATIONS
This endorsement modifies insurance provided under the following
COMMERCIAL GENERAL LIABILITY COVERAGE PART
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
SCHEDULE
Name Of Additional Insured Person(s)
Or Organization(s)
Location And Description Of Completed Operations
.As Required by Written Contract
As Required by Written Contract
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
A. Section II — Who Is An Insured is amended to
include as an additional insured the person(s) or
organization(s) shown in the Schedule, but only
with respect to liability for "bodily injury" or
"property damage" caused, in whole or in part, by
"your work" at the location designated and
described in the Schedule of this endorsement
performed for that additional insured and
included in the "products -completed operations
hazard".
However:
1. The insurance afforded to such additional
insured only applies to the extent permitted
by law; and
2. If coverage provided to the additional insured
is required by a contract or agreement, the
insurance afforded to such additional insured
will not be broader than that which you are
required by the contract or agreement to
provide for such additional insured.
B. With respect to the insurance afforded to these
additional insureds, the following is added to
Section III — Limits Of Insurance:
If coverage provided to the additional insured is
required by a contract or agreement, the most we
will pay on behalf of the additional insured is the
amount of insurance:
1. Required by the contract or agreement; or
2. Available under the applicable Limits of
Insurance shown in the Declarations;
whichever is less.
This endorsement shall not increase the applicable
Limits of Insurance shown in the Declarations.
CG 20 37 04 13 ©Insurance Services Office, Inc., 2012 Page 1 of 1
COMMERCIAL GENERAL LIABILITY
CG 20 01 04 13
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
PRIMARY AND NONCONTRIBUTORY -
OTHER INSURANCE CONDITION
This endorsement modifies insurance provided under the following,
COMMERCIAL GENERAL LIABILITY COVERAGE PART
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
The following is added to the Other Insurance
Condition and supersedes any provision to the
contrary:
Primary And Noncontributory Insurance
This insurance is primary to and will not seek
contribution from any other insurance available
to an additional insured under your policy
provided that:
(1) The additional insured is a Named Insured
under such other insurance; and
(2) You have agreed in writing in a contract or
agreement that this insurance would be
primary and would not seek contribution
from any other insurance available to the
additional insured.
CG 20 01 0413 © Insurance Services Office, Inc., 2012 Page 1 of 1
(d) Cooperate with us with respect to
coordinating other applicable insurance
available to the indemnitee; and
(2) Provides us with written authorization to:
(a) Obtain records and other information
related to the "suit"; and
(b) Conduct and control the defense of the
indemnitee in such "suit".
So long as the above conditions are met,
attorneys' fees incurred by us in the defense of
that indemnitee, necessary litigation expenses
incurred by us and necessary litigation expenses
incurred by the indemnitee at our request will be
paid as Supplementary Payments.
Notwithstanding the provisions of Paragraph
2.b.(2) of Section I — Coverage A — Bodily Injury
And Property Damage Liability, such payments will
not be deemed to be damages for "bodily injury"
and "property damage" and will not reduce the
limits of insurance_
Our obligation to defend an insured's indemnitee
and to pay for attorneys' fees and necessary
litigation expenses as Supplementary Payments
ends when we have used up the applicable limit of
insurance in the payment of judgments or
settlements or the conditions set forth above, or
the terms of the agreement described in
Paragraph f. above are no longer met.
SECTION II — WHO IS AN INSURED
1. Except for liability arising out of the ownership,
maintenance or use of "covered autos":
a. If you are designated in the Declarations as.
(1) An individual, you and your spouse are
insureds, but only with respect to the
conduct of a business of which you are the
sole owner
(2) A partnership or joint venture, you are an
insured. Your members, your partners, and
their spouses are also insureds, but only
with respect to the conduct of your
business.
(3) A limited liability company, you are an
insured. Your members are also insureds,
but only with respect to the conduct of your
business_ Your managers are insureds, but
only with respect to their duties as your
managers-
(4) An organization other than a partnership.
Joint venture or limited liability company,
you are an insured. Your "executive
officers" and directors are insureds, but only
with respect to their duties as your officers
or directors. Your stockholders are also
insureds, but only with respect to their
liability as stockholders-
(5) A trust, you are an insured. Your trustees
are also insureds, but only with respect to
their duties as trustees.
b. Each of the following is also an insured.
(1) Your "volunteer workers" only while
performing duties related to the conduct of
your business, or your "employees", other
than either your "executive officers" (if you
are an organization other than a
partnership, joint venture or limited liability
company) or your managers (if you are a
limited liability company), but only for acts
within the scope of their employment, by you
or while performing duties related to the
conduct of your business. However, none of
these "employees" or "volunteer workers"
are insureds for:
(a) "Bodily injury" or "personal and
advertising injury":
(i) To you, to your partners or members
(if you are a partnership or joint
venture), to your members (if you are
a limited liability company), to a co -
"employee" in the course of his or
her employment or performing duties
related to the conduct of your
business or to your other "volunteer
workers" while performing duties
related to the conduct of your
business;
(ii) To the spouse, child, parent, brother
or sister of that ca"employee" or
"volunteer worker" as a consequence
of Paragraph (a)(i) above; or
(lit) For which there is any obligation to
share damages with or repay
someone else who must pay
damages because of the injury
described in Paragraph (a)(1) or (ii)
above.
(b) "Property damage" to property.
(i) Owned, occupied or used by;
(h) Rented to, in the care, custody or
control of. or over which physical
control is being exercised for any
purpose by;
you, any of your "employees", "volunteer
workers", any partner or member (if you
are a partnership or joint venture), or
any member (if you are a limited liability
company).
(2) Any person (other than your "employee" or
"volunteer worker"), or any organization
while acting as your real estate manager
Page 10 of 18 © Insurance Services Office, Inc., 2012 CU 00 01 04 13
(3) Any person or organization having proper
temporary custody of your property if you
die, but only:
(a) With respect to liability arising out of the
maintenance or use of that property;
and
(b) Until your legal representative has been
appointed.
(4) Your legal representative if you die, but only
with respect to duties as such. That
representative will have all your rights and
duties under this Coverage Part.
c. Any organization you newly acquire or form,
other than a partnership, joint venture or limited
liability company, and over which you maintain
ownership or majority interest, will qualify as a
Named Insured if there is no other similar
insurance available to that organization.
However-
(1) Coverage under this provision is afforded
only until the 90th day after you acquire or
form the organization or the end of the
policy period, whichever is earlier;
(2) Coverage A does not apply to "bodily injury"
or "property damage" that occurred before
you acquired or formed the organization;
and
(3) Coverage B does not apply to "personal
and advertising injury" arising out of an
offense committed before you acquired or
formed the organization
2. Only with respect to liability arising out of the
ownership, maintenance or use of "covered
autos":
a. You are an insured.
b. Anyone else while using with your permission a
"covered auto" you own, hire or borrow is also
an insured except:
(1) The owner or anyone else from wham you
hire or borrow a "covered auto" This
exception does not apply if the "covered
auto" is a trailer or semitrailer connected to
a "covered auto' you own.
(2) Your "employee" if the "covered auto" is
owned by that "employee" or a member of
his or her household.
(3) Someone using a "covered auto" while he
or she is working in a business of selling,
servicing, repairing, parking or storing
"autos" unless that business is yours-
(4) Anyone other than your "employees",
partners (if you are a partnership),
members (if you are a limited liability
company), or a lessee or borrower or any of
their "employees", while moving property to
or from a "covered auto"
(5) A partner (if you are a partnership), or a
member (if you are a limited liability
company) for a "covered auto" owned by
him or her or a member of his or her
household,
(6) "Employees" with respect to "bodily injury"
to:
(a) Any fellow "employee" of the insured
arising out of and in the course of the
fellow "employee's" employment or
while performing duties related to the
conduct of your business: or
(b) The spouse, child, parent, brother or
sister of that fellow "employee" as a
consequence of Paragraph (a) above.
c. Anyone liable for the conduct of an insured
described above is also an insured, but only to
the extent of that liability
3. Any additional insured under any policy of
"underlying insurance" will automatically be an
insured under this insurance.
Subject to Section III — Limits Of Insurance, if
coverage provided to the additional insured is
required by a contract or agreement, the most we
will pay an behalf of the additional insured is the
amount of insurance:
a. Required by the contract or agreement, less
any amounts payable by any "underlying
insurance"; or
b. Available under the applicable Limits of
Insurance shown in the declarations,
whichever is less
Additional insured coverage provided by this
insurance will not be broader than coverage
provided by the "underIvino insurance"
No person or organization is an insured with respect
to the conduct of any current or past partnership, joint
venture or limited liability company that is not shown
as a Named Insured in the Declarations.
CU 00 01 0413 0 Insurance Services Office, Inc, 2012 Page 11 of 18
COMMERCIAL LIABILITY UMBRELLA
CUE 03 01 10 17
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
PRIMARY AND NONCONTRIBUTORY ENDORSEMENT
This endorsement modifies insurance provided under the following:
COMMERCIAL LIABILITY UMBRELLA COVERAGE PART
SCHEDULE
Name of Designated Additional Insured Person(s) Or Organization(s):
As Required by Written Contract
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
Paragraph 5. Other Insurance of Section IV — Conditions is deleted and replaced by the following:
5. Other Insurance
a. This insurance is excess over, and shall not contribute with any of the other insurance, whether primary,
excess, contingent or on any other basis. However:
(1) This condition will not apply to other insurance specifically written as excess over this Coverage Part.
(2) The insurance provided under this Coverage Part will be on a primary basis and will not seek
contribution from any other insurance available to an additional insured, provided that:
(a) The additional insured is a Named Insured under such other insurance;
(b) The additional insured is specifically listed in the Schedule above and for whom coverage is
provided in this policy under Paragraph 3. of Section II — Who Is An Insured;
(c) You have agreed in writing in a contract or agreement with such designated additional insured
listed in the Schedule to provide additional insured coverage on a primary and noncontributory
basis; and
(d) Only if the applicable "underlying insurance" also provides such coverage and on a primary and
noncontributory basis specifically for such designated additional insured listed in the Schedule,
and only once the applicable limits of "underlying insurance" have been exhausted in the
payment of judgments, settlements and other expenses as applicable.
Subject to Section III — Limits Of Insurance, the most we will pay on behalf of such additional insured
is the amount of insurance required by the contract or agreement for the coverage afforded under this
policy, or the available Limits of Insurance afforded under this policy that are applicable, whichever is
less.
When this insurance is excess, we will have no duty to defend the insured or designated additional
insured against any "suit" if any other insurer has a duty to defend the insured or designated additional
insured against that "suit". If no other insurer defends, we may undertake to do so, but we will be entitled
to the insured's or designated additional insured's rights against all those other insurers.
b. When this insurance is excess over the other insurance, we will pay only our share of the "ultimate net
loss" that exceeds the sum of:
(1) The total amount that all such other insurance would pay for the loss in the absence of the insurance
provided under this Coverage Part; and
(2) The total of all deductible and self -insured amounts under all that other insurance.
CUE 03 01 10 17 Copyright, American Alternative Insurance Corporation, 2017 Page 1 of 1
Includes copyrighted material of the Insurance Services Office, Inc., with its permission.
2/28/22, 9:03 AM Corporations and Charities System
BUSINESS INFORMATION
Business Name:
NORTHEAST ELECTRIC, LLC
UBI Number:
602 482 576
Business Type:
WA LIMITED LIABILITY COMPANY
Business Status:
ACTIVE
Principal Office Street Address:
1780 DOWN RIVER DR, WOODLAND, WA, 98674-9699, UNITED STATES
Principal Office Mailing Address:
1780 DOWN RIVER DR, WOODLAND, WA, 98674-9699, UNITED STATES
Expiration Date:
03/31/2023
Jurisdiction:
UNITED STATES, WASHINGTON
Formation/ Registration Date:
03/11/2005
Period of Duration:
PERPETUAL
Inactive Date:
Nature of Business:
OTHER SERVICES, ELECTRICAL CONTRACTOR
REGISTERED AGENT INFORMATION
Registered Agent Name:
DANIEL P HALBERG
Street Address:
1780 DOWN RIVER DR, WOODLAND, WA, 98674-9699, UNITED STATES
Mailing Address:
GOVERNORS
Title
Governors Type
GOVERNOR
INDIVIDUAL
GOVERNOR
INDIVIDUAL
GOVERNOR
INDIVIDUAL
GOVERNOR
INDIVIDUAL
Entity Name
First Name
DANIEL
BARRI
TROY
STEVEN
Last Name
HALBERG
HALBERG
HALBERG
HALBERG
https://ccfs.sos.wa.gov/#/BusinessSearch/Businessinformation 1 /1
2/28/22, 9:04 AM Washington State Department of Revenue
Washington State Department of Revenue
< Business Lookup
License Information: New search Back to results
Entity name:
NORTHEAST ELECTRIC, LLC
Business
NORTHEAST ELECTRIC, LLC
name:
Entity type:
Limited Liability Company
UBI #:
602-482-576
Business ID:
001
Location ID:
0001
Location:
Active
Location address: 1780 DOWN RIVER DR
WOODLAND WA 98674-9699
Mailing address: 1780 DOWN RIVER DR
WOODLAND WA 98674-9699
Excise tax and reseller permit status: Click here
Secretary of State status: Click here
Page 1 of 3
Endorsements Filter
Endorsements held a License # Count De v s Status Expiratioi First issua
hftps://secure.dor.wa.gov/gteunauth/—/#3
1 /4
2/28/22, 9:04 AM Washington State Department of Revenue
Endorsements held a License # Count Details
Status
Aberdeen General 215979
Active
Business - Non -
Resident
Battle Ground
Active
General Business -
Non -Resident
Bonney Lake
Active
General Business -
Non -Resident
Burien General 13537
Active
Business - Non -
Resident
Centralia General
Business - Non -
Resident
Chehalis General
Business - Non -
Resident
Chelan General
Business Non -
Resident
East Wenatchee
General Business -
Non -Resident
Eatonville General
Business - Non -
Resident
2378
Active
Active
Active
Active
Active
Expiratiot First issua
Feb-01-21
Mar-31-2 Dec-08-21
Jun-30-2( Jul-13-20.
Mar-31-2 Jan-08-2C
Jul-31-20, Jul-14-20,
May-31-2 Jul-16-20,
Mar-31-2 Jun-25-2(
Mar-31-2 Jun-29-2(
Mar-31-2 Aug-31-2
https://secure.dor.wa.gov/gteunauth/_/#3 2/4
2/28/22, 9:04 AM Washington State Department of Revenue
Endorsements held a License # Count Details Status
Federal Way 14-10502, Active
General Business -
Non -Resident
Fife General
Business - Non -
Resident
Issaquah General
Business - Non -
Resident
Kelso General A040615
Business - Non -
Resident
Kennewick General
Business - Non -
Resident
La Center General 19-0084
Business - Non -
Resident
Active
Active
Active
Active
Active
Expiratioi First issua
Mar-31-2 Sep-30-21
Mar-31-2 Oct-26-2(
I
Mar-31-2 Jan-11-2C
Mar-31-2 May-26-2
Mar-31-2 Mar-17-2
Mar-31-2 Jan-01-2C
Governing People May include governing people not registered with Secretary of State
HALBERG, BARRI R
HALBERG, DANIEL P
HALBERG, STEVEN
HALBERG, TROY R
https://secure.dor.wa.gov/gteunauth/_/#3 3/4
2/28/22, 9:04 AM
Washington State Department of Revenue
View Additional Locations
The Business Lookup information is updated
nightly. Search date and time: 2/28/2022 9:04:09
AM
Contact us
How are we doing?
Take our survey!
Don't see what you expected?
Check if your browser is supported
hftps:Hsecure.dor.wa.gov/gteunauth/_/#3 4/4
RETURN TO: PW ADMIN EXT: 2700 ID #: 4066
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV:.PUBLIC WORKS Capital Engineering
2. ORIGINATING STAFF PERSON: Naveen Chandra EXT: 253-797-6ii 3. DATE REQ. BY: 3/01 /2022
3. TYPE OF DOCUMENT (CHECK ONE):
❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
0 CONTRACT AMENDMENT (AG#): 20-088 ❑ INTERLOCAL
❑ OTHER P AN cus gNe De '0
4. PROJECT NAME: Variable Lane Use Control
s. NAMEOFCONTRACrOR: Northeast Electric, LLC
ADDRESS: 1780 Downriver Drive, Woodland, WA 98674 TELEPHONE: 360-225-7004
E-MAIL: troyh()nellec.net FAX:
SIGNATURENAME: Troy Halberg TITLE: Manager
6. EXHIBITS AND ATTACHMENTS: O SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE # 14-105028-00 B4 EXP. 12/31/ UBI # 602482576 ; EXP. / /
7. TERM: COMMENCEMENT DATE: 7/16/2020 COMPLETION DATE: 100 Working Days (C04= Odli
8. TOTAL COMPENSATION: $ 517,294.74($2,760.92 as CO # 4) 0 (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES 0 NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: 0 YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
❑ PURCHASING: PLEASE CHARGE TO: 306-4400-213-650-64-650
9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED
6 PROJECT MANAGER
6 DIVISION MANAGER I'Y =
11 DEPUTY DIRECTOR os a�rsrzz
6 DIRECTOR = —
❑ RISK MANAGEMENT (IF APPLICABLE)
8 LAW DEPT 2.28.2022 MP
10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE:
SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE:
11. CONTRACT SIGNATURE ROUTING
❑ SENT TO VENDOR/CONTRACTOR DATE SENT: i' DATE REC' D: 'I Z
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL 1S NEEDED.)
INITIAL / DATE SIGNED
❑ FINANCE DEPARTMENT
❑ LAW DEPT
SIGNATORY (MAYOR OR DIRECTOR) 3
CrTY CLERK
ASSTGNED AG # AG# —0
SIGNED. COPY RETURNED `Jt[k- L j DATE SENT: OtFIGA 4A
COMMENTS:
EXECUTE" 2" ORIGINALS
l/2020
213
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
AG 20-088
PROJECT NUMBER AGREEMENT NUMBER
VARIABLE LANE USE CONTROL
PROJECT TITLE
SUMMARY OF PROPOSED CHANGES:
04
Cy7/1�[el�i7:7�7� LI�L�iI ]�:7
This Change Order covers the work changes summarized below:
22(SIz2
EFFECTIVE DATE
NORTHEAST ELECTRIC, LLC
CONTRACTOR
The contract plans showed the paint line striping at the S.3201h and 111h Place South intersection. The
City changed the paint line striping to "Plastic Type B- Pre -formed Fused Thermoplastic" due to the
longevity of striping needed at the middle of the high volume intersection of S.320th and 11th Place South.
Therefore, this change order deletes the "bid item 20 — Paint Line" and adds new "bid item 24 — Plastic
Type B — Pre -formed Fused Thermoplastic" to the contract. The traffic control needed for the work will be
paid as part of the unit prices and the work may be performed as part of the other work at the subject
intersection. A written work order via email was issued on February 15, 2022.
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
THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE:
ITEM NO. ITEM QTY UNIT UNIT PRICE AMOUNT
20 PAINT LINE
24 PLASTIC TYPE B — PREFORMED
FUSED THERMOPLASTIC
TOTAL NET CONTRACT: $2,760.92
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT
PREVIOUS CHANGE ORDERS
THIS CHANGE ORDER
NEW CONTRACT AMOUNT
-75 LF $30.00-$2,250.00
01 LS $5,010.92 $5,010.92
INCREASE $2,760.92
$444, 961. 00
$6.9,572,82
$2,760.92
$517, 294.74
CHANGE ORDER # 4
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
FEBRUARY 2022 PROJECT # 213
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.
�"4' 3 `f-
CONTRACTOR'S SIGNATURE DATE
"'-�'� 3 ( 812oz?-
PUBLI WORKS DIRECTOR DATE
CHANGE ORDER # 4
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
FEBRUARY 2022 PROJECT # 213
NORTHEAST
�L.M=Mr ram- I=..
1780 Down River Drive • Woodland, WA. 98674 • (360) 225-7004. (360) 225-7001 fax
January 1, 2022
The following people are authorized to sign any and all change orders on behalf of
Northeast Electric, LLC.
Jayden Bergmann
Mark Charlson
Bard Halberg
Garrett Halberg
Troy Halberg
Jared Halberg
Sean Hallstrom
Trevor Johnson
Keith Johnston
Matt Johnston
Jess Koistinen
Mike Williamson
: �- -/ 1 -0 -
Thank you,
Troy Halberg, Owner
7 "S' DATE (MMIDDIYYYY)
CERTIFICATE OF LIABILITY INSURANCE 11/15/2021
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER I SmiFT
INSURED
Parker, Smith & Feek, Inc.
16201 E Indiana Ave, Suite 1000
Spokane Valley, WA 99216
Northeast Electric, LLC
1780 Down River Dr.
Woodland, WA 98674
509-789-8350
INSURER(S) AFFORDING COVERAGE
INSURERA: American Family Home Insurance (
INSURERB: American Alternative Insurance COI
INSURER C: Navigators Specialty Insurance Cor
INSURER D :
INSURER E
INSURER F :
rn\/CDAr_FC rFRTIFIrATF PAIMRFR• RFVISInN NI)MRFR-
509-931-0794
NAIC #
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR Al 6CISUBR POLICY EFF POLICY EXP I LIMITS
TYPE OF INSURANCE POLICY NUMBER M ID hIMfDDIYYYYI
LSIrGENERAL
'
A
LIABILITY
MM'_RCIAL GENERAL LIABILITY
X
88A5GL000113600
11/24/2020
04/07/2022
EACH OCCURRENCE
s 2,000.000
$ 1,000,000
FAAWTOAEA'1�Ci
PRry1 Sj_E-SE4_�trr�rrc_gCLAIMS-MADE
I " 1 OCCUR
MED EXP An one rson)
$ 15,000
PERSONAL & ADV INJURY
$ 2,000,000
$ 4,000,000
GENERAL AGGREGATE
GREGATE LIMIT APPLIES PER:
PRODUCTS -COMP/OPAGG
$ 4,000,000
ICY X PRO• X LOC
$
A
AUTOMOBILE LIABILITY
88A5CA000083300
11/24/2020
04/07/2022
tEa ecridaniSrNGLE LI
2,000,000
BODILY INJURY (Per person)
K ANY AUTO
X
$
BODILY INJURY (Per accident)
ALL OWNED SCHEDULED
AUTOS AUTOS
NON -OWNED
HIREDAUTOS AUTOS
$
$
PROPERTY DAMAGE
Paraccident
$
B
UMBRELLA LIAB K
OCCUR
93A2UB100016400
11/24/2020
04/07/2022
. EACH OCCURRENCE
$ 5,000,000
)(
EXCESS LIAB
CLAIMS -MADE
X
I
AGGREGATE
$ 5,000,000
LIED X RETENTIONS 10,000
$
A
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE YIN
88A5GL000113600
11/24/2020
WA Stop Gap/Employers
04/07/2022
WC STA7U- K OTH-
11&
E.L. EACH ACCIDENT
$ 1,000,000
OFFICER/MEMBER EXCLUDED'
(Mandatory In NH)
NIA
Liability
E.L. DISEASE - EA EMPLOYE
$ 1,000,000
E.L. DISEASE - POLICY LIMIT
If yes, describe under
DESCRIPTION OF OPERATIONS below
$ 1,000,000
C Pollution Liability
MP21ECPZ0727TIC
11/24/2021
11/24/2022 $11000,000 Each Claim / $2,000,000
Aggregate
DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required)
Project # 213 / RFB #20-002
Variable Lane Use Control
City of Federal Way and and its officers, elected officials, employees, agents and volunteers, the consultant that completed the preparation of the engineering
design and project plans, and its officers, ...
(See Attached Description)
CERTIFICATE HOLDER CANCELLATION
City of Federal Way
Public Works Department
33325 8th Avenue South
Federal Way, WA 98003
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
U 19UH-20 U ACUFLu cUKF'UKA I IUN. All rignts reservea.
ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD
(EJ000)
DESCRIPTIONS (Continued from Page 1)
employees, agents, and subconsultants, and consultants hired by the contracting agency for design, construction support, or materials testing are additional
insureds on the general liability, automobile, and excess liability policies per the attached endorsements/forms.
Coverage is primary and non-contributory on the general liability, automobile, and excess liability policies per the attached endorsements/forms.
(EJOOO)
POLICY NUMBER: 88A5CA0000833
COMMERCIAL AUTO
CA20481013
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
DESIGNATED INSURED FOR
COVERED AUTOS LIABILITY COVERAGE
This endorsement modifies insurance provided under the following.
AUTO DEALERS COVERAGE FORM
BUSINESS AUTO COVERAGE FORM
MOTOR CARRIER COVERAGE FORM
With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless
modified by this endorsement.
This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage
under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage
provided in the Coverage Form.
This endorsement changes the policy effective on the inception date of the policy unless another date is indicated
below.
Named Insured: Northeast Electric LLC
Endorsement Effective Date: 11/24/2020
SCHEDULE
Name Of Person(s) Or Organization(s):
As required by written contract
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
Each person or organization shown in the Schedule is
an "insured" for Covered Autos Liability Coverage, but
only to the extent that person or organization qualifies
as an "insured" under the Who Is An Insured
provision contained in Paragraph A.I. of Section II —
Covered Autos Liability Coverage in the Business
Auto and Motor Carrier Coverage Forms and
Paragraph D.2. of Section I — Covered Autos
Coverages of the Auto Dealers Coverage Form.
CA 20 48 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1
COMMERCIAL AUTO
CA 04 49 11 16
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
PRIMARY AND NONCONTRIBUTORY --
OTHER INSURANCE CONDITION
This endorsement modifies insurance provided under the following:
AUTO DEALERS COVERAGE FORM
BUSINESS AUTO COVERAGE FORM
MOTOR CARRIER COVERAGE FORM
With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless
modified by the endorsement.
A. The following is added to the Other Insurance
Condition in the Business Auto Coverage Form
and the Other Insurance — Primary And Excess
Insurance Provisions in the Motor Carrier
Coverage Form and supersedes any provision to
the contrary:
This Coverage Form's Covered Autos Liability
Coverage is primary to and will not seek
contribution from any other insurance available to
an "insured" under your policy provided that:
1. Such "insured" is a Named Insured under such
other insurance; and
2. You have agreed in writing in a contract or
agreement that this insurance would be
primary and would not seek contribution from
any other insurance available to such
"insured".
B. The following is added to the Other Insurance
Condition in the Auto Dealers Coverage Form and
supersedes any provision to the contrary:
This Coverage Form's Covered Autos Liability
Coverage and General Liability Coverages are
primary to and will not seek contribution from any
other insurance available to an "insured" under
your policy provided that_
1. Such "insured" is a Named Insured under such
other insurance; and
2. You have agreed in writing in a contract or
agreement that this insurance would be
primary and would not seek contribution from
any other insurance available to such
"insured".
CA 04 49 11 16 © Insurance Services Office, Inc., 2016 Page 1 of 1
POLICY NUMBER: 88ASGLoo01136-00
COMMERCIAL GENERAL LIABILITY
CG 20 10 04 13
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - SCHEDULED PERSON OR
ORGANIZATION
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name Of Additional Insured Person(s)
Or Organization(s) I Location(s) Of Covered Operations
As Required by Written Contract As Required by Written Contract
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
A. Section II — Who Is An Insured is amended to
include as an additional insured the person(s) or
organization(s) shown in the Schedule, but only
with respect to liability for "bodily injury", "property
damage" or "personal and advertising injury"
caused, in whole or in part, by:
1. Your acts or omissions; or
2. The acts or omissions of those acting on your
behalf;
in the performance of your ongoing operations for
the additional insured(s) at the location(s)
designated above.
However:
1. The insurance afforded to such additional
insured only applies to the extent permitted by
law; and
2. If coverage provided to the additional insured is
required by a contract or agreement, the
insurance afforded to such additional insured
will not be broader than that which you are
required by the contract or agreement to
provide for such additional insured.
B. With respect to the insurance afforded to these
additional insureds, the following additional
exclusions apply:
This insurance does not apply to "bodily injury" or
"property damage" occurring after:
1. All work, including materials, parts or
equipment furnished in connection with such
work, on the project (other than service,
maintenance or repairs) to be performed by or
on behalf of the additional insured(s) at the
location of the covered operations has been
completed; or
2. That portion of "your work" out of which the
injury or damage arises has been put to its
intended use by any person or organization
other than another contractor or subcontractor
engaged in performing operations for a
principal as a part of the same project.
CG 20 10 04 13 ©Insurance Services Office, Inc., 2012 Page 1 of 2
C. With respect to the insurance afforded to these
additional insureds, the following is added to
Section III - Limits Of Insurance:
If coverage provided to the additional insured is
required by a contract or agreement, the most we
will pay on behalf of the additional insured is the
amount of insurance:
1. Required by the contract or agreement; or
2. Available under the applicable Limits of
Insurance shown in the Declarations;
whichever is less.
This endorsement shall not increase the
applicable Limits of Insurance shown in the
Declarations.
Page 2 of 2 ©Insurance Services Office, Inc., 2012 CG 20 10 04 13
POLICY NUMBER: 88A5GLoo01136-00
COMMERCIAL GENERAL LIABILITY
CG 20 37 04 13
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - COMPLETED OPERATIONS
This endorsement modifies insurance provided under the following
COMMERCIAL GENERAL LIABILITY COVERAGE PART
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
SCHEDULE
Name Of Additional Insured Person(s)
Or Organization(s)
Location And Description Of Completed Operations
.As Required by Written Contract
As Required by Written Contract
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
A. Section II — Who Is An Insured is amended to
include as an additional insured the person(s) or
organization(s) shown in the Schedule, but only
with respect to liability for "bodily injury" or
"property damage" caused, in whole or in part, by
"your work" at the location designated and
described in the Schedule of this endorsement
performed for that additional insured and
included in the "products -completed operations
hazard".
However:
1. The insurance afforded to such additional
insured only applies to the extent permitted
by law; and
2. If coverage provided to the additional insured
is required by a contract or agreement, the
insurance afforded to such additional insured
will not be broader than that which you are
required by the contract or agreement to
provide for such additional insured.
B. With respect to the insurance afforded to these
additional insureds, the following is added to
Section III — Limits Of Insurance:
If coverage provided to the additional insured is
required by a contract or agreement, the most we
will pay on behalf of the additional insured is the
amount of insurance:
1. Required by the contract or agreement; or
2. Available under the applicable Limits of
Insurance shown in the Declarations;
whichever is less.
This endorsement shall not increase the applicable
Limits of Insurance shown in the Declarations.
CG 20 37 04 13 ©Insurance Services Office, Inc., 2012 Page 1 of 1
COMMERCIAL GENERAL LIABILITY
CG 20 01 04 13
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
PRIMARY AND NONCONTRIBUTORY -
OTHER INSURANCE CONDITION
This endorsement modifies insurance provided under the following,
COMMERCIAL GENERAL LIABILITY COVERAGE PART
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
The following is added to the Other Insurance
Condition and supersedes any provision to the
contrary:
Primary And Noncontributory Insurance
This insurance is primary to and will not seek
contribution from any other insurance available
to an additional insured under your policy
provided that:
(1) The additional insured is a Named Insured
under such other insurance; and
(2) You have agreed in writing in a contract or
agreement that this insurance would be
primary and would not seek contribution
from any other insurance available to the
additional insured.
CG 20 01 0413 © Insurance Services Office, Inc., 2012 Page 1 of 1
(d) Cooperate with us with respect to
coordinating other applicable insurance
available to the indemnitee; and
(2) Provides us with written authorization to:
(a) Obtain records and other information
related to the "suit"; and
(b) Conduct and control the defense of the
indemnitee in such "suit".
So long as the above conditions are met,
attorneys' fees incurred by us in the defense of
that indemnitee, necessary litigation expenses
incurred by us and necessary litigation expenses
incurred by the indemnitee at our request will be
paid as Supplementary Payments.
Notwithstanding the provisions of Paragraph
2.b.(2) of Section I — Coverage A — Bodily Injury
And Property Damage Liability, such payments will
not be deemed to be damages for "bodily injury"
and "property damage" and will not reduce the
limits of insurance_
Our obligation to defend an insured's indemnitee
and to pay for attorneys' fees and necessary
litigation expenses as Supplementary Payments
ends when we have used up the applicable limit of
insurance in the payment of judgments or
settlements or the conditions set forth above, or
the terms of the agreement described in
Paragraph f. above are no longer met.
SECTION II — WHO IS AN INSURED
1. Except for liability arising out of the ownership,
maintenance or use of "covered autos":
a. If you are designated in the Declarations as.
(1) An individual, you and your spouse are
insureds, but only with respect to the
conduct of a business of which you are the
sole owner
(2) A partnership or joint venture, you are an
insured. Your members, your partners, and
their spouses are also insureds, but only
with respect to the conduct of your
business.
(3) A limited liability company, you are an
insured. Your members are also insureds,
but only with respect to the conduct of your
business_ Your managers are insureds, but
only with respect to their duties as your
managers-
(4) An organization other than a partnership.
Joint venture or limited liability company,
you are an insured. Your "executive
officers" and directors are insureds, but only
with respect to their duties as your officers
or directors. Your stockholders are also
insureds, but only with respect to their
liability as stockholders-
(5) A trust, you are an insured. Your trustees
are also insureds, but only with respect to
their duties as trustees.
b. Each of the following is also an insured.
(1) Your "volunteer workers" only while
performing duties related to the conduct of
your business, or your "employees", other
than either your "executive officers" (if you
are an organization other than a
partnership, joint venture or limited liability
company) or your managers (if you are a
limited liability company), but only for acts
within the scope of their employment, by you
or while performing duties related to the
conduct of your business. However, none of
these "employees" or "volunteer workers"
are insureds for:
(a) "Bodily injury" or "personal and
advertising injury":
(i) To you, to your partners or members
(if you are a partnership or joint
venture), to your members (if you are
a limited liability company), to a co -
"employee" in the course of his or
her employment or performing duties
related to the conduct of your
business or to your other "volunteer
workers" while performing duties
related to the conduct of your
business;
(ii) To the spouse, child, parent, brother
or sister of that ca"employee" or
"volunteer worker" as a consequence
of Paragraph (a)(i) above; or
(lit) For which there is any obligation to
share damages with or repay
someone else who must pay
damages because of the injury
described in Paragraph (a)(1) or (ii)
above.
(b) "Property damage" to property.
(i) Owned, occupied or used by;
(h) Rented to, in the care, custody or
control of. or over which physical
control is being exercised for any
purpose by;
you, any of your "employees", "volunteer
workers", any partner or member (if you
are a partnership or joint venture), or
any member (if you are a limited liability
company).
(2) Any person (other than your "employee" or
"volunteer worker"), or any organization
while acting as your real estate manager
Page 10 of 18 © Insurance Services Office, Inc., 2012 CU 00 01 04 13
(3) Any person or organization having proper
temporary custody of your property if you
die, but only:
(a) With respect to liability arising out of the
maintenance or use of that property;
and
(b) Until your legal representative has been
appointed.
(4) Your legal representative if you die, but only
with respect to duties as such. That
representative will have all your rights and
duties under this Coverage Part.
c. Any organization you newly acquire or form,
other than a partnership, joint venture or limited
liability company, and over which you maintain
ownership or majority interest, will qualify as a
Named Insured if there is no other similar
insurance available to that organization.
However-
(1) Coverage under this provision is afforded
only until the 90th day after you acquire or
form the organization or the end of the
policy period, whichever is earlier;
(2) Coverage A does not apply to "bodily injury"
or "property damage" that occurred before
you acquired or formed the organization;
and
(3) Coverage B does not apply to "personal
and advertising injury" arising out of an
offense committed before you acquired or
formed the organization
2. Only with respect to liability arising out of the
ownership, maintenance or use of "covered
autos":
a. You are an insured.
b. Anyone else while using with your permission a
"covered auto" you own, hire or borrow is also
an insured except:
(1) The owner or anyone else from wham you
hire or borrow a "covered auto" This
exception does not apply if the "covered
auto" is a trailer or semitrailer connected to
a "covered auto' you own.
(2) Your "employee" if the "covered auto" is
owned by that "employee" or a member of
his or her household.
(3) Someone using a "covered auto" while he
or she is working in a business of selling,
servicing, repairing, parking or storing
"autos" unless that business is yours-
(4) Anyone other than your "employees",
partners (if you are a partnership),
members (if you are a limited liability
company), or a lessee or borrower or any of
their "employees", while moving property to
or from a "covered auto"
(5) A partner (if you are a partnership), or a
member (if you are a limited liability
company) for a "covered auto" owned by
him or her or a member of his or her
household,
(6) "Employees" with respect to "bodily injury"
to:
(a) Any fellow "employee" of the insured
arising out of and in the course of the
fellow "employee's" employment or
while performing duties related to the
conduct of your business: or
(b) The spouse, child, parent, brother or
sister of that fellow "employee" as a
consequence of Paragraph (a) above.
c. Anyone liable for the conduct of an insured
described above is also an insured, but only to
the extent of that liability
3. Any additional insured under any policy of
"underlying insurance" will automatically be an
insured under this insurance.
Subject to Section III — Limits Of Insurance, if
coverage provided to the additional insured is
required by a contract or agreement, the most we
will pay an behalf of the additional insured is the
amount of insurance:
a. Required by the contract or agreement, less
any amounts payable by any "underlying
insurance"; or
b. Available under the applicable Limits of
Insurance shown in the declarations,
whichever is less
Additional insured coverage provided by this
insurance will not be broader than coverage
provided by the "underIvino insurance"
No person or organization is an insured with respect
to the conduct of any current or past partnership, joint
venture or limited liability company that is not shown
as a Named Insured in the Declarations.
CU 00 01 0413 0 Insurance Services Office, Inc, 2012 Page 11 of 18
COMMERCIAL LIABILITY UMBRELLA
CUE 03 01 10 17
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
PRIMARY AND NONCONTRIBUTORY ENDORSEMENT
This endorsement modifies insurance provided under the following:
COMMERCIAL LIABILITY UMBRELLA COVERAGE PART
SCHEDULE
Name of Designated Additional Insured Person(s) Or Organization(s):
As Required by Written Contract
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
Paragraph 5. Other Insurance of Section IV — Conditions is deleted and replaced by the following:
5. Other Insurance
a. This insurance is excess over, and shall not contribute with any of the other insurance, whether primary,
excess, contingent or on any other basis. However:
(1) This condition will not apply to other insurance specifically written as excess over this Coverage Part.
(2) The insurance provided under this Coverage Part will be on a primary basis and will not seek
contribution from any other insurance available to an additional insured, provided that:
(a) The additional insured is a Named Insured under such other insurance;
(b) The additional insured is specifically listed in the Schedule above and for whom coverage is
provided in this policy under Paragraph 3. of Section II — Who Is An Insured;
(c) You have agreed in writing in a contract or agreement with such designated additional insured
listed in the Schedule to provide additional insured coverage on a primary and noncontributory
basis; and
(d) Only if the applicable "underlying insurance" also provides such coverage and on a primary and
noncontributory basis specifically for such designated additional insured listed in the Schedule,
and only once the applicable limits of "underlying insurance" have been exhausted in the
payment of judgments, settlements and other expenses as applicable.
Subject to Section III — Limits Of Insurance, the most we will pay on behalf of such additional insured
is the amount of insurance required by the contract or agreement for the coverage afforded under this
policy, or the available Limits of Insurance afforded under this policy that are applicable, whichever is
less.
When this insurance is excess, we will have no duty to defend the insured or designated additional
insured against any "suit" if any other insurer has a duty to defend the insured or designated additional
insured against that "suit". If no other insurer defends, we may undertake to do so, but we will be entitled
to the insured's or designated additional insured's rights against all those other insurers.
b. When this insurance is excess over the other insurance, we will pay only our share of the "ultimate net
loss" that exceeds the sum of:
(1) The total amount that all such other insurance would pay for the loss in the absence of the insurance
provided under this Coverage Part; and
(2) The total of all deductible and self -insured amounts under all that other insurance.
CUE 03 01 10 17 Copyright, American Alternative Insurance Corporation, 2017 Page 1 of 1
Includes copyrighted material of the Insurance Services Office, Inc., with its permission.
2/28/22, 9:03 AM Corporations and Charities System
BUSINESS INFORMATION
Business Name:
NORTHEAST ELECTRIC, LLC
UBI Number:
602 482 576
Business Type:
WA LIMITED LIABILITY COMPANY
Business Status:
ACTIVE
Principal Office Street Address:
1780 DOWN RIVER DR, WOODLAND, WA, 98674-9699, UNITED STATES
Principal Office Mailing Address:
1780 DOWN RIVER DR, WOODLAND, WA, 98674-9699, UNITED STATES
Expiration Date:
03/31/2023
Jurisdiction:
UNITED STATES, WASHINGTON
Formation/ Registration Date:
03/11/2005
Period of Duration:
PERPETUAL
Inactive Date:
Nature of Business:
OTHER SERVICES, ELECTRICAL CONTRACTOR
REGISTERED AGENT INFORMATION
Registered Agent Name:
DANIEL P HALBERG
Street Address:
1780 DOWN RIVER DR, WOODLAND, WA, 98674-9699, UNITED STATES
Mailing Address:
GOVERNORS
Title
Governors Type
GOVERNOR
INDIVIDUAL
GOVERNOR
INDIVIDUAL
GOVERNOR
INDIVIDUAL
GOVERNOR
INDIVIDUAL
Entity Name
First Name
DANIEL
BARRI
TROY
STEVEN
Last Name
HALBERG
HALBERG
HALBERG
HALBERG
https://ccfs.sos.wa.gov/#/BusinessSearch/Businessinformation 1 /1
2/28/22, 9:04 AM Washington State Department of Revenue
Washington State Department of Revenue
< Business Lookup
License Information: New search Back to results
Entity name:
NORTHEAST ELECTRIC, LLC
Business
NORTHEAST ELECTRIC, LLC
name:
Entity type:
Limited Liability Company
UBI #:
602-482-576
Business ID:
001
Location ID:
0001
Location:
Active
Location address: 1780 DOWN RIVER DR
WOODLAND WA 98674-9699
Mailing address: 1780 DOWN RIVER DR
WOODLAND WA 98674-9699
Excise tax and reseller permit status: Click here
Secretary of State status: Click here
Page 1 of 3
Endorsements Filter
Endorsements held a License # Count De v s Status Expiratioi First issua
hftps://secure.dor.wa.gov/gteunauth/—/#3
1 /4
2/28/22, 9:04 AM Washington State Department of Revenue
Endorsements held a License # Count Details
Status
Aberdeen General 215979
Active
Business - Non -
Resident
Battle Ground
Active
General Business -
Non -Resident
Bonney Lake
Active
General Business -
Non -Resident
Burien General 13537
Active
Business - Non -
Resident
Centralia General
Business - Non -
Resident
Chehalis General
Business - Non -
Resident
Chelan General
Business Non -
Resident
East Wenatchee
General Business -
Non -Resident
Eatonville General
Business - Non -
Resident
2378
Active
Active
Active
Active
Active
Expiratiot First issua
Feb-01-21
Mar-31-2 Dec-08-21
Jun-30-2( Jul-13-20.
Mar-31-2 Jan-08-2C
Jul-31-20, Jul-14-20,
May-31-2 Jul-16-20,
Mar-31-2 Jun-25-2(
Mar-31-2 Jun-29-2(
Mar-31-2 Aug-31-2
https://secure.dor.wa.gov/gteunauth/_/#3 2/4
2/28/22, 9:04 AM Washington State Department of Revenue
Endorsements held a License # Count Details Status
Federal Way 14-10502, Active
General Business -
Non -Resident
Fife General
Business - Non -
Resident
Issaquah General
Business - Non -
Resident
Kelso General A040615
Business - Non -
Resident
Kennewick General
Business - Non -
Resident
La Center General 19-0084
Business - Non -
Resident
Active
Active
Active
Active
Active
Expiratioi First issua
Mar-31-2 Sep-30-21
Mar-31-2 Oct-26-2(
I
Mar-31-2 Jan-11-2C
Mar-31-2 May-26-2
Mar-31-2 Mar-17-2
Mar-31-2 Jan-01-2C
Governing People May include governing people not registered with Secretary of State
HALBERG, BARRI R
HALBERG, DANIEL P
HALBERG, STEVEN
HALBERG, TROY R
https://secure.dor.wa.gov/gteunauth/_/#3 3/4
2/28/22, 9:04 AM
Washington State Department of Revenue
View Additional Locations
The Business Lookup information is updated
nightly. Search date and time: 2/28/2022 9:04:09
AM
Contact us
How are we doing?
Take our survey!
Don't see what you expected?
Check if your browser is supported
hftps:Hsecure.dor.wa.gov/gteunauth/_/#3 4/4
4 OL
CITY
Federalof
Way
4�1�/-7,
Su is �i44Date
INCIDENT REPORT
This report shall be completed by the person who was present at the time the incident occurred or was discovered.
Information is to be recorded immediately and the form forwarded to HR for work related injuries and the Lead
Paralegal/Risk for all other incidents including incidents involving auto/injuries.
Name(s) of City Employee Involved/Witness
Injured:
Name(s) of OTHERS Involved and Witnesses
Department
Address
Location (Physical address of occurrence): 31130 28th Ave s,Fereralway
Date of Incident: 3/4/22 to 3n/22 Time: 3:30 pm to 5:30 am
Task being performed
Job title, department and regular work schedule
Phone
Phone
City
Incident resulted in: ❑ Injury ❑ Fatality Date of Death / /❑ Property Damage
Brief Description of Property Damage: Vehicle #
Lost Workdays expected? ❑ Yes ❑ No ❑ No. of Workdays lost
Name of injured person, if different than employee named above: Address Phone No.
First aid given? ❑ Yes ❑ No
Medical treatment required? ❑Yes ❑No If yes, medical attention first sought Date_//_ Time
Was injury treated in an emergency room? ❑ Yes ❑ No
Was injured person hospitalized overnight as an in -patient? ❑ Yes ❑ No
Describe Injury (including part of body injured and nature of injury)
Name and address of Doctor/Hospital
Were the police called? 0 Yes ❑ No If yes, Report No. 22000279(Date report was taken 3/7/22
Describe all acts and resulting conditions in detail:
At sometime during the weekend 4 catalyic coverters taken off of trucks 481231, 482600, 82502,
481172. The saw trailer 82191 was also broken into and damaged. The generator and other item were
rinw+nr -A -4 r,r n+^I-n D%i-- Thmm�n Icy nr��Inrn lini
What active measures, or assistance (if any) did Employees take?
Surveyed all other vehicles in the yard for others that may have been damaged
Reported by LDept. F w Date Sighed 3 7 -
c+vi.ttc106/ZO/8
RETURN TO: PW ADMIN EXT: 2700 ID #: 3977
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS / Capital Engineering
2. ORIGINATING STAFF PERSON: Naveen Chandra EXT: 253-797-6 ' 3. DATE REQ. Bl: 10/01/2021_
3. TYPE OF DOCUMENT (CHECK ONE):
❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
El CONTRACT AMENDMENT (AG#): 20-088 ❑ INTERLOCAL
0 OTHER Lnan a Uraer
4. PROJECT NAME: Variable Lane Use Control
5. NAME OF CONTRACTOR: Northeast Electric, LLC _
ADDRESS: -1780 Dv_wnriver Drive, Woodland, WA 98674 TELEPHONE: 360-225-7004
E-MAIL: troyhCcDnelleC.net FAX:
SIGNATURE NAME: Troy Halber TITLE: Manager
6. EXHIBITS AND ATTACHMENTS: © SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE # 14-105028-00 BL. EXP.12/31/ UBI # 602482576 . EXP. / /
7. TERM: COMMENCEMENT DATE: 7/16/2020 COMPLETION DATE: 100 Working Days (CO3= O)
8. TOTAL COMPENSATION: $ $514,533.82(-$3,.500.00 as CO # 3) 11 (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT:
IS SALES TAX OWED: ❑ YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR © CITY
RETAINAGE: RETAINAGE AMOUNT: q RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
❑ PURCHASING: PLEASE CHARGE TO: 306-4400-213-650-64-650
9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED
8 PROJECT MANAGER NC19-24-21
6 DIVISION MANAGER SH 9/27/2021
6 DEPUTY DIRECTOR DSW 9/27/21
6 DIRECTOR EJW 101612021
❑ RISK MANAGEMENT (IF APPLICABLE)
8 LAW DEPT KVA 1015/2021
10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE:
SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE:
11. CONTRACT SIGNATURE ROUTING
❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC'D:
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
INITIAL / DATE SIGNED
❑ FINANCE DEPARTMENT
❑ LAW DEPT
❑ SIGNATORY (MAYOR O DIRECTOR)
❑ CITY CLERK 10 '
❑ ASSIGNED AG # AG#�F�B
❑ SIGNED COPY RETURNED DATE SENT: 0- I
COMMENTS:
EXECUTES " ORIGINALS
1/LULU
213
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
AG 20-088
PROJECT NUMBER AGREEMENT NUMBER
VARIABLE LANE USE CONTROL
PROJECT TITLE
SUMMARY OF PROPOSED CHANGES:
03
CHANGE ORDER NUMBER EFFECTIVE DATE
This Change Order covers the work changes summarized below:
NORTHEAST ELECTRIC, LLC
CONTRACTOR
The special training provisions under general requirements of the project required the number of training
hours shall be 400 Hours and Trainees shall not be assigned less than 400 hours. WSDOT established
400 Hours of Training based on the engineer's estimate and number of working days (Ninety) prior to
bidding of the project. The contractor submitted project schedule of 33 working days to complete the
project after award of the project. The contractor also submitted detailed work breakdown structure
showing that it takes a total of only 500.91 labor hours including drive time to complete the project. The
contractor also investigated the possibility of adding training hours from subcontractors work but did not
meet the training criteria per the project specifications. Therefore, contractor has demonstrated assigned
training hours of 500 cannot be met and requested approval of 50 Training Hours for the project. The City
concurs with the contractor request to reduce the Training Hours to Fifty (50) for the project. The above
mentioned documentation provided by the contractor meets the good faith efforts to reduce the training
hours to Fifty (50) for the entire project.
This change order reduces the Training hours from Four Hundred (400) to Fifty (50) for the entire project
as noted below. The following paragraph under section 1-07.11 Requirement for Nondiscrimination has
been deleted and replaced with the following paragraph as noted below:
1-07.11 Requirements for Nondiscrimination
(April 3, 2017 WSDOT GSP, OPTION 4)
Special Training Provisions
General Requirements
The Contractor's equal employment opportunity, affirmative action program shall include the
requirements set forth below. The Contractor shall provide on-the-job training aimed at
developing trainees to journeyman status in the trades involved. The number of training hours
shall be 50 hours. The Trainees shall not be assigned less than 50 hours. The Contractor may
elect to accomplish training as part of the work of a subcontractor, however, the Prime Contractor
shall retain the responsibility for complying with these Special Provisions. The Contractor shall
also ensure that this training provision is made applicable to any subcontract that includes
training.
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
CHANGE ORDER # 3
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
SEPTEMBER 2021 PROJECT # 213
THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE
ITEM NO. ITEM
3 TRAINING
TOTAL NET CONTRACT:-$3,500.00
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT
PREVIOUS CHANGE ORDERS
THIS CHANGE ORDER
NEW CONTRACT AMOUNT
QTY UNIT PRICE
350 $10.00
AMOUNT
$3,500.00
DECREASE $3,500.00
$444,961.00
$73,072.82
$-3, 500,00
$514,533,82
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
PUBLLC WORKS DIRECTOR DATE
CHANGE ORDER # 3
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
SEPTEMBER 2021 PROJECT # 213
From: Naveen Chandra
Sent: Monday, September 20, 2021 11:31 AM
To: 'Rahman, Sayma'; Dow, Robert
Cc: Sarah Hamel; John Collins
Subject: RE: Additional apprentice approval for AID-0043(009) Good faith effort
for training and additional 4% DBE goal on Change order
Attachments: WSDOT 272-050 VLUC-Apprentice Approval with Supp Docs for Richard
Jones.pdf; WSDOT 272-049 VLUC-NELLC Training Prog for 2 APP with
Attach.pdf
Hi Sayma/Robert:
I received another apprentice approval for Variable Lane Use Project (AID-
0043(009)) per the email below as back up to the original approval. Therefore,
please see attached is the approved Apprentice/Trainee (for Trainee Richard
Jones III) and Training Program for the project. Thanks,
Naveen Chandra, P.E.
Senior Capital Engineer
(,}■ of
Federal Wary
Public Works Department -Capital Engineering Division
33325 8th Avenue S, Federal Way, WA 98003-6325
N avee n. Cha n d ra!E cityoffedera lway. co m
P: 253 835 2729 1 M: 253.797 6820 1 F: 253 835 2709
From: Shawna Kysar frnailto:shawnakgDnellc.net]
Sent: Monday, September 20, 2021 8:56 AM
To: Naveen Chandra
Cc: Keith Johnston; Trevor Johnson
Subject: Additional apprentice approval
[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.
Hello Naveen,
The project managers have requested approval for an additional minority apprentice for the
Variable Lane project to assist with our scheduling process. We would like to be able to send
either Jeremiah Garcia (who has already been approved) or Richard Jones, depending on their
availability. Having two approved apprentices should allow for smoother scheduling and
coverage in the event of vacation or illness. I have attached an additional DOT Form 272-050 for
Richard Jones and updated the DOT Form 272-049.
Thank you and I look forward to hearing from you soon.
Shawna Kysar
Northeast Electric, LLC.
{3.60) 225-7004
From: Naveen Chandra
Sent: Monday, September 20, 2021 11:31 AM
To: 'Rahman, Sayma'; Dow, Robert
Cc: Sarah Hamel; John Collins
Subject: RE: Additional apprentice approval for AID-0043(009) Good faith effort
for training and additional 4% DBE goal on Change order
Attachments: WSDOT 272-050 VLUC-Apprentice Approval with Supp Docs for Richard
Jones.pdf; WSDOT 272-049 VLUC-NELLC Training Prog for 2 APP with
Attach.pdf
Hi Sayma/Robert:
I received another apprentice approval for Variable Lane Use Project (AID-
0043(009)) per the email below as back up to the original approval. Therefore,
please see attached is the approved Apprentice/Trainee (for Trainee Richard
Jones III) and Training Program for the project. Thanks,
Naveen Chandra, P.E.
Senior Capital Engineer
T+ Pt
'A
Federal Way
Public Works Department -Capital Engineering Division
33325 8th Avenue S, Federal Way, WA 98003-6325
Naveen.ChandraPcityoffederalway.corn
P: 253 835 2729 1 M: 253 797 6820 1 F: 253 835 2709
From: Shawna Kysar [_mailto shawnal 20 nellc.net]
Sent: Monday, September 20, 2021 8:56 AM
To: Naveen Chandra
Cc: Keith Johnston; Trevor Johnson
Subject: Additional apprentice approval
[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.
Hello Naveen,
The project managers have requested approval for an additional minority apprentice for the
Variable Lane project to assist with our scheduling process. We would like to be able to send
either Jeremiah Garcia (who has already been approved) or Richard Jones, depending on their
availability. Having two approved apprentices should allow for smoother scheduling and
coverage in the event of vacation or illness. I have attached an additional DOT Form 272-050 for
Richard Jones and updated the DOT Form 272-049.
Thank you and I look forward to hearing from you soon.
Shawna Kysar
Northeast Electric. LLC.
360)225-7004
Ank.
Washington State
wo Department of Transportation
Training Program
Note: This training program must be submitted to the Engineer prior to commencing work.
If you have assigned training requirements to your subcontractor(s), a separate Training Program must be completed and submitted for each
subcontractor. Subcontractor(s) programs must be submitted and reviewed by the prime.
Contractor Name
Federal Employer's ID No."
WSDOT Contract No
❑■ Prime Northeast Electric, LLC.
25-1912987
TA 6742
❑ sub
Address
City
State
Zip
Date
1780 Down River Drive
Woodland
I WA
98674
109/20/2021
Federal -Aid Project No Project Title
I
Trainees Assigned ill Trainee Hours Assigned
AID-0443(009) VARIABLE LANE USE CONTROL
Jeremiah Garcia/Richard Jones 50 V
"If no Federal Employer's I.D. No., use owner's social security number.
. Approval. Is requested to provide training, per Section 1-07.11 of the Standard Specification and Contract Special Provisions in the following areas:
A
Apprenticeship / Trainee Craft
B Number
of Trainees
Projected
C Hourly
Assignment
Per Trainee
D Total Hours
Assigned
to Craft
EATELS or SATC
Approved?
Yes or No'
F Estimated
Start Date
Electrician
2
up to 50
50 ✓
yes
10/11/2021
"If your answer is No, please refer to Section III. Apprenticeship programs registered with the U.S. Department of Labor, Apprenticeship Training and
Employer Labor Services (ATELS), or with the Washington State Department of Labor and Industries State Apprenticeship Training Council (SATC)
will be considered acceptable.
II. Affirmative Action. This training commitment is not intended and shall not be used, to discriminate against any applicant for training, whether
a member of a minority group or not. However, the training and upgrading of minorities and women toward journey level status is a primary
objective of this training provision. Accordingly, the Contractor shall make every effort (documentation will be required if non -protected
persons are proposed) to enroll minority trainees and women to the extent that such persons are available within a reasonable area of
recruitment.
III. Programs Not Approved by ATELS or SATC. A detailed breakdown of the hours assigned to the various skills of the trade must be
submitted for other than apprenticeship trades. In addition to completing Section I, the Contractor must provide the following standards:
A. Minimum Qualifications. The Contractor shall establish minimum qualifications for persons entering the training program. (No
employee shall be employed as a trainee in any classification in which he/she has successfully completed a training course leading to
journey level status or in which they have been employed at a journey level status).
B. Work Skills. An outline of the work processes in which the trainee will receive supervised work experience and training on-the-job
and the allocation of the approximate time to be spent in each major process shall be set forth in these standards.
C. Terms of Training. The term of training (the number of hours required for completion to journey level status) shall be stated in hours.
D. Program Monitoring. The method for recording and reporting the training completed shall be stated herein.
E. Ratio of Trainees. A numeric ratio of trainees to journey level person shall be established. It shall be consistent with proper
supervision, training, safety, and continuity of employment. The ratio language shall be specific and clear as to application in terms of job
site and workforce during normal operation (considered to fall between 1:10 and 1:4).
1 understand and will comply fully with the plans and specifications under which this training is being performed, and will report subsequent revisions
to the training program as changes occur.
/�;� 09/20/2021
Prime Contractor's
Date
Subcontractor's
Date
This Area for Department of Transportation Only (Certified Agency)
ATELS/SATC Printed Name and Title
❑✓ Approved Naveen Chandra, P.E., Senior Capital Engineer, City of Federal Way
❑ Disapproved Signature Date
Non ATELS/SATC
Naveen G. Chandra, P.E.Digitally signed -0Naveen 1 Chandra, PE.
❑ Approval Recommended Date: 2021.09.2010:41:58-07'00'
The Region may approve pre -approved training and apprentice crafts programs if all other Training Provision Program criteria are met.
NOTE: FHWA approval is required, on all Federal -Aid projects, for any training program proposed under Section 111.
Federal Highway Administration Concurrence
FHWA Approval Printed Name and Title
❑ Approved
❑ Disapproved Signature Date
DOT rr
='= 2 12 Distribution: Headquarters Region; EEO; Re ion; Contractor
Revised 013J
a
APPRENTICESHIP PROGRAM STANDARDS
adopted by
CONSTRUCTION INDUSTRY TRAINING COUNCIL OF WASHINGTON -
CONSTRUCTION ELECTRICIAN
(sponsor name)
Occupational Obj ectiye(s ):
CONSTRUCTION ELECTRICIAN V
ttixmtasns
--APPR
APPROVAL:
N/A
ESHIP=
SOC# Term [WAC 296-05-0151
47-2111.00 8000 HOURS
op,GE&I
•0
m �
Q �
J �
2
a �
MCA 1'10 tA • Y
APPROVED BY V
Washington State Apprenticeship and Training Council
REGISTERED WITH
Apprenticeship Section of Fraud Prevention and Labor Standards
Washington State Department Labor and Industries
Post Office Box 44530
Olympia, Washington 98504-4530
Provisional Registration
APRIL 16, 1999
Permanent Registration
By: ED KOMMERS
Chair of Council
JULY 15, 2021
Standards Last Amended
By: CHRIS BOWE
Secretary of Council
WSATC-0592
01 MGS Page 1 of 30 7/15/2021
411111111111111111
a� �porw10 " Apprentice/Trainee Approval Request
Note: This form shall be submitted for each trainee intended for utilization per the Special Training Provision. The Prime
Contractor is required to review and submit the form for anorovaI of Its subcontractor(s) trainees
Prime Contractor Federal Employee ID No.* Contract No.
Northeast Electric, LLC. 25-1912987 TA 6742
*Subcontractor (If Trainee is not employed by Prime) Federal Employee ID No.* Federal -Aid No.
*If no Federal Employer ID, use owner's Social Security Number.
Approval Request - Approval is requested to provide training, per our approved Training Program, to the following apprentice/trainee:
Trainee Job Class
Richard Jones III Electrician -Inside; Apprentice
Social Security Number (last four digits) Employee Status Hrs. to be Trained This Project Trainee Start Date
xxx-x1llllllllllll ❑ New Hire ❑■ upgrade up to 50 10/11/2021 ✓
Wage Rate Type of On -The -Job Training
$70.66 ✓ N Apprenticeship ❑ Other (Desc:ribe)
NOTE: Minimum Wage - Trainees shall be paid in accordance with the provisions of RCW 39.12.021, which reads as follows:
Apprentice workmen employed upon public works projects for whom an apprenticeship agreement has been registered and
approved with the State Apprenticeship Council pursuant to chapter 49.04 RCW, must be paid at least the prevailing hourly rate
for an apprentice of that trade. Any workman for whom an apprenticeship agreement has not been registered, and approved by
the State Apprenticeship Council shall be considered to be a fully qualified journeyman and therefore, shall be paid at the
prevailing hourly rate for journeyman.
Ethnic Group ✓ Sex
❑ Black ❑ Asian/Pacific Islander ❑■ American Indian ❑ Hispanic ❑ Other R M ❑ F
Good faith effort documentation is required if a non -protected person is proposed for training.
Summary of previous training. (Enter amount and type of training previously received by trainee. If known, please
indicate other Contracting Agency contract(s) trainee has been utilized, per the Special Training Provision.)
Richard Jones has been utilized as a trainee on the Taylor Way Rehabilitation project, Tapani
Inc. prime contractor, (WSDOT Contract #PWK-G0021/STUPUL-3149(005) for (994) apprentice
hours as an Electrician -Inside; Apprentice.
�� � 09/20/2021
Prime Contractor Sienature Date *(Sub) Contractor Signature Date
This Area for Contracting Agency Use Only
0 Approved ❑ Denied
Remarks
NaveenG. Chandra, P.E Digitally signed byW,eenG.ChaNra,PE Senior Capital Engineer, City of Federal Way
Dale: 2021.09.A 10:37:40-9iV '
Region Approving Authority Date
Title
DOT Form 272-050 Distribution: White - Contracting Agency; Canary - Contractor; Pink - Headquarters; Goldenrod - Trainee
Revised 06/2014
Apprenticeship Program Public
Page 1 of 2
Washington State Depanment of
Labor & Industries fgsallni.wa.govi
4' Back To Search (#/?from A pp ren ti ceDetai ls=true)
I D#194424
Jones III, Richard,
Yacolt, WA, 98675
Construction Electrician for Construction Industry Training Council of Washington - Constructf on
Electrician (#(program41 -details?programld=592&from=%2Fannrentice-details%3Fid%3D170C)
Active �/ 1
8/27/2021
TERM
8000 Hours
REGISTERED
8/27/2021
PROBATION TERM
1000 Hours
PROBATION PERIOD
8/27/2021 - N/A
Total hours:
OJT 0
RSI 0
Credited hours:
OJT 0
RSI 0
'W Step:
1
(effective: 8/27/2021)
Step Effective Date Step Hours Journey Wage'Y
v
Inside Electrician for Electrical Management Group of Washington''#Jproaram-dejalls?
Arogramld=2214&from=O,6gFagprentice-details%3Fid'OD1692641
C Cancelled
6/16/2021
Plumber for Construction Industry Trairt(njq Council of Washington - Plumber #/progra_m-deta_il_s?
tuncrarn W=6 36&from=%2Fat)prentice-details%3Fid0R3D74398)
Cancelled
12/2/2020
Gender: Male
Race and ethnicity: American Indian or Alaska Native/Not of Hispanic Origin ✓
Education level: GED
https:Hsecure.ini.wa.gov/arts-public/ 9/20/2021
Apprenticeship Program Public
Page 2 of 2
Military status: Non -vet
https://secure.lni.�N,a_gov/arts-public/ 9/20/2021
Apprenticeship Program Public
Page I of I
W. hwjt"Stare b�-lt¢t
LabcT & Industries (=,§://Inl.wa.gov)
Back To Search
ID#592
Construction Industry Training Council of Washington - Construction Electrician
1930 116th Avenue NE, Bellevue, WA. 1.425-454-2482 : Visit their website {htto://www; cltcwa.com)
Select Occupation: Construction Electrician
Operating in the following counties: All counties in Washington, All counties in Idaho
'Journey wage:
$43.00
,Program length:
8000 hours
View Hours History A
Step No
Step Hours Jot
1
1000
2
2000
3
3000
4
4000
5
5000
6
6000
7
7000
8
8000
Join the Program
Review the Program Standards Lhtt-s;//www.lni.wa.goy/licensing-permitslaagrenticeshig/_docs/Q592.pdf) , including
Minimum Qualifications (Section II).
Contact the Program.
Follow the program's apprenticeship application procedures.
https://secure.ini.wa.gov/arts-public/ 9/20/2021
a
APPRENTICESHIP PROGRAM STANDARDS
adopted by
CONSTRUCTION INDUSTRY TRAINING COUNCIL OF WASHINGTON -
CONSTRUCTION ELECTRICIAN
(sponsor name)
Occupational Ob j ecti v e(s ):
CONSTRUCTION ELECTRICIAN J/
THIWUCLYU3
—EAPPRENTICESHIP=-
yr cssesrrsuansHB
APPROVAL:
N/A
SOC# Term [WAC 296-05-0151
47-2111.00 8000 HOURS
APPROVED BY &/
Washington State Apprenticeship and Training Council
REGISTERED WITH
Apprenticeship Section of Fraud Prevention and Labor Standards
Washington State Department Labor and Industries
Post Office Box 44530
Olympia, Washington 98504-4530
Provisional Registration
APRIL 16, 1999
Permanent Registration
By: ED KOMMERS
Chair of Council
JULY 15, 2021
Standards Last Amended
By: CHRIS BOWE
Secretary of Council
W SATC-0592
01 MGS Pagel of 30 7/15/2021
From: Naveen Chandra
Sent: Thursday, September 16, 2021 9:00 AM
To: 'Rahman, Sayma'
Cc: Dow, Robert; Sarah Hamel
Subject: RE: [EXTERNAL] RE: AID-0043(009) Good faith effort for training and
additional 4% DBE goal on Change order
Hi Sayma:
Thanks for quick clarification. I will move forward with proceeding with the work
on 10/11/21 with reduced training hours for the project. Thanks,
Naveen Chandra, P.E.
Senior Capital Engineer
er DI
Federal Way
Public Works Department -Capital Engineering Division
33325 8th Avenue S, Federal Way, WA 98003-6325
Naveen.ChandraL@cilyoffederalway.com
53 835 2729 1 M 253 797 6820 1 F: 253 835 2709
From: Rahman, Sayma [mailto:RahmanSCaL)wsdot,wa.gov]
Sent: Thursday, September 16, 2021 8:57 AM
To: Naveen Chandra
Cc: Dow, Robert; Sarah Hamel
Subject: RE: [EXTERNAL] RE: AID-0043(009) Good faith effort for training and additional 4% DBE goal
on Change order
[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.
Naveen
No, city will not receive a signed concurrence from FHWA. As a CA agency, approval authority has been
delegated to the city.
Thanks
Sayma
Sent: Thursday, September 16, 2021 8:54 AM
To: Rahman, Sayma <RahrnanSC+)wsdat.wa.gov>
Cc: Dow, Robert <DowR@wsdot.wa.gov>; Sarah Hamel <Sarah H_amel@cityoffederalway.com>
Subject: RE: [EXTERNAL] RE: AID-0043(009) Good faith effort for training and additional 4% DBE goal on
Change order
Hi Sayma:
Attached is the supplement memo (9/16/21) to the original memo (8/9/21)
pertaining to the Good Faith Effort document to reduce the training goals to 50
hrs for the subject project per your email below. I have also approved the
Apprentice/Trainee and Training Program with attachments by the City as
certified agency. This email includes all the attachments pertaining to this item for
the project. My only question is are we going receive signed FHWA concurrence
for the Training program as noted in the WSDOT Form 272-049? Please let me
know if you need anything else from us? Thanks,
Naveen Chandra, P.E.
Senior Capital Engineer
Federal Way
Public Works Department -Capital Engineering Division
33325 8th Avenue S, Federal Way, WA 98003-6325
Naveen,Chandra@citvoffederalway.com
From: Rahman, Sayma [maiito:RahmanSOd wsdot.wa.gov]
Sent: Thursday, September 02, 2021 10:01 AM
To: Naveen Chandra
Cc: Dow, Robert; Sarah Hamel
Subject: RE: [EXTERNAL] RE: AID-0043(009) Good faith effort for training and additional 4% DBE goal
on Change order
[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
Naveen
HQ reviewed the GFE documents. Here are the comments:
"The GFE document needs to be updated to reflect the suspension. The agency (as a Certified
Acceptance agency) needs to approve the minority trainee training plan. After these documents have
been updated and approved, I believe the documentations have justified the reduced training hours.
These documents need to be included as part of the project records."
Thanks
Sayma
From: Naveen Chandra <Naveen.Chandra cit offederalwa .Cam>
Sent: Thursday, September 2, 2021 8:38 AM
To: Rahman, Sayma <RahmanS@wsdot.wa.gov>
Cc: Dow, Robert <DowR@wsdot.wa_gov>; Sarah Hamel <Sarah.Hamel@cityoffederalway.com>
Subject: RE: [EXTERNAL) RE: AID-0043(009) Good faith effort for training and additional 4% DBE goal on
Change order
Hi Sayma:
Yes! no training goals have been achieved to date for the project. Training
program and Apprentice/Trainee Program has not been approved by the City to
date as we were seeking the approval of reduction of training hours from 400 to
50 hrs from WSDOT.
Attached is the updated schedule from the contractor submitted today to meet
the training goals of 50hrs. Yes! we believe the contractor will be able to meet
goal of 50 hrs with the proposed new start date of 10/11/2021. We will proceed
with approving both Training program and Apprentice/Trainee program per my
email below dated 8/9/21 with a start work date of 10/11/21. Thanks,
Naveen Chandra, P.E.
Senior Capital Engineer
Federal Way
Public Works Department -Capital Engineering Division
33325 8th Avenue S, Federal Way, WA 98003-6325
N aveen.Chandra@citNffederafway.com
' _7q7 6820 1 F: 253 835 2709
From: Rahman, Sayma [mailto:Rahman5nwsdot.vva.gov]
Sent: Thursday, September 02, 2021 7:57 AM
To: Naveen Chandra
Cc: Dow, Robert; Sarah Hamel
Subject: RE: [EXTERNAL] RE: AID-0043(009) Good faith effort for training and additional 4% DBE goal
on Change order
[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.
Understood. If that's the case, I am assuming no training goal has been achieved yet. Could you please
confirm?
Is 9/7 the planned work resumption date? What is the tentative/ planned end date? Does city believe
the reduces goal (50 hour) can be achieved by then?
Please provide us the information as requested above , so that we can follow up on GFE approval.
Also, as I mentioned in my previous email — city can review and approve training program and trainee
plan as a CA agency as long as it aligns with specification. We wanted to receive the draft training
program and plan as part of GFE , since the previous versions did not meet the specification
requirements (i.e with that version no training hour would be countable towards goal). We don't have
any issue or comments with the current version as long as it complies with specification.
Thanks
Sayma
From: Naveen Chandra <Naveen.Chandra L& citvoffederalwa .com>
Sent: Thursday, September 2, 2021 7:11 AM
To: Rahman, Sayma <RahmanS@Wsdot.wa.goV>
Cc: Dow, Robert <DowR@wsdot.wa_gov>; Sarah Hamel <5arah.Hamel@❑tvoffederafwaV.com>
Subject: RE: [EXTERNAL] RE: AID-0043(009) Good faith effort for training and additional 4% DBE goal on
Change order
Hi Sayma:
We have issued suspension of work as we were awaiting approval of training
program and trainee plan and training program called for work beginning on
9/7/21. Thanks,
Naveen Chandra, P.E.
Senior Capital Engineer
Crt 1 of
Federal Way
Public Works Department -Capital Engineering Division
33325 8th Avenue S, Federal Way, WA 98003-6325
Naveen.Chandra@cityoffedera lway.&om,
Z 3 3 7 7 n j,, l? 5 3. i
From: Rahman, Sayma [mallto:RahmanSOdm ot.wa.qav]
Sent: Wednesday, September 01, 2021 3:42 PM
To: Naveen Chandra
Cc: Dow, Robert; Sarah Hamel
Subject: RE: [EXTERNAL] RE: AID-0043(009) Good faith effort for training and additional 4% DBE goal
on Change order
[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.
Naveen
Per attached schedule, work was supposed to be completed on August 19. Is that timeline still valid ? If
it's valid, did you achieve 50 hour training goal during that period?
If not valid, please let us know that updated begin and end date for construction schedule and also
please confirm if city believes that 50 hour training goal is achievable during that updated time.
If city does not believe that, 50 hour training goal can be met during the updated timeframe, please
send us updated schedule along with training hours.
City can approve training program and trainee plan in the meantime, if it follows the training
specification.
Thanks
Sayma
From: Naveen Chandra <Naveen.Chandra@cityoffederaiway.com>
Sent: Monday, August 9, 2021 11:44 AM
To: Rahman, Sayma <RahmanS@wsdot.wa.gov>
Cc: Dow, Robert <DowR@wsdot.wa.gov>; Sarah Hamel <Sarah,Hamel@cityoffederalway.com>
Subject: [EXTERNAL] RE: AID-0043(009) Good faith effort for training and additional 4% DBE goal on
Change order
WARNING: This email originated from outside of WSDOT. Please use caution with links and attachments.
Hi Sayma:
Attached is the good faith effort documentation from the contractor to meet the
reasonable and maximum extent of training goals of 50hrs. The contractor has
also provided project schedule and breakdown of hours required for each task to
complete the task for the project. Attached is also memo from the City supporting
Contractor's request of reduced training hours of 50hrs for the project.
Attached are also completed WSDOT Form 272-049 (Training Program) and
WSDOT Form 272-050 (Apprentice/Trainee Approval Request) for your review
and approval.
Thanks,
Naveen Chandra, P.E.
Senior Capital Engineer
cnv of
Federal Way
Public Works Department -Capital Engineering Division
33325 8th Avenue S, Federal Way, WA 98003-6325
N avee n. Ch a n d ra @ c ItyofFe dalwaa m
P 253 c35 2729 1 M 253 797 6320 I F: 253 335
From: Rahman, Sayma [mailto:RahmanS;cbwsdot.wa.gUv]
Sent: Wednesday, August 04, 2021 1:53 PM
To: Naveen Chandra
Cc: Dow, Robert; Sarah Hamel
Subject: FVV: AID-0043(009) Good faith effort for training and additional 4% DBE goal on Change order
[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.
Naveen
Please see the email below. We are not able to delete the goal at this point. As John referred per 1-
07.11, please submit a Good Faith Effort document demonstrating contractor's effort to meet the goal
to the reasonable and maximum extent.
Thanks
Sayma
From: Ho, John <HoJohn@wsdat.wa.gov>
Sent: Tuesday, August 3, 20213:52 PM
To: Rahman, Sayma <RahmanS@wsdot.wa.gov>; Wonch, William <WonchW wsdot.wa, ov>
Cc: Dow, Robert <DowR@wsdot.wa.eov>
Subject: RE: AID-0043(009) Good faith effort for training and additional 4% DBE goal on Change order
Sayma,
It is my understanding that one of the intersection was deleted by the agnecy prior to project
advertisement. At that time, the agency should have requested re-evaluation of DBE and Training hour
goals. The agency advertised the project with the requirements of 4% DBE and 400 hours of training.
The contractor is fully aware of those requirements. As part of the project special provisions 1-07.11
stated:
In the event that the Contractor is unable to accomplish the required training hours but can
demonstrate a good faith effort to meet the requirements as specified, then the Contracting
Agency will adjust the training goal accordingly.
The document submitted did not demonstrate any good faith effort by the contractor. Therefore, the
request is denied.
John
From: Rahman, Sayma <RahmanS2wsdot.wa.gov>
Sent: Tuesday, August 3, 2021 7:56 AM
To: Ho, John <HoJohn@wsdot.wa.pov>; Wonch, William <WonchW@wsdot.wa.kov>
Cc: Dow, Robert <DowR wsdot.wa.eov>
Subject: AID-0043(009) Good faith effort for training and additional 4% DBE goal on Change order
John
Attached is the request letter from federal requesting deletion on training hours since updated number
of working days are less than 75 days. My understanding based on our last meeting was they were
supposed to submit a good faith effort (not a deletion request). I could be wrong though.
Thanks
Sayma
From: Naveen Chandra <Naveen.Chandra@cityoffederalway.com>
Sent: Monday, August 2, 2021 2:16 PM
To: Rahman, Sayma <RahmanS@wsdot.wa.gov>
Cc: Dow, Robert <DowR@wsdot.wa.goy>; Sarah Hamel <Sarah.Eiamel@cityoffederalway..com>
Subject: [EXTERNAL] RE: Good faith effort for training and additional 4% DBE goal on Change order
WARNING: This email originated from outside of WSDOT. Please use caution with links and attachments.
Hi Sayma:
Attached is the memo requesting deletion of training hours for the project. Please
call me if you have any questions or comments. Thanks,
Naveen Chandra, P.E.
Senior Capital Engineer
c�T■ w
Federal Way
Public Works Department -Capital Engineering Division
33325 8th Avenue S, Federal Way, WA 98003-6325
Naveen.Chandra@citvoffederalway.com
P: 253 335 2729 1 N1 753 797 6'3?0 I F: 253 835 2709
From: Rahman, Sayma [mailtc;RahmanSawsdot.wa.go_v]
Sent: Thursday, July 22, 2021 1:03 PM
To: Naveen Chandra
Cc: Dow, Robert
Subject: Good faith effort for training and additional 4% DBE goal on Change order
[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.
Here are the information / documents we need per today's meeting —
Good faith effort for Training goal:
Please Submit unapproved training plan and trainee plan form for our review. Please make sure
the training plan and trainee plan is consistent with Spec. Previously submitted trainee plan
does not meet the Training Spec.
Please Provide Updated contractor's schedule with number of working days.
Please submit a document explaining that number of working days has been reduced significantly
(than the contracted number of working days) . Based on available work, there in not enough
work that contractor can offer to trainee and meet assigned XXXX hour goal and they can only
meet XXX hours.
4% additional DBE goal on federally funded change order:
Per DBE Spec, contractor will need to look into the additional work available (which is available with the
change order) and will try to meet the 4% DBE goal (on change order amount) in addition to previously
committed $40,000 (per DBE utilization cert) . If they can't meet the additional goal for legitimate
reason (i.e there is no work available for DBE sub or DBE subs are overcommitted and are not available
to do the additional work), contractor need to document, share with city and city needs to let us know.
Sayme Rahman, P E
Assistant Local Programs Engineer
South and East King County Area
WSDOT, NW Region
Work: 206 440.4729
E-mom RahmanS@W5DOT WA.GOV
Schedule. M-TH 6:30 AM- 5.00 PM
CITY OF CITY HALL
Federal WayFeder l Avenue South • Box 9718
Federal Way, WA 98063-9718
18
(253) 835-7000
www cityofederalway.com
September 16, 2021
Ms. Sayma Rahman
NWR Local Programs
WSDOT Northwest Region
15700 Dayton Ave North
Shoreline, WA
Subject. Variable Lane Use Control Project (Federal Aid # AID-0043-(009))
Reduction of Training Hours (GFE Documentation) -II
Dear Ms. Rahman:
This memorandum serves as a supplement to subject document dated August 9, 2021 pertaining
to the Good Faith Effort for the training hours for the Variable Lane Use Control Project (Federal
Aid # AID-0043-(009)). The City issued suspension of work effective August 9, 2021 to assure
the approved trainee will be available to perform the requested training hours of 50 hours for the
project. The work was expected to begin on September 7, 2021 but was delayed until October
11, 2021 for not having approved Trainee/Apprentice and Training Program Approval. Attached
is approved Trainee/Apprentice and Training Program by the City per your email dated
September 2, 2021. Approved schedule with the work starting on October 11, 2021 has been
attached for reference.
If you have any questions or additional information is needed, please do not hesitate to contact
me at Naveen.Chandra(acityoffederalway.com or (253) 835-2729.
Sincerely,
Digitally signed by Naveen a Chandra,
Naveen G. Chandra, P.E. P-E
Date: 2021 09 16 09:40:53-07'00'
Naveen Chandra, P.E.
Senior Capital Engineer
City of Federal Way
Attachments (3)
cc: Sarah Hamel, Capital Engineering Manager, City of Federal Way
Project File.K'CMITN.PROTECTS Pmg.w�ctl'S I] V.ri.dc lsrc Ur Caniml'e6 C�':TPN.\I�'G REPo0.TUtducum ofTmirie{Ilwn'TM1ird Rvpo�Fiml.Wdc�m9-1621We4DlJ (WVI VLL'C-Pd�cuon of Tnirvn llan916 E1 me
CWashington State
AP Department of Transportation
Training Program
Note: This training program must be submitted to the Enqineer prior to commencina work
If you have assigned training requirements to your subcontractor(s), a separate Training Program must be completed and submitted for each
subcontractor. Subcontractor(s) programs must be submitted and reviewed by the prime.
Contractor Name
Federal Employer's ID No.*
WSDOT Contract No.
❑■ Prime Northeast Electric, LLC
25-1912987
TA 6742
0 Sub
Address
City
State Zip Date
1780 Down River Drive
Woodland
WA 98674 08/09/2021
Federal -Aid Project No. Project Title
Trainees Assigned Trainee Hours Assigned
AID-0443(0( VARIABLE LANE USE CONTROL
(1) Jeremiah Garcia 50
*If no Federal Employer's I.D. No., use owner's social security number
I. Approval. Is requested to provide training, per Section 1-07.11 of the Standard Specification and Contract Special Provisions in the following areas:
A
Apprenticeship / Trainee Craft
B Number
of Trainees
Projected
C Hourly
Assignment
Per Trainee
D Total Hours
Assigned
to Craft
E ATELS or SATC
Approved?
Yes or No*
F Estimated
Start Date
Electrician -Inside
1
50
50
yes
10/11/2021
=If your answer is No, please refer to Section III. Apprenticeship programs registered with the U.S. Department of Labor, Apprenticeship Training and
Employer Labor Services (ATELS), or with the Washington State Department of Labor and Industries State Apprenticeship Training Council (SATE)
will be considered acceptable.
It. Affirmative Action, This training commitment is not intended and shall not be used, to discriminate against any applicant for training, whether
a member of a minority group or not. However, the training and upgrading of minorities and women toward journey level status is a primary
objective of this training provision. Accordingly, the Contractor shall make every effort (documentation will be required if non -protected
persons are proposed) to enroll minority trainees and women to the extent that such persons are available within a reasonable area of
recruitment,
III. Programs Not Approved by ATELS or SATC. A detailed breakdown of the hours assigned to the various skills of the trade must be
submitted for other than apprenticeship trades. In addition to completing Section I, the Contractor must provide the following standards:
A. Minimum Qualifications. The Contractor shall establish minimum qualifications for persons entering the training program. (No
employee shall be employed as a trainee In any classlficalion in which he/she has successfully completed a training course leading to
journey level status or In which they have been employed at a journey level status).
B. Work Skills. An outline of the work processes in which the trainee will receive supervised work experience and training on-the-job
and the allocation of the approximate time to be spent in each major process shall be set forth in these standards.
C. Terms of Training. The term of training (the number of hours required for completion to journey level status) shall be stated in hours.
D. Program Monitoring. The method for recording and reporting the training completed shall be stated herein.
E. Ratio of Trainees. A numeric ratio of trainees to journey level person shall be established. It shall be consistent with proper
supervision, training, safety, and continuity of employment. The ratio language shall be specific and clear as to application in terms of job
site and workforce during normal operation (considered to fall between 1 10 and 1:4).
1 understand and will comply fully with the plans and specifications under which this training is being performed, and will report subsequent revisions
to the training program as changes occur.
08/09/2021
. '9 ,,.—
121 Approved
❑ Disapproved
Nun ATELS/SATC
❑ Approval Recommended
vdLC ouuconiraeiors olgnaiure (IT applicable) Date
This Area for Department of Transportation Only Certified Agency y
Printed Name and We
Naveen Chandra, P.E.. Senior CaMal Enqineer. Citv of Federal Wa
Signature Date
Naveen G. Chandra, P.E. Digitally signed by Naveen G. Chandra, P.E.
Date: 2021.09.16 08:43:47-07'00'
1 tic muyiun may approve pre-approvea training ana apprentice crafts programs it all other Training Provision Program criteria are met.
NOTE: FHWA approval is required, on all Federal -Aid projects, for any training program proposed under Section III.
Federal Highway Administration Concurrence
FHWA Approval Printed Name and Title
❑ Approved
❑ Disapproved Signature Date
""' Revsed L1312t712 Distribution: Headquarters EEO; Region; Contractor
a
APPRENTICESHIP PROGRAM STANDARDS
adopted by
CONSTRUCTION INDUSTRY TRAINING COUNCIL OF WASHINGTON -
CONSTRUCTION ELECTRICIAN
(sponsor name)
Occupational Ob j ec tive(s) :
CONSTRUCTION ELECTRICIAN
Thrifumas
-APPRENTICESHIP
or CxrarrsMANSM
SOC## Term [WAC 296-05-0151
47-2111.00 8000 HOURS
APPROVED BY &/
Washington State Apprenticeship and Training Council
REGISTERED WITH
Apprenticeship Section of Fraud Prevention and Labor Standards
Washington State Department Labor and Industries
Post Office Box 44530
Olympia, Washington 98504-4530
APPROVAL:
N/A
Provisional Registration
APRIL 16, 1999
Permanent Registration
By: ED KOMMERS
Chair of Council
JULY 15, 2021
Standards Last Amended
By: CHRIS BOWE
Secretary of Council
WSATC-0592
01 MGS Pagel of 30 7/15/2021
�i
A11111111111111►
Depurbnout of T�ampvrftfflm Apprentice/Trainee Approval Request
Note: This form shall be submitted for each trainee intended for utilization per the Special Training Provision. The Prime
Contractor is reoulred to rP.vipw grid Stihrnit the form for nnnrnvnI of Ifc ctihrnnfr ac.tnrlcl trainanc
Prime Contractor
Federal Employee ID No.*
Contract No.
Northeast Electric, LLC.
25-1912987
TA 6742
*Subcontractor (If Trainee is not employed by Prime) Federal Employee ID No.*
Federal -Aid No.
'If no Federal Employer ID, use owner's Social Security Number.
Approval Request -Approval is requested to provide training, per ourapproved Training Program, to the following apprentice/trainee:
Trainee Job Class
Jeremiah Garcia Electrician -Inside; Apprentice
Social Security Number last four digits) Employee Status Hrs. to be Trained This Project
Trainee Start Date
xxx-xX- ❑ New Hire ❑■ Upgrade 150
10/11 /2021
Wage Rate
Type of On -The -Job Training
:35.75/hourI
IN Apprenticeship ❑ Other (Describe)
NOTE: Minimum Wage -Trainees shall be paid in accordance with the provisions of RCW 39.12.021, which reads as follows:
Apprentice workmen employed upon public works projects for whom an apprenticeship agreement has been registered and
approved with the State Apprenticeship Council pursuant to chapter 49.04 RCW, must be paid at least the prevailing hourly rate
for an apprentice of that trade. Any workman for whom an apprenticeship agreement has not been registered, and approved by
the State Apprenticeship Council shall be considered to be a fully qualified journeyman and therefore, shall be paid at the
prevailing hourly rate for journeyman.
Ethnic Group
❑ Black ❑ Asian/Pacific Islander ❑ American Indian © Hispanic ❑ Other
Sex
❑r M ❑ F
Good faith effort documentation is required if a non -protected person is proposed for training.
Summary of previous training. (Enter amount and type of training previously received by trainee. If known, please
indicate other Contracting Agency contracts) trainee has been utifized, per the Special Training Provision.)
eremiah is new to the apprenticeship program and is at a Step 1 (1000 hours or less)
experience.
09/15/2021
Prim on acto 5i ure Date `(Sub) Contractor Signature Date
This Area for Contracting Agency Use Only
❑✓ Approved ❑ Denied
Remarks
Naveen G. Chandra, P.E. Digitally signed . .1607:aveen G. 9:Chandra,P.E. Senior Capital Engineer, Cityof Federal Wa
Date: 2021.09.16 07:29:26-07'00' p g Y
Region Approving Authority Date
Title
DOT Form 272-050 Distribution: White - Contracting Agency; Canary - Contractor; Pink - Headquarters; Goldenrod - Trainee
Revised 06/2014
Apprenticeship Program Public
Page 1 of 1
(httos://Ini.wa-aov)
Back To Search (#/?fromApprenticeDetails=true)
I D#212711
Garcia, Jeremiah, li✓
Yacolt, WA, 98675
Construction Electrician for Construction Industry Training Council of Washinaton- Construction
Electrician(#/Drooram-detalls?programld=592&f 43 Fid° 3D17+1265]
Active
8/28/2021
TERM
8000 Hours
REGISTERED
8/28/2021
PROBATION TERM
1000 Hours
PROBATION PERIOD
8/28/2021 - N/A
Total hours:
OJT 0
RSI 0
Credited hours:
OJT 0
RSI 0
Step
1
(effective: 8/28/2021)
Inside Electrician for Electrical Management Gr_aup_of Washing�on (#lprograrn-details?
ptoaramld=2214&from=%2Fapprentice-details'o3Fid%3D3 69591
Cancelled f
8/27/2021
Gender: Male
Race and ethnicity: Hispanic/Hispanic Origin
Education level: High school graduate
Military status: Non -vet
https://secure.Ini.wa.gov/arts-public/ 9/ 15/202 l
Apprenticeship Program Public
Page 1 of 1
Washington State Department of
Labor & Industries (ho)s://Ini.wa.gov)
♦ Back To Search
ID#592
Construction Industry Training Council of Washington - Construction Electrician
1930 116th Avenue NE, Bellevue, WA. t,.425-454-2482 . Visit their website thtt[)://www.citcwa.com)
Select Occupation: I Construction Electrician
w
Operating in the following counties: All counties in Washington, All counties in Idaho
Journey wage:
$43.00
Program length:
8000 hours
View Hours History `/
Join the Program
Review the Program Standards (hhtps://yvww.ini.wa.aov/licensing-permits/apprenticeshio/_dots/0591odf) , including
Minimum Qualifications (Section II).
Contact the Program.
Follow the program's apprenticeship application procedures.
https://secure.ini.wa.gov/arts-public/ 9/ 15/2021
Construction Industry Training Council of Washington
Commercial Electrical Apprenticeship
Non -Joint Apprenticeship Committee
1930 - 116' Ave. NE, Bellevue, WA 98004
Kelli Chaney, Electrical Apprenticeship Coordinator: (425) 285-2323 kelli@citcwa.org
Apprentice Dispatch Confirmation
Today's Date: Tuesday, September 14, 2021 Time: 11:28:24 AM
Email: terrif@nelle.net Employer: Northeast Electric, LLC.
Attn: *Terri Farber
Apprentice: Jeremiah Garcia
Apprentice ID Number: 212711
Period/Step: 1
Percentage: 40.00
Apprentice Minimum Private Wage: $15.60
Total hours of on-the-job training: 0
Effective Date: 8/28/2021
Dispatched By: Kelli Chaney
Please use the table below to find the minimum wage according to the apprentice's step/percentage (1140.00%).
StepNumber
Percentage of
of Journey -level
Hours Y
Rate:
APPRENTICE MINIMUM BASE WAGE
(does not include fringes):
REGION
1A
$43.00
REGION
1B
$40.00
�
REGION REGION
2 3
$36.00 $39.00
REGION
4
$39.00
1
0000 - 1000
40%
$17.20
$16.00
$14.40
$15.60
$15.60
2
1001 -2000
45%
$19.35
$18.00
$16.20
$17.55
$17.55
3
2001 -30.00
50%
$21.50
$20.00
$18.00
$19.50
19.50
4
3001 - 4000
55%
$23.65
$22.00
$19.80
$21.45
$21.45
5 4001 - 5000
65%
S27.95
$26.00
$23.40
$25.35 $25.35
6
5001 - 6000 ! 75%
$32.25
$30.00
$27_00
1 $29.25
29.25
7
6001 - 7000
80%
$34.40
$32.00
$28.80
$31.20
$31.20
8
7001 - 8000
1 85%
$36.55
$34.00
$30.60
$33.15
33.15
Effective: January 1, 2021
Please note: These rates are for private jobs -not public works jobs_ Check with the Department of Labor and Industries for
apprentice/journey wage rates by county. For current state prevailing wage rates go to:
ttLit :1/www.ln.tw. .yovil'rade4Limisin >, revWagcVWw.,cRateslLookUp/dcfault.asr. For the purpose of federal work where the
wage and fringe benefits are separated, apprentices shall be paid a progressively increasing schedule of wages and fringe benefits
per their progression period.
As the employer you must always pay the prevailing percentage (CITC's or Prevailing Wage) for the amount of hours the
apprentice has reported.
a
APPRENTICESHIP PROGRAM STANDARDS
adopted by
CONSTRUCTION INDUSTRY TRAINING COUNCIL OF WASHINGTON -
CONSTRUCTION ELECTRICIAN
(sponsor name)
Occupational O b j ecti v e(s ):
CONSTRUCTION ELECTRICIAN V
mzno¢zvs
-MAPPRENTICESHIP=-
va vFar�su�rsrffr
SOC# Term [WAC 296-05-0151
47-2111.00 8000 HOURS
pG EiyeH
o a GC
O
m �
aT1oN * L
APPROVED BY V
Washington State Apprenticeship and Training Council
REGISTERED WITH
Apprenticeship Section of Fraud Prevention and Labor Standards
Washington State Department Labor and Industries
Post Office Box 44530
Olympia, Washington 98504-4530
APPROVAL:
N/A
Provisional Registration
APRIL 16, 1999
Permanent Registration
By: ED KOMMERS
Chair of Council
JULY 15, 2021
Standards Last Amended
By: CHRIS BOWE
Secretary of Council
WSATC-0592
01 MGS Pagel of 30 7/15/2021
av
cn
fu
N
^J'
W
f" 1
M
L
Q)
Z
W_ x
W
m
ui
`y
e
Q 2 W y =
r5�U'
2¢�2,,CO t7So �vS�
#
m[gT n a a
U=jCIO
} z
a
H Q
Q O O KO W
-
W d -Wi ?s�
Q z tnok'o�
� ?�
c
w
-
-�g51S�IC-1
m
3 a
a'
v F ►
42
j�
Vl vl
a a
N N a
L
N
T
N N N N y N N N N N m N N n n n m N n m N N N n Y<
'wa m
'm
_ h -
_ _ - _ -ji
i
CITY of CITY HALL
Fe d e ra I Way Feder l Avenue South • Box 9718
Federal Way, WA 98063-971818
VZA�:�111 (253) 835-7000
www atyoflederalway com
August 9, 2021
Ms. Sayma Rahman
NWR Local Programs
WSDOT Northwest Region
15700 Dayton Ave North
Shoreline, WA
Subject: Variable Lane Use Control Project (Federal Aid # AID-0043-(009))
Reduction of Training Hours
Dear Ms. Rahman:
The subject project was assigned with 400 training hours based on the project information
submitted to WSDOT prior to bidding the project. The information submitted by the City of
Federal Way to WSDOT included Ninety (90) working days and Engineer's Estimate of
$542,125.65 for the subject project. However, the City of Federal Way removed one intersection
Enchanted Parkway S (SR 161) and S 3481h Street (SR 18) prior to bid opening and added one
intersection at lst Avenue S and S 3481h Street post bid award as change order which resulted in
the total cost of $518,033.82 for the entire project.
The contractor submitted the project schedule of 33 actual working days to complete the project.
The contractor's project schedule has been attached for reference. The contractor also submitted
detailed work breakdown structure showing that it takes a total of 500.91 labor hours including
drive time to complete the project. The City of Federal way concurs with both the actual working
days and total labor hours to complete the subject project. The contractor has also investigated
the possibility of adding training hours from subcontractors work but does not meet the training
criteria per the project specifications. Therefore, the Contractor cannot meet the assigned goals
of 400 hours for the project and hereby requesting approval of 50 training hours for the project.
The City concurs with the reduction of training hours to 50 for the project due to size and scope
of the project.
Training Goals
Federal Aid # AID-0043-(009): Variable Lane Use Control Project
August 9, 2021
Page Two
If you have any questions or additional information is needed, please do not hesitate to contact
me at Naveen.Chandra(&..cityoffederalway.com or (253) 835-2729.
Sincerely,
Digitally signed by Naveen G. Chandra,
Naveen G. Chandra, P.E. P-E.
Date: 2021.08.09 11:21:00-67'40'
Naveen Chandra, P.E.
Senior Capital Engineer
City of Federal Way
Attachments (3)
cc: Sarah Hamel, Capital Engineering Manager, City of Federal Way
Project File.:KcmTA pRo,EC sp v a,3 V.f. u.usfa4W`O MTR NLNO RMRTW�—fTniviry llwn\TkNRq dWIMMI_(00➢)VL C-Rad tim ofTn dq lbnm
oc'0 NORTHEAST
,- MLMCTFRICu.
8/6/2021
178o DOWN RIVER DRIVE
WOODLAND, WA 98674
PHONE # (360) 225-7004
FAX # (360) 225-7001
mw .nellc.net
Here is an explanation of requested change to the required training hours (400) on the Federal
Way Variable Lane project (WSDOT Contract No. TA 6742).
Although NE supports training and we also have an apprenticeship program we cannot achieve
these hours for this project due to the size and scope of the project. Our project estimating
software came up with 450 total hours for the entire project. Of these total hours there are both
electrical and general labor and general labor does not qualify for the training hours per the
contract documents. Washington state apprenticeship program regulations state that there must
be a journeyman supervising the work of the apprentice. NE is confident we can commit 50
hours of an electrical trainee for the project. We did reach out to our subcontractors to see if they
had trainees to commit but their work did not have any trades (Concrete, Striping and Traffic
control), which would qualify as training hours for the project.
Therefore, Northeast Electric, LLC. Is requesting to reduce the assigned training hours from the
400 hours to 50 hours for the project.
Thank you for your consideration.
Sincerely,
Keith Johnston
Northeast Electric, LLC.
'v C Federal Way Variable Lane Usage
l
3
4
5
fi
7
e
9
10
11
12
13
14
15
18
17
18
19
20
21
22
n
24
25
26
27
is
20
]0
31
32
33
34
35
3&
37
38
39
40
go
J
J
IaSKName
DwAftn Start
Fmish %M
I
Cnml
Federal Way Variable Lane
Blip days MOO 6/22/17
Thu Bit 9121 40%
Usage - Start
Material Procurement Suspens
166 days Mon 5/22/17
Toe 3/20118 0%
Poles
166 days Mon 5/22/17
Tue 320/18 0%
Signs/Signal Gear/Controller
150 days Mon 522117
Tue 220118 0%
Mobilization
1 day Mon 6/28/21
Mon 628/21 0%
Install Construction Signs
1 day Mon 6/28/21
Mon 6/28/21 100%
Signal foundations
3 days Tue 6129/21
Thu 711121 100%
324 & 11 th PI.
1 day Tue 6/29/21
Tue 612921 100%
336 & 1st Way
1 day Wed 6130/21
Wed 6/3021 100%
348 & 1st Ave
1 day Thu 711/21
Thu 7/1121 100%
3241h St. & SR99 Signal
6 days Tue 7/6121
Wed 7114121 B%
Install Conduit
1 day Tue 716/21
Tue 71621 50 %
Install J-Boxes
1 day Wed 7/7/21
Wed 7/721 0%
Pull Wire
1 day Thu 718/21
Thu 7/821 0%
Install Signal Heads
1 day Mon 7/12121
Mon 7/12121 0%
Install Signs
1 day Tue 7/13/21
Tue 7/1321 0%
Install Cameras
1 day Wed 7/14121
Wed 7/1421 0%
320th St. & 11th Place Signal
6 days Thu 7115/21
Mon 7/26121 25%
Install Conduit
1 day Thu 7/15/21
Thu 7/15/21 100%
Install J-Boxes
1 day Mon 7/19/21
Mon 7119/21 50%
Install Signal Pole
1 day Tue 7120/21
Tue 72021 0%
Pull Wire
1 day Wed 72l/21
Wed 72121 0%
Install Signal Heads
1 day Thu 7/22/21
Thu 7/22/21 0%
Install Signs
1 day Mon 7/26121
Mon 7/26/21 0%
336th St. & 1st Way S Signal
6 days Tue 7127121
Wed 814/21 33%
Install Conduil
1 day Tue 7/27/21
Tue 7/2721 100%
Install J-Boxes
1 day Wed 7128/21
Wed 7/28/21 100%
Install Signal Pole
1 day Thu 7/29121
Thu 7/29121 0%
Pull Wire
1 day Mon 0I2121
Mon 81221 0%
Install Signal Heads
1 day Tue 8/3/21
Tue 8/3/21 0%
Install Signs
1 day Wed 814121
Wed 814121 0%
149111 St. & 1st Ave Signal
6 days Thu 81'5121
Mon 8/16121 32 %
Install Conduit
1 day Thu 8/5121
Thu B/521 100%
Install J-Boxes
1 day Mon 8/9/21
Mon 81921 100%
Pull Wire
1 day Tue 8110121
Tue 8/1021 0%
Install Signal Pole
1 day Wed 8/11121
Wed 8/11121 0%
Install Signal Heads
1 day Thu 8/12121
Thu 8/12121 0%
Install Signs
1 day Mon 8/16/21
Mon 8/1621 0%
Loops, Stripe and Sidewalk
3 days Tue 8/17/21
Thu 8119/21 0%
Punch List
1 day Thu 8/19/21
Thu 8/19121 0%
Jun 27 '21 Jul 4. -1 .L i1 I' 21 Jul 'r.: Ju125, '21 Aug 1.'21 Aug 8,'21 Au 15,'21
5 M r W T F S S LET W T P S` tit r yV T j` S S In T 51• - 'r S S M T W T p 5 S:EA.T W 7 F S S M T W TiF S S IA.7 W 7 FIS 5'MY. n~.T W.
Apprentice 1,Journey 1,General Lai jj; ►AoluMution
Sub
anM Construction Signs
Apprenlice 1,Journey 1,General Lali3Y4
8 111h PI.
Apprentice 1,Journey 1,General Lai
Fa mr, & 1st Way
Apprenlice 1,Journey 1,General Lai
&I 348 R 1. A-
716
-at4th-91- R-sR99 Signat - - - - -
Apprenlice 1,Journey 1
7r6'
Install Cdnduil
Apprentice 1,Journey 1
7/7
_ in9laIIJ-13axes
Apprentice 1,Journey 1
Appfanhce l,Jot
rney 1
Apprenlice 1,Journey 1
Insta
I Signal Heads
Apprenlice 1,Journey 1
In
ta0 Signs
Apprenlice 1,Journey 1
Install Came ras
7115 , .2Ath Bt:-6-14th-Placv-signal
Apprenlice 1,Journey 1,General Lai
7115 in lnwall Cnhdurr
Apprenlice 1,Journey 1
7119- 111s[n11 J-Boxes
Apprentice 1,Journey 1
720 . install Signal Pule
Apprentice 1,Journey 1
7121 ' Pun wee
Apprenlice 1,Journey 1
7122 ' Install S.gm.1
Heads
Apprenlice 1,Journey 1
7/26 '
tnsrall Signs
7/27 -398+
Apprentice 1,Journey 1,General Lai
Apprenlice 1,Journey 1,General Lai
Apprentice 1,Journey 1
Apprentice 1,Journey 1
Apprenlice 1,Journey 1
Apprenlice 1,Journey 1
Apprentice 1,Journey 1,General Lei
Apprentice 1,Journey 1,General Lei
Apprentice 1,Journey 1
Apprentice 1,Journey 1,General Lai
Apprenlice 1,Journey 1,General Lai
Apprenlice 1,Journey 1
Sub
Apprenlice 1,Journey 1
Projecl: Projecll rev Task Spill ......................... Milestone ♦ Summa
Dale: Wed 728121 ry Critical
Page 1
install Conduit
7128 i brctalt J-Soxea
7/29 - Install Signal Pala
812Y Pull W It.
813 111111allSigrull Heads
6/4 7 3netall Signs
BIS
Cnhrel S pLt
it Insm8 gundul! -
87910Install J-Boxes
silo * Pull Wire
8111 0urlall Signal Pole
8112 r lnstsY Wgnal H
81164M Inat
St. & 1st
Signs
t Laapa, Stripe
FEDERAL WAY- VARIABLE LANE USE CONTROL
Bid Item
Sort Code 5
Description
Total Hours
SEEEDED LAWN INSTALLATION
2000 Wire & Cable
SEEDED LAWN INSTALL(CUYDS)
10
I TSS MOD, COMPLETE - S 324TH ST & SR 99
5000 Boxes & Cabinets
TYPE 11BOX NON SLIP W/CVR
2
TSS MOD, COMPLETE - S 324TH ST & SR 99
20000 11 Demolition
DEMO TRAFFIC SIGNAL
6
TSS MOD, COMPLETE - S 324TH ST & SR 99
1000 Conduit & Fittings
2" CONDUIT - PVC40
3 8
TSS MOD, COMPLETE - S 324TH ST & SR 99
1000 I Conduit & Fittings
2 x 24" FAD ELBOW 90 DEG - PVC40
1.6
TSS MOD, COMPLETE - S 324TH ST & SR 99
1000 I Conduit & Fittings
2" ADAPTER FEM - PVC
0,72
1 TSS MOD, COMPLETE - S 324TH ST & SR 99
1000 11 Conduit & Fittings
2" END BELL - PVC
0.24
1 TSS MOD, COMPLETE - S 324TH ST & SR 99
1000 1 I Conduit & Fittings
2" CONDUIT - RMC - GALV
1.47
TSS MOD, COMPLETE - S 324TH ST & SR 99
1000 Conduit & Fittings
2" COUPLING - RMC - GALV
0
TSS MOD, COMPLETE - S 324TH ST & SR 99
1000 Conduit & Fittings
2" ELBOW 90 DEG - RMC- GALV
13
TSS MOD, COMPLETE - 5 324TH 5T & SR 99
1000 Conduit & Fittings
2" MEASURE CUT & THREAD LABOR - RMC - GALV
1.09
I TS5 MOD, COMPLETE - S 324TH ST & SR 99
1000 1 Conduit & Fittings
2" LOCKNUT - STEEL
0.27
I T55 MOD, COMPLETE - S 324TH ST & SR 99
1000 Conduit & Fittings
2" BUSHING - PLASTIC
0.12
1 TSS MOD, COMPLETE - S 324TH ST & SR 99
15000 11 Poles & Trenching
TRENCH (24"x 3' DEEP)
16,8
TSS MOD, COMPLETE - S 324TH ST & SR 99
13050 I I Traffic Signals and Signs
1-FACE 3 HEAD TRAFFIC SIGNAL
18
TSS MOD, COMPLETE - S 324TH ST & SR 99
13050 I Traffic Signals and Signs
PEDESTRIAN SIGNAL HEAD
2.4
TSS MOD, COMPLETE - S 324TH ST & SR 99
13050 I Traffic Signals and Signs
REGULATORY SIGN ILLUMINATED
8
TSS MOD, COMPLETE - S 324TH ST & SR 99
9500 I Traffic Signal Controls
CONTROLLER MODULE
3
TSS MOD, COMPLETE - S 324TH ST & SR 99
9500 I Traffic Signal Controls
IMAGE SENSOR CAMERA W/ HDWE & TERM
17
TSS MOD, COMPLETE - S 324TH ST & SR 99
4000 Wire & Cable Accessories
MULE LINE - 1800LB
2.74
TSS MOD, COMPLETE - S 324TH ST & SR 99
2000 I I Wire & Cable
#14/2C SIGNAL CABLE AWG
2.48
TSS MOD, COMPLETE - S 324TH ST & SR 99
2000 I Wire & Cable
#14/5C SIGNAL CABLE AWG
14.99
TSS MOD, COMPLETE - 5 324TH ST & SR 99
2000 Wire & Cable
#14/7C SIGNAL CABLE AWG
4.9
1 I TSS MOD, COMPLETE - S 324TH ST & SR 99
2000 I I Wire & Cable
LOOP DETECTOR CABLE - #14/2 TW/SH
10,39
TSS MOD, COMPLETE - S 324TH ST & SR 99
2000 Wire & Cable
CBL - CMP CAT6 UTP BLU
2.05
TSS MOD, COMPLETE - S 324TH ST & SR 99
2000 I Wire & Cable
LOOP STUBOUT
6
UG HRS:
45-41
AG HRS:
93 S51
TS5 MOD, COMPLETE - S 320TH ST & 11 TH PL 5
5000 1 1 Boxes & Cabinets
TYPE 1 JBOX NON SLIP W/CVR
1
TSS MOD, COMPLETE - S 320TH ST & 11 TH PL S
5000 1 1 Boxes & Cabinets
FYPE 2 JBOX NON SLIP W/CVR
1-5
TSS MOD, COMPLETE • 5 320TH ST & 11 TH PL S
20000 1 ! Demolition
DEMO TRAFFIC SIGNAL
2
1 TSS MOD, COMPLETE - S 320TH ST & 11 TH PL 5
20000 Demolition
DEMO CONTROLLER
1
TSS MOD, COMPLETE - 5 320TH ST & 11 TH PL 5
1000 Conduit & Fittings
2" CONDUIT - PVC40
15-66
TSS MOD, COMPLETE - 5 320TH ST & 11 TH PL S
1000 Conduit & Fittings
2 x 24" RAD ELBOW 90 DEG - PVC40
16
TS5 MOD, COMPLETE S 320TH ST & 11 TH PL S
1000 Conduit & Fittings
2" ADAPTER FEM - PVC
0 72
TSS MOD, COMPLETE - S 320TH ST & 11 TH PL S
1000 Conduit & Fittings
2" ENO BELL - PVC
0,24
1 TSS MOD, COMPLETE - 5 320TH ST & 11 TH PL S
15000 1 1 Poles & Trenching
35TRAFFIC SIGNAL POLE - STEEL
10
1 TSS MOD, COMPLETE - S 320TH ST & 11 TH PL S
15000 11 Poles & rrenching
35' POLE MAST ARM - S FEEL
7 2
I TSS MOD, COMPLETE - 5 320TH 5T & 11 TH PL S
15000 Poles & Trenching
ANCHOR BOLT TEMPLATE - 4 HOLE TO 2 1/4" BOLTS
16
1 1 TSS MOD, COMPLETE - 5 320TH ST & 11 TH PL S
15000 Poles & Trenching
CONCRETE 2500 LB (CU YARD)
2-1
11 TSS MOD, COMPLETE - S 320TH ST & 11 TH PL S
15000 1 1 Pales & Trenching
36" SONO TUBE (LIN FOOT)
0.44
1 TSS MOD, COMPLETE - S 320TH ST & 11 TH PL S
15000 1 Poles & Trenching
SETUP CONCRETE POUR - PER POLE BASE
0.4
I TSS MOD, COMPLETE - S 320TH ST & 11 TH PL S
15000 Poles & Trenching
POLE BASE AUGER SETUP
0.3
TSS MOD, COMPLETE - S 320TH ST & 11 TH PL S
15000 Poles & Trenching
POLE BASE AUGER 36" DIAM (LF)
3
1 TSS MOD, COMPLETE - S 320TH ST & 11 TH PL S
15000 1 Poles & Trenching
36"x 12' CAST -IN POLE BASE
3
TSS MOD, COMPLETE - S 320TH ST & 11 TH PL S
15000 Poles & Trenching
TRENCH (24"x 3' DEEP)
39 2
TSS MOD, COMPLE TE - S 320TH ST & 11 TH PL S
15000 Poles & Trenching
36"x12' FOUNDATION REBAR CAGE
0
TSS MOD, COMPLETE - S 320TH ST & 11 TH PL 5
13050 I Traffic Signals and Signs
1-FACE 3 HEAD TRAFFIC SIGNAL
3
1 I TSS MOD, COMPLETE - S 320TH ST & 11 TH PL 5
13050 I 1 Traffic Signals and Signs
REGULATORY SIGN NON -ILLUMINATED
1.8
TSS MOD, COMPLETE- S 320TH ST & 11 TH PL S
13050 J Traffic Signals and Signs
REGULATORY SIGN ILLUMINATED
8
TSS MOD, COMPLETE - S 320TH ST & 11 TH PL S
9500 Traffic Signal Controls
CONTROLLER MODULE
3
TSS MOD, COMPLETE - S 320TH ST & 11 TH PL S
9500 I Traffic Signal Controls
IMAGE SENSOR CAMERA W/ HDWE & TERM
34
TSS MOD, COMPLETE - S 320TH ST & 11 TH PL S
4000 I1 Wire & Cable Accessories
MULE LINE - 1800LB
2.84
TSS MOD, COMPLETE - S 320TH ST & 11 TH PL S
2000 1 Wire & Cable
# 6 BARE COPPER - 7-STRAND
0.15
TSS MOD, COMPLETE - S 320TH ST & 11 TH PL 5
2000 I I Wire & Cable
#14/2C SIGNAL CABLE AWG
1.86
TSS MOD, COMPLETE - S 320TH ST & 11 TH PL S
2000 I Wire & Cable
#14/5C SIGNAL CABLE AWG
15.29
TSS MOD, COMPLETE - S 320TH ST & 11 TH PL 5
2000 Wire & Cable
LOOP DETECTOR CABLE - #14/2 TW/SH
4.84
TSS MOD, COMPLETE - S 320TH ST & 11 TH PL 5
2000 I ( Wire & Cable
CBL - CMP CAT6 UTP BLU
1.54
TSS MOD, COMPLETE - S 320TH ST & 11 TH PL 5
2000 I Wire & Cable
LOOP STUBOUT
2
UG HRS:
90,961
AG HRS:
78.32]
TSS MOD, COMPLETE- S 336TH ST & 1 ST WAY ST
5000 1 Boxes & Cabinets
TYPE 1 JBOX NON SLIP'W/CVR
3:
1 TSS MOD, COMPLETE • 5 336TH ST & 1 ST WAY ST
20000 1 Demolition
DEMO TRAFFIC SIGNAL
1 TSS MOD, COMPLETE - 5 336TH ST & 1 ST WAY ST
20000 1 Demolition
DEMO CONTROLLER
TSS MOD, COMPLETE - S 336FH ST & 1 ST WAY ST
20000 1 Demolition
DEMO WIRE
11,26
FSS MOD, COMPLETE- S 336TH ST & 1 ST WAY ST
1000 1 Conduit & Fittings
2" CONDUIT - PVC40
4,64
I I TSS MOD, COMPLETE - S 336TH ST & 1 ST WAY ST
1000 I I Conduit & Fittings
2 x 24" RAD ELBOW 90 DEG - PVC40
24
I I TSS MOD, COMPLETE - S 336TH ST & 1 ST WAY ST
1000 I I Conduit & Fittings
2" ,ADAPTER FEM - PVC
1.08
1 I T55 MOD, COMPLT rE - S 336TH ST & 1 ST WAY ST ,
I000 I Corsduft & Flumgs
2" END BELL - PVC
0.36
f I T55 MOD, CUM PLETE S 336TH ST & 1 ST WAY ST
15DD0 I I Poles & Trenching
35' TRAFFIC SIGNAL POLE - STEEL
10
TSS MOD, COMPLETE - S 336TH ST & 1 ST WAY ST
15000 Poles & Tr"ching
60' POLE MAST ARM - STEEL
12.8
I TSS MOD, COMPLETE - S 335TI4 51 & 1 ST WAY ST
1_5W00 I Pnlas & Trimchlog
ANCHOR BOLT TEMPLATE - 4 HOLE TO 21/4" BOLTS
16
TSS MUD. COMPLETE 5 3i5TH 5T & 1ST WAY ST
ISOM I I Poles &. Trenc+rrng
CONCRETE 2500 LB (CU YARD)
2.1
I I TSS MUD. COMPLETE - S 336TH ST & 1 ST WAY ST
15000 I I Poles & Trenching
36'. SONO TUBE (UN FOOT),
0.44
11 TSS MOD, COMPLETE - S 336TH ST & 1 ST WAY ST
15WW 1 I Poles & rrencNng
SETUP CONCRETE POUR- PER POLE BASE
0.4
TSS MOD, COMPLETE - S 336TH ST & 1 ST WAY ST
15DW I I Axles & rrenching
POLE BASE AUGER SETUP
0.3
1 I TSS MOD, COMPLETE - S 336TH ST & 1 ST WAY ST
15000 I Poles & Trenching
POLE BASE AUGER 36" DIAM (LF)
3
11 TS5 MOD, COMPLETE - S 336TH ST & 1 ST WAY ST
I.5000 11 Pales & Trenching
36" x 12' CAST4N POLE BASE
3
11 TSS MOD, COMPLETE - S 336TH ST & 1 ST WAY ST
I50W0 I I Pokes 8 Trenching
TRENCH (24"x 3' DEEP)
226
I I TSS MOD, COMPLETE - S 336TH ST & 1 ST WAY ST
15 :1 '• ;; •1. % ? ',,:.•. > -,_
36"x12' FOUNDATION REBAR CAGE
n
I TSS MOD, COMPLETE - S 336TH ST & 1 ST WAY ST
130501 1 Traffic Signals and Signs
1-FACE 3 HEAD TRAFFIC SIGNAL
9
11 TSS MOD, COMPLETE - S 336TH ST & 1 ST WAY ST
13050 1 I Traffic Signals and Signs
REGULATORY SIGN NON -ILLUMINATED
9
TSS MOD, COMPLETE - 5 336TH ST & 1 ST WAY ST
13050 I Traffic Signals and Signs
REGULATORY SIGN ILLUMINATED
8
TSS MOD, COMPLETE - S 336TH ST & 1 ST WAY ST
9500 I 1 Traffic Signal Controls
CONTROLLER MODULE
6
TSS MOD, COMPLETE - S 336TH ST & 1 ST WAY ST
9500 I Traffic Signal Controls
IMAGE SENSOR CAMERA W/ HDWE & TERM
17
I I TSS MOD, COMPLETE - S 336TH ST & 1 ST WAY ST
4000 Wire & Cable Accessories
MULE LINE-1800LB
11
1 I TSS MOD, COMPLETE - 5 336TH ST & 1 ST WAY ST
2000 I I Wire & Cable
# 6 BARE COPPER - 7-STRAND
W.15
I TSS MOD, COMPLETE - S 336TH ST & 1 ST WAY ST
2000 I I Wire & Cable
#14/2C SIGNAL CABLE AWG
5.43
I I T5S MOD, COMPLETE - S 336TH ST & 1 ST WAY ST
2000 I I Wire & Cable
#14/SC SIGNAL CABLE AWG
14.49
TSS MOD, COM PLETE - S 336TH ST & 1 ST WAY ST
2000 Wire & Cable
CBL - CMP CAT6 UTP BLU
1.12
UG HRS: 83.981
AG HRS: 71.24
UG HRS: 220.35
AG HRS:, 241.56
DRIVE TIME:I 39
TOTAL H RS:1 500.91
9/24121, 3:25 PM Corporations and Charities System
ii ; ass iri��ons-and Charities Filing SystemIon
BUSINESS INFORMATION
NORTHEAST ELECTRIC, LLC
602 482 576
WA LIMITED LIABILITY COMPANY
ACTIVE
1780 DOWN RIVER DR, WOODLAND, WA, 98674-9699, UNITED STATES
1780 DOWN RIVER DR, WOODLAND, WA, 98674-9699, UNITED STATES
03/31/2022
UNITED STATES, WASHINGTON
03/11/2005
PERPETUAL
OTHER SERVICES, ELECTRICAL CONTRACTOR
REGISTERED AGENT INFORMATION
DANIEL P HALBERG
1780 DOWN RIVER DR, WOODLAND, WA, 98674-9699, UNITED STATES
GOVERNORS
Title Governors Type
GOVERNOR INDIVIDUAL
hftps://ccfs.sos.wa.gov/#/BusinessSearch/Businesslnformation
Entity Name
Business Name:
UBI Number:
Business Type:
Business Status:
Principal Office Street Address:
Principal Office Mailing Address:
Expiration Date:
Jurisdiction:
Formation/ Registration Date:
Period of Duration:
Inactive Date:
Nature of Business:
Registered Agent Name:
Street Address:
Mailing Address:
First Name Last Name
DANIEL HALBERG
fiTA
9/24/21, 3:25 PM
Corporations and Charities System
Title
Governors Type
Entity Name Rrst Name
Last Name
GOVERNOR
INDIVIDUAL
BARRI
HALBERG
GOVERNOR
INDIVIDUAL
TROY
HALBERG
GOVERNOR
INDIVIDUAL
STEVEN
HALBERG
Back
Filing History Name History Print Return to Business Search
https://ccfs.sos.wa.gov/#/BusinessSearch/Businessinformation 2/2
9/24/21, 3:26 PM
Washington State Department of Revenue
< Business Lookup
License Information:
Entity name:
NORTHEAST ELECTRIC, LLC
Business name:
NORTHEAST ELECTRIC, LLC
Entity type:
Limited Liability Company
UBI #:
602-482-576
Business ID:
001
Location ID:
0001
Location:
Active
Location address: 1780 DOWN RIVER DR
WOODLAND WA 98674-9699
Mailing address: 1780 DOWN RIVER DR
WOODLAND WA 98674-9699
Excise tax and reseller permit status: Click here
Secretary of State status: Click here
Endorsements
Endorsements held at this loci License # Count
Aberdeen General Business 215979
- Non -Resident
Battle Ground General
Business - Non -Resident
Bonney Lake General
Business - Non -Resident
Burien General Business - 13537
Non -Resident
Centralia General Business -
Non -Resident
Details
C?�
New search Back to results
Page 1 of 3
Filter
Status Expiration dat First issuance
Active Feb-01-2018
Active Mar-31-2022 Dec-08-2016
Active Jun-30-2022 Jul-13-2021
Active Mar-31-2022 Jan-08-2019
Active Jul-31-2022 Jul-14-2021
https://secure.dor.wa.gov/gteunauth/—,/#4 1/3
9/24/21, 3:26 PM Washington State Department of Revenue
Endorsements held at this loci License # Count Details Status
Chehalis General Business - Active
Non -Resident
Chelan General Business 2378
Non -Resident
East Wenatchee General
Business - Non -Resident
Eatonville General Business
- Non -Resident
Federal Way General 14-105028-00
Business - Non -Resident
Fife General Business -
Non -Resident
Issaquah General Business -
Non -Resident
Kelso General Business -
Non -Resident
Kennewick General Business
- Non -Resident
La Center General Business 19-0084
- Non -Resident
Governing People May include governing people not registered with Secretary o/State
Governing people Title
HALBERG, BARRI R
HALBERG, DANIEL P
HALBERG, STEVEN
HALBERG, TROY R
Active
Active
Active
Active
Active
Active
Active
Active
Active
Expiration dat First issuance i
May-31-2022 Jul-16-2021
Mar-31-2022 Jun-25-2018
Mar-31-2022 Jun-29-2017
Mar-31-2022 Aug-31-2017
Mar-31-2022 Sep-30-2014
Mar-31-2022 Oct-26-2020
Mar-31-2022 Jan-11-2012
Mar-31-2022 May-26-2011
Mar-31-2022 Mar-17-2020
Mar-31-2022 Jan-01-2015
View Additional Locations
The Business Lookup information is updated nightly. Search date and time: 9/24/2021
3:26:11 PM
https://secure.dor.wa.gov/gteunauth/_/#4 2/3
9/24/21, 3:26 PM
Washington State Department of Revenue
Contact us
How are we doing?
Take our survey!
Don't see what you expected?
Check if your browser is supported
https://secure.dor.wa.gov/gteunauth/_/#4 3/3
Sara Gilchrist
From: Troy Hallberg <troyh@nellc.net>
Sent: Friday, September 24, 2021 9:21 AM
To: Sara Gilchrist
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.
Yes he is approved as well.
Thanks,
Troy Halberg
Office:360-225-7004
Cell:360-931-3990
Fax:360-225-7001
NORTHEAST ELECTRIC I.I.C.
On Fri, Sep 24, 2021 at 9:18 AM Sara Gilchrist <Sara.Gilchrist cit offederalwa .com> wrote:
Thank you, Troy! It appears it was Mike Williamson that signed. Can you approve him for signing the
amendments?
From: Troy Hallberg <troyh@nellc.net>
Sent: Friday, September 24, 2021 6:52 AM
To: Sara Gilchrist <Sara.Gilchrist cit offederalwa .com>
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.
Trevor Johnson and Keith Johnston have signature authority.
Thanks,
Troy Halberg
Office:360-225-7004
Cell:360-931-3990
Fax:360-225-7001
NORTHEAST ELECTRIC LLC.
On Thu, Sep 23, 2021 at 4:03 PM Sara Gilchrist <Sara.Gilchrist@cityoffederalway.com> wrote:
Good afternoon Troy,
We received the signed amendment in the mail. I'm working to process it, but I'm having trouble
locating the signature authority documentation for the person that is signing the amendments.
Would you mind sending that my way when you get the chance, so that I can include it with this
amendment?
Thanks,
Administrative Assistant Assistant II
Federal Way
R-���W ,,
Public Works Department
33325 8th Ave 5, Federal Way, WA 98003
Desk: (253) 835-2706 * Fax: (253) 835-2709
Sara.ailchrist@cityoffederalway.com
c i tygffed e ra I wa y. co m
F]
Follow us on Facebook!
RETURN TO: PW ADMIN EXT: 2700 ID #: 3851
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIv: PUBLIC WORKS / Capital Englneerin
2. ORIGINATING STAFF PERSON: NaVeen Chandra EXT: 253-797-6ii 3. DATE REQ. BY:-
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
® CONTRACT AMENDMENT (AG#): 20-088 ❑ INTERLOCAL
❑ OTHER
4. PROJECT NAME: Variable Lane Use Control
5. NAME OF CONTRACTOR: Northeast Electric, LLC
ADDRESS: 1780 Down river Drive Woodland W
E-MAIL: troyhdnellec.net
SIGNATURENAME: Troy Halbera
TELEPHONE: JbU-1L0-1 UU4
FAX:
TITLE: Manager
6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES . ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE # 14-105028-00 BL, EXP.12/31/ UBI # 602482576 , EXP. _ / /
7. TERM: COMMENCEMENT DATE: 7/16/2020 COMPLETION DATE: 100 Working Days (002= Od
8. TOTAL COMPENSATION: $ $522,218.12($0 as CO # 2.) ®. (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑ YES ❑ NO IF YES, S PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: ❑ RETAWAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAWAGE BOND PROVIDED
❑ PURCHASING: PLEASE CHARGE TO: 306-4400-202-595-20-10 & 306-4400-213-650-64-650
9. DOCUMENT / CONTRACT REVIEW
8 PROJECT MANAGER
8 DIVISION MANAGER
6 DEPUTY DIRECTOR
A DIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE)
6 LAW DEPT
10. COUNCIL APPROVAL (IF APPLICABLE)
11. CONTRACT SIGNATURE ROUTING
INIT,,I^AL / DATE REVIEWED INITIAL / DATE APPROVER
�/Yaveen ��and a 12)16/2020
DSW 12/29/2020
ER 12/31/20
SCHEDULED COMMITTEE DATE:
SCHEDULED COUNCIL DATE:
COMMITTEE APPROVAL DATE:
COUNCIL APPROVAL DATE:
❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC, D:
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 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
SIGNATORY (MAYOR OR DIRECTOR
t CITY CLERIC.
❑ ASSIGNED AG #
❑ SIGNED COPY RETURNED
COMMENTS:
EXECUTE- 2 " ORIGINALS
u \gyp L\ o
AG : - C]
DATE SENT:
1/2020
213
PROJECT NUMBER
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
AG 20-088
AGREEMENT NUMBER
VARIABLE LANE USE CONTROL
PROJECT TITLE
02
CHANGE ORDER NUMBER EFFECTIVE DATE
SUMMARY OF PROPOSED CHANGES:
This Change Order covers the work changes summarized below:
NORTHEAST ELECTRIC, LLC
CONTRACTOR
The executed contract per section 1-08.6 Suspension of Work included the following:
"Charging of contract time will resume upon delivery of critical materials to the Contractor or 120 calendar
days after execution by the Contracting Agency, Whichever occurs first." The suspension of work from the
date of execution of contract agency and 120 calendar days will fall on November 4, 2020. The order to
suspend to work # 1 was authorized until November 16, 2020 to procure materials for the project per the
attached letter dated August 5, 2020.
The contractor requested suspension of work until January 2020 due to COVID, wildfires and also serious
delay of materials due to hurricanes via email on October 21, 2020 (attached). The contractor request
was approved via email dated October 22, 2020 (attached). The materials for the change order # 1
related work was not shipped until March 16, 2021. The City also prioritized another City project over this
project to be completed by the same contractor which resulted in the extending the suspension of work
for this project until June 15, 2021. Therefore, this change order authorizes suspension of work until June
15, 2021.
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
THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE.
ITEM NO. ITEM
NONE
TOTAL NET CONTRACT: $0
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT
PREVIOUS CHANGE ORDERS
THIS CHANGE ORDER
NEW CONTRACT AMOUNT
QTY UNIT PRICE ADD
(INCREASE $0 j
$444,961.00
$73, 072.82
$0.00
$518,033.82
CHANGE ORDER # 1
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
OCTOBER 2020 PROJECT # 213
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
PUBLIC WORKS DIRECTOR
CHANGE ORDER # 1
CITY OF FEDERAL WAY
OCTOBER 2020
l 2 l `'L o2 k
DATE
VARIABLE LANE USE CONTROL
PROJECT # 213
RETURN TO: PW ADMIN EXT: 2700 ID #: 3823
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/Div: PUBLIC WORKS / Capital Engineering
2. ORIGINATING STAFF PERSON: Naveen Chandra EXT: 253-797-6b 3. DATE REQ. BY:
3. TYPE OF DOCUMENT (CHECK ONE):
O 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
m CONTRACT AMENDMENT (AG#): 20-088 _ ❑ INTERLOCAL
❑ OTHER
4. PROJECT NAME: VARIABLE LANE USE CONTROL - change order #1
5. NAME OF CONTRACTOR: Northeast Electric, LLC
ADDRESS: 1780 Downriver Drive, Woodland, WA 98674 TELEPHONE: 360-225-7004
E-MAIL: trovh@nellec.net FAX:
SIGNATURE NAME: Troy HaIberg TITLE: Manager
6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE # 14-105028-00 13 EXP.12/31/ uBi # 602482576 . EXP. / /
7. TERM: COMMENCEMENT DATE: 7/16/2020 COMPLETION DATE: 100 Working Days (CO # 1 =
8. TOTAL COMPENSATION: $ $522,218.12 $77,257.12 as CO # 1 (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: [3 YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: S
IS SALES TAX OWED: 0 YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: q RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
M PURCHASING: PLEASE CHARGE TO: C36213-26500 $ 306-4400-213-650-64-650
9, DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED
8 PROJECT MANAGER . -`. 1.1-2.
8 DIVISION MANAGER SLH 10121/2020
8 DEPUTY DIRECTOR DSW 10/2912020
S DIRECTOR - -
❑ RISK MANAGEMENT (IF APPLICABLE)
6 LAW DEPT ER 11/3/2020
10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE:
SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE:
11. CONTRACT SIGNATURE ROUTING
❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC,D:
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
INITIAL / DATE SIGNED
❑ FINANCE DEPARTMENT
❑ LAW DEPT
IGNATORY (MAYOR OR R: CTOR) l -L 1 14.2 �
l CI
iTY CLERK q vv1.
❑ ASSIGNED AG # AG
❑ SIGNED COPY RETURNED DATE SENT:
COMMENTS:
EXECUTE " 2 " ORIGINALS
113020
213
PROJECT NUMBER
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
AG 20-088
AGREEMENT NUMBER
VARIABLE LANE USE CONTROL
PROJECT TITLE
01
CHANGE ORDER NUMBER EFFECTIVE DATE
SUMMARY OF PROPOSED CHANGES:
This Change Order covers the work changes summarized below:
NORTHEAST ELECTRIC, LLC
CONTRACTOR
The Enchanted Parkway S and S 348th Street intersection was removed via Addendum 05 from the bid
documents as we were unable to obtain WSDOT Approval. The City identified an alternate fourth location
and worked to obtain WSDOT and FHWA approval for Variable Lane Use Control at 1st Avenue S
northbound and S 348th Street intersection, which will modify the intersection by varying the existing
through/right turn lane to a right turn only during morning peak hours. The 1st Avenue S and S 348th
Intersection Variable Lane Use Control Plans and Specification has been made part of this change order.
The cost also includes traffic control for the construction of the project.
The time provided for completion in the Contract is
❑ Unchanged
® Increased by 10 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
THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE
ITEM NO. ITEM QTY UNIT PRICE ADD
BI 23 Traffic Signal Modification Complete- 1 $73,072.82 $73,072.82
1st Avenue S and S 348th
TOTAL NET CONTRACT: $518,033.82
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT
PREVIOUS CHANGE ORDERS
THIS CHANGE ORDER
NEW CONTRACT AMOUNT
CHANGE ORDER # 1
CITY OF FEDERAL WAY
OCTOBER 2020
INCREASE $73,072.82
$444,961.00
$0_0
$73,072.82
$518,033.82
VARIABLE LANE USE CONTROL
PROJECT # 213
STATEMENT:
Payment for the above work will be in accordance with applicable portions of the standard specifications,
and with the understanding that all materials, workmanship and measurements shall be in accordance
with the provisions of the standard specifications, the contract plans, and the special provisions governing
the types of construction. The execution of this Change Order shall constitute full satisfaction and a
waiver of any and all claims by the Contractor arising out of, or relating in any way to, the Work identified,
to be performed, or deleted pursuant to Change Order except as specifically described in this Change
Order.
r� 3 -ZO
CONTRACTOR'S SIGNATURE DATE
PUBLIC WORKS DIRECTOR
CHANGE ORDER # 1
CITY OF FEDERAL WAY
OCTOBER 2020
06.E kkIzHIT07->
DATE
VARIABLE LANE USE CONTROL
PROJECT # 213
1012912020 Corporations and Charities System
lr;w ssC iri�g a ris-and Charities Filing System
BUSINESS INFORMATION
Business Name:
NORTHEAST ELECTRIC, LLC
UBI Number-
602 482 576
Business Type -
WA LIMITED LIABILITY COMPANY
Business Status:
ACTIVE
Principal Office Street Address:
1780 DOWN RIVER DR,, WOODLAND, WA, 986749699, UNITED STATES
Principal Office Mailing Address:
1780 DOWN RIVER DR WOODLAND, WA, 986749699, UNITED STATES
Expiration Date:
03/31/2021
jurisdiction:
UNITED STATES, WASHINGTON
Formation/ Registration Date:
03/1 1 I2005
Perlad a Duration:
PERPETUAL
Inactive Date.
Nature of Business:
OTHER SERVICES, ELECTRICAL CONTRACTOR
REGISTERED AGENT INFORMATION
DANIEL P HALBERG
1780 DOWN RIVER DR, WOODLAND, WA, 986749699, UNITED STATES
Registered Agent Name-
Street Address.-
Mailing Address:
GOVERNORS
Title Governors Type Entity Name First Name Last Name
GOVERNOR INDIVIDUAL DANIEL HALBERG
hftps://cGfs.sos.wa.gov/*/BusinessSearch/Businesslnformation
1 /2
10/29/2020
Corporations and Charities System
Title
Govemors Type
Entity Name First Name
Last Name
GOVERNOR
INDIVIDUAL
BARRI
HALBERG
GOVERNOR
INDIVIDUAL
TROY
HALBERG
GOVERNOR
INDIVIDUAL
STEVEN
HALBERG
Back
Filing History Name History Print Return to Business Search
https:Hccfs.sos.wa.gov/#/BusinessSearchBusinessInformation 2/2
RETURN TO: PW ADMIN EXT: 2700 ID #: 3 i 5 5
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
ORIGINATING DEPT/DIV: PUBLIC WORKS / Capital Projects
ORIGINATING STAFF PERSON: John Mulkey EXT: 261-3668 3, DATE REQ. BY
TYPE OF DOCUMENT (CHECK ONE):
O CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
0 PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
O 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. PROJECT NAME: Variable Lane Use Control
NAMEOFCONTRACTOR: Northeast Electric, LLC
ADDRESS: 1780 Down River Drive, Woodland, WA 98674
E-MAIL: troyh+wa7nellc.n t
SIGNATURE NAME: Troy Halberg _
TELEPHONE:
FAX: 360-c
TITLE:
i. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION O INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHEF
REFERENCED EXHIBITS O PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES O PRIOR CONTRACT/AMENDMENTS
CFW LICENSE# 14-1 05028-0( 13E., EXP. 12/31/ = uBI # 602-482-576 , EXP.
F.
TERM: COMMENCEMENT DATE: Upon execution
COMPLETIoN DA1 F: Upon Completion 90 WD
1. TOTAL COMPENSATION: $ 444,961 (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES 0 NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑ YES 0 NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: n RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
O PURCHASING: PLEASE CHARGE TO: c36213-26500 306-4400-213-650-64-650
�. DOCUMENT / CONTRACT REVIEW
8 PROJECT MANAGER
8 DIVISION MANAGER
8 DEPUTY DIRECTOR
8 DIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE)
8 LAW DEPT
0. COUNCIL APPROVAL (IF APPLICABLE)
CONTRACT SIGNATURE ROUTING
INITIAL / DATE REVIEWED
JRM 5/19120
SLH 5/21/20
DSW 5/27/20
ER 5/29/2020
SCHEDULED COMMITTEE DATE:
SCHEDULED COUNCIL DATE:
INITIAL / DATE APPROVED
COMMITTEE APPROVAL DATE: 5/4/20
COUNCIL APPROVAL DATE: 5/19/20
❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC'D:
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
❑ CREATE ELECTRONIC REMTNDER/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
L7 L PT _ Z
[GNATORY (MAYOR OR DIRECTOR)
❑ CITY CLERK
❑ ASSIGNED AG #
❑ SIGNED COPY RETURNED DATE SENT:
:OMMENTS:
;XECUTE " 1 "ORIGINALS
rhis is for review of the filled in contract to send the Conlractor Contracts documents were previously reviewed on a separate routing form prior to electronic routing
1 /2020
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
. ORIGINATING DEPT/DIv: PUBLIC WORKS / STREETS
ORIGINATING STAFF PERSON: JOHN MULKEY
TYPE OF DOCUMENT (CHECK ONE):
CONTRACTOR SELECTION DOCUMENT (E.(I. RFB RFP, RFQ)
EXT:2722 3. DATE REQ. BY:ASAP!!!!!!!!!!!
❑ 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
. PROJECT NAME: CITYWIDE VARiABLELANE USE CONTROL
NAME OF CONTRACTOR:
ADDRESS:
E-MAIL:
S IGNATURE NAME: STEPHANIE
TELEPHONE
FAX:_
TITLE:
EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE# BL, EXP. 12/31/19 UBI# _, EXP. 12/31/19
. TERM: COMMENCEMENT DATE: UPON EXECUTION COMPLETION DATE:
TOTAL COMPENSATION: $ (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $ ,SOO TOTAL
IS SALES TAX OWED: ❑ YES
RETAMAGE: RETAINAGE AMOUNT:
❑ PURCHASING: PLEASE CHARGE TO:
❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY
❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR o RETAINAGE BOND PROVIDED
DOCUMENT / CONTRACT REVIEW
PROJECT MANAGER
DIVISION MANAGER
�G DEPUTY DIRECTOR
*DIRECTOR
o RISKMANAGEMENT (1FAPPLICABLE)
)SLAW DEPT
O. COUNCIL APPROVAL (IF APPLICABLE)
1. CONTRACT SIGNATURE ROUTING
INITIAL/ DATE REVE •WFD
-� z D
L
COMMITTEE APPROVAL DATE:
INITIAL / DATE APPROVED
COUNCIL APPROVAL DATE:
❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC'D:
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
❑ FINANCE DEPARTMENT
❑ LAW DEPT
❑ SIGNATORY (MAYOR OR DIRECTOR)
❑ CITY CLERK
❑ ASSIGNED AG #
❑ SIGNED COPY RETURNED
❑ RETURN ONE ORIGINAL
IOMMENTS:
XECUTE ° 2 " ORIGINALS.
INITIAL / DATE SIGNED
AG#
DATE SENT:
/2017
CONFORMED SET
CITY OF
Federal Way
BID AND CONTRACT DOCUMENTS
AND SPECIFICATIONS
FOR
VARIABLE LANE USE CONTROL
PROJECT # 213
RFB # 20-002
FEDERAL AID # AID-0443(009)
City of Federal Way
Public Works Department
33325 8th Avenue South
Federal Way, WA 98003
BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS
FOR
VARIABLE LANE USE CONTROL
PROJECT # 213
RFB # 20-002
GRANT FUNDING FEDERAL AID # AID-0443(009)
Bids Accepted Until 9:30 a.m., April 28, 2020 at
City of Federal Way
33325 8th Avenue South
Federal Way, WA 98003
Prepared By:
Transpo Group
12131 113th Ave NE #203
Kirkland, WA 98034
The contract plans and specifications for this Project have been reviewed and approved by:
Public Works Director/Deputy Public Works Director
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
MAY 2020 — CONFORMED RFB-i PROJECT #213 I RFB #20-002
CFW RFB VERSION 2019 06 11
TABLE OF CONTENTS
PAGE
ADVERTISEMENTFOR BIDS.........................................................................................:...,.................................3
INSTRUCTIONS TO BIDDERS & CHECKLISTS.. ...... .. . ..................................................................................... 5
BIDPROPOSAL.....................................................................................................................................................7
BIDBOND.............................................................................................................................................................12
SUBCONTRACTORLIST....................................................................................................................................13
CONTRACTOR WAGE LAW COMPLIANCE CERTIFICATION.........................................................................14
PROPOSAL FOR INCORPORATING RECYCLED MATERIALS.......................................................................15
UDBE UTILIZATION CERTIFICATION .......... ........ ...........:.......... .............................. .......................................... 16
UDBE WRITTEN CONFIRMATION DOCUMENT................................................................................................17
UDBEBID ITEM BREAKDOWN..........................................................................................................................18
UDBETRUCKING CREDIT FORM......................................................................................................................20
PUBLICWORKS CONTRACT.............................................................................................................................22
SAMPLECONTRACT CHANGE ORDER...........................................................................................................31
CERTIFICATE OF INSURANCE..........................................................................................................................33
PERFORMANCEAND PAYMENT BOND...........................................................................................................34
SPECIALPROVISIONS...........................................................................................................................................
STANDARDPLANS AND DETAILS........................................................................................................................
FHWA1273...............................................................................................................................................................
PREVAILINGWAGES AND BENEFIT CODE KEY.................................................................................................
PROJECTPLANS............................................................................................................. BOUND SEPARATELY
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
FEBRUARY 2020 RFB-ii PROJECT #213 / RFB #20-002
CFW RFB VERSION 2019.06.11
ADVERTISEMENT FOR BIDS
VARIABLE LANE USE CONTROL
SUBMITTAL OF SEALED BIDS:
Notice is hereby given that the City of Federal Way will receive sealed bids through April 28, 2020, at 9:30 a.m.
at the City Hall Finance Department at 33325 8th Avenue South, Federal Way, Washington 98003. Bid must be
submitted via USPS mail or Federal Express only. No hand submittals will be accepted as Federal Way City Hall
is closed to the Public. Proposals received after said date and time will not be considered. All timely bids will be
opened and read publicly aloud in the Hylebos Conference Room, City Hall 33325 8th Avenue South, Federal
Way, Washington 98003 at 9:35 a.m. on April 28, 2020. Bid opening will be available for viewing by the public
via Zoom video conferencing. To join the Zoom Meeting connect via the internet at:
https://zoom. us/j/773583577
Meeting ID: 773 583 577
Dial by your location: +1 253 215 8782 US
Meeting ID: 773 583 577
This project shall consist of: the implementation of Variable Lane Use Control at four locations within the City of
Federal Way. The lane assignments for certain lanes will vary based on the detected demand and by time -of -
day. In support of this, signal modifications at each of the intersections will be needed, including the installation
of new mast arm poles, blank -out signs, signal heads, detection, and re -wiring of existing intersections. Three of
these locations will also be operating on the City's upcoming SCOOT adaptive signal control system.
The City anticipates awarding this project to the successful bidder and intends to give Notice to Proceed as
soon as the Contract and all required documents are executed in full. Regardless of the date of award or Notice
to Proceed, the Contractor must complete all work within 90 working days.
BID DOCUMENTS: Plans, Specifications, Addenda, and plan holders list are available on-line through Builders
Exchange of Washington at www.bxwa.com. Click on: "Posted Projects," "Public Works," and "City of Federal
Way." It is recommended that Bidders "Register" in order to receive automatic e-mail notification of future
addenda and to place themselves on the "Bidders List." Bidders that do not register will need to periodically
check on-line for addenda issued on this project. Contact Builders Exchange of Washington at (425) 258-1303
if you require assistance with access or registration. An informational copy of plans, specifications, and
addenda are available for viewing only at the City of Federal Way Finance Department.
QUESTIONS: Any questions must be directed to John Mulkey, P.E., Senior Capital Engineer, by email at
Cohn.mulkeyp_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
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
FEBRUARY 2020 RFB-3 PROJECT #213 / RFB #20-002
CFW RFB VERSION 2019. 06,11
all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement,
disadvantaged business enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit bids
in response to this invitation and will not be discriminated against on the grounds of race, color, national origin,
or sex in consideration for an award. The City encourages minority and women -owned firms to submit bids
consistent with the City's policy to ensure that such firms are afforded the maximum practicable opportunity to
compete for and obtain public contracts.
The City of Federal Way reserves the right to reject any and all bids, waive any informalities or minor
irregularities in the bidding, and determine which bid or bidder meets the criteria set forth in the bid documents.
DATES OF PUBLICATION:
Daily Journal of Commerce
Federal Way Mirror
CITY OF FEDERAL WAY
FEBRUARY 2020
Publish February 28, 2020 and March 6, 2020
Publish February 28, 2020 and March 6, 2020
VARIABLE LANE USE CONTROL
RFB-4 PROJECT #213 I RFB #20-002
CFW RFB VERSION 2019.06.11
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(d�citVoffederalway.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 VARIABLE LANE USE CONTROL
FEBRUARY 2020 RFB-5 PROJECT #213 / RFB #20-002
CFW RFB VERSION 2019.06.11
(8)
(9)
BIDDER'S CHECKLIST
The bidder's attention is especially called to the following forms, which must be executed in full as
required. Failure to comply may result in rejection of any bid not so complying.
❑ Bid Proposal: The Bid Proposal shall be completed and fully executed, including filling in the
total bid amount.
❑ Bid Bond: This form is to be executed by the bidder (and the surety company as appropriate,
depending upon the option selected by the bidder).
❑ Subcontractor List: The Subcontractor List shall be filled in by the bidder
❑ Contractor Certification — Wage Law Compliance: This form shall be filled in and fully
executed by,the bidder.
❑ Proposal for Incorporating Recycled_ Materials: This form shall be filled in and executed by
the bidder.
❑ 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.
❑ Apprenticeship Plan: This form shall be filled in by the bidder.
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 VARIABLE LANE USE CONTROL
FEBRUARY 2020 RFB-6 PROJECT #213 / RFB #20-002
CFW RFB VERSION 2019 06.11
BID PROPOSAL
VARIABLE LANE USE CONTROL
PROPOSAL SUBMITTED TO:
City of Federal Way
33325 8th Ave South
Federal Way, Washington 98003-M25
PROPOSAL SUBMITTED BY -
Bidder: }' WVJ)_�� R, LC_b'l G) LLC,,
Full Legal Name of Firm
Contact: w a
Individual with Eagal Authority to sign Bid and Contract
Address: li b o Cowin IZ.i yfY 10h v
Street Address
WbC\, G_,() d WA,
City, State Zip
Phone:
E-M a i I:
t
Select One of the Following. Corporation
:o Partnership,
❑ Individual
❑ Other
State Contractor's License No:; N b V—N E L 611j 1 o iA
State Contractor's License Expiration Date: —3 - - -i 2_L[ 1 2 D L- i
Month Day Year
State UBI No.: D LIP
State Worker's Comp. AccountNo.; Lo--534 ` C)
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
FEBRUARY 2020 RFB-7 PROJECT #2131 RFB #20-002
CFW RF8 VERSION 2019 06.1 i
Provided to Builders Exchange of 19A, Inc. For usage Conditions Agreerne_:t see www.bxwa.com - Flways Verify Scal
NOTE. All entries shall he wrilter; fn ink or typed Unit prkO.5 for all items, all extensions, and fotat anloel►1t of bid shalt be
shown. Enter unit priGes in ncanencal figures only, in dollars and cents to two (2) decimal places (indudirig Or while dollar
amounts) All figures must be clearly legible. Bids with illegible figures in the unit price oolumn will be regarded as
nonresponsive. Where conflict occurs between the unit pace and t1he fatal amount specified for any item, the unit price shall
prevail, and totals shall be corrected to confonn thereto. The Sidder shall corr'iplete this entire Bid Fonn orthis bid may be
considered non -responsive. The City may correct obvious malhemafical errors. The City of Fecreral Way reserves the right
to reject any and all bids, waive any informalities or minor irregutarities in the bidding, and determine whichbid or bidder
meets the criteria set forth in the bid documents.
SCHEDULE A: INTERSECTION IMPROVEMENTS
All unit prices shall include applicable sales tax (Roadway Improvements)
Item
No.
Spec.
Div.
Bid Item Description
Unit
Plan
n
Unit Price
Amount
1
1-04
MINOR CHANGES
FA
LS
HR
1
1
400
$4,000.00
$Okir510.0U
$td pQ
$4,000.00
$
$ 4,000.0o
2
1-05
1707
ROADWAY SURVEYING
3
TRAINING
4
1-07
SPILL PREVENTION, CONTROL; AND
.COUNTERMEASURES PLAN
LS
1
$ 4,3101 00 $
5
1-05
MOBILIZATION
LS
1
$381c-'(01 00
$�Q���
6
1-10
TRAFFIC CONTROL SUPERVISOR
LS
1
$ +
$ 1�i�00
7
1-10
FLAGGING
HR
450
$ O�
$`Z1i000.��
8
1-10
OTHER TRAFFIC CONTROL LABOR
HR
225
1$
9
1-10
CONSTRUCTION SIGNS, CLASS A
SF
75
$ 30,00
$ 2i2�o•od
10
1-10
SEQUENTIAL ARROW SIGN
HR
225 !$
p .pub
U U
$
t Vl!
11
1-10
OFF -DUTY UNIFORMED POLICE
OFFICER
HR
36
$ ((0.00
12
1-10
OTHER TEMPROARY TRAFFIC
CONTROL
LS
1
$ Z2i�dQ.od
$ZZ 00
13
2-03
ROADWAY EXCAVATIONINCL.HAUL
CY
15
$ Koo Q
$2,2So o0
14
8-02
SEEDED LAWN INSTALLATION
SY
10
$ 250.00
$ 2 ,Go0. OD
15
8-14
-CEMENT CONCRETE SIDEWALK
SY
135
$ 200,0()
$ 2-71000 ,00
16
8-20
TRAFFIC SIGNAL SYSTEM
MODIFICATOIN, COMPLETE - S
324TH ST & SR 99
LS
1
$
(P217Z5•Q0
$
(e2j"7Z$.00
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
FEBRUARY 2020 RFB-8 PROJECT #2131 RFB #20-002
CF VV RFB VERSION 2019. CQ i 1
Provided to Builders Fxchange_ of WA, Inc- For usaue Co::diticns Agreerrer- see •;:�:•.;_b.<.wa.cem - �_i•�✓ays 'serifr„a_
TRAFFIC SIGNAL SYSTEM
17
8-20
MODIFICATION,COMPLETE — S
LS
1
S �iZt g�-� DO
$-320T12{� Tl 00
TRAFFIC SIGNAL SYSTEM
18
8-20
M30DTH I I ATION,COMPLETE — S
LS
1
f$ O g S 4Q
s
O�S
`
Od
'
19
8-22
REMOVING PAVEMENT
MARKINGS
LS
1
$ i�j,;p23 00
$ �3�b�3.00
20
8-22
PAINT LINE
LF
75
0 6
21
8-30 POTHOLING FA 1
52500.00 $2.500.00
22
8-30 RESOLUTION OF UTILITY FA 1 CONFLCTS J$31000.00
S3.000.00
TOTAL — SCHEDULE A $
BID SUMMARY
ITEM BID AMOUNT
SCHEDULEA. INTSERSECTION IMPROVEMENTS
$ (�i 1Ql`� r„ uo
1"1
TOTAL BID AMOUNT
(including Washington State sales tax, all other
avernment taxes.
$
assessments and cha ,es
The documents incorporated by reference, as if fully set forth, are the Advertisement for Bins, the i nstructions 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, Btidge, and Municipal Construction identified herein, and any other documents provided
to bidders and/or referenced in or referred to by the Contract Documents.
Pursuant to and in compliance with the Advertisement for Bids for the Project, and other documents relating
thereto, the undersigned has carefully examined all of the bid and contract documents, considered conditions
which may affect the delivery, supply and maintenance for the Project, and hereby proposes to furnish all labor,
materials and perform all work as required in strict accordance with the contract documents, for the referenced
bid amount, inclusive of Washington State sales tax and all other government taxes; assessments and charges
as required by law.
NON -COLLUSION AFFIDAVIT
By signing this proposal, the undersigned acknowledges that the person(s), firm, association, or corporation has
(have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise
taken any action in restraint of free competitive bidding in connection with this project.
To report rigging activities, call 1-800-42 -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, ar other fraudulent activities should use the hotline to report such
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
FEB RUARY 2020 RFB-9 PROJECT #213 / R F B #20-002
C,cAIFFB VERSION. 2019,05 11
Provide-i to F37:i19or:: ang=, of !4 lnc. For aaaq_ Condit er,s Agreement see .:;aw.b-;�,ra.Com - Always '7E-rift'
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 Advertlsemerit for Bids for the Project, and other documents relating
thereto, the undersigned has carefully examined all of the bid and contract documents, Considered conditions
which may affect the delivery, supply and maintenance for the Project, and hereby proposes to furnish all labor,
materials and perform all work as required in strict accordance with the contract documents, for the referenced
bid amount, inclusive of Washington State sales. tax and all other government taxes, assessments and charges
as required by law.
NON -COLLUSION AFFIDAVIT
By signing this proposal, the undersigned acknowledges that the person(s), firm, association, or corporation has
(have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise
taken any action in restraint of free competitive bidding in connectian.with this project.
To report rigging activities, call 1-800-424-9071. The U.S. Department of Transportation (USDGT) operates the
toll -free hotline Monday through Friday, 8:00 a.m. to 5:00 p-m., Eastern Time. Anyone with knowledge of
possible bid rigging, bidder collusion, or other fraudulent activities should use the hotline to report such
activities. The hotline is part of USDOT's continuing effort to identify and investigate highway construction
contract fraud and abuse and is operated under :the direction of the USDOT Inspector General. All information
will be treated confidentially and Caller anonymity will be respected.
CONFLICTS OF INTEREST GRATUITIES & NON-COMPETiTEVE PRACTICES
By signing this proposal., the undersigned agrees as follows:
(1) That it has no direct or indirect pecuniary or proprietary interest, that it shall not acquire any interest
which conflicts in any manner or degree with the work, services, equipment or materials required to be
performed and/or provided under this contract and that it shall not employ any person or agent having
any such interests. In the event that the Contractor or its agents, employees or representatives hereafter
acquires such a conflict of interest, it shall immediately disclose such interest to the City and take action
Immediately to eliminate the conflict or to withdraw from this contract, as the City may require; and
(2) That no person or selling agency except bona fide employees or designated agents or representatives
of the Contractor have been employed or retained to solicit or secure this contract with an agreement or
understanding that a commission, percentage, brokerage, or contingent fee would be paid; and
(3) That no gratuities in the form of entertainment, gifts or otherwise, were offered or given by the
Contractor or any of its agents, employees or representatives, to any official, member or employee of
the City or other governmental agency with a view toward secunng this contract or securing favorable
treatment with respect to the awarding or amending, or the making of any determination with respect to
the performance of this contract.
AFFIDAVIT OF ELIGIBILITY
The Contractor certifies that it is properly licensed and registered under the laws Of the State of Washington and
has not been determined to have been in violation of RCW 50.12.470(1)(b), RCW 51.16.070(i)(b), or RCW
82.3? ❑70(2) within the last two years. The Contractor further certifies that it has not been determined, within
the last one year, to have committed any combination of two of the fallowing violations or infractions within a five
year Period: (1) Violated RCW 51.48.02.0(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. Sep., and that all employees, including subcontractor
employees, are lawfully permitted to perform work in the United States a$ provided in thls agreement with the
City of Federal Way.
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
FEB RUARY 2020 RFB-10 PROJECT #213 / RFB #20-002
CFWRFB VERSION 2019.06.11
Provided to Builders Exchange of WA, Inc, For usage Conditions Agreement see v:ww.b-xwa.com - Always Verify
Receipt of the following Addendums is hereby acknowledged:
Addendum No. 1 Date Issued: J` a) 1z0
Addendum No. 7- Date Issued:
Addendum No. -&- Date Issued:61 isI2.C)
Addendum No. 4 Date Issued: -1 1 195 1 W
Addendum No. 15 Date Issued: L1 17.1 IZO
Addendum No. k Date Issued: 4 IMIZO
The undersigned individual represents and warrants that he or she is dully authorized to execute the bid and all
bid documents on behalf of any partnership, joint venture or corporation.
By: �l Y
sig azure
T� 0q _41104A_ l
Printed !Name
Title
Subscribed to before this, day
and sworn
me of I 20?0,
-Avnllµnngr�lrl r I
FARB
svmattu�r/e of lUntary
05
%
oy
Print fed name of Notary
z t
Notary Public in and for the State of Washington
o
.'•
My commission expires:
dry'?: C7
,1f'I' m it l"011 F
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
FEBRUARY 2020 RFB-11 PROJECT #2131 RFB #20-002
CFW RFB VERSION 2019.06.11
Provided to iu=!der=_ Exchange of. WA, Inc_ For usage CocdiL.ions Agreement_ see www.bxwa.com - Always Verify ., a_
BID BOND
VARIABLE LANE USE CONTROL
OPTION 1: BID BOND DEPOSIT
Attached is a deposit in the form of a certified check, cashier's check, or cash in the amount of
$ , which amount is not less than five percent (5%) of the total bid.
Principal — Signature of Authorized Official Date
Fitle
mZ�
OPTION ?: BID BOND
KNOW ALL PERSONS BY THESE PRESENTS that we,
Northeast Elecidc, LLC as Principal, and
Merchants Bonding Company {MUTUAL] as Surety, are held and firmly bound unto the
City of Federal Way, as Obiigee, in the sum of five (5) percent of the total amount of the bid proposal for the
payment of which the Principal and the Surety bond themselves, their heirs and executors, administrators,
successors and assigns, jointly and severally, by these presents.
The condition of this obligation is such that if the Obligee shall make any award to the Principal for the above -
mentioned Project according to the terms of the proposal or bid made by the Principal therefore, and the
Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said
proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties
approved by the Obligee; or if the Principal shall in case of failure so to do, pay and forfeit to. the Obligee the
penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise, it
shall be, and remain in full force and effect, and the Surety shall forthwith pay and forfeit to the Obligee as
penalty and liquidated damages, the amount of this bond.
SIGNED, SEALED AND DATED THIS 27th DAY OF
Nbi sl Electric, LLC
Primipa — Sign "re of Authorized Official
t-lk a -e ✓-
Title 13
March , 2020
Mercha s Bonding Com any UTUALz
Surety —A ttorney in Fact
(Attach Power of Attorney)
Nicholas Fredrickson, Attorney-in-Facf=;
Name and Address of Local Office/Agent of Surety Company is:
Parker, Smith & Feek, Inc.
2233 112th Avenue NE
Bellevue, WA 98004
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
FEBRUARY 2020 RFB-12 PROJECT #2131 RFB #20-002
CFW RFB VERSION 2019, 06.11
MERCHANTS
BONDING COMPANY.,.
POWER OF ATTORNEY
Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.,
holh being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constittde and appoint, individually,
Abigail A Bonney; Andrew P Larsen, Carly C Fehringer; Christin M Hubble; Deanna M French; Drew Neessen; Elizabeth R Hahn; Guy P Armfield;
Jana M Roy; John M Miller; Mariah Sansone; Marie I Matetich; Mason Michael Marks; Mindee L Rankin; Nicholas Fredrickson, Roger Kaltenbach;
Ronald J Lange; Sandy L Boswell; Scott A Garcia; Scott Fisher; Scott McGilvray; Shelley R Cardiel; Susan B Larson; William M Smith
their true and lawful Attorney(s)4n-Fact, to sign its name as surety(tes) and to execute, seal and acknowledge any and all bonds, undertakings,
contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the frdeffty
orpeisons, guaranteeing the performance of contracts and executing or guaranteeing ponds and undertakings required or permitted in any
actions or proceedings allowed by law.
This Power -.of :Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board
of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors
of Merchants National Banding, Inc., on October 16, Al5,
'The president, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority
to appoint Attorneys -in -Fact, and to authorize them to execute an behalf of the Company, and attach the seal of the Company thereto, bonds and
undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof.'
'The signature of any authorized officer and the seal of the Company maybe affixed by facsimile or electronic transmission to any Power of Attorney
or Certification thereof authorizing the execution and delivery of any band, undertaking, recognizance, or other suretyship obligations of the
Company, and such signature and seal when so used shall have the same force and effect as though manually fixed."
In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut harity hereby given to the
Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and enrtstruction
ccnIrads required by tiie State of Florida beparlmenI of Transportation. It is fully understood that consenting to the State of Florida Department
of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not refieve this surety company of any of
its obligations under its band.
In connectlon with obligations.in favor or the Kentucky Department of Highways only, it is agreed that the power and authority hereby given
to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner -
Department of Highways or the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation.
In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 11th day of February 2020
y gPURq.�a ��• lkP0 �'. MERCHANTS BONDING COMPANY (MUTUAL)
- 6 S • m; �� 9'Or, .2I MERCHANTS NATIONAL BONDING, INN.
.0 : 20173 . y; 1933 : e: By
d ' t�� •%J�' any. ! 7
........:r3+, �W �• Presidarit
STATE OF IOWA ''•',•••�••++•• • ■ • • • • ••
COUNTY OF DALLAS ss,
On this t Tth day.of February 2020 , before me appeared Larry Taylor, to Irie personally known, who being by me duly sworn
did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL} and MERCHANTS NATIONAL BONDING, INC.; and that the
seals affixed to the Foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and seated in behalf
Of the i~ompanies by authority of their respective Boards of Directors.
�es't POLLY MASON
z , • o , " Commission Number 750576
My Commission Expires
"0110 January 07, 2023
Notary Public
(Expiration of notary's commission
does not invalidate this instrument)
I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby
certify that the above and foregoing is a true and correct copy of the BOWER -OF -ATTORNEY executed by said Companies, which is still in full
force and effect and has not been amended or revoked_
fn Witness Whereof, t have hereunto set my hand arrd affixed ttif_, seal of the Companies on this 27 day of March 2020
tits.
:y 2003 ;;s7: ;y : 1933 - Secretary
POA 0018 (1120) +• '••`
Local Auer y bare
CITY OF FEDERAL WAY
Local Agency Addess
33325 8TH AVE S
FEDERAL WAY, WA 98003
SUBCONTRACTOR LIST
Local Agency Subcontractor List
Prmpared in cornpfwno- gm, ROWV 3?_ 30.060 a^, amer„dad
} }} ToBe Submitted with the Bid Proposal
Project Name ( Jti] 1 _Dr -
Fniture to list subcontractors with whom the bidder, if awarded the contract, will directly subcontract for
performance of the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.10G
RCW, and eIsctricat, as described to Chapter 19.211 RCW or naming more than One Subcontractor to parform
the saute work will result in your bid being non -responsive and therefore void.
Subcontractor(s) vrith whom the bidder WII directly subcontract that are proposed to perform the work of tioating,
ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter
1928 RCW must be listed below_ The work to be performed is to be listed below the subcontractor(s) name.
TO theexten a Pro ect ncttrde one or ore categories of work referenced in RCW 38 %.060 and na
subco tractor is fisted hr lase to verforin such work, the bidder Certifies that the WM will either i be
ierformed by the bidder itself. or ill be performed by a lover tier subcontrajitor who will not coniract directs
�QcL.
Subcontractor Name
Work to be Performed
Subcontractor Name
Work to be Performed
Subcontractor Name _
Work to be Performed _ _ __ -• -._-.. —.-_--
Subcontractor Name
Work to be Performed
Subcontractor Name
Work to be Performed
' Bidders are notifed that is tha opinion of the enforcement agencV that PVC, or metal conduit, junction Foxes, etc, are
considered electrical equipment and therefore considered part of electrical work, even if the installation is for future use
and no winno or electrical current is connected durllg the project-
4:
f1�T `un :71-71 dA E=
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
FEBRUARY 2020 RFB-13 PROJECT #2131 RFB #20-002
CFWRFB VERSION 2019.06,11
Provided to BuildFrs Exr_hange of WA, nc.. For usage Conditions Agreement see ...,s.bv.�.ca.com - Always verify Scal
CONTRACTOR WAGE LAW COMPLIANCE CERTIFICATION
FAILURE TO RETURN THIS CERTIFICATION AS PART OF THE BID PROPOSAL PACKAGE WILL MAKE
THIS BID NONRESPONSIVE AND INELIGIBLE FOR AWARD,
I hereby certify, under penalty of perjury under the lawts. of the State of Washington, on behalf of the firm
identified below that, to the best of my knowledge and Lviief, this firm has NOT been determined by a final and
bindinc 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 RGW within three (3) years prior
to the date of the Request for Bids,
Bidder Name_ ?t� �C�r� c,
Print Full Legal Name of Firm
,r
By:
Signatu 6 of Autlon ►zed Person
Title. -
Title of Pers6n signing Certificate
Date: q I LL
Try alb
Print Name of Person along Certifications for Finn
Place: Vv oci ►nA W R
Print City and State Mere. Signed
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
FEBRUARY 2020 RFB-14 PROJECT #213 f RFB #20-002
CFWRFe VERSION 2019 os. 11
Provided to Btlildeis Exchange of WA, Inc. For usage Conditions Agreement see www.bx_wa.com, - Always Verify Scal
PROPOSAL FOR INCORPORATING RECYCLED MATERIALS
sw APWA-WA Division 1 Committee rev. 1/18/2016
Proposal for incorporating Recycled' Materials into the Project
fn 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. . 0 1- percent.
/Vote. 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 a►.vard• unless two or
more lowest responsive Sid totals are exactly equal, in which case proposed recycling
percentages will be used as a tie -breaker. per the APWA GSP in Section 1-oa 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.
Bidder. Aor-_LLtens+-c I G L-L .—
Signature of Authorized Official_
r
Date: 9 -4�1 2❑
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
FEBRUARY 2020 RFB-15 PROJECT#213 l RFB #20-002
CF W PFH VERSION 201 J n6 1 1
Provided to builders Zxcnarp_ of -I.'A, inc. F-or csa7e Cond.it;ons ^-.ayeement see �......c:z;:�a.ccr:-, - y1o;_vs Ver-ly Sea
UDBE UTILIZATION CERTIFICATION
AdhL
v7Washington State
, Department of Transportation
Disadvantaged Business
Enterprise Utilization Certification
To be eligible for Award of this Contract the Bidder shall fill out and Sub(l il, as a supplement to its sealed Bid Propns al.
a Disadwanlaged Business Fnterprise (DBE) utilization Ce i I ifi cation. The Con Iraeling Agency shall consider as nor: -
responsive and shall reject any Bid Proposal that does not conlain a DBE Utilization Ceflifcalion wtticil prnDerly
demonstrates that the Bidder will meet the DBE partic�pa0on require rrents in one of the manners provided for in the
proposed Contract. Refer to the instructions on Page 2 when filing out this form or the Bid may be rejected. An
example form has been provided on Page 3. The successful Bidder's DBE UIitizalion Certification shall be deerrvd a
part of the resuliing Contract f
Box 1: Nor, ` - L certifies that the DBE Fans, listed below have been contacted
regarding pariicipatlon on this project. if this Bidder Is successful on this pralecl and Is awarded the Contract, it shall
assure that subcontracts- or supply agreements are executed with named DBEs. (if necessary, use additional sheets.)
Box 2, _ RC, C,� ¢n#`m }11
Column f
Name of DBE
iSee 6slrurtir_hrs}
Column 2
Project Role
!See ouhurtims)
Column 3
Description of Work
(See irslrurtiens )
Coumn 4
Dollar Amount
Subcontracted
to DBE
(see intArucdvisy
Column 5
Dollar Amount
to be Applied
Towards Goal
(See instrudionst
QQ [�
D� T'/- D"pp.._l
Sy�,b yen o�t.�ar
/�
T'e_r ro�'y �T�o•�l C C o?` "l
i % 00- 0V
�0, ODD, 0p
r
ulsapvanlagea t3uslness tnterprise,Lll r Total DBE Commilr;enl Dollar Amount Doo
Condition of Award Conlracl Goal Ux s Cox 1
5 . By checking Box S the Bidder is stating that their attempts to solicit sufficient DBE participation to meet
tho CDAContraet goal has been unsuccessful and good faith effortwili be submitted in accordance with
Section 1-02.9 of the Contract
L'r0; I om1 272-C;1?
Hevisecl C2;2C18
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
FEBRUARY 2020 RFB-16 PROJECT 4213 / RFB #20-002
CFW RF6 VERSION 2019 05. i 1
UDBE WRITTEN CONFIRMATION DOCUMENT
AM,. Washington State Underutilized Disadvantaged Business
WAR Department of Transportation Enterprise (UDBE) Written
Confirmation Document
.Cc'c• t'rrnr!•urr F'rr„•i.5r�ru� 1 `T)!?F. Ihx�trrn.�rrr Sohn:r;!ni R�•gtu!•r.'rnr'rr1.�'
jji.5'trtlt'CrlrfCri�Pillit1�i71csSG)lli'1'f�r'!Sc IrtoYlc'7J.riN101r
TI IIS FORM `I IALL ONLY BI. SL.BMI 1-110 10 A UDUL. H IAT IS LISS fLD ON FIH. col\ I kA(`I uk•S
UNDFRUT11.17FD DISADVANTAGED BUSINIFSS FNTFRPRISE UITILI7ATION CERTIFICATION.
TIE Ct INTICACTOR SHALL COMPLETE P:ART el PRIOR Ti ► SENDING TO THE UDBE.
PART A:'Io 1w con3 doted by the hidtler
The entries belovv :hall be consistent with w1 mt is Aho".rn on dhc Bidder's Undenuilized Disadvanta,ed Busines>
Lliierprise Utilization C'cr1i1icati0l�. hallure to do so will result in Bid refection.
Contract Title: City of Federal Way - Variable Lane Use Control
Riddcr's iu.incs., N;t rlc- Notrt�,er„s$ � l� ,G, t-L•L
UDBE', Busniess Name: Q.(, rr);, 'C
Descrtption of GDBL's Work: Project Temporary Traffic Control
Dollar Amount to be :applied Too.-317Ll1 (T)BE Cioal: $40,000.00
DolkirAnunmt to be Subcontracted to [,DBE': $40.000.00
GPhar:al FW!�kj
I'AR'I R: To he enmrileted by the I'micrutilixed Dlsadvant:t-ed Itu-6n{+5 F-utr rite
_1s ❑n itud►urizrd rrlv-cwtilutr- c of the Undcrutilizvd Di.lidv:nittl cd Busiltrss Ellterpri,e. I c:orllirin that u,
iulrc I .-cn colllactcd by Iltc Bidder 5cith rep:rrrl to the rel-Crciwed project fin' the purlxi%c ul'lrcrlimoirttt the kklork
de;crtbed above. If the bidder is awarded the Contract. we will enter into an agreement 5vitli the Bidder to
h:lrlirill;:Ic in the Pro-ilm cnnsisrcrll xtilh tltc itll'Orm lion provided ill Nirt A orthis tulrrl.
""alrrc Ihrinlc(i).
�ian;rlur�::
Tide:
oo-=ors-2�-031U
CITY OF FEDERAL WAY
FEBRUARY 2020 RFB-17
CFV1 RFS VERSION 2019 06 11
VARIABLE LANE USE CONTROL
PROJECT #2131 RFB #20-002
Provided to Builders Exchange of ;VA, Inc. For usage Conditions Agreement see www .bxa:a.com - Always verify scat
UDBE BID ITEM BREAKDOWN
CA WashingtonState Underutilized Disadvantaged Business
Department of Transportation Enterprise (UDBE) Bid Item Breakdown Form
�' NLrntrer 2. CamraCi . E
13. Prime Conlraclar + 4. Primu Csxtt pdol R(wesenlalive Name
F.(Pcfirl�_�LC _ l Tr 6 bar
I b. Prifre Cunlr afar I a{wesentab•.e Prot' Number 6, Prime Csrttractar kepnesen Email
y �o- I h(P- I r
Colun n ;
Name of UDBE
'Sce bW��;,or91
T
L 1 r44`I
�. inrn 2
Bid Item 0
{,`'44 t-1V�t.nrsl
_g
Column ;
Full/Parffal
.J
:e lc,>>:ikn.'
P
1
Grumn 4
Quamity
-c, Pi'u�ctonei
Z
Co unit 5 Column ti
Description Unit Price
(c��;.,V�C4�f-51 ly^Z�M AK►1ni
9 CA0OIt3,
I�b0.�p
Gdurtn7 (d RAA
Total Unil DolC"'uZ.unt
to la Applied
Cost Twwarda(� I
13e=!r611xeaaj
ly= h9ltvtdr91
YOU, CID I
b 6 odo.b
b 50D bb �6.gOD.60
Aa,1IG,i
D
�_ 69.OD
Subtataf.
Name of UDBE
r : r
Bltl Item
I D
FulUPartlal
Quatttlty
Deseiptlon Unit Price
r to Ue Applied
Total Unit Dollaplied
Coat Towards Goal
SpV.oDSOD. pb
JJ
I � 1
I bo
:5�.�+nenTla� A+ta,+Sigli� g. bb
1--rT
Subtotal:
Namo of UDBE
Bid Item
FulUPartlal
quantily
Description
Unit Price
Total Unit lbllarAmount
to la Applied
Cost Towards Goal
I
i �
I
f
Subtotal-,
$ 0.00 $ 0 00
Name of UDBE
Bid Item d
Full/partial
Quantity
DesuipUon Unit Price
7ota1 Unit Dollar Amount
Cost to be Applied
Towards Goal
i
I
r
II
I
subtotal:
$ o.oa $ 0 00
TOTAL_ UDBE Dollar Amount:
.61bD.
L G7 F—ii J54
't E715r:1 070
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
FEB RUARY 2020 RFB-18 PROJ ECT #213 / RFB #20-002
CFW RFB VERSION 2019, 06,11
Instructions for Underutilized Disadvantaged Business Enterprise (UDBE) Bid Item Breakdown Form
Box 1: Provide the Contract Number as stated in the project information webpage.
Box 2: Provide the Nance of the project as stated in the project Information webpage.
Box 3: Provide the Name of the bidder (Proposallzlder) submitting Bid.
Box 4: Provide the name of the prime contractor's representative avallable to contact regarding this form.
Box 5: Provide the phone number of the prime contractor's representative available to eontact regarding this form.
Box 6- Provide the email of the prime contractor's representative available to contact regarding this farm_
Column 1: Provide the Name or the Underutilited Disadventaged Bvb-insas Enterprise (UD13E) Finn, UDBE Forms can be
found using The search loots under the Firm Certification section of the Diversity Management and Compliance System
(DMCS) wctipa_re htlpsJlk&-A l.diversityoamp5anc t.mm.
Column 2: Provide The Bid Item Number (as it appears in the engineer's estimate bid check report) available :on ,ing project
information webpage.
Column 3: If the UD6E is performing only part of the lid item,, mark "Partial'. if the UDBE is performing"the entire bid
item, mark 'Complete".
Column 4; Provide the estimated .quantity for the specific bid item. For trucking firms, use hour or anotherunit of measure.
Column 5: Provide a description of the work to be performed by the UDBE.
Column 6: Provide the price per unit and spedfy the type of unit used. For trucking firms. use hour or another unit of
measure,
Column 7: Provide the estimated total UnK cost amount per bid item,
Column 8: Provide the amount of the bid item being used to fulfil the UDBE goal. The vvork to be ptirfomted must
bfr consistent with the Cvrtifiied 5usincss Description of The UDBE provided in the DMCS webpaga hltias-ftWoL
dive rsitycompiiance.com. Mobilization up to 10% is acceptable. if mobi lixetion is mare then 10% additional Wo rrie'ion
andlorjusti5Calion. may be requested. The fatal amount shown for cacti DOE shall match the amount shown err the DBE
Utiifxation Certification Fumm,
Use Additional Sheets if necessary.
DOT Form< 272-G'4
Rbvised aWo49
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
FEBRUARY 2020 RFB-19 PROJECT #213 / RFB #20-002
CFWRFB VERSION 2019.06.11
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see vn,,w.bxwa.com - Always Verify Scal
UDBE TRUCKING CREDIT FORM
A911116 Washington S6 Underutilized Disadvantaged Business
=7S Department of Transportation Enterprise (UDBE)TruCking Credit Form
PART A: TO BE COMPLETED BY THE BIDDER
llr c !Urrt ui :;u�Lc/t n? 11:e ?ri_:ckicg cor-„^,.go;crl �cr4i icC Cn ;hs !JD3C UI"i:.ahor LmUlcatbr: ren•. S;i&wHt_ed yr In the proposal,
Teas_ note :ha; IJUBE'r, rnusf be r--7162d prior In HrE of submdlal
Fudci:><ti± Contract o �ryertN4mn
If !�41sq ilfrn, try JxMr,. of try is•1Tp Burn art rrft. p F;aaie pia::sde calculaiians le .ran l:rrrL r(= the quanli5e5 lislae!.
Bid item r A Item 0,rsrnpr ,; n --
i
I
1
Bidder
Narnuii de iPkaur.e prmtj
Piv�rin fax
Signature -
I rxr 1dy Vial the ahofr cricirnra:ran �s •:cmptrrlir and a�rr,rai:
AJJre'cs
Email
Date
PART B: TO BE COMPLETED BY THE UDBE TRUCKING FIRM
Note: 06EAJOHE lrochmg f m, may ohly be rrv_dded as DaEm)GE pm clPaGou tw Hie valor: of the hauti-rg snr;ccs,
not far ;he rncter:a's being h:aul=d unle-sr. the tricking ruin is also retogm.rd ,A a supplier of the materials used an the proico and
appru.Ed for this grnjec4 as a ragubr dea'er.
Tip- ul AlalwW axoecled to ha hauled?
2. Number cl luilyr cperal:ucal3 ua.s
exp+xled to be used on This projeri% 0fflnpuurdcs
3. Number of Muck; an_ traslcls tnr ed
by I iel-DP.E (hat a+A b: v,ad un Ihis _ Tra[,or'tra.icr5: DUMPy-urk-g_
prc,er-?
4 Nunina of nur,:v anc trab;r, ks>';tl
by tho UDOE U'al.v7 by used on (his Tradar'Iraver,;: CAsrnplruJk':
; r�:ecrl
UDBE Firth Name Nanic!T,9c idea _ ppa)
CFrIICaI r•r: Mirriher ___._,_.____"
�� *as Signature
I r..!rliFy thN is i;ompiple and ercuralc
j Cmad Ualc
R_ J,20:3
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
FEBRUARY 2020 RFB-20 PROJECT#2131 RIFE #20-002
CFW P,FB VERSION 2019 06.11
s:il�rn� ous n�rrrw G.E3�UCc���.s<Ju� �i��,.g,v.
The Ndzur „hnV cimp(�AQ ard.suEmit tsn UiiaioWixd {Xsad.,ntay^ar Ou iu. 5 Er6erpai.a lU�IIE) rt. rn in atrwd::rice with Sec lion I-02;9 of t'iC iIrilxa
1NSTR11CTI4NS
Pl"" rwte _All Fields are ragUlred
PARTA: TO BE COMPLET" 13Y TkE liljF a
Federal Aid: itldude trca projW federal_BW numb&.
Ceurrtyr SPecify ilr+- Catxtly xvi•.arW tra prejeCt Mil take plarn.
Cam rael C: Simay tnn Pn>,,m G»Mir ac kh rrawv6A leh es-t hu f*$ „d in alto Engcrrsrry astmgig bA chsd.rmpfaa.
Old ICenr, l"rotiwfe lire Sid Ilert+ r+liur-her fes it appears rt go, aagrreer'a e51 nrYnin l717 Ghetic rep;nj rcr srRnh trutMn rq
Servinft viAI bE WAz,5>z
Ilem Dbsarfplian; i'ra ile tfescript h btlhe bid it m (as a Vptars in the ergineees tM?nale bid d'1 ba report) for whith
MK*IrQ CMtt b± Lmiind
Bidder_ bi [ills sccdnn, pravida Clio bd e.%. legal name, 6tw, BusncSs altdfesrti Pherttt'and crt It
The bidder's E 101`11 9n1 OVS Ognatrrro Is r+equ¢illii In e4011114n to the data thetoam:wsa blyned.
PART B: TO BE COMPLETED BY THE 1JDGE TRUCKING FIRM
0"590rt tl SpcejPt typE or n WEtrLai tMOf *ill ba Yiadled R.6. 5tqd, HAW U�aV yy
r}aealim 2; Specify IN! W-al rnsrher of opr.atuPc: trucks Ihntvri tra ta_e 3 on tlx pr¢jed
0"wirxr 3: SrAdiy ll:a Mal nunher at oparlknal lradrs Ann traIltrs owto by the uf]BE ths: 001Ibe usn_d on Vw prajwL
Q11356rYt d; SI>`-dr}' i!`9 IdW M&Iq Ter or operational tracke. an tMife S i?6itt1 by tf. iJl7t3F_ Ihat W11>h3 usdd *n IIOIy Project
UORE Firm; in t" :nctgn, preside et'a 11DDE Firms legal na ram, IMSE Fxn s rarrrrrMnnta�ra �5a-11 none and :da,
o_rfifrw!i�n Nta*m Iramn in the Erm's Ok4*13E 1"1061e page in the GM WRE dirrrtcryj Biainesx atSdeess, phone, fax
arld smil.
The VDBF FlrWJ5 rvPraaankathm signaitire Is ngpkgd In' addilIon to the dm th4#em1 was s11#bad
nmr�n zre•ose
sb,;.,xi us�rt�
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
FEBRUARY 2020 RFB-21 PROJECT ##213 / RFB #20-002
CFW RFB VERSION 2019.06, 1 1
Provided to Builders Exchange of wA, Inc. For usage Conditions Agreement see wvrw.bxwa.com - Always Verify Scal
APPRENTICESHIP PLAN
VARIABLE LANE USE CONTROL
S LECT ONE:
[ ] DRAFT Apprenticeship Plan
Fill out Sections A, B, & C below and submit with bid Subcontractors may be listed in Section A
by discipline only (i.e. concrete sub, electrical sub) if needed
[ ] FINAL Apprenticeship Plan
Fill out Sections A, S, & C below and submit at the Preconstruction Conference.
Subcontractors should be listed in Section A by Company name whenever possible.
SECTION A:
Fill out the following table to demonstrate how the apprenticeship requirements for this project will be met. List
the Prime Contractor's hours as well as all anticipated Subcontractor hours for the project. (Attach additional
sheets if necessarv)
PLANNED APPRENTICESHIP HOURS
Estimated
Contractor /
Trade f Craft
Labor
Number of
Estimated
Estimated
Subcontractor
(i.e. Cement Mason,
Hours
Apprentices
Apprentice
Work Start
Laborer, etc)
(including
(count]
Hours
Date
Apprentice
(nvWddlyyyy)
CITY OF FEDERAL WAY
Total Estimated Total Estimated
Labor Hours I 145o Apprentice
Hours
Percent
Apprentice 5 O °/
0
Hours
VARIABLE LANEW USE CONTROL
RFB PROJECT #213 i RFB #20-002
CFW RFB VERSION 2020-MAR
SECTION B:
Provide a description of how the Prime contractor plans to ensure that the Apprenticeship Goal on the project
will be met. Provide a summary of your outreach and recruitment procedures to hire Apprentices to work on this
project. To the extent possible, Contractor shall utilize Apprentices from multiple trades or crafts.
(Attach additional sheets i,` necessary)
11719 -P r f` r rl r r r•a
A7' .
SECTION C:
By signing below, i acknowledge that no less than fifteen percent (15%) of the labor hours performed by workers
subject to prevailing wages employed by the contractor or its subcontractors are required to be performed by
apprentices enrolled in an apprenticeship training program approved or recognized by the Washington State
Apprenticeship and Training Council.
1 understand that unless otherwise waived or reduced, any contractor or subcontractor failing to comply with the
apprenticeship requirements for this project shall not be considered a' responsible bidder on City of Federal Way
Public Works projects for a period of two years from final acceptance of the contract in which noncompliance
occurred -
Name: N�rth eg,,st F I o c�ri G _ Li--L
Full Legal Name of Firm
By:
Signatr6 of Au rzzedd 30- son
Date:-O f
CITY OF FEDERAL WAY
Print Name of Per on Making Certifications for Firm
VARIABLE LANEW USE CONTROL
RFB PROJECT #213 / RFB #20-002
CFW RFB VERSION 2020-MAR
PUBLIC WORKS CONTRACT
THIS PUBLIC WORKS CONTRACT ("Contract") is dated effective this day of , 2020 and
is made by and between the City of Federal Way, a Washington municipal corporation ("City or Owner"), and
Northeast Electric, LLC, a Wahington Limted Liability Company ("Contractor"), for the project known as Variable
Lane Use Control (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 Four Hundred Fourty-Four Thousand Nine Hundred Sixty-one and No/100 Dollars ($
444,961.00), 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 VARIABLE LANE USE CONTROL
FEBRUARY 2020 RFB-24 PROJECT #213 / RFB #20-002
CFW RFB VERSION 2019.06.11
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 VARIABLE LANE USE CONTROL
FEBRUARY 2020 RFB-25 PROJECT #213 / RFB #20-002
CFW RFB VERSION 2019.06 11
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 VARIABLE LANE USE CONTROL
FEBRUARY 2020 RFB-26 PROJECT #213 / RFB #20-002
CFW RFB VERSION 2019.06.11
7.4 The Contractor shall ensure that substantially the foregoing paragraphs in Sections 6 and 7 are
included in each subcontract for the work on the Project.
8. GENERAL PROVISIONS
8.1 Entire Contract. The Contract Documents contain all of the agreements of the Parties with respect to
any matter covered or mentioned in this Contract and no prior agreements or understandings pertaining to any
such matters shall be effective for any purpose. In entering into this Contract, neither party has relied upon any
statement, estimate, forecast, projection, representation, warranty, action or agreement of the other party except
for those expressly contained in the Contract Documents.
8.2 Documents. The documents incorporated by reference, as if fully set forth in this Contract, are the
Advertisement for Bids, the Instructions to Bidders and Checklists, the Contractor's Bid Proposal (including all
forms and supplemental information listed on the Bidders Checklist), the Contract Documents (including Project
Plans, Specifications, and all Appendices, Amendments, and Supplemental Reports & Information), the Contract
Provisions (including all forms and supplemental information listed on the Contract Checklist), the version of the
Washington State Standard Specifications for Road, Bridge, and Municipal Construction identified herein, and
any other documents provided to bidders and/or referenced in or referred to by the Contract Documents.
8.3 Modification. No provisions of this Contract, including this provision, may be amended or added to
except by agreement in writing signed by the Parties or their respective successors in interest in accordance
with the Contract Documents.
8.4 Change Orders. In addition to its rights under the Contract Documents, the City may unilaterally
issue a Change Order at any time making changes within the general scope of the Contract, without invalidating
the Contract and without providing notice to sureties. The City's issuance of a unilateral Change Order shall not
be construed as a waiver of any rights afforded the City, including its right to reject a prior protest or request for
change or Claim due to untimeliness or the Contractor's failure to fully comply with the requirements of the
Contract Documents, or to void the unilateral Change Order due to unilateral mistake, misrepresentation, or
fraud.
8.5 Total Cost Method / Claims. In no event shall a Total Cost Method or a modified Total Cost Method
be used by the Contractor to calculate any adjustments to the Contract price. For the purpose of this provision,
any cost method, or variety of cost methods, using the difference between the actual cost of the Work and the
Bid or Contract price of the Work to calculate any additional compensation or money owed to the Contractor
shall be considered a Total Cost Method. In addition, the City shall not be responsible for, and the Contractor
shall not be entitled to, any compensation for unallowable costs. Unallowable costs include, but are not limited
to: (i) interest or attorneys' fees, except as mandated by statute; (ii) Claim preparation or filing costs; (iii) the
costs of preparing notices or protests; (iv) lost profits, lost income, or lost earnings; (v) costs for idle equipment
when such equipment is not at the Site, has not been employed in the Work, or is not scheduled to be used at
the Site; (vi) claims consulting costs; (vii) expert fees and costs; (viii) loss of other business; and/or (ix) any other
special, consequential, expectancy, incidental, or indirect damages incurred by the Contractor, Subcontractors,
or suppliers.
8.6 Warranties and Guarantees. In addition to the requirements of the Contract Documents, the
Contractor warrants that all portions of the Work that will be covered by a manufacturer's or supplier's guarantee
or warranty shall be performed in such a manner so as to preserve all rights under such guarantees or
warranties. If the City attempts to enforce a claim based upon a manufacturer's or supplier's guarantee or
warranty and such manufacturer or supplier refuses to honor such guarantee or warranty based, in whole or in
part, on a claim of defective installation by the Contractor or a Subcontractor, the Contractor shall be
responsible for any resulting loss or damage, and repairs, incurred by the City as a result of the manufacturer's
or supplier's refusal to honor such guarantee or warranty. This obligation survives termination of this Contract.
8.7 Full Force and Effect. Any provision of this Contract, which is declared invalid, void or illegal, shall in
no way affect, impair, or invalidate any other provision hereof and such other provisions shall remain in full force
and effect.
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
FEBRUARY 2020 RFB-27 PROJECT #213 / RFB #20-002
CFW RFB VERSION 2019.06.11
8.8 Assignment. The Contractor shall not transfer or assign, in whole or in part, any or all of its
obligations and rights hereunder without the prior written consent of the City. In the event the City consents to
any such assignment or transfer, such consent shall in no way release the Contractor from any of its obligations
or liabilities under this Contract.
8.9 Successors In Interest. Subject to the preceding Subsection, this Contract shall be binding upon and
inure to the benefit of the Parties' successors in interest, heirs and assigns.
8.10 Time Limitation and Venue. For the convenience of the parties to the Contract it is mutually agreed
by the parties that any claims, causes of action, or disputes which the Contractor has against the City arising
from the Contract shall be brought within the following time period: (i) 180 calendar days from the date of
Substantial Completion for those claims, causes of action, or disputes arising prior to the date of Substantial
Completion, and (ii) 180 calendar days from the date of Final Acceptance of the Contract by the City for those
claims, causes of action, or dispute arising after the date of Substantial Completion. It is further agreed that the
venue for any claim, cause of action, or dispute related to this Contract shall be King County, Washington, which
shall have exclusive jurisdiction over any such case, controversy, or dispute. The parties understand and agree
that the Contractor's failure to bring suit within the time period provided, shall be a complete bar to any such
claims or causes of action. It is further mutually agreed by the parties that when any claims, causes of action, or
disputes which the Contractor asserts against the City arising from the Contract are filed with the City or initiated
in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City
to assist in evaluating the claims, action, or dispute.
8.11 No Waiver. Failure of the City to declare any breach or default immediately upon occurrence
thereof, or delay in taking any action in connection with, shall not waive such breach or default. Failure of the
City to declare one breach or default does not act as a waiver of the City's right to declare another breach or
default.
8.12 Sole Authority!Discretion/Judgment. Where the Contract Documents provide the City or its
Engineer with "sole" authority, discretion, or judgment, such authority, discretion, or judgment shall be
considered unconditional and absolute.
8.13 Governing Law. This Contract shall be made in and shall be governed by and interpreted in
accordance with the laws of the State of Washington.
8.14 Authority. Each individual executing this Contract on behalf of the City and Contractor represents
and warrants that such individuals are duly authorized to execute and deliver this Contract on behalf of the
Contractor or City.
8.15 Engineer. The Engineer is the City's representative who directly supervises the engineering and
administration of a construction Contract. The Engineer's authorities, duties, and responsibilities are limited to
those specifically identified in the Contract Documents. Designation of an individual or entity as the Engineer for
the Project is solely to identify the representative of the City as the entity to act as the Engineer as described in
the Contract Documents. Using the term "engineer" does not imply that such entity or person is a licensed
professional engineer or an engineering company and does not import any additional obligations upon the
actions of the Engineer that may govern licensed professional engineers when performing engineering services.
The Engineer for this Project is designated as: John Mulkey, P.E., Senior Capital Engineer
8.16 Notices. Any notices required to be given to Contractor or to the Engineer shall be delivered to the
Parties at the addresses set forth below. Any notices may be delivered personally to the addressee of the
notice or may be deposited in the United States mail, postage prepaid, to the address set forth herein. Any
notice so posted in the United States mail shall be deemed received three (3) days after the date of mailing.
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
FEBRUARY 2020 RFB-28 PROJECT #213 / RFB #20-002
CFW RFB VERSION 2019.06.11
CONTRACTOR: Company: Northeast Electric, LLC
Attn: Troy Halberg
Street Address: 1780 Down River Drive
City, State, Zip: Woodland, WA 98674
ENGINEER: City of Federal Way
Attn: John Mulkey, P.E., Senior Capital Engineer
33325 8th Ave S
Federal Way, WA 98003
8.17 Captions. The respective captions of the Sections of this Contract are inserted for convenience of
reference only and shall not be deemed to modify or otherwise affect in any respect any of the provisions of this
Contract.
8.18 Performance. Time is of the essence of this Contract and each and all of its provisions in which
performance is a factor. Adherence to completion dates is essential to the Contractor's performance of this
Contract.
8.19 Compliance with Ethics Code. If a violation of the City's Ethics Resolution No. 91-54, as amended,
occurs as a result of the formation and/or performance of this Contract, this Contract may be rendered null and
void, at the City's option.
9. PERFORMANCE/PAYMENT BOND
Pursuant to RCW 39.08.010, the Contractor's payment and performance bonds must be conditioned
upon: (i) faithful performance of all of the provisions of the Contract, including warranty obligations; (ii) the
payment of all laborers, mechanics, Subcontractors, and Suppliers, and all persons who supply such persons
with provisions or supplies in carrying out the Work; and (iii) payment of any taxes, liabilities, increases, or
penalties incurred on the Project under Titles 50, 51, and 82 RCW which may be due on (a) projects referred to
in RCW 60.28.011(1)(b), and (b) projects for which the bond is conditioned on the payment of such taxes,
liabilities, increases, or penalties. Contractor's obligations under this Contract shall not be limited to the dollar
amount of the bond.
DATED the day and year set forth above.
CITY EDERAL WAY:
r
errell, Wayor
325 8th Avenue South
Federal Way, WA 98003-6325
ATTEST:
:oi?16w"041l.���
Stephahie Courtney, CMC, CitypIrlr
APPROVED AS TO FORM:
e-2� 4�k r
J. Ryan Call, City Attorney
CONTRACTOR:
Signature of uftdzed Individual
PfintedYlame ofAuthorize ndividual
nwpown gLsty nywQ,
Street Address
wood nd1wA 01 W1y
City, State, Zip
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
FEBRUARY 2020 RFB-29 PROJECT #213 / RFB #20-002
CFW RFB VERSION 2019.06.11
NOTARY OF CONTRACTOR'S SIGNATURE:
STATE OF WASHINGTON )
COUNTY OF / /d UJ l_ 1-2- )ss.)
On this day personally appeared before me drew Nr-4 b1 ►' , to me known to be
the d&.'kA t of a tlF c,LLGthat executed the foregoing
instrument, arfd 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 day of -zJ U-4V. 2q
'•µulrrnrhrr+
,•,•''�p.R� M. � (typed/printed name of notary)
'� . ''FxP�+es''• .Notary Public in and for the State of Washington,
� r%
�oF N r My commission expires 1`T� 243 2
-� A08L C
q SH N `'
,, 55
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
FEBRUARY 2020 RFB-30 PROJECT #213 / RFB #20-002
CFW RFB VERSION 2019.06.11
SAMPLE CONTRACT CHANGE ORDER
PROJECT NUMBER AGREEMENT NUMBER CHANGE ORDER NUMBER
PROJECT TITLE
SUMMARY OF PROPOSED CHANGES:
This Change Order covers the work changes summarized below:
The time provided for completion in the Contract is
EFFECTIVE DATE
CONTRACTOR
❑ Unchanged
❑ Increased by Working Day(s)
❑ Decreased by_ Working Day(s)
This Document shall become an Amendment to the Contract and all provisions of the Contract not amended
herein will apply to this Change Order.
Will this change affect expiration or extent of Insurance coverage? ❑ Yes ❑ No
If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No
MODIFICATIONS TO UNIT PRICES:
PREVIOUS REVISED
ITEM NO. ITEM QTY UNIT PRICE UNIT PRICE ADD OR DELETE
THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE:
ITEM NO. ITEM QTY UNIT PRICE ADD OR DELETE
TOTAL NET CONTRACT: JINCREASE $ 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 VARIABLE LANE USE CONTROL
FEBRUARY 2020 RFB-31 PROJECT #213 / RFB #20-002
CFW RFB VERSION 2019.06.11
claims by the Contractor arising out of, or relating in any way to, the Work identified, to be performed, or deleted
pursuant to Change Order except as specifically described in this Change Order.
CONTRACTOR'S SIGNATURE DATE
PUBLIC WORKS DIRECTOR DATE
Contract Change Order
provided for Contractor's
reference. Change orders
executed during the project
will use this form.
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
FEBRUARY 2020 RFB-32 PROJECT #213 / RFB #20-002
CFW RFB VERSION 2019.06.11
CERTIFICATE OF INSURANCE
Contractor's Certificate of
Insurance to be inserted
here during Contract
Execution
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
FEBRUARY 2020 RFB-33 PROJECT #213 / RFB #20-002
CFW RFB VERSION 2019.06.11
CERTIFIf"ATE OF LIABILITY INSPRANCE DAT0/246/24//0202020 Y)
THIS CERTIFICATE IS ISSUED AS A MATTE:. OF INFORMATION ONLY AND CONFERS NO Riur1TS 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 be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER I c2WT. c7
Parker, Smith & Feek, Inc.
1707 Dock Street
Tacoma, WA 98402
PHONE w 253-359-9700
FAX
iAIC. Nol: _
INSURERS AFFORDING COVERAGE NAIC #
INSURERA: Valley Fore Insurance Company
INSURED INSURER B : Navigators Specialty Insurance Company
Northeast Electric, LLC
1780 Down River Dr. INSURER C :
Woodland, WA 98674 INSURER D
INSURER E :
INSURER F :
f`A\/GOA/•_`CC f`CDTICW ATC MI IUM=D• RFVICIAN NIIMRFR•
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR I ADDE §M POLICY EFF POLICY EXP LIMITS
TYPE OF INSURANCE POLICY NUMBER MMrDDIYYYY MMIDD/YYYY
-6ifL
A
GENERAL LIABILITY
COMMERCIAL GENERAL LIABILITY
X
6080552669
04/07/2020
04/07/2021
EACH OCCURRENCE
$ 1,000,000
DAMAGE TO RENTED
PREMISES Ea accurrerice
$ 500 DOD
MED EXP (Any one person)
$ 15,000
CLAIMS -MADE P7( OCCUR
PERSONAL & ADV INJURY
$ 1,000,000
X PD Ded: $25,000
GENERAL AGGREGATE
$ 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP/OP AGG
$ 2,000,000
$
POLICY X PRD• LOC
A AUTOMOBILE LIABILITY
6080553000
04/07/2020
04/07/2021
COMNED
a a cidentS1NGLE LIMIT
1,000,000
BODILY INJURY (Per person)
$
X ANY AUTO
X
BODILY INJURY (Per accident)
$
ALL OWNED SCHEDULED
AUTOS AUTOS
NON -OWNED
HIRED AUTOS AUTOS
PROPERTY DAMAGE
ra ent
$
$
X Liability. Ded:
B
UMBRELLA LIAB
X
OCCUR
SE20EXCZ04YJ41C 04/07/2020
04/07/2021
EACH OCCURRENCE
$ 5,000,000
EXCESS LIAB
Ci:AIMS-MADE
X
X
AGGREGATE
$ 5,000,000
DED I X I RETENTION $ 0
$
WORKERS COMPENSATION
A AND EMPLOYERS' LIABILITY Y) N
ANY PROPRIETOR/PARTNER/EXECUTIVE
6080552669
04/07/2020
I WA Stop Gap/Employers
04/07/2021
WC STATU- X OTH
E.L EACH ACCIDENT
$ 1,000,000
E.L DISEASE - EA EMPLOYEE
$ 1,000,000
OFFICER/MEMBER EXCLUDED?
(Mandatory in NH)
N / p'
Liability
E.L. DISEASE - POLICY LIMIT
1,000,000
J $
If yes, describe under
DESCRIPTION OF OPERATIONS below
A
Pollution Liability
Limited Pollution Liability
6080552669
04107/2020 04/07/2021
$1,000,000 Each Incident / $2,000,000
Aggregate
DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space is required)
Project # 213 / RFB #20-002
Variable Lane Use Control
City of Federal Way and its officers, elected officials, employees, agents and volunteers, the consultant that completed the preparation of the engineering design
and project plans, and its officers, ...
(See Attached Description)
CERTIFICATE HOLDER CANCELLATION
City of Federal Way
Public Works Department
33325 8th Avenue South
Federal Way, WA 98003
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
lyr-,P,
© 1988-2010 ACORD CORPORATION. All rights reserved.
ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD
THIS PAGE INTENTIONALLY LEFT BLANK
DESCPIPTIONS (Continued from page 1)
employees, agents, and subconsultants, and consultants hired by the contracting agency for design, construction support, or materials testing are additional
insureds on the general liability, automobile, and excess liability policies per the attached endorsements/forms.
Coverage is primary and non-contributory on the general liability, automobile, and excess liability policies per the attached endorsements/forms.
THIS PAGE INTENTIONALLY LEFT BLANK
ova
Blanket Additional Insured - Owners, Lessees or
Contractors -with Products -Completed
Operations Coverage Endorsement
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
It is understood and agreed as follows:
I. WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required
by written contract to add as an additional insured on this coverage part, but only with respect to liability for
bodily injury, property damage or personal and advertising injury caused in whole or in part by your acts or
omissions, or the acts or omissions of those acting on your behalf:
A. in the performance of your ongoing operations subject to such written contract; or
B. in the performance of your work subject to such written contract, but only with respect to bodily injury or
property damage included in the products -completed operations hazard, and only if:
1. the written contract requires you to provide the additional insured such coverage; and
2. this coverage part provides such coverage.
II. But if the written contract requires:
A. additional insured coverage under the 11-85 edition, 10-93 edition, or 10-01 edition of CG2010, or under the
10-01 edition of CG2037; or
B. additional insured coverage with "arising out of language; or
C. additional insured coverage to the greatest extent permissible by law;
then paragraph I. above is deleted in its entirety and replaced by the following:
WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required
by written contract to add as an additional insured on this coverage part, but only with respect to liability for
bodily injury, property damage or personal and advertising injury arising out of your work that is subject to
such written contract.
III. Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not
provide such additional insured with:
A. coverage broader than required by the written contract; or
B. a higher limit of insurance than required by the written contract.
IV. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property
damage, or personal and advertising injury arising out of:
A. the rendering of, or the failure to render, any professional architectural, engineering, or surveying services,
including:
1. the preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports,
surveys, field orders, change orders or drawings and specifications; and
2. supervisory, inspection, architectural or engineering activities; or
B. any premises or work for which the additional insured is specifically listed as an additional insured on another
endorsement attached to this coverage part.
V. Under COMMERCIAL GENERAL LIABILITY CONDITIONS, the Condition entitled Other Insurance is amended
to add the following, which supersedes any provision to the contrary in this Condition or elsewhere in this
coverage part:
Primary and Noncontributory Insurance
CNA75079XX (10-16)
Page 1 of 2
Company
Insured Name:
Policy No:
Endorsement No:
Effective Date:
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
7901449 1 19/20 GL, Auto, IM, Umbrella I Leigh Penley 1 4/l/2019 10:41:58 AM (PDT) I Page 2 of 20
THIS PAGE INTENTIONALLY LEFT BLANK
CNAContractors' General Liability Extension Endorsement
This insurance does not apply to:
Expected or Intended Injury
Bodily injury or property damage expected or intended from the standpoint of the Insured. This exclusion
does not apply to bodily injury or property damage resulting from the use of reasonable force to protect
persons or property.
11. GENERAL AGGREGATE LIMITS OF INSURANCE - PER PROJECT
A. For each construction project away from premises the Named Insured owns or rents, a separate
Construction Project General Aggregate Limit, equal to the amount of the General Aggregate Limit shown in
the Declarations, is the most the Insurer will pay for the sum of:
1. All damages under Coverage A, except damages because of bodily injury or property damage
included in the products -completed operations hazard; and
2. All medical expenses under Coverage C,
that arise from occurrences or accidents which can be attributed solely to ongoing operations at that
construction project. Such payments shall not reduce the General Aggregate Limit shown in the
Declarations, nor the Construction Project General Aggregate Limit of any other construction project.
B. All:
1. Damages under Coverage B, regardless of the number of locations or construction projects involved;
2. Damages under Coverage A, caused by occurrences which cannot be attributed solely to ongoing
operations at a single construction project, except damages because of bodily injury or property
damage included in the products -completed operations hazard; and
3. Medical expenses under Coverage C caused by accidents which cannot be attributed solely to ongoing
operations at a single construction project,
will reduce the General Aggregate Limit shown in the Declarations.
C. The limits shown in the Declarations for Each Occurrence, for Damage To Premises Rented To You and for
Medical Expense continue to apply, but will be subject to either the Construction Project General Aggregate
Limit or the General Aggregate Limit shown in the Declarations, depending on whether the occurrence can
be attributed solely to ongoing operations at a particular construction project.
D. When coverage for liability arising out of the products -completed operations hazard is provided, any
payments for damages because of bodily injury or property damage included in the products -
completed operations hazard will reduce the Products -Completed Operations Aggregate Limit shown in
the Declarations, regardless of the number of projects involved.
E. If a single construction project away from premises owned by or rented to the Insured has been abandoned
and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs,
specifications or timetables, the project will still be deemed to be the same construction project.
F. The provisions of LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to
apply as stipulated.
12. IN REM ACTIONS
A quasi in rem action against any vessel owned or operated by or for the Named Insured, or chartered by or for
the Named Insured, will be treated in the same manner as though the action were in personam against the
Named Insured.
13. INCIDENTAL HEALTH CARE MALPRACTICE COVERAGE
Solely with respect to bodily injury that arises out of a health care incident:
CNA74705XX (1-15)
Page 8 of 17
Policy No:
Endorsement No:
Effective Date:
Insured Name:
copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
7901449 1 19/20 GL, Auto, IM, Umbrella I Leigh Penley 1 4/1/2019 10:41:58 AM (PDT) I Page 11 of 20
THIS PAGE INTENTIONALLY LEFT BLANK
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
It is understood and agreed as follows:
I. WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required
by written contract to add as an additional insured on this coverage part, but only with respect to liability for
bodily injury, property damage or personal and advertising injury caused in whole or in part by your acts or
omissions, or the acts or omissions of those acting on your behalf:
A. in the performance of your ongoing operations subject to such written contract; or
B. in the performance of your work subject to such written contract, but only with respect to bodily injury or
property damage included in the products -completed operations hazard, and only if:
1. the written contract requires you to provide the additional insured such coverage; and
2. this coverage part provides such coverage.
II. But if the written contract requires:
A. additional insured coverage under the 11-85 edition, 10-93 edition, or 10-01 edition of CG2010, or under the
10-01 edition of CG2037; or
B. additional insured coverage with "arising out of language; or
C. additional insured coverage to the greatest extent permissible by law;
then paragraph I. above is deleted in its entirety and replaced by the following:
WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required
by written contract to add as an additional insured on this coverage part, but only with respect to liability for
bodily injury, property damage or personal and advertising injury arising out of your work that is subject to
such written contract.
III. Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not
provide such additional insured with:
A. coverage broader than required by the written contract; or
B. a higher limit of insurance than required by the written contract.
IV. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property
damage, or personal and advertising injury arising out of:
A. the rendering of, or the failure to render, any professional architectural, engineering, or surveying services,
including:
1. the preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports,
surveys, field orders, change orders or drawings and specifications; and
2. supervisory, inspection, architectural or engineering activities; or
B. any premises or work for which the additional insured is specifically listed as an additional insured on another
endorsement attached to this coverage part.
V. Under COMMERCIAL GENERAL LIABILITY CONDITIONS, the Condition entitled Other Insurance is amended
to add the following, which supersedes any provision to the contrary in this Condition or elsewhere in this
coverage part:
Primary and Noncontributory Insurance
CNA75079XX (10-16)
Page 1 of 2
Company
Insured Name:
Policy No:
Endorsement No:
Effective Date:
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission
7901449 1 19/20 GL, Auto, IM, Umbrella I Leigh Penley 1 4/l/2019 10:41:58 AM (PDT) I Page 2 of 20
CNA
Blanket Additional Insured - Owners, Lessees or
Contractors -with Products -Completed
Operations Coverage Endorsement
With respect to other insurance available to the additional insured under which the additional insured is a named
insured, this insurance is primary to and will not seek contribution from such other insurance, provided that a
written contract requires the insurance provided by this policy to be:
1. primary and non-contributing with other insurance available to the additional insured; or
2. primary and to not seek contribution from any other insurance available to the additional insured.
But except as specified above, this insurance will be excess of all other insurance available to the additional
insured.
VI. Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL
LIABILITY CONDITIONS is amended as follows:
The Condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit is amended with the addition
of the following:
Any additional insured pursuant to this endorsement will as soon as practicable:
1. give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim;
2. send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer in the
investigation, defense, or settlement of the claim; and
3. make available any other insurance, and tender the defense and indemnity of any claim to any other insurer
or self -insurer, whose policy or program applies to a loss that the Insurer covers under this coverage part.
However, if the written contract requires this insurance to be primary and non-contributory, this paragraph 3.
does not apply to insurance on which the additional insured is a named insured.
The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer
receives written notice of a claim from the additional insured.
VII. Solely with respect to the insurance granted by this endorsement, the section entitled DEFINITIONS is amended
to add the following definition:
Written contract means a written contract or written agreement that requires you to make a person or
organization an additional insured on this coverage part, provided the contract or agreement:
A. is currently in effect or becomes effective during the term of this policy; and
B. was executed prior to:
1. the bodily injury or property damage; or
2. the offense that caused the personal and advertising injury;
for which the additional insured seeks coverage.
Any coverage granted by this endorsement shall apply solely to the extent permissible by law.
All other terms and conditions of the Policy remain unchanged.
This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes
effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown
below, and expires concurrently with said Policy.
CNA75079XX (10-16)
Page 2 of 2
Company
Insured Name:
Policy No:
Endorsement No:
Effective Date:
copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission
7901449 1 19/20 GL, Auto, IM, Umbrella I Leigh Penley 1 4/1/2019 10:41:58 AM (PDT) I Page 3 of 20
a
CNA63359XX
(Ed. 4/12)
5091530636
Northeast Electric LLC
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
CONTRACTORS EXTENDED COVERAGE ENDORSEMENT
- BUSINESS AUTO PLUS -
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
I. LIABILITY COVERAGE
A. Who Is An Insured
The following is added to Section II, Paragraph A.1., Who Is An Insured:
1. a. Any incorporated entity of which the Named Insured owns a majority of the voting stock on the date
of inception of this Coverage Form; provided that,
b. The insurance afforded by this provision A.1. does not apply to any such entity that is an "insured"
under any other liability "policy" providing "auto" coverage.
2. Any organization you newly acquire or form, other than a limited liability company, partnership or joint
venture, and over which you maintain majority ownership interest.
The insurance afforded by this provision A.2.:
a. Is effective on the acquisition or formation date, and is afforded only until the end of the policy period
of this Coverage Form, or the next anniversary of its inception date, whichever is earlier.
b. Does not apply to:
(1) "Bodily injury" or "property damage" caused by an "accident" that occurred before you acquired
or formed the organization; or
(2) Any such organization that is an "insured" under any other liability "policy" providing "auto"
coverage.
3. Any person or organization that you are required by a written contract to name as an additional insured
is an "insured" but only with respect to their legal liability for acts or omissions of a person, who qualifies
as an "insured" under Section II — Who Is An Insured and for whom Liability Coverage is afforded under
this policy. If required by written contract, this insurance will be primary and non-contributory to
insurance on which the additional insured is a Named Insured.
4. An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or
agreement in that "employee's" name, with your permission, while performing duties related to the
conduct of your business.
"Policy", as used in this provision A. Who Is An Insured, includes those policies that were in force on the
inception date of this Coverage Form but:
1. Which are no longer in force; or
2. Whose limits have been exhausted.
B. Bail Bonds and Loss of Earnings
Section II, Paragraphs A.2. (2) and A.2. (4) are revised as follows:
1. In a.(2), the limit for the cost of bail bonds is changed from $2,000 to $5,000; and
2. In a.(4), the limit for the loss of earnings is changed from $250 to $500 a day.
C. Fellow Employee
Section II, Paragraph B.5 does not apply.
Such coverage as is afforded by this provision C. is excess over any other collectible insurance.
CNA63359XX Copyright, CNA Corporation, 2000.
(Ed. 4/12) Includes copyrighted material of the Insurance Services Office used with its permission.
7901450 1 19/20 GL, Auto, IM, Umbrella I Leigh Penley 1 4/1/2019 10:41:58 AM (PDT) I Page 21 of 24
Page 1 of 4
THIS PAGE INTENTIONALLY LEFT BLANK
CNA
CNA63359XX
(Ed. 4/12)
C. Concealment, Misrepresentation or Fraud
The following is added to Section IV, Paragraph 13.2.:
Your failure to disclose all hazards existing on the date of inception of this Coverage Form shall not
prejudice you with respect to the coverage afforded provided such failure or omission is not intentional.
surance
The following is added to Section IV, Paragraph B.S.:
Regardless of the provisions of Paragraphs 5.a. and 5.d. above, the coverage provided by this policy shall
be on a primary non-contributory basis. This provision is applicable only when required by a written contract.
That written contract must have been entered into prior to "Accident' or "Loss".
Policy Per!a overage Territory
Section IV, Paragraph B. 7.(5).(a). is revised to provide:
a. 45 days of coverage in lieu of 30 days.
V. DEFINITIONS
Section V. paragraph C. is deleted and replaced by the following:
"Bodily injury" means bodily injury, sickness or disease sustained by a person, including mental anguish, mental
injury or death resulting from any of these.
CNA63359XX Page 4 of 4
(Ed. 4/12)
7901450 1 19/20 GL, Auto, IM, Umbrella I Leigh Penley 1 4/1/2019 10:41:58 AM (PDT) I Page 24 of 24
THIS PAGE INTENTIONALLY LEFT BLANK
SECTION II —WHO IS AN INSURED
The WHO IS AN INSURED section of the "controlling underlying insurance" is made part of this
policy. Any person or organization that is an insured in "controlling underlying insurance" is an
insured in this policy to the same extent.
SECTION III — LIMITS OF INSURANCE
The Limits of Insurance shown in the Declarations and the rules below fix the most we will pay
regardless of the number of insureds, claims made or suits brought, or persons or organizations
making claims or bringing suits.
1. The General Aggregate Limit is the most we will pay for the sum of all damages to which
this insurance applies, except:
a. damages because of bodily injury or property damage included within any applicable
products -completed operations hazard; or
b. damages arising out of the ownership, operation, maintenance or use of an
automobile;
2. The Products -Completed Operations Aggregate Limit is the most we will pay for the sum
of all damages included within any applicable products -completed operations hazard;
3. Subject to paragraphs 1. and 2. above, the Each Event Limit is the most we will pay for
all damages that arise out of any one "event."
SECTION IV — CONDITIONS
The CONDITIONS sections of the "controlling underlying insurance" are made part of this
policy. If an inconsistency or contradiction exists between the Conditions of this policy and the
Conditions of the "controlling underlying insurance," the Conditions of this policy will apply.
1. Appeals
At our discretion we may appeal any judgment which would result in a payment under
this policy. When we do appeal, we will pay all costs associated with the appeal in
addition to the Limits of Insurance. Any such appeal will not increase our Limits of
Insurance.
2. Bankruptcy or Insolvency
Bankruptcy or insolvency of the insured or the insured's estate will not relieve us of our
obligations under this policy. Bankruptcy or insolvency of any company providing
"controlling underlying insurance" will not reduce the "underlying limits" or increase our
obligations under this policy. We will not be required to drop down or replace "controlling
underlying insurance."
3. Cancellation
a. The first Named Insured may cancel this policy at any time by providing us advanced
written notice of the cancellation date.
b. We may cancel this policy at any time by providing the first Named Insured written
notice of cancellation:
i. at least 10 days in advance if we cancel for non-payment of premium; or
ii. at least 30 days in advance if we cancel for any other reason:
Navigators Specialty Insurance Company
Contains copyrighted material of the
NAV-EXC-001 (04/10) Insurance Services Office, Inc. with its permission. Page 3 of 7
THIS PAGE INTENTIONALLY LEFT BLANK
COMMERCIAL UMBRELLA LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
AMENDMENT OF CONDITIONS
OTHER INSURANCE
PRIMARY AND NON-CONTRIBUTING
This endorsement modifies insurance provided under the following.
COMMERCIAL UMBRELLA LIABILITY COVERAGE PART
SCHEDULE
When required by written contract executed before the "loss."
A. Section IV - Conditions, 9. Other Insurance is deleted and replaced by the following:
9. This insurance is excess over any other insurance available to the insured except:
a. insurance that is purchased specifically to apply in excess of this policy; or
b. insurance available to the person or organization shown in the Schedule of this
endorsement as an additional insured on the "scheduled underlying insurance."
B. When this insurance applies on a primary and non-contributing basis, the Limits of Insurance
available for the additional insured will be the lesser of:
1. the amounts shown in item 3 of the Declarations of this policy; or
2. the amount of insurance you are required to provide the additional insured in the written
contract or agreement.
All other terms of the policy remain unchanged.
Navigators Specialty Insurance Company
NAV-UMB-348A (10/09) Contains copyrighted material of the Page 1 of 1
Insurance Services Office, Inc. with its permission. g
THIS PAGE INTENTIONALLY LEFT BLANK
PERFORMANCE AND PAYMENT BOND
VARIABLE LANE USE CONTROL
The City of Federal Way ("City") has awarded to Northeast Electric, LLC ("Principal"), a contract
for the construction of the above referenced project, and said Principal is required to furnish a bond for
performance of all obligations under the Contract and for payment in accord with Chapter 39.08 Revised Code
of Washington (RCW) and (where applicable) Chapter 60.28 RCW.
The Principal, and Merchants BortdingCompiriy (MUTUAL) ("Surety"), a corporation organized under the laws of the
State of Iowa 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 Four Hundred Forty -Four Thousand Nine Hundred* US Dollars
($ 444,961.00 } Total Contract Amount, subject to the provisions herein.
*Sixty -One & 00/100ths
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: Northeast Electric, LLC
U .2-4 alo
Prindpppall� Signature" Date
Printed' ame Ii
Title
SURETY: Merchants Bonding Company (MUTUAL)
Surety Signature Date
Nicholas Fredrickson
Printed Name
Attorney -in -Fact ,.� �tpF►u•,++rr
Title ■'a,{ (M(/r�.
= O %
t9 7G d ' O) _
■ r
S ❑'�� ��'
fy4;JNI
■•......•H7
� sl Nd
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
FEBRUARY 2020 RFB-34 PROJECT #213 / RFB #20-002
CFW RFB VERSION 2019.06.11
LOCAL OFFICE/AGENT OF SURETY:
Patrkcr, Smith & Feek, Inc.
Name
2233 112th Avenue NE
Street Address
Bellevue. WA 98004
City, State, Zip
425-709-3600
Telephone
BOND NO.: WAC 45547
APPROVED AS TO FORM:
J. Ryan Call, City Attorney
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
FEBRUARY 2020 RFB-35 PROJECT #213 / RFB #20-002
CFW RFB VERSION 2019.06.11
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:
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 race -neutral 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 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 Contractor 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 Contractors 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 (TCS) 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).
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-36 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019.12
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 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 non -DBE 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.
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-37 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019.12
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.
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.
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-38 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019 12
The Confirmation Documents provide confirmation from the UDBEs that they are
participating in the Contract as provided in the Contractor's Commitment. The
Confirmation Documents must be consistent with the Utilization Certification.
A UDBE Written Confirmation Document (form No. 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 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.
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-39 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019.12
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 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.
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
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-40 PROJECT #213 I RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019 12
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 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.
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-41 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019 12
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.
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
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-42 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019 12
beginning Work. Any use of the Contractor's equipment by a DBE may not be
credited as countable participation.
The DBE does not perform a CUF if its role is limited to that of an extra
participant in a transaction, contract, or project through which the funds are
passed in order to obtain the appearance of DBE participation.
In order for a DBE traffic control company to be considered to be performing a
CUF, the DBE must be in control of its work inclusive of supervision. The DBE
shall employ a Traffic Control Supervisor who is directly involved in the
management and supervision of the traffic control employees and services.
The following are some of the factors that the Engineer will use in determining
whether a DBE trucking company is performing a CUF:
• The DBE shall be responsible for the management and supervision of the
entire trucking operation for which it is responsible on the contract. The
owner demonstrates business related knowledge, shows up on site and
is determined to be actively running the business.
• The DBE shall own and operate at least one fully licensed, insured, and
operational truck used on the Contract. The drivers of the trucks owned
and leased by the DBE must be exclusively employed by the DBE and
reflected on the DBE's payroll.
• Lease agreements for trucks shall indicate that the DBE has exclusive
use of and control over the truck(s). This does not preclude the leased
truck from working for others provided it is with the consent of the DBE
and the lease provides the DBE absolute priority for use of the leased
truck.
• 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) and
all Rental/Lease agreements (if applicable). The supplemental information shall
be submitted in an electronic format 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 Truck Unit
Listing Log for each day that the DBE performs trucking services for DBE credit.
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-43 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019.12
The Daily UDBE/DBE/FSBE Truck Unit Listing Log forms shall be submitted by
Friday of the week after the Work was performed by email to the following email
address for the region administering the Contract:
Eastern Region — ERegionOEO@wsdot.wa.gov
North Central Region — NCRegionOEO@wsdot.wa.gov
Northwest Region — NWRegionOEO@wsdot.wa.gov
Olympic Region — ORegionOEO@wsdot.wa.gov
South Central Region — SCRegionOEO@wsdot.wa.gov
Southwest Region — SWRegionOEO@wsdot.wa.gov
Washington State Ferries — FerriesOEO@wsdot.wa.gov
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.
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
for the region administering the Contract:
Eastern Region — ERegionOEO@wsdot.wa.gov
North Central Region — NCRegionOEO@wsdot.wa.gov
Northwest Region — NWRegionOEO@wsdot.wa.gov
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-44 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019 12
Olympic Region — ORegionOEO@wsdot.wa.gov
South Central Region — SCRegionOEO@wsdot.wa.gov
Southwest Region — SWRegionOEO@wsdot.wa.gov
Washington State Ferries — FerriesOEO@wsdot.wa.gov
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.
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.
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-45 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019 12
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.
• 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 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
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-46 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019 12
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, 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).
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-47 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019 12
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
(April 3, 2017)
Special Training Provisions
General Requirements
The Contractor's equal employment opportunity, affirmative action program shall
include the requirements set forth below. The Contractor shall provide on-the-job
training aimed at developing trainees to journeyman status in the trades involved. The
number of training hours shall be 400 Hours. Trainees shall not be assigned less than
400 hours. The Contractor may elect to accomplish training as part of the work of a
subcontractor, however, the Prime Contractor shall retain the responsibility for
complying with these Special Provisions. The Contractor shall also ensure that this
training provision is made applicable to any subcontract that includes training.
Trainee Approval
The Federal government requires Contracting Agencies to include these training
provisions as a condition attached to the receipt of Federal highway funding. The
Federal government has determined that the training and promotion of members of
certain minority groups and women is a primary objective of this training provision.
The Contractor shall make every effort to enroll minority groups and women trainees to
the extent such persons are available within a reasonable recruitment area. This
training provision is not intended and shall not be used to discriminate against any
applicant for training, whether that person is a minority, woman or otherwise. A non -
minority male trainee or apprentice may be approved provided the following
requirements are met:
The Contractor is otherwise in compliance with the contract's Equal
Employment Opportunity and On -the -Job Training requirements and provides
documentation of the efforts taken to fill the specific training position with
either minorities or females
2. or, if not otherwise in compliance, furnishes evidence of his/her systematic
and direct recruitment efforts in regard to the position in question and in
promoting the enrollment and/or employment of minorities and females in the
craft which the proposed trainee is to be trained
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-48 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019.12
and the Contractor has made a good faith effort towards recruiting of
minorities and women. As a minimum this good faith effort shall consist of the
following:
• Distribution of written notices of available employment opportunities
with the Contractor and enrollment opportunities with its unions.
Distribution should include but not be limited to; minority and female
recruitment sources and minority and female community
organizations;
• Records documenting the Contractor's efforts and the outcome of
those efforts, to employ minority and female applicants and/or refer
them to unions;
• Records reflecting the Contractor's efforts in participating in
developing minority and female on-the-job training opportunities,
including upgrading programs and apprenticeship opportunities;
• Distribution of written notices to unions and training programs
disseminating the Contractor's EEO policy and requesting
cooperation in achieving EEO and OJT obligations.
No employee shall be employed as a trainee in any classification in which the
employee has successfully completed a training course leading to journeyman status
or in which the employee has been employed as a journeyman. The Contractor's
records shall document the methods for determining the trainee's status and findings in
each case. When feasible, 25 percent of apprentices or trainees in each occupation
shall be in their first year of apprenticeship or training.
For the purpose of this specification, acceptable training programs are those
employing trainees/apprentices registered with the following:
Washington State Department of Labor & Industries — State Apprenticeship
Training Council (SATC) approved apprenticeship agreement:
a.
CITY OF FEDERAL WAY
JANUARY 2020
Pursuant to RCW 49.04.060, an apprenticeship agreement shall be;
an individual written agreement between an employer and
apprentice
VARIABLE LANE USE CONTROL
SP-49 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019.12
ii. a written agreement between (an employer or an
association of employers) and an organization of
employees describing conditions of employment for
apprentices
iii. a written statement describing conditions of employment for
apprentices in a plant where there is no bona fide
employee organization.
All such agreements shall conform to the basic standards and other
provisions of RCW Chapter 49.
2. Apprentices must be registered with U.S. Department of Labor —
Apprenticeship Training, Employer, and Labor Services (ATELS) approved
program.
Or
3. Trainees participating in a non-ATELS/SATC program, which has been
approved by the contracting agency for the specific project.
4. For assistance in locating trainee candidates, the Contractor may call
WSDOT's OJT Support Services Technical Advisor at (360) 704-6314.
Obligation to Provide Information
Upon starting a new trainee, the Contractor shall furnish the trainee a copy of the
approved program the Contractor will follow in providing the training. Upon completion
of the training, the Contractor shall provide the Contracting Agency with a certification
showing the type and length of training satisfactorily completed by each trainee.
Training Program Approval
The Training Program shall meet the following requirements: .
1. The Training Program (DOT Form 272-049) must be submitted to the
Engineer for approval prior to commencing contract work and shall be
resubmitted when modifications to the program occur.
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-50 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER, 2019.12
2. The minimum length and type of training for each classification will be as
established in the training program as approved by the Contracting Agency.
3. The Training Program shall contain the trades proposed for training, the
number of trainees, the hours assigned to the trade and the estimated
beginning work date for each trainee.
4. Unless otherwise specified, Training Programs will be approved if the
proposed number of training hours equals the training hours required by
contract and the trainees are not assigned less than 400 hours each.
5. After approval of the training program, information concerning each individual
trainee and good faith effort documentation shall be submitted on (DOT Form
272-050.)
6. In King County, laborer trainees or apprentices will not be approved on
contracts containing less than 2000 training hours as specified in this Section.
In King County, no more than twenty percent (20%) of hours proposed for
trainees or apprentices shall be in the laborer classification when the contract
contains 2000 or more hours of training as specified in this Section. Trainees
shall not be assigned less than 400 hours.
7. Flagging programs will not be approved. Other programs that include
flagging training will only be approved if the flagging portion is limited to an
orientation of not more than 20 hours.
8. It is the intention of these provisions that training is to be provided in the
construction crafts rather than clerk -typists or secretarial -type positions.
Training is permissible in lower level management positions such as office
engineers, estimators, timekeepers, etc., where the training is oriented toward
construction applications. Some off -site training is permissible as long as the
training is an integral part of an approved training program.
9. It is normally expected that a trainee will begin training on the project as soon
as feasible after start of work, utilizing the skill involved and remain on the
project as long as training opportunities exist in the work classification or
upon completion of the training program. It is not required that all trainees be
on board for the entire length of the contract. The number trained shall be
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-51 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019.12
determined on the basis of the total number enrolled on the contract for a
significant period.
10. Wage Progressions: Trainees will be paid at least the applicable ratios or
wage progressions shown in the apprenticeship standards published by the
Washington State Department of Labor and Industries. In the event that no
training program has been established by the Department of Labor and
Industries, the trainee shall be paid in accordance with the provisions of RCW
39.12.021 which reads as follows:
Apprentice workmen employed upon public works projects for whom an
apprenticeship agreement has been registered and approved with the
State Apprenticeship Council pursuant to RCW 49.04, must be paid at
least the prevailing hourly rate for an apprentice of that trade. Any
workman for whom an apprenticeship agreement has not been registered
and approved by the State Apprenticeship Council shall be considered to
be a fully qualified journeyman, and, therefore, shall be paid at the
prevailing hourly rate for journeymen.
Compliance
In the event that the Contractor is unable to accomplish the required training hours but
can demonstrate a good faith effort to meet the requirements as specified, then the
Contracting Agency will adjust the training goals accordingly.
Requirements for Non ATELS/SATC Approved Training Programs
Contractors who are not affiliated with a program approved by ATELS or SATC may
have their training program approved provided that the program is submitted for
approval on DOT Form 272-049, and the following standards are addressed and
incorporated in the Contractor's program:
• The program establishes minimum qualifications for persons entering the
training program.
• The program shall outline the work processes in which the trainee will receive
supervised work experience and training on-the-job and the allocation of the
approximate time to be spent in each major process. The program shall
include the method for recording and reporting the training completed shall be
stated.
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-52 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019.12
■ The program shall include a numeric ratio of trainees to journeymen consistent
with proper supervision, training, safety, and continuity of employment. The
ratio language shall be specific and clear as to application in terms of job site
and workforce during normal operations (normally considered to fall between
1:10 and 1:4).
• The terms of training shall be stated in hours. The number of hours required
for completion to journeyman status shall be comparable to the apprenticeship
hours established for that craft by the SATC. The following are examples of
programs that are currently approved:
CRAFT
HOURS
Laborer
4,000
Ironworker
6,000
Carpenter
5, 200-8, 000
Construction Electrician
8,000
Operating Engineer
6,000-8,000
Cement Mason
5,400
Teamster
2,100
• The method to be used for recording and reporting the training completed shall
be stated.
Measurement
The Contractor may request that the total number of "training" hours for the contract be
increased subject to approval by the Contracting Agency. This reimbursement will be
made even though the Contractor receives additional training program funds from
other sources, provided such other sources do not prohibit other reimbursement.
Reimbursement to the Contractor for off -site training as indicated previously may only
be made when the Contractor does one or more of the following and the trainees are
concurrently employed on a Federal -aid project:
• contributes to the cost of the training,
• provides the instruction to the trainee,
• pays the trainee's wages during the off- site training period.
Reimbursement will be made upon receipt of a certified invoice that shows the related
payroll number, the name of trainee, total hours trained under the program, previously
paid hours under the contract, hours due this estimate, and dollar amount due this
estimate. The certified invoice shall show a statement indicating the Contractor's effort
to enroll minorities and women when a new enrollment occurs. If a trainee is
participating in a SATC/ATELS approved apprenticeship program, a copy of the
certificate showing apprenticeship registration must accompany the first invoice on
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-53 PROJECT #213 I RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019,12
which the individual appears. Reimbursement for training occurring prior to approval of
the training program will be allowed if the Contractor verbally notifies the Engineer of
this occurrence at the time the apprentice/trainee commences work. A
trainee/apprentice, regardless of craft, must have worked on the contract for at least 20
hours to be eligible for reimbursement.
Payment
The Contractor will be reimbursed under the item "Training" per hour for each hour of
training for each employee.
1-07.12 Federal Agency Inspection
(January 25, 2016 WSDOT GSP)
Section 1-07.12 is supplemented with the following:
Required Federal Aid Provisions
The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273)
Revised May 1, 2012 and the amendments thereto supersede any conflicting provisions
of the Standard Specifications and are made a part of this Contract; provided, however,
that if any of the provisions of FHWA 1273, as amended, are less restrictive than
Washington State Law, then the Washington State Law shall prevail.
The provisions of FHWA 1273, as amended, included in this Contract require that the
Contractor insert the FHWA 1273 and amendments thereto in each Subcontract,
together with the wage rates which are part of the FHWA 1273, as amended. Also, a
clause shall be included in each Subcontract requiring the Subcontractors to insert the
FHWA 1273 and amendments thereto in any lower tier Subcontracts, together with the
wage rates. The Contractor shall also ensure that this section, REQUIRED FEDERAL
AID PROVISIONS, is inserted in each Subcontract for Subcontractors and lower tier
Subcontractors. For this purpose, upon request to the Engineer, the Contractor will be
provided with extra copies of the FHWA 1273, the amendments thereto, the applicable
wage rates, and this Special Provision.
1-07.13 Contractor's Resaonsibility for Work
1-07.13(4) Repair of Damage
(August 6, 2001 WSDOT GSP)
Section 1-07.13(4) is revised to read:
The Contractor shall promptly repair all damage to either temporary or
permanent work as directed by the Engineer. For damage qualifying for relief
under Sections 1-07.13(1), 1-07.13(2) or 1-07.13(3), payment will be made in
accordance with Section 1-04.4. Payment will be limited to repair of damaged
work only. No payment will be made for delay or disruption of work.
1-07.16 Protection and Restoration of Property
1-07.16(2) Vegetation Protection and Restoration
(August 2, 2010 WSDOT GSP)
Section 1-07.16(2) is supplemented with the following:
Vegetation and soil protection zones for trees shall extend out from the trunk to a
distance of 1 foot radius for each inch of trunk diameter at breast height.
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-54 PROJECT #213 I RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019,12
Vegetation and soil protection zones for shrubs shall extend out from the stems
at ground level to twice the radius of the shrub.
Vegetation and soil protection zones for herbaceous vegetation shall extend to
encompass the diameter of the plant as measured from the outer edge of the
plant.
1-07.17 Utilities and Similar Facilities
(April 2, 2007 WSDOT GSP, OPTION 1)
Section 1-07.17 is supplemented with the following:
Locations and dimensions shown in the Plans for existing facilities are in accordance
with available information obtained without uncovering, measuring, or other verification.
The following addresses and telephone numbers of utility companies known or
suspected of having facilities within the project limits are supplied for the Contractor's
convenience.
UTILITY CONTACTS
Puget Sound Energy
Attn: Jason Airey
3130 S 38th St
Tacoma, WA 98409
Telephone: (206) 348-9637
Century Link
Attn: Tanaiya Anderson
23315 66th Ave S
Kent, WA 98032
Telephone: (253) 313-8961
Lakehaven Water & Sewer District Comcast
Attn: Wes Hill Attn: Aaron Cantrell
31627 1st 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
ADDITIONAL CONTACTS
King County METRO Transit
81270 6th Ave S, Bldg 2
Seattle, WA 98134
Telephone: (206) 684-2785
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
City of Federal Way Police Federal Way School District
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-55 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019 12
33325 8th Ave S Attn: Transportation Department
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)
1-07.18(1) General Requirements
A. The Contractor shall procure and maintain the insurance described in all subsections of
section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best
rating of not less than A-: VII and licensed to do business in the State of Washington.
The Contracting Agency reserves the right to approve or reject the insurance provided,
based on the insurer's financial condition.
B. The Contractor shall keep this insurance in force without interruption from the
commencement of the Contractor's Work through the term of the Contract and for thirty
(30) days after the Physical Completion date, unless otherwise indicated below.
C. If any insurance policy is written on a claims made form, its retroactive date, and that of
all subsequent renewals, shall be no later than the effective date of this Contract. The
policy shall state that coverage is claims made, and state the retroactive date. Claims -
made form coverage shall be maintained by the Contractor for a minimum of 36 months
following the Completion Date or earlier termination of this Contract, and the Contractor
shall annually provide the Contracting Agency with proof of renewal. If renewal of the
claims made form of coverage becomes unavailable, or economically prohibitive, the
Contractor shall purchase an extended reporting period ("tail") or execute another form
of guarantee acceptable to the Contracting Agency to assure financial responsibility for
liability for services performed.
D. The Contractor's Automobile Liability, Commercial General Liability and Excess or
Umbrella Liability insurance policies shall be primary and non-contributory insurance as
respects the Contracting Agency's insurance, self-insurance, or self -insured pool
coverage. Any insurance, self-insurance, or self -insured pool coverage maintained by
the Contracting Agency shall be excess of the Contractor's insurance and shall not
contribute with it.
E. The Contractor shall provide the Contracting Agency and all additional insureds with
written notice of any policy cancellation, within two business days of their receipt of such
notice.
F. The Contractor shall not begin work under the Contract until the required insurance has
been obtained and approved by the Contracting Agency
G_ Failure on the part of the Contractor to maintain the insurance as required shall
constitute a material breach of contract, upon which the Contracting Agency may, after
giving five business days' notice to the Contractor to correct the breach, immediately
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-56 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019.12
terminate the Contract or, at its discretion, procure or renew such insurance and pay any
and all premiums in connection therewith, with any sums so expended to be repaid to
the Contracting Agency on demand, or at the sole discretion of the Contracting Agency,
offset against funds due the Contractor from the Contracting Agency.
H. All costs for insurance shall be incidental to and included in the unit or lump sum prices
of the Contract and no additional payment will be made.
1-07.18(2) Additional Insured
All insurance policies, with the exception of Workers Compensation, and of Professional
Liability and Builder's Risk (if required by this Contract) shall name the following listed
entities as additional insured(s) using the forms or endorsements required herein:
w The Contracting Agency and its officers, elected officials, employees, agents,
and volunteers.
The consultant that completed the preparation of the engineering design and
project plans, and its officers, employees, agents, and subconsultants.
• Consultants hired by the Contracting Agency for design, construction support, or
materials testing.
The above -listed entities shall be additional insured(s) for the full available limits of
liability maintained by the Contractor, irrespective of whether such limits maintained by
the Contractor are greater than those required by this Contract, and irrespective of
whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4)
describes limits lower than those maintained by the Contractor.
For Commercial General Liability insurance coverage, the required additional insured
endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing
operations and CG 20 37 10 01 for completed operations.
1-07.18(3) Subcontractors
The Contractor shall cause each Subcontractor of every tier to provide insurance
coverage that complies with all applicable requirements of the Contractor -provided
insurance as set forth herein, except the Contractor shall have sole responsibility for
determining the limits of coverage required to be obtained by Subcontractors.
The Contractor shall ensure that all Subcontractors of every tier add all entities listed in
1-07.18(2) as additional insureds, and provide proof of such on the policies as required
by that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO
CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations.
Upon request by the Contracting Agency, the Contractor shall forward to the Contracting
Agency evidence of insurance and copies of the additional insured endorsements of
each Subcontractor of every tier as required in 1-07.18(4) Verification of Coverage.
1-07.18(4) Verification of Coverage
The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and
endorsements for each policy of insurance meeting the requirements set forth herein
when the Contractor delivers the signed Contract for the work_ Failure of Contracting
Agency to demand such verification of coverage with these insurance requirements or
failure of Contracting Agency to identify a deficiency from the insurance documentation
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-57 PROJECT #213 I RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019 12
provided shall not be construed as a waiver of Contractor's obligation to maintain such
insurance.
Verification of coverage shall include:
An ACORD certificate or a form determined by the Contracting Agency to be
equivalent.
2. Copies of all endorsements naming Contracting Agency and all other entities listed in
1-07.18(2) as additional insured(s), showing the policy number. The Contractor may
submit a copy of any blanket additional insured clause from its policies instead of a
separate endorsement.
3. Any other amendatory endorsements to show the coverage required herein.
4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy
these requirements — actual endorsements must be submitted.
Upon request by the Contracting Agency, the Contractor shall forward to the Contracting
Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is
required on this Project, a full and certified copy of that policy is required when the
Contractor delivers the signed Contract for the work.
1-07.18(5) Coverages and Limits_
The insurance shall provide the minimum coverages and limits set forth below.
Contractor's maintenance of insurance, its scope of coverage, and limits as required
herein shall not be construed to limit the liability of the Contractor to the coverage
provided by such insurance, or otherwise limit the Contracting Agency's recourse to any
remedy available at law or in equity.
All deductibles and self -insured retentions must be disclosed and are subject to approval
by the Contracting Agency. The cost of any claim payments falling within the deductible
or self -insured retention shall be the responsibility of the Contractor. In the event an
additional insured incurs a liability subject to any policy's deductibles or self -insured
retention, said deductibles or self -insured retention shall be the responsibility of the
Contractor.
1-07.18(5)A Commercial General Liability
Commercial General Liability insurance shall be written on coverage forms at least as
broad as ISO occurrence form CG 00 01, including but not limited to liability arising from
premises, operations, stop gap liability, independent contractors, products -completed
operations, personal and advertising injury, and liability assumed under an insured
contract. There shall be no exclusion for liability arising from explosion, collapse or
underground property damage.
The Commercial General Liability insurance shall be endorsed to provide a per project
general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement.
Contractor shall maintain Commercial General Liability Insurance arising out of the
Contractor's completed operations for at least three years following Substantial
Completion of the Work.
Such policy must provide the following minimum limits:
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-58 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019 12
$1,000,000
Each Occurrence
$2,000,000
General Aggregate
$2,000,000
Products & Completed Operations Aggregate
$1,000,000
Personal & Advertising Injury each offense
$1,000,000
Stop Gap / Employers' Liability each Accident
1-07.18(5)B Automobile Liability
Automobile Liability shall cover owned, non -owned, hired, and leased vehicles; and shall
be written on a coverage form at least as broad as ISO form CA 00 01. If the work
involves the transport of pollutants, the automobile liability policy shall include MCS 90
and CA 99 48 endorsements.
Such policy must provide the following minimum limit:
$1,000,000 Combined single limit each accident
1-07.18(5)C Workers' Compensation
The Contractor shall comply with Workers' Compensation coverage as required by the
Industrial Insurance laws of the State of Washington.
1-07.18(5)D Excess or Umbrella Liability
(January 4, 2016 APWA GSP)
The Contractor shall provide Excess or Umbrella Liability insurance with limits of not less
than $3,000,000 each occurrence and annual aggregate. This excess or umbrella
liability coverage shall be excess over and as least as broad in coverage as the
Contractor's Commercial General and Auto Liability insurance.
All entities listed under 1-07.18(2) of these Special Provisions shall be named as
additional insureds on the Contractor's Excess or Umbrella Liability insurance policy.
This requirement may be satisfied instead through the Contractor's primary Commercial
General and Automobile Liability coverages, or any combination thereof that achieves
the overall required limits of insurance.
1-07.18 5 J Pollution Liability
(January 4, 2016 APWA GSP)
The Contractor shall provide a Contractors Pollution Liability policy, providing coverage
for claims involving bodily injury, property damage (including loss of use of tangible
property that has not been physically injured), cleanup costs, remediation, disposal or
other handling of pollutants, including costs and expenses incurred in the investigation,
defense, or settlement of claims, arising out of any one or more of the following:
1. Contractor's operations related to this project.
2. Remediation, abatement, repair, maintenance or other work with lead -based
paint or materials containing asbestos.
3. Transportation of hazardous materials away from any site related to this project.
All entities listed under 1-07.18(2) of these Special Provisions shall be named by
endorsement as additional insureds on the Contractors Pollution Liability insurance
policy.
Such Pollution Liability policy shall provide the following minimum limits:
$1,000,000 each loss and annual aggregate
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-59 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019.12
1-07.23 Public Convenience and Safety
1-07.23 1 Construction under Traffic
(February 3, 2020 WSDOT GSP, OPTION 2)
Section 1-07.23(1) is supplemented with the following:
Work Zone Clear Zone
The Work Zone Clear Zone (WZCZ) applies during working and nonworking
hours. The WZCZ applies only to temporary roadside objects introduced by the
Contractor's operations and does not apply to preexisting conditions or
permanent Work. Those work operations that are actively in progress shall be in
accordance with adopted and approved Traffic Control Plans, and other contract
requirements.
During nonworking hours equipment or materials shall not be within the WZCZ
unless they are protected by permanent guardrail or temporary concrete barrier.
The use of temporary concrete barrier shall be permitted only if the Engineer
approves the installation and location.
During actual hours of work, unless protected as described above, only materials
absolutely necessary to construction shall be within the WZCZ and only
construction vehicles absolutely necessary to construction shall be allowed within
the WZCZ or allowed to stop or park on the shoulder of the roadway.
The Contractor's nonessential vehicles and employees private vehicles shall not
be permitted to park within the WZCZ at any time unless protected as described
above.
Deviation from the above requirements shall not occur unless the Contractor has
requested the deviation in writing and the Engineer has provided written
approval.
Minimum WZCZ distances are measured from the edge of traveled way and will
be determined as follows:
Regulatory Distance From
Posted Speed Traveled Way
Feet i
35 mph or less 10
40 mph 15
45 to 50 mph 20
55 to 60 moh 30
65 mph or greater 35
Minimum Work Zone Clear Zone Distance
(January 5, 2015 WSDOT GSP, OPTION 5)
Section 1-07.23(1) is supplemented with the following:
Lane closures are subject to the following restrictions:
• Only one lane of traffic (northbound or southbound) may be closed to
traffic between the hours of 7:OOAM and 3:30PM. Approval to close both
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-60 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019.12
one northbound and one southbound lane at the same time will require
prior approval by the Project Engineer.
• Left turns may be restricted (by the Contractor) within the project limits at
the discretion of the Project Engineer.
• Closure of one lane at a time may occur between the hours of 7AM to
7PM. Any closures between 7PM to 7AM require prior approval by the
City
• If a lane closure is required, at least one lane of traffic (alternating
directions / flagger controlled) shall be maintained at all times.
• Unless otherwise approved or shown on plans, the Contractor shall
maintain two-way traffic during construction. The Contractor shall
maintain continuous two-way traffic along streets throughout the project
site. The Contractor shall have the option, with the approval of the
Engineer, of momentarily interrupting the continuous two-way traffic to
allow one-way traffic. Such interruptions shall utilize qualified flaggers
placed in strategic locations to insure the public safety and minimize
driver confusion. A momentary interruption shall be defined as a period
of time not to exceed two (2) minutes. Regardless of the period of time
no queue greater than ten (10) cars in length will be allowed.
Working at night (8pm to 7am weekdays, 8pm to 9am weekends &
holidays) is required for loop detector installation as shown on the
contract plans. It shall be the Contractor's responsibility to obtain any
required noise variance or exemption for such work.
For approved night work, the Contractor shall, at no additional cost to the
City, make all arrangements for operations during hours of darkness.
Flagger stations shall be illuminated using a minimum 150-watt floodlight.
Lighting used for nighttime work shall, whenever possible, be directed
away from or shielded from residences and oncoming traffic. Signs and
barricades shall be supplemented by Type C steady burn lights to
delineate edge of roadway during the hours of darkness.
The Contractor shall keep all pedestrian routes & access points
(including, but not limited to, sidewalks, and crosswalks when located
within the project limits) open and clear at all times unless permitted
otherwise by the Engineer in an approved traffic control plan. An ADA
accessible route must be provided through the project site at all times.
Pedestrians must have access to pedestrian push buttons at all times.
• The Contractor shall provide flaggers, signs, and other traffic control
devices. The Contractor shall erect and maintain all construction signs,
warning signs, detour signs, and other traffic control devices necessary to
warn and protect the public at all times from injury or damage as a result of
the Contractor's operations which may occur on highways, roads, streets,
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-61 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019.12
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.
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.
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
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-62 PROJECT #213 I RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019.12
work. Exceptions to this are noted in the Bid Documents or will be brought to the
Contractor's attention by a duly issued Addendum.
Whenever any of the work is accomplished on or through property other than public
Right of Way, the Contractor shall meet and fulfill all covenants and stipulations of any
easement agreement obtained by the Contracting Agency from the owner of the private
property. Copies of the easement agreements may be included in the Contract
Provisions or made available to the Contractor as soon as practical after they have been
obtained by the Engineer.
Whenever easements or rights of entry have not been acquired prior to advertising,
these areas are so noted in the Plans. The Contractor shall not proceed with any portion
of the work in areas where right of way, easements or rights of entry have not been
acquired until the Engineer certifies to the Contractor that the right of way or easement is
available or that the right of entry has been received. If the Contractor is delayed due to
acts of omission on the part of the Contracting Agency in obtaining easements, rights of
entry or right of way, the Contractor will be entitled to an extension of time. The
Contractor agrees that such delay shall not be a breach of contract.
Each property owner shall be given 48 hours notice prior to entry by the Contractor.
This includes entry onto easements and private property where private improvements
must be adjusted.
The Contractor shall be responsible for providing, without expense or liability to the
Contracting Agency, any additional land and access thereto that the Contractor may
desire for temporary construction facilities, storage of materials, or other Contractor
needs. However, before using any private property, whether adjoining the work or not,
the Contractor shall file with the Engineer a written permission of the private property
owner, and, upon vacating the premises, a written release from the property owner of
each property disturbed or otherwise interfered with by reasons of construction pursued
under this contract. The statement shall be signed by the private property owner, or
proper authority acting for the owner of the private property affected, stating that
permission has been granted to use the property and all necessary permits have been
obtained or, in the case of a release, that the restoration of the property has been
satisfactorily accomplished. The statement shall include the parcel number, address,
and date of signature. Written releases must be filed with the Engineer before the
Completion Date will be established.
Add the following new section:
1-08.0 Preliminary Matters
(May 25, 2006 APWA GSP)
1-08.00) Preconstruction Conference
(October 10, 2008 APWA GSP)
Prior to the Contractor beginning the work, a preconstruction conference will be
held between the Contractor, the Engineer, and such other interested parties as
may be invited. The purpose of the preconstruction conference will be:
1. To review the initial progress schedule;
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-63 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019.12
2. To establish a working understanding among the various parties
associated or affected by the work;
3. To establish and review procedures for progress payment, notifications,
approvals, submittals, etc.;
4. To establish normal working hours for the work;
5. To review safety standards and traffic control; and
6. To discuss such other related items as may be pertinent to the work.
The Contractor shall prepare and submit at the preconstruction meeting the
following:
1. A breakdown of all lump sum items;
2. A preliminary schedule of working drawing submittals; and
3. A list of material sources for approval if applicable.
1-08.0(2) Hours of Work
(December 8, 2014 APWA GSP)
Add the following new section:
Except in the case of emergency or unless otherwise approved by the Engineer,
the normal working hours for the Contract shall be any consecutive 8-hour period
between 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch
break. If the Contractor desires different than the normal working hours stated
above, the request must be submitted in writing prior to the preconstruction
conference, subject to the provisions below. The working hours for the Contract
shall be established at or prior to the preconstruction conference.
All working hours and days are also subject to local permit and ordinance
conditions (such as noise ordinances).
If the Contractor wishes to deviate from the established working hours, the
Contractor shall submit a written request to the Engineer for consideration. This
request shall state what hours are being requested, and why. Requests shall be
submitted for review no later than noon two working days prior to the day(s) the
Contractor is requesting to change the hours.
If the Contracting Agency approves such a deviation, such approval may be
subject to certain other conditions, which will be detailed in writing. For example:
On non -Federal aid projects, requiring the Contractor to reimburse the
Contracting Agency for the costs in excess of straight -time costs for
Contracting Agency representatives who worked during such times. (The
Engineer may require designated representatives to be present during the
work. Representatives who may be deemed necessary by the Engineer
include, but are not limited to: survey crews; personnel from the
Contracting Agency's material testing lab; inspectors; and other
Contracting Agency employees or third party consultants when, in the
opinion of the Engineer, such work necessitates their presence.)
2. Considering the work performed on Saturdays, Sundays, and holidays as
working days with regard to the contract time.
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-64 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019.12
3. Considering multiple work shifts as multiple working days with respect to
contract time even though the multiple shifts occur in a single 24-hour
period.
4. If a 4-10 work schedule is requested and approved the non -working day
for the week will be charged as a working day.
5. If Davis Bacon wage rates apply to this Contract, all requirements must
be met and recorded properly on certified payroll.
1-08.1 Subcontracting
(May 30, 2019 APWA GSP, OPTION A)
Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor
shall submit to the Engineer a certification (WSDOT Form 420-004) that a written
agreement between the Contractor and the subcontractor or between the subcontractor
and any lower tier subcontractor has been executed. This certification shall also
guarantee that these subcontract agreements include all the documents required by the
Special Provision Federal Agency Inspection.
A Subcontractor or lower tier Subcontractor will not be permitted to perform any work
under the contract until the following documents have been completed and submitted to
the Engineer:
1. Request to Sublet Work (Form 421-012), and
2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for
Federal -aid Projects (Form 420-004).
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 Pro ress Schedule
1-08.3(2)A Type A Progress Schedule
(March 13, 2012 APWA GSP)
Revise this section to read:
The Contractor shall submit 3 copies of a Type A Progress Schedule no later
than at the preconstruction conference, or some other mutually agreed upon
submittal time. The schedule may be a critical path method (CPM) schedule, bar
chart, or other standard schedule format. Regardless of which format used, the
schedule shall identify the critical path. The Engineer will evaluate the Type A
Progress Schedule and approve or return the schedule for corrections within 15
calendar days of receiving the submittal.
1-08.4 Prosecution of Work
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-65 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019.12
Delete this section and replace it with the following:
1-08.4 Notice to Proceed and Prosecution of Work
(July 23, 2015 APWA GSP)
Notice to Proceed will be given after the contract has been executed and the contract
bond and evidence of insurance have been approved and filed by the Contracting
Agency. The Contractor shall not commence with the work until the Notice to Proceed
has been given by the Engineer. The Contractor shall commence construction activities
on the project site within ten days of the Notice to Proceed Date, unless otherwise
approved in writing. The Contractor shall diligently pursue the work to the physical
completion date within the time specified in the contract. Voluntary shutdown or slowing
of operations by the Contractor shall not relieve the Contractor of the responsibility to
complete the work within the time(s) specified in the contract.
When shown in the Plans, the first order of work shall be the installation of high visibility
fencing to delineate all areas for protection or restoration, as described in the Contract.
Installation of high visibility fencing adjacent to the roadway shall occur after the
placement of all necessary signs and traffic control devices in accordance with 1-10.1(2).
Upon construction of the fencing, the Contractor shall request the Engineer to inspect
the fence. No other work shall be performed on the site until the Contracting Agency has
accepted the installation of high visibility fencing, as described in the Contract.
1-08.5 Time for Completion
(November 30, 2018 APWA GSP, OPTION A)
Revise the third and fourth paragraphs to read:
Contract time shall begin on the first working day following the Notice to Proceed Date.
Each working day shall be charged to the contract as it occurs, until the contract work is
physically complete. If substantial completion has been granted and all the authorized
working days have been used, charging of working days will cease. Each week the
Engineer will provide the Contractor a statement that shows the number of working days:
(1) charged to the contract the week before; (2) specified for the physical completion of
the contract; and (3) remaining for the physical completion of the contract. The
statement will also show the nonworking days and any partial or whole day the Engineer
declares as unworkable. Within 10 calendar days after the date of each statement, the
Contractor shall file a written protest of any alleged discrepancies in it. To be considered
by the Engineer, the protest shall be in sufficient detail to enable the Engineer to
ascertain the basis and amount of time disputed. By not filing such detailed protest in
that period, the Contractor shall be deemed as having accepted the statement as
correct. If the Contractor is approved to work 10 hours a day and 4 days a week (a 4-10
,schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily
be charged as a working day then the fifth day of that week will be charged as a working
day whether or not the Contractor works on that day.
Revise the sixth paragraph to read:
The Engineer will give the Contractor written notice of the completion date of the
contract after all the Contractor's obligations under the contract have been performed by
the Contractor. The following events must occur before the Completion Date can be
established:
1. The physical work on the project must be complete; and
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-66 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019.12
2. The Contractor must furnish all documentation required by the contract and
required by law, to allow the Contracting Agency to process final acceptance of
the contract. The following documents must be received by the Project Engineer
prior to establishing a completion date:
a. Certified Payrolls(per Section 1-07.9 5 .
b. Material Acceptance Certification Documents
c. Monthly Reports of Amounts Credited as DBE Participation, as required
by the Contract Provisions.
d. Final Contract Voucher Certification
e. Copies of the approved "Affidavit of Prevailing Wages Paid" for the
Contractor and all Subcontractors
f. A copy of the Notice of Termination sent to the Washington State
Department of Ecology (Ecology); the elapse of 30 calendar days
from the date of receipt of the Notice of Termination by Ecology; and
no rejection of the Notice of Termination by Ecology. This
requirement will not apply if the Construction Stormwater General
Permit is transferred back to the Contracting Agency in accordance
with Section 8-01.3(16).
g. Property owner releases per Section 1-07.24
(March 13, 1995 WSDOT GSP, OPTION 7)
Section 1-08.5 is supplemented with the following:
This project shall be physically complete within 90 working days.
1-08.6 Suspension of Work
(January 2, 2018 WSDOT GSP, OPTION 2)
Section 1-08.6 is supplemented with the following:
Contract time may be suspended for procurement of critical materials (Procurement
Suspension). In order to receive a Procurement Suspension, the Contractor shall within
21 calendar days after execution by the Contracting Agency, place purchase orders for
all materials deemed critical by the Contracting Agency for physical completion of the
contract. The Contractor shall provide copies of purchase orders for the critical
materials. Such purchase orders shall disclose the purchase order date and estimated
delivery dates for such critical material.
The Contractor shall show procurement of the materials listed below as activities in the
Progress Schedule. If the approved Progress Schedule indicates the materials
procurement are critical activities, and if the Contractor has provided documentation that
purchase orders are placed for the critical materials within the prescribed 21 calendar
days, then contract time shall be suspended upon physical completion of all critical work
except that work dependent upon the listed critical materials:
• Hybrid RadarNideo Detectors and associated equipment
■ Video Camera Detectors and associated equipment
• Traffic signal standards
• Blank -out signs
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-67 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019.12
Charging of contract time will resume upon delivery of the critical materials to the
Contractor or 120 calendar days after execution by the Contracting Agency, whichever
occurs first.
1-08.9 Liquidated Damages
(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.
Accordingly, the Contractor agrees:
1. To pay liquidated damages in the amount of nine hundred dollars ($900.00)
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 MEASUREMENT AND PAYMENT
1-09.2(1) General Requirements for Weighing Equipment
(July 23, 2015 APWA GSP, OPTION 2)
Revise item 4 of the fifth paragraph to read:
4. Test results and scale weight, records for each day's hauling operations are provided to
the Engineer daily. Reporting shall utilize WSDOT form 422-027, Scaleman's Daily
Report, unless the printed ticket contains the same information that is an the Scaleman's
DailV Report Form The scale operator must provide AM and/or PM tare weights for
each truck on the printed ticket.
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-68 PROJECT #213 1 RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019,12
1-09.2(5) Measurement
(May 2, 2017 APWA GSP)
Revise the first paragraph to read:
Scale Verification Checks — At the Engineer's discretion, the Engineer may perform
verification checks on the accuracy of each batch, hopper, or platform scale used in
weighing contract items of Work.
1-09.6 Force Account
(October 10, 2008 APWA GSP)
Supplement this section with the following:
The Contracting Agency has estimated and included in the Proposal, dollar amounts for
all items to be paid per force account, only to provide a common proposal for Bidders.
All such dollar amounts are to become a part of Contractor's total bid. However, the
Contracting Agency does not warrant expressly or by implication, that the actual amount
of work will correspond with those estimates. Payment will be made on the basis of the
amount of work actually authorized by Engineer.
1-09.9 Payments
(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:
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.
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-69 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019.12
4. Change Orders — entitlement for approved extra cost or completed extra work
as determined by the Engineer.
Progress payments will be made in accordance with the progress estimate less:
1. Retainage per Section 1-09.9(1), on non FHWA-funded projects,;
2. The amount of progress payments previously made; and
3. Funds withheld by the Contracting Agency for disbursement in accordance with
the Contract Documents.
Progress payments for work performed shall not be evidence of acceptable performance
or an admission by the Contracting Agency that any work has been satisfactorily
completed. _The determination of payments under the contract will be final in accordance
with Section 1-05.1.
1-09.91 Retaina e
(June 27, 2011 WSDOT GSP, OPTION 1)
Section 1-09.9(1) content and title is deleted and replaced with the following:
Vacant
1-09.11 Disputes and Claims
(September 3, 2019 WSDOT GSP)
Sections 1-09.11 through 1-09.11(1)B are replaced with the following:
Disputes and Claims
When protests occur during a Contract, the Contractor shall pursue resolution through
the Engineer in accordance with Section 1-04.5. Unless noted otherwise in the
specifications, compliance with all the requirements of Section 1-04.5 is a condition
precedent to initiating any action pursuant to these Special Provisions.
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
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-70 PROJECT #213 I RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019 12
Contractor requests a Disputes Review Board, the Engineer will notify the Contractor in
writing within 7 calendar days of receipt of the request whether the request is
acceptable. If both parties to the dispute agree to use a Disputes Review Board, then a
pay item "Disputes Review Board" will be added to the Contract by change order and the
dispute will be subject to the provisions of the Disputes Review Board subsection of
this Special Provision. If the parties do not agree to establish a Disputes Review Board
or the Contractor does not request a Disputes Review Board in its written notification of
dispute, the Contractor shall comply with the provisions of Section 1-09.11(2).
Regardless of any protest or dispute, the Contractor shall proceed promptly with the
Work as the Engineer orders.
Disputes Review Board
The procedures set forth in these Special Provisions shall only apply when the
Contract includes the pay item "Disputes Review Board".
Disputes Review Board — General
In order to assist in the resolution of dispute(s) between the Contracting
Agency and the Contractor arising out of the work of this Contract, a
Disputes Review Board, hereinafter called the "Board", will consider
disputes referred to it and furnish written recommendations to the
Contracting Agency and Contractor to assist in resolution of the
dispute(s). The purpose of the Board response to such issues is to
provide nonbinding findings and recommendations designed to expose
the disputing parties to an independent view of the dispute.
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 Contractor of
this Contract.
Party indirectly involved - The firms associated with the
Contractor on this Contract, including joint venture partners,
subcontractors of any tier, and suppliers; and firms associated
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-71 PROJECT #213 I RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019.12
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:
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:
1. 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
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-72 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019.12
private sessions with other Board members should be kept
strictly confidential.
4. The Board shall comply with the terms of the Contract and
enforce such terms consistent with the laws of the State of
Washington. Board members shall not supplant or otherwise
interfere with the respective rights, authorities, duties and
obligations of the parties as defined in the Contract. In making
its recommendations, the Board shall not make a
recommendation that ignores, disregards, or undermines the
intention, requirements, or allocation of risk, established by the
Contract.
5. Throughout the life of the Contract, if Board members become
aware of potential conflicts of interest, they shall be disclosed to
the parties immediately.
Establishment of the Board
The Contracting Agency and Contractor shall meet prior to the start of
Contract time to jointly select three Board nominees. If the pay item,
"Disputes Review Board" is added by change order, the Contracting
Agency and Contractor shall meet to select Board nominees after the
change order is processed.
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.
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
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-73 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019.12
extensive, the list may be truncated at the prospective
Board member's discretion.
Disclosure statement addressing the following
a. Previous or current direct employment by one of the
parties directly or indirectly involved.
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
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-74 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019.12
the requirements of the Board Member Qualifications, Board
Member Ongoing Responsibilities, and Establishment of the
Board subsection of this Special Provision, and every Board
member must be deemed acceptable by both the Contracting
Agency and the Contractor.
Replacement or Termination of a Board Member
Procedures for terminating Board members are defined in The
Three -Party Agreement.
Disputes Review Board Procedures — General
The Board, Contracting Agency, and Contractor may mutually develop
rules of operation of the Board that supplement the Three -Party
Agreement. Such supplemental rules must be in writing and accepted by
the Board, Contracting Agency, and Contractor.
The Board members shall act impartially and independently in the
consideration of facts and conditions surrounding any dispute presented
by the Contracting Agency or the Contractor and that the
recommendations concerning any such dispute are advisory.
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.
The Board chair shall confer with the parties to
establish a briefing schedule for delivering prehearing
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-75 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019 12
submittals/rebuttals, and a date, time, and location for
convening the Board for a hearing.
Pre -Hearing Submittal
1. The Contracting Agency and the Contractor shall each
prepare a pre -hearing submittal and transmit both a hard
copy and an electronic copy of it to all three members of the
Board and the other party. The pre -hearing submittal,
comprising a position paper with such backup data as is
referenced in the position paper, shall be tabbed, indexed,
and the pages consecutively numbered.
2. Both position papers shall, at a minimum, contain the
following:
a. A mutually agreed upon joint statement of the dispute
and the scope of the desired report being requested of
the Board, placed at the beginning of the papers. The
language of this joint statement shall summarize in a
few sentences the nature of the dispute. If the parties
are unable to agree on the wording of the joint
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:
The Contracting Agency and the Contractor will have
a representative at all hearings.
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-76 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019.12
b. The Contracting Agency and Contractor shall both
limit attendance at the hearing to personnel directly
involved in the dispute and participants in the good -
faith negotiations that were conducted prior to
submittal to the Board except as noted elsewhere in
this section.
c. At least 14 calendar days before the hearing, each
party shall provide a list of proposed attendees to the
Board and to the other party. In the event of any
disagreement, the Board shall make the final
determination as to who attends the hearing.
d. Attorneys shall not attend hearings except as follows:
Attorneys are identified as such on the list of
proposed attendees;
ii. All parties desiring their attorney present are able
to do so.
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.
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:
The party who referred the dispute to the Board shall
present first, followed by the other party.
b. To assure each party a full and adequate opportunity
to present their position, both parties shall be allowed
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-77 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019 12
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.
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.
After the hearing is concluded, the Board shall meet in private
and reach a conclusion supported by two or more members.
Its findings and recommendations, together with its reasons
shall then be submitted as a written report to both parties.
The recommendations shall be based on the pertinent
Contract provisions, facts, and circumstances involved in the
dispute. The Contract shall be interpreted and construed in
accordance with the laws of the State of Washington.
Failure to Prepare a Pre -Hearing Submittal or Attend a
Hearing
In the event that either party fails to deliver a pre -hearing submittal
by the date established by the Board, the Board shall, at its
discretion, determine whether the hearing shall proceed as
originally scheduled, or allow additional time for the submittal
and/or reschedule the hearing. On the final date and time
established for the hearing, the Board shall proceed with the
hearing utilizing the information that has been submitted.
In the event that representatives of either the Contracting Agency
or the Contractor fail to appear at the appointed time of a hearing,
the Board shall postpone the hearing until such time as
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-78 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019.12
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.
ii. 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:
A statement explaining why the expert assistance
is needed.
ii. An estimate of the cost of the expert assistance.
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-79 PROJECT #213 I RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019.12
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 recommendation(s), and the recommendation(s). The report
shall be submitted concurrently to the parties, as soon as possible
after completion of the hearing as agreed by all parties.
Either party may request clarification of a report within 14 calendar
days following receipt of the report. Within a reasonable period of
time, the Board shall provide written clarification to both parties.
Requests for clarification shall be submitted in writing
simultaneously to the Board and the other party.
Either party may request reconsideration of a report, provided:
The request is made within 14 calendar days following
receipt of the report, and
2. New information is obtained or developed that was not
known at the time of the hearing or, in the party's
opinion, the Board misunderstood or failed to consider
pertinent facts of the dispute.
Requests for reconsideration shall be submitted in writing
simultaneously to the Board and the other party. The Board shall
give the party not requesting reconsideration the option of
submitting a rebuttal to any information that is the basis of the
request for reconsideration. The Board shall provide a written
response to the request for reconsideration.
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-80 PROJECT #213 I RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019 12
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".
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.
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-81 PROJECT #213 I RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019.12
Indemnification of Disputes Review Board Members
The Contracting Agency and Contractor shall indemnify and hold
harmless the Board members from and against all claims, damages,
losses and expenses, including but not limited to attorney's fees arising
out of and resulting from the actions and recommendations of the Board.
1-09.11(3) Time Limitation and Jurisdiction
(November 30, 2018 APWA GSP)
Revise this section to read:
For the convenience of the parties to the Contract it is mutually agreed by the
parties that any claims or causes of action which the Contractor has against the
Contracting Agency arising from the Contract shall be brought within 180
calendar days from the date of final acceptance (Section 1-05.12) of the Contract
by the Contracting Agency; and it is further agreed that any such claims or
causes of action shall be brought only in the Superior Court of the county where
the Contracting Agency headquarters is located, provided that where an action is
asserted against a county, RCW 36.01.050 shall control venue and jurisdiction.
The parties understand and agree that the Contractor's failure to bring suit within
the time period provided, shall be a complete bar to any such claims or causes of
action. It is further mutually agreed by the parties that when any claims or
causes of action which the Contractor asserts against the Contracting Agency
arising from the Contract are filed with the Contracting Agency or initiated in
court, the Contractor shall permit the Contracting Agency to have timely access
to any records deemed necessary by the Contracting Agency to assist in
evaluating the claims or action.
1-09.13 Claim Resolution
1-09.13 3 Claims $250,000 or Less
(October 1, 2005 APWA GSP)
Delete this Section and replace it with the following:
The Contractor and the Contracting Agency mutually agree that those claims that
total $250,000 or less, submitted in accordance with Section 1-09.11 and not
resolved by nonbinding ADR processes, shall be resolved through litigation
unless the parties mutually agree in writing to resolve the claim through binding
arbitration.
1-09.13(3)A Administration of Arbitration
(November 30, 2018 APWA GSP)
Revise the third paragraph to read:
The Contracting Agency and the Contractor mutually agree to be bound by the
decision of the arbitrator, and judgment upon the award rendered by the
arbitrator may be entered in the Superior Court of the county in which the
_Contracting Agency's headquarters is located, provided that where claims subject
to arbitration are asserted against a county. RCW 36.01.050 shall control venue
and 'urisdiction 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
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-82 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019.12
1-10.2 Traffic Control Management
1-10.2(1) General
(January 3, 2017 WSDOT GSP, OPTION 1)
Section 1-10.2(1) is supplemented with the following:
Only training with WSDOT TCS card and WSDOT training curriculum is
recognized in the State of Washington. The Traffic Control Supervisor shall be
certified by one of the following:
The Northwest Laborers -Employers Training Trust
27055 Ohio Ave.
Kingston, WA 98346
(360) 297-3035
Evergreen Safety Council
12545 135th Ave. NE
Kirkland, WA 98034-8709
1-800-521-0778
The American Traffic Safety Services Association
15 Riverside Parkway, Suite 100
Fredericksburg, Virginia 22406-1022
Training Dept. Toll Free (877) 642-4637
Phone: (540) 368-1701
1-10.201 Conformance to Established Standards
(February 3, 2020 WSDOT GSP, OPTION 1)
Section 1-10.2(3) is revised to read:
Flagging, signs, and all other traffic control devices and procedures furnished or
provided shall conform to the standards established in the latest WSDOT
adopted edition (in accordance with WAC 468-95) of the MUTCD, published by
the U.S. Department of Transportation, and the 2005 draft version of the Public
Rights -of -Way Accessibility Guidelines (PROWAG): https://www.access-
board.gov/guidelines-and-standards/streets-sidewalks/public-rights-of-
way/background/revised-draft-guidelines. Judgment 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 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:
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-83 PROJECT #213 1 RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019 12
1. In situations where a MASH 16 compliant traffic control device
does not exist and there are no available traffic control devices
that were manufactured on or before December 31, 2019, then a
traffic control device manufactured after December 31, 2019 that
is compliant with either NCHRP 350 or the 2009 edition of the
Manual for Assessing Safety Hardware (MASH 09) is allowed for
use with approval of the Engineer.
2. Temporary traffic control devices that were manufactured on or
before December 31, 2019, and were successfully tested to
National Cooperative Highway Research Program (NCHRP)
Report 350 or MASH 09 may continue to be used on WSDOT
projects throughout their normal service life.
3. Small and lightweight channelizing and delineating devices,
including cones, tubular markers, flexible delineator posts, and
plastic drums, shall meet the requirements of either NCHRP 350,
MASH 09, or MASH 16, as determined by the manufacturer of the
device.
4_ A determination of crashworthiness for acceptance of trailer -
mounted devices such as arrow displays, temporary traffic signals,
area lighting supports, and portable changeable message signs is
currently not required.
The condition of signs and traffic control devices shall be acceptable or marginal
as defined in the book Quality Guidelines for Temporary Traffic Control Devices,
and will be accepted based on a visual inspection by the Engineer. The
Engineer's decision on the condition of a sign or traffic control device shall be
final. A sign or traffic control device determined to be unacceptable shall be
removed from the project and replaced within 12 hours of notification.
1-10.3 Traffic Control Labor Procedures and Devices
1-10.3 1 Traffic Control Labor
(December 2, 2019 CFW GSP)
Section 1-10.3(1) is supplemented with the following:
Off -Duty Uniformed Police Officer
The Contractor shall arrange for off -duty uniformed police officers to be present
when traffic signals are to be taken out of service.
Contractor shall coordinate and obtain approval for the use of off -duty police officers
with the Engineer. Off - duty police officers will be scheduled a minimum of four (4)
hours for any shift worked. The off -duty police officer shall be in addition to all other
personnel required for traffic control.
The off -duty uniformed police officers hours, as stated in the proposal are the City's
estimate, without knowledge of the contractor's specific method of operation and
has been presented for the purpose of providing a common amount for all bidders.
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-84 PROJECT #213 I RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019 12
Contractor is responsible for the properly scheduling of off -duty officers. Contractor
shall provide a minimum 48-hour notice to schedule officers when possible.
Contractor shall be responsible for any charges assessed due to insufficient time in
canceling off -duty officers, except in situations outside of the Contractor's control.
Below is a list of optional resources for securing off -duty officers.
Off-dutyOfficer Resource List
Federal Way Police Department
King County Sheriff's Officers
Washington State Patrol Officers
1-10.5 Pa ment
(253) 835-6701 or (253) 835-6700
(206) 957-0935 ext 1
(425) 401-7788
1-10.5 2 Item Bids with Lump Sum for Incidentals
(December 2, 2019 CFW GSP)
Section 1-10.5(2) is supplemented with the following:
"Off -Duty Uniformed Police Officer", per hour.
Payment for "Off -Duty Police Officer' shall be ful
on site by the officer (at 4-hour minimum) and
charges assessed.
END OF DIVISION 1
I compensation for hours spent
any vehicle and administrative
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-85 PROJECT #213 I RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019.12
DIVISION 2
EARTHWORK
2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS
2-02.3 Construction Requirements
2-02 3(3) Removal of Pavement. Sidewalks. Curbs, and Gutters
(April 12, 2018 CFW GSP)
Section 2-02.3(3) is supplemented with the following:
Prior to removal of pavement, the Contractor shall make a full -depth sawcut to
delineate the areas of pavement removal from those areas of pavement to
remain. The Engineer shall approve the equipment and procedures used to
make the full -depth sawcut. No wastewater from the sawcutting operation shall
be released directly to any stream or storm sewer system. Removal of
pavement, curbs, gutters, and sidewalks within the entire project limits shall be
measured and paid as "Roadway Excavation incl. Haul" in accordance with
Section 2-03.
2-02.3 6 Existing Utilities to Remain
(April 12, 2018 CFW GSP)
2-02.3(6) is a new section:
Utilities indicated in the Plans to remain shall be protected and supported in place in
such a manner that they remain functional and undamaged. Utilities indicated to remain
that are damaged as a result of Contractor's activity shall be repaired or replaced to the
satisfaction of the Contracting Agency at no additional cost.
Minne 'IF
2-03.2 Pavement Removal
(April 12, 2018 CFW GSP)
Section 2-03.2 is replaced with the following:
Where shown in the Plans or where designated by the Engineer, the Contractor shall
remove asphalt, concrete, Portland cement concrete pavement, sidewalks and curbs.
Prior to removal, the Contractor shall make a full -depth sawcut to delineate the areas of
pavement removal from those areas of pavement to remain. The Engineer shall approve
the equipment and procedures used to make the full -depth sawcut. No wastewater from
the sawcutting operation shall be released directly to any stream or storm sewer system.
Alternatively, the Contractor may elect grinding for pavement removal, where
appropriate.
The removed pavement shall become the property of the Contractor and shall be
removed from the project. Damage caused to portions of the pavement to remain, due to
the Contractor's operation, shall be repaired by the Contractor at the Contractor's
expense and to the satisfaction of the Engineer.
Removal of pavement, sidewalks, curbs, and gutters throughout the project shall be
measured and paid as "Roadway Excavation Incl. Haul" and no additional payment will
be made.
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-86 PROJECT #213 I RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019.12
END OF DIVISION 2
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-87 PROJECT #213 I RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019.12
DIVISION 3
AGGREGATE PRODUCTION AND ACCEPTANCE
3-01 PRODUCTION FROM QUARRY AN❑ PIT SITE
3-01.4 Contractor Furnished Material Sources
3-01.40 ] Acquisition and Development
(April 12, 2018 CFW GSP)
Section 3-01.4(1) is supplemented with the following:
No source has been provided for any materials necessary for the construction of
these improvements.
If the source of material provided by the Contractor necessitates hauling over
roads other than City streets, the Contractor shall, at his own cost and expense,
make all arrangements for the use of haul routes.
END OF DIVISION 3
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-88 PROJECT #213 I RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019.12
DIVISION 4
BASES
4-04 BALLAST AND CRUSHED S RFAC NG
4-04 3 Construction Requirements
4-04.3(3) Mixing
(April 12, 2018 CFW GSP)
Item 2 of Section 4-04.3(3), is replaced with the following:
2. Road Mix Method - The road mix method of mixing surfacing material will
not be allowed.
4-04.3 4 Placing and Spreading
(April 12, 2018 CFW GSP)
item 2 of Section 4-04(4), is replaced with the following:
2. Road Mix Method - The road rnix method of mixing surfacing material will
not be allowed.
4-04.5 Payment
(April 12, 2018 CFW GSP)
Section 4-04,5 is supplemented with the following:
The unit contract price for Ballast and Crushed Surfacing shall also include compacting,
and removing and hauling to waste when required by the Engineer.
END OF DIVISION 4
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-89 PROJECT #213 1 RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019 12
DIVISION 8
MISCELLANEOUS CONSTRUCTION
8-01 EROSION CONTROL AND WATER POLLUTION CONTROL
8-01.3 Construction Re uirements
8-01.3(21 Seeding, Fertilizing, and Mulching
8-01.3(2)B Seeding and Fertilizing
(September 3, 2019 WSDOT GSP, OPTION 3)
Section 8-01.3(2)B is supplemented with the following:
Grass seed shall be a commercially prepared mix, made up of low
growing species which will grow without irrigation at the project location,
and approved by the Engineer. The application rate shall be two pounds
per 1000 square feet. Fertilizer shall be a commercially prepared mix of
10-20-20 and shall be applied at the rate of 10 pounds per 1000 square
feet.
8-14 CEMEbIT CONCRETE DE L
8-14.3 Construction Requirements
(April 3, 2017 WSDOT GSP, OPTION 1)
Section 8-14.3 is supplemented with the following:
The Contractor shall request a pre -meeting with the Engineer to be held 2 to 5
working days before any work can start on cement concrete sidewalks, curb ramps or
other pedestrian access routes to discuss construction requirements. Those attending
shall include:
1. The Contractor and Subcontractor in charge of constructing forms, and
placing, and finishing the cement concrete.
2. Engineer (or representative) and Project Inspectors for the cement concrete
sidewalk, curb ramp or pedestrian access route Work.
Items to be discussed in this meeting shall include, at a minimum, the following:
1. Slopes shown on the Plans
2. Inspection
3. Traffic control
4. Pedestrian control, access routes and delineation
5. Accommodating utilities
6. Form work
7. Installation of detectable warning surfaces
8. Contractor ADA survey and ADA Feature as -built requirements
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-90 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019 12
9. Cold Weather Protection
(January 7, 2019 WSDOT GSP, OPTION 3)
Section 8-14.3 is supplemented with the following:
Layout and Conformance to Grades
Using the information provided in the Contract documents, the Contractor shall layout,
grade, and form each new curb ramp, sidewalk, and curb and gutter.
(April 12, 2018 CFW GSP)
Section 8-14.3 is supplemented with the following:
Cement concrete sidewalk thickness shall be as shown on the Plans. Score joints shall
be constructed at a maximum distance of 5 feet from each full depth expansion joint,
except where specific dimensions are detailed on the Plans. Asphalt mastic joint fillers
in the sidewalk shall be 3/8" x 4" and of the same material as that used in the curb, and
shall be placed in the same location as that in the curb.
No concrete for sidewalk shall be poured against dry forms or dry subgrade.
The Contractor may provide suitable vibrating finishers for use in finishing concrete
sidewalks. The type of vibrator and its method of use shall be subject to the approval of
the City.
All completed work shall be so barricaded as to prevent damage. Any damaged
ser..tinns shall be removed and replaced at the Contractor's expense. Landscaped areas
disturbed during construction shall be restored to original condition at the Contractor's
expense.
Scored Cement Concrete Sidewalk shall be broom finished and scored as detailed on
the Plans.
-20 ILLUMINATION. TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION
SYSTEMS. AND ELECTRICAL
8-20.1 Description
8-20.1 1 Regulations and Code
(March 13, 2012 CFW GSP)
Section 8-20.1(1) is supplemented with the following:
Where applicable, materials shall conform to the latest requirements of Puget
Sound Energy and the Washington State Department of Labor and Industries.
8-20.1(2) Industry Codes and Standards
(March 13, 2012 CFW GSP)
The following is added at the end of the first paragraph of this section:
National Electrical Safety Code (NESC) Committee, IEEE Post Office Box
1331445 Hoes Lane, Piscataway, NJ 08855-1331.
8-20.1(3) Permitting and Inspections
(April 12, 2018 CFW GSP)
Section 8-20.1(3) is supplemented with the following
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-91 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019.12
The Contractor shall be responsible for obtaining all required electrical permits,
including all required City electrical permits. All costs to obtain and comply with
electrical permits shall be included in the applicable bid items for the work
involved.
8-20.2 Materials
Section 8-20.2 is supplemented with the following:
(March 13, 2012 CFW GSP)
Control density fill shall meet the requirements of Washington Aggregates and Concrete
Association.
Bedding material shall consist of 5/8-inch minus crushed rock free of any deleterious
substances (Section 9-03.1(5)A of the Standard Specifications).
(September 3, 2019 VVSDOT GSP, OPTION 1)
Slip -Resistant Surfacing for Junction Boxes, Cable Vaults, and Pull Boxes
Where slip -resistant junction boxes, cable vaults, or pull boxes are required, each box or
vault shall have slip -resistant surfacing material applied to the steel lid and frame of the
box or vault. Where the exposed portion of the frame is 1/2 inch wide or less, slip
resistant surfacing material may be omitted from that portion of the frame.
Slip -resistant surfacing material shall be identified with a permanent marking on the
underside of each box or vault lid where it is applied. The permanent marking shall be
formed with a mild steel weld bead, with a line thickness of at least 1/8 inch. The
marking shall include a two character identification code for the type of material used
and the year of manufacture or application. The following materials are approved for
application as slip -resistant material, and shall use the associated identification codes:
1) Harsco Industrial IKG, Mebac #1 — Steel: M1
2) W.S. Molnar Co., SlipNOT Grade 3 — Coarse: S3
3) Thermion, Safrrax TH604 Grade #1 — Coarse: T1
8-20.20) Equipment List And Drawing
(January 26, 2012 CFW GSP)
The first paragraph is deleted and replaced with the following:
Within one (1) week following the pre -construction conference, the Contractor
shall submit to the Engineer a completed "Request for Approval of Materials" that
describes the material proposed for use to fulfill the Plans and Specifications.
Manufacturer's technical information shall be submitted for signal, Safe City
Cameras and related equipment (Pan -Tilt -Zoom, Fisheye, Bullet and License
Plate Reader), electrical and luminaire equipment, all wire, conduit, junction
boxes, and all other items to be used on the project. Approvals by the Engineer
must be received before material will be allowed on the job site. Materials not
approved will not be permitted on the job site.
8-20.3 Construction Requirements
8-20.30) General
(May 15, 2000 WSDOT NWR GSP, OPTION 2)
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-92 PROJECT #213 ! RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019 12
Section 8-20.3(1) is supplemented with the following:
Energized Equipment
Work shall be coordinated so that electrical equipment, with the exception of the
service cabinet, is energized within 72 hours of installation.
(October 31, 2005 WSDOT NWR GSP, OPTION 5)
Section 8-20.3(1) is supplemented with the following:
Construction Core Installation
The Contractor shall coordinate installation of construction cores with Contracting
Agency maintenance staff through the Engineer. The Contractor shall provide
written notice to the Engineer, a minimum of seven working days in advance of
proposed installation. The Contractor shall advise the Engineer in writing when
construction cores are ready to be removed.
(May 15, 2000 WSDOT NWR GSP, OPTION 6)
Section 8-20.3(1) is supplemented with the following:
Electrical Equipment Removals
Removals associated with the electrical system shall not be stockpiled within the
job site without the Engineer's approval.
(January 26, 2012 CFW GSP)
Section 8-20.3(1) is supplemented with the following:
Contractor Owned Removals
All removals associated with an electrical system, which are not designated to
remain the property of the Contracting Agency, shall become the property of the
Contractor and shall be removed from the project.
The Contractor shall:
Remove all wires for discontinued circuits from the conduit system or as
directed by the Engineer.
Remove elbow sections of abandoned conduit entering junction boxes or
as directed by the Engineer.
Abandoned conduit encountered during excavation shall be removed to
the nearest outlets or as directed by the Engineer.
Remove foundations entirely, unless the Plans state otherwise.
Backfill voids created by removal of foundations and junction boxes.
Backfilling and compaction shall be performed in accordance with Section
2-09.3(1)E.
(January 26, 2012 CFW GSP)
Section 8-20.3(1) is supplemented with the following:
Signal System Changeover
The Contractor shall provide a detailed work plan for the signal system
changeover to be approved by the Engineer. They shall not deviate from the
work plan without prior written approval from the Engineer. The work plan shall
show the exact date of the signal system changeover.
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-93 PROJECT #213 1 RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019.12
The changeover of the signal equipment shall commence after 8:30 AM and be
completed by 3:00 PM on the same day (unless as noted below). Changeovers
must take place on Tuesday, Wednesay, or Thursday, unless otherwise
approved by the Engineer. During changeover, traffic control shall be provided.
The exact work plan and schedule for changeover shall be pre -approved by the
Engineer.
Certain intersections may require a night-time changeover due to traffic volumes.
If the City determines a night-time switchover is required, they will provide
direction as to the allowable hours of work. No additional payment will be made
to the Contractor for a night-time switchover.
(January 26, 2012 CFW GSP)
Section 8-20.3(1) is supplemented with the following:
Signal Display Installation
Signal displays shall be installed no more than 30 days prior to scheduled signal
turn on or changeover. Signal displays and reflectorized backplates when
installed prior to signal turn -on or changeover shall be covered and not visible to
vehicular traffic at any time.
(November 14, 2014 CFW GSP)
Section 8-20.3(1) is supplemented with the following:
Delivery of Removed Items
The Engineer shall decide the ownership of all salvaged signal materials. All
salvaged signal materials not directed by the Engineer to remain property of the
City shall become the property of the Contractor, except the existing controller
cabinet and all its contents shall remain as property of the City.
Removed signal and electrical equipment which remains the property of the City
shall be delivered to:
King County Signal Shop
Attn: Mark Parrett
155 Monroe Avenue NE
Renton, Washington 98056
Phone: 206-396-3763
Forty eight (48) working hours advance notice shall be communicated to both the
Engineer and the Signal Technician at the address listed above. Delivery shall
occur during the hours of 8:00 a.m. to 2:00 p.m. Monday through Friday.
Material will not be accepted without the required advance notice.
The Contractor shall be responsible for unloading the equipment where directed
by the Engineer or Signal Tech at the delivery site.
Equipment damaged during removal or delivery shall be repaired or replaced to
the Engineer's satisfaction at no cost to the City.
(December 17, 2012 CFW GSP)
Section 8-20.3(1) is supplemented with the following:
Fiber Optic Cable Service Outage Duration & Notification
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-94 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019.12
The maximum allowable interruption to the operation of the existing fiber optic
cable service is three days, including testing. Outages of fiber optic cable may
affect multiple parties, including but not limited to, the City, King County, and/or
WSDOT. Proposed outage dates shall be reviewed and approved by the City.
The City shall coordinate the outage with WSDOT. The Contractor shall
coordinate the outage with King County Metro and King County Traffic at least
two (2) weeks in advance of the proposed outage. The notification shall include
description of work, location, duration of outage including start and ending
date/time and emergency contact information. Notification in writing shall be sent
to the following:
Owen Kehoe
King County Metro
Phone: 206-477-5811
Email: owen.kehoe@kingcounty.gov
Jeffery Barnett
King County Metro
Phone: 206-263-7826
Email: Jeffery. Barnett@kingcounty.gov
King County Signal Shop
Attn: Mark Parrett
155 Monroe Avenue NE
Renton, Washington 98056
Phone: 206-396-3763
8-20.312) Excavating and Backfillinc�
(January 8, 2013 CFW GSP)
Section 8-20.3(2) is supplemented with the following:
The Contractor shall supply all trenching necessary for the complete and proper
installation of the traffic signal system, interconnect conduit and wiring, and
illumination system. Trenching shall conform to the following:
1. In paved areas, edges of the trench shall be sawcut the full depth of the
pavement and sawcuts shall be parallel. All trenches for placement of conduit
shall be straight and as narrow in width as practical to provide a minimum of
pavement disturbance. The existing pavement shall be removed in an
approved manner. The trench bottom shall be graded to provide a uniform
grade.
2. Trenches located under existing traveled ways shall provide a minimum of
24 inches cover over conduits and shall be backfilled with 21 inches of
controlled density fill, vibrated in place, followed by either 3 inches
minimum of HMA CI 1/2" PG 58 -22 , or a surface matching the existing
pavement section, whichever is greatest. The asphalt concrete surface
cuts shall be given a tack coat of asphalt emulsion (CSS-1) or approved
equal immediately before resurfacing, applied to the entire edge and full
depth of the pavement cut. Immediately after compacting the new asphalt
surface to conform to the adjacent paved surface, all joints between new
and original pavement shall be filled with joint sealant meeting the
requirements of Section 9-04.2.
3. Trenches for Schedule 40 PVC conduits to be located under existing
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-95 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019.12
sidewalks shall be installed to conform with the City of Federal Way
Luminaire Electrical Trench Detail. Such trenches shall be backfilled with
bedding material two inches (2") above and below the conduit, with the
remaining depth of trench backfilled with native material. If the Engineer
determines that the native material is unsuitable, Gravel Borrow shall be
used. Sidewalks and driveways shall be removed and replaced as
specified.
4. Trenches for Schedule 40 PVC conduits to be located within the right-of-
way and outside the traveled way shall have a minimum of twenty-four
inches (24") cover over conduits. Such trenches shall be backfilled with
bedding material two inches (2") above and below the conduit, with the
remaining depth of trench backfilled with bank run gravel unless the
Engineer determines that spoils from the trench excavation are suitable for
backfill.
5. When trenches are not to be placed under sidewalks or driveways, the
backfill shall match the elevation of the surrounding ground, including a
matching depth of top soil, mulch and/or sod if necessary to restore the
trench area to its prior condition.
6. Contractor shall use joint trench where possible.
Backfill shall be carefully placed so that the backfilling operation will not disturb
the conduit in any way. The backfill shall be thoroughly mechanically tamped in
eight -inch (8") layers with each layer compacted to ninety-five percent (95%) of
maximum density in traveled ways, and ninety percent (90%) of maximum
density elsewhere at optimum soil moisture content.
Bank run gravel for backfill shall conform to Section 2.01 of the Standard
Specifications. Bedding material shall conform to Section 2.01 of the Standard
Specifications.
All trenches shall be properly signed and/or barricaded to prevent injury to the
public.
All traffic control devices to be installed or maintained in accordance with Part VI
of the Manual on Uniform Traffic Control Devices for Streets and Highways, latest
edition, and as specified elsewhere in these Specifications.
Excavation for foundations shall be completed by vactor excavation. This
excavation shall be incidental to the signal or illumination bid items.
(April 12, 2018 CFW GSP)
Section 8-20.3(2) is supplemented with the following:
Underground utilities of record are shown on the construction plans insofar as
information is available. These, however, are shown for convenience only and
the City assumes no responsibility for improper locations or failure to show utility
locations on the construction plans.
The location of existing underground utilities, when shown on the plans, is
approximate only, and the Contractor shall be responsible for determining their
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-96 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019 12
exact location. The Contractor shall check with the utility companies concerning
any possible conflict prior to commencing excavation in any area, as not all
utilities may be shown on the plans.
The Contractor shall be responsible for potholing for conflicts with underground
utility locations prior to determining exact locations of signal and luminaire pole
foundations, underground vaults and directional boring operations. Prior to
construction, if any conflicts are expected, it shall be brought to the attention of
the Engineer for resolution.
The Contractor shall be entirely responsible for coordination with the utility
companies and arranging for the movement or adjustment, either temporary or
permanent, of their facilities within the project limits.
If a conflict is identified, the Contractor shall contact the Engineer. The Contractor
and City shall locate alternative locations for poles, cabinet, or junction boxes.
The Contractor shall get approval from the Engineer prior to installation. The
Contractor may consider changing depth or alignment of conduit to avoid utility
conflicts.
Before beginning any excavation work for foundations, vaults, junction boxes or
conduit runs, the contractor shall confirm that the location proposed on the
Contract Plans does not conflict with utility location markings placed on the
surface by the various utility companies. If a conflict is identified, the following
process shall be used to resolve the conflict:
1. Contact the Engineer and determine if there is an alternative location for
the foundation, junction box, vault or conduit trench.
2. If an adequate alternate location is not obvious for the underground work,
select a location that may be acceptable and pothole to determine the
exact location of other utilities. Potholing must be approved by the
Engineer.
3. If an adequate alternate alignment still cannot be identified following
potholing operations, the pothole area should be restored and work in the
area should stop until a new design can be developed.
The Contractor shall not attempt to adjust the location of an existing utility unless
specifically agreed to by the utility owner.
8-20.3 4 Foundations
(December 18, 2009 CFW GSPj
Section 8-20.3(4) is supplemented with the following:
Excavation for foundations shall Lie completed by vactor excavation. This
excavation shall be incidental to the signal or illumination bid items.
Pole foundations within the sidewalk area shall be constructed in a single pour to
the bottom of the cement concrete sidewalk. The sidewalk shall be constructed in
a separate pour.
Pole foundations not within the sidewalk area shall incorporate a 3-foot by 3-foot
by 4-inch-thick cement concrete pad set flush with the adjacent ground. Where
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-97 PROJECT #213 I RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019 12
the pad abuts a sidewalk, the pad shall extend to the sidewalk and the top of the
pad shall be flush with the sidewalk. A construction joint shall be provided
between the two units.
The foundation for the controller and service cabinets shall conform to the detail
on the Plans. Conduits shall be centered horizontally except service conduit,
which shall be placed at the side of the power panel.
Foundations for Type I traffic signal poles shall conform to Standard Plan J-
21.10-01.
Foundations for Type II and Type III traffic signal poles shall conform to details on
the Signal Standard Sheet in the Plans.
Foundations for streetlight poles shall conform to City of Federal Way Drawing
Number 3-39 except that foundation depth shall be as noted on the Illumination
Pole Schedule.
Foundations for the decorative streetlight poles shall conform to City of Federal
Way Drawing Number 3-43 except that foundation depth shall be as noted on the
Illumination Pole Schedule.
8-20.3 5 Conduit
8-20.3(5)A General
(March 16, 2011 CFW GSP)
Section 8-20.3(5) is supplemented with the following:
All conduit trenches shall be straight and as narrow in width as is practical to
provide a minimum of pavement disturbance.
When conduit risers are installed, they shall be attached to the pole every 4 feet
and shall be equipped with weather heads.
Conduit for the service wires between the Puget Sound Energy pole and the
service panel and all above ground conduit shall be hot -dip galvanized rigid steel.
All conduits shall be clearly labeled at each junction box, handhole, vault or other
utility appurtenance. Labeling shall be permanent and shall consist of the
owner/type name and a unique conduit number or color. The owner name shall
be approved by the Engineer prior to starting work. The recommended
owner/type abbreviations are:
PSE — Puget Sound Energy
QWEST — Qwest
COMCAST(AT&T)/C — Cable
COMCAST(AT&T)/F — Fiber
SIC — City Signal Interconnect
City Spare — City spares
Cobra — COBRA luminaire system
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-98 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019.12
Traffic signal interconnect shall be placed, wherever feasible, in the joint
utility trench being constructed under this contract (if applicable). This
work shall be coordinated with the other utilities to ensure a 2" minimum
conduit is provided solely for the traffic signal interconnect. Conduit size
shall be verified with City Traffic Engineer prior to installation.
8-20.3 5 Al Fiber optic Conduit
(June 24, 2013 WSDOT NWR — OPTION 1)
Section 8-20.3(5)A1 is supplemented with the following:
When multiple conduits are installed in the same trench, one location wire shall be
placed between conduits. When multiple conduits are installed in the same
boring, one locate wire is required for the conduit bundle.
Location wire routed into pull boxes or cable vaults shall be attached to the "C"
channel or the cover hinge bracket with stainless steel bolts and straps. A 1-foot
loop of locate wire shall be provided above the channel as shown in the Plans.
8-20.3(5)A2 ITS and Cabinet Outer and Inner Duct Conduit
(June 24, 2013 WSDOT NWR— OPTION 1)
Section 8-20.3(5)A1 is supplemented with the following:
Conduit Seal
Existing conduits, entering cabinets, that are scheduled to have cables added or
removed shall be sealed with an approved mechanical plug or waterproof foam at
both ends of the conduit run.
Existing Outer duct and inner duct conduit, entering cabinets, that are scheduled
to have cables added or removed shall be sealed according to this section.
8-20.3 5 B Conduit Type
(March 16, 2011 CFW GSP)
Section 8-20.3(5)B is supplemented with the following:
All conduits for signal cable raceways under driveways shall be rigid galvanized
steel or Schedule 80 polyvinyl chloride (PVC).
Whenever PVC conduit is used a ground wire shall be provided.
8-20.3 5 E3 Boring
(October 16, 2006 WSDOT NWR, OPTION 1)
Section 8-20.3(5)E3 is supplemented with the following:
In addition to the requirements for boring with casing, the Contractor shall submit
to the Engineer for approval a pit plan and a proposed method of boring that
includes, but is not limited to, the following:
1) A pit plan depicting:
a) Protection of traffic and pedestrians.
b) The dimension of the pit.
c) Shoring, bracing, struts, walers or sheet piles.
d) Type of casing.
2) The proposed method of boring, including:
a) The boring system.
b) The support system.
c) The support system under and at the bottom of the pit.
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-99 PROJECT #213 I RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019 12
The shoring and boring pit plan shall be prepared by and bear the seal and
signature of a Washington State licensed Professional Civil Engineer.
Installed casing pipe shall be free from grease, dirt, rust, moisture and any other
deleterious contaminants.
Commercial concrete meeting the requirements of Section 6-02.3(2)B may be
used to seal the casing.
8-20.3[6] Junction Boxes, Cable Vaults, and Pull Boxes
(September 17, 2019 CFW GSP)
Section 8-20.3(6) is supplemented with the following:
Unless otherwise noted in the Plans or approved by the Engineer, junction boxes,
cable vaults and pull boxes shall not be placed within the traveled way or
shoulders.
All junction boxes, cable vaults, and pull boxes placed within the traveled way or
paved shoulders shall be heavy-duty.
Junction boxes shall not be located within the traveled way, wheelchair ramps, or
driveways, or interfere with any other previous or relocated installation. The lid of
the junction box shall be flush with the surrounding area and be adequately
supported by abutting pavements or soils.
All streetlight junction boxes not placed in the sidewalk shall be placed
immediately adjacent to a sidewalk or curb surrounded by concrete (or asphalt if
adjacent to roadway) to prevent the box from lifting out of the dirt.
All streetlight junction box lids shall be welded shut after final inspection and
approval by King County.
Approved slip resistant surfaces shall have coefficient of friction of no less than
0.6 and have a proven track record of outdoor application which lasts for at least
10 years.
Wiring shall not be pulled into any conduit until all associated junction boxes
have been adjusted to, or installed in, their final grade and location, unless
installation is necessary to maintain system operation. If wire is installed for this
reason, sufficient slack shall be left to allow for future adjustment.
Wiring shall be replaced for full length if sufficient slack as specified in Section
8-20.3(8) is not maintained. No splicing will be permitted.
Junction boxes Type 1 and 2 shall meet the requirements of WSDOT Standard
Plan J-40.10-01. Type 8 junction boxes shall meet the requirements of WSDOT
Standard Plan J-40.30-01. Junction boxes shall be inscribed based upon system
per WSDOT Standard Plan J-40.30.01. Junction box lids and frames shall be
grounded per Section 8-20.3(9).
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-100 PROJECT #213 I RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019 12
Junction boxes shall be located at the station and offset indicated on the Plans
except that field adjustments may be made at the time of construction by the
Engineer to better fit existing field conditions.
Junction boxes for copper and/or fiber signal interconnect shall be placed at a
maximum interval of 300 feet and shall be inscribed with "TS" as described on
WSDOT Standard Plan J-40.30-01.
Communications/fibers vaults shall be provided for the purpose of storing slack
cabling and installing splice enclosures. The location of all communication vaults
shall be as indicated on the Plans and shall be field verified by the Contractor.
Communication/fibers vaults shall be configured such that the tensile and
bending limitations of the fiber optic cable are not compromised. Vaults shall be
configured to mechanically protect the fiber optic cable against installation force
as well as inert forces after cable pulling operations.
Where indicated in the Plans, new vaults shall be installed as described herein
and shown in the Plans. The Contractor shall furnish and install racking hardware
for cable storage in all new vaults and in all existing vaults where cable storage is
identified on the plans. The Contractor shall secure and store the cable in the
racking hardware per manufacturer's instruction.
Fiber vai,lts shall be installed in accordance with the following:
1. All openings around conduits shall be sealed and filled with grout to
prevent water and debris from entering the vaults or pull boxes. The
grout shall meet the specifications of the fiber vault manufacturers.
2. Backfilling around the work shall not be allowed until the concrete or
mortar has set.
Upon acceptance of work, fiber vaults shall be free of debris and ready for
cable installation. All grounding requirements shall be met prior to cable
installation.
4. Fiber vaults shall be adjusted to final grade using risers or rings
manufactured by the fiber vault and pull box manufacturer. Fiber vaults
with traffic bearing lids shall be raised to final grade using ring risers to
raise the cover only. All voids created in and around the vault while
adjusting it to grade shall be filled with grout.
5. Fiber vaults shall be installed at the approximate location shown in the
Drawings. Final location to be approved by the Engineer.
6. All existing conduits will need to be open and exposed for access within
the vault. Care shall be taken to identify which conduits have existing
cables. All conduits will extend 2 inches within the vault walls. At the 2-
inch mark the excess conduit on the existing structure will need to be
removed and all cables exposed.
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-101 PROJECT #213 I RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019.12
7. Once the conduits are located, excavate a hole large enough to install the
fiber vault. The vault shall have a concrete floor as indicated on the
Drawings. The floor shall be installed on 6 inches of crushed surfacing top
course. If a fiber vault is installed outside a paved area, an asphalt pad
shall be constructed surrounding the junction box. Ensure that the
existing conduits are at a minimum of 4 inches above the top of the floor.
If the existing conduits contain existing cables, the new vault will need to
be bottomless to allow the existing conduit and cable to be routed into the
new vault.
8-20.3(8) Wiring
(March 13, 1995 WSDOT NWR, OPTION 2)
Section 8-20.3(8) is supplemented with the following:
Wire Splices
All splices shall be made in the presence of the Engineer.
(May 1, 2006 WSDOT NWR, OPTION 3)
Section 8-20.3(8) is supplemented with the following:
Illumination Circuit Splices
Temporary splices shall be the heat shrink type.
(March 6, 2012 CFW GSP)
Section 8-20.3(8) is supplemented with the following:
Cable entering cabinets shall be neatly bundled and wrapped. Each wire shall
bear the circuit number and be thoroughly tested before being connected to the
appropriate terminal.
Circuit conductors shall be standard copper wire in all conduit runs with size
specified on the Plans. Conductors from luminaire bases to the luminaire fixture
shall be minimum No. 14 AWG pole and bracket cable.
(March 6, 2012 CFW GSP)
The following is inserted between the 3rd and 4th paragraph of this section:
Loop wires will be spliced to lead in wires at the junction box with an approved
mastic tape, 3-M 06147 or equal, leaving 3 feet of loose wire.
Connectors will be copper and sized for the wire. Mastic splice material will be
centered on the wire and folded up around both sides and joined at the top.
Splice will then be worked from the center outward to the ends. The ends will be
visible and fully sealed around the wire. The end of the lead-in cables shall have
the sheathing removed 8 inches and shall be dressed external to the splice.
The 8th paragraph of this section is deleted and replaced with the following:
Fused quick disconnect kits shall be of the SEC type or equivalent. Underground
illumination splices shall be epoxy or underground service buss/lighting
connector kits. Installation shall conform to details in the Standard Plans.
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-102 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019 12
The following is inserted between the 11th and 12th paragraphs of this section:
Field Wiring Chart (IMSA Standards)
501
+Input
506
AC+Control
511
Remote -All Red
502
AC-
507
AC+Crosswalk
512-520
Special
503
AC+Lights
508
AC+Detectors
551-562
Interconnect
504
AC+Lights
509
AC+12 Volts
593-598
Rail Road Preemption
505
AC+Lights
510
Remote -Flash
Phases 1 2 3 4 5 6 7 8 A B
Emergency
Orange
581
584
Vehicle
__ •(B+.).....___m_..__.._
Yellow (Call)
582
585
Preemption
.
Blue BB �..
Y—�..
583
.
586
_..........I..........
_ ,.. ,.
Red
.
611 621 631
641
M...... _... ........ _..... _......_.,,_
Orange
..
612 622 632
642
Vehicle
Green
613 623 633
643
587 590
588 591
589 592
651 661 671 681 691 601
652 662 672_ 682 692 602
653 663 673 683 693 603
Heads
Black
_....._........................_..._,........,......._....�
614
624
634
644
654
664
674
684
694
604
White
- - -
--- ....--
......-----..-
._
.
(Common _
---- - - ..----......- ...
- )
616
626
636
646
656
666
676
686
696
606
Red (Hand)
.................._......... _.._..,,.W....,,.:.�..-..
711
721
731
741
751
761
771
781
791
701
Green (Man)
712
722
732
.........
742
752
762
772
782
792
702
Pedestrian
White (Common
716
726
--...._......._....._........._..._....._
736
746
756
.
766
776
786
796
706
Lights)
Heads and
.......for .
.._____..--
--........_..._..._..
PPB
Orange
714
724
734
744
754
764
774
784
794
704
(Pus.h .button)
....................._...
W `...
- ..._.... _
...._ ... ..
_...__......
_ .....-_......
Black (Common
for Push button)
715
725
735
745
755
764
775
785
795
705
.... ....
....................
Loop 1 -
_.__ ..
811
-
_.- 821
.......... _..
831
841
__........._.._.
851
861
_
871
881
_
891
_W
801
Loop 1 .W
812
__.
822
._ ...
832
842
852
862
872
882
892
802
Loop 2
813
823
833
843
853
863
873
883
893
803
Vehicle
Loop 2
814
824
834
844
854
864
874
884
894
804
Detectors
Loop 3
815
825
835
845
855
865
875
885
895
805
Loop 3 W µ
816
826
836
846
856
866
876
886
896
806
Loop 4 „..w
m
817
827
837
847
857
867
877
887
897
807
_...._..._................ .W_ .....
.Loop.4..___ -
818
838
848
858
868
878
888
898
808
Loot ...W-W._„ �T911
F828
921
931
941
951
961
971
981
991
901
„Loop.1�--
912
922
932
942
952
962
972
982
992
902
Vehicle
_Loop 2 M m -
-913
923
933
943
953
963
973
983
993
903
Detectors/
Loop 2
914
924
934�
944
954
964�974
984
994
904
Count
Loop 3µ
915
925
935
945
955
965
975
985
995
905
Loops
.........
Loop 3
..............,....�----...--.
--
916
- �
926
................__
_
936
..
_
946
956
966
976
986
996
906
Loop 4�W
917
927
937
947
957
967
977
987
997
907
Loop 4
918
928
938
948
958
968
978
988
998
908
8-20.3(9) Bondinrl, Grounding
(August 21, 2006 WSDOT NWR)
Section 8-20.3(9) is supplemented with the following:
Where shown in the Plans or where designated by the Engineer, the metal frame
and lid of existing junction boxes shall be grounded to the existing equipment
grounding system. The existing equipment grounding system shall be derived
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SPA03 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019 12
from the service serving the raceway system of which the existing junction box is
a part.
(March 13, 2012 CFW GSP)
Section 8-20.3(9) is supplemented with the following:
Contractor shall provide and install bonding and grounding wires as described in
Standard Specifications and the National Electric Code for any new metallic
junction boxes and any modified existing junction boxes. For the purposes of this
section, a box shall be considered "modified" if new current -carrying conductors
are installed, including low -voltage conductors.
At points where shields of shielded conductors are grounded, the shields shall be
neatly wired and terminated on suitable grounding lugs.
Junction box lids and frames shall be grounded in accordance with Department
of Labor and Industries standards, and shall be grounded so that the ground will
not break when the lid is removed and laid on the ground next to the junction
box.
All conduits which are not galvanized steel shall have bonding wires between
junction boxes.
Ground rods shall be copper clad steel, 3/-inch in diameter by 10-feet long,
connections shall be made with termite welds.
At points where wiring shields of shielded conductors are grounded, the shields
shall be neatly wired and terminated on suitable grounding lugs.
(October 23, 2014 CFW GSP)
Section 8-20.3(9) is supplemented with the following:
In addition to the service grounds provided at the service cabinet each Type II, III,
IV, or V signal standard shall have a supplemental ground installed per Standard
Plan J-60.05.
8-20.3(14)B Signal Heads
(March 13, 2012 CFW GSP)
The first paragraph is deleted and replaced with the following:
If the Engineer orders advance installation, the signal heads shall be covered to
clearly indicate the signal is not in operation. The signal head covering material
shall be of sufficient size to entirely cover the display. The covering shall extend
over all edges of the signal housing and shall be securely fastened at the back.
Signal heads shall be installed with back plates. A two (2) inch wide strip of Type
IX yellow retro reflective sheeting shall be applied to the outside border of the
back plates in accordance with the manufacturer's recommendations. The
application surface of the back plate shall be cleaned, degreased
Section 8-20.3(14)B is supplemented with the following:
Alignment of vehicular and pedestrian signal heads shall be approved by the
Engineer prior to system turn -on.
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-104 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019.12
All new vehicular and pedestrian signal heads shall be covered (sacked)
completely including backplates with a 6 mil black polyethylene sheeting until
placed into initial operation. The fitted covers shall use adjustable straps. The
fitted covers shall have a one -inch hole for each signal display to flash out
indications.
The type of mounting hardware specified for the mast arm mounted vehicle
signals may require modification at the time of installation to accommodate as
built conditions. After the pole assembly has been installed and leveled, the
Contractor shall measure the distance between each mounting point on the arm
and the roadway. A type of mounting bracket different from that specified on the
Plans shall be provided and installed by the Contractor if necessary to achieve
the following criteria:
1. Red indications shall be in as straight a line as possible.
2. The bottom of the housing shall be between 16.5 feet and 19.0 feet
above the pavement.
8-20.3(14)C Induction Loop Vehicle Detectors
(January 31, 2014 CFW GSP)
Item 2 and the last two sentences of Item 4 are deleted.
Item 5 of this section is deleted and replaced with the following:
5) Each loop shall have 3 turns of loop wire.
Item 11 of this section is deleted and replaced with the following:
11) The detector loop sealant shall be a flexible traffic loop wire encapsulement.
Encapsulement shall be designated to enable vehicular traffic to pass over
the properly filled sawcut within five minutes after installation without cracking
of material. The encapsulement shall form a surface skin allowing exposure
to vehicular traffic within 30 minutes at 75 degrees F. and completely cure to
a tough rubber -like consistency within two to seven days after installation.
Properly installed and cured encapsulement shall exhibit resistance to
defects of weather, vehicle abrasion, motor oil, gasoline, antifreeze solutions,
brake fluid, deicing chemicals and salt normally encountered in such a
manner that the performance of the vehicle detector loop wire is not
adversely affected.
Section 8-20.3(14)C is supplemented with the following:
One -quarter -inch (1/4") saw cuts shall be cleared of debris with compressed air
before installing three turns of loop wire. All detector loops shall be
6-foot-diameter circle with diagonal mini -cut corners (no 90 degree corners) of
not more than 1-inch on the diagonal. From the loops to the junction box, the
loop wires shall be twisted two turns per foot and labeled at the junction box in
accordance with the loop schematics included in these Plans. A 3/8-inch saw cut
will be required for the twisted pair. No saw cut will be within 3 feet of any
manhole or utility risers located in the street. Loops and lead-ins will not be
installed in broken or fractured pavement. Where such pavement exists it will be
replaced in kind with minimum 12-foot sections. Loops will also not be sawed
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SPA05 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019.12
across transverse joints in the road. Loops to be placed in concrete will be
located in full panels, a minimum 18 inches from any expansion joint.
Existing Traffic Loops
The Contractor shall notify the City of Federal Way Traffic Engineer a minimum of
five working days in advance of pavement removal in the loop areas. The
Contractor shall install and maintain interim video detection until the permanent
systems are in place. The interim video detection shall be operational
simultaneously with decommission of the existing pavement loops.
If the Engineer suspects that damage to any loop, not identified in the Plans as
being replaced, may have resulted from Contractor's operations, the Engineer
may order the Contractor to perform the field tests specified in Section 8
20.3(14)D. The test results shall be recorded and submitted to the Engineer.
Loops that fail any of these tests shall be replaced.
Loops that fail the tests, as described above, and are replaced shall be installed
in accordance with current City of Federal Way design standards and Standard
Plans, as determined by the Engineer.
If traffic signal loops that fail the tests, as described above, are not replaced and
operational within 48 hours, the Contractor shall install and maintain interim video
detection until the replacement loops are operational. The type of interim video
detection furnished shall he approved by the Fngineer prior to installation.
8-20.3041D Test for Induction Loops and Lead-in Cable
(October 5, 2009 WSDOT NWR — OPTION 3)
Section 8-20.3(14)D is supplemented with the following:
Existing Lead-in Cable Test
When new induction loops are scheduled to be installed and spliced to an
existing two -conductor shielded detector lead-in cable, the Contractor shall
perform the following:
1. Disconnect the existing detector lead-in cable in the controller cabinet and
at the loop splice.
2. Megger test both detector lead-in cable conductors. A resistance reading
of less than 100-megohms is considered a failure.
3. Detector lead-in cables that fail the test shall be replaced and then
retested.
4. After final testing of the detector lead-in cable, the loop installation shall
be completed and the loop system tested according to Tests A, C and D.
Connect the detector lead-in cables in the controller cabinet.
(October 5, 2009 WSDOT NWR — OPTION 4)
Section 8-20.3(14)D is supplemented with the following:
Existing Loop Test
When two -conductor shielded detector lead-in cable is scheduled to be installed
and spliced to an existing loop, the Contractor shall perform the following:
1. Disconnect the existing loop from the detector lead-in splice.
2. Megger test the existing loop wire. A resistance reading of less than 100-
megohms is considered a failure.
3. Loops that fail the test shall be replaced and then retested.
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-106 PROJECT #213 1 RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019.12
4. After the final testing of the loops, the detector lead-in cable installation
shall be completed and the loop system tested according to Tests A, C
and D.
(March 31, 2012 CFW GSP)
Section 8-20.3(14)D is supplemented with the following:
Test A — The resistance shall not exceed values calculated using the given
formula.
Resistance per 1000 ft of 14 AWG, R = 3.26 ohms / 1000 ft
R = 3.26 x distance of lead-in cable (ft)
1000 ft
Test B and Test C in this section are deleted and replaced with the following:
Meggar readings of the detection wire to ground shall read 200 megohms at the
amplifier connection. The 200 megohms or more shall be maintained after the
splices are tested by submerging them in detergent water for at least 24 hours.
The tests will be conducted with County personnel at the request of the
Contractor. All costs incurred to meet this minimum standard will be the
responsibility of the Contractor.
8-20.3(14)E Signal Standards
(December 18, 2009 CFW GSP)
Section 8-20.3(14)E is supplemented with the following:
Traffic signal standards shall be furnished and installed in accordance with the
methods and materials noted in the applicable Standard Plans, pre -approved
plans, or special design plans.
After delivering the poles or arms to the job site and before they are installed, they
shall be stored in a place that will not inconvenience the public. All poles and arms
shall be installed in compliance with Washington State Utility and Electrical Codes.
Terminal cabinet(s) shall be installed on all Type II and Type III signal poles or
where designated on the wiring diagrams in the Plans in accordance with the
material requirements of Section 9-29:25 of the Standard Specifications.
Terminal cabinets shall be installed at a height not to impede pedestrians.
8-20.3(14)G Video Camera Detectors
(December 18, 2009 CFW GSP)
Section 8-20.3(14)G is a new section:
The video camera shall be installed consistent with the manufacturer
recommendations. Controller cabinet equipment shall be installed in the cabinet
when cabinet testing is performed.
8-20.3(14)H H brid Radar/Video Detectors
Section 8-20.3(14)H is a new section:
The hybrid radar/video camera shall be installed consistent with the manufacturer
recommendations_ Controller cabinet equipment shall be installed in the cabinet
when cabinet testing is performed.
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SPA07 PROJECT #213 I RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019 12
8-20.3 14 1 Blank -out signs
Section 8-20.3(14)H is a new section:
The blank -out signs shall be constructed using discrete LED's mounted onto a
printed circuit board and designed to display the lane indications as shown on the
plans. Blank -out signs shall be installed consistent with the manufacturer
recommendations.
8-20.3 17 "As Built" Plans
(December 18, 2009 CFW GSP)
Section 8-21.3(17) is deleted and replaced with the following:
Upon completion of the project, the Contractor shall furnish an "as -built" drawing
of the intersection showing all signal heads, pole locations, detectors, junction
boxes, Illumination system showing luminaire locations, miscellaneous
equipment, conductors, cable wires up to the signal controller cabinet, and with a
special symbol identifying those items that have been changed from the original
contract drawings. All items shall be located to within one foot (1') horizontally
and six inches (6") vertically above or below the finished surface grade.
8-20.3(18)Removal of Existing Signal Equipment
(April 12, 2018 CFW GSP)
Section 8-21.3(18) is a new section:
Where noted on the Plans, existing signal, illiiminatinn, Safe City Cameras and
relate equipment, and interconnect equipment shall be removed by the
Contractor. The Engineer shall decide the ownership of all salvaged signal,
illumination, Safe City Cameras and related equipment, and interconnect
equipment materials. All salvaged signal materials not directed by the Engineer
to remain property of the City shall be the property of the Contractor, except that
any existing controllers and UPS cabinets and all contents shall be delivered to
the King County Signal Shop at 155 Monroe Avenue NE, Renton, Washington
98056. All other material removed shall become the property of the Contractor
and shall be disposed of off -site at a legal disposal site.
Where junction boxes are removed, the conduit and wire shall also be removed
to the bottom of the trench and the resulting hole backfilled with gravel borrow
meeting the requirements of Section 9-03.14(1), unless the Engineer has
approved the use of native material.
Removals associated with the electrical system shall not be stockpiled within the
jobsite without the Engineer's approval.
8-20.4 Measurement
(April 12, 2018 CFW GSP)
Section 8-20.4 is replaced with the following:
"Traffic Signal System Modification, Complete — " shall be measured per
lump sum.
8-20.5 Payment
(April 12, 2018 CFW GSP)
Section 8-20.5 is deleted and replaced with the following:
Payment will be made in accordance with the following
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-108 PROJECT #213 I RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019.12
"Traffic Signal System Modification, Complete — ", per lump sum.
The lump sum price for "Traffic Signal System Modification, Complete —
shall be full pay for furnishing all labor, equipment, materials and supplies necessary to
complete the work as specified. All items and labor necessary to supply, install, and test
the system including, but not limited to, conduit, junction boxes, service circuit breaker
and connections, mast arm -mounted signs, blank -out signs, vehicular and pedestrian
signal heads, temporary and/or permanent vehicle detection system(s), connections with
existing conduit and junction boxes, mast arm mounted traffic signs, restoring facilities
destroyed or damaged during construction, removing and salvaging existing signal
equipment, and all other components necessary to make a complete traffic signal
system shall be included within the lump sum measurement. The lump sum bid price
shall include all costs associated with the construction of the cement concrete pads
around signal poles. All items and labor necessary to supply, install, and test the
interconnect system including, but not limited to, conduit, single -mode fiber optic cable,
junction boxes, connections with signal controllers, connections with existing conduit,
junction boxes and fiber optic vaults, connections with existing interconnect systems, pull
rope, plugs, restoring facilities destroyed or damaged during construction, clearing and
grubbing, salvaging existing materials, and all other components necessary to make a
complete fiber optic communication system shall be included within the lump sum
measurement. Fiber optic cable installed in existing conduit will be included in the lump
sum measurement. All costs for installing signing on signal mast arms or temporary
signal installations shall be incidental to the bid item(s) in this section and no additional
compensation will be made. Removal of an existing signal system or existing signal
components shall be included within the lump sum measurement. After construction is
complete, it is Contractor's responsibility to adjust, relocate, and reposition all traffic
signal heads to their final position as shown on the Contract Documents, and shall be
considered incidental to the lump sum measurement.
Sawcutting, pavement removal, excavation, trenching, bedding and backfill materials,
backfilling of trenches, pavement restoration of trenches and conduit/junction box
installations shall be incidental to the bid items included in this section and no additional
compensation will be made.
All costs for installing junction boxes and conduit containing traffic signal system,
illumination system, and/or fiber optic communication system wiring shall be incidental to
the bid item(s) of this section and no additional compensation will be made.
All costs for painting shall be incidental and included in the bid items included in this
section and no additional compensation will be made.
Adjustment of junction boxes shall be incidental and included in the bid items included in
this section and no additional compensation will be made.
Restoration of facilities destroyed or damaged during construction shall be considered
incidental to the bid items included in this section and no additional compensation will be
made.
SECTION 8-21 PERMANENT SIGNING
8-21.1 Description
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-109 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019.12
(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.
Colors of all permanent signs shall be submitted to the City for approval prior to
installation in the field. Installed signs that do not have color approved by the City may
be required to be removed and replaced in an acceptable color at the Contractor's
expense.
8-21.3 Construction Requirements
8-21.3 2 Placement of Signs
(December 18, 2009 CFW GSP)
Section 8-21.3(2) is supplemented with the following:
The City of Federal Way, 253-835-2744, shall be contacted within 2 working days
of completion of the permanent signing installation to inspect, inventory, and log
all new and relocated signs.
Other Signs: Refer to the currently adopted version of the Manual on Uniform
Traffic Control Devices (MUTCD) with Washinqton State Supplements.
8-21.3(5) Sign Relocation
(December 18, 2009 CFW GSP)
Section 8-21.3(5) is supplemented with the following:
King County METRO and/or Pierce Transit personnel will remove and reinstall all
existing bus stop signs and supports within the project limits. The Contractor
shall contact King County METRO at (206)684-2732 or Pierce Transit at
(253)581-8130 to coordinate sign work 2 weeks prior to the required sign
removal or installation. A copy of the record of communication shall be forwarded
to the City of Federal Way.
8.21.6 Payment
(April 12, 2018 CFW GSP)
Section 8-21.5 is deleted and replaced with the following:
All costs for furnishing and installing signs on traffic signal mast arms poles, as well as
the removal/re-location of ground -mounted signs, shall be included in the lump sum
price for "Traffic Signal System Modification — Complete "
EC -22 PAVEMENI MARKIN
8-22.1 Description
(December 18, 2009 CFW GSP)
Section 8-22.1 is supplemented with the following:
Pavement markings shall conform to City of Federal Way Standard Details. Profiled and
plastic lines shall conform to the pattern as shown on WSDOT Standard Plan M-20.20-
01.
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-110 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019,12
8-22.2 Materials
(October 23, 2014 CFW GSP)
Section 8-22.2 Sentence #3 is deleted and replaced with the following:
Glass beads for Type A plastic shall be as recommended by the manufacturer.
8-22.3[3] Marking Application
8-22.3(6) Removal of Pavement_ Markings
(April 12, 2018 CFW GSP)
Section 8-22.3(6) is supplemented with the following:
As indicated on the plans, the Contractor shall remove existing pavement
markings that may consist of paint, plastic and raised pavement markings.
8-22.4 Measurement
(December 13, 2012 CFW GSP)
Section 8-22.4 is supplemented with the following:
Measurement for the removal of all pavement markings will be per lump sum.
8-22.5 Payment
(April 12, 2018 CFW GSP)
Section 8-22.5 is modified as follows:
The following bid items are deleted:
"Removing Paint Line", per linear foot.
"Removing Plastic Line", per linear foot.
"Removing Painted Crosswalk Line", per square foot.
"Removing Plastic Crosswalk Line", per square foot.
"Removing Painted Traffic Marking", per each.
"Removing Plastic Traffic Marking", per each.
The following is a new bid item:
"Removing Pavement Markings", per lump sum.
8-30 POTHOLING AND RESOLUTION QF UTILITY CONFLICTS
(April 12, 2018 CFW GSP)
Section 8-30 and it's subsections are new sections as follows:
8-30.1 Description
(April 12, 2018 CFW GSP)
Section 8-30.1 is a new section:
This work involves the identification and resolution of utility conflicts not identified in the
plans between proposed improvements and existing utilities. The City will pay these
costs by force account if the work proves to be acceptable and the Contractor had
performed the work with the authority of and due notice to the Engineer.
8-30.3 Construction Requirements
(April 12, 2018 CFW GSP)
Section 8-30.3 is a new section:
The City may direct the Contractor to pothole existing utilities to verify the field location
and depth. Potholing shall include excavation and backfilling of the existing utility,
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SPA 11 PROJECT #213 I RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019.12
identification of the pipe or line size, material type and condition and the survey work to
locate the facility horizontally and vertically. Survey information to be obtained shall
include station and offset to center of utility and elevation at top of utility. Stations,
offsets and elevations shall be to the nearest 0.1 foot unless greater accuracy is
required. Potholes shall be backfilled with CSTC compacted to 95%, or with CDF, as
directed by the Engineer. In areas subject to public traffic, the HMA patch shall match
the depth of the surrounding pavement.
In the event that a conflict arises between the proposed improvements and an existing
utility, the Resolution of Utility Conflicts item will compensate the Contractor for standby
time and additional work in the following manner:
1. Standby time resulting from existing utility conflicts. Standby time is defined as time
the Contractor is unable to proceed with progression of a specific work item (i.e.
storm drainage, underground utility installation etc.) due to conflicts with existing
facilities. However, payment for standby time shall be limited to:
a. For each agreed upon conflict, a maximum of four (4) hours of standby time
will be paid for actual delay of labor and equipment due to a utility conflict.
The Contractor shall be responsible to adjust his work schedule and/or
reassign his work forces and equipment to other areas of work to minimize
standby time.
b. If the conflict is resolved within one (1) hour of notification to the Engineer, no
standby time will be paid.
2. Additional work required to resolve utility conflicts will be paid for at the bid unit
prices for the associated work. Work that can be measured and paid for at the unit
contract prices shall not be identified as force account work. This work includes but
is not limited to:
a. Storm drainage manhole, pipe, vault, and conduit realignments of line and/or
grade for the storm drain and undergrounding of overhead utilities, to avoid
existing utility conflicts.
b. Additional storm drainage manholes, pipe, vaults, and conduit required by a
change in alignment, and/or grade, not exceeding the limits set in section 1-
04.4 of the Standard Specifications.
8-30.4 Measurement
(April 12, 2018 CFW GSP)
Section 8-30.4 is a new section:
"Potholing", will be measured for force account per Section 1-09.6.
"Resolution of Utility Conflicts" will be measured for force account per Section 1-09.6.
8-30.5 Payment
(April 12, 2018 CFW GSP)
Section 8-30.5 is a new section:
"Potholing", will be paid by force account.
"Resolution of Utility Conflicts", will be paid by force account
To provide a common proposal for all bidders, the City has estimated the amount for
"Resolution of Utility Conflicts" and "Potholing" and entered the amounts in the proposal
to become a part of the total bid by the Contractor.
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SPA 12 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019.12
Utility conflicts due to the Contractor's actions or operations shall be resolved by the
Contractor at no expense to the Contracting Agency.
END OF DIVISION 8
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-113 PROJECT #2131 RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019.12
DIVISION 9
MATERIALS
9-03 AGGREGATES
9.03.12 Gravel Backfill
9-03.12 6 Pit Run Sand
(April 12, 2018 CFW GSP)
Section 9-03.12(6) is a new section:
Sieve Size Percent Passing
3/8" square 100
U.S. No. 4 90
Sand Equivalent 30 minimum
9-03.14(3) Common Barrow
(April 12, 2018 CFW GSP)
Section 9-03.14(3) is modified with the following requirements:
Material from on -site excavations meeting the requirements for Common Borrow
shall be used to the extent practicable. Material for common borrow shall consist
of granular soil and/or aggregate which is free of trash, wood, debris, and other
deleterious material.
Common Borrow material shall be at the proper muisture content for compaction.
This material is generally moisture sensitive. The natural moisture content shall
range from not more than 1 percent wet of optimum to not more than 3 percent
dry of optimum as determined in accordance with Section 2-03.3(14)D. The
material shall not pump or yield under the weight of compaction equipment and
construction traffic. The Contractor is responsible for protecting the material from
excess moisture wherever/whenever possible. To the extent practicable, this
material should be handled only during non -rainy periods and should be
removed, hauled, placed, and compacted into final embankments without
intermediate handling or stockpiling. Surfaces should be graded and sloped to
drain and should not be left uncompacted.
Common Borrow shall meet the following gradation limits:
Sieve Size Percent Passing (by weight)
6" square100
4" square 90-100
2" square 75 - 100
U.S. No. 4 50 - 80
U.S. No. 40 50 max.
U.S. No 200 25 max.
For geosynthetic reinforced walls or slopes, 100percent passing 1'/4-
inch square sieve and 90 to 100 percent passing the 1-inch square sieve.
Common Borrow shall contain sufficient fines for compaction and to bind the
compacted soil mass together to form a stable surface when heavy construction
equipment is operated on its surface.
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-114 PROJECT #213 1 RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019.12
9-14 EROSION CONTROL AND ROADSIDE PLANTING
9-14.1 Topsoil
9-14.1(1) Topsoil Type A
(April 12, 2018 CFW GSP)
Section 9-14.1(1) is supplemented with the following:
Topsoil Type A mix shall be 50% pure organic compost and 50% sand or sandy
loam. The soil shall be high in organic content and compromised of fully
composted and mature organic materials.
Refer to Section 9-14.4(8) of the Standard Specifications for compost
requirements. No fresh sawdust or other fresh wood by-products shall be added
to extend the volume after the composting process.
Chemical and physical characteristics of Topsoil Type A shall comply with the
following:
Screen Size 7/16" Maximum
Total Nitrogen 0.25% Minimum
Organic Matter 10% Minimum
pH Range 5.5 to 7.5
Conductivity 5 mmhos/cm Maximum
9-14.2 Seed
(April 12, 2018 CFW GSP)
Section 9-14.2 is supplemented with the following:
The grass seed dealer shall mix the grass seed only. The Contractor shall furnish the
Engineer with a dealer's guaranteed statement of the composition, mixture, and the
percentage of purity and germination of each variety. Seed shall be applied at
manufacturer's recommended rate. Hydroseed shall be composed of the following
varieties mixed in the proportions indicated, or approved equal:
SEEDED LAWN MIXTURE
_
BY
%
%
NAME
WEIG
PURI
GERMINATI
HT
TY
ON
Tall Fescue / Festuca arundinacea
40%
98%
90%
Creeping Red Fescue / Festuca rubra
25%
98%
90%
Highland Colonial Bentgrass /Agrostis
5%
98%
90%
capillaris var. 'Highland'
Perennial Rye / Lolimum perenne
30%
95%
90%
(blend of two: 'Fiesta II', 'Prelude II',
'Commander'
9-14.4 Mulch and Amendments
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SPA15 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019 12
9-14.4(3) Bark or Wood Chi s
(April 12, 2018 CFW GSP)
Section 9-14.4(3) is supplemented with the following:
Bark or Wood Chip Mulch shall be medium grade composted ground fir or
hemlock bark.
The bark shall be uniform in color, free from weed seeds, sawdust and splinters.
The mulch shall not contain resin, tannin, wood fiber or other compounds
detrimental to plant life. The moisture content of bagged mulch shall not exceed
22%. The acceptable size range of bark mulch material is '/2" to 1" with
maximum of 20% passing the'/2" screen.
SECTION 9-28 SIGNING MATERIALS AND FABRICATION
9-28.1 General
(January 8, 2013 CFW GSP)
Paragraph three is deleted and replaced with the following:
All regulatory (R series), school (S series), and warning (W and X series) signs, except
for parking regulation, parking prohibition signing and signs of fluorescent yellow color
shall be constructed with Type III Glass Bead Retroreflective Element Material sheeting
in accordance with Section 9-28.12 of the Standard Specifications. This sheeting has a
retro reflection rating of 250 candelas/foot candle/square foot for white -silver sheeting
with a divergence angle of 0.2 degrees and an incidence angle of minus 4 degrees. This
high intensity sheeting shall be Type III sheeting or greater. All street name (D-3) sign
sheeting shall meet this specification. The reflectivity standard of supplemental plaques
shall match that of the primary sign.
All overhead signing, all regulatory (R series) of fluorescent yellow color and all school
(S series) of florescent yellow color shall meet the specifications of Type IX Micro
Prismatic Retroreflective Element Material sheeting in accordance with Section 9-28.12
of the Standard Specifications. This standard applies to all signs mounted above the
roadway, on span wire or signal mast arms and all regulatory (R series) and school (S
series) signs of fluorescent yellow color. The reflectivity standard of supplemental plaques
shall match that of the primary sign.
Motorist information and parking signing shall be constructed with Type I Glass Bead
Retroreflective Element Material sheeting in accordance with Section 9-28.12 of the
Standard Specifications. The reflectivity standard of supplemental plaques shall match that
of the primary sign.
9-28.2 Manufacturer's Identification and Date
(October 23, 2014 CFW GSP)
Section 9-28.2 is deleted and replaced with the following:
All signs shall show the manufacturer's name and date of manufacture on the back.
9-28.8 Sheet Aluminum Si ns
(January 8, 2013 CFW GSP)
Section 9-28.8 table is deleted and replaced with the following
FMaximum Dimension
CITY OF FEDERAL WAY
JANUARY 2020
Blank
VARIABLE LANE USE CONTROL
SP-116 PROJECT #213 I RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019 12
Thickness
Less than 30 inches 0.080 inches
Greater than 30 inches, less than 48 0.100 inches
inches
Greater than 48 inches 0.125 inches
Section 9-28.8 is supplemented with the following:
All permanent signs shall be constructed from aluminum sign blanks unless
otherwise approved by the Engineer. Sign -blank minimum thicknesses, based on
maximum dimensions, shall be as follows:
All D-3 street -name signs shall be constructed with 0.100-inch-thick blanks. The
Contractor shall install permanent signs which meet or exceed the minimum
reflectivity standards. All sign face sheeting shall be applied to sign blanks with
pressure sensitive adhesives.
9-28.9 Fiberglass Reinforced Plastic Signs
(December 18, 2009 CFW GSP)
Section 9-28.9 is deleted in its entirety.
9-28.14 Sign Support Structures
(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 sign posts
shall be timber sign posts.
9-28.14 1 Timber Sign Posts
(December 18, 2009 CFW GSP)
Section 9-28.14(1) is supplemented with the following:
All ground -mounted sign posts shall use pressure treated hem -fir wood
posts unless approved otherwise by the Engineer. All wood posts shall be
buried a minimum of 30 inches below the finished ground line. Post backfill
shall be compacted at several levels to minimize settling. All posts shall be
two-way plumb.
9-28.14(2) Steel Structures and Posts
(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 timber sign posts.
Approved Manufacturers for Steel Sign Supports
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 TP-A & TP-B Transpo Industries, Inc.
Type PL, PL-T & PL-U Northwest Pipe Co.
Type AS Transpo Industries, Inc.
Type AP Transpo Industries, Inc.
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SPA17 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019.12
Type ST 1, ST 2, ST 3, & ST 4
Type SB-1, SB-2, & SB-3
SECTION 9-29 ILLUMINATION. SIGNAL. ELECTRICAL
Ultimate Highway Products,
Allied Tube & Conduit, Inc.,
Northwest Pipe, Inc.
Ultimate Highway Products,
Xcessories Squared
Development and
Manufacturing Incorporated,
Northwest Pipe, Inc.
9-29.1 Conduit Innerduct and Outerduct
(June 5, 2000 WSDOT NWR)
Section 9-29.1 is supplemented with the following:
Conduit Coatings
Conduit fittings for steel conduit shall be coated with galvanizing repair paint in
the same manner as conduit couplings. Electroplated fittings are not allowed.
Steel conduit entering concrete shall be wrapped in 2-inch-wide pipe wrap tape
with a minimum 1-inch overlap for 12 inches on each side of the concrete face.
Pipe wrap tape shall be installed per the manufacturer's recommendations.
(October 23, 2014 CFW GSP)
Fiber optic cable conduit shall be supplied as a system from a single
manufacturer providing all of the conduit, all required fittings, termination and
other installation accessories; all in accordance with the Contract Documents.
9-29.10) Rigid Metal Conduit, Galvanized Steel Outerduct,_and Fittings
(August 10, 2009 WSDOT NWR)
Section 9-29.1(1) is supplemented with the following:
Conduit Sealing
Mechanical plugs for cabinet conduit sealing shall be one of the following:
1. Tyco Electronics - TDUX
2. Jackmoon — Triplex Duct Plugs
3. O-Z Gedney — Conduit Sealing Bushings
The mechanical plug shall withstand a minimum of 5 psi of pressure.
9-29.1(2) Rigid Metal Conduit Fittings and Appurtenances
(August 10, 2009 WSDOT NWR)
Section 9-29.1(2) is supplemented with the following:
Conduit Coatings
Electroplated couplings are not allowed.
(March 4, 2009 WSDOT NWR))
Surface Mounting Conduit Attachment Components
Channel supports and all fastening hardware components shall be Type
304 stainless steel.
9-29.101) Foam Conduit Sealant
(January 7, 2019 WSDOT Option 1)
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-118 PROJECT #213 1 RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019.12
Section 9-29.1(11) is supplemented with the following:
The following products are accepted for use as foam conduit sealant:
• CRC Minimal Expansion Foam (No. 14077)
• Polywater FST Foam Duct Sealant
• Superior Industries Foam Seal
• Todol Duo Fill 400
9-29.2 Junction Boxes, Cable Vaults and Pull Boxes
9-29.2 11A Standard Duty Junction Boxes
(April 12, 2018 CFW GSP)
Section 9-29.2(1) is supplemented with the following:
Concrete Junction Boxes
For junction boxes located within the sidewalk, along an ADA pedestrian
route, or in other accessible surfaces within the public right-of-way or on
publicly owned properties, both the lid and frame shall be treated with one
of the following slip -resistance products:
1. Mebacl manufactured by IKG Industries.
2. SlipNOT Grade 3-coarse manufactured by W.S. Molnar
Company.
3. Saftrax TH604 Non -Skid manufactured by Thermion.
Where the exposed portion of the frame is 1/2 inch wide or less the slip -
resistant treatment may be omitted on that portion of the frame.
The slip -resistant lid shall be identified with permanent marking on the
underside indicating the type of surface treatment ("M1" for Mebac 1; "SY
for SlipNOT Grade 3-coarse; or "ST" for Saftrax TH604) and the year
manufactured. The permanent marking shall be 1/8 inch line thickness
formed with a mild steel weld bead.
9-29.2121A Standard Duty Cable Vaults and Pull Boxes
(April 12, 2018 CFW GSP)
Section 9-29.2(2)A is supplemented with the following:
For cable vaults and pull boxes located within the sidewalk, along an ADA
pedestrian route, or in other accessible surfaces within the public right-of-
way or on publicly owned properties, both the lid and frame shall be
treated with one of the following slip -resistance products:
1. Mebacl manufactured by IKG Industries.
2. SlipNOT Grade 3-coarse manufactured by W.S. Molnar
Company.
3. Saftrax TH604 Non -Skid manufactured by Thermion.
Where the exposed portion of the frame is 1/2 inch wide or less the slip -
resistant treatment may be omitted on that portion of the frame.
The slip -resistant lid shall be identified with permanent marking on the
underside indicating the type of surface treatment ("M1" for Mebac 1; "SY
for SlipNOT Grade 3-coarse; or "ST" for Saftrax TH604) and the year
manufactured. The permanent marking shall be 1/8 inch line thickness
formed with a mild steel weld bead.
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-119 PROJECT #213 1 RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019.12
9-29.3 Fiber Optic Cable Electrical Conductors and Cable
(December 13, 2012 CFW GSP)
Section 9-29.3 is supplemented with the following:
Video cable from the camera (sensor) to the controller cabinet shall conform to
the video detection manufacturer's recommendations.
9-29.3 2 F Detector Loop Wire
(April 12, 2018 CFW GSP)
Section 9-29.3(2)F is modified as follows:
Detector loop wire shall use 14 AWG stranded copper conductors, and
shall conform to IMSA Specification 51-7, with cross -linked polyethylene
(XLPE) insulation encased in a polyethylene outer jacket (PE tube).
9-29.3{2)H Three -Conductor Shielded Cable
(March 13, 2012 CFW GSP)
Section 9-29.3(2)H is supplemented with the following:
Lead-in cable back to the controller for pre-emption units shall be 6TT
detector 138 cable or equivalent.
9-29.3(2)1 Twisted Pair Communications Cable
(October 23, 2014 CFW GSP)
Section 9-29.3(2)1 is deleted in its entirety. See Section 8-20.3(8)A.
9-29.6 Light and Signal Standards
(December 18, 2009 CFW GSP)
Section 9-29.6 is supplemented with the following:
Light standards shall be tapered round aluminum tube C-wall alloy 6063 satin
brushed finish with Davit bracket arm, as shown in Federal Way Standard Detail
herein, except that luminaire mounting height shall be as shown on the
Illumination Pole Schedule.
(January 7, 2019 WSDOT GSP, OPTION 5)
Section 9-29.6 is supplemented with the following:
Traffic Signal Standards
Traffic signal standards shall be furnished and installed in accordance with the
methods and materials noted in the applicable Standard Plans, pre -approved
plans, or special design plans.
All welds shall comply with the latest AASHTO Standard Specifications for
Structural Supports for Highway Signs, Luminaires and Traffic Signals. Welding
inspection shall comply with Section 6-03.3(25)A Welding Inspection.
Hardened washers shall be used with all signal arm connecting bolts instead of
lockwashers. All signal arm ASTM F 3125 Grade A325 connecting bolts
tightening shall comply with Section 6-03.3(33).
Traffic signal standard types and applicable characteristics are as follows:
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-120 PROJECT #213 1 RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019 12
Type PPB Pedestrian push button posts shall conform to Standard Plan
J-20.10 or to one of the following pre -approved plans:
Fabricator Drawing No.
Valmont Ind. Inc. DBO1165 Rev. B
Sheet's 1, 2, 3 & 4 of 4
Ameron Pole WA15TR10-1 Rev. Band
Prod. Div. WA15TR10-3 Rev. A
Type PS Pedestrian signal standards shall conform to Standard Plan J-
20.16 or to one of the following pre -approved plans:
Fabricator Drawing No.
Valmont Ind. Inc. DBO1165 Rev. B
Sht. 1, 2, 3 & 4 of 4
Ameron Pole WA15TR10-1 Rev. B and
Prod. Div. WA15TR10-2 Rev. B
Type I Type I vehicle signal standards shall conform to Standard Plan J-
21.15 or to one of the following pre -approved plans:
Type FB
Type RM
CITY OF FEDERAL WAY
JANUARY 2020
Fabricator Drawinq No.
Valmont Ind. Inc. DBO1165 Rev. B
Sht. 1 2, 3 & 4 of 4
Ameron Pole WA15TR10-1 Rev. B and
Prod. Div WA15TR10-2 Rev. B
Type FB flashing beacon standard shall conform to Standard
Plan J-21.16 or the following pre -approved plan:
Fabricator Drawing No.
Valmont Ind. Inc. DBO1165 Rev. B
Sht. 1 2, 3 & 4 of 4
Ameron Pole WA15TR10-1 Rev. Band
Prod. Div. WA15TR10-2 Rev. B
Type RM ramp meter standard shall conform to Standard Plan
J-22.15 or the following pre -approved plan:
Fabricator Drawing No.
Valmont Ind. Inc. DBO1165 Rev. B
Sht. 1 2, 3 & 4 of 4
Ameron Pole WA15TR10-1 Rev. B and
Prod. Div. WA15TR10-2 Rev. B
VARIABLE LANE USE CONTROL
SP-121 PROJECT #213 I RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019.12
Type CCTV Type CCTV camera pole standards shall conform to one of the
following pre -approved Plans:
Fabricator
Valmont Industries, Inc.
Ameron Pole Product Div.
Type II Characteristics.
Luminaire mounting height
Luminaire arms
Luminaire arm length
Signal arms
Drawing No.
DB 01166 Rev. B
Sheet 1, 2, 3 and 4 of 4
WA15CCTV01 Rev. B
Sheet 1 and 2 of 2
N.A.
N.A.
N.A.
One Only
Type II standards shall conform to one of the following pre -
approved plans, provided all other requirements noted herein
have been satisfied. Maximum (x) (y) (z) signal arm loadings
in cubic feet are noted after fabricator.
Signal Arm
Length max Fabricator-(x) (y) (z)
65 ft. Valmont Ind. Inc.-(2894)
65 ft. Ameron Pole-(2900)
Prod. Div.
Type III Characteristics:
Luminaire mounting height
Luminaire arms
Luminaire arm type
Luminaire arm length (max.)
Signal arms
Drawing No.
DBO1162 Rev. B,
Shts. 1, 2,3, 4 & 5 of 5
WA15TR3724-1 Rev. C and
WA15TR3724-2 Rev. D
Sheet 1 and 2 of 2
30 ft.,
35 ft.,
40 ft.,
or 50 ft.
One Only
Type 1
16 ft.
One Only
Type III standards shall conform to one of the following pre -
approved plans, provided all other requirements noted herein have
been satisfied. Maximum (x) (y) (z) signal arm loadings in cubic
feet are noted after fabricator.
Signal Arm
Length {max) Fabricator-(x) (y) (z) Drawing No.
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-122 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019.12
65 ft. Valmont Ind. Inc.-(2947) DBO1162 Rev. B,
Shts. 1, 2, 3, 4 & 5 of 5
and"J" luminaire arm
65 ft. Ameron Pole-(2900) WA3724-1 Rev. C and
Prod. Div. WA3724-2 Rev. D
and "J" luminaire arm
Type IV Type IV strain pole standards shall be consistent with details in the
plans and Standard Plan J-27.15 or one of the following pre -
approved plans:
Fabricator Drawing No.
Valmont Industries, Inc. D1301167, Rev. B
Sheets 1 and 2
Ameron Pole WA 15TR15 Rev. A
Prod. Div. Sheet 1 and 2 of 2
Type V Type V combination strain pole and lighting standards shall be
consistent with details in the plans and Standard Plan J-27.15 or
one of the following pre -approved plans:
Fabricator Drawing No.
Valmont Industries, Inc. D1301167, Rev. B
Sheets 1 and 2
Ameron Pole WA 15TR15 Rev. A
Prod. Div. Sheet 1 and 2 of 2
The luminaire arm shall be Type 1, 16 foot maximum and the
luminaire mounting height shall be 40 feet or 50 feet as noted in
the plans.
Type SD Type SD standards require special design. All special design shall
be based on the latest AASHTO Standard Specifications for
Structural Supports for Highway Signs, Luminaires and Traffic
Signals and pre -approved plans and as follows:
1. A 115 mph wind loading shall be used.
2. The Mean Recurrence Interval shall be 1700 years.
3. Fatigue category shall be III.
Complete calculations for structural design, including anchor bolt
details, shall be prepared by a Professional Engineer, licensed
under Title 18 RCW, State of Washington, in the branch of Civil or
Structural Engineering or by an individual holding valid registration
in another state as a civil or structural Engineer.
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-123 PROJECT #213 1 RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019.12
All shop drawings and the cover page of all calculation submittals
shall carry the Professional Engineer's original signature, date of
signature, original seal, registration number, and date of
expiration. The cover page shall include the contract number,
contract title, and sequential index to calculation page numbers.
Two copies of the associated design calculations shall be
submitted for approval along with shop drawings.
Details for handholes and luminaire arm connections are available
from the Bridges and Structures Office.
Foundations for various types of standards shall be as follows:
Type PPB As noted on Standard Plan J-20.10
Type PS
As noted on Standard Plan J-21.10
Type I
As noted on Standard Plan J-21.10
Type FB
As noted on Standard Plan J-21.10
Type RM
As noted on Standard Plan J-21.10
Type CCTV
As noted on Standard Plan J-29.15
Type II
As noted in the Plans.
Type III
As noted in the Plans.
Type IV
As noted in the Plans and Standard Plan J-27.10
Type V
As noted in the Plans and Standard Plan J-27.10
Type SD
As noted in the Plans.
9-29.6 1 Steel Light and Signal Standards
(December 18, 2009 CFW GSP)
Section 9-29.6(1) is supplement with the following:
Traffic signal standards and illumination standards shall be furnished and
installed in accordance with the methods and materials noted in the
applicable Standard Plans, pre -approved plans, or special design plans.
All welds shall comply with the latest AASHTO Standard Specifications for
Support of Highway Signs, Luminaires, and Traffic Signals. Welding
inspection shall comply with Section 6-03.3(25)A, Welding Inspection.
All traffic signal standards and arms shall be round tapered.
After delivering the poles or arms to the job site and before they are
installed, they shall be stored in a place that will not inconvenience the
public. All poles and arms shall be installed in compliance with
Washington State Utility and Electrical Codes.
Terminal cabinet(s) shall be installed on all Type II and Type III signal
poles or where designated on the wiring diagrams in the Plans in
accordance with the material requirements of Section 9-29.25 of the
Standard Specifications. Terminal cabinets shall be installed at a height
not to impede pedestrians.
Galvanized steel light and signal standards shall not be painted.
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SPA24 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019.12
9-29.10(2) Vacant
(January 11, 2019 CFW GSP)
Section 9-29.10(2) is deleted and replaced with the following new section:
9-29.13 Control Cabinet Assemblies
9-29.13(2)A Traffic Signal Controller Assembly Testing
(October 23, 2014 CFW GSP)
Section 9-29.13(2)A is supplemented with the following:
Replace all references to "WSDOT Materials Laboratory", "WSDOT
facility", and "WSDOT with "King County Traffic Maintenance".
9-29.13 3 Traffic Signal Controller
Section 9-29.13(3) is supplemented with the following;
In -cabinet equipment includes the following:
U)
C/)
00
U)
(D
U)
M
r
Item
06
U)
U)
06
06
°n
-r-
U)
U)
a
ca
�
llccV,�
VJ
n
'0
VJ
Hybrid Radar/Video
Detector Cabinet
1
Interface Unit
Video Camera
Detector Cabinet
1 *
1
Interface Unit
EVP Relay1
Load Switch
1
1
Type 16 Malfunction
Management Unit
1
1
EDI MMU2-16LEi
MMU Program Card
1
1
1
TS2 Detector Rack
1
1
Loop Detector Card
3
1
Fiber Optic Patch
Cords
Wall -Mounted Fiber
Optic Patch Panel
Ethernet Switch
SFP Module
GRIDSMART system to be furnished by the City and installed by the
Contractor
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-125 PROJECT #213 I RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019.12
Documentation and Training
Contractor to supply complete technical information, shop drawings,
schematic diagrams, photographs, circuit diagrams, programming and
operation instruction manuals, and any other necessary documents to
fully describe the proposed equipment.
Schematics & Manuals: The cabinet(s) shall have a waterproof envelope
with a side access attached to the inside of the door. At the time of
delivery the envelope shall have two complete sets of schematics and
manuals for all assemblies and sub -assemblies. In addition, the cabinet
shall arrive with two sets of cabinet prints and one disk copy of the
cabinet print in AutoCAD format including circuit schematics for each
model of the following:
1. Controller
2. Conflict Monitor
3. Opticom Equipment
4. Video Detection Equipment
The supplier shall provide a minimum of a one -day (8 hour) training
session, given by qualified technical representative(s) of the
manufacturer's firm. The sessions shall be conducted at the County and
the training sessions shall be coordinated with the City Traffic Engineer.
The supplier shall contact the City Traffic Engineer approximately three
weeks prior to delivery of the equipment for the purpose of discussing the
format and scheduling of the training sessions. The sessions shall be
conducted within five (5) working days AFTER delivery of the equipment.
The training sessions shall as a minimum meet the following
requirements:
1. Session 1: Basic operation, detector programming, special
configuration programming, and time of time of day operation. This
would cover operator front panel instruction for each component
(i.e., Controller, Malfunction Management Unit, and Detector).
2. Session 2: Preemption, telemetry, diagnostics, cabinet operation,
preventative maintenance, computer software, and troubleshooting.
Technical maintenance and troubleshooting instruction shall be the
main focus.
3. Presentations shall be made by "factory trained personnel".
Supplier shall provide all necessary equipment needed for the
training.
The instructional materials provided with the training sessions shall
include the following information:
1. Table of Contents
2. Operating Procedure
3. Theory of Operation
4. Maintenance and Troubleshooting Information
5. Circuit Wiring Diagrams
6. Pictorial Diagrams of Part Locations
7. Timing Sheet
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SPA26 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019 12
The controller shall be a NEMA TS2 controller, specifically, an Econolite
Cobalt and be installed within a complete NEMA TS2 Type 1 eight phase
signal cabinet.
9-29.13(10)A Auxiliary Equipment for NEMA Controllers
(February 2, 2012 CFW GSP)
Section 9-29.13(10)A is modified as follows:
Paragraph 1, Item 1 is supplemented with the following:
All flasher units shall as a minimum meet NEMA TS-2 1992, Section 6
requirements and shall be EDI Model 810 or approved equal.
Paragraph 1, Item 2 is supplemented with the following:
All load switches shall as a minimum meet NEMA TS-2 1992, Section 6
requirements and shall be EDI Model 510 or approved equal.
Paragraph 1, Item 3a is deleted and replaced with the following:
A 50-amp main breaker shall be supplied. This breaker shall supply power
to the controller, MMU, signals, cabinet power supply, and auxiliary
panels.
Paragraph 1, Item 3b is deleted and replaced with the following:
A 15-amp auxiliary breaker shall supply power to the fan, light, and GFI
outlet.
Paragraph 1, Item 3c is supplemented with the following:
Spare neutral buss bars shall be provided on the bottom left and right of
the cabinet.
Paragraph 1, Item 3 is supplemented with the following:
g. A normally -open, 60-amp, solid-state device, "Crydom CWA 4850
relay" or approved equivalent.
h. The power panel shall be covered by an easily removable, clear
Plexiglas cover.
Paragraph 1, Item 4 is supplemented with the following:
Inside the police door there shall be a flash switch, which shall be the
only switch on that panel. The switch shall have two positions, 'Auto" and
"Flash": The up position shall be "Auto" and result in normal signal
operation. The down position shall be "Flash" and will put the signal into
flashing operation and apply stop time to the controller. The switch shall
be a general-purpose bat style toggle switch with 0.688-inch-long bat.
The switch shall have a protective cover, which must be lifted to operate
the switch.
Paragraph 1, Item 6 is supplemented with the following:
Cabinets shall be equipped with a NEMA TS2 Type 16 Malfunction
Management Unit.
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-127 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019.12
Paragraph 1, Item 7, sub -paragraph 1 is deleted and the section is supplemented
with the following:
The detector interface panel shall support up to 32 channels of detection
and four channels of preemption devices.
Detector Racks
Two vehicle detector amplifier racks and two detector interface panels
shall be provided in each cabinet. Each rack shall support up to
16 channels of loop detection, one 4-channel preemption device, and one
BIU.
Paragraph 1, Item 8 is supplemented with the following:
There shall be terminal strips for field wiring in the controller cabinet. The
terminals shall be numbered in accordance to the field wiring chart
included in these Specifications. A common buss bar with a minimum of
15 spare terminals shall be available after the cabinet is fully wired. In
addition, a 15 terminal bar shall be provided for the pedestrian common
and a terminal shall be provided for each signal head neutral. The buss
bars shall be located on the left side wall of the cabinet. Only King County
numbers shall be shown, as described in Section 8-20.3(8).
Pedestrian Detector Field Wiring
All pedestrian detectors shall be connected between logic ground and
their appropriate field terminal. The terminals shall be grouped together
and located in the lower left side panel.
Main Panel and Wire Terminations
All wires terminated behind the main panel and other panels shall be
SOLDERED. No pressure or solderless connectors shall be used. Printed
circuit boards shall NOT be used on main panels.
Field Terminal Locations
Field terminals shall be located at the bottom of the backboard. Their
order shall be left to right beginning with phase one and following the
order of the load switches. Field terminals shall be of the Screw type per
NEMA TS2 5.3.6.
Paragraph 1, Item 9 is supplemented with the following:
The cabinet shall be provided with a thermostatically -controlled
(adjustable between 80-150 degrees F) ventilation fan and shall be
installed in the top of the cabinet plenum.
Paragraph 1, Item 10 is deleted and replaced with the following:
The cabinet shall have an incandescent lighting fixture that shall be
mounted on the inside top of the cabinet near the front edge. An on/off
switch that is turned on when the cabinet door is opened and off when it is
closed shall activate the incandescent light. The lamp socket shall be
placed on the circuit with convenience outlets which shall be protected by
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-128 PROJECT #213 1 RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019.12
a circuit breaker rated at 25 amps. An incandescent 150-watt bulb shall
be provided.
Paragraph 1, Item 11 is supplemented with the following:
All Controller and Malfunction Management Unit cables shall be of
sufficient length to access any shelf position. All cables shall be encased
in a protective sleeve along their entire free length.
Color Coding
All cabinet wiring shall be color coded as follows:
Purple
= MMU Wiring
Orange
= Flash Color Programming
Brown
= Green Signal Wiring
Yellow
= Yellow Signal Wiring
Red
= Red Signal Wiring
Blue
= Controller wiring
Gray
= DC ground
AC+
= Black
AC-
= White
Chassis Ground
= Green
Paragraph 1 is supplemented with the following:
13. Main Panel Configuration - The main panel shall be fully wired in the
following configuration:
a) Sixteen (16) load sockets.
b) Six (6) flash -transfer -relay sockets.
c) One (1) flasher socket.
d) Two (2) main panel rack slots for BTUs 1 and 2. Two rack slots for
Terminal and Facilities BIU's 3 and 4 which shall be wired to
numbered terminal strips.
e) Wiring for 2 detector racks and 1 Type-16 MMU.
14. Lightning Suppression - The cabinet shall be equipped with an
Innovative Technologies Model HS-P-SP-120A-60A-RJ or approved
equivalent surge arrester.
15. Convenience Outlets - One convenience outlet with a ground fault
interrupter and a second convenience outlet without ground fault
interrupter shall be furnished in the cabinet(s). The ground fault outlet
shall be mounted one on right side of the cabinet, near the top shelf,
and the non -ground fault outlet shall be mounted on the left side of the
cabinet, near the top shelf. No outlets shall be mounted on the door.
The convenience outlets shall be placed on the circuit with the lamp
socket which shall be protected by a circuit breaker rated at 25 amps.
16. Loop Detector Units:
(a) Cabinets shall be supplied with eight 4-channel loop detectors
minimum or sixteen 4-channel loop detectors maximum as shown
on the Plans. Loop detectors shall meet TS2 Specifications.
(b) Equipment and loop detection for advanced loops shall be as
shown in the plans.
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-129 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019 12
17. Telemetry Interface Panel - All cabinets shall be wired with a telemetry
interface panel and telemetry connecting cable so as to work with the
master cabinet. In addition, every cabinet shall also be wired for
transient suppression (Model # EDCO PC642C-00-AD or approved
equivalent).
18. Preemption - The cabinet shall be completely wired to accept and
service calls from GTT (formerly 3M) Opticom, Model 764 multimode
phase -selector modules and their related optical -detector units.
19. Buss Interface Unit - Buss interface units (BTUs) shall meet all TS2-
1992 Section 8 requirements. In addition, all BTUs shall provide
separate front panel indicator light emitting diode (LEDs) for Valid
Data.
20. Cabinet Power Supply - The cabinet power supply shall as a minimum
meet all TS2-1992, Section 5.3.5 requirements. All power supplies
shall also provide a separate front panel indicator LED for each of the
four outputs. Front panel banana jack test points for 24 VDC and logic
ground shall also be provided.
21. Inside Control Panel Switches - Service Panel Switches
(a) Power Switches: There shall not be a main power switch inside
the cabinet(s) that shall render all control equipment electrically
dead when turned off. There shall be a controller power switch
that shall render the controller and load switching devices
electrically dead while maintaining flashing operation for purposes
of changing the controller or load switching devices. The switch
shall be a general-purpose bat style toggle switch with
.688-inch-long bat. The switch shall have a protective cover, which
must be lifted to operate the switch.
(b) Stop Time Switch: There shall be a 3-position switch located
inside the cabinet door identified as the Stop Time switch. Its
positions shall be labeled "Normal" (up), 'Off" (center), and "On"
(down). With the switch in its Normal position, a stop timing
command may be applied to the controller by the police flash
switch or the conflict monitor unit. When the switch is in its "Off"
position, stop -timing commands shall be removed from the
controller. The "On" position of the switch shall cause the
controller to stop timing. The switch shall be a general-purpose
bat style toggle switch with .688-inch-long bat. The switch shall
have a protective cover, which must be lifted to operate the
switch.
(c) Technician Flash Switch: There shall be a switch inside the
cabinet to place the signal in flashing operation while the
controller continues to operate. This flash shall have no effect on
the operation of the controller or conflict monitor. The switch shall
be a general-purpose bat style toggle switch with .688-inch-long
bat. The switch shall have a protective cover, which must be lifted
to operate the switch.
(d) Detector Test Switches: All eight controller phase inputs shall
have push button momentary test switches. Each switch shall be
connected to the first channel of each detector card input to the
BIU. All eight pedestrian phases shall have push button
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-130 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019 12
momentary test switches by phase. These switches shall be
located inside the cabinet door and labeled by associated phase
number. A see -through Plexiglas cover shall cover all detector
disconnect/test switches.
(e) Preempt Test Switches.- All Six preempt inputs shall have
disconnect/test switches. These switches shall have three
positions labeled "Normal" (up) which shall connect the controller
to the Opticom output: 'Off" (center) which shall isolate the
controller from the Opticom output: and "Test" (down) which shall
provide a momentary true input to the controller.
(f) Switches shall be in groups of eight (8), matching the phase
groupings of the intersection.
Section 9-29.13(10)C is supplemented with the following:
"Plug and Play" Cabinets are not acceptable.
"Modular" Main Panels shall not be permitted.
Section 9-29.13(10)C is modified as follows:
Paragraph 1, Item 1 is deleted and replaced with the following:
Cabinet Construction
A complete NEMA TS2 Type 1 eight -phase cabinet shall be supplied and
installed by the Contractor. The size of the cabinet shall be Type 6 (P
55"). Cabinets shall meet, as a minimum, all applicable sections of the
NEMA Standard Publication No. TS2-1998. Where differences occur, this
Specification shall govern. The cabinets shall meet the following criteria:
1. Material shall be 5052-H32 0.125-inch-thick aluminum.
2. The cabinet shall be supplied with a natural finish inside and out,
unless otherwise specified.
3. The door hinge shall be of the continuous type with a stainless
steel hinge pin.
4. All external fasteners shall be stainless steel.
5. The door handle shall be cast aluminum.
6. All seams shall be sealed with RTV sealant or equivalent material
on the interior of the cabinet.
Paragraph 1, Item 2 is deleted and replaced with the following:
The cabinet shall contain shelving, brackets, racks, etc., to support the
controller and auxiliary equipment. All equipment shall set squarely on
shelves or be mounted in racks and shall be removable without turning,
tilting, rotating or relocating one device to remove another.
Shelf Height
The cabinet shall be supplied with two removable shelves manufactured
from 5052-H32 aluminum. The shelves must have the ability of being
removed and reinstalled WITHOUT the use of hand tools.
Paragraph 1, Item 4 is supplemented with the following:
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-131 PROJECT #213 I RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019 12
Air Filter Assembly
The cabinet air filter shall be a one-piece removable, noncorrosive,
vermin- and insect -proof air filter and shall be secured to the air entrance
of the cabinet.
Paragraph 1 is supplemented with the following:
6. Additional Panel Space - Adequate space shall be left open for the
addition of a master interface panel and an AVI interface panel.
9-29.16 Vehicular Signal -Heads, Displays, and Housin s
(February 24, 2012 CFW GSP)
Section 9-29.16 is modified as follows:
Paragraph 2, is deleted and replaced with the following:
All lenses shall meet I.T.E. specifications for light output with 12-inch-
diameter faces.
All vehicular signal heads shall be dark green baked enamel and shall be
equipped with 5" wide black-polycarbonate back plates and black-
polycarbonate tunnel visors of a length equal to the lens diameter. All
hardware for attaching visors and back plates shall be non -corrosive
stainless steel. Vehicle signal head polycarbonate materials shall not be
painted. A 2-inch-wide strip of yellow retro-reflective, type IV prismatic
sheeting, conforming to the requirements of Section 9-28.12, shall be
applied around the perimeter of each backplate.
9-29.16(2) Conventional Traffic Signal Heads
9-29.16 2 A ❑ tical Units
Section 9-29.16(2)A is deleted and replaced with the following:
Lenses shall be of the color indicated, circular in shape, with a visible
diameter of 12 inches, as specified in the contract, and of such design as
to give an outward and downward distribution of light with a minimum
above the horizontal. The lenses shall be standard red, amber, and green,
prismed traffic signal lenses and shall conform to the specifications of ITE
Standards (Standards for Adjustable Face Vehicle Traffic Control Signal
Heads, 1977 edition). The lenses shall fit into a red silicon gasket in a
manner to render the interior of the lens and reflector weather and dust -
tight. Signal heads shall have hinged aluminum reflector rings. The lens
and gasket shall be secured to the door with four noncorrosive lens clips.
LED Traffic Signal Modules
All traffic signal displays shall be the Light Emitting Diode (LED) type and
shall be from one of the following manufacturers:
Dialight Corporation Precision Solar Controls, Inc.
1913 Atlantic Avenue 2960 Market Street
Manasquan, NJ 08736 Garland, TX 75041
Telephone: (732) 223-9400 Telephone: (972)
278-0553
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-132 PROJECT #213 I RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019.12
FAX: (732) 223-8788 FAX: (972) 271-9583
GELcore, LLC
6810 Halie Drive
Valley View, OH 44125
Telephone: (216) 606-6555
FAX: (216) 606-6556
Electro-Techs
1875 Sampson Ave
Corona, CA 92879
Telephone: (951) 734-1812
Industrial Traffic Solutions
11527 Pyramid Drive
Odessa, FL 33556
Telephone: (813) 920-9357
FAX: (813) 920-9359
Each LED signal module shall be designed to be installed in the
doorframe of a standard traffic signal housing. The lamp socket, reflector,
reflector holder, and lens used with an incandescent lamp shall not be
used in a signal section in which a LED signal module is installed. The
installation of an LED signal module shall not require any modification to
the housing. The LED signal module shall be a single, self-contained
device, not requiring on -site assembly for installation into an existing
traffic signal housing.
All red LED signal modules shall be manufactured with a matrix of
AIInGaP LED light sources and green LED signal modules shall be
manufactured with a matrix of InGaN LED light sources. The LED traffic
signal module shall be operationally compatible with controllers and
conflict monitors on this Project. The LED lamp unit shall contain a
disconnect that will show an open switch to the conflict monitor when
less than 60 percent of the LEDs in the unit are operational.
Each LED signal module shall conform to the current standards in
Institute of Transportation Engineers (ITE) VTCSH Part 2 and a Certificate
of Compliance with these standards shall be submitted by the
manufacturer for each type of signal head. The certificate shall state that
the lot of signal heads meets the current ITE specification. A label shall
be placed on each LED signal module certifying conformance to this
specification. The manufacturer's name, trademark, serial number and
other necessary identification shall be permanently marked on the
backside of the LED signal module. LED signal modules used on this
Project shall be from the same manufacturer. A label shall be provided on
the LED housing and the Contractor shall mark the label with a
permanent marker to note the installation date.
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-133 PROJECT #213 1 RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019.12
LED signals shall show no evidence of illumination for input voltages
below 35 volts. LED signals shall supply illumination current (unregulated)
for all input voltages higher than 45 volts (and conform to appropriate
intensity requirements specified above 80 volts).
The manufacturer shall provide a written warranty against defects in
materials and workmanship for the LED signal modules for a period of
60 months after installation of the modules. All warranty documentation
shall be given to the Engineer prior to installation.
9-29.162 B Signal Housing
(December 18, 2009 CFW GSP)
Section 9-29.16(2)B is supplemented with the following:
The signal housing shall be designed to withstand winds of 80 miles per
hour with a 0.25-gust factor without permanent distortion or failing
(torque at attachment of 6,000 pound -feet).
9-29.17 Signal Head Mounting Brackets and Fittings_
(December 18, 2009 CFW GSP)
Section 9-29.17 is supplemented with the following:
Mast arm mounting hardware for vehicle signal heads shall be clamp style
plumbizer PELCO AB-3008, or approved equal, and shall be field installed by the
Contractor. Fittings shall be painted with two (2) coats of factory -applied traffic -
signal dark green baked enamel. A watertight seal shall be provided where the
signal head mounting bracket attaches to the mast arm or signal pole.
Components for type D and type K mounting hardware shall be per
Section 9-29.17 of the Standard Specifications. All components shall be painted
with traffic -signal dark green baked enamel.
9-29.18 Vehicle Detector
9-29A 8(3) Vacant
Section 9-29.18(3) is deleted and replaced with the following new section
9-29.18 3 Video Detection 5 stem
All video detection system items and materials furnished shall be new, unused,
current production models installed and operational in a user environment and
shall be items currently in distribution. The products shall have a proven record of
field use at other installations for at least two (2) years of service not including
prototype field trials prior to installation. Contractor shall provide Econolite
AutoScope Vision, Trafficon, Iteris, GRIDSMART, or approved equal video
detection system. Approved equal video detection systems shall meet the
following:
General
The detection of vehicles passing through the field -of -view of an image sensor
shall be made available to a large variety of end user applications as simple
contact closure outputs that reflect the current real-time detector or alarm state
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SPA34 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019 12
(on/off) or as summary traffic statistics that are reported locally or remotely. The
contact closure outputs shall be provided to a traffic signal controller and comply
with the National Electrical Manufacturers Association (NEMA) type C or D
detector rack file standards.
The system architecture shall fully support Ethernet networking of system
components through a variety of industry standard and commercially available
infrastructures that are used in the traffic industry. The data communications
shall support direct connect, modem and multi -drop interconnects. Simple,
standard Ethernet wiring shall be supported to minimize overall system cost and
improve reliability, utilizing existing infrastructure and ease of system installation
and maintenance. Both streaming video and data communications shall be
capable of being interconnected over long distance through fiber optic,
microwave or other commonly used digital communications transport
configurations.
In terms of the software application side of the network, the system shall be
integrated through a client -server relationship. A communications server
application shall provide the data communications interface between as few as
one to as many as hundreds of Machine Vision Processors (MVP) sensors
(otherwise referred to as video detection cameras with built in processors) and a
number of client applications. The client applications shall either be hosted on
the same PC as the communications server or may be distributed over a local
area network of PC's using the industry standard TCP/IP network protocol.
Multiple client applications shall execute simultaneously on the same host or
multiple hosts, depending on the network configuration. Additionally, a web -
browser interface shall allow use of industry standard internet web browsers to
connect to MVP sensors for setup, maintenance and playing digital streaming
video.
Approved equal GRIDSMART systems shall track individual vehicles entering the
field of vision through detection zones from one camera located in the
intersection, collect 24-hour approach volume, turning movement, and vehicle
classification count data, and signal performance metrics. Larger intersections
may require 2 cameras to include all advanced detection zones.
System Hardware
The video detection system hardware shall consist of the following components:
1. A color, 22x zoom Machine Vision Processor (MVP) sensor.
2. A modular cabinet interface unit.
3. A communication interface panel.
4. Surge suppresser/ lightning protection.
5. A portable color monitor to be permanently placed within the signal
controller cabinet.
6. All other necessary equipment for setup, maintenance and operation of
the video detection system including but not limited to programming
device and specialty tools.
The real-time performance shall be observed by viewing the video output from
the sensor with overlaid flashing detectors to indicate current detection state
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-135 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019 12
(on/off). The MVP sensor shall be capable of optionally storing cumulative traffic
statistics internally in non-volatile memory for later retrieval and analysis.
The MVP shall communicate to the modular cabinet interface unit via the
communications interface panel and the software applications using the industry
standard TCP/IP network protocol. The MVP shall have a built-in, Ethernet -
ready, Internet Protocol (IP) address and shall be addressable with no plug in
devices or converters required. The MVP shall provide standard MPEG-4
streaming digital video. Achievable frame rates vary from 5 to 30 frames per
second as a function of video quality and available bandwidth.
The modular cabinet interface unit shall communicate directly with up to eight (8)
MVP sensors and shall comply with form factor and electrical characteristics to
plug directly into a NEMA type C or D detector rack providing up to thirty-two (32)
inputs and sixty-four (64) outputs to a traffic signal controller.
The communications interface panel shall provide four (4) sets of three (3)
electrical terminations for three wire power cables for up to eight (8) MVP
sensors that may be mounted on a pole or mast arm with a traffic signal cabinet
or junction box. The communication interface panel shall provide high-energy
transient protection to electrically protect the modular cabinet interface unit and
connected MVP sensors. The communications interface panel shall provide
single -point Ethernet connectivity via RJ45 connector for communication to and
between the modular cabinet interface module and the MVP sensors.
The Gridsmart detection system shall consist of the following components and
(part numbers):
1. One GRIDSMART ultra -wide angle fisheye camera with sealed enclosure.
(GS-3-CAM) A second camera may be required at larger intersections as
determined by the City Traffic Engineer.
2. One GRIDSMART GS2 Processing Unit, rack or shelf mount with two
camera interface and GRIDSMART software. (GS-3-GS2)
3. One GRIDSMART TS2 Connector Kit for GS-3-GS2, includes SDLC
connector to be used for TS2 environments. (GS2-TS2-OPT)
4. One SDLC Patch Cable, 6ft minimum. (WPS-SDLC)
5. One Swivel Bracket Camera Mounting Hardware with junction box and
connector. (GS-3-SMC)
6. One Standard Cable Clamp, 66" cable length, natural aluminum finish.
(SBC66-SCK)
7. One Video Detection Camera Mounting Arm Pole, 90 degrees, 58". (GS-
3-A58)
8. Up to 300 feet of Detection Comm Cable, Ethernet, Cat 5E 350Mhz,
outdoor rated, direct burial, CMX, Shielded, Gel. (CATS)
System Software
The MVP sensor embedded software shall incorporate multiple applications that
perform a variety of diagnostic, installation, fault tolerant operations, data
communications, digital video streaming and vehicle detection processing. The
detection shall be reliable, consistent and perform under all weather, lighting and
traffic congestion levels. An embedded web server shall permit standard internet
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-136 PROJECT #213 I RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019 12
browsers to connect and perform basic configuration, maintenance and video
streaming services.
There shall be a suite of client applications that reside on the host client/server
PC. The applications shall execute under Microsoft Windows 7, Vista or XP.
Client applications shall include:
1. Master network browser: Learn a network of connected modular cabinet
interface units and MVP sensors, display basic information and launch
applications software to perform operations within that system of sensors.
2. Configuration setup: Create and modify detector configurations to be
executed on the MVP sensor and the modular cabinet interface unit.
3. Operation log: Retrieve, display and save field hardware run-time
operation logs of special events that have occurred.
4. Streaming video player: Play and record streaming video with flashing
detector overlay.
5. Data retrieval: Fetch once or poll for traffic data and alarms and store on
PC storage media.
6. Communications server: Provide fault -tolerant, real-time TCP/IP
communications to/from all devices and client applications with full
logging for systems integration.
The Gridsmart software system shall consist of the following:
1. The latest version of the GRIDSMART Client Software with virtual pan -tilt -
zoom functionality. Shall allow the Engineer to configure, view, and
manage intersection detection in real time. The system shall be able to
automatically email the Engineer reports and alerts.
2. The latest version of the GRIDSMART Performance module which
provides counting, classification, turning movements, and signal
performance metrics. (GS-3-PFM)
Additional GRIDSMART software modules requested by the City Traffic Engineer
may include, but are not limited to the following:
1. Performance Plus module
2. Pedestrian module
3. STREETSMART congestion management technology
Machine Vision Processor (MVP) Sensor
The MVP sensor shall be an integrated imaging color CCD array with zoom lens
optics, high-speed, dual -core image processing hardware bundled into a sealed
enclosure. The CCD array shall be directly controlled be the dual -core
processor, thus providing high -quality video for detection that has virtually no
noise to degrade detection performance. It shall be possible to zoom the lens as
required for setup and operation. It shall provide JPEG video compression as
well as standard MPEG-4 digital streaming video with flashing detector overlay.
The MVP shall provide direct real-time iris and shutter speed control. The MVP
image sensor shall be equipped with an integrated 22x zoom lens that can be
changed using configuration computer software. The digital streaming video
output and all data communications shall be transmitted over the three -wire
power cable.
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-137 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019.12
The MVP sensor shall operate on 110/220 VAC, 50/60Hz at a maximum of 25
watts. The camera and processor electronics shall consume a maximum of 10
watts and the remaining 15 watts shall support an enclosure heater.
Placement of detection zones shall be by means of a PC with a Windows 7, Vista
or XP operating system with a keyboard and mouse. The detection zones shall
be superimposed on images of the traffic scenes and viewable as such on the
PC monitor. The detection zones shall be created by using a mouse to draw the
detection zones on the PC monitor. Using the mouse and keyboard it shall be
possible to place, size and orient detection zones to provide optimal road
coverage for vehicle detection. It shall be possible to download detector
configurations from the PC to the MVP sensor and cabinet interface module, to
retrieve the detector configuration that is currently running in the MVP sensor and
to back up detector configurations by saving them to a PC storage device.
The video detection system shall optimally detect vehicle passage and presence
when the MVP sensor is mounted thirty (30) feet or higher above the roadway,
when the image sensor is adjacent to the desired coverage area and when the
distance to the farthest detection zone locations are not greater than ten (10)
times the mounting height of the MVP. The recommended deployment geometry
for optimal detection also requires that there be an unobstructed view of each
traveled lane where detection is required. Although optimal detection may be
obtained when the MVP is mounted directly above the traveled lanes, the MVP
shall not be required to be directly over the roadway. The MVP shall be able to
view either approaching or receding traffic or both in the same field of view. The
preferred MVP sensor orientation shall be to view approaching traffic since there
are more high contrast features on vehicles as viewed from the front rather than
the rear. The MVP sensor placed at a mounting height that maximizes vehicle
image occlusion shall be able to simultaneously monitor a maximum of six (6)
traffic lanes when mounted at the road -side or up to eight (8) traffic lanes when
mounted in the center with four lanes on each side.
Modular Cabinet Interface Unit
The modular cabinet interface unit shall provide the hardware and software
means for up to eight (8) MVP sensors to communicate real-time detection states
and alarms to a local traffic signal controller. It shall comply with the electrical
and protocol specifications of the detector rack standards. The card shall have
1500 Vrms isolation between rack logic ground and street wiring.
The modular cabinet interface unit shall be a simple interface card that plugs
directly into a NEMA type C or D detector rack. The modular cabinet interface
unit shall occupy only two (2) slots of the detector rack. The modular cabinet
interface unit shall accept up to sixteen (16) phase inputs and shall provide up to
twenty-four (24) detector outputs.
Communications Interface Panel
The communications interface panel shall support up to eight (8) MVP sensors
and shall accept 110/220 VAC, 50/60 Hz Power. The communications interface
panel shall provide predefined wire termination blocks for MVP sensor power
connections, a Broadband -over -Power -Line (BPL) transceiver to support up to
10Mb/s interdevice communications, electrical surge protectors to isolate the
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-138 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019 12
modular cabinet interface unit and MVP sensors and an interface connector to
cable directly to the modular cabinet interface unit.
The communications interface panel shall provide power for up to eight (8) MVP
sensors, taking local line voltage 110/220 VAC, 50/60 Hz and producing 110/220
VAC, 50/60 Hz, at about 30 watts to each MVP sensor. Two 1.25 amp SLO-BLO
fuses shall protect the communications interface panel.
Surge Suppressor
An EDCO CX06-BNCY or approved equal transient surge suppressor shall be
provided for each MVP sensor.
Installation and Training
The product supplier of the video detection system shall supervise the installation
and the testing of the video equipment. A factory certified representative from the
manufacturer shall be on -site during installation. The factory representative shall
install, make fully operational, and test the system as indicated on the
intersection drawings and this specification.
One day of training shall be provided to personnel of the City of Federal Way and
King County in the operation, set-up and maintenance of the video detection
system. Instruction and materials shall be produced for a maximum of 7 persons
and shall be conducted at the City of Federal Way City Hall or King County signal
shop.
Warranty
The video detection system shall be warranted against manufacturing defects in
materials and workmanship for a period of no less than three (3) years from date
of installation. The video detection supplier shall provide all documentation
necessary to maintain and operate the system. The supplier shall maintain a
program for technical support and software updates following the expiration of
the warranty period.
9-29.18(4) Vacant
Section 9-29.18(4) is deleted and replaced with the following new section
9-29.18(4) Hybrid RadarNideo Detection System
All hybrid radar/video detection system items and materials furnished shall be
new, unused, current production models installed and operational in a user
environment and shall be items currently in distribution. Contractor shall provide
Iteris Vantage Vector Hybrid with associated mounting equipment and Vantage
Next cabinet interface unit.
1=1i!19101LTJNMki&6]
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-139 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019 12
(February 3, 2020, WSDOT GSP)
Standard Plans
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.
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
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-140 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019 12
C-22.14
DELETED
C-22.16
Note 3, formula, was: "Elevation G = (Elevation S — D x (0.1) + 31" is revised to read
"Elevation G = (Elevation S — D x (0.1) + 31 /12"
C-22.45
For the SOFTSTOP (TL-2) elevation view detail, the callout "SOFTSTOP (TL-2) SYSTEM
LENGTH = 38' — 4 1/2.... is revised to read "SOFTSTOP (TL-2) SYSTEM LENGTH = 38' — 3
1/2"".
C-40.14
DELETED
C-60.10
Sheet 1, Side Elevation: The bottom set of 1 1 - #4 horizontal rebar (2x) located at the base
of the barrier is repositioned to be aligned with the bottom of - #4 stirrup bars to match
the bar positioning shown on Sheet 1, Section A.
Sheet 1, Reinforcing Steel Bending Diagram, 0 - Pin Slot Bar detail: Add the following
callout to the detail, "HOT DIP GALVANIZE AFTER FABRICATION (ASTM A123 OR
AASHTO M 111)".
Sheet 2, ANCHORING PIN ASSEMBLY DETAIL: The first line of the description under the
title was "1 1/2" DIAMETER (ASTM A36), COLD ROLL" is now changed to 1 1/2"
DIAMETER (ASTM A36), HOT ROLL".
C-70.10
Sheet 1, Note 1 was - 1. PERMANENT INSTALLATION requirements: Embed barrier 3"
(in) minimum; ..." is revised to read: 1. Installation requirements: Embed barrier 3" (in)
minimum in asphalt or concrete; embed barrier 10" (in) minimum in soil; ..."
Sheet 1, existing Notes 2 and 4 are deleted. Existing Note 3 is renumbered to Note 2.
Sheet 1, add new Note 3, "3. See Sheet 2 for barrier with a 2'-10" reveal installed in asphalt
or concrete. See Sheet 3 for barrier with a T-6" reveal installed in asphalt or concrete."
Sheet 1, Elevation: The dimension from the barrier end to the barrier lifting slot was "3'— 4"
(TYP)" is now changed to "4'— 8" (TYP)", and the barrier lifting slot dimension was "5' — 0"
(TYP)" is now changed to "3'— 0" (TYP)".
Sheet 2, the detail titled "3' — 6" BARRIER FOR USE WITH A 0" (IN) TO 5" (IN) MAX.
GRADE SEPARATION" has the following changes:
1. The detail title is changed to "3'— 6" BARRIER FOR USE WITH A 0" (IN) TO 4" (IN)
MAX. GRADE SEPARATION".
2. The callout "GRADE SEPARATION--5" MAX." is changed to "GRADE SEPARATION-4'
MAX."
C-75.10
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-141 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019 12
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
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 designed in
accordance with the current WSDOT BDM and the revisions stated in the 11/3/15 Bridge
Design memorandum.
D-10.30
Wall Type 5 may be used in all cases.
D-10.35
Wall Type 6 may be used in all cases.
D-10.40
Wall Type 7 may be used if no traffic barrier is attached on top of the wall. Walls with traffic
barriers attached on top of the wall are considered non-standard and shall be designed in
accordance with the current WSDOT BDM and the revisions stated in the 11/3/15 Bridge
Design memorandum.
D-10.45
Wall Type 8 may be used if no traffic barrier is attached on top of the wall. Walls with traffic
barriers attached on top of the wall are considered non-standard and shall be designed in
accordance with the current WSDOT BDM and the revisions stated in the revisions stated
in the 11/3/15 Bridge Design memorandum.
D-15.10
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-142 PROJECT #213 I RFB# 20-002
CFW SPECIAL PROVISIONS VER- 2019.12
STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls" are
withdrawn. Special designs in accordance with the current WSDOT BDM are required in
place of"these STD Plans.
D-15.20
STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls" are
withdrawn. Special designs in accordance with the current WSDOT BDM are required in
place of these STD Plans.
D-15.30
STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls" are
withdrawn. Special designs in accordance with the current WSDOT BDM are required in
place of these STD Plans.
F-10.12
Section Title, was — "Depressed Curb Section" is revised to read: "Depressed Curb and
Gutter Section"
F-10.40
"EXTRUDED CURB AT CUT SLOPE", Section detail - Deleted
F-10.42
DELETE — "Extruded Curb at Cut Slope" View
G-25.10
Key Note 3, second sentence, was —' For single -post installations, divide the (#2w/diamond
shape symbol) post MAX. XYZ in half." Is revised to read: "For single -post installations,
divide the two -post MAX. XYZ in half."
G-60.10
DELETED
G-60.20
DELETED
G-60.30
DELETED
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
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-143 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019.12
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 % turn fasteners or slide latch. — Dead front panel bolts shall
not extend into the vertical limits of the breaker array(s)."
Key Note 15, was — "Cabinet Main Bonding Jumper. Buss shall be 4 lug tinned copper. See
Cabinet Main bonding Jumper detail, Standard Plan J-3b." is revised to read; "Cabinet Main
Bonding Jumper Assembly -- Buss shall be 4 lug tinned copper — See Standard Plan J-
10.20 for Cabinet Main Bonding Jumper Assembly details."
Note 1, was — "...socket box mounting detail, see Standard Plan J-3b." is revised to read to
read: "...socket box mounting detail, see Standard Plan J-10.20."
Note 6, was — "...See door hinge detail, Standard Plan J-3b." is revised to read: "...See
door hinge detail, Standard Plan J-10.20."
J-20.26
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
3/" (IN) x 30" IN FULL THREAD — THREE REQ'D. PER ASSEMBLY" IS REVISED TO
READ: "ANCHOR BOLTS 3/" (IN) x 30" (IN) FULL THREAD — FOUR REQ'D._ PER
ASSEMBLY"
Sheet 1 of 2, Elevation view (Round), add dimension depicting the distance from the top of
the foundation to find 2 #4 reinforcing bar shown, to read; 3" CLR.. Delete "(TYR)" from the
2'/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 2 # 4
reinf. Bar.
Sheet 1 of 2, Elevation view (Square), add dimension depicting the distance from the top of
the foundation to find 1 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYR)" from the
2'/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 1 # 4
reinf. Bar.
Sheet 2 of 2, Elevation view (Round), add dimension depicting the distance from the top of
the foundation to find 2 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYR)" from the
2'/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 2 # 4
reinf. Bar.
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-144 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER. 2019.12
Sheet 2 of 2, Elevation view (Square), add dimension depicting the distance from the top of
the foundation to find 1 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYR)" from the
2'/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 1 # 4
reinf. Bar.
Detail F, callout, "Heavy Hex Clamping Bolt (TYR) — 3/4" (IN) Diam. Torque Clamping Bolts
(see Note 3)" is revised to read; "Heavy Hex Clamping Bolt (TYR) — 3/4" (IN) Diam. Torque
Clamping Bolts (see Note 1)"
Detail F, callout, "3/4" (IN) x 2'— 6" Anchor Bolt (TYR) — Four Required (See Note 4)" is
revised to read; "3/4" (IN) x 2'— 6" Anchor Bolt (TYR) — Three Required (See Note 2)"
J-21.15
Partial View, callout, was — LOCK NIPPLE — 1 1/" 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, "T — 0" MIN. FOR BEAM
GUARDRAIL, 4' — 0" MIN. FOR CONC. BARRIER TYPE 2" is revised to read, "5' — 0" MIN.
FOR BEAM GUARDRAIL, 8' — 0" MIN. FOR UNANCHORED TYPE F CONC. BARRIER, 4'
— 0" MIN. FOR ANCHORED TYPE F CONC. BARRIER".
J-40.10
Sheet 2 of 2, Detail F, callout, "12 — 13 x 1 '/2" S.S. PENTA HEAD BOLT AND 12" S. S.
FLAT WASHER" is revised to read; 12 — 13 x 1 '/2" S.S. PENTA HEAD BOLT AND 1/2" (IN)
S. S. FLAT WASHER"
J-75.20
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, "T MIN." is
revised to read, "5' MIN.".
K-80.30
DELETED
K-80.35
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-145 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019 12
Add New Note 1 — "1. The intended use of this plan is for the temporary installation of Type
2 concrete barrier (See Standard Plan C-8) on cement concrete pavement, bridge decks, or
hot mix asphalt pavement, and Type F concrete barrier on cement concrete pavement or
bridge decks.
Re -number all notes.
The TYPE 1 ANCHOR detail description "TEMPORARY INSTALLATION OF PRECAST
CONC. BARRIER TYPE 2 (STD. PLAN C-8) AND TEMPORARY CONC. BARRIER (F-
SHAPE) (STD. PLAN K-80.30) ON CEMENT CONC. PAVEMENT OR BRIDGE DECK" is
revised to read, "TEMPORARY INSTALLATION OF PRECAST CONC. BARRIER TYPE F
(STD. PLAN C-60.10) OR PRECAST CONC. BARRIER TYPE 2 (STD. PLAN C-8) ON
CEMENT CONC. PAVEMENT OR BRIDGE DECK."
The TYPE 3 ANCHOR detail description "TEMPORARY INSTALLATION OF PRECAST
CONC. BARRIER TYPE 2 (STD. PLAN C-8) AND TEMPORARY CONC. BARRIER (F-
SHAPE) (STD. PLAN K-80.30) ON HOT MIX ASPHALT PAVEMENT" is revised to read,
"TEMPORARY INSTALLATION OF PRECAST CONC. BARRIER TYPE 2 (STD. PLAN C-8)
ON HOT MIX ASPHALT PAVEMENT."
K-80.37
Revise Note 1 to read:1. The intended use of this plan is for the temporary installation of
Type F NARROW BASE concrete barrier (See Standard Plan C-60.10) or Type 4 (Type 2
Narrow Base — See Std. Plan C-8a) Concrete Barrier on cement concrete pavement, bridge
decks."
Replace all callouts stating "NARROW BASE, ALTERNATIVE TEMPORARY CONCRETE
BARRIER SEGMENT" with "Type F NARROW BASE or Type 4 (Type 2 Narrow Base)
concrete barrier segment."
M-3.50
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
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-146 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019 12
A-10.20-00.....
.10/5/07
A-40.10-04.........
7/31/19
A-50.40-00 .. ....
11/17/08
A-10.30-00...... 10/5/07
A-40.15-00......
..8/11 /09
A-60.10-03.........
12/23/14
A-20.10-00......
8/31/07
A-40.20-04.........
1/18/17
A-60.20-03.........
12/23/14
A-30.10-00......11
/8/07
A-40.50-02.........
12/23/14
A-60.30-01..........
6/28/18
A-30.30-01......6/16/11
A-50.10-00.....
..11/17/08
A-60.40-00..........
8/31/07
A-30.35-00.......
10/12/07
A-50.20-01.........
9/22/09
B-5.20-02........
1 /26/17
B-30.50-03.........
2/27/18
B-75.20-02..........
2/27/18
B-5.40-02.........
1/26/17
B-30.70-04.........
2/27/18
B-75.50-01..........
6/10/08
B-5.60-02.........
1/26/17
B-30.80-01..........
2/27/18
B-75.60-00....
....... 6/8/06
B-10.20-02........
3/2/18
B-30.90-02........
1/26/17
B-80.20-00....
.... 6/8/06
B-10.40-01........
1/26/17
B-35.20-00..........
6/8/06
B-80.40-00.........
6/1/06
B-10.70-00......
1/26/17
B-35.40-00..........
6/8/06
B-85.10-01.........
6/10/08
B-15.20-01........
2/7/12
B-40.20-00..........
6/1/06
B-85.20-00..........
6/1/06
B-15.40-01........
2/7/12
B-40.40-02........
1 /26/17
B-85.30-00..........
6/1 /06
B-15.60-02........
1/26/17
B-45.20-01..........
7/11/17
B-85.40-00..........
6/8/06
B-20.20-02.......
3/16/12
B-45.40-01..........
7/21/17
B-85.50-01.........
6/10/08
B-20.40-04.......
2/27/18
B-50.20-00..........
6/1/06
B-90.10-00..........
6/8/06
B-20.60-03.......
3/15/12
B-55.20-02..........
2/27/18
B-90.20-00..........
6/8/06
B-25.20-02........
2/27/18
B-60.20-01..........
6/28/18
B-90.30-00..........6/8/06
B-25.60-02.........
2/27/18
B-60.40-01.....
..... 2/27/18
B-90.40-01..........
1 /26/17
B-30.10-03.........
2/27/18
B-65.20-01..........
4/26/12
B-90.50-00......
....6/8/06
B-30.15-00........
2/27/18
B-65.40-00.......... 6/1/06
B-95.20-01..........
2/3/09
B-30.20-04.........
2/27/18
B-70.20-00.......... 6/1/06
B-95.40-01..........
6/28/18
B-30.30-03.........
2/27/18
B-70.60-01.......... 1/26/17
B-30.40-03..........
2/27/18
C-1....................6/28/18
C-20.15-02----------
6/11/14
C-40.18-03........
7/21/17
C-1a.................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
CITY OF FEDERAL
WAY
VARIABLE LANE USE CONTROL
JANUARY 2020
SP-147
PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019 12
D-2.18-00........
11 /10/05
D-2.82-00........ 11 /10/05
D-2.20-00........
11/10/05
D-2.84-00........
11/10/05
D-2.32-00........
11/10/05
D-2.86-00........
11/10/05
D-2.34-01........
1 /6/09
D-2.88-00........
11 /10/05
D-2.36-03........
6/11/14
D-2.92-00........
11/10/05
D-2.42-00........
11/10/05
D-3.09-00........
5/17/12
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-10.16-00....... 12/20/06
F-10.18-01......... 7/11 /17
F-10.40-03........... 6/29/ 16
F-10.42-00......... 1 /23/07
G-10.10-00........ 9/20/07
G-20.10-02........
6/23/15
G-22.10-04..........
6/28/18
G-24.10-00......
11 /8/07
G-24.20-01......
2/7/ 12
G-24.30-02......
6/28/18
G-24.40-07.....
6/2 8/ 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
1-3 0.15-02.........
3/2 2 / 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
F-10.62-02........
4/22/14
F-10.64-03........
4/22/ 14
F-30.10-03........
6/11 /14
F-40.12-03........
6/29/16
F-40.14-03........
6/29/16
D-10.20-01.........
8/7/ 19
D-10.25-01.........
8/7/19
D-10. 30-00—
- ....7/8/08
D-10.35-00.........
7/8/08
D-10.4 0-01......12
/ 2/0 8
D-10.45-01....
-12/2/08
F-40.15-03........
6/29/16
F-40.16-03........
6/29/16
F-45.10-02 ........
7 / 15/ 16
F-80.10-04........
7/ 15/ 16
G-25.10-04....
... 6/10/13 G-95.10-02........ 6/28/18
G-26.10-00......7/31/19
G-95.20-03........ 6/28/18
G-30.10-04.......6/23/15
G-95.30-03........ 6/28/18
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
1-30.20-00.........
9/20/07
1-30.30-02.........
6/12/19
1-30.40-02.......
6/12/19
1-30.60-02.........
6/12/19
1-40.10-00.........
9/20/07
J-28.40-02...... 6/11 /14
J-28.42-01.......6/11 /14
J-28.43-01....... 6/28/ 18
J-28.45-03.......
7/21 /16
J-28.50-03.......
7/21 /16
J-28.60-02.......
7/21 /16
J-28.70-03.......
7/21 /17
J-29.10-01.......
7/21 /16
J-29.15-01.......
7/21 /16
J-29.16-02.......
7/21 /16
H-70.1 0-01 ...... 2/7/12
H-70.20-01...... 2/16/12
H-70.30-02...... 2/7/12
1-40.20-00.........
9/20/07
1-50.20-01—
......6/10/13
1-60.10-01
....... ...6/10/13
1-60.20-01...
....... 6/10/13
1-80.10-02.......
- .7/15/16
J-60.13-00....... 6/16/10
J-60.14-01...... 7/31 /19
J-75.10-02...... 7/ 10/15
J-75.20-01...... 7/10/15
J-75.30-02....... 7/10/15
J-75.40-02...... 6/1 /16
J-75.41-01...... 6/29/16
J-75.45-02...... 6/1 /16
J-80.10-00...... 6/28/18
J-80.15-00...... 6/28/18
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-148 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019 12
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......
6/3 0/ 14
J-21.15-01......
6/ 10/ 13
J-21.16-01......
6/10/13
J-21.17-01......
6/ 10/ 13
J-21.2 0-01......
6/ 10/ 13
J-22.15-02......
7/ 10/ 15
J-22.16-03......
7/ 10/ 15
J-26.10-03.
..7/21 /16
J-26.15-01.....5/17/12
J-26.20-01.
..6/28/18
J-27.10-01,
....7/21 /16
J-27.15-00,
....3/15/12
J-28.10-02......
8/7/19
J-28.22-00.......
8/07/07
J-2 8.24-01.......
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
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-90.50-00.... 6/28/18
J-40.36-02......
7/21 /17
J-40.37-02......
7/21 /17
J-40.38-01....... 5/20/13
J-40.39-00......
5/20/13
J-40.40-02......
7/31 /19
J-45.36-00......
7/21 /17
J-50.05-00......
7/21 /17
J-50.10-01.......
7/31 /19
J-50.11-02.......
7/31 /19
J-50.12-02.......
8/7/19
J-50.13-00... ....
8/22/19
J-50.15-01....
... 7/21 /17
J-50.16-01.......
3/22/ 13
J-50.18-00.......
8/7/ 19
J-50.19-00.......
8/7/19
J-50.20-00.......
6/3/11
J-50.25-00.......
6/3/11
J-50.30-00.......
6/3/11
J-60.05-01.......
7/21 /16
J-60.11-00.......
5/20/13
J-60.12-00.......
5/20/13
L-40.10-02........ 6/21 /12
L-4 0.15-01........ 6/ 16/ 11
L-40.20-02........ 6/21112
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-2 0.10-02........
6/3/11
M-20.20-02........
4/20/15
M-20.30-04........
2/29/16
M-20.40-03........
6/24/14
M-20.50-02......
..6/3/11
M-24.20-02.......
4/20/ 15
M-24.40-02.......
4/20/ 15
M-24.60-04.......
6/24/ 14
M-24.65-00......
7/11 /17
L-70.10-01....... 5/21 /08
L-70.20-01..... 5/21 /08
M-40.20-00...
10/12/07
M-40.30-01......
7/11 /17
M-40.40-00......
9/20/07
M-40.50-00......
9/20/07
M-40.60-00......
9/20/07
M-60.1 0-01 ......
6/3/11
M-60.20-02......
6/27/11
M-65.10-02......
5/11 /11
M-80.10-01......
6/3/11
M-80.20-00......
6/10/08
M-80.30-00......
6/10/08
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-149 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019 12
M-9.50-02......... 6/24/14 M-24.66-00.....7/11/17
M-9.60-00.......2/10/09 M-40.10-03...... 6/24/14
CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL
JANUARY 2020 SP-150 PROJECT #213 / RFB# 20-002
CFW SPECIAL PROVISIONS VER 2019.12
City of Federal Way
Contract Provisions
Variable Lane Use Control
Project #213 / RFB #20-002
STANDARD PLANS AND DETAILS
® Q o
/%ƒ / / 0� Ld 2 z_
=7� 4 2 g m m
® ± / S O 6 E a
gGU ® of< �� O 2cL 2O�
�Rw6 g Ed 2 Lq ƒ ©ƒƒ Hofƒ
LL22 22
J f // 0\ J\ % z- C�- ©
Lw_L @LL
q a%0 a ƒ w
$=MM / /? gw %/ / / 2 �
� /
2/ 2 E /4 =* 24 / EEO cUƒ
o�-i-i L Oo ® m2 3 O»Q C) 7 /
O/«/ J _2 ®/ �® ƒƒ 2fLu E 7
/ƒ® 2� /% -/ ƒ\E /Of± y[± 2 E
�\®? �0 2/ w c)ƒU CN2 L/w $ E
w 3- 2 g2 o® z z 0
®Oy* %4 42 U7w 2 Lw ew Q
<2\- OL // / ƒOf / E 2 Ea2 w f
L ��:2 �/ �/ a-- �Cf)2 /2U) <27 \ /
0 $ @b » ®/ \ ®3 0 3U) �V) 2
2 LUmz wU 0-w 223 24 22a 22® 0 ®
w 3- E 5 L 3
2 k%EO // ®q ECDc U5 3 E 0 I
4 0/w� -/ -J ®y z22 J� 3Eo �Eo % S m
.L2a_ 4± 40 /E aJJ y *g2 *32 b
4® « w y» 2 DQ DQ q
C wm < &% Av ¥ƒ yU) %a GgL ¥±L<L- LLJ
LLLJ i
k
k
E
�6
y
2g
L
2
\
f/
�
/
f
/�
d?
ƒ
�/
6
\
3
¥ 2
.
y
/�
0
�ƒ
�
��
/e
LLJ
�
�
�/
�
�2
q
LLLn J/
�®
�
\d
U
U
2
�
ƒ
x
L
�
ƒ
G
�
/
a_
/
2
¥
�-
/�
�
/
/
�
�
w
3:
��
7»
�
A
.�
L.
G
o
a
2
�
G
�
�
W
Y
�
Q
�
�
Z
W
2
W
�
Q
0.
a
W
U)
Q
�
\\
=4
R3
v m�
5 C N� vm vrnc
0L N•y m
N m a O 0
IY N NH �.O
1} piC NN �+P N
Mia=� wmcc EEIn
—"Ems E�3u�. mE'v
L tp m.-ee 1]
EQaiNcr�iii
ew c >•-m pmm
vEm.me
x' ��� mmmvumi E�wv
L°�c
�Q�p.paR'� cc�� �F c�cFmF
c�-n.b _rn=o3 m wm� m
r —
v QE=BE rwRE
Z v
>a
F
v
O
Z H
�0Oo
Z
a
~ Z M
JJZZ N
�zag o
a
o
g z
r s
O
ZHHO w
O
5 �
= F
ZZ=W y
to
a
a
s
H Z
F
3
'I►'
0 r
2 a O
s
Z
SvV J`
IR w
rn
Sri
YGw F-o
K
ww ¢�
l7wW or
i� z
O m O J
w <
w a
Z�00
Q ow.
a
z Zz�
O Z�N �Q� m
�o moo
J2 U 0=0
d� mJ
6
r 10D
0
r z¢g
j i y OVOZ-O NV'Id OUVONVLSMS
J 1 I 'NIIN
ASZ"O 7 ASz0 ASZb ' ASZ-O
'XMY .LI -.G = A
�f
0
z
O
N
1
oVQZ-o rov7a (ravo
NIW .A - J
v
a
Z ��
�ppG
z
a
4 zaI"^'ya
_
j z z N
n
E
H/� ON
o
o
..S „P:af•
J ro
�5'
(nC7yd
ZNHpw>
p17r
Y�
zzxw m
toot
°
�
-
s
J Z
¢
3
H
HZ
¢K Q�
mm? z
Zwl m
z,= o
Q w Y
May
�l
�a
i m
c
z
Z
b =
w rn
N
2
LU
Ll —VV y
=bCL
x
m
z
W
W
z
g
0
W
H
z
7
O
i
a
cn
Q
1130011 NZJ33 A9 Wu Yd(I
v ai
c a
ii mrna_O1i �_. Eo,$�ctM
U) m �'� °"m
m m 0
a m .� O N
m v
.n 3 mo 0
o ESL v
v E'3
.� r�
v CIL N 0
p.m u
v v
.'-� � rn
O
> •-
m-x
ti
0�v°In�wEc acmE o`Na�
_0�Ic.1 Q3oLc
v� o
L m
F-O
19
mC
o�rr
F
0
_-~vTO
;�ta0n�°i
^EyI0
�dmOu wtU-`
t3
o
ww
Eov
»m-m
`aa
r
z
,�crn10 !�>cmvi
3, w
•C-Lv o
o
-
L n_Wmu)
>
o mvo=
v�m
z
E'w
3 m
Q
=
O
"c0i p2 '•�oT
vnoaLm>>�
S-
-
' �aY
X0
nZ-
" -
-
y "]1
aOFLty1
v
V)=.E:E .yC,&
NmvN
rC)
U.
w
O
WO
O
10
vm U
1C
-0 o.Qx .0E
.ON;
0N-v
OVL
E
wC
U)
m
mE"o-�
�
N
m Q O m C y m m N O m 0
3 U .N
N 17 m O O N
N m O
O LL
p c m
Y 0
m p
>,
(yp C
<acN-c6�iwLmoC�
O.`U+L-mOm„
om amav
UHQ- j
t3v�CEom
oCm
maoL"mO
•�ya.n6C
tmN �m3o
0o�-o
=ao
- n
E
m@
o.>
�o`-to c=a
m
a
wy
nE
3
myC
-6�m4lOrnc0
Im«cmu-ma.
j O«O a L
m
a
0_—OO
OI
UEo
N^�woaCC)
LLNOU-
r�EEY•
r W V)
V)
>
W
O &-. m
%>
2 cz
v
vi m
r� m
wn
9 o 2
Xo�E
3n Uw-oo
a'N
%w
O
om
m mL o H
LLL0
00-U)Ev
-63:
up
J
�O
o
Uama
pz❑z
L] ic�
C
w❑w
5
o
p mo
m C.O
).Qm
m�VMcN)2❑¢
z z
�WW
U
L o Eo
mQ
U- a OO��O
r F._ r rZ F-O2 C7 m mF W 1 2
OmWO zs ¢K5 .z mwU w o m0
O¢>> ZOzr ¢a w QO Odd ya w O =)w w
U 00 ZOO �� mOZ Cm Q m a U U
mZ aw0 �O ( mJ ¢ W
Zwa0 OOFO 4 xFw Z H O z z
Zrww 00m N� Ua� a K m- J-
DSa�o t > xVW: aaa m>W 0 za J>a a
¢m OOr ��a _L O� Y m w
c0?U-W zx J "k\fW Uw r
03w .S-A ma z
_ \• LU
n \ _ cV
Z a
T a w *
T �O Zw P K
Z W r a 0
--- - -- - - -- - o 0 w o w o
o � ¢
U m W a
• ., .- - -
w O� w Z
u m Oa �W ,0 U a rwn
¢ a r� ar Z w O D
>JNy jo .0'Z oy °U Ov
w� Z p
zwzl4>aU O O f o w
Q m p z alo .zn 0 z
00<2 "kV1H .TJLZ j F 0
0,.w U ❑
a w
o 3i M z
a o W X `c (C10000 SSVIO) "W4 0 x
O N w 0 OVId-NI-AV1S add 1V13W t
O31V0f ddoo V NIHAM 1SVO 913HON00 F 3 W
! 0, H1d30'NOd aOd 31HV1336 z z w
30 Oz
x _0
z m
Y ❑ r m ?
UZ Z— a ❑
W W
Y a w❑owNOZZN(oO
mat Z r
❑o
m
Orc�FO JO mwKrw MO j �%
Oynm Q❑ IO O mW
000WOO NZ =0w Z m OZ LL z OrN
z3OU 3.S ,u X xZ -'w
= wZ z=
cUj az (D waa w g¢ amp m ww Zo
SOU l ^(7 'y❑F W w tH ON
zawW'Uw0 \\1 ��LL U w ow as
OO-aO_. Oom%VYi� OLO a tt za �t x-00, U U m�z ¢U r J ❑ OOU cgiw
Ozusm Boa t Um< F3f
Z xw �7{pryy xtiw mz Z< W G O O
0t� Z,O > _ Ow W
_ f Z m
_ W m
❑3 L) ❑
v� a-- -- F- N �a Z r Z
2 � ��� ;; qq A�' � I
< yJr.l_ l� v Ox 7 Lu-
z 3� ❑a J
J O'C Uc •al0 00
aw p
Z> mw aH .0 ZO
ow Oy
oa❑z 3z MU wa
�Kw = zOpU w
I�ZU �O 'alU w
C) O j .Z/I l U
a w w m (d000t SSVIO) 1dVHS 03I1Ia0 0
09N0 "7(W)..Z/LZ HIHV3 a3eanlSIONO ISNIVOV U
A7103aIO 1SVO 31380NOO
..0.. Hl dOpfJO'� aOd 319V1 3
1130011 Na3d :A6 NMV)J0
G
19
Q
Z
QZ
F
NO
Ja
Q0
Z01 Z
Np
�.% LL
LL
LL
a
19
F.
o T.
m
z z z
a
z z-
--
m
N LL
0 0 0^
ry LL
0 0
�y
NO
Y o
p O
II
O Y o
0 0
0
m
=
^ x
Z ZO Z
'm
> X �
Z z-
8
o 0 0�
m
0 0
o o^
m
W
z
8 8 8
LL
a
cn
a
U U U
_
N
a
r
a a d^
a
r
a a^
o
o
rc
w
a m m
o
w
r
m m
o=
o
<
o
Zo
a
w
e
H,'
n
Zm
Na0
w
- -
U�
w
-
- -
II
H
O
J Z
m 0
K II
r
m 2
O
❑ w ❑
z z
❑ w ❑
Z z
❑ w ❑
z m z
❑ ❑
z 2
0 0
Z Z
❑ ❑
2 2
U m
¢ ay
O Q O
¢¢
0 0 O
O a O
m
Z m
j ¢ a
O O
tt
O O
K K¢
O O
K
�olJ
O zF
O
o m
-
m¢
-
m a
0�
Ow z�
❑
-
o
-
w
J
I... lL
N N
� O
_
v
_ _
i'
_ _
�'
U LL
(�
v
`
m
za
wa
IL
a
0.
U
m
a.o
gam
WC,
m
rm
w
r V+
w
p
} em
w
a
in
a
m
a
I.,W
aw
a,-
g6
a
a
r
ao�
F v
mm
NU
a.
mm.
Nw
r
I~i °
oa
�
vo
a n
oa
f
�o
IL
am
�m
H p
:�
a
w
may
2m
_
LL
W
❑
Z
uj
rA
O_
�w
Jo
ao
r
o
m
m
U,o
Q N
N
bb'
Q
Z
n7b
O
W
O W
-
LL
M
Z U)
LLJ
- = _
- _
_ _ =
-
LU
J�
LL N
F X
F-
X
r >
az
5
m
zIL
�z
a
W-
LL
c
a
`
J a
O
W
a W
a
w
a
w
-
o
oHa
owwz
FaQLL'
m
bOKm
bZz
a
z
^❑Ko
z
Z ❑
0 z
ObKm Oo
O
s
Z
0
0 0
0 0
wO
Os0
O O
O O
OCm O
?
c m
0 ¢
0
c a
z
O
O
aw
aw
HN
rm
JW
Wa
d
d
W
dr
W
m
Jw
Wm
4
y
L
W
to
Ww
mm
ow
a
mU
Ex
az
^
vo
az
3z
�o
o<
oa
oa
w
Q
w
am
N 0
U
m m ai mum o
_ t
S 'T C m
W 3 O O
E--W`ymE
m
E YW3ya a
m W nsylcv3 J
y D a m 0 m
O a m Y N U N N
m a L m$ m
m� E
0'.3Y E a 3
rn cv�aciLE E ❑�
EL E aG
U m .L- N lEEV m m
YJ O C �` O C O C O N
x m rn7s a- I'N E rnN
w 0,.-. O z N -- C
m�ff 16 a 3 C m>m N C
W c �mD o` W
E a LmUmrn.-.
x
a E y umit-7o
h Fuy�y c NL r N
N �mL cc C O N V�
o u Na}Eam xm
c ac E
Z w
x y t 0,E m n N
y E W hc0�� w vy
m � a
Fw.. ¢ mar
O N v V
2
m -
O N
c!J m
'm
y a 3
m
-S o d
d 32
pa n
U m m U
wo � m
m E _m
a •E a n
m u)
C L
i 3 Jo
m
O O m Ui OI
E r E m of
U c y
N m C C
W
x m
a -lt E-E E w
m
T N va m3
v � ❑
m N ym
m ym Q co ❑ NaN a�
- U
O U C
c f0'
h 6 o N
a c ¢ .o � F
3 n� A rn c m
Wa y
m0 JE eEjrov
N
N 16
1Uma
u) m N c
L O m N
� ��°
r m
•1
w
W
a
�
N
uJ
a
�
O v
=
XO
x
O
z
m m
X
m
W
Z
O
o z
W
❑
z o
l
E
Z
?
z U
❑
O
w
w
>
>
m
=oa
o
k
❑
z
O
O
Z❑
! ggZ.a
o r
1
z
o o
wi:
I
z ❑
U
F
w
❑_ ❑.�
3
a
D O
N y
Z 2:
❑ n
z. 7 I
a
U
Haaw
x;m
o ❑ W w�
I
.ot
w
1
1
_
>
o
N
�
w❑J
c7Ww
ca7z~
oa"
jp
[
z
N
O
a�
w
w O
W Z
�y
QHQ
r
e
° z
vy
w a
K
O
m
x
0
O
-
N�a
v wx
mz�
❑❑o
zZia,m
wZa
Z0"
?
a
oaa
tD
Zo
❑iFa-
mO
a~
-
y
OUO3AO V4C1 A9 NMVUO
}} a
Ot
�g a
2a v
Z J
WV
z °m
u
w<
aw
zo
o z
w
w
ON _
I
D
C
m
U O w
a
O m
N
m C
a yL
_N N C ay
O E m
m n
3 o c
J-3¢
yN o n O W o
UW�;iT
v m
NpCp
X
m 'C m
a
d OI m
3
f0 U
o m '
nay
>
O m
L m N
L a o
o
T N m
m C N O N. E
m O N a
m W'
U
d>
EE- I -
95 '
E3
c'my�
O U c C
U
pl
m
m
N
m Ul y
E�D
L
=acit0 [C
O C E IJ,J X
-6 om`
W U a
m u`y�
o
S" N
m6.m 4)
E> r3=
E c 'g
aa�Ya
i43mJn
m y Y3
m m O V
a
02 m e
�°v�y
mOV%
um)
m U
m m y D
m o
rU� L
� ?� C m
m m
N N m
C% C
O aL
OM um C
2 co
tLtl
00
0 o Ewa
n 3 c
M t E m
�' c
L.
L �LLC-
IX❑
o E
U
mmO
aN E c
ccLi
OC
o 0
c 0
¢Em m=��_
m'X E
� Q2
C L.. mmN
OE Nm��
CON
�.'q
S .2
m m m>a
L N N m O
U) S£U)
d ->?
a y N c Stt
J a m a N N
i .
N °.E
❑ q-
o
N cm
v
1
:i7iY.dAYI,'
N'
�
�ma
wo�
r ;
wU<o
�
-� •�'
f
>iOWC
w2C
LLWWSI
N
:QW
,^- l
[ } w
>
j
w
i
oaf
F_
a
to w
m a
<❑jzO
oz
WNw Ow
❑aV7 =w
=s
of
m 3
A
ow
a
�
p Q
c
r
Q O �
Z Z
Q
o
e
N� F
ca w
7
y3
u r 2Q H
a• ti�i�. sf; � r p v W J
w
f
�
YSvgx. o JZWa
4� 3 d
w
'o
-N
�f�aHJ Z ~ a N
a
Y p
V 0 Z
-
3
O O
��
7
N
J W
W F
W JJQ
Na
is
m�
z
O
H H
W ❑
N Z
O
F_
� �O
w
Vi.�...
U)
U
hj aa.w mw 3SUf10035V9 do doi
z? O4 uj 3{f1MOII�Y1f1wHJIW .hs
as
0
<0-
aoi Z.m 3 ❑ y Yo
QZi
\
w¢m
E
tn�o z zE o
o
oaw
OVz ao O
QD�
Z
wp4U
R
~
w Z
O
y Z
Y o �,
L)
1;
J
Mwo
So
w &
�
U
w
v�
_ 00
r
v�
�l
�z
NH
FIWO -0
wam
0Ow
zv
2�w
=� Q
v�>LL OpaZ-
z-
Oti�
'Ir0,
2NS
a
aN.
O
z2
zruti
aw
i„
=i❑ONN��w
U_POpz aln
$`a
H
N
Ow
UN
wZ
-mow
0WN
c7^
Zz
Z"'y¢F ZJ.-.
amFawow-w
a Z
okw
❑
m-
u1
ci+z ❑U�?H
u
�!
2�UNv0UZ
N Z-
vw~
w
w
�T.PJI l a ❑
Hw
-7❑W
OOw❑
U
3?nDG.3HSINU 3H1
J
O a Z
i164739 t�ff4VfYIW _92
O
Os:.
10
N
QQQQ
F-
!
I
iz.
Iz
_
W=,v
.4i1' ??zin
ZN azZNS
rQ w
o
0
'F
"oz
oa�Ua
um��3
zk °z
KQ w
=
N�
2N wfN f/ln�
vS xvi N eGLL
mo
hx
FZ N
J� -.i
Qo
Ij
❑
Y
W
S
N
a
x4 w Z
F LL z Q
Z S
wN
x V
r
a N
U
y
W
a �?
ra W
N r
U
z
a
^❑
r
za
z zW CxO
n
S❑ z
a
rw 30
a
J
❑
r J
uj
❑ ¢
a
0
wg
ZO
Na
Za
mJ-v
m _
U.❑WK
❑I w
¢W¢W
¢O
=¢�
w
Zo
3w
¢
Zux
wWc mH
xr
x¢w
w3
as
iO? 30
0o
caw
xr
aLL
�z
_ zZ
3
ul—
wQQw
d
�C
`m
xZ
_
¢
?I"
rU�
ma
n8
xz
evxiw
�a�
�m
^
W
w
co
J �
lti
%
Z
�
v
r
LU
Ow
wr
04
W Iwo
¢aV
3�aw
Wa
3J
0
o8-z
O
�S w
r
3 3N
r
2 Z m
row, z Zh
> 00, Z
SJ
aWz 0 w4
7Tz O I-�r
NSw V OUP
m o JN x mew
3 S
a N
16 l
•��
� 3 W 1 � l
CC) W�
--I
wvi
a4 _ l7w
zo
v v
NH =w (a7a
wLa r
N ❑
bW
o
q ¢ c
r
�
O
m IRJO�,Q VSII ��e ru�,var
z Vr
> O J
a♦`��.li1 NPayFi
:ff - W �'�• �1 A N
n
� 4
...._ i i 1�.BrL
.4.L Ly �.ZIL
z
x8
_
WK
Wa
FU mm
Zk.Q
pr.
aa�
" 5�
ac
xw
�r
SOmz
row
Z
¢o
, z
OM
Z R
>OQ
ua
ON
�Z>Q
0?Z
x
m
az
Laoforcaa
J`; <
Z v~1U
�2
a'�wU
mU?
ow
U Z Z
Z o
J N
�JZZ
w N a Q
a
w
a i
La
^
zw
N
: O
mZ
z
^a
z
Lu
ti n ='
Z< I.41C L-''
.4lL zw La
Ei
E
.VIf1 ~
AL JJ
J W W W
I W0<0
lz=z
�
.4lC
Z=0¢LL
cw
aw
i
�Ha
Wx wr
r0�
- ¢x,
O
wZw
¢Q
U_
Z� °_
�qy�;
m<°
La W� j
NTv
N
v wIN
N_�
vie ?
'._ 1>0
fv[
m
llh\
Z 1 J
Oar
l
y
❑ro
rW
r
G
SfN
No
a
'a
W.
2 V
a
N mw
^ >
^
r
ZZ i
w� C
z
a
U
3 r
ZZLL
I
U•
OZa
yC
Z¢ U
maw
¢4
Zmv�.
<
rZ
�0S iN
v J
�❑ w
N x�m
Zuu�
aZz
o-
a>
nma Zq
7❑3 =i2
w r
Ow
mN z
O,o •oN
0�=
a�
Ny
�u� -w
xua me
La
5
^>
Z
1
❑i=
// J7,
'Q a
4�I�
WLL z _
❑
l
� �r�
¢ ��
f1
oaw
w
o
1
J Zu
W Z�
f
❑ W W
�a
Q
r
z d
w
a
vi
z
f J w
r
z 5
z
3
o
N
S
¢ a
w
Z J W
a
z
!' <
co w
.
wf
ao
NZ
Z
3
❑
�F
pJx
Ow
r
LU Z
❑ ¢
r i 1 �
1•
_1
wg
.•�r
Na
za
.0 w❑❑
'❑Ow
�i aw
mJce
OU
iOw
ma0
ulw
S
N N
2
3
Z❑aW-
W 3
VO
d w
W
;'Oa
az
Sa
m m m = m y
a m o ?
No c 1 a3-
❑ .'�- -E c arm _❑o
w dam cLic =wu @gym �co n 3ya
OW CJJN SUN Tyd
@,5y ol �o� oc .52mN E w@E
cOa
o.@m m y 91 mom° NON o m NJ mE
m �L o f
� m m mX LO❑ � �' � � ai -o u N
❑3mm Hw �vNm t�•E m�� Ycm_.+ �g`v
N N y ti m rm j �o t6 =❑ m U .0 J m ymj Z a
w m v m J- m u m> m m o R .E E m a
F w�£o� m a ==:o wan zN U��c
O
z 4 N n V
W
IL
I HL
r
U_ J
H Q
<r
< W
O
J z
UO
2' ~
r Q
W J
J F
W U)
L Z
W
ro
D
Of
O
O
J O
s
a O
o
w
=
J
L
u
LU
J d
d w
❑.2
w
-
- -
H
°
-
O G
3
O H
1�
Vl
3
o
w
w
J
r
a
=
ui
LL❑^
a0 W
d
Fa>
❑zm
Z
Wfn
o
vaio
y
w
i-a
wF
Wz
,a
��
ro
�3
a
¢
n>a
a°a a
FJ
U
03
W
x
r
W
>W
U
Sao
OLU
Z
O
w
of
'L
= W ❑
Z❑
U
Q
�Z
O
a
Z
=
ey w
x
`❑
ofmyJN
yN❑ W
O�
03
w
�,
a
ww3 >
L)
N
o
I
rc
r
w
d
a»
Q O
55 w
Z
U
Z
Fx0
3
Z"uQ'r
w
r
w
r
y
-r
y
�
O
oEl)
J W
W a'
2
I W J
rz
7 U)
❑ O
zZ
0
U
0O
Jax
mz3
wwa
wrr
yza
a❑,
azQ
oar
raw
°O❑
ZUW
Z w ?
O ZO W
Uy
W
W
w
3
w
c
z
w
3
w
i�
z
a
z
w
a
J
❑a
z
waa
N
NaN
Q 0 Q
� W W
.Z❑
Uoz
ZU?
w
O W W
�
o
Z
f
W
W
y
w
w
J
U W
\'
J ixW
2
O
a. J
fA
w
a
U
U
O
J
w
jr0
2
w
U
fn
W w
w
w
y
Jw
3
O
U'
2 Q
7
a
N
J
O?
N
z
a
f
g
1134011 NaGJ :A9 NAAVH(I
J J
3NV1 3NVl
� t i
I 7 I
I U I r
_ 3 �
O LL I t<il I
I � � • o
I
I
I
I I
I. I
I _
I �
� I
I m
I
I
I
t I
I
I
I I �
<oz
w�
¢Or I
Z � w
W 3 N
SQ
N N ?
� I i
V �
1 1
i
� I l
• 1 1
t
I I
1
i
1 I
� 1
3NV'1313IH3A 3NV1310IH3A
Pd1LLVHitlIM
3NV1 t l
i I �
V 0 1
1 I 0
t I p
V
I .
1
1
, 1
1 -
� I
I
t m
I
� 1
I
I
I
I
I
I
I
I
i
I
I
I
I
I
3NIl dO1S
U
<
U
i
Z
Q
J
a
fro
-a
w
O
U
N
a O
O N
$
O T
$
J O
N
o
Z r
I<
-
O x
Q
J o
a
Q n.
a
Z in w
'w
_
0'
o
e
LU G
<
S
a Z
F W
�
�1►
1130011 NN3a :AB NMV2J0
c
c
E D
UO
° p
C
p p`
p-z
m y y
��
ms
a n
N �i _' � •:d _
c
l%
4c
oim% o
o
N
c :9 LLi
�n °0
POD
>Up E� S a
a
n
�Li
o W
¢
t"', p a vi
a
L] tiff
N
Of w0
co
b az
fi �C»U
_C YXp C i�Q pX01
w rim
U
I�i wU
M o N:
4. U ii.2
o
O
z
D �°
313k13tK13 W SV37
i
j Ido 17419dsv 20 Hla^-7
'XWf .E-'NIr1.81.Z
inomvs JO :41dw
D>
�
<1� w
�p¢t�g
On'Zi�
4
O u K
g
r
z
O
3 u
ur
P- C,
f
;�N � y
�
w
o � 3
o
�! w
rs <
?_ D
H
12
313NONDO 1N3{N3D
z
do ll'JHdSV d0 HLd30
O
1f1D,NYS d0 HLJ30
Y1
w
}_
O z
U
0,
O
noC �a
�N�
a
cc s a
LG ZF
Y
»FF
zc LSF
D G 0Z
a�
_ 00
LL$
n
❑z�
Z5„
6
w
317�071001t13r13D
.1
HD SlYHd5`7 210 RlLria[3
O ZO
."Z
'x"IVX. -KINP-
wd'
r/iN�
Of
ar
1l1OJdiYS JO HLd70
� V m
M on
LY
0�
d
Z
f-
U
V
2U
W
Q1
rN
u wl7a
as
o
OOoS
O
a
0z
ry yy
i
0
O
I�
E cvnwa-
t-w0 �r�yiL
UW O �rV?
44C �LL174
a
� �LL
�U
F.
J
C
F
T
0
z
Val' 8
r w
in
o
v,
F
�
Vz IL
R
O
Z G
�>>�Rgz
y� a�Y
O
76,
Y0arts p&o`��'•
N
�€ r
N
O z
G J
zw
Z �
W
E W
L1»-¢¢'
7.1_1'
XQ
tzw
iOw
uw
II
auYi
T
p
j�lj�7'
UQo
Oow
I`fj,}I
cwioo
°
s
z
O
H
U
LU
8
z
LU
N
U
(n
D
in
•O
m
O y
c
>
N
Ca
J
{
cI
m D
co
•4
@Ln
D b
n aEi'"
o
�F'�y o
.•
ms
µ,
iN
CR
0.�3
U�
�`'
17d d rW
z o {Y F
VD
�>
`E
Lm.
O
Y
OJ lu
—
•�
m
L
U
SCcD
U
m
C$ O
M'R
- C
O µ O
�
m 0
N .-.
V
m
U
•il
Op
-•� Op
� Y
OCR O{
4� i•�
+� a F ry t�
� b
Q
a
C m
m C
? m
a
m N
YI m�
L
C =�
7
�•
__
�1j
eia W W
v
.
�L
L •v
>
X
iL C
D m
G OL m
'0.0o
y O
C Ln
N .IS
m 9
m
o a
a
m/�J•
��flJ.
�g
4� '
Dd
L1 E
a
F o
m e
n
L
�yyE
>
o
o
� �
=o n
.c �3£
dm
aua7
co,
C
0—
N m
a0
E ti •.ter•^
` '
O
m
L`m�s o
$Z o
W c or
_
n"
ac
o�
SFi
o0
0
y
_
m� c
CLq
D
n
NO
5~
,A'c
woi
3N
�clro cu
mo my
EL=
�ol�u
='ticocaDm
oz
_
mO
mm
D
a
is
_
m...
NC�
n
N
D
°:�
L tl
nm��—
4
.c a m oZ m
vl
7^ m«
C
��
N
O
ro
CC
�SL5pp
yvl
C�Q
O
16m
E
G
.—m m=— 30
m� OL
Z C i 0
ti'
O
E
�NI
C
p—
m
'r
m91R
PEE
.L..OL
m U
E�
tl C .- U
W m
dl1.
L i
»�
m Ypp
N
yy�a
m rr W N
'A_ ro
N- L C O> m •ry?ry
f ro m N'..i
►- '33
Q Ca0
me
me
8
oC
DD
a
a�
�
�O CN
a
`E m
mDo
3�Dm
,ovO�
¢'O
D>-
�r�
♦liN
'•'�
�-
Cs ca
YNK��
1�
�i E _ 00
�Ei0�7?N.Qcrn
j 70N
�O
m�
3
CEO
t`�
fY�mm
="m0
3c
�1a
J�m�c•/�r 0•C
Nay
FU,-moc
�o
rt$n
�ygm5o�
a=,E'mv
= m m
ut
a
d
N
F E
.O
roO
[
AQa
X
LL'
N
tG
FF C m O m Q
Q N
m
J
z5
�C
y W
�z
SV,
Vp
4
a
j 7p
� W
C
0.
=or
0
mCem
0 �y
>WO
a�
m
00
0
w
4�
F
4�
°r
w�
�ay
J ° W O
Fva s`
ado VU
oo$ We
35� '0a
QdQEf
as
W�L C0 r
'NUN
.6Z
O
m
O
z�
I
4
h
LO
r
E
0
0
d
Q
z
f
2
!84
w
W
a
J m
d H
i-
1L w a.
0
j Z
O O
mz
z
w
c'L.]
x•
0
m
0
r
U
Z
i
0
N
m E ' to~ O
n wd `o o, mmp vi m� C,°pL� $c�E"m ZQ °
p .Q L- C Q, O C d'LL pLJ a mr;, ❑v o ;, F'ay z a
E ° -2 'o14 m`mm ��rnLU tc �on�°��� � �LI:1 TI��'r '_('j ti r p e
�E m`m Eo,m umm Ema19i�t ma�¢in ^la' p'j. �Q`Z' _ e
S1 C C l0 Y N E E Eo =' a A
�w~%J3mU Z(L�N f0 E UL O nQ� N UE NF L E C C OI1.1"'�'y�_�-Y.'! GO� -C, S
O N C N m 0 N C U O C n 'a 0 N OV ` v C C C] QO C 'J N �� a W❑ .0 H
`� �z n� M O,m � P � � � N L � N A O "�+' y2 NL 'y� yfs 4!h = i I 0
U t dL C C m T m 6 N rn N J N O N 0-6
C? d t G V N a _
a
d.o c� 5m map ncpom 0) tea- -(�am =60mo� =
i<Ec n5 e= moron LLNp cm w Z 3
r (n L Q N 3 W .- 10 Q'� Y .� i/J .� m E r N -- .- O O L E a N
W
z y
C7 m 0 y
L3N3i313 A8103 :AE NM"Cl
0
� w
J
=ZO 4i
Z :3 N F L
ag❑ JK
rW u) V�
O N J W d
W a
EL F
i
-
,i 49
0-8
n a
U N
VN1
j W J
Z
aW
2 1 V
z
°U
11
`VA
Z F U
0 w
VU1 ❑W
w W W
w WOarc
O w>
3 � z °
W s=
z z
z❑
wa K w w .0 o x
11JJ
N.
z
�❑ ° ° oJa 'q0
��
F
QN W 1J SZ J❑ 0
a 'Z' z° w
w z
w
oo ¢i� o i pQ KJ c~i o ar
!
3 w K
Om y r
N wyj O J Z, 10 O C = w U
T N OJ O O O w
w= N
U¢U F as
W w
O p Z Z Z I �n K O w a y N¢ o f
<< s o c tt W a r p a n G ? a m 0
w x U>
OwO0u5in = CNF m'ww Z o Z� z
°
5Z0
1 C
w o w zLLw�Fo`?iNcw7zz
W W H FNN
N Q9Q a� o
CZ--. G Z WZ Z C,.. `. ❑ Lp
'-' = -¢ z z
wZ
w C¢
titia ¢< o ❑ waa
i i O V i�
.poJE,;�- w
LL W C.0 „g
<
: 2 E O i o in i w x? 7 aso
. ...
y
m.•
Z
m O i 3 LL• LL C e ¢? w Wow
Y
rL mt mm nm a �nd� Z No
a L m °L 'gym mE°� Q� N
Om bU L Z
9 10 m" m NO aw On, N-oF mm C'U1 z r Z Z
mE m m m 3 E o O CJLL,v Ewa= p ��1L.1:2' k,3y4r ?�Z n
rnm Lrn mm me i dm �EyFmm Savo m {c*d F �� o w
c 0 0L �° ao m mN NG3CN0 n°O�_ o F �.L �AI—
..td r2F0=
pc �.. ad �,c o $,c d, moat m�a crwi r;r�
m e >. m C U «p C m c D m U C .� C y N Y I.t�n'- r Q G 0d. c
>N > qm ``%" � o�mctmZ Srn-L .- :� o' gW d
L w Dl U _ o o O' m N? m y N_ U_ ♦y F o y N
-E 8E o� °v ^� 00 om8Emom
N Q ° o ` 3 3 c m c �' m m f° o x o m CL U ���Qr7 4�q�w J �; Q N a -
ca saav=pO a0 �� z `IG 3
o°d ay.�ti-m=c Inc- mLL �Fa I 1�
> > > m t A m a N m ... a d t 3° � E o y Q
Eo Ea E>� E� cm m$m cEn�`oa�i� $N�o� o NON N
�o �.� �,tm Z� Nn Em 8m'a �mm- z
m- m-J m=c °'- �j amv m�mct U.m21
-�c �t�
W F N F f0 F N N F N (n L a m V: N E N TJ ❑N E fp f0
H
O
z (V M c u 1D r m
J 0( 8
r l
2ya�
Lij
}
On:Wa
ca
�'
r.
_U
72
a
Nk
z
/^A
-�
y -�
Z
o
z
— - f a
00 a
c o
x
1 `
` 7J
•'
Or
¢
U H
N
CZN
✓
S
Z ?
` V¢ I
LON N.
W - Z
I/rJ 2Q ? W
~ w
N=C S
O W ¢ c
W VJ Z C Z w
z Asti zz
NZZ
W
LI
ZN
Y ZW
V - ME N O
J LL N N
y¢y11Z ¢
Z 1 J ryG N T
cui •' S 5
H p U U
HY? W
N;J� o�
z
❑�N W Z O C U
yCw N a u' u E¢
T
w a
J LL w N Z U J
s¢
I[
W 7 c W N U W W 5?
a
F x¢¢
G
✓~i O
O Q O V
¢ H G> w
Z G 2 Z W O Z_ C SS IwU
VU U Y W F Q 6 ~> S
<C<
Z J <- s� H 6¢N
w 4 O x y 3 ? Z¢ N
c$ •¢'JAG
o N y 2 Q V
F
W 1 2 C V 7 1 S �Wi1 o U
- w < �- '<o r�� `G>o
< Q 0
y�� 5 °s. ` G3 s s �= o
12J1 O¢ Z W W Q C YAW
K 6 C V
<z'z3 wmx�x� '0
< LL: Q F p� N
QCL
¢ ❑ oZ C� T E
a: ? oi�iG
2� Z� F
C�9wC<?o
W F- O
=-�¢N•,�N�Gp
i- W S•
2 m
io?`"w.
C h O¢ .0 C
.. i�u¢o
• C. •
. O• • o~ S w e C� u C C' r y
t~ii N
Y �: '���'•J\�n ^��i
OL:\-)a
L3H�l3ld ABlO� •A6 NM'd?JO
O
x
m
0
z
z
g�
Yg
m°
0
z
z
i
of n
I l f !
5 G E)
(3 0 c
ZQ(3 o
a
Z2F- r F
ORE
a
e
w
MyC Z �
Q
a
b
92W400
P
w
= t25 o w
=�
yi
Q J' Q N a
m g
Q IL
viaaN
U)
ov�o
wofWaa
3Nt7�
U,wuj
awaa
�r�:
n fl�
C] _- Q
LU
O
c�15
/J w
J
s
W
PP
aza
aw
V) C.
r
r
b3HOi313 AGIOD :AB WA"O
City of Federal Way
Contract Provisions
Variable Lane Use Control
Project #213 / RFB #20-002
FHWA 1273
REQUIRED CONTRACT PROVISIONS FEDERAL -AID
CONSTRUCTION CONTRACTS
REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS
FHWA-1273 -- Revised May 1, 2012
I. General
11. Nondiscrimination
111. Nonsegregated Facilities
IV. Davis -Bacon and Related Act Provisions
V. Contract Work Hours and Safety Standards Act Provisions
VI. Subletting or Assigning the Contract
VIL Safety: Accident Prevention
Vlll. False Statements Concerning Highway Projects
IX. Implementation of Clean Air Act and Federal Water Pollution Control Act
X. Compliance with Governmentwide Suspension and Debarment Requirements
XI. Certification Regarding Use of Contract Funds for Lobbying
ATTACHMENTS
A. Employment and Materials Preference for Appalachian Development Highway System or
Appalachian Local Access Road Contracts (included in Appalachian contracts only)
GENERAL
1. Form FHWA-1273 must be physically incorporated in each construction contract funded
under Title 23 (excluding emergency contracts solely intended for debris removal). The
contractor (or subcontractor) must insert this form in each subcontract and further require its
inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other
agreements for supplies or services).
The applicable requirements of Form FHWA-1273 are incorporated by reference for work done
under any purchase order, rental agreement or agreement for other services. The prime
contractor shall be responsible for compliance by any subcontractor, lower -tier subcontractor or
service provider.
Form FHWA-1273 must be included in all Federal -aid design -build contracts, in all subcontracts
and in lower tier subcontracts (excluding subcontracts for design services, purchase orders,
rental agreements and other agreements for supplies or services). The design -builder shall be
responsible for compliance by any subcontractor, lower -tier subcontractor or service provider.
Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal
documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in
all contracts, subcontracts and lower -tier subcontracts (excluding purchase orders, rental
agreements and other agreements for supplies or services related to a construction contract).
2. Subject to the applicability criteria noted in the following sections, these contract provisions
shall apply to all work performed on the contract by the contractor's own organization and with
the assistance of workers under the contractors immediate superintendence and to all work
performed on the contract by piecework, station work, or by subcontract.
3. A breach of any of the stipulations contained in these Required Contract Provisions may be
sufficient grounds for withholding of progress payments, withholding of final payment,
termination of the contract, suspension / debarment or any other action determined to be
appropriate by the contracting agency and FHWA.
4. Selection of Labor: During the performance of this contract, the contractor shall not use
convict labor for any purpose within the limits of a construction project on a Federal -aid highway
unless it is labor performed by convicts who are on parole, supervised release, or probation.
The term Federal -aid highway does not include roadways functionally classified as local roads
or rural minor collectors.
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 freatment of project site
personnel.
b, The contractor will periodically evaluate the spread of wages paid within each classification
to determine any evidence of discriminatory wage practices.
c. The contractor will periodically review selected personnel actions in depth to determine
whether there is evidence of discrimination, Where evidence is found, the contractor will
promptly take corrective action. If the review indicates that the discrimination may extend
beyond the actions reviewed, such corrective action shall include all affected persons.
d. The contractor will promptly investigate all complaints of alleged discrimination made to the
contractor in connection with its obligations under this contract, will attempt to resolve such
complaints, and will take appropriate corrective action within a reasonable time. if the
investigation indicates that the discrimination may affect persons other than the complainant,
such corrective action shall include such other persons. Upon completion of each investigation,
the contractor will inform every complainant of all of their avenues of appeal.
6. Training and Promotion:
a, The contractor will assist in locating, qualifying, and increasing the skills of minorities and
women who are applicants for employment or current employees. Such efforts should be aimed
at developing full journey level status employees in the type of trade or job classification
involved.
b, Consistent with the contractor's work force requirements and as permissible under Federal
and State regulations, the contractor shall make full use of training programs, i.e.,
apprenticeship, and on-the-job training programs for the geographical area of contract
performance. In the event a special provision for training is provided under this contract, this
subparagraph will be superseded as indicated in the special provision. The contracting agency
may reserve training positions for persons who receive welfare assistance in accordance with
23 U,S.C, 140(a).
c. The contractor will advise employees and applicants for employment of available training
programs and entrance requirements for each.
d. The contractor will periodically review the training and promotion potential of employees
who are minorities and women and will encourage eligible employees to apply for such training
and promotion.
7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the
contractor will use good faith efforts to obtain the cooperation of such unions to increase
opportunities for minorities and women. Actions by the contractor, either directly or through a
contractor's association acting as agent, will include the procedures set forth below:
a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint
training programs aimed toward qualifying more minorities and women for membership in the
unions and increasing the skills of minorities and women so that they may qualify for higher
paying employment.
b. The contractor will use good faith efforts to incorporate an EEO clause into each union
agreement to the end that such union will be contractually bound to refer applicants without
regard to their race, color, religion, sex, national origin, age or disability.
c. The contractor is to obtain information as to the referral practices and policies of the labor
union except that to the extent such information is within the exclusive possession of the labor
union and such labor union refuses to furnish such information to the contractor, the contractor
shall so certify to the contracting agency and shall set forth what efforts have been made to
obtain such information.
d. In the event the union is unable to provide the contractor with a reasonable flow of referrals
within the time limit set forth in the collective bargaining agreement, the contractor will, through
independent recruitment efforts, fill the employment vacancies without regard to race, color,
religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or
qualifiable minorities and women. The failure of a union to provide sufficient referrals (even
though it is obligated to provide exclusive referrals under the terms of a collective bargaining
agreement) does not relieve the contractor from the requirements of this paragraph. In the
event the union referral practice prevents the contractor from meeting the obligations pursuant
to Executive Order 11246, as amended, and these special provisions, such contractor shall
immediately notify the contracting agency.
8. Reasonable Accommodation for Applicants / Employees with Disabilities: The
contractor must be familiar with the requirements for and comply with the Americans with
Disabilities Act and all rules and regulations established there under. Employers must provide
reasonable accommodation in all employment activities unless to do so would cause an undue
hardship.
9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The
contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age
or disability in the selection and retention of subcontractors, including procurement of materials
and leases of equipment. The contractor shall take all necessary and reasonable steps to
ensure nondiscrimination in the administration of this contract.
a. The contractor shall notify all potential subcontractors and suppliers and lessors of their
EEO obligations under this contract.
b. The contractor will use good faith efforts to ensure subcontractor compliance with their
EEO obligations.
10. Assurance Required by 49 CFR 26.13(b):
a. The requirements of 49 CFR Part 26 and the State DOT's U.S. DOT -approved DBE
program are incorporated by reference.
b. The contractor or subcontractor shall not discriminate on the basis of race, color, national
origin, or sex in the performance of this contract. The contractor shall carry out applicable
requirements of 49 CFR Part 26 in the award and administration of DOT -assisted contracts.
Failure by the contractor to carry out these requirements is a material breach of this contract,
which may result in the termination of this contract or such other remedy as the contracting
agency deems appropriate.
11. Records and Reports: The contractor shall keep such records as necessary to document
compliance with the EEO requirements. Such records shall be retained for a period of three
years following the date of the final payment to the contractor for all contract work and shall be
available at reasonable times and places for inspection by authorized representatives of the
contracting agency and the FHWA.
a. The records kept by the contractor shall document the following:
(1) The number and work hours of minority and non -minority group members and women
employed in each work classification on the project:
(2) The progress and efforts being made in cooperation with unions, when applicable, to
increase employment opportunities for minorities and women; and
(3) The progress and efforts being made in locating, hiring, training, qualifying, and
upgrading minorities and women:
b. The contractors and subcontractors will submit an annual report to the contracting agency
each July for the duration of the project, indicating the number of minority, women, and non -
minority group employees currently engaged in each work classification required by the contract
work_ This information is to be reported on Form FHWA-1391. The staffing data should
represent the project work force on board in all or any part of the last payroll period preceding
the end of July. If on-the-job training is being required by special provision, the contractor will
be required to collect and report training data. The employment data should reflect the work
force on board during all or any part of the last payroll period preceding the end of July.
Ill. NONSEGREGATED FACILITIES
This provision is applicable to all Federal -aid construction contracts and to all related
construction subcontracts of $10,000 or more.
The contractor must ensure that facilities provided for employees are provided in such a manner
that segregation on the basis of race, color, religion, sex, or national origin cannot result. The
contractor may neither require such segregated use by written or oral policies nor tolerate. such
use by employee custom. The contractor's obligation extends further to ensure that its
employees are not assigned to perform their services at any location, under the contractor's
control, where the facilities are segregated. The term "facilities" includes waiting rooms, work
areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms,
and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment
areas, transportation, and housing provided for employees. The contractor shall provide
separate or single -user restrooms and necessary dressing or sleeping areas to assure privacy
between sexes.
IV. DAVIS-BACON AND RELATED ACT PROVISIONS
This section is applicable to all Federal -aid construction projects exceeding $2,000 and to all
related subcontracts and lower -tier subcontracts (regardless of subcontract size). The
requirements apply to all projects located within the right-of-way of a roadway that is functionally
classified as Federal -aid highway. This excludes roadways functionally classified as local roads
or rural minor collectors, which are exempt. Contracting agencies may elect to apply these
requirements to other projects.
The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5
"Contract provisions and related matters" with minor revisions to conform to the FHWA-1273
format and FHWA program requirements.
1. Minimum wages
a. All laborers and mechanics employed or working upon the site of the work, will be paid
unconditionally and not less often than once a week, and without subsequent deduction or
rebate on any account (except such payroll deductions as are permitted by regulations issued
by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages
and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at
rates not less than those contained in the wage determination of the Secretary of Labor which is
attached hereto and made a part hereof, regardless of any contractual relationship which may
be alleged to exist between the contractor and such laborers and mechanics.
Contributions made or costs reasonably anticipated for bona fide fringe benefits under section
1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to
such laborers or mechanics, subject to the provisions of paragraph 1.d. of this section; also,
regular contributions made or costs incurred for more than a weekly period (but not less often
than quarterly) under plans, funds, or programs which cover the particular weekly period, are
deemed to be constructively made or incurred during such weekly period. Such laborers and
mechanics shall be paid the appropriate wage rate and fringe benefits on the wage
determination for the classification of work actually performed, without regard to skill, except as
provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one
classification may be compensated at the rate specified for each classification for the time
actually worked therein: Provided, That the employer's payroll records accurately set forth the
time spent in each classification in which work is performed. The wage determination (including
any additional classification and wage rates conformed under paragraph 1.b. of this section) and
the Davis -Bacon poster (WH-1321) shall be posted at all times by the contractor and its
subcontractors at the site of the work in a prominent and accessible place where it can be easily
seen by the workers.
b. (1) The contracting officer shall require that any class of laborers or mechanics, including
helpers, which is not listed in the wage determination and which is to be employed under the
contract shall be classified in conformance with the wage determination. The contracting officer
shall approve an additional classification and wage rate and fringe benefits therefore only when
the following criteria have been met:
(i) The work to be performed by the classification requested is not performed by a
classification in the wage determination; and
(ii) The classification is utilized in the area by the construction industry; and
(iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable
relationship to the wage rates contained in the wage determination.
(2) If the contractor and the laborers and mechanics to be employed in the classification (if
known), or their representatives, and the contracting officer agree on the classification and
wage rate (including the amount designated for fringe benefits where appropriate), a report of
the action taken shall be sent by the contracting officer to the Administrator of the Wage and
Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington,
DC 20210. The Administrator, or an authorized representative, will approve, modify, or
disapprove every additional classification action within 30 days of receipt and so advise the
contracting officer or will notify the contracting officer within the 30-day period that additional
time is necessary.
(3) In the event the contractor, the laborers or mechanics to be employed in the classification
or their representatives, and the contracting officer do not agree on the proposed classification
and wage rate (including the amount designated for fringe benefits, where appropriate), the
contracting officer shall refer the questions, including the views of all interested parties and the
recommendation of the contracting officer, to the Wage and Hour Administrator for
determination. The Wage and Hour Administrator, or an authorized representative, will issue a
determination within 30 days of receipt and so advise the contracting officer or will notify the
contracting officer within the 30-day period that additional time is necessary.
(4) The wage rate (including fringe benefits where appropriate) determined pursuant to
paragraphs 1.b.(2) or 1.b.(3) of this section, shall be paid to all workers performing work in the
classification under this contract from the first day on which work is performed in the
classification.
c. Whenever the minimum wage rate prescribed in the contract for a class of laborers or
mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor
shall either pay the benefit as stated in the wage determination or shall pay another bona fide
fringe benefit or an hourly cash equivalent thereof.
d. If the contractor does not make payments to a trustee or other third person, the contractor
may consider as part of the wages of any laborer or mechanic the amount of any costs
reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided,
That the Secretary of Labor has found, upon the written request of the contractor, that the
applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may
require the contractor to set aside in a separate account assets for the meeting of obligations
under the plan or program.
2. Withholding
The contracting agency shall upon its own action or upon written request of an authorized
representative of the Department of Labor, withhold or cause to be withheld from the contractor
under this contract, or any other Federal contract with the same prime contractor, or any other
federally -assisted contract subject to Davis -Bacon prevailing wage requirements, which is held
by the same prime contractor, so much of the accrued payments or advances as may be
considered necessary to pay laborers and mechanics, including apprentices, trainees, and
helpers, employed by the contractor or any subcontractor the full amount of wages required by
the contract. In the event of failure to pay any laborer or mechanic, including any apprentice,
trainee, or helper, employed or working on the site of the work, all or part of the wages required
by the contract, the contracting agency may, after written notice to the contractor, take such
action as may be necessary to cause the suspension of any further payment, advance, or
guarantee of funds until such violations have ceased.
3. Payrolls and basic records
a. Payrolls and basic records relating thereto shall be maintained by the contractor during the
course of the work and preserved for a period of three years thereafter for all laborers and
mechanics working at the site of the work. Such records shall contain the name, address, and
social security number of each such worker, his or her correct classification, hourly rates of
wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or
cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis -Bacon Act),
daily and weekly number of hours worked, deductions made and actual wages paid. Whenever
the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or
mechanic include the amount of any costs reasonably anticipated in providing benefits under a
plan or program described in section 1(b)(2)(B) of the Davis -Bacon Act, the contractor shall
maintain records which show that the commitment to provide such benefits is enforceable, that
the plan or program is financially responsible, and that the plan or program has been
communicated in writing to the laborers or mechanics affected, and records which show the
costs anticipated or the actual cost incurred in providing such benefits. Contractors employing
apprentices or trainees under approved programs shall maintain written evidence of the
registration of apprenticeship programs and certification of trainee programs, the registration of
the apprentices and trainees, and the ratios and wage rates prescribed in the applicable
programs.
b. (1) The contractor shall submit weekly for each week in which any contract work is
performed a copy of all payrolls to the contracting agency, The payrolls submitted shall set out
accurately and completely all of the information required to be maintained under 29 CFR
5,5(a)(3)(i), except that full social security numbers and home addresses shall not be included
on weekly transmittals. Instead the payrolls shall only need to include an individually identifying
number for each employee ( e.g. , the last four digits of the employee's social security number).
The required weekly payroll information may be submitted in any form desired. Optional Form
WH-347 is available for this purpose from the Wage and Hour Division Web site at
http:/Iwww.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 required to be provided
under §5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being
maintained under §5.5 (a)(3)(1) of Regulations, 29 CFR part 5, and that such information is
correct and .complete;
(ii) That each laborer or mechanic (including each helper, apprentice, and trainee)
employed on the contract during the payroll period has been paid the full weekly wages
earned, without rebate, either directly or indirectly, and that no deductions have been made
either directly or indirectly from the full wages earned, other than permissible deductions as
set forth in Regulations, 29 CFR part 3;
(iii) That each laborer or mechanic has been paid not less than the applicable wage rates
and fringe benefits or cash equivalents for the classification of work performed, as specified
in the applicable wage determination incorporated into the contract.
(3) The weekly submission of a properly executed certification set forth on the reverse side of
Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of
Compliance" required by paragraph 3.b.(2) of this section.
(4) The falsification of any of the above certifications may subject the contractor or
subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of
title 31 of the United States Code.
c. The contractor or subcontractor shall make the records required under paragraph 3.a. of this
section available for inspection, copying, or transcription by authorized representatives of the
contracting agency, the State DOT, the FHWA, or the Department of Labor, and shall permit
such representatives to interview employees during working hours on the job. If the contractor
or subcontractor fails to submit the required records or to make them available, the FHWA may,
1G
after written notice to the contractor, the contracting agency or the State DOT, take such action
as may be necessary to cause the suspension of any further payment, advance, or guarantee of
funds. Furthermore, failure to submit the required records upon request or to make such records
available may be grounds for debarment action pursuant to 29 CFR 5.12.
4. Apprentices and trainees
a. Apprentices (programs of the USDOL).
Apprentices will be permitted to work at less than the predetermined rate for the work they
performed when they are employed pursuant to and individually registered in a bona fide
apprenticeship program registered with the U.S. Department of Labor, Employment and
Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with
a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her
first 90 days of probationary employment as an apprentice in such an apprenticeship program,
who is not individually registered in the program, but who has been certified by the Office of
Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency
(where appropriate) to be eligible for probationary employment as an apprentice.
The allowable ratio of apprentices to journeymen on the job site in any craft classification shall
not be greater than the ratio permitted to the contractor as to the entire work force under the
registered program. Any worker listed on a payroll at an apprentice wage rate, who is not
registered or otherwise employed as stated above, shall be paid not less than the applicable
wage rate on the wage determination for the classification of work actually performed. In
addition, any apprentice performing work on the job site in excess of the ratio permitted under
the registered program shall be paid not less than the applicable wage rate on the wage
determination for the work actually performed. Where a contractor is performing construction on
a project in a locality other than that in which its program is registered, the ratios and wage rates
(expressed in percentages of the journeyman's hourly rate) specified in the contractor's or
subcontractor's registered program shall be observed.
Every apprentice must be paid at not less than the rate specified in the registered program for
the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate
specified in the applicable wage determination. Apprentices shall be paid fringe benefits in
accordance with the provisions of the apprenticeship program. If the apprenticeship program
does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits
listed on the wage determination for the applicable classification. If the Administrator determines
that a different practice prevails for the applicable apprentice classification, fringes shall be paid
in accordance with that determination.
In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State
Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship
program, the contractor will no longer be permitted to utilize apprentices at less than the
applicable predetermined rate for the work performed until an acceptable program is approved.
b. Trainees (programs of the USDOL).
Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the
predetermined rate for the work performed unless they are employed pursuant to and
individually registered in a program which has received prior approval, evidenced by formal
certification by the U.S. Department of Labor, Employment and Training Administration.
The ratio of trainees to journeymen on the job site shall not be greater than permitted under the
plan approved by the Employment and Training Administration.
Every trainee must be paid at not less than the rate specified in the approved program for the
trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified
in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with
the provisions of the trainee program. If the trainee program does not mention fringe benefits,
trainees shall be paid the full amount of fringe benefits listed on the wage deteriination unless
the Administrator of the Wage and Hour Division determines that there is an apprenticeship
program associated with the corresponding journeyman wage rate on the wage determination
which provides for less than full fringe benefits for apprentices. Any employee listed on the
payroll at a trainee rate who is not registered and participating in a training plan approved by the:
Employment and Training Administration shall be paid not less than the applicable wage rate on
the wage determination for the classification of work actually performed. In addition, any trainee
performing work on the job site in excess of the ratio permitted under the registered program
shall be paid not less than the applicable wage rate on the wage determination for the work
actually performed.
In the event the Employment and Training Administration withdraws approval of a training
program, the contractor will no longer be permitted to utilize trainees at less than the applicable
predetermined rate for the work performed until an acceptable program is approved.
c. Equal employment opportunity. The utilization of apprentices, trainees and journeymen
under this part shall be in conformity with the equal employment opportunity requirements of
Executive Order 11246, as amended, and 29 CFR part 30.
d. Apprentices and Trainees (programs of the U.S. DOT).
Apprentices and trainees working under apprenticeship and skill training programs which have
been certified by the Secretary of Transportation as promoting EEO in connection with Federal -
aid highway construction programs are not subject to the requirements of paragraph 4 of this
Section IV. The straight time hourly wage rates for apprentices and trainees under such
programs will be established by the particular programs. The ratio of apprentices and trainees to
journeymen shall not be greater than permitted by the terms of the particular program.
5. Compliance with Copeland Act requirements. The contractor shall comply with the
requirements of 29 CFR part 3, which are incorporated by reference in this contract.
6. Subcontracts. The contractor or subcontractor shall insert Form FHWA-1273 in any
subcontracts and also require the subcontractors to include Form FHWA-1273 in any lower tier
subcontracts. The prime contractor shall be responsible for the compliance by any
subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5.
7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be
grounds for termination of the contract, and for debarment as a contractor and a subcontractor
as provided in 29 CFR 5.12,
12
8. Compliance with Davis -Bacon and Related Act requirements. All rulings and
interpretations of the Davis -Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are
herein incorporated by reference in this contract.
9. Disputes concerning labor standards. Disputes arising out of the labor standards
provisions of this contract shall not be subject to the general disputes clause of this contract.
Such disputes shall be resolved in accordance with the procedures of the Department of Labor
set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes
between the contractor (or any of its subcontractors) and the contracting agency, the U.S.
Department of Labor, or the employees or their representatives.
10. Certification of eligibility.
a. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any
person or firm who has an interest in the contractor's firm is a person or firm ineligible to be
awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR
5.12(a)(1).
b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a
Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1).
c. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C.
1001.
V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT
The following clauses apply to any Federal -aid construction contract in an amount in excess of
$100,000 and subject to the overtime provisions of the Contract Work Hours and Safety
Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR
5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include
watchmen and guards.
1. Overtime requirements. No contractor or subcontractor contracting for any part of the
contract work which may require or involve the employment of laborers or mechanics shall
require or permit any such laborer or mechanic in any workweek in which he or she is employed
on such work to work in excess of forty hours in such workweek unless such laborer or
mechanic receives compensation at a rate not less than one and one-half times the basic rate of
pay for all hours worked in excess of forty hours in such workweek.
2. Violation; liability for unpaid wages;, liquidated damages. In the event of any violation of
the clause set forth in paragraph (1.) of this section; the contractor and any subcontractor
responsible therefor shall be liable for the unpaid wages. In addition, such contractor and
subcontractor shall be liable to the United States (in the case of work done under contract for
the District of Columbia or a territory, to such District or to such territory), for liquidated
damages. Such liquidated damages shall be computed with respect to each individual laborer or
mechanic, including watchmen and guards, employed in violation of the clause set forth in
paragraph (1.) of this section, in the sum of $10 for each calendar day on which such individual
13
was required or permitted to work in excess of the standard workweek of forty hours without
payment of the overtime wages required by the clause set forth in paragraph (1.) of this section.
3. Withholding for unpaid wages and liquidated damages. The FHWA or the contacting
agency shall upon its own action or upon written request of an authorized representative of the
Department of Labor withhold or cause to be withheld, from any moneys payable on account of
work performed by the contractor or subcontractor under any such contract or any other Federal
contract with the same prime contractor, or any other federally -assisted contract subject to the
Contract Work Hours and Safety Standards Act, which is held by the same prime contractor,
such sums as may be determined to be necessary to satisfy any liabilities of such contractor or
subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in
paragraph (2.) of this section.
4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses
set forth in paragraph (1.) through (4.) of this section and also a clause requiring the
subcontractors to include these clauses in any lower tier subcontracts. The prime contractor
shall be responsible for compliance by any subcontractor or lower tier subcontractor with the
clauses set forth in paragraphs (1.) through (4.) of this section.
VI. SUBLETTING OR ASSIGNING THE CONTRACT
This provision is applicable to all Federal -aid construction contracts on the National Highway
System.
1. The contractor shall perform with its own organization contract work amounting to not less
than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total
original contract price, excluding any specialty items designated by the contracting agency.
Specialty items may be performed by subcontract and the amount of any such specialty items
performed may be deducted from the total original contract price before computing the amount
of work required to be performed by the contractor's own organization (23 CFR 635.116).
a. The term "perform work with its own organization" refers to workers employed or leased by
the prime contractor, and equipment owned or rented by the prime contractor, with or without
operators. Such term does not include employees or equipment of a subcontractor or lower tier
subcontractor, agents of the prime contractor, or any other assignees. The term may include
payments for the costs of hiring leased employees from an employee leasing firm meeting all
relevant Federal and State regulatory requirements. Leased employees may only be included
in this term if the prime contractor meets all of the following conditions:
(1) the prime contractor maintains control over the supervision of the day-to-day activities of
the teased 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
14
(4) the prime contractor remains ultimately responsible for the payment of predetermined
minimum wages, the submission of payrolls, statements of compliance and all other Federal
regulatory requirements.
b. "Specialty Items" shall be construed to be limited to work that requires highly specialized
knowledge, abilities, or equipment not ordinarily available in the type of contracting
organizations qualified and expected to bid or propose on the contract as a whole and in
general are to be limited to minor components of the overall contract.
2. The contract amount upon which the requirements set forth in paragraph (1) of Section VI is
computed includes the cost of material and manufactured products which are to be purchased
or produced by the contractor under the contract provisions.
3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by
the firm, has full authority to direct performance of the work in accordance with the contract
requirements, and is in charge of all construction operations (regardless of who performs the
work) and (b) such other of its own organizational resources (supervision, management, and
engineering services) as the contracting officer determines is necessary to assure the
performance of the contract.
4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the
written consent of the contracting officer, or authorized representative, and such consent when
given shall not be construed to relieve the contractor of any responsibility for the fulfillment of
the contract. Written consent will be given only after the contracting agency has assured that
each subcontract is evidenced in writing and that it contains all pertinent provisions and
requirements of the prime contract.
5. The 30% self -performance requirement of paragraph (1) is not applicable to design -build
contracts; however, contracting agencies may establish their own self -performance
requirements.
VII. SAFETY: ACCIDENT PREVENTION
This provision is 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),
15
3, Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of tabor 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).
Vtll. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS
This provision is 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.
16
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
17
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.
In. 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
(hLtos://www.epls.-govl), which is compiled by the General Services Administration.
i. Nothing contained in the foregoing shall be construed to require the establishment of a
system of records in order to render in good faith the certification required by this clause. The
knowledge and information of the prospective participant is not required to exceed that which is
normally possessed by a prudent person in the ordinary course of business dealings.
j. Except for transactions authorized under paragraph (f) of these instructions, if a participant
in a covered transaction knowingly enters into a lower tier covered transaction with a person
who is suspended, debarred, ineligible, or voluntarily excluded from participation in this
transaction, in addition to other remedies available to the Federal Government, the department
or agency may terminate this transaction for cause or default.
2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion
— First Tier Participants:
a. The prospective first tier participant certifies to the best of its knowledge and belief, that it
and its principals:
(1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or
voluntarily excluded from participating in covered transactions by any Federal department or
agency;
18
(2) Have not within a three-year period preceding this proposal been convicted of or had a
civil judgment rendered against them for commission of fraud or a criminal offense in connection
with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction
or contract under a public transaction; violation of Federal or State antitrust statutes or
commission of embezzlement, theft, forgery, bribery, falsification or destruction of records,
making false statements, or receiving stolen property;
(8) Are not presently indicted for or otherwise criminally or civilly charged by a governmental
entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph
(a)(2) of this certification; and
(4) Have not within a three-year period preceding this application/proposal had one or more
public transactions (Federal, State or local) terminated for cause or default.
b. Where the prospective participant is unable to certify to any of the statements in this
certification, such prospective participant shall attach an explanation to this proposal.
2. Instructions for Certification - Lower Tier Participants,
(Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior
FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200)
a. By signing and submitting this proposal, the prospective lower tier is providing the
certification set out below.
b. The certification in this clause is a material representation of fact upon which reliance was
placed when this transaction was entered into. If it is later determined that the prospective lower
tier participant knowingly rendered an erroneous certification, in addition to other remedies
available to the Federal Government, the department, or agency with which this transaction
originated may pursue available remedies, including suspension and/or debarment.
c. The prospective lower tier participant shall provide immediate written notice to the person
to which this proposal is submitted if at any time the prospective lower tier participant learns that
its certification was erroneous by reason of changed circumstances.
d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant,"
"person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR
Parts 180 and 1200. You may contact the person to which this proposal is submitted for
assistance in obtaining a copy of those regulations. "First Tier Covered Transactions" refers to
any covered transaction between a grantee or subgrantee of Federal funds and a participant
(such as the prime or general contract). "Lower Tier Covered Transactions' refers to any
covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier
Participant" refers to the participant who has entered into a covered transaction with a grantee
or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier
Participant" refers any participant who has entered into a covered transaction with a First Tier
Participant or other Lower Tier Participants (such as subcontractors and suppliers).
e. The prospective lower tier participant agrees by submitting this proposal that, should the
proposed covered transaction be entered into, it shall not knowingly enter into any lower tier
covered transaction with a person who is debarred, suspended, declared ineligible, or
19
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
(https://www.epts.gov/), which is compiled by the General Services Administration.
h. Nothing contained in the foregoing shall be construed to require establishment of a system
of records in order to render in good faith the certification required by this clause. The
knowledge and information of participant is not required to exceed that which is normally
possessed by a prudent person in the ordinary course of business dealings.
i. Except for transactions authorized under paragraph e of these instructions, if a participant in
a covered transaction knowingly enters into a lower tier covered transaction with a person who
is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction,
in addition to other remedies available to the Federal Government, the department or agency
with which this transaction originated may pursue available remedies, including suspension
and/or debarment.
Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion --
Lower Tier Participants:
1. The prospective lower tier participant certifies, by submission of this proposal, that neither it
nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible,
or voluntarily excluded from participating in covered transactions by any Federal department or
agency.
2. Where the prospective lower tier participant is unable to certify to any of the statements in
this certification, such prospective participant shall attach an explanation to this proposal.
20
XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING
This provision is applicable to all Federal -aid construction contracts and to all related
subcontracts which exceed $100,000 (49 CFR 20),
1. The prospective participant certifies, by signing and submitting this bid or proposal, to the
best of his or her knowledge and belief, that:
a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the
undersigned, to any person for influencing or attempting to influence an officer or employee of
any Federal agency, a Member of Congress, an officer or employee of Congress, or an
employee of a Member of Congress in connection with the awarding of any Federal contract,
the making of any Federal grant, the making of any Federal loan, the entering into of any
cooperative agreement, and the extension, continuation, renewal, amendment, or modification
of any Federal contract, grant, loan, or cooperative agreement.
b. If any funds other than Federal appropriated funds have been paid or will be paid to any
person for influencing or attempting to influence an officer or employee of any Federal agency, a
Member of Congress, an officer or employee of Congress, or an employee of a Member of
Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the
undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report
Lobbying," in accordance with its instructions.
2. This certification is a material representation of fact upon which reliance was placed when
this transaction was made or entered into. Submission of this certification is a prerequisite for
making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file
the required certification shall be subject to a civil penalty of not less than $10,000 and not more
than $10.0,000 for each such failure.
3. The prospective participant also agrees by submitting its bid or proposal that the participant
shall require that the language of this certification be included in all lower tier subcontracts,
which exceed $100,000 and that all such recipients shall certify and disclose accordingly.
21
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.
22
AMENDMENT
REQUIRED CONTRACT PROVISIONS
(Exclusive of Appalachian Contracts)
FEDERAL -AID CONSTRUCTION CONTRACTS
The Federal —Aid provisions are supplemented with the following:
XII, Cargo Preference Act
1. U.S. Department of Transportation Federal Highway Administration memorandum dated
December 11, 2015 requires that all federal -aid highway programs awarded after February.
15, 2016 must comply with the Cargo Preference Act and its regulation of 46 CFR 381.7
(a)-(b)-
Amendment to Form FHWA 1273
Revised January 25, 2016
City of Federal Way
Contract Provisions
Variable Lane Use Control
Project #213 / RFB #20-002
PREVAILING WAGES AND BENEFIT CODE KEY
"General Decision Number: WA20200001 03/13/2020
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 $10.80 per hour (or the applicable wage
rate listed on this wage determination, if it is higher) for
all hours spent performing on the contract in calendar year
2020. If this contract is covered by the EO and a
classification considered necessary for performance of work on
the contract does not appear on this wage determination, the
contractor must pay workers in that classification at least the
wage rate determined through the conformance process set forth
in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate,if it is
higher than the conformed wage rate). The EO minimum wage rate
will be adjusted annually. Please note that this EO applies to
the above -mentioned types of contracts entered into by the
federal government that are subject to the Davis -Bacon Act
itself, but it does not apply to contracts subject only to the
Davis -Bacon Related Acts, including those set forth at 29 CFR
5.1(a)(2)-(60). Additional information on contractor
requirements and worker protections under the EO is available
at www.dol.gov/whd/govcontracts.
Modification Number
Publication Date
0
01/03/2020
1
02/14/2020
2
02/28/2020
3
03/06/2020
4
03/13/2020
1 1 P a g e
WA20200001 Modification 4
Federal Wage Determinations for Highway Construction
2
CARP0003-006 06/01/2018
SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT,
LEWIS(Piledriver only), PACIFIC (-South of a straight line made
by extending the north boundary line of Wahkiakum County west
to Willapa Bay to the Pacific Ocean), SKAMANIA, and WAHKIAKUM
Counties.
Rates Fringes
Carpenters:
CARPENTERS ..................$ 37.64 16.83
DIVERS TENDERS .............. $ 43.73 16.83
DIVERS ........................ $ 87.73 16.83
DRYWALL ............. ........$ 37.64 16.83
MILLWRIGHTS .................. $ 38.17 16.83
PILEDRIVERS ...............:.$ 38.71 16.83
DEPTH PAY:
50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET
101 TO 150 FEET $1.50 PER FOOT OVER 101 FEET
151 TO 200 FEET $2.00 PER FOOT OVER 151 FEET
Zone Differential (Add up Zone 1 rates):
Zone 2 - $0.85
Zone 3 - 1.25
Zone 4 - 1.70
Zone 5 - 2.00
Zone 6 - 3.00
BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND
VANCOUVER, (NOTE: All dispatches for Washington State
Counties: Cowlitz, Wahkiakum and Pacific shall be from
Longview Local #1707 and mileage shall be computed from
that point.)
ZONE 1: Projects located within 30 miles of the respective
city hall of the above mentioned cities
ZONE 2: Projects located more than 30 miles and less than 40
miles of the respective city of the above mentioned cities
ZONE 3: Projects located more than 40 miles and less than 50
miles of the respective city of the above mentioned cities
ZONE 4: Projects located more than 50 miles and less than 60
miles of the respective city of the above mentioned cities.
ZONE 5: Projects located more than 60 miles and less than 70
miles of the respective city of the above mentioned cities
ZONE 6: Projects located more than 70 miles of the respected
city of the above mentioned cities
2 1 P a g e
WA20200001 Modification 4
Federal Wage Determinations for Highway Construction
_P 3
CARP0030-004 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
Rates Fringes
CARPENTER
BRIDGE CARPENTERS ............
$ 45.92
16.52
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
Olympia
Bellingham
Auburn
Bremerton
Anacortes
Renton
Shelton
Yakima
Aberdeen-Hoquiam
Tacoma
Wenatchee
Ellensburg
Everett
Port Angeles
Centralia
Mount Vernon
Sunnyside
Chelan
Pt. Townsend
Zone Pay:
0
-25
radius
miles
Free
26-35
radius
miles
$1.00/hour
36-45
radius
miles
$1.15/hour
46-55
radius
miles
$1.35/hour
Over
55 radius
miles
$1.55/hour
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT
AND PILEDRIVER ONLY)
Hourly Zone Pay shall be computed from Seattle Union Hall,
Tacoma City center, and Everett City center
Zone Pay:
0 -25 radius miles Free
26-45 radius miles $ .70/hour
Over 45 radius miles $1.50/hour
31Page
WA20200001 Modification 4
Federal Wage Determinations for Highway Construction
..- a .-, 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...__ ........... 4$ 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 4
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 rage
WA20200001 Modification 4
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
Olympia
Bellingham
Auburn
Bremerton
Anacortes
Renton
Shelton
Yakima
Aberdeen-Hoquiam
Tacoma
Wenatchee
Ellensburg
Everett
Port Angeles
Centralia
Mount Vernon
Sunnyside
Chelan
Pt. Townsend
Zone Pay:
0
-25
radius
miles
Free
26-35
radius
miles
$1.00/hour
36-45
radius
miles
$1.15/hour
46-55
radius
miles
$1.35/hour
Over
55 radius
miles
$1.55/hour
61Page
WA2O2O0001 Modification 4
Federal Wage Determinations for Highway Construction
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 $1.50/hour
* ELEC0046-001 02/03/2020
CALLAM, JEFFERSON, KING AND KITSAP COUNTIES
Rates
Fringes
CABLE SPLICER ....................$ 59.91
3%+21.46
ELECTRICIAN ......................$ 57.51
3%+22.06
------------------------------------------------------------
* 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 $9.00/hour
*These are not miles driven. Zones are based
on Delorrne
Street Atlas USA 2006 plus.
ELECO048-029 01/01/2020
COWLITZ AND WAHKIAKUM COUNTY
Rates Fringes
CABLE SPLICER .................,..$ 44.22 21.50
ELECTRICIAN ...................,..._.$ 47.85 24.41
7 1 P a g e
WA20200001 Modification 4
Federal Wage Determinations for Highway Construction
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 08/31/2018
GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON
COUNTIES
Rates Fringes
CABLE SPLICER ....................$ 48.06 23.23
ELECTRICIAN ......................$ 43.69 23.10
ELECO112-005 06/01/2019
ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA
WALLA, YAKIMA COUNTIES
Rates Fringes
CABLE SPLICER. ...................$ 48.35 21.13
ELECTRICIAN.......- - ..........$ 46.05 21.06
ELECO191-003 06/01/2019
ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES
Rates Fringes
CABLE SPLICER ....................$ 44.23 17.73
ELECTRICIAN ........... ........... $ 46.45 23.66
ELECO191-004 06/01/2018
CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES
Rates Fringes
CABLE SPLICER ............. ....... $ 40.82 17.63
ELECTRICIAN ......................$ 42.45 21.34
--------------------------------------------------
81 Pa-,e
WA20200001 Modification 4
Federal Wage Determinations for Highway Construction
* ENGI0302-003 06/01/2019
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...................$ 46.78
21.22
Group 1AA..................$ 47.46
21.22
Group 1AAA.................$ 48.14
21.22
Group 1.......... ........... $ 46.09
21.22
Group 2.....................$ 45.50
21.22
Group 3.....................$ 44.98
21.22
Group 4.....................$ 42.10
21.22
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 4
Federal Wage Determinations for Highway Construction
9
9 1 P a g e
10
GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft
of boom (including jib with attachments); Crane -overhead,
bridge type, 45 tons thru 99 tons; Derricks on building
work; Excavator, shovel, backhoes over 3 yards and under 6
yards; Hard tail end dump articulating off -road equipment
45 yards and over; Loader- overhead 6 yards to, but not
including 8 yards; Mucking machine, mole, tunnel, drill
and/or shield; Quad 9, HD 41, D-10; Remote control operator
on rubber tired earth moving equipment; Rollagon;
Scrapers -self propelled 45 yards and over; Slipform pavers;
Transporters, all truck or track type
GROUP 2 - Barrier machine (zipper); Batch Plant Operaor-
Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with
attachments; Crane -overhead, bridge type-20 tons through 44
tons; Chipper; Concrete Pump -truck mount with boom
attachment; Crusher; Deck Engineer/Deck Winches (power);
Drilling machine; Excavator, shovel, backhoe-3yards and
under; Finishing Machine, Bidwell, Gamaco and similar
equipment; Guardrail punch; Horizontal/directional drill
operator; Loaders -overhead under 6 yards; Loaders -plant
feed; Locomotives -all; Mechanics -all; Mixers -asphalt plant;
Motor patrol graders -finishing; Piledriver (other than
crane mount); Roto-mill,roto-grinder; Screedman, spreader,
topside operator-Blaw Knox, Cedar Rapids, Jaeger,
Caterpillar, Barbar Green; Scraper -self propelled, hard
tail end dump, articulating off -road equipment -under 45
yards; Subgrade trimmer; Tractors, backhoes-over 75 hp;
Transfer material service machine -shuttle buggy, blaw
knox-roadtec; Truck crane oiler/driver-100 tons and over;
Truck Mount portable conveyor; Yo Yo Pay dozer
GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments;
A -frame crane over 10 tons; Drill oilers -auger type, truck
or crane mount; Dozers-D-9 and under; Forklift-3000 lbs.
and over with attachments; Horizontal/directional drill
locator; Outside hoists -(elevators and manlifts), air
tuggers, strato tower bucket elevators; Hydralifts/boom
trucks over 10 tons; Loader -elevating type, belt; Motor
patrol grader-nonfinishing; Plant oiler- asphalt, crusher;
Pumps -concrete; Roller, plant mix or multi -lift materials;
Saws -concrete; Scrpers-concrete and carry -all; Service
engineer -equipment; Trenching machines; Truck Crane
Oiler/Driver under 100 tons; Tractors, backhoe 75 hp and
under
GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor;
Concrete finish mahine-laser screed; Cranes -A frame-10 tons
and under; Elevator and Manlift-permanent or shaft type;
Gradechecker, Stakehop; Forklifts under 3000 lbs. with
attachments; Hydralifts/boom trucks, 10 tons and under; Oil
distributors, blower distribution and mulch seeding
operator; Pavement breaker; Posthole digger, mechanical;
Power plant; Pumps, water; Rigger and Bellman; Roller -other
than plant mix; Wheel Tractors, farmall type;
Shotcrete/gunite equipment operator
101Pa
WA20200001 Modification 4
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
111 Page
WA2O2OOOO1 Modification 4
Federal Wage Determinations for Highway Construction
12
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors
(under 2000 CFM, gas, diesel, or electric power); Deck
Hand; Fireman & Heater Tender; Hydro -seeder, Mulcher,
Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine;
Pumpman; Rollers, all types on subgrade, including seal and
chip coatings (farm type, Case, John Deere & similar, or
Compacting Vibrator), except when pulled by Dozer with
operable blade; Welding Machine; Crane Oiler -Driver (CLD
required) & Cable Tender, Mucking Machine
GROUP 2: A -frame Truck (single drum); Assistant Refrigeration
Plant (under 1000 ton); Assistant Plant Operator, Fireman
or Pugmixer (asphalt); Bagley or Stationary Scraper; Belt
Finishing Machine; Blower Operator (cement); Cement Hog;
Compressor (2000 CFM or over, 2 or more, gas diesel or
electric power); Concrete Saw (multiple cut); Distributor
Leverman; Ditch Witch or similar; Elevator Hoisting
Materials; Dope Pots (power agitated); Fork Lift or Lumber
Stacker, hydra -lift & similar; Gin Trucks (pipeline);
Hoist, single drum; Loaders (bucket elevators and
conveyors); Longitudinal Float; Mixer (portable -concrete);
Pavement Breaker, Hydra -Hammer & similar; Power Broom;
Railroad Ballast Regulation Operator (self-propelled);
Railroad Power Tamper Operator (self-propelled); Railroad
Tamper Jack Operator (self-propelled; Spray Curing Machine
(concrete); Spreader Box (self-propelled); Straddle Buggy
(Ross & similar on construction job only); Tractor (Farm
type R/T with attachment, except Backhoe); Tugger Operator
GROUP 3: A -frame Truck (2 or more drums); Assistant
Refrigeration Plant & Chiller Operator (over 1000 ton);
Backfillers (Cleveland & similar); Batch Plant & Wet Mix
Operator, single unit (concrete); Belt -Crete Conveyors with
power pack or similar; Belt Loader (Kocal or similar);
Bending Machine; Bob Cat (Skid Steer); Boring Machine
(earth); Boring Machine (rock under 8 inch bit) (Quarry
Master, Joy or similar); Bump Cutter (Wayne, Saginau or
similar); Canal Lining Machine (concrete); Chipper (without
crane); Cleaning & Doping Machine (pipeline); Deck
Engineer; Elevating Belt -type Loader (Euclid, Barber Green
& similar); Elevating Grader -type Loader (Dumor, Adams or
similar); Generator Plant Engineers (diesel or electric);
Gunnite Combination Mixer & Compressor; Locomotive
Engineer; Mixermobile; Mucking Machine; Posthole Auger or
Punch; Pump (grout or jet); Soil Stabilizer (P & H or
similar); Spreader Machine; Dozer/Tractor (up to D-6 or
equivalent) and Traxcavator; Traverse Finish Machine;
Turnhead Operator
121P
WA20200001 Modification 4
Federal Wage Determinations for Highway Construction
113
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 P age
WA20200001 Modification 4
Federal Wage Determinations for Highway Construction
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 $1.00 an hour above classification.
l
ENGI0612-001 09/28/2018
PIERCE County
ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH
GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS.
ON ALL OTHER WORK, THE FOLLOWING RATES APPLY.
Zone 1 (0-25 radius miles):
Rates Fringes
POWER EQUIPMENT OPERATOR
GROUP
1A...................$
44.44
19.97
GROUP
lAA..................$
45.09
19.97
GROUP
1AAA.................$
45.73
19.97
GROUP
1.............._.,$
43.79
19.97
GROUP
2.....................$
43.23
19.97
GROUP
3.....................$
42.74
19.97
GROUP
4.....................$
40.01
19.97
141Page
WA20200001 Modification 4
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
151 Page
WA20200001 Modification 4
Federal Wage Determinations for Highway Construction
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 $2.00 per hour.
161Pabe
WA20200001 Modification 4
Federal Wage Determinations for Highway Construction
ENGI0612-012 09/28/2018
LEWIS, PACIFIC (portion lying north of a parallel line
extending west from the northern boundary of Wahkaikum County
to the sea) AND THURSTON COUNTIES
ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH
GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS.
ON ALL OTHER WORK, THE FOLLOWING RATES APPLY.
Zone 1 (0-25 radius miles):
Rates Fringes
POWER EQUIPMENT OPERATOR
GROUP
1A...................$
44.44
19.97
GROUP
1AA..................$
45.09
19.97
GROUP
1AAA.................$
45.73
19.97
GROUP
1.....................$
43.79
19.97
GROUP
2.....................$
43.23
19.97
GROUP
3.....................$
42.74
19.97
GROUP
4............ 6.6......
$ 40.01
19.97
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
WA20200001 Modification 4
Federal Wage Determinations for Highway Construction
1 17
171 P a o e
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.
Marine projects (docks, wharfs, etc.) less than $150,000.
181P a gc
WA20200001 Modification 4
Federal Wage Determinations for Highway Construction
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.
191PC9F,
WA20200001 Modification 4
Federal Wage Determinations for Highway Construction
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 (2001) boom or less (including jib,
inserts and/or attachments); Crane, ninety (90) ton through
one hundred ninety nine (199) ton with over two hundred
(200') boom Including jib, inserts and/or attachments);
Crane, Tower Crane with one hundred seventy five foot
(175') tower or less and with less than two hundred foot
(200') jib; Crane, Whirley ninety (90) ton and over;
Helicopter when used in erecting work
Group 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 (300) ton through three hundred ninety nine (399)
ton; Crane, Tower Crane with over one hundred seventy five
foot (175') tower or over two hundred foot (200') jib;
Crane, tower Crane on rail system or 2nd tower or more in
work radius
WA20200001 Modification 4
Federal Wage Determinations for Highway Construction
20
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 (1501) 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 4
Federal Wage Determinations for Highway Construction
:. 2 2
Group 4
Asphalt, Screed; Asphalt Paver; Asphalt Roto-Mill, pavement
profiler, under eight foot (8') lateral cut; Asphalt,
Material Transfer Vehicle Operator; Back Filling Machine;
Backhoe, Robotic, track and wheel type up to and including
twenty thousand (20,000) lbs. with any attachments; Blade
(any type); Boatman; Boring Machine; Bulldozer over twenty
thousand (20,000) lbs. and more than one hundred (100)
horse up to seventy thousand (70,000) lbs.; Cable -Plow (any
type); Cableway up to twenty five (25) ton; Cat Drill (John
Henry); Chippers; Compactor, multi -engine; Compactor,
Robotic; Compactor with blade self-propelled; Concrete,
Breaker; Concrete, Grout Plant; Concrete, Mixer Mobile;
Concrete, Paving Road Mixer; Concrete, Reinforced Tank
Banding Machine; Crane, Boom Truck twenty (20) ton and
under fifty (50) ton; Crane, Bridge Locomotive, Gantry and
Overhead; Crane, Carry Deck; Crane, Chicago Boom and
similar types; Crane, Derrick Operator, under one hundred
(100) ton; Crane, Floating Clamshell, Dragline, etc.
Operator, under three (3) cu. yds. Or less than thirty (30)
ton; Crane, under fifty (50) ton; Crane, Quick Tower under
one hundred foot (100') in height and less than one hundred
fifty foot (150') jib (on rail included); Diesel -Electric
Engineer (Plant or Floating); Directional Drill over twenty
thousand (20,000) lbs. pullback; Drill Cat Operator; Drill
Doctor and/or Bit Grinder; Driller, Percussion, Diamond,
Core, Cable, Rotary and similar type; Excavator Operator
over twenty thousand (20,000) lbs. through eighty thousand
(80,000) lbs.; Generator Operator; Grade -all; Guardrail
Machines, i.e. punch, auger, etc.; Hammer Operator
(Piledriver); Hoist, stiff leg, guy derrick or similar
type, fifty (50) ton and over; Hoist, two (2) drums or
more; Hydro Axe (loader mounted or similar type); Jack
Operator, Elevating Barges, Barge Operator, self -unloading;
Loader Operator, front end and overhead, twenty five
thousand (25,000) lbs. and less than sixty thousand
(60,000) lbs.; Log Skidders; Piledriver Operator (not crane
type); Pipe, Bending, Cleaning, Doping and Wrapping
Machines; Rail, Ballast Tamper Multi -Purpose; Rubber -tired
Dozers and Pushers; Scraper, all types; Side -Boom; Skip
Loader, Drag Box; Strump Grinder (loader mounted or similar
type); Surface Heater and Planer; Tractor, rubber -tired,
over fifty (50) HP Flywheel; Trenching Machine three foot
(3') depth and deeper; Tub Grinder (used for wood debris);
Tunnel Boring Machine Mechanic; Tunnel, Mucking Machine;
Ultra High Pressure Water Jet Cutting Tool System Operator;
Vacuum Blasting Machine Operator; Water pulls, Water wagons
22 1 P e
WA20200001 Modification 4
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, Pomp; 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
231 Page
WA20200001 Modification 4
Federal Wage Determinations for Highway Construction
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
IRONWORKER ....................... $ 42.35
--------------------------------------
WA20200001 Modification 4
Federal Wage Determinations for Highway Construction
Fringes
29.56
F.124
241Page
1 25
LAB00238-004 06/01/2019
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 1.....................$ 25.84
GROUP 2......................$ 27.94
GROUP 3.................. .$ 28.21
GROUP 4.... .$ 28.48
GROUP 5....................,$ 28.76
LABORER (SPOKANE)
GROUP 1................... ..$ 25;84
GROUP 2.....................$ 27.94
GROUP 3.....................$ 28.21
GROUP 4................... ..$ 28.48
GROUP 5...._.................$ 28.76
Zone Differential (Add to Zone 1 rate): $2.00
BASE POINTS: Spokane, Pasco, Lewiston
Fringes
13.00
13.00
13.00
13.00
13.00
13.00
13.00
13.00
13.00
13.00
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
251 Page
WA20200001 Modification 4
Federal Wage Determinations for Highway Construction
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)
261P,g)e
WA20200001 Modification 4
Federal Wage Determinations for Highway Construction
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 06/01/2019
KING COUNTY
Rates Fringes
LABORER
GROUP 1............. ....... ..:$ 27.10
11.94
GROUP 2A....................$ 31.03
11.94
GROUP 3.....................$ 38.78
11.94
GROUP 4— .................. $ 39.72
11.94
GROUP 5............ ......... $ 40.36
11.94
Group 6.....................$ 40.36
12.04
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 4
Federal Wage Determinations for Highway Construction
27
2711• a e
28
LABORERS CLASSIFICATIONS
GROUP 1: Landscaping and Planting; Watchman; Window
Washer/Cleaner (detail clean-up, such as but not limited to
cleaning floors, ceilings, walls, windows, etc., prior to
final acceptance by the owner)
GROUP 2A: Batch Weighman; Crusher Feeder; Fence Laborer;
Flagman; Pilot Car
GROUP 3: General Laborer; Air, Gas, or Electric Vibrating
Screed; Asbestos Abatement Laborer; Ballast Regulator
Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter
Tender; Cement Finisher Tender; Change House or Dry Shack;
Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender;
Clean-up Laborer; Concrete Form Stripper; Curing Laborer;
Demolition (wrecking and moving including charred
material); Ditch Digger; Dump Person; Fine Graders;
Firewatch; Form Setter; Gabian Basket Builders; Grout
Machine Tender; Grinders; Guardrail Erector; Hazardous
Waste Worker (Level C: uses a chemical ""splash suit"" and
air purifying respirator); Maintenance Person; Material
Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale
Person; Sloper Sprayer; Signal Person; Stock Piler; Stake
Hopper; Toolroom Man (at job site); Topper-Tailer; Track
Laborer; Truck Spotter; Vinyl Seamer
GROUP 4: Cement Dumper -Paving; Chipping Gun (over 30 lbs.);
Clary Power Spreader; Concrete Dumper/Chute Operator;
Concrete Saw Operator; Drill Operator (hydraulic, diamond,
aiartrac); Faller and Bucker Chain Saw; Grade Checker and
Transit Person; Groutmen (pressure) including post tension
beams; Hazardous Waste Worker (Level B: uses same
respirator protection as Level A. A supplied air line is
provided in conjunction with a chemical ""splash suit'—);
High Scaler; Jackhammer; Laserbeam Operator; Manhole
Builder-Mudman; Nozzleman (concrete pump, green cutter when
using combination of high pressure air and water on
concrete and rock, sandblast, gunite, shotcrete, water
blaster, vacuum blaster); Pavement Breaker; Pipe Layer and
Caulker; Pipe Pot Tender; Pipe Reliner (not insert type);
Pipe Wrapper; Power Jacks; Railroad Spike Puller -Power;
Raker -Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft);
Spreader (concrete); Tamper and Similar electric, air and
glas operated tool; Timber Person -sewer (lagger shorer and
cribber); Track Liner Power; Tugger Operator; Vibrator;
Well Point Laborer
GROUP 5: Caisson Worker; Mortarman and Hodcarrier; Powderman;
Re-Timberman; Hazardous Waste Worker (Level A: utilizes a
fully encapsulated suit with a self-contained breathing
apparatus or a supplied air line).
Group 6: Miner
------------
28 1 P e
WA20200001 Modification 4
Federal Wage Determinations for Highway Construction
LABO0252-010 06/01/2019
CLALLAM, GRAYS HARBOR, JEFFERSON, KITSAP, LEWIS, MASON, PACIFIC
(EXCLUDING SOUTHWEST), PIERCE, AND THURSTON COUNTIES
Rates Fringes
LABORER
GROUP 1.....................$ 27,10 11.94
GROUP 2...... ............... $ 31...03 11.94
GROUP 3.4...................$ 38.78 11.94
GROUP 4.....................$ 39.72 11.94
GROUP 5.....................$ 40.36 11.94
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
WA20200001 Modification 4
Federal Wage Determinations for Highway Construction
29
291Paae
30
GROUP 3: General Laborer; Air, Gas, or Electric Vibrating
Screed; Asbestos Abatement Laborer; Ballast Regulator
Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter
Tender; Cement Finisher Tender; Change House or Dry Shack;
Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender;
Clean-up Laborer; Concrete Form Stripper; Curing Laborer;
Demolition (wrecking and moving including charred
material); Ditch Digger; Dump Person; Fine Graders;
Firewatch; Form Setter; Gabian Basket Builders; Grout
Machine Tender; Grinders; Guardrail Erector; Hazardous
Waste Worker (Level C: uses a chemical ""splash suit"" and
air purifying respirator); Maintenance Person; Material
Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale
Person; Sloper Sprayer; Signal Person; Stock Piler; Stake
Hopper; Toolroom Man (at job site); Topper-Tailer; Track
Laborer; Truck Spotter; Vinyl Seamer
GROUP 4: Cement Dumper -Paving; Chipping Gun (over 30 lbs.);
Clary Power Spreader; Concrete Dumper/Chute Operator;
Concrete Saw Operator; Drill Operator (hydraulic, diamond,
aiartrac); Faller and Bucker Chain Saw; Groutmen (pressure)
including post tension beams; Hazardous Waste Worker (Level
B: uses same respirator protection as Level A. A supplied
air line is provided in conjunction with a chemical ""splash
suit""); Jackhammer; Laserbeam Operator; Manhole
Builder-Mudman; Nozzleman (concrete pump, green cutter when
using combination of high pressure air and water on
concrete and rock, sandblast, gunite, shotcrete, water
blaster, vacuum blaster); Pavement Breaker; Pipe Layer and
Caulker; Pipe Pot Tender; Pipe Reliner (not insert type);
Pipe Wrapper; Power Jacks; Railroad Spike Puller -Power;
Raker -Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft);
Spreader (concrete); Tamper and Similar electric, air and
glas operated tool; Timber Person -sewer (lagger shorer and
cribber); Track Liner Power; Tugger Operator; Vibrator;
Well Point Laborer
GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier;
Grade Checker and Transit Person; High Scaler; Powderman;
Re-Timberman; Hazardous Waste Worker (Level A: utilizes a
fully encapsulated suit with a self-contained breathing
apparatus or a supplied air line).
301Page
WA20200001 Modification 4
Federal Wage Determinations for Highway Construction
31
LABO0292-008 06/01/2019
ISLAND, SAN JUAN, SKAGIT, SNOHOMISH, AND WHATCOM COUNTIES
Rates Fringes
LABORER
GROUP
1................... .$
27.10
11.94
GROUP
2........... ..........
$ 31.03
11.94
GROUP
3............ .........
$ 38.78
11.94
GROUP
4.................._..$
39.72
11.94
GROUP
5.....................•S
40.36
11.94
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
WA2O20OOO1 Modification 4
Federal Wage Determinations for Highway Construction
32
GROUP 3: General Laborer; Air, Gas, or Electric Vibrating
Screed; Asbestos Abatement Laborer; Ballast Regulator
Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter
Tender; Cement Finisher Tender; Change House or Dry Shack;
Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender;
Clean-up Laborer; Concrete Form Stripper; Curing Laborer;
Demolition (wrecking and moving including charred
material); Ditch Digger; Dump Person; Fine Graders;
Firewatch; Form Setter; Gabian Basket Builders; Grout
Machine Tender; Grinders; Guardrail Erector; Hazardous
Waste Worker (Level C: uses a chemical ""splash suit"" and
air purifying respirator); Maintenance Person; Material
Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale
Person; Sloper Sprayer; Signal Person; Stock Piler; Stake
Hopper; Toolroom Man (at job site); Topper-Tailer; Track
Laborer; Truck Spotter; Vinyl Seamer
GROUP 4: Cement Dumper -Paving; Chipping Gun (over 30 lbs.);
Clary Power Spreader; Concrete Dumper/Chute Operator;
Concrete Saw Operator; Drill Operator (hydraulic, diamond,
aiartrac); Faller and Bucker Chain Saw; Grade Checker and
Transit Person; Groutmen (pressure) including post tension
beams; Hazardous Waste Worker (Level B: uses same
respirator protection as Level A. A supplied air line is
provided in conjunction with a chemical ""splash suit"");
High Scaler; Jackhammer; Laserbeam Operator; Manhole
Builder-Mudman; Nozzleman (concrete pump, green cutter when
using combination of high pressure air and water on
concrete and rock, sandblast, gunite, shotcrete, water
blaster, vacuum blaster); Pavement Breaker; Pipe Layer and
Caulker; Pipe Pot Tender; Pipe Reliner (not insert type);
Pipe Wrapper; Power Jacks; Railroad Spike Puller -Power;
Raker -Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft);
Spreader (concrete); Tamper and Similar electric, air and
glas operated tool; Timber Person -sewer (lagger shorer and
cribber); Track Liner Power; Tugger Operator; Vibrator;
Well Point Laborer
GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier;
Powderman; Re-Timberman; Hazardous Waste Worker (Level A:
utilizes a fully encapsulated suit with a self-contained
breathing apparatus or a supplied air line).
32 1 P a e
WA20200001 Modification 4
Federal Wage Determinations for Highway Construction
33
LAB00335-001 06/01/2018
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
Laborers:
ZONE 1:
GROUP 1.....................$
GROUP 2.....................$
GROUP 3....................$
GROUP 4....................$
GROUP 5.....................$
GROUP 6....................$
GROUP 7.... ................ $
Rates Fringes
31.72
11.49
32.38
11.49
32.87
11.49
33.29
11.49
28.98
11.49
26.31
11.49
22.78
11.49
Zone Differential (Add to Zone 1 rates):
Zone 2 $ 0.65
Zone 3 - 1.15
Zone 4 - 1.70
Zone 5 - 2.75
BASE POINTS: LONGVIEW AND VANCOUVER
ZONE 1: Projects within 30 miles
ZONE 2: More than 30 miles but
respective city hall.
ZONE 3: More than 40 miles but
respective city hall.
ZONE 4: More than 50 miles but
respective city hall.
of the respective city all.
less than 40 miles from the
less than 50 miles from the
less than 80 miles from the
ZONE 5: More than 80 miles from the respective city hall.
LABORERS CLASSIFICATIONS
GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch
Weighman; Broomers; Brush Burners and Cutters; Car and
Truck Loaders; Carpenter Tender; Change -House Man or Dry
Shack Man; Choker Setter; Clean-up Laborers; Curing,
Concrete; Demolition, Wrecking and Moving Laborers;
Dumpers, road oiling crew; Dumpmen (for grading crew);
Elevator Feeders; Median Rail Reference Post, Guide Post,
Right of Way Marker; Fine Graders; Fire Watch; Form
Strippers (not swinging stages); General Laborers;
Hazardous Waste Worker; Leverman or Aggregate Spreader
(Flaherty and similar types); Loading Spotters; Material
Yard Man (including electrical); Pittsburgh Chipper
Operator or Similar Types; Railroad Track Laborers; Ribbon
Setters (including steel forms); Rip Rap Man (hand placed);
Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers;
Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring;
Timber Faller and Bucker (hand labor); Toolroom Man (at job
site); Tunnel Bullgang (above ground); Weight -Man- Crusher
(aggregate when used)
331Page
WA20200001 Modification 4
Federal Wage Determinations for Highway Construction
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 06/01/2018
Rates Fringes
Hod Carrier ......................$ 31.72 11.49
341 Page
WA20200001 Modification 4
Federal Wage Determinations for Highway Construction
LAB00348-003 06/01/2019
CHELAN, DOUGLAS (W OF 12TH MERIDIAN), KITTITAS, AND YAKIMA
COUNTIES
Rates Fringes
LABORER
GROUP 1........................$ 23.12 11.94
GROUP 2...................:�,:-�$ 26.51 11.94
GROUP 3...... ................. $ 29.01 11.94
GROUP 4.....................$ 29.7l 11.94
GROUP 5.....................$ 30.22 11.94
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
WA20200001 Modification 4
Federal Wage Determinations for Highway Construction
35
351 Page
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).
361 Page
WA20200001 Modification 4
Federal Wage Determinations for Highway Construction
1 37
PAIN0005-002 07/01/2019
STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH),
SKAMANIA, AND WAHKIAKUM COUNTIES
Rates Fringes
Painters:
STRIPERS ....................$ 31.61 16.07
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
*$.70 shall be paid over and above the basic wage rates
listed for work on swing stages and high work of over 30
feet.
371Page
WA20200001 Modification 4
Federal Wage Determinations for Highway Construction
10 a = e 1 38
PAIN0055-003 07/01/2019
CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM
COUNTIES
Rates Fringes
PAINTER
Brush & Roller ..............$ 25.14 12.90
Spray and Sandblasting ...... $ 25.14 12.90
All high work over 60 ft. = base rate + $0.75
PAIN0055-006 07/01/2019
CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES
Rates Fringes
Painters:
HIGHWAY & PARKING LOT
STRIPER .....................$ 35.45 12.56
PLAS0072-004 06/01/2019
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
CEMENT MASON/CONCRETE FINISHER
ZONE 1..... .............$ 30.21 14.93
Zone Differential (Add to Zone 1 rate): Zone 2 -- $2.00
BASE POINTS: Spokane, Pasco, Lewiston; Wenatchee
Zone 1: 0 - 45 radius miles from the main post office
Zone 2: Over 45 radius miles from the main post office
381 Page
WA20200001 Modification 4
Federal Wage Determinations for Highway Construction
.., ... 3 9
PLAS0528-001 06/01/2019
CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING,
KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT,
SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES
Rates Fringes
CEMENT MASON
CEMENT MASON ................$ 44.43 18.04
COMPOSITION, TROWEL
MACHINE, GRINDER, POWER
TOOLS, GUNNITE NOZZLE ....... $ 44.93 18.04
TROWELING MACHINE OPERATOR
ON COMPOSITION ..............$ 44.93 18.04
PLAS0555-002 07/01/2019
CLARK, KLICKITAT AND SKAMANIA COUNTIES
ZONE 1:
Rates
Fringes
CEMENT MASON
CEMENT MASONS DOING BOTH
COMPOSITION/POWER
MACHINERY AND
SUSPENDED/HANGING SCAFFOLD..$
37.32
18.77
CEMENT MASONS ON
SUSPENDED, SWINGING AND/OR
HANGING SCAFFOLD ............
$ 36.58
18.77
CEMENT MASONS ...............$
35.85
18.77
COMPOSITION WORKERS AND
POWER MACHINERY OPERATORS...$
36.58
18.77
Zone Differential (Add To Zone 1 Rates):
Zone
2 -
$0.65
Zone
3 -
1.15
Zone
4 -
1.70
Zone
5 -
3.00
BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND,
SALEM, THE DALLES, VANCOUVER
ZONE 1: Projects within 30 miles of the respective city hall
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall
391 Page
WA20200001 Modification 4
Federal Wage Determinations for Highway Construction
140
TEAM0037-002 06/01/2019
CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line
made by extending the north boundary line of Wahkiakum County
west to the Pacific Ocean), SKAMANIA, AND WAHKIAKUM COUNTIES
Rates
Truck drivers:
ZONE 1
GROUP 1— .................. 29.08
GROUP 2....................$ 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 1: Projects within 30 miles of the respective city
hall.
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall.
TRUCK DRIVERS CLASSIFICATIONS
GROUP 1: A Frame or Hydra lifrt truck w/load bearing
surface; Articulated Dump Truck; Battery Rebuilders; Bus or
Manhaul Driver; Concrete Buggies (power operated); Concrete
Pump Truck; Dump Trucks, side, end and bottom dumps,
including Semi Trucks and Trains or combinations there of:
up to and including 10 cu. yds.; Lift Jitneys, Fork Lifts
(all sizes in loading, unloading and transporting material
on job site); Loader and/or Leverman on Concrete Dry Batch
Plant (manually operated); Pilot Car; Pickup Truck; Solo
Flat Bed and misc. Body Trucks, 0-10 tons; Truck Tender;
Truck Mechanic Tender; Water Wagons (rated capacity) up to
3,000 gallons; Transit Mix and Wet or Dry Mix - 5 cu. yds.
and under; Lubrication Man, Fuel Truck Driver, Tireman,
Wash Rack, Steam Cleaner or combinations; Team Driver;
Slurry Truck Driver or Leverman; Tireman
401Page
WA20200001 Modification 4
Federal Wage Determinations for Highway Construction
1 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)
411Pabe
WA20200001 Modification 4
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
Rates Fringes
Truck drivers:
ZONE A:
GROUP 1:.....................$
40.38
20.46
GROUP 2:...................
$ 39.54
20.46
GROUP 3:....................
$ 36.73
20.46
GROUP 4:.,....:............ :$
31.76
20.46
GROUP 5:._ ..............•.:.$
39.93
20.46
ZONE B (25-45 miles from center of listed cities*): Add $.70
per hour to Zone A rates.
ZONE C (over 45 miles from centr of listed cities*): Add
$1.00 per hour to Zone A rates.
*Zone pay will be calculated from the city center of the
following listed cities:
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 4
Federal Wage Determinations for Highway Construction
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 -
encapsulated suit with a self-contained breathing apparatus
or a supplied air line.
------ r ------
43 1 P a g e
WA20200001 Modification 4
Federal Wage Determinations for Highway Construction
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...................i$
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
441 Page
WA20200001 Modification 4
Federal Wage Determinations for Highway Construction
TRUCK DRIVERS CLASSIFICATIONS
GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power
Boat Hauling Employees or Material
GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and
under); Leverperson (loading trucks at bunkers); Trailer
Mounted Hydro Seeder and Mulcher; Seeder & Mulcher;
Stationary Fuel Operator; Tractor (small, rubber -tired,
pulling trailer or similar equipment)
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);
WA20200001 Modification 4
Federal Wage Determinations for Highway Construction
45
451Page
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)).
----------------------------------------------------------------
461Page
WA20200001 Modification 4
Federal Wage Determinations for Highway Construction
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 4
Federal Wage Determinations for Highway Construction
471Page
148
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 4
Federal Wage Determinations for Highway Construction
149
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"
491Page
WA20200001 Modification 4
Federal Wage Determinations for Highway Construction
3/23/2020 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: 04/24/2020
County.
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
Trade
Asbestos Abatement Workers
Boilermakers
;Brick Mason
-Brick Mason
Building Service Employees
Building Service Employees
Building Service Lrnployees
Building Service Employees
Cabinet Makers (In Shop)
Carpenters
;Carpenters
Carpenters
Carpenters
Carpenters
Carpenters
Carpenters
Cement Masons
King Cement Masons
King Cement Masons
King Cement Masons
King
King
King
Cement Masons
Cement Masons
Cement Masons
Job Classification Wage Holiday Overtime No
Journey Level
$50.86
Journey Level
$69.29
Journey Level
$58.82
Pointer -Caulker -Cleaner
$58.82
Janitor
$25.58
Traveling Waxer/Shampooer
$26.03
Window Cleaner (Non -Scaffold)
$29.33
Window Cleaner (Scaffold)
$30.33
Journey Level
$22.74
Acoustical Worker
$62.44
Carpenter
$62.44
Carpenters on Stationary Tools
$62.57
Creosoted Material
$62.54
Floor Finisher
$62.44
Floor Layer
$62.44
Scaffold Erector
$62.44
Application of all Composition
$62.97
Mastic
Application of all Epoxy Material
$62.47
Application of all Plastic
$62.97
Material
Application of Sealing
$62.47
Compound
Application of Underlayment
$62.97
Building General
$62.47
Composition or Kalman Floors
$62.97
5D
5N
5A
5A
5S
5S
5S
5S
7A
7A
7A
7A
7A
7A
7A
7A
7A
7A
1H
1C
1M
1M
2F
2F
2F
2F
1
4C
4C
4C
4C
4C
4C
4C
4U
4U
4U
*Risk
Class
View
View
View
View
View
View
View
View
View
View
View
View
View
View
View
View
View
View
View
7A
4U
View
7A
4U
View
7A
4U
View
7A
4U
View
aboutblank 1/20
3/23/2020
about:blank
King
Cement Masons
Concrete Paving
$62.47
7A
4U
View
King
Cement Masons
Curb Et Gutter Machine
$62.97
7A
4U
View
King
Cement Masons
Curb Et Gutter, Sidewalks
$62.47
7A
4U
View
King
Cement Masons
Curing Concrete
$62.47
7A
4U
View
King
Cement Masons
Finish Colored Concrete
$62.97
7A
4U
View
King
Cement Masons
Floor Grinding
$62.97
7A
4U
View
King
Cement Masons
Floor Grinding/Polisher
$62.47
7A
4U
View
King
Cement Masons
Green Concrete Saw, self-
$62.97
7A
4U
View
powered
King
Cement Masons
Grouting of all Plates
$62.47
7A
4U
View
King
Cement Masons
Grouting of allTilt-up Panels
$62.47
7A
4U
View
King
Cement Masons
Gunite Nozzleman
$62.97,
7A
4U
View
King
Cement Masons
Hand Powered Grinder
$62.97
7A
4U
View
King
Cement Masons
Journey Level
$62.47
7A
4U
View
King
Cement Masons
Patching Concrete
$62.47:
7A
4U
View
King
Cement Masons
Pneumatic Power Tools
$62.97
7A
4U
View
King
Cement Masons
Power Chipping Et Brushing
$62.97
7A
4U
View
King
Cement Masons
Sand Blasting Architectural
$62.97
7A
4U
View
Finish
King
Cement Masons
Screed Et Rodding Machine
$62.97
7A
4U
View
King
Cement Masons
Spackling or Skim Coat
$62.47
7A
4U
View
Concrete
King
Cement Masons
Troweling Machine Operator
$62.97
7A
4U
View
King
Cement Masons
Troweling Machine Operator on
$62.97
7A
4U
View
Colored Slabs
King
Cement Masons
Tunnel Workers
$62.97
7A
4U
View
King
Divers Fr Tenders
Bell/Vehicle or Submersible
$116.20
7A
4C
View
Operator (Not Under Pressure)
King
Divers Et Tenders
Dive Supervisor/Master
$79.23
7A
4C
View
King
Divers Et Tenders
Diver
$116.20
7A
4C
8V View
King
Divers Et Tenders
Diver On Standby
$74.23
7A
4C
View
King
Divers Et Tenders
Diver Tender
$67.31
7A
4C
View
King
Divers Et Tenders
Manifold Operator
$67.31
7A
4C
View
King
Divers & Tenders
Manifold Operator Mixed Gas
$72.31
7A
4C
View
King
Divers Et Tenders
Remote Operated Vehicle
$67.31
7A
4C
View
Operator/Technician
King
Divers Et Tenders
Remote Operated Vehicle
$62.69
7A
4C
View
Tender
King
Dredge Workers
Assistant Engineer
$56.44
5D
3F
View
King
Dredge Workers
Assistant Mate (Deckhand)
$56.00
5D
3F
View
King
Dredge Workers
Boatmen
$56.44
5D
3F
View
King
Dredge Workers
Engineer Welder
$57.51
5D
3F
View
King
Dredge Workers
Leverman, Hydraulic
$58.67
5D
3F
View
King
Dredge Workers
Mates
$56.44
5D
3F
View
about:blank
2/20
3/23/2020
about:blank
King
Dredge Worker's
Oiler
King
Drywall Applicator
Journey Level
King
DrrwallTapers
Journey Level
King
Electrical Fixture MaintenancF_
Journey Level
Workers
King
Electricians - Inside
Cable Splicer
King
Electricians - Inside
Cable Splicer (tunnel)
King
Electri 'ans - Inside
Certified Welder
King
:Electricians - Inside
Certified Welder (tunnel)
King
Electricians - Inside
Construction Stock Person
King
Electricians - Inside
Journey Level
King
Electricians - Inside
Journey Level (tunnel)
King
Electricians - MotorShp
Journey Level
King
Electricians - Powerline
Cable Splicer
Construction
King
Electricians - Powerline
Certified Line Welder
gonstruction
King
Electricians - Powerline
Groundperson
Construction
$56.00
5D
3F
View
$62.44
50
1 H
View
$62.81
5P
1 E
View
$31.99
5L
1 E
View
$87.22
7C
4E
View
$93.74
7C
4E
View
$84.26
7C
4E
View
$90-47
7C
4E
View
$43.18
7C
4E
View
$81.30
7C
4E
View
$87.22
7C
4E
View
$47.53
5A
1 B
View
$82.39
5A
4D
View
$75.64
5A
4D
View
$49.17
5A
4D
View
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 - Powerline
Meter Installer
$49.17
5A
4D
8W
View
Construction
King
Electricians - Powerline
Pole Sprayer
$75.64
5A
4D
View
Construction
King
Electricians - Powerline
Powderperson
$56.49
5A
4D
View
Construction
King
Electronic Technicians
Journey Level
$53.57
7E
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 Cann etc
All Classifications - In -Factory
$18.25
5B
111
View
Products
Work Only
King
Fence Erectors
Fence Erector
$43.11
7A
4V
8Y
View
King
Fence Erectors
Fence Laborer
$43.11
7A
4V
8Y
View
King
Raggers
Journey Level
$43.11
7A
4V
8Y
View
King
Glaziers
Journey Level
$66.51
7L
1Y
View
King
Heat Et Frost Insulators And
Journeyman
$76.61
5J
4H
View
Asbestos Workers
King
Heating Equipment Mechanics
Journey Level
$85.88
7F
1 E
View
King
Hod Carriers Et Mason Tenders
Journey Level
$52.44
7A
4V
8Y
View
King
Industrial Power Vacuum Cleaner Journey Level
$13.50
1
View
abouttlank
3/20
3/23/2020
about:blank
King
Inland Boatmen
Boat Operator
$61.41
5B
1 K
View
King
Inland Boatmen
Cook
$56.48
5B
1 K
View
King
Inland Boatmen
Deckhand
$57.48
5B
1K
View
King
Inland Boatmen
Deckhand Engineer
$58.81
5B
1K
View
King
Inland Boatmen
Launch Operator
$58.89
5B
1K
View
King
Inland Boatmen
Mate
$57.31
5B
1K
View
King
Inspectianl -lean!ng/Sealing Of
Cleaner Operator, Foamer
$31.49
1
View
Sewer Et Water Systems By
Operator
Remote Control
King
Inspection/C[eanfng/Sealing Of
Grout Truck Operator
$13.50
1
View
Sewer & Water Systems By.
Remote Control
King
Inspection/Cleaning/Sealing Of
Head Operator
$24.91
1
View
Sewer Et Water Systems By
Remote Control
King
Inspection/Cleaning/Sealing Of
Technician
$19.33
1
View
Sewer Ex Water Systems By
Remote Control
King
InsctionlCleaning/Sealing Of
Tv Truck Operator
$20.45
1
View
Sewer 1t Water Systems By
.Remote Control
King
Insulation Applicators
Journey Level
$62.44
7A
4C
View
King
I ronworkeM
Journeyman
$73.73
7N
10
View
King
Laborers
Air, Gas Or Electric Vibrating
$50.86
7A
4V
8Y
View
Screed
King
Laborers
Airtrac Drill Operator
$52.44
7A
4V
8Y
View
King
Laborers
Ballast Regular Machine
$50.86
7A
4V
8Y
View
King
Laborers
Batch Weighman
$43.11
7A
4V
8Y
View
King
Laborers
Brick Pavers
$50.86
7A
4V
8Y
View
King
Laborers
Brush Cutter
$50.86
7A
4V
8Y
View
King
Laborers
Brush Hog Feeder
$50.86
7A
4V
8Y
View
King
Laborers
Burner
$50.86
7A
4V
8Y
View
King
Laborers
Caisson Worker
$52.44
7A
4V
8Y
View
King
Laborers
Carpenter Tender
$50.86
7A
4V
8Y
View
King
Laborers
Cement Dumper -paving
$51.80
7A
4V
8Y
View
King
Laborers
Cement Finisher Tender
$50.86
7A
4V
8Y
View
King
Laborers
Change House Or Dry Shack
$50.86
7A
4V
8Y
View
King
Laborers
Chipping Gun (30 Lbs. And
$51.80
7A
4V
8Y
View
Over)
King
Laborers
Chipping Gun (Under 30 Lbs.)
$50.86
7A
4V
8Y
View
King
Laborers
Choker Setter
$50.86
7A
4V
8Y
View
King
Laborers
Chuck Tender
$50.86
7A
4V
8Y
View
King
Laborers
Clary Power Spreader
$51.80
7A
4V
8Y
View
King
Laborers
Clean-up Laborer
$50.86
7A
4V
8Y
View
King
Laborers
Concrete Dumper/Chute
$51.80
7A
4V
8Y
View
about:blank 4/20
3/23/2020
aboutbl ank
Operator
King
Laborers
Concrete Form Stripper
$50.86
7A
4V
8Y
View
King
Laborers
Concrete Placement Crew
$51.80,
7A
4V
8Y
View
King
Laborers
Concrete Saw Operator/Core
$51.80
7A
4V
8Y
View
Driller
King
Laborers
Crusher Feeder
$43.11
7A
4V
8Y
View
King
Laborers
Curing Laborer
$50.86
7A
4V
8Y
` View
King
Laborers
Demolition: Wrecking Et Moving
$50.86
7A
4V
View
(Intl. Charred Material)
King
Laborers
Ditch Digger
$50.86
7A
4V
8Y
View
King
Laborer-
Diver
$52.44
7A
4V
8Y
View
King
Laborers
Drill Operator (Hydraulic,
$51.80
7A
4V
8Y
View
Diamond)
King
Laborers
Dry Stack WalLs
$50.86
7A
4V
8Y
View
King
Laborers
Dump Person
$50.86
7A
4V
8Y
View
King
Laborers
Epoxy Technician
$50.86
7A
4V
8Y
View
King
Laborers
Erosion Control Worker
$50.86
7A
4V
8Y
View
King
Laborers
Faller Et Bucker Chain Saw
$51.80
7A
4V
8Y
View
King
Laborers
Fine Graders
$50.86
7A
4V
8Y
View
King
Laborers
Firewatch
$43.11
7A
4V
8Y
View
King
Laborers
Form Setter
$50.86
7A
4V
8Y
View
King
Laborers
Gabian Basket Builders
$50.86
7A
4V
8Y
View
King
Laborers
General Laborer
$50.86
7A
4V
8Y
View
King
Laborers
Grade Checker Et Transit Person
$52.44
7A
4V
8Y
View
King
`Laborers
Grinders
$50.86
7A
4V
8Y
View
King
11,aborers
Grout Machine Tender
$50.86
7A
4V
8Y
View
King
Laborer
Groutmen (Pressure) Including
$51.80
7A
4V
8Y
View
Post Tension Beams
King
Laborers
Guardrail Erector
$50.86
7A
4V
BY
View
King
Laborers
Hazardous Waste Worker (Level
$52.44
7A
4V
8Y
View
A)
King
Laborers
Hazardous Waste Worker (Level
$51.80
7A
4V
8Y
View
B)
King
Laborers
Hazardous Waste Worker (Level
$50.86
7A
4V
8Y
View
C)
King
Laborers
High Scaler
$52.44
7A
4V
8Y
View
King
Laborers
Jackhammer
$51.80
7A
4V
8Y
View
King
Laborers
Laserbeam Operator
$51.80
7A
4V
8Y
View
King
Laborers
Maintenance Person
$50.86
7A
4V
8Y
View
King
Laborers
Manhole Builder-Mudman
$51.80
7A
4V
8Y
View
King
Laborers
Material Yard Person
$50.86
7A
4V
8Y
View
King
Laborers
Motorman -Dinky Locomotive
$51.80
7A
4V
8Y
View
King
Laborers
Nozzleman (Concrete Pump,
$51.80
7A
4V
8Y
View
Green Cutter When Using
aboutblank 5120
3/23/2020
about:blank
Combination Of High Pressure
Air Et Water On Concrete Et
Rock, Sandblast, Gunite,
Shotcrete, Water Blaster,
Vacuum Blaster)
King
Laborers
Pavement Breaker
$51.80
7A
4V
8Y
View
King
Laborers
Pilot Car
$43.11
7A
4V
8Y
View
King
Laborers
Pipe Layer Lead
$52.44
7A
4V
8Y
View
King
Laborers
Pipe Layer/Tailor
$51.80
7A
4V
8Y
View
King
Laborers
Pipe Pot Tender
$51.80
7A
4V
8Y
View
King
Laborers
Pipe Refiner
$51.80
7A
4V
8Y
View
King
Laborers
Pipe Wrapper
$51.80
7A
4V
8Y
View
King
Laborers
Pot Tender
$50,86
7A
4V
8Y
View
King
Laborers
Powderman
$52.44
7A
4V
8Y
View
King
Laborers
Powderman's Helper
$50.86
7A
4V
8Y
View
King
Laborers
Power Jacks
$51.80
7A
4V
8Y
View
King
Laborers
Railroad Spike Puller - Power
$51.80
7A
4V
8Y
View
King
Laborers
Raker - Asphalt
$52.44
7A
4V
8Y
View
King
Laborers
Re-timberman
$52.44
7A
4V
8Y
View
King
Laborers
Remote Equipment Operator
$51.80
7A
4V
8Y
View
King
Laborers
Rigger/Signal Person
$51.80
7A
4V
8Y
View
King
Laborers
Rip Rap Person
$50.86
7A
4V
8Y
View
King
Laborers
Rivet Buster
$51.80
7A
4V
8Y
View
King
Laborers
Rodder
$51.80
7A
4V
8Y
View
King
Laborers
Scaffold Erector
$50.86
7A
4V
8Y
View
King
Laborers
Scale Person
$50.86
7A
4V
8Y
View
King
Laborers
Sloper (Over 20")
$51.80
7A
4V
8Y
View
King
Laborers
Sloper Sprayer
$50.86
7A
4V
BY
View
King
Laborers
Spreader (Concrete)
$51.80
7A
4V
8Y
View
King
Laborers
Stake Hopper
$50.86
7A
4V
8Y
View
King
Laborers
Stock Piler
$50.86
7A
4V
BY
View
King
Laborers
Swinging Stage/Boatswain
$43.11
7A
4V
BY
View
Chair
King
Laborers
Tamper Et Similar Electric, Air Et
$51.80
7A
4V
8Y
View
Gas Operated Tools
King
Laborers
Tamper (Multiple Et Self-
$51.80
7A
4V
8Y
View
propelled)
King
Laborers
Timber Person - Sewer (Lagger,
$51.80
7A
4V
8Y
View
Shorer Et Cribber)
King
Laborers
Toolroom Person (at Jobsite)
$50.86
7A
4V
8Y
View
King
Laborers
Topper
$50.86
7A
4V
8Y
View
King
Laborers
Track Laborer
$50.86
7A
4V
8Y
View
King
Laborers
Track Liner (Power)
$51.80
7A
4V
8Y
View
King
Laborers
Traffic Control Laborer
$46.10
7A
4V
9C
View
about:blank 6/20
3/23/2020
about:blank
King
Laborers
Traffic Control Supervisor
$46.10
7A
4V
9C
View
King
Laborers
Truck Spotter
$50.86
7A
4V
8Y
View
King
Laborers
Tugger Operator
$51.80
7A
4V
BY
View
King
Laborers
Tunnel Work -Compressed Air
$120.61
7A
4V
9B
View
Worker 0-30 psi
King
Laborers
Tunnel Work -Compressed Air
$125.64
7A
4V
9B
View
Worker 30.01-44.00 psi
King
Laborers
Tunnel Work -Compressed Air
$129.32
7A
4V
9B
View
Worker 44.01-54.00 psi
King
Laborers
Tunnel Work -Compressed Air
$135.02
7A
4V
9B
View
Worker 54.01-60.00 psi
King
Laborers
Tunnel Work -Compressed Air
$137.14
7A
4V
9B
View
Worker 60.01-64.00 psi
King
LabDferS
Tunnel Work -Compressed Air
$142.24
7A
4V
9B
View
Worker 64.01-68.00 psi
King
Laborers
Tunnel Work -Compressed Air
$144.14
7A
4V
9B
View
Worker 68.01-70.00 psi
King
Laborers
Tunnel Work -Compressed Air
$146.14
7A
4V
9B
View
Worker 70.01-72.00 psi
King
Laborers
Tunnel Work -Compressed Air
$148. 14
7A
4V
9B
View
Worker 72.01-74.00 psi
King
Laborers
Tunnel Work-Guage and Lock
$52.54
7A
4V
8Y
View
Tender
King
Laborers
Tunnel Work -Miner
$52.54
7A
4V
8Y
View
King
Laborer's
Vibrator
$51.80
7A
4V
8Y
View
King
Laborers
Vinyl Seamer
$50.86
7A
4V
8Y
View
King
Laborers
Watchman
$39.18
7A
4V
8Y
View
King
Laborers
Welder
$51.80
7A
4V
8Y
View
King
Laborers
Well Point Laborer
$51.80
7A
4V
8Y
King
Laborers
Window Washer/Cleaner
$39.18
7A
4V
8Y
View
King
Laborers - Underground Sewer 8�
General Laborer Et Topman
$50.86
7A
4V
8Y
View
Wa er
King
Laborers - Underground Sewer &
Pipe Layer
$51.80
7A
4V
8Y
View
Water
King
Landscape Construe ion
Landscape
$39.18
7A
4V
8Y
View
Construction/Landscaping Or
Planting Laborers
King
Landscape Construction
Landscape Operator
$68.02
7A
3K
8X
View
King
Landscape Maintenance
Groundskeeper
$17.87
1
View
King
Lathers
Journey Level
$62.44
5D
1 H
View
King
Marble Setters
Journey Level
$58.82
5A
1M
View
King
Metal Fabrication (In Shop).
Fitter
$15.86
1
View
King
Metal Fabrication (In Shop),
Laborer
$13.50
1
View
King
Metal Fabrication (In Shop),
Machine Operator
$13.50
1
View
King
Metal Fabrication (In Shop).
Painter
$13.50
1
View
aboutblank
7/20
3/23/2020
about:bl ank
King
;Metal Fabrication (In Shop),
Welder
$15.48
1
View
King
Millwrigh
Journey Level
$63.94
7A
4C
View
King
Modular Buitdings
Cabinet Assembly
$13.50,1
View
King
Modular Buildings
Electrician
$13.50,1
View
King
Modular Buildings
Equipment Maintenance
$13.50
1
View
King
Modular Buildings
Plumber
$11
1
King
Modular Buildings
Production Worker
$13.50
1
View
King
Modular Buildings
Tool Maintenance
$13.50
1
View
King
Modular Buildings
Utility Person
$13.50
1
View
King
Modular Buildings
Welder
$13.50,1
{View
King
Painters
Journey Level
$43.40
6Z
2B
, View
King
Pile Driver
Crew Tender
$67.31.
7A
4C
View
King
=Pi€e Drlver
Crew Tender/Technician
$67.31
7A
4C
View
King
Pile Driver
Hyperbaric Worker -
$77.93
7A
4C
View
Compressed Air Worker 0-30.00
PSI
King
Pile Driver
Hyperbaric Worker -
$82.
7A
4C
View
Compressed Air Worker 30.01 -
44.00 PSI
King
Pite Driver
Hyperbaric Worker -
$86.93
7A
4C
View
Compressed Air Worker 44.01 -
54.00 PSI
King
File Driver
Hyperbaric Worker -
$91.93
7A
4C
View
Compressed Air Worker 54.01
60.00 PSI
King
Pile Driver
Hyperbaric Worker -
$94.43
7A
4C
View
Compressed Air Worker 60.01 -
64.00 PSI
King
Pite Driver
Hyperbaric Worker -
$99.43
7A
4C
View
Compressed Air Worker 64.01 -
68.00 PSI
King
Pile Driver
Hyperbaric Worker -
$101.43
7A
4C
View
Compressed Air Worker 68.01
70.00 PSI
King
Pile Driver
Hyperbaric Worker -
$103.43
7A
4C
View
Compressed Air Worker 70.01 -
72.00 PSI
King
Pile Driver
Hyperbaric Worker -
$105.43
7A
4C
View
Compressed Air Worker 72.01 -
74.00 PSI
King
Pile Driver
Journey Level
$62.69
7A
4C
View
King
Plasterers
Journey Level
$59.42
7Q
1 R
View
King
Playground Et Park Equipment
Journey Level
$13.50
1
View
Installers
King
Plumbers Et Pipefitters
Journey Level
$89.19
6Z
1G
View
King
Power Equipment Opp__ ;:.::
Asphalt Plant Operators
$69.16
7A
3K
8X View
about:blank
8/20
3/23/2020
about:blank
King
Power Equipment Operators
Assistant Engineer
$65.05
7A
3K
8X
View
King
Power Equipment Operators
Barrier Machine (zipper)
$68.55
7A
3K
8X
View
King
Power Equipment Operators
Batch Plant Operator: concrete
$68.55
7A
3K
8X
View
King
Power Equipment Operators
Bobcat
$65.05
7A
3K
8X
View
King
Power Equipment Operators
Brokk - Remote Demolition
$65.05
7A
3K
8X
View
Equipment
King
Power Equipment Opera ators
Brooms
$65.05
7A
3K
8X
View
King
Power Equipment Operators
Bump Cutter
$68.55
7A
3K
8X
View
King
Power Equipment Operators
Cableways
$69.16
7A
3K
8X
View
King
Power Equipment Operators
Chipper
$68.55,
7A
3K
8X
View
King
Power Equipment Operators
Compressor
$65.05
7A
3K
8X
View
King
Power Equipment Operators
Concrete Finish Machine - Laser
$65.05
7A
3K
8X
View
Screed
King
Power Equipment Operators
Concrete Pump - Mounted Or
$68.02
7A
3K
8X
View
Trailer High Pressure Line
Pump, Pump High Pressure
King
Power Equipment Operator,_
Concrete Pump: Truck Mount
$69.16
7A
3K
8X
View
With Boom Attachment Over 42
M
King
Power Equipment Operators
Concrete Pump: Truck Mount
$68.55
7A
3K
8X
View
With Boom Attachment Up To
42m
King
Power Equipment Operators
Conveyors
$68.02
7A
3K
8X
View
King
Power Equipment Operators
Cranes friction: 200 tons and
$71.26
7A
3K
8X
View
over
King
Power Equipment Operators
Cranes: 100 tons through 199
$69.85
7A
3K
8X
View
tons, or 150' of boom (including
jib with attachments)
King
Power Equipment Operators
Cranes: 20 Tons Through 44
$68.55
7A
3K
8X
View
Tons With Attachments
King
Power Equipment Operators
Cranes: 200 tons- 299 tons, or
$70.57
7A
3K
8X
View
250' of boom including jib with
attachments
King
Power Equipment Operators
Cranes: 300 tons and over or
$71.26
7A
3K
8X
View
300' of boom including jib with
attachments
King
Power Equipment Operators
Cranes: 45 Tons Through 99
$69.16
7A
3K
8X
View
Tons, Under 150' Of Boom
(including Jib With
Attachments)
King
Power Equipment Operators
Cranes: A -frame - 10 Tons And
$65.05
7A
3K
8X
View
Under
King
Power Equipment Operators
Cranes: Friction cranes through
$70.57
7A
3K
8X
View
199 tons
King
Power Equipment Operators
Cranes: through 19 tons with
$68.02
7A
3K
8X
View
attachments, A -frame over 10
tons
about; bl ank 9/20
3/23/2020
about:bl ank
King
Power Equipment Operators
Crusher
$68.55
7A
3K
8X
View
King
Power Equipment Operators
Deck Engineer/Deck Winches
$68.55
7A
3K
8X
View
(power)
King
Payer Equipment Operators
Derricks, On Building Work
$69.16
7A
3K
8X
View
King
Power Equipment Operators
Dozers D-9 Et Under
$68.02
7A
3K
8X
View
King
Poy+er Equipment Operators
Drill Oilers: Auger Type, Truck
$68.02
7A
3K
8X
View
Or Crane Mount
King
Power Equipment Operator's
Drilling Machine
$69.85
7A
3K
8X
View
King
Power Equipment Operators
Elevator And Man -lift:
$65.05
7A
3K
8X
View
Permanent And Shaft Type
King
Power Equipment Operators
Finishing Machine, Bidwell And
$68.55
7A
3K
8X
View
Gamaco Et Similar Equipment
King
Power Equipment Operators
Forklift: 3000 Lbs And Over
$68.02
7A
3K
8X
View
With Attachments
King
Pourer Equipment Operators
Forklifts: Under 3000 Lbs. With
$65.05
7A
3K
8X
View
Attachments
King
Power Equipment Operators
Grade Engineer: Using Blue
$68.55
7A
3K
8X
View
Prints, Cut Sheets, Etc
King
Power Equipment Operators
Gradechecker/Stakeman
$65.05
7A
3K
8X
View
King
Power Equipment Operators
Guardrail Punch
$68.55
7A
3K
8X
View
King
Power Equipment Operators
Hard Tail End Dump Articulating
$69.16
7A
3K
8X
View
Off- Road Equipment 45 Yards.
Et Over
King
Power Equipment Operators
Hard Tail End Dump Articulating
$68.55
7A
3K
8X
View
Off -road Equipment Under 45
Yards
King
Power Equipment Operators
Horizontal/Directional Drill
$68.02
7A
3K
8X
View
Locator
King
Power Equipment Operators
Horizontal/Directional Drill
$68.55
7A
3K
8X
View
Operator
King
Power Equipment Operators
Hydralifts/Boom Trucks Over 10
$68.02
7A
3K
8X
View
Tons
King
Power Equipment Operators
Hydralifts/Boom Trucks, 10
$65.05
7A
3K
8X
View
Tons And Under
King
Power Equipment Operators
Loader, Overhead 8 Yards. Et
$69.85
7A
3K
8X
View
Over
King
Power Equipment Operators
Loader, Overhead, 6 Yards. But
$69.16
7A
3K
8X
View
Not Including 8 Yards
King
Power Equipment Operators
Loaders, Overhead Under 6
$68.55
7A
3K
8X
View
Yards
King
Power Equipment Operators
Loaders, Plant Feed
$68.55
7A
3K
8X
View
King
Power Equipment Operators
Loaders: Elevating Type Belt
$68.02
7A
3K
8X
View
King
Power Equipment Operators
Locomotives, All
$68.55
7A
3K
8X
View
King
Power Equipment Operators
Material Transfer Device
$68.55
7A
3K
8X
View
King
Power Equipment Operators
Mechanics, All (leadmen - $0.50
$69.85
7A
3K
8X
View
Per Hour Over Mechanic)
about blank 10120
3/23/2020
about:blank
King
Power Equipment Operators
Motor Patrol Graders
$69.16
7A
3K
8X
View
King
Power Equipment Operators
Mucking Machine, Mole, Tunnel
$69.16
7A
3K
8X
View
Drill, Boring, Road Header
And/or Shield
King
Power Equipment Operators
Oil Distributors, Blower
$65.05
7A
3K
8X
View
Distribution Et Mulch Seeding
Operator
King
Power Equipment Operators
Outside Hoists (Elevators And
$68.02
7A
3K
8X
View
Manlifts), Air Tuggers, Strato
King
Power Equipment Operators
Overhead, Bridge Type Crane:
$68.55
7A
3K
8X
View
20 Tons Through 44 Tons
King
Power Equipment Operators
Overhead, Bridge Type: 100
$69.85
7A
3K
8X
View
Tons And Over
King
Power Equipment Operators
Overhead, Bridge Type: 45 Tons
$69.16
7A
3K
8X
View
Through 99 Tons
King
Power Equipment Operators
Pavement Breaker
$65.05
7A
3K
8X
View
King
Power Equipment Operators
Pile Driver (other Than Crane
$68.55
7A
3K
8X
View
Mount)
King
Power Equipment Operators
Plant Oiler - Asphalt, Crusher
$68.02
7A
3K
8X
View
King
Power Equipment Operators
Posthole Digger, Mechanical
$65.05
7A
3K
8X
View
King
Power Equipment Operators
Power Plant
$65.05
7A
3K
8X
View
King
Power Equipment Operators
Pumps - Water
$65.05
7A
3K
8X
View
King
Power Equipment Operators
.Quad 9, Hd 41, D10 And Over
$69.16
7A
3K
8X
View
King
Power Equipment Operators
Quick Tower - No Cab, Under
$65.05
7A
3K
8X
View
100 Feet In Height Based To
Boom
King
Power Equipment Operators
Remote Control Operator On
$69.16
7A
3K
8X
View
Rubber Tired Earth Moving
Equipment
King
Power Equipment Operators
Rigger and Beltman
$65.05
7A
3K
8X
View
King
Power Equipment Operators
Rigger/Signal Person, Bellman
$68.02
7A
3K
8X
View
(Certified)
King
Power Equipment Operators
Rollagon
$69.16
7A
3K
8X
View
King
Power Equipment Operators
Roller, Other Than Plant Mix
$65.05
7A
3K
8X
View
King
Power Equipment Operators
Roller, Plant Mix Or Multi -lift
$68.02
7A
3K
8X
View
Materials
King
Power Equipment Operators
Roto-mill, Roto-grinder
$68.55
7A
3K
8X
View
King
Power Equipment Operators
Saws - Concrete
$68.02
7A
3K
8X
View
King
Power Equipment Operators
Scraper, Self Propelled Under 45
$68.55
7A
3K
8X
View
Yards
King
Power Equipment Operators
Scrapers - Concrete Et Carry All
$68.02
7A
3K
8X
View
King
Power Equipment Operators
Scrapers, Self-propelled: 45
$69.16
7A
3K
8X
View
Yards And Over
King
Power Equipment Operators
Service Engineers - Equipment
$68.02
7A
3K
8X
View
King
Power Equipment Operators
Shotcrete/Gunite Equipment
$65.05
7A
3K
8X
View
King
Power Equipment Operators
Shovel, Excavator, Backhoe,
$68.02
7A
3K
8X
View
abouttlank
11/20
3/23/2020
about:blank
Tractors Under 15 Metric Tons
King
Power Equipment Operators
Shovel, Excavator, Backhoe:
$69.16
7A
3K
8X
View
Over 30 Metric Tons To 50
Metric Tons
King
Power Equipment Operators
Shovel, Excavator, Backhoes,
$68.55
7A
3K
8X
View
Tractors: 15 To 30 Metric Tons
King
Power Equipment Operators
Shovel, Excavator, Backhoes:
$69.85
7A
3K
8X
View
Over 50 Metric Tons To 90
Metric Tons
King
Power Equipment Operators
Shovel, Excavator, Backhoes:
$70.57
7A
3K
8X
View
Over 90 Metric Tons
King
Power Equipment Operators
Slipform Pavers
$69.16
7A
3K
8X
View
King
Power Equipment Operators
Spreader, Topsider Et
$69.16
7A
3K
8X
View
Screedman
King
Power Equipment Operators
Subgrader Trimmer
$68.55,7A
3K
8X
View
King
Power Equipment Operators
Tower Bucket Elevators
$68.02
7A
3K
SK
View
King
Power Equipment Operators
Tower Crane Up To 175' In
$69.85
7A
3K
8X
View
Height Base To Boom
King
Power Equipment Operators
Tower Crane: over 175' through
$70.57
7A
3K
8X
View
250' in height, base to boom
King
Power Equipment Operators
Tower Cranes: over 250' in
$71.26
7A
3K
8X
View
height from base to boom
r
King
Power Equipment Operators
Transporters, All Track Or
$69.16
7A
3K
8X
i View
Truck Type
King
Power Equipment Operators
Trenching Machines
$68.02
7A
3K
8X
View
King
Power Equipment Operators
Truck Crane Oiler/driver - 100
$68.55
7A
3K
8X
View
Tons And Over
King
Power Equipment Operators
Truck Crane Oiler/Driver Under
$68.02
7A
3K
8X
View
100 Tons
King
Power Equipment Operato s
Truck Mount Portable Conveyor
$68.55
7A
3K
8X
View
King
Power Equipment Operators
Welder
$69.16
7A
3K
8X
View
King
Power EquipmentOperators
Wheel Tractors, FarmallType
$65.05
7A
3K
8X
View
King
Power Equipment Operators
Yo Yo Pay Dozer
$68.55
7A
3K
8X
View
King
Power Equipment Operators-
Asphalt Plant Operators
$69.16
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Assistant Engineer
$65.05
7A
3K
8X
View
Underground Sewer Fx Water
King
Power Equipment Operators-
Barrier Machine (zipper)
$68.55
7A
3K
8X
View
Undergtound Sewer Et Water
King
Power Equipment Opera tars-
Batch Plant Operator, Concrete
$68.55
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Bobcat
$65.05
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equiprent Operators-
Brokk - Remote Demolition
$65.05
7A
3K
8X
View
Underground Sewer Et Water
Equipment
King
Power Equipment Operators
Brooms
$65.05
7A
3K
8X
View
Underground Sewer Et Water
about blank
12/20
3/2312020
aboutblank
King
Power Equipment Operators-
Bump Cutter
$68.55
7A 3K 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Cableways
$69.16
7A 3K 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Chipper
$68.55
7A 3K 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Compressor
$65.05
7A 3K 8X View
Underground Sewer Et W ter
King
Power Equipment Operators-
Concrete Finish Machine - Laser
$65.05
7A 3K 8X View
Underground Sewer Et Water
Screed
King
Power Equipment Operators-
Concrete Pump - Mounted Or
$68.02
7A 3K 8X View
Underground Sewer Et Water
Trailer High Pressure Line
Pump, Pump High Pressure
King
Power Equipment Operators-
(Concrete Pump: Truck Mount
Boom Attachment Over 42
$69.16
7A 3K 8X View
Underground Sewer Et Water
With
M
King
Power Equipment Operators-
Concrete Pump: Truck Mount
$68.55
7A 3K 8X View
Underground Sewer_Et Water
With Boom Attachment Up To
42m
King
Power Equipment Operators-
Conveyors
$68.02
7A 3K 8X View
Underground Sewer a Water
King
Power Equipment Operators-
Cranes friction: 200 tons and
$71.26
7A 3K 8X View
Underground Sewer Et Water,
over
King
Power Equipment Operators-
Cranes: 100 tons through 199
$69.85
7A 3K 8X View
Underground Sewer Et Water
tons, or 150' of boom (including
;jib with attachments)
King
Power Equipment Operators-
Cranes: 20 Tons Through 44
$68.55
7A 3K 8X View
Underground Sewer Et: Water
Tons With Attachments
King
Power Equipment Operators-
Cranes: 200 tons- 299 tons, or
$70.57
7A 3K 8X View
Underground Sewer Et Water
250' of boom including jib with
attachments
King
Power Equipment Operators-
Cranes: 300 tons and over or
$71.26
7A 3K 8X View
Underground Sewer Et Water
300' of boom including jib with
attachments
King
Power Equipment Operators-
Cranes: 45 Tons Through 99
$69.16
7A 3K 8X View
Underground Sewer Et Water
Tons, Under 150' Of Boom
(including Jib With
Attachments)
King
Power Equipment Operators-
Cranes: A -frame - 10 Tons And
$65.05
7A 3K 8X View
Underground Sewer ft Water
Under
King
Power Equipment Operators
Cranes: Friction cranes through
$70.57
7A 3K 8X View
Underground Sewer Et Water
199 tons
King
Power Equipment Operators-
Cranes: through 19 tons with
$68.02
7A 3K 8X View
Underground Sewer Et Water
attachments, A -frame over 10
tons
King
Rower Equipment Operators-
Crusher
$68.55
7A 3K 8X View
Underground Sewer 8: Water
King
Power Equipment Operators-
Deck Engineer/Deck Winches
$68.55
7A 3K 8X View
Underground Sewer Et Water
(power)
about:bl ank
13/20
3/23/2020
aboutblank
King
Power Equipment Operators-
Derricks, On Building Work
$69.16
7A 3K 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Dozers D-9 Et Under
$68.02
7A 3K 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Drill Oilers: Auger Type, Truck
$68.02
7A 3K 8X View
Underground Sewer Et Water
Or Crane Mount
King
Power Equipment Operators-
Drilling Machine
$69.85
7A 3K 8X View
Underground Sewer Et Water
King
Power- E-quipment Operators-
Elevator And Man -lift:
$65.05
7A 3K 8X View
Underground Sewer Et Water
Permanent And Shaft Type
King
Power Equipment Operators-
Finishing Machine, Bidwell And
$68.55
7A 3K 8X View
Underground Sewer Et Water
Gamaco Et Similar Equipment
King
Power Equipment Operators-
Forklift: 3000 Lbs And Over
$68.02
7A 3K 8X View
Underground Sewer Et Water
With Attachments
King
Power Equipment Operators-
Forklifts: Under 3000 Lbs. With
$65.05
7A 3K 8X View
Underground Sevuer Et Water
Attachments
King
Power Equipment Operators-
Grade Engineer: Using Blue
$68.55
7A 3K 8X View
Underground Sewer Et Water
Prints, Cut Sheets, Etc
King
Power Equipment Operators-
Gradechecker/Stakeman
$65.05
7A 3K 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Guardrail Punch
$68.55
7A 3K 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Hard Tail End Dump Articulating
$69.16
7A 3K 8X View
Underground Sewer Et Water
Off- Road Equipment 45 Yards.
Et Over
King
Power Equipment Operators-
Hard Tail End Dump Articulating
$68.55
7A 3K 8X View
Underground Sewer Et Water
Off -road Equipment Under 45
Yards
King
Power Equipment Operators-
i Horizontal/ Directional Drill
$68.02
7A 3K 8X View
Underground Sewer Et Water
I Locator
King
Power Equipment Operators-
Horizontal/Directional Drill
$68.55
7A 3K 8X View
Underground Sewer Et Water
Operator
King
Power Equipment Operators-
Hydralifts/Boom Trucks Over 10
$68.02
7A 3K 8X View
Underground Sewer Et Water
Tons
King
Power Equipment Operators-
Hydralifts/Boom Trucks, 10
$65.05
7A 3K 8X View
Underground Sewer Et Water
Tons And Under
King
Power Equipment Operators-
Loader, Overhead 8 Yards. Et
$69.85
7A 3K 8X View
Underground Sewer Et Water
Over
King
Power Equipment Ohs-
Loader, Overhead, 6 Yards. But
$69.16
7A 3K 8X View
Underground Sewer Et Water
Not Including 8 Yards
King
Power Equipment Operators-
Loaders, Overhead Under 6
$68.55
7A 3K 8X View
Underground Sewer Et Water
Yards
King
Power Equipment Operators-
Loaders, Plant Feed
$68.55
7A 3K 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Loaders: Elevating Type Belt
$68.02
7A 3K 8X View
Underground Sewer Ei Wager
King
Power Equipment Operators-
Locomotives, All
$68.55
7A 3K 8X View
Underground Sewer Et Water
aboutblank
14/20
3/23/2020
about:blank
King
Power Equipment Operators-
Material Transfer Device
$68.55
7A
3K
8X , View
Underground Sewer ft Water
King
Power Equipment Operators-
Mechanics, All (leadmen - $0.50
$69.85
7A
3K
8X View
Underground Sewer It Water
Per Hour Over Mechanic)
King
Power Equipment Operators-
Motor Patrol Graders
$69.16
7A
3K
8X View
Underground Sewer Ft Water
King
Power Equipment Operators-
Mucking Machine, Mole, Tunnel
$69.16
7A
3K
8X View
Underground Sewer Et Water
Drill, Boring, Road Header
And/or Shield
King
Power Equipment Operators-
Oil Distributors, Blower
$65.05
7A
3K
8X View
Underground Sewer Et Water
Distribution Ct Mulch Seeding
Operator
King
Power Equipment Operators-
Outside Hoists (Elevators And
$68.02
7A
3K
8X View
Underground Sewer & Water
Manlifts), Air Tuggers, Strato
King
Power Equipment Operators-
Overhead, Bridge Type Crane:
$68.55
7A
3K
8X View
Underground Sewer Et Water
20 Tons Through 44 Tons
King
Power Equipment Operators-
Overhead, Bridge Type: 100
$69.85
7A
3K
8X View
Underground Sewer ft Water
Tons And Over
King
Power Equipment Operators-
Overhead, Bridge Type: 45 Tons
$69.16
7A
3K
8X View
Underground Sewer Et Water
Through 99 Tons
King
Power Equipment Operators-
Pavement Breaker
$65.05
7A
3K
8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Pile Driver (other Than Crane
$68.55
7A
3K
8X View
Underground Sewer Et Water
Mount)
King
Power Equipment Opera ors-
Plant Oiler - Asphalt, Crusher
$68.02
7A
3K
8X View
Underground Sewer ft Water
i
King
Pourer Equipment Operators-
Posthole Digger, Mechanical
$65.05
7A
3K
8X View
Underground evrer Et Water
King
Power Equipment Operators-
Power Plant
$65.05
7A
3K
8X View
Underground Sewxer Et Water
King
power Equipment Operators-
Pumps - Water
$65.05
7A
3K
8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Quad 9, Hd 41, D10 And Over
$69.16
7A
3K
8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Quick Tower - No Cab, Under
$65.05
7A
3K
8X View
Underground Sever Et Water
100 Feet In Height Based To
Boom
King
over Equipment Operators-
Remote Control Operator On
$69.16
7A
3K
8X View
Underground $ewer_k Water
Rubber Tired Earth Moving
Equipment
King
Power Equipment Operators-
Rigger and Bellrnan
$65.05
7A
3K
8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Rigger/Signal Person, BeUman
$68.02
7A
3K
8X View
Underground Semr Et Water
(Certified)
King
Power Equipment Operators-
Roltagon
$69.16
7A
3K
8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Roller, Other Than Plant Mix
$65.05
7A
3K
8X View
Underground Sewer ft Water
aboutbl ank
15/20
3/23/2020
about:blank
King
Power Equipment Operators-
Roller, Plant Mix Or Multi -lift
$68.02
7A
3K 8X View
Underground Sewer Et Water
Materials
King
Power Equipment Operators-
Roto-mill, Roto-grinder
$68.55
7A
3K 8X View
Underground Sewer It Water
King
Power Equipment Operators-
Saws - Concrete
$68.02
7A
3K 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Scraper, Self Propelled Under 45
$68.55
7A
3K 8X View
Underground Sewer Et Water
Yards
King
Power Equipment Operators-
Scrapers - Concrete Et Carry All
$68.02
7A
3K 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Scrapers, Self-propelled: 45
$69.16
7A
3K 8X View
Underground Sewer Water
Yards And Over
King
Power Equipment Operators-
Service Engineers - Equipment
$68.02
7A
3K 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Shotcrete/Gunite Equipment
$65.05
7A
3K 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Shovel, Excavator, Backhoe,
$68.02
7A
3K 8X View
Underground Sewer Et Water
Tractors Under 15 Metric Tons
King
Power Equipment Operators-
Shovel, Excavator, Backhoe:
$69.16
7A
3K 8X View
Underground Sewer E: Water
Over 30 Metric Tons To 50
Metric Tons
King
Power Equipment Operators-
Shovel, Excavator, Backhoes,
$68.55
7A
3K 8X View
Underground Sewer Et Water
Tractors: 15 To 30 Metric Tons
King
Power Equipment Operators-
Shovel, Excavator, Backhoes:
$69.85
7A
3K 8X View
Underground Sewer Et Water
Over 50 Metric Tons To 90
Metric Tons
King
Power Equipment Operators-
Shovel, Excavator, Backhoes:
$70.57
7A
3K 8X View
Underground Sewer Et Water
Over 90 Metric Tons
King
power Equipment Operators-
Slipform Pavers
$69.16
7A
3K 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Spreader, Topsider Et
$69.16
7A
3K 8X View
Underground Sewer Et Water
Screedman
King
Power Equipment Operators-
Subgrader Trimmer
$68.55
7A
3K 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Tower Bucket Elevators
$68.02
7A
3K 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Tower Crane Up To 175' In
$69.85
7A
3K 8X View
Underground Sewer Et Water
Height Base To Boom
King
Power Equipment Operators-
Tower Crane: over 175' through
$70.57
7A
3K 8X View
Underground Sewer Et Water
250' in height, base to boom
King
Power Equipment Operators-
Tower Cranes: over 250' in
$71.26
7A
3K 8X View
Underground Sewer Et Water
height from base to boom
King
Power Equipment Operators-
Transporters, All Track Or
$69.16
7A
3K 8X View
Underground Sewer Et Water
Truck Type
King
Power Equipment Operators-
Trenching Machines
$68.02
7A
3K 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Truck Crane Oiler/driver - 100
$68.55
7A
3K 8X View
Underground Sewer Et Water
Tons And Over
abouttl ank
16/20
3/23/2020
about:blank
King
Power Equipment Operators-
Truck Crane Oiler/Driver Under
$68.02
7A
3K
8X
View
UndergrQund Sewer Et Wat .
100 Tons
King
Power Equipment Operators-
Truck Mount Portable Conveyor
$68.55
7A
3K
8X
View
Underground Sewer it Water
King
Power Equipment Operators-
Welder
$69.16
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Wheel Tractors, Farman Type
$65,05
7A
3K
8X
View
Underground Sewer Ft Water
King
Power Equipment Operators-
Yo Yo Pay Dozer
$68.55
7A
3K
8X
View
Underground Sewer Et Water
King
Power Line Clearance Tree
Journey Level In Charge
$53,10
5A
4A
View
Trimmers
King
Po er 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 Ft Air Conditioning
Journey Level
$84.01
6Z
1 G
View
Mechanics
King
Residential Brick Mason
Journey Level
$58.82
5A
1M
View
King
Residential Carpenters
Journey Level
$32.06
1
View
King
Residential Cement -
.Journey Level
v
$29.25
1
View
King
Residential Drywall Applicators
Journey Level
. -. .........
$46.43.
7A
4C
View
King
Residential Drywall Tapers
Journey Level
$47.04
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 t
Journey Level
$39.43
1
View
Pipefitters
King
Residential Refrigeration Et Air
Journey Level
$54.12
5A
1G
View
Conditioning Mechanics
King
Residential Sheet Metal Workers Journey Level (Field or Shop)
$51.89
7F
1 R
View
King
Residential Soft Floor Layers
Journey Level
$51.07
5A
3J
View
King
Residential Sprinkler Fitters
Journey Level
$50.89
5C
2R
View
_(Fire Protection),
King
Residential Stone Masons
Journey Level
$58.82
5A
1M
View
King
ResidentialTerrazzo Workers
Journey Level
$54.06
5A
1M
View
King
Residential Terrazzo/Tile
Journey Level
$24.39
1
View
Finishers
about:blank
17/20
3/23/2020
about:blank
King
Residential Tile Setters
Journey Level
$21.04
1
View
King
Roofers
Journey Level
$55.02
5A
3H
View
King
Roofers
Using Irritable Bituminous
$58.02
5A
3H
View
Materials
King
Sheet Metal Workers
Journey Level (Field or Shop)
$85.88
7F
1 E
View
King
Shipbuilding Et Ship Repair
New Construction Boilermaker
$36.36
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction Carpenter
$36.36
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction Crane
$36.36
7V
1
View
Operator
King
5hipbuildir3g Et Ship Repair
New Construction Electrician
$36.36
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction Heat Et Frost
$76.6-1
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 ShipRepair
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
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Carpenter
$44.95
7X
4J
View
King
Shipbui€ding Et Ship Repair
Ship Repair Crane Operator
$45.06
7Y
4K
View
King
Shipbuilding Et Ship Repair
Ship Repair Electrician
$46.22
7X
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Heat Et Frost
$76.61
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
4J
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
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Sheet Metal
$46.15
7X
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Shipwright
$44.95
7X
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Warehouse /
$45.06
7Y
4K
View
Teamster
King
Sign Makers R Installers
Journey Level
$49.44
0
1
View
.(Etectr ical).
King
Sign Makers Et Installers {Non-
Journey Level
$31.96
0
1
View
Electrical).
about bi ank
18/20
3/23/2020
about:blank
King
Soft Floor Layers
Journey Level
$51.07
5A
3J
View
King
Solar Controls For Window
Journey Level
$13.50
1
View
King
Sprinkler Fitters {Fire
Journey Level
$82.39
5C
1X
View
Protection),
King
Stage Rigging Mechanics (Non
Journey Level
$13, 50
1
View
Structural),
King
Stone Masons
Journey Level
$58.82
5A
1M
View
King
Street And Parking Lot Sweeper
Journey Level
$19.09
1
View
Workers
King
Surveyors
Assistant Construction Site
$68.02
7A
3K
8X View
Surveyor
King
Surveyors
Chainman
$65.05
7A
3K
8X View
King
Surveyors
Construction Site Surveyor
$69.16
7A
3K
8X View
King
--iTelecommunica Lion Technicians
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
Special Aparatus Installer 1
$41.81
5A
2B
View
Outside
King
Telephone Line Construction -
Special Apparatus Installer II
$40.99
5A
2B
View
Outside
King
Telephone Line Construction -
Telephone Equipment 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
$54.06
5A
1M
View
King
Tile Setters
Journey Level
$54.06
5A
1M
View
King
Tile, Marble Ft Terrazzo
Finisher
$44.89
5A
1 B
View
Finishers
King
Traffic Control Stripers
Journey Level
$47.68
7A
1 K
View
King
Truck Drivers
Asphalt Mix Over 16 Yards
$61.59
5D
4Y
8L View
aboutblank
19/20
3/23/2020
about:blank
King
Truck Drivers
Asphalt Mix To 16 Yards
$60.75
5D
4Y
8L
View
King
Truck Drivers
Dump Truck
$60.75,
5D
4Y
8L
View
King
Truck Drivers
Dump Truck Et Trailer
$61.59
5D
4Y
8L
View
King
Truck Drivers
Other Trucks
$61.59
5D
4y
8L
View
King
Truck Drivers Ready Mix
Transit Mix
$61.59
5D
4Y
8L
View
King
Well Drillers Et Irrsgation Pump
Irrigation Pump Installer
$17.71
1
View
Installers
King
Well Drillers Fx Irrigation Pump
Oiler
$13.50
1
View
Installers
King
Well Grillers Ft. Irrigation Pump
Well Driller
$18.00
1
View
installers
abouttlank 20120
Benefit Code Key — Effective 3/4/2020 thru 9/1/2020
Overtime Codes
Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate
must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for
the worker.
ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
B. All hours worked on Saturdays shall be paid at one and one-half 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.
All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage.
The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday
shall be paid atone and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through
Saturday, Sundays and holidays shall be paid at double the hourly rate of wage.
K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours
worked on holidays shall be paid at double the hourly rate of wage.
M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid
at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double
the hourly rate of wage.
N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage.
All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.
1
Benefit Code Key— Effective 3/4/2020 thru 9/1/2020
Overtime Codes Continued
1. 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 atone and one-half times the hourly rate of wage. All hours worked in excess often (10)
hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall
be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times
the hourly rate of wage.
R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage.
S. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime
hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day
shall be paid at three times the hourly rate of wage.
U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on
Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on
Labor Day shall be paid at three times the hourly rate of wage.
V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and
one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at
double the hourly rate of wage.
W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the
employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid
at double the hourly rate of wage.
X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday
through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on
Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the
holiday and all work performed shall be paid at double the hourly rate of wage.
Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any
employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10
workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate
of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the
workweek shall be paid at the straight -time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or
40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours
worked on Sundays and Labor Day shall be paid at double the hourly rate of wage.
Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All
hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay.
Benefit Code Key — Effective 3/4/2020 thru 9/1/2020
Overtime Codes Continued
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.
3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when
four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or
outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours
worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday
and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and
midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. The employer shall
have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given
to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked
eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such
time as the employee has had a break of eight (8) hours or more.
C. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when
four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or
outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage.
All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate
of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at
the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more.
3
Benefit Code Key — Effective 3/4/2020 thru 9/1/2020
Overtime Codes Continued
E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of
straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid
at double the hourly wage rate.
F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on
Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and
one-half times the hourly rate of wage including holiday pay.
H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at
two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be
compensated at one and one half (1-1/2) times the regular rate of pay.
J. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on
Saturdays shall be paid at a one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays
shall be paid at double the hourly rate of wage.
K. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when
four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or
outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly
rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in
excess of twelve (12) hours in a single shift shall be paid at double the hourly rate of wage.
After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the
applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. When an employee
returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation
of shift and paid at the applicable overtime rate until he/she shall have the eight (8) hours rest period.
4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly
rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage.
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 of overtime after ten (10) hours of straight time work shall be paid at one and
one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at
one and one half (1-1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday
due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday
may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked
on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay.
4
Benefit Code Key — Effective 3/4/2020 thru 9/1/2020
Overtime Codes Continued
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.
1. The First eight (8) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All
hours worked in excess of eight (8) per day on Saturdays shall be paid at double the hourly rate of wage. All hours
worked on Sundays and holidays shall be paid at double the hourly rate of wage.
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 3/4/2020 thru 9/1/2020
Overtime Codes Continued
4. 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.
Benefit Code Key — Effective 3/4/2020 thru 9/1/2020
Overtime Codes Continued
4, V. Work performed in excess of ten (10) hours of straight time per day when four ten (10) hour shifts are established or
outside the normal shift (5 am to 6pm), and all work on Saturdays, except for make-up days shall be paid at time and
one-half (1 '/z) the straight time rate.
In the event the job is down due to weather conditions, then Saturday may, be worked as a voluntary make-up day at
the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All
work performed on Sundays and holidays and work in excess of twelve (12) hours per day shall be paid at double (2x)
the straight time rate of pay.
After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the
applicable overtime rate until such time as the employee has had a break of eight (8) hours.
When an employee returns to work without a break of eight (8) hours since their previous shift, all such time shall be
a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight
(8) hours.
W. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid
at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double
the hourly rate of wage.
When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time
shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break
of eight (8) hours.
X. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on
Sundays and holidays shall be paid at double the hourly rate of wage. Work performed outside the normal shift of 6
am to 6pm shall be paid at one and one-half the straight time rate, (except for special shifts or three shift operations).
All work performed on Sundays and holidays shall be paid at double the hourly rate of wage. Shifts may be established
when considered necessary by the Employer.
The Employer may establish shifts consisting of eight (8) or ten (10) hours of work (subject to WAC 296-127-022),
that shall constitute a normal forty (40) hour work week. The Employer can change from a 5-eight to a 4-ten hour
schedule or back to the other. All hours of work on these shifts shall be paid for at the straight time hourly rate. Work
performed in excess of eight hours (or ten hours per day (subject to WAC 296-127-022) shall be paid atone and one-
half the straight time rate.
When due to conditions beyond the control of the Employer, or when contract specifications require that work can
only be performed outside the regular day shift, then by mutual agreement a special shift may be worked at the straight
time rate, eight (8) hours work for eight (8) hours pay. The starting time shall be arranged to fit such conditions of
work.
When an employee returns to work without at a break of eight (8) hours since their previous shift, all such time shall
be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of
eight (8) hours.
Benefit Code Key — Effective 3/4/2020 thru 9/1/2020
Overtime Codes Continued
4. Y. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when
four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or
outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. All work
performed after 6:00 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.
Holidav Codes
5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, and Christmas Day (7).
B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, the day before Christmas, and Christmas Day (8).
C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the
Friday after Thanksgiving Day, And Christmas Day (8).
D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and
Saturday after Thanksgiving Day, And Christmas Day (8).
H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day,
And Christmas (6).
I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day
(6)
J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day,
Christmas Eve Day, And Christmas Day (7).
K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9).
L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, Friday after Thanksgiving Day, And Christmas Day (8).
N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day,
Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9).
P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday
After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The
Following Monday Shall Be Considered As A Holiday.
Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas
Day (6).
Benefit Code Key — Effective 3/4/2020 thru 9/1/2020
Holiday Codes Continued
5. 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.
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.
wl
Benefit Code Key — Effective 3/4/2020 thru 9/1/2020
Holiday Codes Continued
7. 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.
M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day,
Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day
after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the
following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.
N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday.
P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday.
10
Benefit Code Key — Effective 3/4/2020 thru 9/1/2020
Holiday Codes Continued
Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on
a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the
preceding Friday shall be a regular work day.
R. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day,
Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day
after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed
as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a
holiday and compensated accordingly.
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.
Z. Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The
Friday After Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a
holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the
preceding Friday.
15. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, the day before Christmas Day and Christmas Day. (8) Any holiday which falls on a Sunday shall
be observed as a holiday on the following Monday.
B. Holidays: New Year's Day, Martin Luther King Jr. Day, President's Day, Memorial Day, Independence Day, Labor
Day, Veteran's Day, Thanksgiving Day, and Christmas Day. (9)
C. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, the day before Christmas Day and Christmas Day. (8)
11
Benefit Code Key — Effective 3/4/2020 thru 9/1/2020
Holiday Codes Continued
15. D. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday
after Thanksgiving Day, Christmas Day, and the day after Christmas.
E. Holidays: the day before New Years's Day, New Year's Day, Martin Luther King, Jr. Day, Presidents' Day, Memorial
Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before
Christmas, and Christmas Day. (12)
Note Codes
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.
S. Effective August 31, 2012 —A Traffic Control Supervisor shall be present on the project whenever flagging or spotting
or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic
Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued
by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31,
2012.
T. Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all temporary
traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during
construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or
where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of
Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012.
U. Workers on hazmat projects receive additional hourly premiums as follows — Class A Suit: $2.00, Class B Suit: $1.50,
And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any and all
work performed underground, including operating, servicing and repairing of equipment. The premium for
underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive
an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who
do "pioneer" work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation
receive an additional $0.50 per hour.
12
Benefit Code Key — Effective 3/4/2020 thru 9/1/2020
Note Codes Continued
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
10l' to 150' - $3.00 per foot for each foot over 101 feet. Over 15l' 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.
Z. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour.
Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the
Employer or when an owner (not acting as a contractor), a government agency or the contract specifications require
that more than (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the
special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a
special shift, they will be paid a special shift premium for each hour worked unless they are in overtime or double-
time status. (For example, the special shift premium does not waive the overtime requirements for work performed
on Saturday or Sunday.)
13
Benefit Code Key — Effective 3/4/2020 thru 9/1/2020
Note Codes Continued
A. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour.
Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the
Employer or when an owner (not acting as the contractor), a government agency or the contract specifications require
that more than four (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the
special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a
special shift, they shall be paid a special shift premium for each hour worked unless they are in overtime or double-
time status. (For example, the special shift premium does not waive the overtime requirements for work performed on
Saturday or Sunday.)
Certified Crane Operator Premium: Crane operators requiring certifications shall be paid $0.50 per hour above their
classification rate.
Boom Pay Premium: All cranes including tower shall be paid as follows based on boom length:
(A) — 130' to 199' — $0.50 per hour over their classification rate.
(B) — 200' to 299' — $0.80 per hour over their classification rate.
(C) — 300' and over — $1.00 per hour over their classification rate.
B. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the
shift shall be used in determining the scale paid.
Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work
located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging
Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require
them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the
classification rate.
C. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work
located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging
Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require
them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the
classification rate.
Effective August 31, 2012 —A Traffic Control Supervisor shall be present on the project whenever flagging or spotting
or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal
of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian
traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control
Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the
State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012.
D. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines,
towers, dams, bridges, power generation facilities and manufacturing facilities such as chemical plants, etc., or
anywhere abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required.
E. Heavy Construction includes construction, repair, alteration or additions to the production, fabrication or
manufacturing portions of industrial or manufacturing plants, hydroelectric or nuclear power plants and atomic
reactor construction. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00,
Level B: $0.75, Level C: $0.50, And Level D: $0.25.
14
M.-E RCHANT�S
BONDING COMPANY,.
POWER OF ATTORNEY
Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.,
both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually,
Abigail A Bonney; Andrew P Larsen; Carly C Fehringer; Christin M Hubble; Deanna M French; Elizabeth R Hahn; Guy P Armfield; Jana M Roy;
John M Miller; Mariah Sansone; Marie I Matetich; Mason Michael Marks; Mindee L Rankin; Nicholas Fredrickson; Roger Kaltenbach; Ronald J
Lange; Sandy L Boswell; Scott A Garcia; Scott Fisher; Scott McGilvray; Susan B Larson; William M Smith
their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings,
contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity
of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any
actions or proceedings allowed by law.
This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board
of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors
of Merchants National Bonding, Inc., on October 16, 2015.
"The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority
to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and
undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof."
"The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney
or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the
Company, and such signature and seal when so used shall have the same force and effect as though manually fixed."
In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the
Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction
contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department
of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of
its obligations under its bond.
In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given
to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner -
Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation.
In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 24th day of April 2020
•'�10N
y............�o •o�'4'RP�►q'�ro MERCHANTS BONDING COMPANY (MUTUAL)
MERCHANT NATIONAL BONDING, INC.
2003 40 : y^ 1933 .. c By
:d�• : •'�, .mod;. .�
+' President
STATE OF IOWA `"""`'. . • • •
COUNTY OF DALLAS ss.
On this 24th day of April 2020 before me appeared Larry Taylor, to me personally known, who being by me duly sworn
did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the
seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf
of the Companies by authority of their respective Boards of Directors.
�PatA� s POLLY MASON
0 Commission Number 7505760.�p
My Commission Expires
• /eWW • January 07, 2023 Notary Public
(Expiration of notary's commission
does not invalidate this instrument)
I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby
certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full
force and effect and has not been amended or revoked. ah
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this U day of jLffl�_U .2020
roc, . oRpRq . a ; �:' e� ��' ��'• �j� !'
x ' 2003 :�k7? 1933 c' Secretary
sa
9
POA 0018 (1/20) •,+ +e+.+ai'J�
CITY OF
Akt*�, Federal Way
BUSINESS REGISTRATION
License Number 20-14-105028-00-BL
Non -Resident Business
Registered: NORTHEAST ELECTRIC LLC
1780 DOWN RIVER DR
WOODLAND OR 98674 Expires: 12/31/2019
Category: 1.730 - Contractors- Electrical Work
Conditions: This license is non -transferable.
Please notify the City Clerk's office of any change in your business such as a new
location or business name.
City Clerk, City of Federal Way
This certifies that the above entity has been issued the registration or license listed.
City of Federal Way - Licensing FEDERAL WAY WA 98003
DAN HALBERG
NORTHEAST ELECTRIC LL
1780 DOWN RIVER Dr.
WOODLAND WA 98674
5/27/2020 Corporations and Charities System
BUSINESS INFORMATION
Business Name:
NORTHEAST ELECTRIC, LLC
UBI Number:
602 482 576
Business Type:
WA LIMITED LIABILITY COMPANY
Business Status:
ACTIVE
Principal Office Street Address:
1780 DOWN RIVER DR, WOODLAND, WA, 98674-9699, UNITED STATES
Principal Office Mailing Address:
1780 DOWN RIVER DR, WOODLAND, WA, 98674-9699, UNITED STATES
Expiration Date:
03/31/2021
Jurisdiction:
UNITED STATES, WASHINGTON
Formation/ Registration Date:
03/11/2005
Period of Duration:
PERPETUAL
Inactive Date:
Nature of Business:
OTHER SERVICES, ELECTRICAL CONTRACTOR
REGISTERED AGENT INFORMATION
Registered Agent Name:
DANIEL P HALBERG
Street Address:
1780 DOWN RIVER DR, WOODLAND, WA, 98674-9699, UNITED STATES
Mailing Address:
GOVERNORS
Title
Governors Type
GOVERNOR
INDIVIDUAL
GOVERNOR
INDIVIDUAL
GOVERNOR
INDIVIDUAL
GOVERNOR
INDIVIDUAL
Entity Name
First Name
DANIEL
BARRI
TROY
STEVEN
Last Name
HALBERG
HALBERG
HALBERG
HALBERG
https://ccfs.sos.wa.gov/#/BusinessSearch/BusinessInformation 1/1