Loading...
AG 20-539 - APPLY-A-LINE, LLCRETURN TO: PW ADMIN EXT: 2700 ID #: 3778 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM . ORIGINATING DEPT/Div: PUBLIC WORKS / Capital Projects ORIGINATING STAFF PERSON. Naveen Chandra EXT: 2729 3. DATE REQ. B%: 7/22/20 TYPE OF DOCUMENT (CHECK ONE): O CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) O PUBLIC WORKS CONTRACT p SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT O MAINTENANCE AGREEMENT O GOODS AND SERVICE AGREEMENT O HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) O ORDINANCE O RESOLUTION O CONTRACT AMENDMENT (AG#): O INTERLOCAL ❑ OTHER 4. PROJECT NAME: Greenway Pavement Markinqs Phase (2020) Project i. NAME OF CONTRACTOR: Apply -A -Line ADDRESS: 175 ROY ROAD SW BLDG C.. PACIFIC-1_WA 98047 TELEPHONE: 253-299-1200_ E-MAIL: rap@appIaEi_n-e: cant AIVQiOR mailaplyaline.com FAX: SIGNATURE NAME: RON REILY TITLE: ASSISTANT VICE PR .^ - i. EXHIBITS AND ATTACHMENTS: O SCOPE, WORK OR SERVICES O COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHEF REFERENCED EXHIBITS O PROOF OF AUTHORITY TO SIGN ❑O REQUIRED LICENSES O PRIOR CONTRACT/AMENDMENTS CFW LICENSE #-00-105367-00 til,, EXP. 12/31/ 20 uBi # 600 553 941 EXP. '. TERM: COMMENCEMENT DATE: NTP Letter COMPLETIONDATE: Upon Completion i. TOTAL COMPENSATION: $ 107,300.00 (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: O YES O NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: O YES RETAINAGE: RETAINAGE AMOUNT: O NO IF YES, $ PAID BY: ❑ CONTRACTOR O CITY ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE TO: 306-4400-220-595-62-110 I. DOCUMENT / CONTRACT REVIEW 8 PROJECT MANAGER 8 DIVISION MANAGER A DEPUTY DIRECTOR A DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) 8 LAW DEPT INITIAL / DATE REVIEWED See original rouling form. See original routing form. See originadl routing form. Sea original routing lam. See original rouling form. INITIAL / DATE APPROVED NCf7-14-20 SLH 7/14/2020 DSW 7/14/2020 i ER 7/22/2020 0. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: 7/6120 SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 7/21/20 1. CONTRACT SIGNATURE ROUTING ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: _ DATE REC'D: ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL / DATE SIGNED ❑ FINANCE DEPARTMENT syz 1pj f two "-'LAW DEPT SIGNATORY MAYO R DIRECTOR) CITY CLERK ❑ ASSIGNED AG # ❑ SIGNED COPY RETURNED 'OMMENTS: :XECUTE "ORIGINALS U2620 17=4©r • x,0:101 n RETURN TO: PW ADMIN EXT: 2700 ID #: 3764 CITY OF FEDERAL WAY LAW DEPAR . ORIGINATING DEPT/DIv: PUBLIC WORKS / CAPITAL ORIGINATING STAFF PERSON: NAVEEN CHANDRA EXT: 2729 3. DATE REQ. BY: 6, 1 S/2f1 TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.G, RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/ CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION ❑ CONTRACT AMENDMENT(AG#): ❑ INTERLOCAL ❑ OTHER L PROJECT NAME: GREENWAY PAVEMENT MARKINGS PHASE I (2020) PROJECT i. NAMI-OF CONTRACTOR:TBD ADDRESS: _ E-MAIL: SIGNATURE N TELEPHONE: FAX: i. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE # BL, EXP. 12/31 / UBI # EXP. '. TERM: COMMENCEMENT DATE:TBD COMPLETION DATE: UPON COMPLETION i. TOTAL COMPENSATION: $ (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑ YES RETAINAGE: RETAINAGE AMOUNT: ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE To: 306-4400-220-595-62-110 1. DOCUMENT / CONTRACT REVIEW ❑ PROJECT MANAGER ❑ DIVISION MANAGER ❑ DEPUTY DIRECTOR ❑ DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) ❑ LAW DEPT INITIAL / DATE REVIEWED NC/6-11-20 SH 6/11/20 DSW 6/12/20 EJW 6/15/2020 ER 6/12/2020 O. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: SCHEDULED COUNCIL DATE: 1. CONTRACT SIGNATURE ROUTING INITIAL / DATE APPROVED COMMITTEE APPROVAL DATE: COUNCIL APPROVAL DATE: ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC'D: ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL / DATE SIGNED ❑ FINANCE DEPARTMENT ❑ LAW DEPT ❑ SIGNATORY (MAYOR OR DIRECTOR) ❑ CITY CLERK ❑ ASSIGNED AG # ❑ SIGNED COPY RETURNED AG# DATE SENT: ;OMMENTS: 'HIS IS THE SANTE RFP WHICH WAS APPROVED FOR 2020 PAVEMENT MARKINGS BUT WE ARE BIDDING GRF.FNWAY PORTIQN' WITH REDUCED 'COPE DUE TO COST , L NEW SMALL PUBLIC WORKS TEMPLATE I On" BID AND SMALL PUBLIC WORKS CONTRACT AND SPECIFICATIONS FOR GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT PROJECT # 220 Quotes Accepted Until 11:00 a.m., June 23, 2020 FES OV 1V A S1 LIJ fl �V"" Prepared By: City of Federal Way Public Works Department 33325 8t' Avenue South Federal Way, WA 98003 The contract plans and specifications for this Project have been reviewed and approved by: r. Public Works Director/Deputy Public Works Director CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT RFQ-1 PROJECT # 220 CFW RFQ VERSION 2020 -JUNE TABLE OF CONTENTS PAGE NOTICE TO CONTRACTORS................................................................................................................................3 INSTRUCTIONS TO BIDDERS & CHECKLISTS..................................................................................................4 QUOTE....................................................................................................................................................................6 CONTRACTOR WAGE LAW COMPLIANCE CERTIFICATION.........................................................................10 SMALLPUBLIC WORKS CONTRACT...............................................................................................................11 SAMPLE CONTRACT CHANGE ORDER...........................................................................................................18 CERTIFICATE OF INSURANCE..........................................................................................................................20 PERFORMANCE AND PAYMENT BOND...........................................................................................................21 CONTRACTOR'S RETAINAGE OPTION............................................................................................................23 RETAINAGE BOND TO CITY OF FEDERAL WAY.............................................................................................24 SPECIALPROVISIONS........................................................................................................................................... STANDARDPLANS AND DETAILS........................................................................................................................ PREVAILING WAGES AND BENEFIT CODE KEY................................................................................................. PROJECT PLANS............................................................................................................. BOUND SEPARATELY CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT RFQ-2 PROJECT # 220 CFW RFQ VERSION 2020,1UNE NOTICE TO CONTRACTORS GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT The City of Federal Wav extends this invitation to bid to selected contractors listed with the MRSC Small Works Roster. This proiect is a small public works proiect and will be awarded under the small works roster process. PURPOSE: The City of Federal Way ("City") is requesting quotes for the Greenway Pavement Markings Phase 1 (2020) Project. Quotes will be received via email only to PW_Bids@cityoffederalway.com on June 23, 2020 at 11:00 a.m. Quotes received after that time and date will not be considered. This project shall consist of: Installation of pavement markings including providing traffic control services at various locations within City of Federal Way. The City anticipates awarding this project to the successful bidder and intends to give Notice to Proceed as soon as the Contract and all required documents are executed in full. Regardless of the date of award or Notice to Proceed, the Contractor must complete all work within 60 working days or by October 30, 2020 whichever occurs first. BID DOCUMENTS: Plans, Specifications, and Addenda can be found at ftp://ftp.cii..yoffedaralway.com/Outbox/Greeti",ay° �2OPavernent"r�,2OMatltiincis"/`2OPhase°i,.:zD'1 ",/n202020' "o20Proie ct/ QUESTIONS: Any questions must be directed to Naveen G. Chandra, P.E., Senior Capital Engineer, by email at Naveen.ChandraLcDcityoffederalwa. OTHER PROVISIONS: All quotes and this Project shall be governed by the Contract, as defined by the Washington State Department of Transportation Standard Specifications for Road, Bridge, and Municipal Construction 2020 (Standard Specifications), which is incorporated by this reference as though set forth in full. All quotes shall be in accordance with the Contract. The City, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49 C.F.R., Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally -assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an award. The City encourages minority and women -owned firms to submit bids consistent with the City's policy to ensure that such firms are afforded the maximum practicable opportunity to compete for and obtain public contracts. The City of Federal Way reserves the right to reject any and all quotes, waive any informalities or minor irregularities in the solicitation process, and determine which quote or bidder meets the criteria set forth in the bid documents. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT RFQ-3 PROJECT # 220 CFW RFQ VERSION 2020 -JUNE INSTRUCTIONS TO BIDDERS & CHECKLISTS (1) NOTICE TO CONTRACTORS AND CONTRACT DOCUMENTS Contractors must comply with the bidder instructions in the Notice to Contractors and the Contract Documents. (2) EXAMINATION OF QUOTE AND CONTRACT DOCUMENTS — BIDDER RESPONSIBILITIES The submission of a quote shall constitute an acknowledgment upon which the City may rely that the bidder has thoroughly examined and is familiar with the bid and Small Public Works Contract and the other Contract Documents, the Project site, the availability of materials and labor, publically available information, and has reviewed and inspected all applicable federal, state, and local statutes, regulations, ordinances and resolutions dealing with or related to the equipment and/or services to be provided herein. The failure or neglect of a bidder to examine such documents, statutes, regulations, ordinances or resolutions shall in no way relieve the bidder from any obligations with respect to the bidder's quote or the contract documents. No claim for additional compensation will be allowed which is based upon a lack of knowledge of any contract documents, statutes, regulations, ordinances or resolutions. Bidders shall visit delivery and service locations(s) as required. Bidders shall become familiar with and verify any environmental factors, which may impact current or future prices for this requirement. (3) INTERPRETATION OF QUOTE AND CONTRACT DOCUMENTS No oral clarifications, interpretations, or representation will be made to any,bidder as to the meaning of the quote or Contract Documents. Bidders shall not rely upon any oral statement or conversation they may have with City's employees, agents, representatives, consultants, or design professionals regarding the Contract Documents, whether at the pre-bid meeting or otherwise and no oral communications will be binding upon the City. Any questions must be directed to Naveen G. Chandra, P.E., Senior Capital Engineer, by email at Naveen,Cl-aridi,a((�'citvoffecl4ralwv.cofi-, Any interpretation deemed necessary by the City will be in the form of an Addendum to the bid documents and when issued will be sent as promptly as is practical to all parties to whom the bid documents have been issued. All such Addenda shall become part of the bid. (4) QUOTE PRICE The quote price shall include everything necessary for the completion of the Contract and the Work including, but not limited to, furnishing all materials, equipment, tools, freight charges, facilities and all management, superintendence, labor and service, except as may be provided otherwise in the Contract Documents. All Washington State sales tax and all other government taxes, assessments and charges shall be included in the various Bid item prices as required by law. The offer shall remain in effect ninety (90) days after the bid opening. (5) POSTPONEMENT OF QUOTE OPENING The City reserves the right to postpone the date and time for receiveing the quotes by Addendum at any time prior to the bid opening date and time announced in these documents. (6) REJECTION OF BIDS The City reserves the right to reject any quote for any reason including, but not limited to, the reasons listed in Special Provisions Section 1-02.13. The City further reserves the right to reject any portion of any quotes and/or to reject all quotes. In consideration for the City's review and evaluation of its quote, the bidder waives and releases any claims against the City arising from any rejection of any or all quotes. If, in the opinion of the City, there is reason to believe that collusion exists among bidders, none of the bids of the participants in such collusion will be considered. (7) RECYCLED PRODUCTS The Contractor shall use recycled paper for proposals and for any printed or photocopied material created pursuant to a contract with the City whenever practicable and use both sides of paper sheets for reports submitted to the City whenever practicable. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT RFQ-4 PROJECT # 220 CFW RFQ VERSION 2020 -JUNE (8) BIDDER'S CHECKLIST The bidder's attention is especially called to the following forms, which must be executed in full as required. Failure to comply may result in rejection of any bid not so complying. ❑Quote: The Quote shall be completed and fully executed, including filling in the total bid amount. ❑ Contractor Certification — Wane Law Compliance: This form shall be filled in and fully executed by the bidder. (9) CONTRACT CHECKLIST The following documents are to be executed and delivered to the City after the Bid is awarded: ❑ Small Public Works Contract: The successful bidder will fully execute and deliver to the City the Small Public Works Contract ("Contract") from these Bid Documents. ❑ Certificate of Insurance: The successful bidder will provide a Certificate of Insurance evidencing the insurance requirement set forth in the Contract. ❑ Perform ance/Paym_ent Bond: The successful bidder will provide a fully executed Performance/Payment Bond as appropriate or in lieu of a bond, option to authorize the City to retain ten percent (10%). ❑ Contractor's Retainage Option: The successful bidder will fully execute and deliver to the City the Contractor's Retainage Option. ❑ Contractor's Retainage_ Bond: If the retainage bond option is chosen, then the successful bidder will fully execute and deliver to the City the Contractor's Retainage Bond. ❑ Business License: The successful bidder will provide a copy of a current Business License with the City of Federal Way. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT RFQ-5 PROJECT # 220 CFW RFQ VERSION 2020 -JUNE QUOTE GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT QUOTE SUBMITTED VIA EMAIL TO: PW Bids@cityoffederalway.com Subject line "Bid Submittal — GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT" QUOTE SUBMITTED BY: Bidder: Apply -A -Line, LLC Full Legal Name of Firm Contact: Ron Reilly Individual with Legal Authority to sign Bid and Contract Address: 175 Roy Rd SW Bldg C Street Address Pacific WA 98047 City, State Zip Phone: 253.299-1200 E -Mail: mail@applyaline.com Select One of the Following: ❑ Corporation ❑ Partnership. ❑ Individual x Other State Contractor's License No.: APPLYLL8340J State Contractor's License Expiration Date: 09 1 11 1 2021 Month Day Year State UBI No.: 600-553-941 State Worker's Comp. Account No - 879-987-00 CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT RFQ-6 PROJECT # 220 CFW RFQ VERSION 2020 -JUNE NOTE: All entries shall be written in ink or typed. Unit prices for all items, all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only, in dollars and cents to two (2) decimal places (including for whole dollar amounts). AR figures must be cleariy legible. Bids with illegible figures in the unit price column will be regarded as nonresponsive. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. The Bidder shall complete this entire Bid Form or. this bid may be considered non-responsive. The City may correct obvious mathematical errors. The City of Federal Way reserves the right to reject any and all bids, waive any informalities or minor irregularities in the bidding, and determine which bid or bidder meets the criteria set forth in the bid documents. SCHEDULE A: ROADWAY IMPROVEMENTS All unitprices shall include applicable sales tax (Roadway improvements) Item No. Spec. Div. Bid Item Description Unit Plan Qty Unit Price Amount $2,000.00 �$ 7,500.00 $35,000.00 1 1-04 UNEXPECTED SITE CHANGES FA 1 $2,000.00 $7,500.00 2 1-09 IMOBLIZATION LS 1 3 1-10 PROJECT TEMPORARY TRAFFIC CONTROL LS 1 $35,000.00 4 1-10 PROJECT SIGNS (4'X8') 8-22 PLASTIC BiKE DETECTION SYMBOL 8-22 PLASTIC SHARED LANE MARKINGS EA 2 $ 550.00 $ 1,100.00 4 5 EA 21 $150.00 $ 3,150.00 EA 88 $ 350.00 $30,800.00 6 8-22 PAINT SHARED LANE MARKINGS EA 473 $60.00 $28,380.00 TOTAL — SCHEDULE A $107,930.00 The documents incorporated by reference, as if fully set forth, are the Notice to Contractors, the Instructions to Bidders and Checklists, the Contractor's Quote (including all forms and supplemental information listed on the Bidders Checklist), the Contract Documents (including Project Plans, Specifications, and all Appendices, Amendments, and Supplemental Reports & Information), the Contract Provisions (including all forms and supplemental information listed on the Contract Checklist), the version of the Washington State Standard Specifications for Road, Bridge, and Municipal Construction identified herein, and any other documents provided to bidders and/or referenced in or referred to by the Contract Documents. Pursuant to and in compliance with the Notice to Contractors for the Project, and other documents relating thereto, the undersigned has carefully examined all of the bid and contract documents, considered conditions which may affect the delivery, supply and maintenance for the Project, and hereby proposes to furnish all labor, materials and perform all work as required in strict accordance with the contract documents, for the referenced bid amount, inclusive of Washington State sales tax and all other government taxes, assessments and charges as required by law. NON -COLLUSION AFFIDAVIT By signing this quote, the undersigned acknowledges that the person(s), firm, association, or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with this project. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT RFQ-7 PROJECT # 220 CFW RFQ VERSION 2020 -JUNE To report rigging activities, call 1-800-424-9071. The U.S. Department of Transportation (USDOT) operates the toll-free hotline Monday through Friday, 8:00 a.m. to 5:00 p.m., Eastern Time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the hotline to report such activities. The hotline is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. CONFLICTS OF INTEREST GRATUITIES & NON-COMPETITIVE PRACTICES By signing this quote, the undersigned agrees as follows: (1) That it has no direct or indirect pecuniary or proprietary interest, that it shall not acquire any interest which conflicts in any manner or degree with the work, services, equipment or materials required to be performed and/or provided under this contract and that it shall not employ any person or agent having any such interests. In the event that the Contractor or its agents, employees or representatives hereafter acquires such a conflict of interest, it shall immediately disclose such interest to the City and take action immediately to eliminate the conflict or to withdraw from this contract, as the City may require; and (2) That no person or selling agency except bona fide employees or designated agents or representatives of the Contractor have been employed or retained to solicit or secure this contract with an agreement or understanding that a commission, percentage, brokerage, or contingent fee would be paid; and (3) That no gratuities in the form of entertainment, gifts or otherwise, were offered or given by the Contractor or any of its agents, employees or representatives, to any official, member or employee of the City or other governmental agency with a view toward securing this contract or securing favorable treatment with respect to the awarding or amending, or the making of any determination with respect to the performance of this contract. AFFIDAVIT OF ELIGIBILITY The Contractor certifies that it is properly licensed and registered under the laws of the State of Washington and has not been determined to have been in violation of RCW 50.12.070(1)(b), RCW 51.16.070(1)(b), or RCW 82.32.070(2) within the last two years. The Contractor further certifies that it has not been determined, within the last one year, to have committed any combination of two of the following violations or infractions within a five year period: (1) Violated RCW 51.48.020(1) or 51.48.103; or (2) Committed an infraction or violation under Chapter 18.27 RCW. CERTIFICATION OF LAWFUL EMPLOYMENT The Contractor hereby certifies that it has complied with all provisions of the Immigration and Nationality Act now or as herein after amended, 8 U.S.C. 1101 et. Seq., and that all employees, including subcontractor employees, are lawfully permitted to perform work in the United States as provided in this agreement with the City of Federal Way. Receipt of the following Addendums is hereby acknowledged: Addendum No. 1 Date Issued: 06/22/2020 Addendum No. 2 Date Issued: 06/23/2020 Addendum No. Date Issued: Addendum No. Date Issued: Addendum No. J .. Date Issued: CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT RFQ-8 PROJECT # 220 CFW RFQ VERSION 2020 -JUNE The undersigned individual represents and warrants that he or she is dully authorized to execute the bid and all bid documents on behalf of any partnership, joint venture or corporation. By: Z;�n_ Signature Ron Reilly Printed Name Assistant Vice President Title CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT RFQ-9 PROJECT # 220 CFW RFQ VERSION 2020 -JUNE CONTRACTOR WAGE LAW COMPLIANCE CERTIFICATION FAILURE TO RETURN THIS CERTIFICATION AS PART OF THE BID QUOTE PACKAGE WILL MAKE THIS BID NONRESPONSIVE AND INELIGIBLE FOR AWARD. I hereby certify, under penalty of perjury under the laws of the State of Washington, on behalf of the firm identified below that, to the best of my knowledge and belief, this firm has NOT been determined by a final and binding citation and notice of assessment issued by the Washington State Department of Labor and industries or through a civil judgment entered by a court of limited or general jurisdiction to have willfully violated, as defined in RCW 49.48.082, any provision of Chapters 49.46, 49.48, and 49.52 RCW within three (3) years prior to the date of the Request for Bids. Bidder Name: Apply -A -Line, LLC Print Full Legal Name of Firm By: J� Signature of Authorized Person Title: Assistant Vice President Title of Person Signing Certificate Date: 06/25/2020 Ron Reilly Print Name of Person Making Certifications for Firm Place: Pacific, Washington Print City and State Where Signed CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT RFQ-10 PROJECT # 220 CFW RFQ VERSION 2020 -JUNE SMALL PUBLIC WORKS CONTRACT THIS SMALL PUBLIC WORKS CONTRACT ("Contract") is dated effective this day of 20 and is made by and between the City of Federal Way, a Washington municipal corporation ("City or Owner"), and Apply -A -Line, LLC, a Limited Liablility Company ("Contractor"), for the project known as Greenway Pavement Markings Phase 1 (2020) Project (the "Project"). A. The City desires to retain an independent contractor to furnish all labor and materials necessary to perform work necessary to complete the Project; and B. The Contractor has the requisite skill and experience to perform such work. NOW, THEREFORE, the parties ("Parties") agree to the following terms and conditions: 1. SERVICES BY CONTRACTOR Contractor shall perform all Work and furnish all tools, materials, supplies, equipment, labor and other items incidental thereto necessary for the construction and completion of the Project. Contractor shall perform the Work in a manner consistent with accepted practices for other properly licensed contractors and in accordance with and as described in the Contract Documents, which Work shall be completed to the City's satisfaction, within the time period prescribed by the City and pursuant to the direction of the Mayor or his or her designee. 2. TERM 2.1 This Contract shall commence on the effective date of this Contract and continue until the Project is formally accepted as complete by the City Council, Notice of Project Completion is filed with State agencies, and all bonds for the Project are released by the City. 2.2 The Contractor must complete the Work in accordance with the number of Working Days for the Project as identified in the Contract Documents. With regard to obtaining Substantial Completion and the Completion Date by the Contractor, time is of the essence. In the event the Work is not substantially completed within the time specified in the Contract Documents, Contractor agrees to pay to the City liquidated damages in the amount set forth in the Contract Documents. The parties acknowledge that delays inconvenience the public and cost taxpayers undue sums of money, adding time needed for administration, inspection, and supervision of the Project and diverting City resources from other projects and obligations. 2.3 If the Contractor is unreasonably delayed by others, notification shall be made in writing to the Engineer in accordance with the Contract Documents. Any request for a time extension or additional compensation (including expectancy or consequential damages) allegedly resulting from such delay shall be made in accordance with the procedures of the Contract Documents. Failure to follow the notice procedures in the Contract Documents is a full and complete waiver of Contractor's right to additional time, money, damages, or other relief (including expectancy or consequential damages) as a result of the event or condition giving rise to such request. 3. COMPENSATION 3.1 In consideration of the Contractor performing the Work, the City agrees to pay the Contractor an amount not to exceed One Hundred and Seven Thousand Nine -Hundred Thirtyand 00/100 Dollars ($107,930.00), which amount shall constitute full and complete payment by the City ("Total Compensation"). The Contractor shall be solely responsible for the payment of any taxes imposed by any lawful jurisdiction as a result of the performance and payment of this Contract. 3.2 The City shall pay the Contractor for Work performed under this Contract as detailed in the Bid Quote, which is incorporated herein and made a part hereof by this reference, and as detailed in the Contract Documents. The City shall have the right to withhold payment to the Contractor for any of the Work not completed in a satisfactory manner, in the City's sole and absolute discretion, which shall be withheld until such CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT RFQ-11 PROJECT # 220 CFW RFQ VERSION 2020 -JUNE time as Contractor modifies or repairs the Work so that the Work is acceptable to the City. Payment to the Contractor for partial estimates, final estimates, and retained percentages shall be subject to controlling laws. 3.3 In addition to the requirements set forth in the Contract Documents, the Contractor shall maintain Project cost records by cost codes and shall contemporaneously segregate and separately record, at the time incurred, all costs (1) directly associated with each work activity, (2) directly or indirectly resulting from any event, occurrence, condition, or direction for which Contractor seeks an adjustment in Contract price Contract time, or related to any other Claim or protest. Any work performed for which Contractor intends to seek an adjustment in Contract Price or Contract Time, or related to any other Claim or protest, shall be recorded on the same day the work is performed and kept separate so as to distinguish it from Contract Work. 4. INDEPENDENT CONTRACTOR 4.1 It is the intention and understanding of the Parties that the Contractor shall be an independent contractor and that the City shall be neither liable nor obligated to pay Contractor sick leave, vacation pay or any other benefit of employment, nor to pay any social security or other tax which may arise as an incident of employment. The Contractor shall not conduct itself as nor claim to be an officer or employee of the City. The Contractor shall pay all income and other taxes due. Industrial or any other insurance that is purchased for the benefit of the City, regardless of whether such may provide a secondary or incidental benefit to the Contractor, shall not be deemed to convert this Agreement to an employment contract. It is recognized that Contractor may or will be performing professional services during the Term for other parties; provided, however, that such performance of other services shall not conflict with or interfere with Contractor's ability to perform the Services. Contractor agrees to resolve any such conflicts of interest in favor of the City. Nothing contained in this Contract shall create a contractual or direct relationship with or a cause of action in favor of a Subcontractor or third party against the City, or by the Contractor against the Engineer, or against any of their agents, employees, engineers, or consultants. 4.2 If the Contractor is a sole proprietorship or if this is a contract with an individual, the contractor agrees to notify the City and complete any required form if the Contractor retired under a State of Washington retirement system and agrees to indemnify any losses the City may sustain through the Contractor's failure to do so. 5. INDEMNIFICATION 5.1 Contractor Indemnification. 5.1.1 The Contractor shall indemnify, defend, and hold the City, its elected officials, officers, employees, agents, consultants, and volunteers (collectively "the Indemnified Parties") harmless from any costs or losses, and pay and damages or judgments, related to any claim brought by any person employed in any capacity by the Contractor or subcontractor or supplier (of any tier) performing the Work, with respect to the payment of wages, salaries, or other compensation or benefits including but not limited to benefits such as medical, health, retirement, vacation, sick leave, etc. 5.1.2. To the fullest extent permitted by law, the Contractor shall defend, release, indemnify, and hold harmless the City and the Indemnified Parties for, from, and against any and all claims, demands, losses, costs, damages, suits, actions, expenses, fines, penalties, response costs, and liabilities (including costs and all attorney and expert fees and internal personnel costs of investigation) of whatsoever kind or nature to the extent arising from, resulting from, connected with, or incident to the Contractor's performance or failure to perform this Contract or the Work or its breach of this Contract; provided, however, that if the provisions of RCW 4.24.155 apply to the Work and any injuries to persons or property arising out of the performance of this Contract are caused by or result from the concurrent negligence of the Contractor or its subcontractors, agents, employees, or anyone for whom they are legally liable, and an Indemnified Party, the indemnification and defense obligations under this Section 5.1.2 apply only to the extent of the negligence of the Contractor, its subcontractors, agents, employees, and anyone for whom they are legally liable. 5.1.3 Contractor specifically assumes potential liability for actions brought by the Contractor's own employees or former employees against any Indemnified Party, and for that purpose Contractor waives any immunity that may be granted to it under the Washington State Industrial Insurance Act, Title 51 RCW. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT RFQ-12 PROJECT # 220 CFW RFQ VERSION 2020 -JUNE Contractor's indemnification shall not be limited in any way by any limitation on the amount of damages, compensation or benefits payable to or by any third party under workers' compensation acts, disability benefit acts or any other benefits acts or programs. Provided, however, the Contractor's waiver of immunity by the provisions of this paragraph extends only to claims against the Contractor by any Indemnified party, and does not include, or extend to, any claims by the Contractor's employee directly against the Contractor. The Contractor recognizes that this waiver was specifically entered into. 5.2 Contractor Release. Any deviation, alteration, variation, addition, or omission in the Work by Contractor from the Contract Documents shall preclude Contractor from bringing any Claim or request for additional time or compensation on the basis of an alleged defect or error in the Contract Documents related to or arising, in any way, from that deviation, alteration, variation, addition, or omission. The Contractor further warrants that any alteration, variation, deletion, or omission fully complies with or exceeds all requirements of the Contract Documents and assumes all risk thereof. 5.3 Survival. The provisions of this Section shall (1) survive the expiration or termination of this Contract with respect to any event occurring prior to such expiration or termination, final payment hereunder, and any applicable statute of repose with respect to claims, fines, costs or damages brought or made against any Indemnified Party; (2) shall not be limited by RCW 4.16326(g); and (3) are in addition to any other rights or remedies which the City and/or any of the Indemnified Parties may have by law or under this Contract. 5.4 Offset. In the event of any claim or demand made against any Indemnified Party hereunder, the City may, in its sole discretion, reserve, retain or apply any monies due to the Contractor under the Contract or any other agreement or contract with the City for the purpose of resolving such claims; provided, however, that the City may, in the City's sole discretion, release such funds if the Contractor provides the City with adequate assurance of the protection of the City's and the other Indemnified Parties interests. 5.5 The Contractor shall ensure that each Subcontract includes a provision requiring each Subcontractor to indemnify and defend the City and the Indemnified Parties in the same manner, to the same extent, and for the same duration as Contractor agrees to indemnify and defend the City and the Indemnified Parties in this Section 5. 6. OWNERSHIP OF DOCUMENTS All originals and copies of work product, including plans, sketches, layouts, designs, design specifications, records, files, computer disks, magnetic media, all finished or unfinished documents or material which may be produced or modified by Contractor while performing the Work, whether or not required to be furnished to the City, shall become the property of the City, shall be delivered to the City at its request, and may be used by the City without restriction. 7. PATENTS, COPYRIGHTS, AND RIGHTS IN DATA 7.1 Any patentable result or material suitable for copyright arising out of this Contract shall be owned by and made available to the City for public use, unless the City shall, in a specific case where it is legally permissible, determine that it is in the public interest that it not be so owned or available. 7.2 The Contractor agrees that the ownership of any plans, drawings, designs, specifications, computer programs, technical reports, operating manuals, calculations, notes and other work submitted or which is specified to be delivered under this Contract, whether or not complete (referred to in this subsection as "Subject Data"), is hereby irrevocably transferred and assigned to the City and shall be vested in the City or such other local, state or federal agency, if any, as may be provided by separate contract with the City. The Contractor shall execute and deliver such instruments and take such other action(s) as may be requested by the City to perfect or protect the City's rights to such Subject Data and work product, and to perfect the assignments and transfers contemplated in Sections 6 and 7. 7.3 All such Subject Data furnished by the Contractor pursuant to this Contract, other than documents exclusively for internal use by the City, shall carry such notations on the front cover or a title page (or in such case of maps, in the same block) as may be requested by the City. The Contractor shall also place their CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT RFQ-13 PROJECT # 220 CFW RFQ VERSION 2020 -JUNE endorsement on all Subject Data furnished by them. All such identification details shall be subject to approval by the City prior to printing. 7.4 The Contractor shall ensure that substantially the foregoing paragraphs in Sections 6 and 7 are included in each subcontract for the work on the Project. 8. GENERAL PROVISIONS 8.1 Entire Contract. The Contract Documents contain all of the agreements of the Parties with respect to any matter covered or mentioned in this Contract and no prior agreements or understandings pertaining to any such matters shall be effective for any purpose. In entering into this Contract, neither party has relied upon any statement, estimate, forecast, projection, representation, warranty, action or agreement of the other party except for those expressly contained in the Contract Documents. 8.2 Documents. The documents incorporated by reference, as if fully set forth in this Contract, are the Notice to Contractors, the Instructions to Bidders and Checklists, the Contractor's Quote (including all forms and supplemental information listed on the Bidders Checklist), the Contract Documents (including Project Plans, Specifications, and all Appendices, Amendments, and Supplemental Reports & Information), the Contract Provisions (including all forms and supplemental information listed on the Contract Checklist), the version of the Washington State Standard Specifications for Road, Bridge, and Municipal Construction identified herein, and any other documents provided to bidders and/or referenced in or referred to by the Contract Documents. 8.3 Modification. No provisions of this Contract, including this provision, may be amended or added to except by agreement in writing signed by the Parties or their respective successors in interest in accordance with the Contract Documents. 8.4 Change Orders. In addition to its rights under the Contract Documents, the City may unilaterally issue a Change Order at any time making changes within the general scope of the Contract, without invalidating the Contract and without providing notice to sureties. The City's issuance of a unilateral Change Order shall not be construed as a waiver of any rights afforded the City, including its right to reject a prior protest or request for change or Claim due to untimeliness or the Contractor's failure to fully comply with the requirements of the Contract Documents, or to void the unilateral Change Order due to unilateral mistake, misrepresentation, or fraud. 8.5 Total Cost Method / Claims. In no event shall a Total Cost Method or a modified Total Cost Method be used by the Contractor to calculate any adjustments to the Contract price. For the purpose of this provision, any cost method, or variety of cost methods, using the difference between the actual cost of the Work and the Bid or Contract price of the Work to calculate any additional compensation or money owed to the Contractor shall be considered a Total Cost Method. In addition, the City shall not be responsible for, and the Contractor shall not be entitled to, any compensation for unallowable costs. Unallowable costs include, but are not limited to: (i) interest or attorneys' fees, except as mandated by statute; (ii) Claim preparation or filing costs; (iii) the costs of preparing notices or protests; (iv) lost profits, lost income, or lost earnings; (v) costs for idle equipment when such equipment is not at the Site, has not been employed in the Work, or is not scheduled to be used at the Site; (vi) claims consulting costs; (vii) expert fees and costs; (viii) loss of other business; and/or (ix) any other special, consequential, expectancy, incidental, or indirect damages incurred by the Contractor, Subcontractors, or suppliers. 8.6 Warranties and Guarantees. In addition to the requirements of the Contract Documents, the Contractor warrants that all portions of the Work that will be covered by a manufacturer's or supplier's guarantee or warranty shall be performed in such a manner so as to preserve all rights under such guarantees or warranties. If the City attempts to enforce a claim based upon a manufacturer's or supplier's guarantee or warranty and such manufacturer or supplier refuses to honor such guarantee or warranty based, in whole or in part, on a claim of defective installation by the Contractor or a Subcontractor, the Contractor shall be responsible for any resulting loss or damage, and repairs, incurred by the City as a result of the manufacturer's or supplier's refusal to honor such guarantee or warranty. This obligation survives termination of this Contract. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT RFQ-14 PROJECT # 220 CFW RFQ VERSION 2020 -JUNE 8.7 Full Force and Effect. Any provision of this Contract, which is declared invalid, void or illegal, shall in no way affect, impair, or invalidate any other provision hereof and such other provisions shall remain in full force and effect. 8.8 Assignment. The Contractor shall not transfer or assign, in whole or in part, any or all of its obligations and rights hereunder without the prior written consent of the City. In the event the City consents to any such assignment or transfer, such consent shall in no way release the Contractor from any of its obligations or liabilities under this Contract. 8.9 Successors In Interest. Subject to the preceding Subsection, this Contract shall be binding upon and inure to the benefit of the Parties' successors in interest, heirs and assigns. 8.10 Time Limitation and Venue. For the convenience of the parties to the Contract it is mutually agreed by the parties that any claims, causes of action, or disputes which the Contractor has against the City arising from the Contract shall be brought within the following time period: (i) 180 calendar days from the date of Substantial Completion for those claims, causes of action, or disputes arising prior to the date of Substantial Completion, and (ii) 180 calendar days from the date of Final Acceptance of the Contract by the City for those claims, causes of action, or dispute arising after the date of Substantial Completion. It is further agreed that the venue for any claim, cause of action, or dispute related to this Contract shall be King County, Washington, which shall have exclusive jurisdiction over any such case, controversy, or dispute. The parties understand and agree that the Contractor's failure to bring suit within the time period provided, shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims, causes of action, or disputes which the Contractor asserts against the City arising from the Contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims, action, or dispute. 8.11 No Waiver. Failure of the City to declare any breach or default immediately upon occurrence thereof, or delay in taking any action in connection with, shall not waive such breach or default. Failure of the City to declare one breach or default does not act as a waiver of the City's right to declare another breach or default. 8.12 Sole Authority/Discretion/Judgment. Where the Contract Documents provide the City or its Engineer with "sole" authority, discretion, or judgment, such authority, discretion, or judgment shall be considered unconditional and absolute. 8.13 Governing Law. This Contract shall be made in and shall be governed by and interpreted in accordance with the laws of the State of Washington. 8.14 Authority. Each individual executing this Contract on behalf of the City and Contractor represents and warrants that such individuals are duly authorized to execute and deliver this Contract on behalf of the Contractor or City. 8.15 Engineer. The Engineer is the City's representative who directly supervises the engineering and administration of a construction Contract. The Engineer's authorities, duties, and responsibilities are limited to those specifically identified in the Contract Documents. Designation of an individual or entity as the Engineer for the Project is solely to identify the representative of the City as the entity to act as the Engineer as described in the Contract Documents. Using the term "engineer" does not imply that such entity or person is a licensed professional engineer or an engineering company and does not import any additional obligations upon the actions of the Engineer that may govern licensed professional engineers when performing engineering services. The Engineer for this Project is designated as: Naveen G. Chandra, P.E., Senior Capital Engineer, City of Federal Way, Washington. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT RFQ-15 PROJECT # 220 CFW RFQ VERSION 2020 -JUNE 8.16 Notices. Any notices required to be given to Contractor or to the Engineer shall be delivered to the Parties at the addresses set forth below. Any notices may be delivered personally to the addressee of the notice or may be deposited in the United States mail, postage prepaid, to the address set forth herein. Any notice so posted in the United States mail shall be deemed received three (3) days after the date of mailing. CONTRACTOR: Apply -A -Line, LLC Attn: Ron Reilly, Assistant Vice President 175 Roy Road SW Bldg C Pacific, WA 98047 ENGINEER: City of Federal Way Attn: Naveen G. Chandra, P.E., Senior Capital Engineer 33325 8th Ave S Federal Way, WA 98003 8.17 Captions. The respective captions of the Sections of this Contract are inserted for convenience of reference only and shall not be deemed to modify or otherwise affect in any respect any of the provisions of this Contract. 8.18 Performance. Time is of the essence of this Contract and each and all of its provisions in which performance is a factor. Adherence to completion dates is essential to the Contractor's performance of this Contract. 8.19 Compliance with Ethics Code. If a violation of the City's Ethics Resolution No. 91-54, as amended, occurs as a result of the formation and/or performance of this Contract, this Contract may be rendered null and void, at the City's option. 9. PERFORMANCE/PAYMENT BOND Pursuant to RCW 39.08.010, the Contractor's payment and performance bonds must be conditioned upon: (i) faithful performance of all of the provisions of the Contract, including warranty obligations; (ii) the payment of all laborers, mechanics, Subcontractors, and Suppliers, and all persons who supply such persons with provisions or supplies in carrying out the Work; and (iii) payment of any taxes, liabilities, increases, or penalties incurred on the Project under Titles 50, 51, and 82 RCW which may be due on (a) projects referred to in RCW 60.28.011(1)(b), and (b) projects for which the bond is conditioned on the payment of such taxes, liabilities, increases, or penalties. Contractor's obligations under this Contract shall not be limited to the dollar amount of the bond. Alternatively, pursuant to RCW 39.08.010, at the option of Contractor, if the value of this Contract is less than One Hundred Fifty Thousand Dollars ($150,000.00), the City may, in lieu of a bond, retain ten percent (10%) of the Contract amount for a period of thirty (30) days after the date of final acceptance, or until receipt of all necessary releases from the Department of Revenue and the Department of Labor and Industries and settlement of any liens filed under Chapter 60.28 RCW, whichever is later. The Contractor must notify the City in writing if it elects to take this alternative. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT RFQ-16 PROJECT # 220 CFW RFQ VERSION 2020 -JUNE DATED the day and year set forth above. CITY OF FEDERAL WAY: V ^ e Jim Ferrell, Mayor 33325 8th Avenue South Federal Way, WA 98003-6325 ATTEST: iim W& h nie Courtney, CM ity Clerk APPROVED AS TO FORM: J. Ryan Call, City Attorney NOTARY OF CONTRACTOR'S SIGNATURE: STATE OF WASHINGTON ) ) ss. COUNTY OF PIERCE } CONTRACTOR - 4 Signature of Authorized Individual Ron Reilly. Assisstant Vice President Printed Name of Authorized Individual 175 Roy Road SW Bldg C Street Address Pacific WA 98047 City, State, Zip On this day personally appeared before me Ron Reilly, to me known to be the Assistant Vice Presidnet of Apply -A -Line, LLC that executed the foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that he/she was authorized to execute said instrument and that the seal affixed, if any, is the corporate seal of said corporation. GIVEN my hand and official seal this SANDRA L SABLAN Notary Pubii. State of Washinato,. Commission # 9087' My Comm. Expires Mar 29, 2023 30th ay of July 202Q Sandr ably 4 (typed/printed name of notary) Notary Public in and for the State of Washington. My commission expires 03/29/2023 CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT RFQ-17 PROJECT # 220 CFW RFQ VERSION 2020 -JUNE PROJECT NUMBER SAMPLE CONTRACT CHANGE ORDER AGREEMENT NUMBER PROJECT TITLE CHANGE ORDER NUMBER EFFECTIVE DATE SUMMARY OF PROPOSED CHANGES: This Change Order covers the work changes summarized below: The time provided for completion in the Contract is CONTRACTOR ❑ Unchanged ❑ Increased by_ Working Day(s) ❑ Decreased by_ Working Day(s) This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑ Yes ❑ No If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No MODIFICATIONS TO UNIT PRICES: PREVIOUS REVISED ITEM NO. ITEM QTY UNIT PRICE UNIT PRICE ADD OR DELETE THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE: ITEM NO. ITEM QTY UNIT PRICE ADD OR DELETE TOTAL NET CONTRACT: DEPARTMENT RECAP TO DATE: INCREASE DECREASE $ ORIGINAL CONTRACT AMOUNT $ PREVIOUS CHANGE ORDERS $ THIS CHANGE ORDER $ NEW CONTRACT AMOUNT $ STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. The execution of this Change Order shall constitute full satisfaction and a waiver of any and all CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT RFQ-18 PROJECT # 220 CFW RFQ VERSION 2020,JUNE claims by the Contractor arising out of, or relating in any way to, the Work identified, to be performed, or deleted pursuant to Change Order except as specifically described in this Change Order. CONTRACTOR'S SIGNATURE DATE PUBLIC WORKS DIRECTOR DATE Contract Charge Order provided for Contractor's reference. Change orders executed during the project Will use this form. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT RFQ-19 PROJECT # 220 CFW RFQ VERSION 2020 -JUNE GERTQRCATE OF NSURANC Contractor's Certificate (,)f Insurance to be inserted here during Contract Execution CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT RFQ-20 PROJECT # 220 CFW RFQ VERSION 2020-1UNE APPLINC-01 LMORELI CERTIFICATE OF LIABILITY INSURANCE DAT D/YYYY) 7128122ar202o THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS ERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES ELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). . ..... .... CONTACT... PRODUCER I_NAME .... ____. Hub International Northwest LLC PHON v, sM). (425) 489-4500 ',ue, No)w(425) 485-8489 PO Box 3018 MAIL now.info@hubintes'national.com Bothell, WA 98041 ADDRESS - _ IN$URERjs} AFFORDING COVERAGE NAIL IF INSJRER A The Phoenix insurance Company ..25623 INSURED Ih:iUiEFr a Travelers Property Casualty Company of America 125574 Apply -A -Line, LLC 175 Roy Road SW, Bldg C NSURER C NS Pacific, WA 98047 INSURER E 11 INSURER F: COVERAGES CERTIFICATE NUMBER; _REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ADDL $UBR POLICY EFF POLICY EXP INSRR TYPE OF INSURANCE POLICY NUMBER M1D 'YYYY:]... + D YYY ., LIMITS A X COMMERCIAL GENERAL LIABILITY LEA[.I I (;CGU-RENCt 1'000,000 DAMAGE TO RENTED 300,000 CLAIMS -MADE X I OCCUR X X DT-CO-9J875917-PHX-20 1/1/2020 1/1/2021 j7FLMISE=,S C �c rr_ r X WA STOP GAP WED t) _ti r er c n1 5 10,000 PERSCriAl. &ADV INJURY '1,000,000 — GEN'LAGGRE,GATE.LIMIT APPLIES PER: GENERAL AGGREGATE $� 7'000'000 POLICY X PRO- F-1 LOC PP C�MPIOP AGO 2,000.000 JECT S AUTOMOBILE LIABILITY rx I ANY AUTOOWNED SCHEDULEDAUTOS ONLY AUTOS HIREL) X NC+t,-2 ,t4PD AUT,JS ONLY AI I I UNLY X UMBRELLA LIAB X OCCUR EXCESS LIAB CLAIMS -MADE DED X RETENTION$ 10,000 B WORKERS AND EMPLOYQLIABILITY ERS' YIN lh s. R:E 7i, R;P e, H I I, N:PJEXECUTIVE :- ❑ ,71ME- F:tMCLUDED7 (Mandatory in NH] 11 yet:• dc.,i nu under DESC,JIPTrON C''PERATIONS WOW X DT•810-31-121373-20-26-13 I 111/2020 11/112021 X CUPOP4289542026 B-6.1792983-20-26-13 Ca7dr7 NED SIN:;LE LIMJ 1,000,000 HUDILYINJURRY(Per ersen $ BODILY INJURY' iPgr arciCanl) $ _ PROPERTY AN.IAGL �Pcr accidemt $ EACH OCCURRUNCF 1/1/2020 1/1/2021 1. A r E( --A—, E 11112020 1 1/1/2021 PER X U 1 H- .$TATll f E. _.,, ER...__ E L f £ N_ _ IiDENT,f EL DISFASE EA EMPLOY �. 3,0 8,0 1,00 DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES (AGORA 101, Additional Remarks Schedule, maybe attached If more space Is required) Re: AAL #1FEA6038 Greenway Pavement Markings Phase 1 (2020) Project No. 220 City of Federal Way , its officials, employees and volunteers are included as an Additional Insured, coverage is primary and non-contributory and waiver of subrogation applies per the attached farms/endorsements. CERTIFICATE HOLDER City of Federal Way 33325 8th Ave S Federal Way, WA 98003 ACORD 25 (2016/03) CANCELLATION — SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Policy #DT-C0-9J875917-PHX-20 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. LAH ET ADDITIONAL I ISURED - AUTOMATIC STATUS IF REQUIRED BY VVR7 EN CONTRACT (CONTRACTORS) This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART The following is added to SECTION II — WHO IS AN (a) The Additional Insured — Owners, Les - INSURED: sees or Contractors — Scheduled Person Any person or organization that: or Organization endorsement CG 20 10 07 04 or CG 20 10 04 13, the Additional a. You agree in a written contract or agreement to Insured — Owners, Lessees or Contrac- include as an additional insured on this Coverage tors — Completed Operations endorse- ment CG 20 37 07 04 or CG 20 37 04 13, b. Has not been added as an additional insured for or both of such endorsements with either the same project by attachment of an endorse- of those edition dates; or ment under this Coverage Part which includes (b) Either or both of the following: the Addi- such person or organization in the endorsement's tional Insured — Owners, Lessees or Con - schedule; tractors — Scheduled Person Or Organi- is an insured, but: zation endorsement CG 20 10, or the Ad- a. Only with respect to liability for "bodily injury" or ditional Insured — Owners, Lessees or '"property damage" that occurs. or for "personal Contractors — Completed Operations en - injury" caused by an offense that is committed, dorsement CG 20 37, without an edition subsequent to the signing of that contract or date of such endorsement specified; agreement and while that part of the contract or the person or organization is an additional in - agreement is in effect; and sured only if the injury or damage is caused, b. Only as described in Paragraph (1), (2) or (3) be- in whole or in part, by acts or omissions of low, whichever applies: you or your subcontractor in the performance (1) If the written contract or agreement specifical- of "your work" to which the written contract or ly requires you to provide additional insured agreement applies; or coverage to that person or organization by (3) If neither Paragraph (1) nor (2) above applies: the use of: (a) The person or organization is an addi- (a) The Additional Insured — Owners, Les- tional insured only if, and to the extent sees or Contractors — (Form B) endorse- that, the injury or damage is caused by ment CG 20 10 11 85; or acts or omissions of you or your subcon- (b) Either or both of the following: the Addi- tractor in the performance of "your work' tional Insured — Owners, Lessees or Con- to which the written contract or agree - tractors — Scheduled Person Or Organi- ment applies; and zation endorsement CG 20 10 10 01, or (b) Such person or organization does not the Additional Insured — Owners, Lessees qualify as an additional insured with re - or Contractors — Completed Operations spect to the independent acts or omis- endorsement CG 20 37 10 01; sions of such person or organization. the person or organization is an additional in- The insurance provided to such additional insured is sured only if the injury or damage arises out subject to the following provisions: of "your work" to which the written contract or a. If the Limits of Insurance of this Coverage Part agreement applies; shown in the Declarations exceed the minimum (2) If the written contract or agreement specifical- limits required by the written contract or agree- ly requires you to provide additional insured ment, the insurance provided to the additional in - coverage to that person or organization by sured will be limited to such minimum required the use of: limits. For the purposes of determining whether CG D6 04 02 19 0 2017 The Travelers Indemnity Company. All rights reserved. Page 1 of 2 COMMERCIAL GENERAL LIABILITY this limitation applies, the minimum limits required by the written contract or agreement will be con- sidered to include the minimum limits of any Um- brella or Excess liability coverage required for the additional insured by that written contract or agreement. This provision will not increase the limits of insurance described in Section III — Limits Of Insurance. b. The insurance provided to such additional insured does not apply to: (1) Any "bodily injury", "property damage" or "personal injury" arising out of the providing, or failure to provide, any professional archi- tectural, engineering or surveying services, including: (a) The preparing, approving, or failing to prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field or- ders or change orders, or the preparing, approving, or failing to prepare or ap- prove, drawings and specifications; and (b) Supervisory, inspection, architectural or engineering activities. (2) Any "bodily injury' or "property damage" caused by "your work" and included in the "products -completed operations hazard" un- less the written contract or agreement specifi- cally requires you to provide such coverage for that additional insured during the policy period. c. The additional insured must comply with the fol- lowing duties: (1) Give us written notice as soon as practicable of an "occurrence" or an offense which may result in a claim. To the extent possible, such notice should include: (a) How, when and where the "occurrence" or offense took place; (b) The names and addresses of any injured persons and witnesses; and (c) The nature and location of any injury or damage arising out of the "occurrence" or offense. (2) If a claim is made or "suit" is brought against the additional insured: (a) Immediately record the specifics of the claim or "suit" and the date received; and (b) Notify us as soon as practicable and see to it that we receive written notice of the claim or "suit" as soon as practicable. (3) Immediately send us copies of all legal pa- pers received in connection with the claim or "suit", cooperate with us in the investigation or settlement of the claim or defense against the "suit", and otherwise comply with all policy conditions. (4) Tender the defense and indemnity of any claim or "suit" to any provider of other insur- ance which would cover such additional in- sured for a loss we cover. However, this con- dition does not affect whether the insurance provided to such additional insured is primary to other insurance available to such additional insured which covers that person or organiza- tion as a named insured as described in Par- agraph 4., Other Insurance, of Section IV — Commercial General Liability Conditions. Page 2 of 2 0 2017 The Travelers Indemnity Company. All rights reserved. CG D6 04 02 19 Policy #DT-C0-9J875917-PHX-20 COMMERCIAL GENERAL LIABILITY c. Method Of Sharing If all of the other insurance permits contribution by equal shares, we will follow this method also. Under this approach each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first. If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all insurers. d. ;Primary And Non -Contributory Insurance If (Required By written Contract If you specifically agree in a written contract or agreement that the insurance afforded to an insured under this Coverage Part must apply on a primary basis, or a primary and non- contributory basis, this insurance is primary to other insurance that is available to such insured which covers such insured as a named insured, and we will not share with that other insurance, provided that: (1) The "bodily injury' or "property damage" for which coverage is sought occurs; and (2) The "personal and advertising injury" for which coverage is sought is caused by an offense that is committed; subsequent to the signing of that contract or agreement by you. 5. Premium Audit a. We will compute all premiums for this Coverage Part in accordance with our rules and rates. b. Premium shown in this Coverage Part as advance premium is a deposit premium only. At the close of each audit period we will compute the earned premium for that period and send notice to the first Named Insured. The due date for audit and retrospective premiums is the date shown as the due date on the bill. If the sum of the advance and audit premiums paid for the policy period is greater than the earned premium, we will return the excess to the first Named Insured. c. The first Named Insured must keep records of the information we need for premium computation, and send us copies at such times as we may request. 6. Representations By accepting this policy, you agree: a. The statements in the Declarations are accurate and complete; b. Those statements are based upon representations you made to us; and c. We have issued this policy in reliance upon your representations. The unintentional omission of, or unintentional error in, any information provided by you which we relied upon in issuing this policy will not prejudice your rights under this insurance. However, this provision does not affect our right to collect additional premium or to exercise our rights of cancellation or nonrenewal in accordance with applicable insurance laws or regulations. 7. Separation Of Insureds Except with respect to the Limits of Insurance, and any rights or duties specifically assigned in this Coverage Part to the first Named Insured, this insurance applies: a. As if each Named Insured were the only Named Insured; and b. Separately to each insured against whom claim is made or "suit" is brought. 8. Transfer Of Rights Of Recovery Against Others To Us If the insured has rights to recover all or part of any payment we have made under this Coverage Part, those rights are transferred to us. The insured must do nothing after loss to impair them. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce them. 9. When We Do Not Renew If we decide not to renew this Coverage Part, we will mail or deliver to the first Named Insured shown in the Declarations written notice of the nonrenewal not less than 30 days before the expiration date. If notice is mailed, proof of mailing will be sufficient proof of notice. SECTION V — DEFINITIONS 1. "Advertisement" means a notice that is broadcast or published to the general public or specific market segments about your goods, products or services for the purpose of attracting customers or supporters. For the purposes of this definition: a. Notices that are published include material placed on the Internet or on similar electronic means of communication; and b. Regarding websites, only that part of a website that is about your goods, products or services for the purposes of attracting customers or supporters is considered an advertisement. Page 16 of 21 © 2017 The Travelers Indemnity Company. All rights reserved. CG T1 00 02 19 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Policy #DT-C0-9J875917-PHX-20 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. XTEND ENDORSEMENT FOR. CONTRACTORS This endorsement modifies insurance provided underthe following. COMMERCIAL GENERAL LIABILITY COVERAGE PART GENERAL DESCRIPTION OF COVERAGE — This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to this Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general coverage description only. Read all the provisions of this endorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. Who Is An Insured — Unnamed Subsidiaries C. Incidental Medical Malpractice B. Blanket Additional Insured — Governmental D. Blanket Waiver Of Subrogation Entities — Permits Or Authorizations Relating To E. Contractual Liability — Railroads Operations F. Damage To Premises Rented To You PROVISIONS a. An organization other than a partnership, joint A. WHO IS AN INSURED — UNNAMED venture or limited liability company; or SUBSIDIARIES b. A trust; The following is added to SECTION II — WHO IS as indicated in its name or the documents that AN INSURED: govern its structure. Any of your subsidiaries, other than a partnership, B. BLANKET ADDITIONAL INSURED — joint venture or limited liability company, that is GOVERNMENTAL ENTITIES — PERMITS OR not shown as a Named Insured in the AUTHORIZATIONS RELATING TO OPERATIONS Declarations is a Named Insured if: a. You are the sole owner of, or maintain an ownership interest of more than 50% in, such subsidiary on the first day of the policy period; and b. Such subsidiary is not an insured under similar other insurance. No such subsidiary is an insured for "bodily injury" or "property damage" that occurred, or "personal and advertising injury" caused by an offense committed: a. Before you maintained an ownership interest of more than 50% in such subsidiary; or The following is added to SECTION II — WHO IS AN INSURED: Any governmental entity that has issued a permit or authorization with respect to operations performed by you or on your behalf and that you are required by any ordinance, law, building code or written contract or agreement to include as an additional insured on this Coverage Part is an insured, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" arising out of such operations. The insurance provided to such governmental entity does not apply to: b. After the date, if any, during the policy period a. Any "bodily injury", "property damage" or that you no longer maintain an ownership "personal and advertising injury" arising out of interest of more than 50% in such subsidiary. operations performed for the governmental For purposes of Paragraph 1. of Section II — Who entity; or Is An Insured, each such subsidiary will be b. Any "bodily injury" or "property damage" deemed to be designated in the Declarations as: included in the "products -completed operations hazard". CG D3 16 02 19 © 2017 The Travelers Indemnity Company. All rights reserved. Page 1 of 3 Includes copyrighted material of Insurance Services Office, Inc., with its permission Policy #DT-C0-9J875917-PHX-20 COMMERCIAL GENERAL LIABILITY C. INCIDENTAL MEDICAL MALPRACTICE 1. The following replaces Paragraph b. of the definition of "occurrence" in the DEFINITIONS Section: b. An act or omission committed in providing or failing to provide "incidental medical services", first aid or "Good Samaritan services" to a person, unless you are in the business or occupation of providing professional health care services. 2. The following replaces the last paragraph of Paragraph 2.a.(1) of SECTION II — WHO IS AN INSURED: Unless you are in the business or occupation of providing professional health care services, Paragraphs (1)(a), (b), (c) and (d) above do not apply to "bodily injury' arising out of providing or failing to provide: (a) "Incidental medical services" by any of your "employees" who is a nurse, nurse assistant, emergency medical technician or paramedic; or (b) First aid or "Good Samaritan services" by any of your "employees" or "volunteer workers", other than an employed or volunteer doctor. Any such "employees" or "volunteer workers" providing or failing to provide first aid or "Good Samaritan services" during their work hours for you will be deemed to be acting within the scope of their employment by you or performing duties related to the conduct of your business. 3. The following replaces the last sentence of Paragraph 5. of SECTION III — LIMITS OF INSURANCE: For the purposes of determining the applicable Each Occurrence Limit, all related acts or omissions committed in providing or failing to provide "incidental medical services", first aid or "Good Samaritan services" to any one person will be deemed to be one "occurrence". pharmaceuticals committed by, or with the knowledge or consent of, the insured. 5. The following is added to the DEFINITIONS Section: "Incidental medical services" means: a. Medical, surgical, dental, laboratory, x-ray or nursing service or treatment, advice or instruction, or the related furnishing of food or beverages; or b. The furnishing or dispensing of drugs or medical, dental, or surgical supplies or appliances. 6. The following is added to Paragraph 4.b., Excess Insurance, of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: This insurance is excess over any valid and collectible other insurance, whether primary, excess, contingent or on any other basis, that is available to any of your "employees" for "bodily injury" that arises out of providing or failing to provide "incidental medical services" to any person to the extent not subject to Paragraph 2.a.(1) of Section II — Who Is An Insured. D. BLANKET WAIVER OF SUBROGATION The following is added to Paragraph 8., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: If the insured has agreed in a contract or agreement to waive that insured's right of recovery against any person or organization, we waive our right of recovery against such person or organization, but only for payments we make because of: a. "Bodily injury" or "property damage" that occurs; or b. "Personal and advertising injury" caused by an offense that is committed; 4. The following exclusion is added to subsequent to the execution of the contract or Paragraph 2., Exclusions, of SECTION I — agreement. COVERAGES — COVERAGE A — BODILY E. CONTRACTUAL LIABILITY — RAILROADS INJURY AND PROPERTY DAMAGE LIABILITY: 1. The following replaces Paragraph c. of the Sale Of Pharmaceuticals definition of "insured contract" in the "Bodily injury" or "property damage" arising DEFINITIONS Section: out of the violation of a penal statute or c. Any easement or license agreement; ordinance relating to the sale of Page 2 of 3 © 2017 The Travelers Indemnity Company. All rights reserved. CG D3 16 02 19 Includes copyrighted material of Insurance Services Office, Inc., with its permission Policy #DT-CO-9J875917-PHX-20 2. Paragraph f.(1) of the definition of "insured contract" in the DEFINITIONS Section is deleted. F. DAMAGE TO PREMISES RENTED TO YOU The following replaces the definition of "premises damage" in the DEFINITIONS Section: "Premises damage" means "property damage" to: COMMERCIAL GENERAL LIABILITY a. Any premises while rented to you or temporarily occupied by you with permission of the owner; or b. The contents of any premises while such premises is rented to you, if you rent such premises for a period of seven or fewer consecutive days. CG D3 16 02 19 0 2017 The Travelers Indemnity Company. All rights reserved. Page 3 of 3 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy #DT-C0-9J875917-PHX-20 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY DEVIGNATED PROJECT(S) GENERAL AGGREGATE LUMT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Project(s): EACH "PROJECT" FOR WHICH YOU HAVE AGREED, IN A WRITTEN CONTRACT WHICH IS IN EFFECT DURING THIS POLICY PERIOD, TO PROVIDE A SEPARATE GENERAL AGGREGATE LIMIT, PROVIDED THAT THE CONTRACT IS SIGNED AND EXECUTED BY YOU BEFORE THE "BODILY INJURY" OR "PROPERTY DAMAGE" OCCURS. A. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under COVERAGE A. (SECTION 1), and for all medical expenses caused by accidents un- der COVERAGE C (SECTION 1), which can be attributed only to operations at a single desig- nated "project" shown in the Schedule above: 1. A separate Designated Project General Ag- gregate Limit applies to each designated "pro- ject", and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations, unless separate Designated Project General Aggregate(s) are sched- uled above. 2. The Designated Project General Aggregate Limit is the most we will pay for the sum of all damages under COVERAGE A., except damages because of "bodily injury" or "prop- erty damage" included in the "products - completed operations hazard", and for medi- cal expenses under COVERAGE C, regard- less of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". Designated Project General Aggregate(s): GENERAL AGGREGATE LIMIT SHOWN ON THE DECLARATIONS. 3. Any payments made under COVERAGE A. for damages or under COVERAGE C. for medical expenses shall reduce the Desig- nated Project General Aggregate Limit for that designated "project". Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they re- duce any other Designated Project General Aggregate Limit for any other designated "project" shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Designated Project General Ag- gregate Limit. B. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under COVERAGE A. (SECTION 1), and for all medical expenses caused by accidents un- der COVERAGE C. (SECTION 1), which cannot be attributed only to operations at a single desig- nated "project" shown in the Schedule above: CG D2 111 01 04 Copyright, The Travelers Indemnity Company, 2004 Page 1 of 2 Policy #DT-CO-9J875917-PHX-20 COMMERCIAL GENERAL LIABILITY 1. Any payments made under COVERAGE A. for damages or under COVERAGE C. for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products -Completed Operations Ag- gregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Desig- nated Project General Aggregate Limit. C. Part 2. of SECTION III — LIMITS OF INSURANCE is deleted and replaced by the following: 2. The General Aggregate Limit is the most we will pay for the sum of: a. Damages under Coverage B; and b. Damages from 'occurrences" under COVERAGE A (SECTION 1) and for all medical expenses caused by accidents under COVERAGE C (SECTION 1) which cannot be attributed only to operations at a single designated "project' shown in the SCHEDULE above. D. When coverage for liability arising out of the "products -completed operations hazard" is pro- vided, any payments for damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard" will reduce the Products -Completed Operations Ag- gregate Limit, and not reduce the General Aggre- gate Limit nor the Designated Project General Aggregate Limit. E. For the purposes of this endorsement the Defini- tions Section is amended by the addition of the following definition: "Project" means an area away from premises owned by or rented to you at which you are per- forming operations pursuant to a contract or agreement. For the purposes of determining the applicable aggregate limit of insurance, each "project" that includes premises involving the same or connecting lots, or premises whose con- nection is interrupted only by a street, roadway, waterway or right-of-way of a railroad shall be considered a single "project'. F. The provisions of SECTION III — LIMITS OF INSURANCE not otherwise modified by this en- dorsement shall continue to apply as stipulated. Page 2 of 2 Copyright, The Travelers Indemnity Company, 2004 CG D2 11 01 04 Policy #DT -810 -3L121373 -20-26-G COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - PRIMARY AND NON-CONTROUTORY MTH OTHER MSS RANC - CONTRACTORS This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM PROVISIONS 1. The following is added to Paragraph c. in A.1., Who Is An Insured, of SECTION II — COVERED AUTOS LIABILITY COVERAGE: This includes any person or organization who you are required under a written contract or agi-eement, that is signed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, to name as an additional insured for Covered Autos Liability Coverage, but only for damages to which this insurance applies and only to the extent of that person's or organization's liability for the conduct of another "insured". 2. The following is added to Paragraph B.5., Other Insurance of SECTION IV — BUSINESS AUTO CONDITIONS: Regardless of the provisions of paragraph a. and paragraph d. of this part 5. Other Insurance, this insurance is primary to and non-contributory with applicable other insurance under which an additional insured person or organization is a named insured when a written contract or agreement with you, that is signed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, requires this insurance to be primary and non- contributory. CA T4 99 02 16 6 2016 The Travelers Indemnity Company. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Policy #DT -810 -3L121373 -20-26-G COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GENERAL DESCRIPTION OF COVERAGE — This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. BROAD FORM NAMED INSURED B. BLANKET ADDITIONAL INSURED C. EMPLOYEE HIRED AUTO D. EMPLOYEES AS INSURED E. SUPPLEMENTARY PAYMENTS — INCREASED LIMITS F. HIRED AUTO — LIMITED WORLDWIDE COV- ERAGE — INDEMNITY BASIS G. WAIVER OF DEDUCTIBLE — GLASS PROVISIONS A. BROAD FORM NAMED INSURED The following is added to Paragraph A.1., Who Is An Insured, of SECTION II — COVERED AUTOS LIABILITY COVERAGE: Any organization you newly acquire or form dur- ing the policy period over which you maintain 50% or more ownership interest and that is not separately insured for Business Auto Coverage. Coverage under this provision is afforded only un- til the 180th day after you acquire or form the or- ganization or the end of the policy period, which- ever is earlier. B. BLANKET ADDITIONAL INSURED The following is added to Paragraph c. in A.1., Who Is An Insured, of SECTION II — COVERED AUTOS LIABILITY COVERAGE: Any person or organization who is required under a written contract or agreement between you and that person or organization, that is signed and executed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, to be named as an addi- tional insured is an "insured" for Covered Autos Liability Coverage, but only for damages to which H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF USE — INCREASED LIMIT I. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES — INCREASED LIMIT J. PERSONAL PROPERTY K. AIRBAGS L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS M. BLANKET WAIVER OF SUBROGATION N. UNINTENTIONAL ERRORS OR OMISSIONS this insurance applies and only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Section II. C. EMPLOYEE HIRED AUTO 1. The following is added to Paragraph A.1., Who Is An Insured, of SECTION II — COV- ERED AUTOS LIABILITY COVERAGE: An "employee" of yours is an "insured" while operating an "auto" hired or rented Linder a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your busi- ness. 2. The following replaces Paragraph b. in B.5., Other Insurance, of SECTION IV — BUSI- NESS AUTO CONDITIONS: b. For Hired Auto Physical Damage Cover- age, the following are deemed to be cov- ered "autos" you own: (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented by your "employee" under a contract in an "employee's" name, with your CA T3 53 02 15 © 2015 The Travelers Indemnity Company. All rights reserved. Page 1 of 4 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Policy #DT -810 -3L121373 -20-26-G COMMERCIAL AUTO permission, while performing duties (a) With respect to any claim made or "suit" related to the conduct of your busi- brought outside the United States of ness. America, the territories and possessions However, any "auto" that is leased, hired, of the United States of America, Puerto rented or borrowed with a driver is not a Rico and Canada: covered "auto". (i) You must arrange to defend the "in - D. EMPLOYEES AS INSURED sured" against, and investigate or set- tle any such claim or "suit" and keep The following is added to Paragraph A.1., Who Is us advised of all proceedings and ac - An Insured, of SECTION II — COVERED AUTOS tions. LIABILITY COVERAGE: (ii) Neither you nor any other involved Any "employee" of yours is an "insured" while us- "insured" will make any settlement ing a covered "auto" you don't own, hire or borrow without our consent. in your business or your personal affairs. (iii) may, at our discretion, participate E. SUPPLEMENTARY PAYMENTS — INCREASED in defending the "insured" against, or in LIMITS in the settlement of, any claim or 1. The following replaces Paragraph A.2.a.(2), "suit". of SECTION II — COVERED AUTOS LIABIL- (iv) We will reimburse the "insured" for ITY COVERAGE: sums that the "insured" legally must (2) Up to $3,000 for cost of bail bonds (in- pay as damages because of "bodily cluding bonds for related traffic law viola- injury" or "property damage" to which tions) required because of an "accident" this insurance applies, that the "in - we cover. We do not have to furnish sured" pays with our consent, but these bonds. only up to the limit described in Para - 2. The following replaces Paragraph A.2.a.(4), graph C., Limits Of Insurance, of of SECTION II — COVERED AUTOS LIABIL- SECTION II — COVERED AUTOS ITY COVERAGE: LIABILITY COVERAGE. (4) All reasonable expenses incurred by the (v) We will reimburse the "insured" for "insured" at our request, including actual the reasonable expenses incurred loss of earnings up to $500 a day be- with our consent for your investiga- cause of time off from work. tion of such claims and your defense of the "insured" against any such F. HIRED AUTO — LIMITED WORLDWIDE COV- "suit", but only up to and included ERAGE — INDEMNITY BASIS within the limit described in Para - The following replaces Subparagraph (5) in Para- graph C., Limits Of Insurance, of graph B.7., Policy Period, Coverage Territory, SECTION II — COVERED AUTOS of SECTION IV — BUSINESS AUTO CONDI- LIABILITY COVERAGE, and not in TIONS: addition to such limit. Our duty to (5) Anywhere in the world, except any country or make such payments ends when we jurisdiction while any trade sanction, em- have used up the applicable limit of bargo, or similar regulation imposed by the insurance in payments for damages, United States of America applies to and pro- settlements or defense expenses. hibits the transaction of business with or (b) This insurance is excess over any valid within such country or jurisdiction, for Cov- and collectible other insurance available ered Autos Liability Coverage for any covered to the "insured" whether primary, excess, "auto" that you lease, hire, rent or borrow contingent or on any other basis. without a driver for a period of 30 days or less (c) This insurance is not a substitute for re - and that is not an "auto" you lease, hire, rent quired or compulsory insurance in any or borrow from any of your "employees", country outside the United States, its ter - partners (if you are a partnership), members ritories and possessions, Puerto Rico and (if you are a limited liability company) or Canada. members of their households. Page 2 of 4 © 2015 The Travelers Indemnity Company. All rights reserved. CA T3 53 02 15 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Policy #DT -810 -3L121373 -20-26-G You agree to maintain all required or compulsory insurance in any such coun- try up to the minimum limits required by local law. Your failure to comply with compulsory insurance requirements will not invalidate the coverage afforded by this policy, but we will only be liable to the same extent we would have been liable had you complied with the compulsory in- surance requirements. (d) It is understood that we are not an admit- ted or authorized insurer outside the United States of America, its territories and possessions, Puerto Rico and Can- ada. We assume no responsibility for the furnishing of certificates of insurance, or for compliance in any way with the laws of other countries relating to insurance. G. WAIVER OF DEDUCTIBLE — GLASS The following is added to Paragraph D., Deducti- ble, of SECTION III — PHYSICAL DAMAGE COVERAGE: No deductible for a covered "auto" will apply to glass damage if the glass is repaired rather than replaced. H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF USE — INCREASED LIMIT The following replaces the last sentence of Para- graph AA.b., Loss Of Use Expenses, of SEC- TION III — PHYSICAL DAMAGE COVERAGE: However, the most we will pay for any expenses for loss of use is $65 per day, to a maximum of $750 for any one "accident". I. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES — INCREASED LIMIT The following replaces the first sentence in Para- graph A.4.a., Transportation Expenses, of SECTION III — PHYSICAL DAMAGE COVER- AGE: We will pay up to $50 per day to a maximum of $1,500 for temporary transportation expense in- curred by you because of the total theft of a cov- ered "auto" of the private passenger type. J. PERSONAL PROPERTY COMMERCIAL AUTO (2) In or on your covered "auto". This coverage applies only in the event of a total theft of your covered "auto". No deductibles apply to this Personal Property coverage. K. AIRBAGS The following is added to Paragraph B.3., Exclu- sions, of SECTION III — PHYSICAL DAMAGE COVERAGE: Exclusion 3.a. does not apply to "loss" to one or more airbags in a covered "auto" you own that in- flate due to a cause other than a cause of "loss" set forth in Paragraphs A.1.b. and A.1.c., but only: a. If that "auto" is a covered "auto" for Compre- hensive Coverage under this policy; b. The airbags are not covered under any war- ranty; and c. The airbags were not intentionally inflated. We will pay up to a maximum of $1,000 for any one "loss". L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS The following is added to Paragraph A.2.a., of SECTION IV — BUSINESS AUTO CONDITIONS: Your duty to give us or our authorized representa- tive prompt notice of the "accident" or "loss" ap- plies only when the "accident" or "loss" is known to: (a) You (if you are an individual); (b) A partner (if you are a partnership); (c) A member (if you are a limited liability com- pany); (d) An executive officer, director or insurance manager (if you are a corporation or other or- ganization); or (e) Any "employee" authorized by you to give no- tice of the "accident" or "loss". M. BLANKET WAIVER OF SUBROGATION The following replaces Paragraph A.5., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV — BUSINESS AUTO CONDI- TIONS: The following is added to Paragraph AA., Cover- 5. Transfer Of Rights Of Recovery Against age Extensions, of SECTION III — PHYSICAL Others To Us DAMAGE COVERAGE: We waive any right of recovery we may have Personal Property against any person or organization to the ex - We will a u to $400 for "loss" to wearing a tent required of you by a written contract pay p 9 p- signed and executed prior to any "accident" parel and other personal property which is: or "loss", provided that the "accident" or "loss" (1) Owned by an "insured"; and arises out of operations contemplated by CA T3 53 02 15 © 2015 The Travelers Indemnity Company. All rights reserved. Page 3 of 4 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Policy #DT -810 -3L121373 -20-26-G COMMERCIAL AUTO such contract. The waiver applies only to the The unintentional omission of, or unintentional person or organization designated in such error in, any information given by you shall not contract. prejudice your rights under this insurance. How - N. UNINTENTIONAL ERRORS OR OMISSIONS ever this provision does not affect our right to col - The fallowing is added to Paragraph B.2., Con- lect additional premium or exercise our right of cealment, Misrepresentation, Or Fraud, of cancellation or non -renewal. SECTION IV — BUSINESS AUTO CONDITIONS: Page 4 of 4 ® 2015 The Travelers Indemnity Company. All rights reserved. CA T3 53 02 15 Includes copyrighted material of Insurance Services Office, Inc. with its permission Policy #CUP -3K172795-20-26 UMBRELLA 2. We have no duty to defend any insured against any "suit": a. Seeking damages to which this insurance does not apply; or b. If any other insurer has a duty to defend. 3. When we have the duty to defend, we may, at our discretion, investigate and settle any claim or "suit". In all other cases, we may, at our discretion, participate in the investigation, defense and settlement of any claim or "suit" for damages to which this insurance may apply. If we exercise such right to participate, all expenses we incur in doing so will not reduce the applicable limits of insurance. 4. Our duty to defend ends when we have used up the applicable limit of insurance in the payment of judgments or settlements, or defense expenses if such expenses are within the limits of insurance of this policy. 5. We will pay, with respect to a claim we investigate or settle, or "suit" against an insured we defend: a. All expenses we incur. b. The cost of: (1) Bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which this insurance applies; or (2) Appeal bonds and bonds to release attachments; but only for bond amounts within the applicable limit of insurance. We do not have to furnish these bonds. c. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of such claim or "suit", including actual loss of earnings up to $1,000 a day because of time off from work. d. All court costs taxed against the insured in the "suit". However, these payments do not include attorneys' fees or attorneys' expenses taxed against the insured. e. Prejudgment interest awarded against the insured on that part of the judgment we pay. If we make an offer to pay the applicable limit of insurance, we will not pay any prejudgment interest based on that period of time after the offer. applicable limit of insurance. If we do not pay part of the judgment for any reason other than it is more than the applicable limit of insurance, we will not pay any interest that accrues on that portion of the judgment. With respect to a claim we investigate or settle, or "suit" against an insured we defend under COVERAGE A — EXCESS FOLLOW - FORM LIABILITY, these payments will not reduce the applicable limits of insurance, but only if the applicable "underlying insurance" provides for such payments in addition to its limits of insurance. With respect to a claim we investigate or settle, or "suit" against an insured we defend under COVERAGE B — UMBRELLA LIABILITY, these payments will not reduce the applicable limits of insurance. SECTION II — WHO IS AN INSURED A. COVERAGE A — EXCESS FOLLOW -FORM LIABILITY With respect to Coverage A, the following persons and organizations qualify as insureds: 1. The Named Insured shown in the Declarations; and 2. Any other person or organization qualifying as an insured in the "underlying insurance". If you have agreed to provide insurance for that person or organization in a written contract or agreement: a. The limits of insurance afforded to such person or organization will be: (1) The amount by which the minimum limits of insurance you agreed to provide such person or organization in that written contract or agreement exceed the total limits of insurance of all applicable "underlying insurance"; or (2) The limits of insurance of this policy; whichever is less; and b. Coverage under this policy does not apply to such person or organization if the minimum limits of insurance you agreed to provide such person or organization in that written contract or agreement are wholly within the total limits of insurance of all available applicable "underlying insurance". f. All interest that accrues on the full amount B. COVERAGE B — UMBRELLA LIABILITY of any judgment after entry of the With respect to Coverage B: J udgment and before we have paid, 1. The Named Insured shown in the offered to pay or deposited in court the part of the judgment that is within the Declarations is an insured. 2. If you are: Page 4 of 22 © 2016 The Travelers Indemnity Company All rights reserved EU 00 01 0716 Policy #CUP -3K172795-20-26 UMBRELLA 91 b. You have paid all premiums due for this policy at the time you make such request; c. You promptly pay the additional premium we charge for the Extended Reporting Period endorsement for this insurance when due. We will determine that additional premium after we have received your request for the Extended Reporting Period endorsement for this insurance. That additional premium is not subject to any limitation stated in the "underlying insurance" on the amount or percentage of additional premium that may be charged for the "extended reporting period" in such "underlying insurance"; and d. That Extended Reporting Period L' endorsement is issued by us and made a part of this policy. 3. Any Extended Reporting Period endorsement for this insurance will not reinstate or increase the Limits of Insurance or extend the policy period. 4. Except with respect to any provisions to the contrary contained in Paragraphs 1., 2. or 3. above, all provisions of any option to purchase an "extended reporting period" granted to you in the "underlying insurance" apply to this insurance. INSPECTIONS AND SURVEYS 1. We have the right but are not obligated to: a. Make inspections and surveys at any time; b. Give you reports on the conditions we find; and c. Recommend changes. 2. Any inspections, surveys, reports or recommendations relate only to insurability and the premiums to be charged. We do not make safety inspections. We do not undertake to perform the duty of any person or organization to provide for the health or safety of workers or the public. We do not warrant that conditions: a. Are safe or healthful; or b. Comply with laws, regulations, codes or standards. K. LEGAL ACTION AGAINST US 1. No person or organization has a right under this insurance: a. To join us as a party or otherwise bring us into a "suit" asking for damages from an insured; or Page 14 of 22 b. To sue us on this insurance unless all of its terms have been fully complied with. 2. A person or organization may sue us to recover on an agreed settlement or on a final judgment against an insured. We will not be liable for damages that: a. Are not payable under the terms of this insurance; or b. Are in excess of the applicable limit of insurance. An agreed settlement means a settlement and release of liability signed by us, the insured and the claimant or the claimant's legal representative. MAINTENANCE OF UNDERLYING INSURANCE 1. The insurance afforded by each policy of "underlying insurance" will be maintained for the full policy period of this Excess Follow - Form And Umbrella Liability Insurance. This provision does not apply to the reduction or exhaustion of the aggregate limit or limits of such "underlying insurance" solely by payments as permitted in Paragraphs 4.a.(1), (2) and (3) of COVERAGE A — EXCESS FOLLOW -FORM LIABILITY of SECTION I — COVERAGES. As such policies expire, you will renew them at limits and with coverage at least equal to the expiring limits of insurance. If you fail to comply with the above requirements, Coverage A is not invalidated. However, in the event of a loss, we will pay only to the extent that we would have paid had you complied with the above requirements. 2. The first Named Insured shown in the Declarations must give us written notice of any change in the "underlying insurance" as respects: a. Coverage; b. Limits of insurance; c. Termination of any coverage; or d. Exhaustion of aggregate limits. 3. If you are unable to recover from any "underlying insurer" because you fail to comply with any term or condition of the "underlying insurance", Coverage A is not invalidated. However, we will pay for any loss only to the extent that we would have paid had you complied with that term or condition in that "underlying insurance". M. OTHER INSURANCE This insurance is excess over any valid and collectible "other insurance" whether such "other insurance" is stated to be primary, contributing, 0 2016 The Travelers Indemnity Company. All rights reserved. EU 00 01 07 16 Policy #CUP -3K172795-20-26 excess, contingent or otherwise. This provision does not apply to a policy bought specifically to apply as excess of this insurance. However, if you specifically agree in a written contract or agreement that the insurance provided to any person or organization that qualifies as an insured under this insurance must apply on a primary basis, or a primary and non-contributory basis, then insurance provided under Coverage A is subject to the following provisions: 1. This insurance will apply before any 'other insurance" that is available to such additional insured which covers that person or organization as a named insured, and we will not share with that "other insurance", provided that the injury or damage for which coverage is sought is caused by an "event' that takes place or is committed subsequent to the signing of that contract or agreement by you. 2. This insurance is still excess over any valid and collectible 'other insurance", whether primary, excess, contingent or otherwise, which covers that person or organization as an additional insured or as any other insured that does not qualify as a named insured. N. PREMIUM 1. The first Named Insured shown in the Declarations is responsible for the payment of all premiums and will be the payee for any return premiums. 2. If the premium is a flat charge, it is not subject to adjustment except as provided in Paragraph 4. below. 3. If the premium is other than a flat charge, it is an advance premium only. The earned premium will be computed at the end of the policy period, or at the end of each year of the policy period if the policy period is two years or longer, at the rate shown in the Declarations, subject to the Minimum Premium. 4. Additional premium may become payable when coverage is provided for additional insureds under the provisions of SECTION II —WHO IS AN INSURED. O. PREMIUM AUDIT UMBRELLA P. PROHIBITED COVERAGE -- UNLICENSED INSURANCE 1. With respect to loss sustained by any insured in a country or jurisdiction in which we are not licensed to provide this insurance, this insurance does not apply to the extent that insuring such loss would violate the laws or regulations of such country or jurisdiction. 2. We do not assume responsibility for: a. The payment of any fine, fee, penalty or other charge that may be imposed on any person or organization in any country or jurisdiction because we are not licensed to provide insurance in such country or jurisdiction; or b. The furnishing of certificates or other evidence of insurance in any country or jurisdiction in which we are not licensed to provide insurance. Q. PROHIBITED COVERAGE — TRADE OR ECONOMIC SANCTIONS We will provide coverage for any loss, or otherwise will provide any benefit, only to the extent that providing such coverage or benefit does not expose us or any of our affiliated or parent companies to: 1. Any trade or economic sanction under any law or regulation of the United States of America; or 2. Any other applicable trade or economic sanction, prohibition or restriction. R. REPRESENTATIONS By accepting this insurance, you agree: 1. The statements in the Declarations and any subsequent notice relating to "underlying insurance" are accurate and complete; 2. Those statements are based upon representations you made to us; and 3. We have issued this insurance in reliance upon your representations. S. SEPARATION OF INSUREDS Except with respect to the Limits of Insurance, and any rights or duties specifically assigned in this policy to the first Named Insured shown in the Declarations, this insurance applies: The premium for this policy is the amount stated 1. As if each Named Insured were the only in Item 5. of the Declarations. The premium is a Named Insured; and flat charge unless it is specified in the Declarations as adjustable. 2. Separately to each insured against whom claim is made or "suit' is brought. EU 00 01 07 16 © 2016 The Travelers Indemnity Company All rights reserved Page 15 of 22 Policy #CUP -3K172795-20-26 UMBRELLA T. WAIVER OR TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US 1. If the insured has rights to recover all or part of any payment we have made under this insurance, those rights are transferred to us and the insured must do nothing after loss to impair them. At our request, the insured will bring suit or transfer those rights to us and help us, and with respect to Coverage A, the "underlying insurer", enforce them. If the insured has agreed in a contract or agreement to waive that insured's right of recovery against any person or organization, we waive our right of recovery against that person or organization, but only for payments we make because of an "event" that takes place or is committed subsequent to the execution of that contract or agreement by such insured. 2. Reimbursement of any amount recovered will be made in the following order: a. First, to any person or organization (including us or the insured) who has paid any amount in excess of the applicable limit of insurance; b. Next, to us; and c. Then, to any person or organization (including the insured and with respect to Coverage A, the "underlying insurer") that is entitled to claim the remainder, if any. 3. Expenses incurred in the process of recovery will be divided among all persons or organizations receiving amounts recovered according to the ratio of their respective recoveries. U. TRANSFER OF YOUR RIGHTS AND DUTIES UNDER THIS INSURANCE 1. Your rights and duties under this insurance may not be transferred without our written consent except in the case of death of an individual Named Insured. 2. If you die, your rights and duties will be transferred to your legal representative but only while acting within the scope of duties as your legal representative. Until your legal representative is appointed, anyone having proper temporary custody of your property will have your rights and duties but only with respect to that property. V. UNINTENTIONAL OMISSION OR ERROR The unintentional omission of, or unintentional error in, any information provided by you which we relied upon in issuing this policy will not prejudice your rights under this insurance. However, this provision does not affect our right to collect additional premium or to exercise our rights of cancellation or nonrenewal in accordance with applicable insurance laws or regulations. W. WHEN LOSS IS PAYABLE If we are liable under this insurance, we will pay for injury, damage or loss after: 1. The insured's liability is established by: a. A court decision; or b. A written agreement between the claimant, the insured, any "underlying insurer" and us; and 2. The amount of the "applicable underlying limit" or "self-insured retention" is paid by or on behalf of the insured. SECTION VI — DEFINITIONS A. With respect to all coverages of this insurance: 1. "Applicable underlying limit" means the sum of: a. The applicable limit of insurance stated for the policies of "underlying insurance" in the Schedule Of Underlying Insurance subject to the provisions in Paragraphs 4.a.(1), (2) and (3) of COVERAGE A — EXCESS FOLLOW -FORM LIABILITY of SECTION I — COVERAGES; and b. The applicable limit of insurance of any "other insurance" that applies. The limits of insurance in any policy of "underlying insurance" will apply even if: a. The "underlying insurer" claims the insured failed to comply with any term or condition of the policy; or b. The "underlying insurer" becomes bankrupt or insolvent. 2. "Auto hazard" means all "bodily injury" and "property damage" to which liability insurance afforded under an auto policy of "underlying insurance" would apply but for the exhaustion of its applicable limits of insurance. 3. "Electronic data" means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software (including systems and applications software), hard or floppy disks, CD-ROMs, tapes, drives, cells, data processing devices or any other media which are used with electronically controlled equipment. 4. "Event" means an "occurrence", offense, accident, act, error, omission, wrongful act or loss. Page 16 of 22 0 2016 The Travelers Indemnity Company. All rights reserved EU 00 01 07 16 Bond #107276554 PERFORMANCE AND PAYMENT BOND GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT The City of Federal Way ("City') has awarded to Apply -A -Line, LLC ("Principal"), a contract for the construction of the above referenced project, and said Principal is required to furnish a bond for performance of all obligations under the Contract and for payment in accord with Chapter 39.08 Revised Code of Washington (RCW) and (where applicable) Chapter 60.28 RCW. Travelers Casualty and Surety The Principal, and ComjRany of America ("Surety'), a corporation organized under the laws of the State of rnnnPrtirut and licensed to do business in the State of Washington as surety and named in the current list of "Surety Companies Acceptable in Federal Bonds" as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Dept., are jointly and severally held and firmly bound to the City of Federal Way, in the sum of ** US Dollars (S .1 n7 9:in on ) Total Contract Amount, subject to the provisions herein. **One Hundred Seven ThOusand Nine Hundred Thirty and No/100 This bond shall become null and void, if and when the Principal, its heirs, executors, administrators, successors, or assigns shall: 1) Well and faithfully perform all of the Principal's obligations under the Contract and fulfill all terms and conditions of all duly authorized modifications, additions, and changes to said Contract that may hereafter be made, at the time and in the manner therein specified; and if such performance obligations have not been fulfilled, this bond shall remain in force and effect; and 2) Pay all persons in accordance with Chapters 39.08, 39.12, and 60.28 RCW including all workers, laborers, mechanics, subcontractors, and materialmen, and all person who shall supply such contractor or subcontractor with provisions and supplies for the carrying on of such work, and all taxes incurred on said Contract under Titles 50 and 51 RCW and all taxes imposed on the Principal under Title 82 RCW; and if such payment obligations have not been fulfilled, this bond shall remain in full force and effect. The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the Contract, the specifications accompanying the Contract, or to the work to be performed under the Contract shall in any way affect its obligation on this bond, and waives notice of any change, extension of time, alteration or addition to the terms of the Contract or the work performed. The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond shall be signed by duly authorized officers and will only be accepted if accompanied by a fully executed, original power of attorney for the office executing on behalf of the surety. PRIP-QiPAL; -App-ly-A -,Line. LLC SURETY: Travelers Casualty and Surety Company of America Principal Signature Date Surety Signature Date ........ �, n Reilly -� �t1,�llame .p-LRII uA. }.8tagt Vice President SEAL s SHIN Theresa A. Lamb Printed Name Attorney -in -Fact Tine CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT RFQ-21 PROJECT # 220 CFW RFQ VERSION 2020 -JUNE LOCAL OFFICEIAGENT OF SURETY: HUB International NW, LLC Name 12100 NE 195th St., Suite 200 Street Address Bothell, WA 98011 City, State, Zip (425) 489-4500 Telephone BOND NO.: 107276554 APPROVED AS TO FORM: aR,�& J. Ryan Call, City Attorney CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT RFQ-22 PROJECT # 220 CFW RFQ VERSION 2020 -JUNE Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Julie M. Glover, S.M. Scott, Michael A. Murphy, Jim W. Doyle, Andy D. Prill, Jim S. Kuich, Chad M. Epple, Steve Wagner, Theresa A. Lamb, Carl M. Lovested III, Patti White, Teresa Glombecki, and Maxwell Martin, of Bothell, Washington, their true and lawful Attomey-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity ofpersons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF. the Companies have caused this instrumentto be signed, and theircorporate seals to be hereto affixed, this 3rd day of February, 2017 Oiv COOK a State of Connecticut BY: City of Hartford ss. Robert L. Raney, Se or Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. o t - •� My Commission expires the 30th day of June, 2021 7M� C �rtROul� Jt o fJlL1d * Mane C. Tetreault, Notary Public e� This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this day of Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power ofAttorney, please caii as at 1-800-421-3880. Please refer to the above-named Attorney -in -Fact and the details of the bond to which the power is attached. CONTRACTOR'S RETAINAGE OPTION IDENTIFICATION AND DESCRIPTION Project Title:Greenway Pavement Markings Phase 1 (2020) Project RFB No: Contractor: Apply -A -Line, LLC GENERAL REQUIREMENTS 1. In accordance with applicable State Statutes, a contract retainage not to exceed five percent of the moneys earned by the contractor will be reserved by the City unless the Contractor elects that the City may retain 10% of the contract amount in lieu of a performance and payment bond pursuant to RCW 39.08.010. 2. All investments selected are subject to City approval. 3. The final disposition of the contract retainage will be made in accordance with applicable State Statutes. CONTRACTOR'S INSTRUCTIONS Pursuant to RCW 60.28.011, 1 hereby notify the City of Federal Way of my instructions for the retainage withheld under the terms of this contract: Option 1: Retained in a fund by the City of Federal Way. No interest will be paid to the contractor. 0 Option 2: Deposited in an interest bearing account in a bank, mutual savings bank, or savings and loan association. Interest paid to the contractor. Contractor shall have the bank (or other) execute a separate "City of Federal Way Retainage Bank Acceptance Agreement" upon contract award. The City will provide the agreement to the Contractor if this option is selected. 0 Option 3: Placed in escrow with a bank or trust company. Contractor shall execute, and have escrow account holder execute a separate "City of Federal Way Construction Retainage Escrow Agreement" upon contract award. The City will provide the agreement to the Contractor if this option is selected. All investments are subject to City approval. The cost of the investment program, and risk thereof, is to be borne entirely by the contractor. M Option 4: Contractor shall submit a "Retainage Bond" on City -provided form included in these Contract Documents. 07/30/2020 Contractor Signature Date Ron Reilly, Assistant Vice President CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT RFQ-23 PROJECT # 220 CFW RFQ VERSION 2020 -JUNE Bond No. 107276555 GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT KNOW ALL PERSONS BY THESE PRESENTS that we, the undersigned, Apply -A- inoLLC I as principal ("Principal'), and ,- , a Corporation organized and existing under the laws of the State of r'Qnn8Ct4C,,t as a surety Corporation, and qualified under the laws of the State of Washington to become surety upon bonds of Contractors with Municipal Corporations, as surety ("Surety"), are jointly and severally held and firmly bonded to the City of Federal Way ("City") in the penal sum of: Five Thousand Three Hundred Ninety -Six Dollars and 50/100 ($ 5 39s 50 ) for the payment of which sum we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. "Travelers Casualty and Surety Company of America A. This obligation is entered into in pursuant to the statutes of the State of Washington and the ordinances, regulations, standards and policies of the City, as now existing or hereafter amended or adopted. B. Pursuant to proper authorization, the Mayor is authorized to enter into a certain contract with the Principal, providing for the above -referenced Project, which contract is incorporated herein by this reference ("Contract"), and C. Pursuant to State law, Chapter 60.28 RCW, the City is required to reserve from the monies earned by the Principal pursuant to the contract, a sum not to exceed five percent (5%), said sum to be retained by the City as a trust fund for the protection and payment of any person or persons, mechanic, subcontractor or material men who shall perform any labor upon such contract or the doing of such work, and all persons who shall supply such person or persons or subcontractors with provisions and supplies for the carrying on of such work, and the State with the respect to taxes imposed pursuant to Title 82 RCW which may be due from said Principal. Every person performing labor or furnishing supplies towards completion of said improvement or work shall have a lien on said monies so reserved, provided that such notice of the lien of such claimant shall be given in the manner and within the time provided in RCW 39.08.030 as now existing and in accordance with any amendments that may hereafter be provided thereto; and D. State law further provides that with the consent of the City, the Principal may submit a bond for all or any portion of the amount of funds retained by the public body in a form acceptable to the public body conditioned upon such bond any proceeds therefrom being made subject to all claims and liens and in the same manner and priority as set forth retained percentages pursuant to Chapter 60.28 RCW; and E. The Principal has accepted, or is about to accept, the Contract, and undertake to perform the work therein provided for in the manner and within the time set forth, for the amount of 107,930.00 and F. The City is prepared to release any required retainage money previously paid by the Principal prior to acceptance and successful operation and fulfillment of all other terms of said contract upon being indemnified by these presents, NOW, THEREFORE, if the Principal shall perform all the provisions of the Contract in the manner and within the time period prescribed by the City, or within such extensions of time as may be granted under the Contract, and shall pay all laborers, mechanics, subcontractors and material men or women, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work, and if the Principal shall pay to the State all taxes imposed pursuant to Title 82 RCW which may be due from such Principal as a result of this contract then and in the event this obligation shall be void; but otherwise it shall be and remain in full force and effect. And the Surety, for value received, hereby further stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligation on this bond, and it does hereby CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT RFQ-24 PROJECT # 220 CFW RFQ VERSION 2020 -JUNE waive notice of any change, extension of time, alterations or additions to the terms of the Contract or to the Work. The Surety hereby agrees that modifications and changes may be made in the terms and provisions of the Contract without notice to Surety, and any such modifications or changes increasing the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this Retainage Bond in a like amount, such increase, however, not to exceed twenty-five percent (25%) of the original amount of this bond without consent of the Surety. Within forty-five (45) days of receiving notice that the Principal has defaulted on all or part of the terms of the Contract, the Surety shall make written commitment to the City that it will either: (a) cure the default itself within a reasonable time period, or (b) tender to the City, the amount necessary for the City to remedy the default, including legal fees incurred by the City, or (c) in the event that Surety's evaluation of the dispute is not complete or in the event the Surety disputes the City's claim of default, the Surety shall notify the City of its finding and its intent, if any, to interplead. The Surety shall then fulfill its obligations under this bond, according to the option it has elected. Should Surety elect option (a) to cure the default, the penal sum of the Bond shall be reduced in an amount equal to the costs actually incurred by the Surety in curing the default. If the Surety elects option (b), then upon completion of the necessary work, the City shall notify the Surety of its actual costs. The City shall return, without interest, any overpayment made by the Surety and the Surety shall pay to the City any actual costs which exceed the City estimate, limited to the bond amount. Should the Surety elect option (c), the Parties shall first complete participation in mediation, described in the below paragraph, prior to any interplead action. In the event a dispute should arise between the Parties to this Bond with respect to the City's declaration of default by the Principal, the Parties agree to participate in at least four hours of mediation to resolve said dispute. The Parties shall proportionately share in the cost of the mediation. The mediation shall be administered by Judicial Dispute Resolution, LLC, 1425 Fourth Avenue, Suite 300, Seattle, Washington 98101. The Surety shall not interplead prior to completion of the mediation. The parties have executed this instrument under their separate seals this 29th day of Jul , 20_Q, the name and corporate seal of each corporate party hereto affixed, and these presents duly signed by its undersigned representatives pursuant to authority of its governing body. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT RFQ-25 PROJECT # 220 CFW RFQ VERSION 2020 -JUNE CORPORATE SEAL: t' - LII rrr 9 i i :`SEAL ff v 198N _ qrr+rlIISHING' *.a`� II+4111\141\\ PRINCIPAL: Apply -A -Line, LLC By: Ron Reilly Title: assistant Vice President Address: 175 Roy Road SW., Bldg. C Pacific, WA 98047 CORPORATE SEAL: SURETY: Travelers Casualty and Surety Company of America af. (�p k", , , By: i 4� Attorney -in -Fact Theresa A. Lamb (Attach Power ofAttomey) Title: Attomey-in-Fact Address: P. O. Box 3018 CERTIFICATES AS TO CORPORATE SEAL C,, E 0 1 hereby certify that I am the (Assistant} -Secretary -of the Corporation named as Principal in the within bond; that Ron 11'eilly , who signed the said bond on behalf of the Principal, was Asst. Vice President of said Corporation; that I know his or her signature thereto is genuine, and that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. f Principal PFIichael Li1j estrom, CEO I hereby certify that I am the (Assistant) Secretary of the Corporation named as Surety in the within bond; that who signed the said bond on behalf of the Surety, was of the said Corporation; that I know his or her signature thereto is genuine, and that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. See POA Secretary of Surety APPROVED AS TO FORM: J. Ryan Call, City Attomey CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT RFQ-26 PROJECT # 220 CFW RFQ VERSION 2020 -JUNE Special Provisions INTRODUCTION TO THE SPECIAL PROVISIONS (August 14, 2013 APWA GSP) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2020 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications"). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project -specific fill-ins; and project -specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project -specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the effective date of the GSP and its source. For example: (March 8, 2013 APWA GSP) (April 1, 2013 WSDOT GSP) (April 12, 2018 CFW GSP) ("PROJECT -SPECIFIC SPECIAL PROVISION***) Also incorporated into the Contract Documents by reference are: Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any WSDOT Standard Plans City of Federal Way Public Works Development Standards • National Electric Code, current edition Contractor shall obtain copies of these publications, at Contractor's own expense. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SPA PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.046 DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995 WSDOT GSP) This Contract provides for the improvement of the Greenway Pavement Markings Phase 1 (2020) Project Improvements and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 1-01.3 Definitions (January 4, 2016 APWA GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following: Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date The date the Contracting Agency officially binds the Agency to the Contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the Contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract. Physical Completion Date The day all of the Work is physically completed on the project. All documentation required by the Contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the Contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the Work as complete. Supplement this Section with the following: All references in the Standard Specifications, Amendments, or WSDOT General Special Provisions, to the terms "Department of Transportation", "Washington State Transportation Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency." CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -2 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.046 All references to the terms "State" or "state" shall be revised to read "Contracting Agency" unless the reference is to an administrative agency of the State of Washington, a State statute or regulation, or the context reasonably indicates otherwise. All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location." All references to "final contract voucher certification" shall be interpreted to mean the Contracting Agency form(s) by which final payment is authorized, and final completion and acceptance granted. Additive A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Business Day A business day is any day from Monday through Friday except holidays as listed in Section 1-08.5. Contract Bond The definition in the Standard Specifications for "Contract Bond" applies to whatever bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond. Contract Documents See definition for "Contract." Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency's acceptance of the Bid Proposal. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins. Traffic Both vehicular and non -vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -3 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.046 1-02 BID €'PCS tDU L2 -5 AR Q- 1-02.1 Prequalification of Bidders Delete this Section and replace it with the following: 1-02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) Before award of a public works Contract, a bidder qualifications of RCW 39.04.350(1) to be considered to be awarded a public works project. must meet at least the minimum a responsible bidder and qualified 1-02.2 Plans and Specifications (June 27, 2011 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed can be found in the Call for Bids (Advertisement for Bids) for the work. After award of the Contract, Plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced Plans (11" x 17") 1 Furnished automatically upon award. Contract Provisions 1 Furnished automatically upon award. Large Plans (e.g., 22" x 34") 1 Furnished only upon request. Additional Plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor's own expense. 1-02.4 Examination of Plans. Specifications. and Site Work (June 27, 2011 APWA GSP) 1-02.4(1) General (August 15, 2016 APWA GSP, Option B) The first sentence of the last paragraph is revised to read: Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, shall request the explanation or interpretation in writing by close of business three (3) business days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their Bids. 1-02.40 Subsurface Information (March 8, 2013 APWA GSP) The second sentence in the first paragraph is revised to read: The Summary of Geotechnical Conditions and the boring logs, if and when included as an appendix to the Special Provisions, shall be considered as part of the Contract. 1-02.5 Proposal Forms (July 31, 2017 APWA GSP) Delete this section and replace it with the following:. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -4 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.04B The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name. address, telephone number, and signature; the bidder's UBDE/DBE/M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified. 1-02.5 Preparation of Proposal (July 11, 2018 APWA GSP) Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. Delete the last two paragraphs, and replace them with the following: If no Subcontractor is listed, the Bidder acknowledges that it does not intend to use any Subcontractor to perform those items of work. The Bidder shall submit with their Bid a completed Contractor Certification Wage Law Compliance form, provided by the Contracting Agency. Failure to return this certification as part of the Bid Proposal package will make this Bid Nonresponsive and ineligible for Award. A Contractor Certification of Wage Law Compliance form is included in the Proposal Forms. The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any UDBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture with the Bid Form if any agreement. CITY OF FEDERAL WAY . A copy of the joint venture agreement shall be submitted UDBE requirements are to be satisfied through such an GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -5 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.048 1-02.7 Bid Deposit (***PROJECT -SPECIFIC SPECIAL PROVISION'") Delete this section in its entirety 1-02.9 Delivery of Proposal_ (*"PROJECT SPECIFIC SPECIAL PROVISION`) Delete this section in its entirety 1-02.10 Withdrawing Revising, or Supplementing Proposal (July 233, 2015 APWA GSP) Delete this section, and replace it with the following: After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw, revise, or supplement it if: The Bidder submits a written request signed by an authorized person and physically delivers it to the place designated for receipt of Bid Proposals, and 2. The Contracting Agency receives the request before the time set for receipt of Bid Proposals, and 3. The revised or supplemented Bid Proposal (if any) is received by the Contracting Agency before the time set for receipt of Bid Proposals. If the Bidder's request to withdraw, revise, or supplement its Bid Proposal is received before the time set for receipt of Bid Proposals, the Contracting Agency will return the unopened Proposal package to the Bidder. The Bidder must then submit the revised or supplemented package in its entirety. If the Bidder does not submit a revised or supplemented package, then its bid shall be considered withdrawn. Late revised or supplemented Bid Proposals or late withdrawal requests will be date recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed requests to withdraw, revise, or supplement a Bid Proposal are not acceptable. 1-02.13 Irregular Proposals (December 19, 2019 APWA GSP) Delete this section and replace it with the following: A Proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized Proposal form furnished by the Contracting Agency is not used or is altered; C. The completed Proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1-02.6; CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -6 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.048 h. The Bidder fails to submit or properly complete an Underutilized Disadvantaged Business Enterprise Certification, if applicable, as required in Section 1-02.6; i. The Bidder fails to submit written confirmation from each UDBE firm listed on the Bidder's completed UDBE Utilization Certification that they are in agreement with the bidder's UDBE participation commitment, if applicable, as required in Section 1-02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; j The Bidder fails to submit UDBE Good Faith Effort documentation, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award was made; k. The Bidder fails to submit a UDBE Bid Item Breakdown form, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to meet the requirements of the Special Provisions; I. The Bidder fails to submit UDBE Trucking Credit Forms, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to meet the requirements of the Special Provisions; M. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or n. More than one Proposal is submitted for the same project from a Bidder under the same or different names. 2. A Proposal may be considered irregular and may be rejected if: a. The Proposal does not include a unit price for every Bid item; b. Any of the unit prices are excessively unbalanced (either above or below the amount of a reasonable Bid) to the potential detriment of the Contracting Agency; C. Receipt of Addenda is not acknowledged; d. A member of a joint venture or partnership and the joint venture or partnership submit Proposals for the same project (in such an instance, both Bids may be rejected); or e. If Proposal form entries are not made in ink. 1-02.14 Disqualification of Bidders (May 17, 2018 APWA GSP, OPTION B) Delete this section and replace it with the following: A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended; or does not meet Supplemental Criteria 1-7 listed in this Section. Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility criteria in RCW 39.04.350(1), and Supplemental Criteria 1-2. Evidence that the Bidder meets Supplemental Criteria 3-7 shall be provided by the Bidder as stated later in this Section. 1. Delinquent State Taxes A. Criterion: The Bidder shall not owe delinquent taxes to the Washington State Department of Revenue without a payment plan approved by the Department of Revenue. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -7 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.048 the Bidder does not owe delinquent taxes to the Washington State Department of Revenue, or if delinquent taxes are owed to the Washington State Department of Revenue, the Bidder must submit a written payment plan approved by the Department of Revenue, to the Contracting Agency by the deadline listed below. 2. Federal Debarment A. Criterion: The Bidder shall not currently be debarred or suspended by the Federal government. B. Documentation: The Bidder shall not be listed as having an "active exclusion" on the U.S. government's "System for Award Management" database (www.sam.gov). 3. Subcontractor Res onsibilit A. Criterion: The Bidder's standard subcontract form shall include the subcontractor responsibility language required by RCW 39.06.020, and the Bidder shall have an established procedure which it utilizes to validate the responsibility of each of its subcontractors. The Bidder's subcontract form shall also include a requirement that each of its subcontractors shall have and document a similar procedure to determine whether the sub -tier subcontractors with whom it contracts are also "responsible" subcontractors as defined by RCW 39.06.020. B. Documentation: The Bidder, if and when required as detailed below, shall submit a copy of its standard subcontract form for review by the Contracting Agency, and a written description of its procedure for validating the responsibility of subcontractors with which it contracts. 4. Claims Against Retainage and Bonds A. Criterion: The Bidder shall not have a record of excessive claims filed against the retainage or payment bonds for public works projects in the three years prior to the bid submittal date, that demonstrate a lack of effective management by the Bidder of making timely and appropriate payments to its subcontractors, suppliers, and workers, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. C1OCUrnentation: The Bidder, if and when required as detailed below, shall submit a list of the public works projects completed in the three years prior to the bid submittal date that have had claims against retainage and bonds and include for each project the following information: Name of project • The owner and contact information for the owner; • A list of claims filed against the retainage and/or payment bond for any of the projects listed; • A written explanation of the circumstances surrounding each claim and the ultimate resolution of the claim. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -8 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.048 5. Public Bidding Crime A. Criterion: The Bidder and/or its owners shall not have been convicted of a crime involving bidding on a public works contract in the five years prior to the bid submittal date. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder and/or its owners have not been convicted of a crime involving bidding on a public works contract. 6. Termination for Cause / Termination for Default A. Criterion: The Bidder shall not have had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date; or if Bidder was terminated, describe the circumstances. . 7. Lawsuits A. Criterion: The Bidder shall not have lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, unless there ,are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, or shall submit a list of all lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date, along with a written explanation of the circumstances surrounding each such lawsuit. The Contracting Agency shall evaluate these explanations to determine whether the lawsuits demonstrate a pattern of failing to meet of terms of construction related contracts As evidence that the Bidder meets the Supplemental Criteria stated above, the apparent low Bidder must submit to the Contracting Agency by 12:00 P.M. (noon) of the second business day following the bid submittal deadline, a written statement verifying that the Bidder meets the supplemental criteria together with supporting documentation (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with the Supplemental Criteria. The Contracting Agency reserves the right to request further documentation as needed from the low Bidder and documentation from other Bidders as well to assess Bidder responsibility and compliance with all bidder responsibility criteria. The Contracting Agency also reserves the right to obtain information from third -parties and independent sources of information concerning a CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -9 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.048 Bidder's compliance with the mandatory and supplemental criteria, and to use that information in their evaluation. The Contracting Agency may consider mitigating factors in determining whether the Bidder complies with the requirements of the supplemental criteria. The basis for evaluation of Bidder compliance with these mandatory and supplemental criteria shall include any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from others for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter. If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. if the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Contracting Agency's determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency's final determination. Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders with concerns about the relevancy or restrictiveness of the Supplemental Bidder Responsibility Criteria may make or submit requests to the Contracting Agency to modify the criteria. Such requests shall be in writing, describe the nature of the concerns, and propose specific modifications to the criteria. Bidders shall submit such requests to the Contracting Agency no later than five (5) business days prior to the bid submittal deadline and address the request to the Project Engineer or such other person designated by the Contracting Agency in the Bid Documents. 1-03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After receiving proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount the Contracting Agency will unilaterally revise the unit or lum sum rice to the minirnum s ecified amount and recalculate the extension. The total of extensions, corrected where necessary, indudin sales taxes where applicable and such additives and/or alternates as selected by. the Conti -acting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract band. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -10 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.048 1-03.1(1) Identical Bid Totals (January 4, 2016 APWA GSP) Revise this section to read: After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then the tie-breaker will be the Bidder with an equal lowest bid, that proposed to use the highest percentarLe of recyclecl materials in the Prgect. per the form submitted with the Bid. Proposal. If those_pereenta es are also exactly equal, then the tie-breaker will be determined by drawing as follows: Two or more slips of paper will be marked as follows: one marked "Winner" and the other(s) marked "unsuccessful." The slips will be folded to make the marking unseen. The slips will be placed inside a box. One authorized representative of each Bidder shall draw a slip from the box. Bidders shall draw in alphabetic order by the name of the firm as registered with the Washington State Department of Licensing. The slips shall be unfolded and the firm with the slip marked "Winner" will be determined to be the successful Bidder and eligible for Award of the Contract. Only those Bidders who submitted a Bid total that is exactly equal to the lowest responsive Bid, and with a proposed recycled materials percentage that is exactly equal to the highest proposed rec cled materials amount are eligible to draw. 1-03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read: Copie of the Contract Provisions. including the unsigned Form of Contract will be available for signature by the successful bidder on the first business da following award The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within 10 calendar days after the award date, the successful bidder shall return the signed Contracting Agency -prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency - furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of 5 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1-03.4 Contract Bond (July 23, 2015 APWA GSP) Delete the first paragraph and replace it with the following: The successful bidder shall provide executed payment and performance bond(s) for the full contract amount. The bond may be a combined payment and performance bond; or be separate payment and performance bonds. In the case of separate payment and performance bonds, each shall be for the full contract amount. The bond(s) shall: CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SPA 1 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.048 1. Be on Contracting Agency -furnished form(s); 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Guarantee that the Contractor will perform and comply with all obligations, duties, and conditions under the Contract, including but not limited to the duty and obligation to indemnify, defend, and protect the Contracting Agency against all losses and claims related directly or indirectly from any failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform and comply with all contract obligations, conditions, and duties, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work; 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond(s) must be signed by the president or vice president, unless accompanied by written proof of the authority of the individual signing the bond(s) to bind the corporation (i.e., corporate resolution, power of attorney, or a letter to such effect signed by the president or vice president). 1-03.7 Judicial Review (November 30, 2018 APWA GSP) Revise this section to read: Any decision made by the Contracting Agency regarding the Award and execution of the Contract or Bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington Law. Such review, if any, shall be timely filed in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction. 1-04.2 Coordination of Contract Documents flans, Special Provisions, Specification and Addenda CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -12 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.048 (April 12, 2019 CFW GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Contract, 2. Change Orders, with those of a later date taking precedence of those of an earlier date, 3. Addenda, with those of a later date taking precedence of those of an earlier date, 4. Bid Proposal Form, 5. Special Provisions, 6. Contract Plans, 7. Amendments to the Standard Specifications, 8. Standard Specifications, 9. Contracting Agency's Standard Plans or Details (if any), and 10. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with, Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -13 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.048 No adjustment in Contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1-05.11 Final Inspection (October 1, 2005 APWA GSP) Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testi 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefore. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -14 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.048 process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of Contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the Contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the Contract have been fulfilled. 1-05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit Contract prices related to the system being tested, unless specifically set forth otherwise in the Proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. 1-05.12 Final Acceptance (April 12, 2019 CFW GSP) Delete the third and fourth sentences in the first paragraph and replace it with the following: Final acceptance date of the work shall be the date the Federal Way City Council accepts the project as complete. Add the following new section. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -15 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.046 1-05.12[1) One -Year Guarantee Period (March 8, 2013 APWA GSP) The Contractor shall return to the project and repair or replace all defects in workmanship and material discovered within one year after Final Acceptance of the Work. The Contractor shall start work to remedy any such defects within 7 calendar days of receiving Contracting Agency's written notice of a defect, and shall complete such work within the time stated in the Contracting Agency's notice. In case of an emergency, where damage may result from delay or where loss of services may result, such corrections may be made by the Contracting Agency's own forces or another contractor, In which case the cost of corrections shall be paid by the Contractor. In the event the Contractor does not accomplish corrections within the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor. When corrections of defects are made, the Contractor shall then be responsible for correcting all defects in workmanship and materials in the corrected work for one year after acceptance of the corrections by Contracting Agency. This guarantee is supplemental to and does not limit or affect the requirements that the Contractor's work comply with the requirements of the Contract or any other legal rights or remedies of the Contracting Agency. 1-05.13 Superintendents Labor and Eguiprnent of Contractor (August 14, 2013 AIWA GSP) Delete the sixth and seventh paragraphs of this section. 1-05.14 Cooperation with Other Contractors_ (March 13, 1995 WSDOT GSP, OPTION 1) Section 1-05.14 is supplemented with the following: Other Contracts or Other Work It is anticipated that the following work adjacent to or within the limits of this project will be performed by others during the course of this project and will require coordination of the work: • Greenway Sign Work by King County • Potentially other City/Utility Projects 1-05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as e-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. Add the following new section: 1-05.15 Water and Power (October 1, 2005 APWA GSP) CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -16 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.04B The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power and water as a pay item. 1-05.18 Contractor's Daily Diary (April 12, 2018 CFW GSP) Section 1-05.18 is a new section: The Contractor and subcontractors, as additional consideration for payment for this contract work, hereby agree to maintain and provide to the Owner and the Engineer a Daily Diary Record of this Work. The diary must be kept and maintained by the Contractor's designated project superintendent. Entries must be made on a daily basis and must accurately represent all of the project activities on each day. At a minimum, the diary shall show on a daily basis: The day and date. ® The weather conditions, including changes throughout the day. A complete description of work accomplished during the day with adequate references to the Plans and Specifications so that the reader can easily and accurately identify said work on the Plans. • An entry for each and every changed condition, dispute or potential dispute, incident, accident, or occurrence of any nature whatsoever which might affect the Contract, Owner, or any third party in any manner. Listing of any materials received and stored on or off-site by the Contractor for future installation, to include the manner of storage and protection of the same. Listing of materials installed during each day. ® List of all subcontractors working on-site during each day. Listing of the number of Contractor's employees working during each day by category of employment. Listing of Contractor's equipment working on the site during each day. Idle equipment on the site shall be listed and designated as idle. ■ Notations to explain inspections, testing, stake -out, and all other services furnished to the Contractor by the Owner or other during each day. Entries to verify the daily (including non -work days) inspection and maintenance of traffic control devices and condition of the traveled roadway surfaces. The Contractor shall not allow any conditions to develop that would be hazardous to the public. Any other information that serves to give an accurate and complete record of the nature, quantity, and quality of the Contractor's progress on each day. 0 Summary of total number of working days to date, and total number of delay days to date. The Contractor's designated project superintendent must sign the diary at the end of each working day. The Contractor must provide a copy of the diary to the Owner and the Engineer each morning for the preceding workday. All copies must be legible. It is expressly agreed between the contractor and the owner that the daily diary maintained by the Contractor shall be the "Contractor's Book of Original Entry" for the documentation of any potential claims or disputes that might arise during this contract. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -17 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020 04B Failure of the Contractor to maintain this diary in the manner described above will constitute a waiver of any such claims or disputes by the Contractor. The daily diary maintained by the Contractor does not constitute the official record of the project. The official record of the project is prepared and maintained exclusively by the engineer. This section snail not apply for Paint Share Lane 1-05 19 Defects Arising in One Year and Remedies Marking bid item provided approved material is (February 15, 2019 CFW GSP) used by the Contractor." Per Addendum # 1 dated 5ecti n 1. 5, 9_ i5 a new eCtiar�; '.. _rte ..� June 22,2020 The Contractor shall, at its own sole cost and expense, be responsible for correcting all defects in workmanship and material discovered within one year after acceptance of this work by the City of Federal Way. When corrections of defects are made, the Contractor shall be responsible for correcting all defects in workmanship and/or materials in the corrected work for one year after acceptance of the corrections by the Owner. Conducting of tests and inspections, review of specifications or plans, payment for goods or services, or acceptance by the City does not constitute waiver, modification, or exclusion of any express or implied warranty or any right under law. This warranty shall survive termination of this Contract. The Contractor shall start work to remedy such defects within seven (7) calendar days of mailing notice of discovery thereof by the Owner and shall complete such work within a reasonable time. In emergencies, where damage may result from delay or where loss of services may result, such corrections may be made by the Owner, in which case the cost shall be borne by the Contractor. In the event the Contractor does not accomplish corrections at the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor. These actions will be pursuant to the provisions of Section 1-05.8 of the Standard Specifications. The Contractor shall be liable for any costs, losses, expenses, or damages, including consequential damages suffered by the Owner resulting from defects in the Contractor's work including, but not limited to, cost of materials and labor extended by Owner in making emergency repairs and cost of engineering, inspection and supervision by the Owner or the Engineer. The Contractor shall hold the Owner harmless from any and all claims which may be made against the Owner as a result of any defective work, and the Contractor shall defend any such claims at his own expense. The Contractor agrees the above one-year limitation shall not exclude or diminish the Owner's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 9.16.040 limiting actions upon a contract in writing or liability, expressed or implied, arising out of a written agreement. This warranty may also extend beyond the one year time period pursuant to any other warranties specified in the Special Provisions, Contract Plans, other parts of the Contract Documents, or incorporated by this reference. 1-06.6 Recycled Materials (January 4, 2016 APWA GSP) Delete this section, including its subsections, and replace it with the following: CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SPA 8 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.048 The Contractor shall make their best effort to utilize recycled materials in the construction of the project. Approval of such material use shall be as detailed elsewhere in the Standard Specifications. Prior to Physical Completion the Contractor shall report the quantity of recycled materials that were utilized in the construction of the project for each of the items listed in Section 9-03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled glass, steel furnace slag and other recycled materials (e.g. utilization of on-site material and aggregates from concrete returned to the supplier). The Contractor's report shall be provided on DOT form 350-075 Recycled Materials Reporting. 1-06.7 Hazardous Chemicals (April 12, 2019 CFW GSP) Section 1-06.7 is a new section: In order to comply with WAC 296-62-054 Hazard Communication, the Contractor shall submit with each shipment a Material Safety Data Sheet (MSDS) for all products containing any toxic products that may be harmful to the end user. The MSDS Sheet is to accompany the toxic product(s) to the specified delivery sites. Include the following in the MSDS: A. Chemical Abstract Service (CAS) numbers for every chemical that is listed in the MSDS. B. If the product is actually used diluted, the dilution rate should be so stated in the MSDS and the hazards and corresponding personal protection, etc., also be listed. C. A statement as to the intended use of the product. 1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well-known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's Plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -19 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.046 solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not,. and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. Section 1-07.1 is supplemented with the following: (April 6, 2020 WSDOT GSP, OPTION 4) In response to COVID-19, the Contractor shall prepare a project specific COVID-19 health and safety plan (CHSP) in conformance with Section 1-07.4(2) as supplemented in these specifications, COVID-19 Health and Safety Plan (CHSP). A copy of the CHSP developed by the Contractor shall be submitted to the Engineer as a Type 2 Working Drawing. Section 1-07.1 is supplemented with the following: (April 12, 2019 CFW GSP) Confined Space Confined spaces are known to exist at the following locations: Existing storm drainage, sanitary sewer, and other utility systems, vaults, and structures, along with all new similar new construction items that meet the requirements of WAC 296-809-100. The Contractor shall be fully responsible for the safety and health of all on-site workers and compliant with Washington Administrative Code (WAC 296-809). The Contractor shall prepare and implement a confined space program for each of the confined spaces identified above. The Contractors Confined Space program shall be sent to the contracting agency at least 5 days prior to the Contractor beginning work in or adjacent to the confined space. No work shall be performed in or adjacent to the confined space until the plan is submitted to the Engineer as required. The Contractor shall communicate with the Engineer to ensure a coordinated effort for providing and maintaining a safe worksite for both the Contracting Agency's and Contractor's workers when working in or near a confined space. All costs to prepare and implement the confined space program shall be included in the bid prices for the various items associated with the confined space work. 1-07.2 State Taxes Defete this section, including its sub -sections, in its entirety and replace it with the following: 1-07.2 State Sales Tax (June 27, 2011 APWA GSP) The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-0-7.2(3) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a Sid on a misunderstood tax liability. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -20 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.046 The Contractor shall include all Contractor -paid taxes in the unit Bid prices or other Contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(2) describes this exception. The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA-funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all Contract -related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this Contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(1) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit Bid item prices, or other Contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(2) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full Contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit Bid item prices, or in any other Contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will Contractor or a subcontractor makes machinery, equipment, or consumable Such sales taxes shall be included in Contract amount. CITY OF FEDERAL WAY SP -21 not add in sales tax for a payment the on the purchase or rental of tools, supplies not integrated into the project. the unit Bid item prices or in any other GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020 04B 1-07.2(3) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any Contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1-07.4 Sanitation Section 1-07.4(2) is supplemented with the following: 1-07.4(2) Health Hazards 'App l 7 2026, WSDOT CSP, OPTION 2) COVID-19 Health & Safety Plan (CHSP) The Contractor shall prepare a project specific COVID-19 health and safety plan (CHSP). The CHSP shall be prepared and submitted as a Type 2 working drawing prior to beginning physical Work. The Contractor shall update and resubmit the CHSP as the work progresses and new activities appear on the look ahead schedule required under Section 1-08.3(2)D. If the conditions change on the project, or a particular activity, the Contractor shall update and resubmit the CHSP. Work on any activity shall cease if conditions prevent full compliance with the CHSP. The CHSP shall address the health and safety of all people associated with the project including State workers in the field, Contractor personnel, consultants, project staff, subcontractors, suppliers and anyone on the project site, staging areas, or yards. The plan shall contain the following minimum elements: 1. The CHSP shall identify all standards, guidance, publications, and sources on which it is based. Those standards may include references to OHSA, WISHA, and CDC publications that are current at the time the CHSP is prepared. 2. The CHSP shall identify a responsible individual from the Contractor who is responsible for implementation of the CHSP. The individual(s) contact information shall be listed in the CHSP. 3. The CHSP shall specifically identify the project for which it is applicable, and if applicable, shall address project work areas outside the project limits such as staging areas or yards. 4. The CHSP shall identify the PPE and administrative and engineered controls necessary to maintain a safe site. This includes but is not limited to: sanitation resources, screening stations, safety briefings, controlling access, and personal protective equipment (PPE) needed to protect workers from COVID-19. 5. The CHSP shall identify measures for screening and managing workers or visitors to areas identified in the CHSP. The plan shall include procedures should a person exhibit symptoms of COVID-19. 6. The CHSP shall identify how the plan will be updated as new work activities are added with each two week look -ahead schedule. The CHSP updates shall identify CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -22 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020 048 the number of workers, crews, work tasks, and the degree of congestion or confinement workers will experience for the work activities in the two week look - ahead schedule. 7. The CHSP shall include how the Contractor will ensure everyone on the site has been trained on the CHSP requirements. This includes subcontractors, suppliers, and anyone on the project site. COVID-19 Health and Safety Plan (CHSP) Inspection The Contractor shall grant full and unrestricted access to the Engineer for CHSP Inspections. The Engineer (or designee) will conduct periodic compliance inspections on the project site, staging areas, or yards to verify that any ongoing work activity is following the CHSP plan. If the Engineer becomes aware of a noncompliance incident either through a site inspection or other means, the Contractor will be notified immediately (within 1 hour). The contractor shall immediately remedy the noncompliance incident or suspend all or part of the associated work activity. The Contractor shall satisfy the Engineer that the noncompliance incident has been corrected before the suspension will end. The Contractor shall include all related costs in the associated bid prices of the contract. 1-07.6 Permits and Licenses (April 12, 2018 CPW GSP) Section 1-07.6 is supplemented with the following: Survey Monuments In accordance with RCW 58.24.040(8), no cadastral or geodetic survey monument may be disturbed without a valid permit to remove or destroy a survey monument, issued by the Washington State Department of Natural Resources. Permit applications can be Obtained on the DNR Public Land Survey Office website. The permit application must be stamped by a registered Washington State Land Surveyor. The Contractor shall obtain the permit to Remove or Destroy a Survey Monument as necessary. All costs to obtain and comply with the permit shall be considered incidental to other bid items and no additional payment will be made. 1-07.7 Load Limits (March 13, 1995 WSDOT GSP, OPTION 6) Section 1-07.7 is Supplemented with the following: If the sources of materials provided by the Contractor necessitate hauling over roads other than State Highways, the Contractor shall, at the Contractor's expense, make all arrangements for the use of the haul routes. 1-07.90) Required Documents (January 3, 2020 APWA GSP) Delete this section and replace it with the following: General All "Statements of Intent to Pay Prevailing Wages", "Affidavits of Wages Paid" and Certified Payrolls, including a signed Statement of Compliance for Federal -aid CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -23 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.048 projects, shall be submitted to the Engineer using the State L&I online Prevailing Wage Intent & Affidavit (PWIA) system. Intents and Affidavits On forms provided by the Industrial Statistician of State L&I, the Contractor shall submit to the Engineer the following for themselves and for each firm covered under RCW 39.12 that will or has provided Work and materials for the Contract: 1. The approved "Statement of Intent to Pay Prevailing Wages" State L&I's form number F700-029-000. The Contracting Agency will make no payment under this Contract until this statement has been approved by State L&I and reviewed by the Engineer. 2. The approved "Affidavit of Prevailing Wages Paid", State L&I's form F700- 007-000. The Contracting Agency will not grant Completion until all approved Affidavit of Wages paid for the Contractor and all Subcontractors have been received by the Engineer. The Contracting Agency will not release to the Contractor any funds retained under RCW 60.28.011 until "Affidavit of Prevailing Wages Paid" forms have been approved by State L&I and all of the approved forms have been submitted to the Engineer for every firm that worked on the Contract. The Contractor is responsible for requesting these forms from State L&I and for paying any fees required by State L&I. Certified Payrolls Certified payrolls are required to be submitted by the Contractor for themselves, all Subcontractors and all lower tier subcontractors. The payrolls shall be submitted weekly on all Federal -aid projects and no less than monthly on State funded projects. Penalties for Noncompliance The Contractor is advised, if these payrolls are not supplied within the prescribed deadlines, any or all payments may be withheld until compliance is achieved. In addition, failure to provide these payrolls may result in other sanctions as provided by State laws (RCW 39.12.050) and/or Federal regulations (29 CFR 5.12). 1-07.13 Contractor's Responsibility for Work 1-07.13(4) Repair of Damage (August 6, 2001 WSD0T GSP) Section 1-07.13(4) is revised to read: The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. For damage qualifying for relief under Sections 1-07.13(1), 1-07.13(2) or 1-07.13(3), payment will be made in accordance with Section 1-04.4. Payment will be limited to repair of damaged work only. No payment will be made for delay or disruption of work. 1-07.16 Protection and Restoration of Property 1-07 16(2) Vectetation Protection and Restoration (August 2, 2010 WSDOT GSP) Section 1-07.16(2) is supplemented with the following: CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -24 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.046 Vegetation and soil protection zones for trees shall extend out from the trunk to a distance of 1 foot radius for each inch of trunk diameter at breast height. Vegetation and soil protection zones for shrubs shall extend out from the stems at ground level to twice the radius of the shrub. Vegetation and soil protection zones for herbaceous vegetation shall extend to encompass the diameter of the plant as measured from the outer edge of the plant. 1-07.17 L"riIities and Sirnilar Facilities (April 2, 2007 WSDOT GSP, OPTION 1) Section 1-07.17 is supplemented with the following: Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience. UTILITY CONTACTS Puget Sound Energy Attn: Jason Airey 3130 S 38th St Tacoma, WA 98409 Telephone: (206) 348-9637 Century Link Attn: Tanaiya Anderson 23315 66th Ave S Kent, WA 98032 Telephone: (253) 313-8961 Lakehaven Water & Sewer District Comcast Attn: Wes Hill Attn: Aaron Cantrell 31627 1 st Avenue S 4020 Auburn Way North Federal Way, WA 98003 Auburn, WA 98002 Telephone: (253)946-5440 Telephone: (253) 864-4281 King County Traffic Operations Attn: Mark Parrett 155 Monroe Ave NE Renton, WA 98056 Telephone: (206) 296-8153 Zayo Attn: Jason Tesdal 4905 Pacific Hwy E, Suite 4 Fife, WA 98424 Telephone: (253) 221-7585 ADDITIONAL CONTACTS King County METRO Transit 81270 6th Ave S, Bldg 2 CITY OF FEDERAL WAY SP -25 AT&T Attn: Daniel McGeough 11241 Willows Rd NE, #130 Redmond, WA 98052 Telephone: (425) 896-9830 City of FW IT Dept (City Fiber) Attn: Thomas Fichtner 33325 8th Ave S Federal Way, WA 98003 Telephone: (253) 835-2547 South King Fire & Rescue 31617 1 st Ave S GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.046 Seattle, WA 98134 Telephone: (206) 684-2785 City of Federal Way Police 33325 8th Ave S Federal Way, WA 98003 Telephone: (253) 835-6701 (for officer traffic control scheduling) Telephone: (253) 835-6767 (for traffic / road closure issues) Federal Way, WA 98003 Telephone: (253) 946-7253 Federal Way School District Attn: Transportation Department 1211 S. 332nd St Federal Way, WA 98003 Telephone: (253) 945-5960 1-07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following: 1-07.18 Insurance (January 4, 2016 APWA GSP) 1-07.18(1) General Requirements A. The Contractor shall procure and maintain the insurance described in all subsections of section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best rating of not less than A-: VII and licensed to do business in the State of Washington. The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer's financial condition. B. The Contractor shall keep this insurance in force without interruption from the commencement of the Contractor's Work through the term of the Contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated below. C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims - made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Completion Date or earlier termination of this Contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ("tail") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The Contractor's Automobile Liability, Commercial General Liability and Excess or Umbrella Liability insurance policies shall be primary and non-contributory insurance as respects the Contracting Agency's insurance, self-insurance, or self-insured pool coverage. Any insurance, self-insurance, or self-insured pool coverage maintained by the Contracting Agency shall be excess of the Contractor's insurance and shall not contribute with it. E. The Contractor shall provide the Contracting Agency and all additional insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -26 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.04B F. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency G. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days' notice to the Contractor to correct the breach, immediately terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. H. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the Contract and no additional payment will be made. 1-07,18(2) Additional Insured All insurance policies, with the exception of Workers Compensation, and of Professional Liability and Builder's Risk (if required by this Contract) shall name the following listed entities as additional insured(s) using the forms or endorsements required herein: The Contracting Agency and its officers, elected officials, employees, agents, and volunteers. The consultant that completed the preparation of the engineering design and project plans, and its officers, employees, agents, and subconsultants. Consultants hired by the Contracting Agency for design, construction support, or materials testing. The above -listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4) describes limits lower than those maintained by the Contractor. For Commercial General Liability insurance coverage, the required additional insured endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. 1-07.18(3) Subcontractors The Contractor shall cause each Subcontractor of every tier to provide insurance coverage that complies with all applicable requirements of the Contractor -provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by Subcontractors. The Contractor shall ensure that all Subcontractors of every tier add all entities listed in 1-07.18(2) as additional insureds, and provide proof of such on the policies as required by that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency evidence of insurance and copies of the additional insured endorsements of each Subcontractor of every tier as required in 1-07.18(4) Verification of Coverage. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -27 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.048 1-07.18(4) Verification of Coverage The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. Failure of Contracting Agency to demand such verification of coverage with these insurance requirements or failure of Contracting Agency to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor's obligation to maintain such insurance. Verification of coverage shall include: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07.18(2) as additional insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. 3. Any other amendatory endorsements to show the coverage required herein. 4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these requirements — actual endorsements must be submitted. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is required on this Project, a full and certified copy of that policy is required when the Contractor delivers the signed Contract for the work. 1-07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Contractor's maintenance of insurance, its scope of coverage, and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the Contracting Agency's recourse to any remedy available at law or in equity. All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible or self-insured retention shall be the responsibility of the Contractor. In the event an additional insured incurs a liability subject to any policy's deductibles or self-insured retention, said deductibles or self-insured retention shall be the responsibility of the Contractor. 1-07.18(5)A Commercial General Liability Commercial General Liability insurance shall be written on coverage forms at least as broad as ISO occurrence form CG 00 01, including but not limited to liability arising from premises, operations, stop gap liability, independent contractors, products -completed operations, personal and advertising injury, and liability assumed under an insured contract. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT 3P-28 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.048 The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement. Contractor shall maintain Commercial General Liability Insurance arising out of the Contractor's completed operations for at least three years following Substantial Completion of the Work. Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $2,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury each offense $1,000,000 Stop Gap / Employers' Liability each Accident 1-07.18(5)B Automobile Liabilit Automobile Liability shall cover owned, non -owned, hired, and leased vehicles; and shall be written on a coverage form at least as broad as ISO form CA 00 01. If the work involves the transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99 48 endorsements. Such policy must provide the following minimum limit: $1,000,000 Combined single limit each accident 1-07.18(5)C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 1-07.18(5)D Excess or Umbrella Liability (January 4, 2016 APWA GSP) The Contractor shall provide Excess or Umbrella Liability insurance with limits of not less than $3,000,000 each occurrence and annual aggregate. This excess or umbrella liability coverage shall be excess over and as least as broad in coverage as the Contractor's Commercial General and Auto Liability insurance. All entities listed under 1-07.18(2) of these Special Provisions shall be named as additional insureds on the Contractor's Excess or Umbrella Liability insurance policy. This requirement may be satisfied instead through the Contractor's primary Commercial General and Automobile Liability coverages, or any combination thereof that achieves the overall required limits of insurance. 1-07.18(5)J Pollution Liability (January 4, 2016 APWA GSP) The Contractor shall provide a Contractors Pollution Liability policy, providing coverage for claims involving bodily injury, property damage (including loss of use of tangible property that has not been physically injured), cleanup costs, remediation, disposal or other handling of pollutants, including costs and expenses incurred in the investigation, defense, or settlement of claims, arising out of any one or more of the following: 1. Contractor's operations related to this project. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -29 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.048 2. Remediation, abatement, repair, maintenance or other work with lead-based paint or materials containing asbestos. 3. Transportation of hazardous materials away from any site related to this project. All entities listed under 1-07.18(2) of these Special Provisions shall be named by endorsement as additional insureds on the Contractors Pollution Liability insurance policy. Such Pollution Liability policy shall provide the following minimum limits: $1,000,000 each loss and annual aggregate 1-07.23 Public Convenience and Safety 1-07.23(1) Construction under Traffic (February 3, 2020 WSDOT GSP, OPTION 2) Section 1-07.23(1) is supplemented with the following: Work Zone Clear Zone The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The WZCZ applies only to temporary roadside objects introduced by the Contractor's operations and does not apply to preexisting conditions or permanent Work. Those work operations that are actively in progress shall be in accordance with adopted and approved Traffic Control Plans, and other contract requirements. During nonworking hours equipment or materials shall not be within the WZCZ unless they are protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows: Regulatory Posted Speed Distance From Traveled Way Feet j 35 mph or less 10 40 mph 15 45 to 50 mph 20 CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -30 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.04B 1 55 t�®r ph�1�30 60 mpeater 35 Minimum Work Zone Clear Zone Distance (January 5, 2015 WSDOT GSP, OPTION 5) Section 1-07.23(1) is supplemented with the following: Lane closures are subject to the following restrictions: • Only one lane of traffic (northbound or southbound)may be closed to traffic between the hours of 7:OOAM and 3:30PM. Approval to close both one northbound and one southbound lane at the same time will require prior approval by the Project Engineer. • Left turns may be restricted (by the Contractor) within the project limits at the discretion of the Project Engineer. • Closure of one lane at a time may occur between the hours of 7AM to 7PM. The following streets/roads shall not close a lane before 8:30 am: o S312 th Street eastbound; o Military Road S northbound. The following streets/roads shall not be closed after 3:30pm: o S312 th Street eastbound; o Military Road S northbound. ® Any closures between 7PM to 7AM require prior approval by the City • If a lane closure is required, at least one lane of traffic (alternating directions / flagger controlled) shall be maintained at all times. Unless otherwise approved or shown on plans, the Contractor shall maintain two-way traffic during construction. The Contractor shall maintain continuous two-way traffic along streets throughout the project site. The Contractor shall have the option, with the approval of the Engineer, of momentarily interrupting the continuous two-way traffic to allow one-way traffic. Such interruptions shall utilize qualified flaggers placed in strategic locations to insure the public safety and minimize driver confusion. A momentary interruption shall be defined as a period of time not to exceed two (2) minutes. Regardless of the period of time no queue greater than ten (10) cars in length will be allowed. • Working at night (8pm to 7am weekdays, 8 pm-9am weekends & holidays) is not mandated by the City. Should the contractor schedule project work during nighttime hours, it shall be the Contractor's responsibility to obtain any required noise variance or exemption for such work. • For approved night work, the Contractor shall, at no additional cost to the City, make all arrangements for operations during hours of darkness. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -31 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.048 Flagger stations shall be illuminated using a minimum 150 -watt floodlight. Lighting used for nighttime work shall, whenever possible, be directed away from or shielded from residences and oncoming traffic. Signs and barricades shall be supplemented by Type C steady burn lights to delineate edge of roadway during the hours of darkness. The Contractor shall keep all pedestrian routes & access points (including, but not limited to, sidewalks, and crosswalks when located within the project limits) open and clear at all times unless permitted otherwise by the Engineer in an approved traffic control plan. An ADA accessible route must be provided through the project site at all times. • Pedestrians must have access to pedestrian push buttons at all times. The Contractor shall provide flaggers, signs, and other traffic control devices. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, reads, streets, sidewalks, or paths. No work shall be dune on or adjacent to any traveled way until all necessary signs and traffic control devices are in place. • All signs and traffic control devices for the permitted closures shall only be installed during the specified hours. Construction signs; if placed earlier than the specified hours of closure, shall be turned ar covered so as not to be visible to motorists The Contractor shall be responsible for notifying all affected property owners and tenants prior to commencing the barricading of streets, alleys, sidewalks and driveways. Notifications should be at least 48 hours in advance of closures, if possible. The Contractor shall, at all times throughout the project, conduct the work in such a manner as will obstruct and inconvenience vehicular and pedestrian traffic as little as possible. The streets, sidewalks and private driveways shall be kept open by the Contractor except for the brief periods when actual work is being done. The Contractor shall so conduct his operations so as to have under construction no greater length or amount of work than he can prosecute vigorously and he shall not open up sections of the work and leave them in an unfinished condition. Lane closures shall not impact business accesses. All business accesses will remain open during business hours. • Lane closures shall not restrict vehicular access for buses through the project site. Bus stops shall remain ADA accessible to pedestrians at all times throughout the project CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -32 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.046 If the Engineer determines the permitted closure hours adversely affect traffic, the Engineer may adjust the hours accordingly. The Engineer will notify the Contractor in writing of any change in the closure hours. Lane closures are not allowed on any of the following: 1. A holiday, 2. A holiday weekend; holidays that occur on Friday, Saturday, Sunday or Monday are considered a holiday weekend. A holiday weekend includes Saturday, Sunday, and the holiday. 3. After 12:00 PM (noon) on the day prior to a holiday or holiday weekend, and 4. Before 7:00 AM on the day after the holiday or holiday weekend. Lane closures are not allowed within the City Center zone from the Friday after Thanksgiving Day ("Black Friday") until the first City recognized business day of the following year without written approval by the Engineer. The boundaries of the City Center zone are identified in the City of Federal Way Comprehensive Plan. In general, it is the area located within the following boundaries: Northern boundary: S 312th Street Southern boundary: S 324th Street Eastern boundary: Interstate 5 Western boundary: 14th Ave S (future extension) / west of 320th Public Library / 11th PI S 1-07.24 Rights of Way, (July 23, 2015 APWA GSP) Delete this section and replace it with the following: Street Right of Way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public Right of Way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -33 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.046 entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1-07.28 Communication with Businesses and Property Owners (April 12, 2018 CFW GSP) Section 1-07.28 is added: The Contractor will be responsible for communicating all work activities with the property owners / tenants that are located adjacent to the project. The Contractor, along with the City's inspector & project engineer, shall have one formal meeting (door-to-door project walk-through) with the property owners/tenants prior to the start of construction. It will be the Contractor's responsibility to initiate and set up the meeting. Thereafter, the Contractor shall keep the property owners / tenants informed of their general work locations and upcoming activities by distributing a monthly status/schedule memo to the businesses. The memo shall be approved by the City's Project Engineer prior to distribution. SE-Cll-Li 0N A RD_ELQQEM Add the following new section: 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) 1-08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer, and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -34 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.048 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction meeting the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. 1-08.0(2) Hours of Work (December 8, 2014 APWA GSP) Add the following new section: Except in the case of emergency or unless otherwise approved by the Engineer, the normal working hours for the Contract shall be any consecutive 8 -hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch break. If the Contractor desires different than the normal working hours stated above, the request must be submitted in writing prior to the preconstruction conference, subject to the provisions below. The working hours for the Contract shall be established at or prior to the preconstruction conference. All working hours and days are also subject to local permit and ordinance conditions (such as noise ordinances). If the Contractor wishes to deviate from the established working hours, the Contractor shall submit a written request to the Engineer for consideration. This request shall state what hours are being requested, and why. Requests shall be submitted for review no later than noon two working days prior to the day(s) the Contractor is requesting to change the hours. If the Contracting Agency approves such a deviation, such approval may be subject to certain other conditions, which will be detailed in writing. For example: On non -Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency representatives who worked during such times. (The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees or third party consultants when, in the opinion of the Engineer, such work necessitates their presence.) CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -35 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.048 2. Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. 3. Considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24-hour period. 4. If a 4-10 work schedule is requested and approved the non -working day for the week will be charged as a working day. 5. If Davis Bacon wage rates apply to this Contract, all requirements must be met and recorded properly on certified payroll. 1-08.1 Subcontracting (May 30 2019 APWA GSP OPTION B Delete the ninth paragraph, beginning with "On all projects, the Contractor shall certify...". 1-08.3 Progress Schedule 1-08.3(2)A Type A Progress Schedule (March 13, 2012 APWA GSP) Revise this section to read: The Contractor shall submit 3 copies of a Type A Progress Schedule no later than at the preconstruction conference, or some other mutually agreed upon submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule format. Regardless of which format used, the schedule shall identify the critical path. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 1-08.4 Prosecution of Work Delete this section and replace it with the following: 1-08.4 Notice to Proceed and Prosecution of Work (July 23, 2015 APWA GSP) Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1-10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -36 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.048 the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract. (April 6, 2020 WSDOT GSR, OPTION 4) The last sentence of Section 1-08. Is revised to read: No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract, and a COVID-19 Health and Safety Plan (CHSP) has been prepared in accordance with Section 1-07.4(2) as supplemented in these specifications, COVID-19 Health and Safety Plan (CHSP). 1-08.5 Time for Completion (November 30, 2018 APWA GSR, OPTION A) Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor is approved to work 10 hours a day and 4 days a Week a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged asa working day whether or not the Contractor works on that clay. Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractors obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls )er Section 1 -073L51 - b. Material Acceptance Certification Documents c. Monthly Reports of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -37 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.046 e. Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor and all Subcontractors f. A copy of the Notice of Termination sent to the Washington State Department of Ecology (Ecology); the elapse of 30 calendar days from the date of receipt of the Notice of Termination by Ecology; and no rejection of the Notice of Termination by Ecology. This requirement will not apply if the Construction Stormwater General Permit is transferred back to the Contracting Agency in accordance with Section 8-01.3(16). g. PropertV owner releases per Section 1-07.24 (March 13, 1995 WSDOT GSH OPTION 7) Section 1-08.5 is supplemented with the Following: This project shall be physically complete within 60 working days or by October 30, 2020 whichever occurs first.. 1-08.9 Liquidated Damages (December 2, 2019 WSD0T GSR, OPTION 3) Section 1-08.9 is revised to read: Time is of the essence of the Contract. Delays inconvenience the traveling _public, obstruct traffic, interfere with and delay commerce, and increase risk to Highway users. Delays also cost tax payers undue sums of money, adding time needed for administration, engineering, inspection, and supervision. Accordingly, the Contractor agrees: 1. To pay liquidated damages in the amount $550 for each working day beyond the number of working days established for Physical Completion, and 2. To authorize the Engineer to deduct these liquidated damages from any money due or coming due to the Contractor. When the Contract Work has progressed to the extent that the Contracting Agency has full use and benefit of the facilities, both from the operational and safety standpoint, all the initial plantings are completed and only minor incidental Work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains to physically complete the total Contract, the Engineer may determine the Contract Work is substantially complete. The Engineer will notify the Contractor in writing of the Substantial Completion Date. For overruns in Contract time occurring after the date so established, liquidated damages shown above will not apply. For overruns in Contract time occurring after the Substantial Completion Date, liquidated damages shall be assessed on the basis of direct engineering and related costs assignable to the project until the actual Physical Completion Date of all the Contract Work. The Contractor shall complete the remaining Work as promptly as possible, Upon request by the Engineer, the Contractor shall furnish a written schedule for completing the physical Work on the Contract. Liquidated damages will not be assessed for any days for which an extension of time is granted. No deduction or payment of liquidated damages will, in any degree, release the Contractor from further obligations and liabilities to complete the entire Contract. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -38 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020 04B 1-09 MEASUREMENT AND PAYMENT 1-09.2(1) General Requirements for Weighing Equipment (July 23, 2015 APWA GSP, OPTION 2) Revise item 4 of the fifth paragraph to read: 4. Test results and scale weight records for each day's hauling operations are provided to the Engineer daily. Reporting shall utilize WSDOT form 422-027, Scaleman's Daily Report, unless the printed ticket contains the sarne information that is on the Scaleman's Daily Report Form The scale operator must provideAM and/or PM tare weights for each truck on the printed ticket - 1 -09.2(5) Measurement (May 2, 2017 APWA GSP) Revise the first paragraph to read: Scale Verification Checks — At the Engineer's discretion. the Engineer ma erform verification checks on the accuracy of each batch, hopper, or platform scale used in weighing contract items of Work. 1-09.6 Force Account (October 10,, 2008 APWA GSP) Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become: a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1-09.7 Mobilization (April 12, 2018 CFW GSP) Supplement Section 1-09.7 with the following: Obtaining a site for the Contractor's mobilization, field office(s), storage of materials, access and personnel parking spaces, and other general operations shall be the responsibility of the Contractor. The Contactor will be responsible for maintaining these spaces in a safe and orderly condition throughout the duration of the project. The Contractor shall provide the City with a copy of agreement(s) with property owner. All costs associated with securing sites shall be included in the other bid items on the project and no other compensation will be made. 1-09.9 Pa menu (March 13, 2012 APWA GSP) Delete the first four paragraphs and replace them with the following: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction Conference, to enable the Project Engineer to determine the Work performed on a monthly basis. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -39 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.04B a lump sum breakdown, the Project Engineer will make a determination based on information available. The Project Engineer's determination of the cost of work shall be final. Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payments. The progress estimates are subject to change at any time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — based on the approved Contractor's lump sum breakdown for that item, or absent such a breakdown, based on the Engineer's determination. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1), on non FHWA-funded projects; 2. The amount of progress payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1-05.1. 1-09.11 Disputes and Claims (September 3, 2019 WSDOT GSP) Sections 1-09.11 through 1-09.11(1)B are replaced with the following: Disputes and Claims When protests occur during a Contract, the Contractor shall pursue resolution through the Engineer in accordance with Section 1-04.5. Unless noted otherwise in the specifications, compliance with all the requirements of Section 1-04.5 is a condition precedent to initiating any action pursuant to these Special Provisions. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -40 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.048 If the negotiations using the procedures outlined in Section 1-04.5 fail to provide satisfactory resolution of the protest, then the Contractor shall provide the Engineer with written notification of dispute stating that the Contractor will continue to pursue the dispute in accordance with the provisions of these Special Provisions. The written notification of dispute shall be provided within 14 calendar days after receipt of the Engineer's written determination that the Contractor's protest is invalid pursuant to Section 1-04.5. Should the Contractor not provide written notification of dispute within the designated time period, the Contractor shall be deemed to have waived any right to pursue the protest further and the matter shall be considered resolved. When the Proposal Form includes the Bid item "Disputes Review Board", unresolved protests shall be subject to the Disputes Review Board subsection of this Special Provision. Either party, Engineer or Contractor, may refer a matter in dispute to the Disputes Review Board. Compliance with the requirements of the Disputes Review Board subsection of this Special Provision is a condition precedent to any further right of the Contractor to pursue the dispute either by certified claim or litigation/arbitration. When the Proposal Form does not include the Bid item "Disputes Review Board", the Contractor's written notification of dispute shall indicate whether the Contractor is requesting to resolve the dispute through the use of a Disputes Review Board as outlined in the Disputes Review Board section of this Special Provision, or will submit a formal certified claim directly to the Engineer pursuant to Section 1-09.11(2). If the Contractor requests a Disputes Review Board, the Engineer will notify the Contractor in writing within 7 calendar days of receipt of the request whether the request is acceptable. If both parties to the dispute agree to use a Disputes Review Board, then a pay item "Disputes Review Board" will be added to the Contract by change order and the dispute will be subject to the provisions of the Disputes Review Board subsection of this Special Provision. If the parties do not agree to establish a Disputes Review Board or the Contractor does not request a Disputes Review Board in its written notification of dispute, the Contractor shall comply with the provisions of Section 1-09.11(2). Regardless of any protest or dispute, the Contractor shall proceed promptly with the Work as the Engineer orders. Disputes Review Board The procedures set forth in these Special Provisions shall only apply when the Contract includes the pay item "Disputes Review Board". Disputes Review Board — General In order to assist in the resolution of dispute(s) between the Contracting Agency and the Contractor arising out of the work of this Contract, a Disputes Review Board, hereinafter called the "Board", will consider disputes referred to it and furnish written recommendations to the Contracting Agency and Contractor to assist in resolution of the dispute(s). The purpose of the Board response to such issues is to provide nonbinding findings and recommendations designed to expose the disputing parties to an independent view of the dispute. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -41 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.048 Disputes Eligible for Consideration by the Disputes Review Board The Board shall consider and provide written recommendations concerning the following disputes: 1. Interpretation of the Contract. 2. Entitlement to additional compensation and/or time for completion. 3. Other subjects mutually agreed by the Contracting Agency and Contractor to be a Board issue. Board Member Qualifications The following definitions apply for the purpose of setting forth experience and disclosure requirements for Board members. Financial ties - any ownership interest, loans, receivables or payables. Party directly involved - The Contracting Agency or Contractor of this Contract. Party indirectly involved - The firms associated with the Contractor on this Contract, including joint venture partners, subcontractors of any tier, and suppliers; and firms associated with the Contractor or the Contracting Agency on this Contract, such as designers, architects, engineers, or other professional service firms or consultants. The Board members shall: 1. Be experienced in the interpretation of construction contract documents. 2. Have attended training by the Dispute Resolution Board Foundation in dispute resolution within the last five years. 3. Be experienced in construction Contract dispute resolution for an owner or Contractor at the level of having responsibility and authority to settle disputes. 4. Be able to discharge their responsibilities impartially and independently, considering the facts and conditions related to the matters under consideration in strict compliance with the provisions of the Contract. 5. Not be a current employee of any party directly or indirectly involved. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -42 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.048 6. Not have been an employee of any party directly or indirectly involved with the Project within a period of one year of the Contract Execution date. 7. Not have a financial interest in the Contract except for payments for services on the Board. Board Member Ongoing Responsibilities While serving on the Disputes Review Board on this project: Board members shall not participate in any discussion contemplating the creation of an agreement or making an agreement with any party directly or indirectly involved in the Contract regarding employment or fee-based consulting services, or any other business arrangement after the Contract is completed. 2. Board members shall not officially give any advice to either party. The individual members will act in a completely independent manner and will have no consulting or business connections with either party, except for payments for services on the Board. 3. During routine meetings of the Board as well as during formal hearings, Board members shall refrain from expressing opinions on the merits of statements on matters under dispute or potential dispute. Opinions of Beard members expressed in private sessions with other Board members should be kept strictly confidential. 4. The Board shall comply with the terms of the Contract and enforce such terms consistent with the laws of the State of Washington. Board members shall not supplant or otherwise interfere with the respective rights, authorities, duties and obligations of the parties as defined in the Contract. In making its recommendations, the Board shall not make a recommendation that ignores, disregards, or undermines the intention, requirements, or allocation of risk, established by the Contract. 5. Throughout the life of the Contract, if Board members become aware of potential conflicts of interest, they shall be disclosed to the parties immediately. Establishment of the Board The Contracting Agency and Contractor shall meet prior to the start of Contract time to jointly select three Board nominees. If the pay item, "Disputes Review Board" is added by change order, the Contracting Agency and Contractor shall meet to select Board nominees after the change order is processed. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -43 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.046 The Contracting Agency and the Contractor shall provide to the Board nominees a list of the firms directly and indirectly involved with the Project, including, but not limited to designers, architects, engineers, professional service firms, consultants, JV partners, subcontractors and suppliers, along with a listing of key personnel of each. Board nominees shall provide to the Contractor and Contracting Agency the following information within 21 calendar days of nomination. Board nominees that are included on the Washington State Department of Transportation "Statewide Prequalified DRB Candidate Roster" will not be required to submit resumes. 1. Resume showing: a. Full name and contact information b. Experience qualifying the person as a Board member as outlined in the Board Member Qualifications subsection of this Special Provision. C. Previous Board participation, if any. List each Board assignment separately, indicating the name and location of the project, approximate dates of Board service, name of Contracting Agency, name of Contractor, names of the other Board members and the approximate number of disputes heard. When previous Board experience is extensive, the list may be truncated at the prospective Board member's discretion. 2. Disclosure statement addressing the following: a. Previous or current direct employment by one of the parties directly or indirectly involved. b. Previous or current engagement as a consultant to any party directly or indirectly involved - by the prospective Board member or by the firm to which the prospective Board member is directly employed. c. Previous, current, or future financial ties to any of the parties directly or indirectly involved. d. Previous or current personal or professional relationships with a key member of any party directly or indirectly involved. e. Previous and current service as a Board member on projects where any of the parties directly or indirectly involved in this Contract were also involved. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -44 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.046 Any prior involvement in this project. Within 14 calendar days of receiving the resumes and disclosure statements from the Board nominees, the Contracting Agency and the Contractor shall review and jointly agree on the final selection of the three members to serve on the Board. In the event that any of the three nominees are not acceptable to either party, the process shall be repeated until all positions are filled. The Contracting Agency, the Contractor, and the Board shall execute the Three -Party Agreement not later than the first Board meeting. The Three - Party Agreement form (WSDOT Form 134-091) is abailable online at WSDOT Electronic Forms webpage. The Board shall determine and notify the parties which Board member will act as the Board chair. Disputes Review Board Candidates The qualifications of some potential Board members have been reviewed and deemed potentially acceptable by the Washington State Department of Transportation (WSDOT). This list of potential Board members, Statewide Prequalified DRB Candidate Roster, is available from the WSDOT Headquarters Construction Office website at https://www.wsdot.wa.gov/business/construction/dispute-review- boards. Either party may propose a Board nominee that is not on the WSDOT list. In either case, Board nominees must comply with the requirements of the Board Member Qualifications, Board Member Ongoing Responsibilities, and Establishment of the Board subsection of this Special Provision, and every Board member must be deemed acceptable by both the Contracting Agency and the Contractor. Replacement or Termination of a Board Member Procedures for terminating Board members are defined in The Three -Party Agreement. Disputes Review Board Procedures — General The Board, Contracting Agency, and Contractor may mutually develop rules of operation of the Board that supplement the Three -Party Agreement. Such supplemental rules must be in writing and accepted by the Board, Contracting Agency, and Contractor. The Board members shall act impartially and independently in the consideration of facts and conditions surrounding any dispute presented by the Contracting Agency or the Contractor and that the recommendations concerning any such dispute are advisory. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -45 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.048 The Contracting Agency and the Contractor shall furnish to the Board documents in accordance with the Three -Party Agreement. Regular Disputes Review Board Meetings All regular Board meetings will be held at or near the job site. The frequency of regular meetings will be set by mutual agreement of the Board, the Contracting Agency and the Contractor. Each regular meeting is expected to consist of a round table discussion and a field inspection of the project site. A member of the Contracting Agency and Contractor are expected to jointly facilitate the round table discussion. Round table discussion attendees are expected to include selected personnel from the Contracting Agency and the Contractor. The agenda for each meeting will be managed by the Board. Standard Procedure for Consideration of Disputes Dispute Referral Disputes shall be referred in writing to the Board chair with a copy concurrently provided to the other Board members and the other party. The dispute referral shall concisely define the nature and specifics of the dispute that is proposed to be considered by the Board and the scope of the recommendation requested. This referral is not expected to contain a mutually agreed upon statement of the dispute. 2. The Board chair shall confer with the parties to establish a briefing schedule for delivering prehearing submittals/rebuttals, and a date, time, and location for convening the Board for a hearing. Pre -Hearing Submittal 1. The Contracting Agency and the Contractor shall each prepare a pre -hearing submittal and transmit both a hard copy and an electronic copy of it to all three members of the Board and the other party. The pre -hearing submittal, comprising a position paper with such backup data as is referenced in the position paper, shall be tabbed, indexed, and the pages consecutively numbered. 2. Both position papers shall, at a minimum, contain the following: a. A mutually agreed upon joint statement of the dispute and the scope of the desired report being requested of the Board, placed at the beginning of the papers. The language of this joint statement shall summarize in a few sentences the nature of the dispute. If the parties are unable to agree on the wording of the joint CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -46 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.046 statement of dispute, each party's position paper shall contain both statements, and identify the party authoring each statement. b. The basis and justification for the party's position, with reference to Contract language and other supporting documents for each element of the dispute. In order to minimize duplication and repetitiveness, the parties may identify a common set of documents that will be referred to by both parties, and submit them in a separate package. 3. If requested by the Board or either party, the Contracting Agency and the Contractor shall each prepare and submit a rebuttal paper in response the position paper of the other party. 4. The number of copies, distribution requirements, and time for submittal will be established by the Board and communicated to the parties by the Board chair. Disputes Review Board Hearing 1. The Contracting Agency will arrange for or provide hearing facilities at or near the project site. 2. Attendance: a. The Contracting Agency and the Contractor will have a representative at all hearings. b. The Contracting Agency and Contractor shall both limit attendance at the hearing to personnel directly involved in the dispute and participants in the good - faith negotiations that were conducted prior to submittal to the Board except as noted elsewhere in this section. c. At least 14 calendar days before the hearing, each party shall provide a list of proposed attendees to the Board and to the other party. In the event of any disagreement, the Board shall make the final determination as to who attends the hearing. d. Attorneys shall not attend hearings except as follows Attorneys are identified as such on the list of proposed attendees; ii. All parties desiring their attorney present are able to do so. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -47 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.048 iii. Attorneys shall not participate in the hearing, unless the scope and extent of Attorney participation is mutually agreed to by the Contracting Agency, Contractor and the Board at least 7 calendar days before the hearing. e. For hearings regarding disputes involving a Subcontractor, the Contractor shall require and ensure that each Subcontractor involved in the dispute have present an authorized representative with actual knowledge of the facts underlying the Subcontractor disputes. 3. A party furnishing written evidence or documentation of any kind to the Board must furnish copies of such information to the other party and the Board a minimum of 21 calendar days prior to the date the Board sets to convene the hearing for the dispute, unless otherwise mutually agreed to by the parties and the Board. Either party shall produce such additional evidence as the Board may deem necessary and furnish copies to the other party prior to submittal to the Board. 4. The conduct of the hearing shall be established by the Board and be generally consistent with the following guidelines: a. The party who referred the dispute to the Board shall present first, followed by the other party. b. To assure each party a full and adequate opportunity to present their position, both parties shall be allowed successive rebuttals and to rebut the opposing party's position until, in the Board's opinion, all aspects of the dispute have been fully and fairly covered. c. The Board shall be fully prepared to, and may at any time, ask questions, request clarifications, or ask for additional data, documents, and/or job records. d. Either party may request that the Board direct a question to, or request a clarification from the other party. The Board shall determine at what point in the proceedings such requests may be made and if they will be granted. In general, the Board will not allow one party to be questioned directly by the other party. e. In difficult or complex cases, additional hearings may be necessary to facilitate full consideration and understanding of the dispute. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -.g PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.048 The Board, in its discretion, may allow introduction of arguments, exhibits, handouts, or documentary evidence that were not included in that party's prehearing position paper or rebuttal and have not been previously submitted to the other party. In such cases the other party will be granted time to review and prepare a rebuttal to the new material, which may require a continuation of the hearing. 5. After the hearing is concluded, the Board shall meet in private and reach a conclusion supported by two or more members. Its findings and recommendations, together with its reasons shall then be submitted as a written report to both parties. The recommendations shall be based on the pertinent Contract provisions, facts, and circumstances involved in the dispute. The Contract shall be interpreted and construed in accordance with the laws of the State of Washington. Failure to Prepare a Pre -Hearing Submittal or Attend a Hearing In the event that either party fails to deliver a pre -hearing submittal by the date established by the Board, the Board shall, at its discretion, determine whether the hearing shall proceed as originally scheduled, or allow additional time for the submittal and/or reschedule the hearing. On the final date and time established for the hearing, the Board shall proceed with the hearing utilizing the information that has been submitted. In the event that representatives of either the Contracting Agency or the Contractor fail to appear at the appointed time of a hearing, the Board shall postpone the hearing until such time as representatives from both parties are available to proceed with the hearing. Use of Outside Experts 1. By the Contracting Agency or the Contractor: a. A party intending to offer an outside expert's analysis at the hearing shall notify the other party and the Board in writing no less than 30 calendar days prior to the due date for delivering the pre -hearing submittal, and provide the following disclosure: The expert's name and a general statement of the area of the dispute that will be covered by his or her testimony. A statement prepared by the proposed expert which addresses the requirements of the CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -49 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.046 Establishment of the Board subsection of this Special Provision, item 2. iii. A statement prepared by the proposed expert which identifies the experience and training which qualifies them as an expert. b. Upon receipt of the disclosure, the other party shall have the opportunity to secure the services of an outside expert to address or respond to those issues that may be raised by the other party's outside expert. The notification and disclosure requirement shall be the same as that specified elsewhere in this section, except the time requirement is 21 calendar days. 2. By the Board: a. When requested by the Board and subject to approval of the parties, outside experts may be needed to assist the Board. In such cases, the outside expert shall in no way be deemed authorized to usurp the Board's authority to issue the Board recommendations. Such authority shall remain vested solely in the Board. b. Prior to arranging for outside experts, the Board shall obtain prior approval from the Contracting Agency and the Contractor by providing: A statement explaining why the expert assistance is needed. ii. An estimate of the cost of the expert assistance. iii. The expert's name and a general statement of the area of expertise they will provide. iv. A statement prepared by the proposed expert which addresses the requirements of the Establishment of the Board subsection of this Special Provision, item 2. v. A statement prepared by the proposed expert which identifies the experience and training which qualifies them as an expert. vi. A confidentiality statement, consistent with the confidentiality obligations of the Board described in the Three Party Agreement, executed by the proposed expert. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -50 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.046 Disputes Review Board Report The Board's recommendations shall be formalized in a written report signed by all Board members. The recommendations shall be based on the Contract Provisions and the facts and circumstances involved in the dispute. The report should include a description of the dispute, statements of each party's position, findings as to the facts of the dispute, discussion and rationale for the recommendation(s), and the recommendation(s). The report shall be submitted concurrently to the parties, as soon as possible after completion of the hearing as agreed by all parties. Either party may request clarification of a report within 14 calendar days following receipt of the report. Within a reasonable period of time, the Board shall provide written clarification to both parties. Requests for clarification shall be submitted in writing simultaneously to the Board and the other party. Either party may request reconsideration of a report, provided: The request is made within 14 calendar days following receipt of the report, and 2. New information is obtained or developed that was not known at the time of the hearing or, in the party's opinion, the Board misunderstood or failed to consider pertinent facts of the dispute. Requests for reconsideration shall be submitted in writing simultaneously to the Board and the other party. The Board shall give the party not requesting reconsideration the option of submitting a rebuttal to any information that is the basis of the request for reconsideration. The Board shall provide a written response to the request for reconsideration. Acceptance of Disputes Review Board Recommendations Within 30 calendar days of receiving the Board's report, or within 14 calendar days of receiving the Board's written clarification and/or reconsideration, both the Contracting Agency and the Contractor shall respond to the other in writing signifying that the dispute is either resolved or remains unresolved. Although both parties should place weight upon the Board recommendations, the recommendations are not binding. If the Board's assistance does not lead to resolution of the dispute, the Contractor must file a claim according to Section 1-09.11(2) before seeking any form of judicial relief. In the event the Board's recommendations do not lead to resolution of the dispute, the Board's recommendation consisting CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -51 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.048 solely of the Board's written report and any written minority reports, along with the Board's written clarifications and written responses to requests for reconsideration, if any, will be admissible in any subsequent dispute resolution proceedings including, but not limited to litigation/arbitration. The aforementioned list of documentation shall be considered all inclusive. Payment for the Disputes Review Board The Contracting Agency and Contractor shall share equally in the cost of the Board's services and all operating expenses of the Board. The Board members' compensation shall be in accordance with the Three Party Agreement. After the Contractor and Contracting Agency review invoices from the Board and other operating expenses of the Board, the Contractor shall make full payment for all Board members and Board operating expenses. The Contracting Agency will reimburse the Contractor for fifty percent of such payments, under the pay item "Disputes Review Board". The Contractor and the Contracting Agency shall equally bear the cost of the services of the outside expert hired to advise the Board. Outside experts hired to advise the Board shall Contract directly with the Contractor after concurrence from the Board and approval from the Contracting Agency. Invoices for these services shall be submitted by the expert to both the Contractor and Contracting Agency for approval by both parties. The Contractor shall pay approved invoices in full, and the Contracting Agency will reimburse the Contractor for fifty percent of such payments, under the Bid item "Disputes Review Board". The cost for securing outside expert services for the Contracting Agency or the Contractor shall be borne by the party securing such services. The Contracting Agency will provide administrative services, such as conference facilities and copying services, to the Board and the Contracting Agency will bear the costs for these services. Indemnification of Disputes Review Board Members The Contracting Agency and Contractor shall indemnify and hold harmless the Board members from and against all claims, damages, losses and expenses, including but not limited to attorney's fees arising out of and resulting from the actions and recommendations of the Board. 1-09.11(3) Time Limitation and Jurisdiction (November 30, 2018 APWA GSP) Revise this section to read: For the convenience of the parties to the Contract it is mutually agreed by the parties that any claims or causes of action which the Contractor has against the Contracting Agency arising from the Contract shall be brought within 180 calendar days from the date of final acceptance (Section 1-05.12) of the Contract by the Contracting Agency; and it is further agreed that any such claims or CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -52 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.048 causes of action shall be brought only in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction. The parties understand and agree that the Contractor's failure to bring suit within the time period provided, shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action which the Contractor asserts against the Contracting Agency arising from the Contract are filed with the Contracting Agency or initiated in court, the Contractor shall permit the Contracting Agency to have timely access to any records deemed necessary by the Contracting Agency to assist in evaluating the claims or action. 1-09.13 Claim Resolution 1-09.13(3) Claims $250,000 or Less (October 1, 2005 APWA GSP) Delete this Section and replace it with the following: The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1-09.11 and not resolved by nonbinding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1-09.13(3)A Administration of Arbitration (November 30, 2018 APWA GSP) Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headquarters is located. provided that where claims subject to arbitration are asserted against a county. RCW 36.01.050 shall control venue and jurisdiction of the Supe_ riar Court. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the Contract as a basis for decisions. l -10 TEMPORAR r TRAFFiC 9✓~ti N-1 1-10.1 General 1-10.1 2 Des cri ption (April 12, 2018 CFW GSP) Section 1-10.1(2) is supplemented with the following: City of Federal Way Project Signs City of Federal Way Project signs shall be considered Construction Signs Class A. The Contractor shall provide two (2) project signs (4' x 8) per the detail available from the City. 1-10.2 Traffic Control Management CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -53 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.04B 1-10.2(1) General (January 3, 2017 WSDOT GSP, OPTION 1) Section 1-10.2(1) is supplemented with the fallowing: Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of Washington. The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers -Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297-3035 Evergreen Safety Council 12545 135th Ave. NE Kirkland, WA 98034-8709 1-800-521-0778 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406-1022 Training Dept. Toll Free (877) 642-4637 Phone: (540) 368-1701 1-10.2(2) Traffic Control Plans (April 12, 2018 CFW GSP) Section 1-10.2(2) is supplemented with the following.- The ollowing:The following minimum Traffic Control requirements shall be maintained during the construction of the project: 1. If the Contractor opts to utilize traffic control plans other than those provided in these Contract Documents, the Contractor shall provide traffic control plans to the City of Federal Way for review and approval a minimum of five (5) working days prior to implementation. These plans shall supplement Construction Staging Plans. The plans as provided by the Contractor shall include and not be limited to the following information: • Stop line locations with station and offset to verify safety of intersection turning radius for vehicles. • Minimum lane widths provided for vehicular travel. • Turn pocket length, gap, and tapers in conformance with the City of Federal Way Standard Detail DWG 3-19A. 2. Detours will not be allowed except as noted herein or Section 1-07.23(2) as amended. 3. Temporary paint striping, reflective marking tape, and/or retroreflective tubular markers shall be required for each shift of traffic control. The Contractor shall provide temporary striping, reflective marking tape, and/or reflective tubular markers as required at the direction of the Engineer. 4. The Contractor provided Traffic Control Plans shall lay out traffic control device spacing, tapers, etc., to scale, and shall contain accurate dimensions and legends and shall be signed by the preparer. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -54 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.046 1-10.2(3) Conformance to Established Standards (February 3, 2020 WSDOT GSP, OPTION 1) Section 1-10.2(3) is revised to read: Flagging, signs, and all other traffic control devices and procedures furnished or provided shall conform to the standards established in the latest WSDOT adopted edition (in accordance with WAC 468-95) of the MUTCD, published by the U.S. Department of Transportation, and the 2005 draft version of the Public Rights -of -Way Accessibility Guidelines (PROWAG): https://www.access- board.gov/guidlines-and-standards/streets-sidewalks/public-rights-of- way/background/revised-draft-guidelines. Judgement of the quality of devices furnished will be based upon Quality Guidelines for Temporary Traffic Control Devices, published by the American Traffic Safety Services Association. Copies of the MUTCD and Quality Guidelines for Temporary Traffic Control Devices may be purchased from the American Traffic Safety Services Association, 15 Riverside Parkway, Suite 100, Fredericksburg, VA 22406-1022. In addition to the standards of the MUTCD described above, the Contracting Agency enforces crashworthiness requirements for most work zone devices. The AASHTO Manual for Assessing Safety Hardware (MASH) has superseded the National Cooperative Highway Research Project (NCHRP) Report 350 as the established requirements for crash testing. Temporary traffic control devices manufactured after December 31, 2019 shall be compliant with the 2016 edition of the Manual for Assessing Safety Hardware (MASH 16) crash test requirements, as determined by the Contracting Agency, except as follows: In situations where a MASH 16 compliant traffic control device does not exist and there are no available traffic control devices that were manufactured on or before December 31, 2019, then a traffic control device manufactured after December 31, 2019 that is compliant with either NCHRP 350 or the 2009 edition of the Manual for Assessing Safety Hardware (MASH 09) is allowed for use with approval of the Engineer. 2. Temporary traffic control devices that were manufactured on or before December 31, 2019, and were successfully tested to National Cooperative Highway Research Program (NCHRP) Report 350 or MASH 09 may continue to be used on WSDOT projects throughout their normal service life. 3. Small and lightweight channelizing and delineating devices, including cones, tubular markers, flexible delineator posts, and plastic drums, shall meet the requirements of either NCHRP 350, MASH 09, or MASH 16, as determined by the manufacturer of the device. 4. A determination of crashworthiness for acceptance of trailer -mounted devices such as arrow displays, temporary traffic signals, area lighting supports, and portable changeable message signs is currently not required. The condition of signs and traffic control devices shall be acceptable or marginal as defined in the book Quality Guidelines for Temporary Traffic Control Devices, and will be accepted based on a visual inspection by the Engineer. The CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -55 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.04B Engineer's decision on the condition of a sign or traffic control device shall be final. A sign or traffic control device determined to be unacceptable shall be removed from the project and replaced within 12 hours of notification. 1-10.3 Traffic Control Labor, Procedures and Devices 1-10.3(1) Traffic Control Labor (December 2, 2019 CFW GSP) Section 1-1 0.3(1) is supplemented with the following: The City shall reimburse the Contractor for the use of off-duty uniformed police officers at the invoiced cost with no mark-up per Standard Specifications 1-09.6 Force Account. Off-duty uniformed police officer will be required when the signal system is in flashing mode or is not operational or when otherwise deemed necessary by the Project Engineer. Federal Way Police Officer Requests (253) 835-6701 or (253) 835-6700 Saturday/Sunday cancellations (253) 835-6851 When scheduling off-duty uniformed police officers in the City of Federal Way, City of Federal Way Police Department (CFWPD) officers must be contacted first. If CFWPD cannot fill the job, off-duty King County Sheriff's Officers or Washington State Patrol Officers are allowed to work within the City of Federal Way, but must receive the CFWPD Chief's prior permission to work extra duty and fill the Contractor's request. No other agencies or private companies are authorized to perform off duty work within the City of Federal Way without project -specific approval from the CFWPD Chief or their designee, Lynette Allen (253)835-6701. The use of off-duty uniformed police officers shall be in accordance with the City of Federal Way Police Department's guidelines as follows: • The Contractor will be billed for the entire duration of the job as it was requested. For example, if the Contractor requested an officer for 8 hours and the job was completed in 4 hours, the Contractor will still be billed for the entire 8 hours. A minimum of three (3) hours call out time shall be paid by the Contractor for each request for off-duty police officers. • If a job is cancelled with less than 24 hours' notice, the Contractor will be required to pay a 3 hour minimum. It shall be the Contractor's responsibility to arrange a work schedule to minimize any additional costs incurred by the minimum three (3) hour call out requirement. No reimbursement of any portion of the minimum callout will be allowed where Contractor -made schedule revisions occur after an off-duty officer has been procured. • The Contractor's request for a police officer does not guarantee they will get one. The Contractor must provide the date(s), times, location, and other details of their request and the CFWPD will put the job out to the officers. Whether an officer signs up for it depends on many variables, especially their availability on the day requested. The more advance notice provided by the Contractor, the more likely it is that the job will be CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -56 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020 048 filled. Requests shall be made a minimum of forty-eight (48) hours before the use of the off-duty police officers on the project site. • The officer usually arrives at the extra duty job in a police car. • Officers cannot work extra duty jobs in plain clothes; they must wear their police uniform. If a major emergency occurs, the off-duty officer may be pulled from the project. An officer may also get pulled off the job if he/she is required to appear in court. Officers must be given breaks and lunch according to the Federal Labor Standards Act (FLSA). 1-10.4 Measurement 1-10.4(l) Lump Sum Did for Project (No Unit Items) (August 2, 2004 WSDOT GSP, OPTION 1) Section 1-10.4(1) is supplemented with the following: The proposal contains the item "Project Temporary Traffic Control", lump sum. The provisions of Section 1-10.4(1) shall apply. (***PROJECT -SPECIFIC SPECIAL PROVISION***) "Project Temporary Traffic Control" shall include all Class A signs, and all other labor and equipment required to provide traffic control for project unless other bid items are noted. 1-10.5 Pa ment (***PROJECT -SPECIFIC SPECIAL PROVISION***) Section 1-10.5(2) is supplemented with the following. Project Signs (4'X8'), per each END OF DIVISION 1 CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -57 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.048 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-22.1 Description (December 18, 2009 CFW GSP) Section 8-22.1 is supplemented with the following: Pavement markings shall conform to City of Federal Way Standard Details. Profiled and plastic lines shall conform. to th- p�.L rn P- shown on- %NSDOT Standard. Plan til -20.2.07,- , 01. "Plastic Share Lane Marking Material shall be "Type A — Liquid Applied Thermoplastic" per Section 9-34.3 -Plastic of Standard Specifications for Road, Bridge and Municipal 8-22.2 Materials Construction, 2020 edition, as issued by the Washington State Department of (October 23, 2014 CFW GSP Transportation (WSDOT)."Per Addendum # 1 dated June 22,2020. Section 8-22.2 Sentence #3 is de!e+'ed and repJIce�d with'the fd{lov;rir :. Glass beads for Type A plastic shall be as recommended by the manufacturer. Section 8-22.2 is supplemented with the following: Glass beads for Type D plastic and Bonded Core Elements shall be as shown in Section 9-34.4. 8-22.3 Construction Requirements (April 12, 2018 CFW GSP) Section 8-22.3 is supplemented with the following: Temporary Pavement Marking Temporary pavement markings shall be installed and maintained by the Contractor whenever permanent pavement markings are included in the Contract and traffic is released onto public streets or roadways prior to installation of permanent pavement markings. The Contractor shall perform preliminary layout work to the satisfaction of the Engineer prior to installation of temporary pavement markings. After approval of permanent lane markings, the Contractor shall remove the temporary lane markings to the satisfaction of the Engineer. The Contractor shall install and remove approved 4 -inch -wide reflective traffic tape, paint line, RPMs and pavement markings per City of Federal Way Standard Details Dwg 3-17, Dwy 3-18, and Dwg 3-19, as shown on the Plans, specified in the Special Provisions for this Contract, or as directed by the Engineer. Appropriately colored 4 -inch -wide reflective traffic tape shall be installed with a skip pattern based on a 10 -foot unit consisting of a 1 -foot line of tape and a 9 -foot gap, unless otherwise specified on the Plans or in the Special Provisions. Reflective traffic tape markings shall generally follow the alignment for the permanent pavement markings and double lines shall be used when specified for the permanent pavement markings. Reflective tape shall not be used when the temporary pavement markings are to be exposed to traffic for more than two weeks without the written approval of the Engineer. Paint lines shall be provided for temporary pavement marking conditions not applicable for reflective tape. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -58 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.046 "Section 8-22.3 (1) Preliminary Spotting: DELETE this section in its entirety and REPLACE with the following: Spotting of Pavement Markings and Symbols will be provided in its entirety by the Engineer." Per Addendum # 1 Dated June 22, 2020 stili costs :1n con 'mti i f h e use 6f (place i- ieilt and 'refiioval j re�le6t:W6 mall is taps a8 - temporary pavement markings shall be incidental to other bid items. All costs for paint lines and reflective pavement markers used for temporary traffic control will be paid under those respective bid items. 8-22.3(3) Marking_ Application Section 8-22.3(3) is supplemented with the following: Plastic Bike Detection Symbol, Plastic Shared Lane Markings, and Paint Shared Lane Markings shall NOT have a marked green background installed. 8-22.3(3)E Installation (April 12, 2018 CFW GSP) Section 8-22.3(3)E is supplemented with the following: Profiled Type D lines shall be installed per WSDOT Standard Plan M20.20-01. 8-22.3(3)'G Glass Beads (March 13, 2012, CFW GSP) Section 8-22.3(3)G is supplemented with the following: Glass beads shall be applied to Type D markings at a rate of eight (8) to ten (10) pounds per one hundred square feet. Bonded core elements shall be applied to Type D markings at a rate of ten (10) grams -per. fntir (4) Inch wj0e. by one (1 ) 1inear.font of marring. (~ 8-22.3(6) Removal of Pavement Markings ( (April 12, 2018 CFW GSP) Section 8-22.3(6) is supplemented with the following: As indicated on the plans, the Contractor shall remove existing pavement markings that may consist of paint, plastic and raised pavement markings. 8-22.4 Measurement (December 13, 2012 CFW GSP) "This section is deleted in its entirety." Per Section 8-22.4 is supplemented with the following: Addendum # 1 dated June 22, 2020 Measurement for the removal of all pavement markings will be per lump sum. 8-22.5 Pa mei7t (April 12, 2018 CFW GSP) Section 8-22.5 is modified as follows: The following bid items are deleted: "Removing Paint Line", per linear foot. "Removing Plastic Line", per linear foot. "Removing Painted Crosswalk Line", per square foot. "Removing Plastic Crosswalk Line", per square foot. "Removing Painted Traffic Marking", per each. "Removing Plastic Traffic Marking", per each. The following is a new bid item: CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -59 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.046 "Removing Pavement Markings", per lump sum. "Plastic Bike Detection Symbol", per each. "Plastic Shared Lane Markings", per each "Paint Shared Lane Markings", per each END OF DIVISION 8 CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -60 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.048 DIVISION 9 MATERIALS SECTION 9-34 PAVEMENT MARKING MATERIAL 9-34.3 Plastic 9-34.3(4) Type D — Liquid Cold Applied Methyl Methacrylate (March 13, 2012 CFW GSP) Section 9-34.3(4) is supplemented with the following: The methyl methacrylate (MMA) material shall be formulated as a long -life durable pavement marking system capable of providing a minimum of two years of continuous performance. The material shall be a catalyzed methyl methacrylate (MMA), wet -continuous reflective product and placed shall have a dry time (cure) to the touch of no more than 30 minutes. The material shall be capable of retaining reflective glass beads and ceramic micro -crystalline elements of the drop -on or spray -on type as specified by the manufacturer. The binder shall be lead free and suitable for bituminous and concrete pavements. 9-34.4 Glass Beads for Pavement Marking Materials (March 13, 2012 CFW GSP) Section 9-34.4 is supplemented with the following: Methyl Methacrylate Pavement Markings Optics Glass Beads Surface -drop glass beads shall be the "Utah Blend" with a Methacrylate compatible coupling agent approved by the material manufacturer. Glass beads shall be applied at a rate of eight (8) to ten (10) pounds per one hundred square feet. Bonded Core Elements Surface -drop ceramic elements shall be tl compatible coupling agent approved by the or exceed a minimum initial value of 150 ASTM 2176. ie Series 50M or 70M with a Methacrylate material manufacturer. Elements shall meet mcd for white and 125 mcd for yellow per The bonded core reflective elements shall contain either clear or yellow tinted microcrystalline ceramic beads bonded to the opacified core. These elements shall not be manufactured using lead, chromate or arsenic. All "dry -performing" microcrystalline ceramic beads bonded to the core shall have a minimum index of refraction of 1.8 when tested using the liquid oil immersion method. All "wet performing" microcrystalline ceramic beads bonded to the core shall have a minimum index of refraction of 2.30 when tested using the liquid oil immersion method. There are two gradations for the bonded core elements, standard size and "S" series. "S" series is a slightly finer gradation of elements compared to standard. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -61 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.048 Element Gradations Mass Percent Passing (ASTM D1214 US Mesh Micron Standard Elements "S" Series 12 1700 80-10) 85-100 14 1410 45-80 70-96 16 1180 5-40 50-90 18 1000 0-20 5-60 20 1 850 0-7 0-25 30 600 0-7 A sample of bonded core reflective elements supplied by the manufacturer shall show resistance to corrosion of their surface after exposure to a 1% solution (by weight) of sulfuric acid. The 1 % acid solution shall be made by adding 5.7 cc of concentrated acid into 1000cc of distilled water. CAUTION: Always add the concentrated acid into the water, not the reverse. The bonded core elements are surface treated to optimize embedment and adhesion to the MMA binder. Elements treated for use with MMA shall have identification on packaging or label to indicate use with the MMA binder. Bonded core elements shall be applied at a rate of ten (10) grams per four (4) inch wide by one (1) linear foot of marking. Reflectance Typical initial retro reflectance values are shown in the Table below. Typical retro reflectivity is averaged over many readings. Minimum Retro reflectivity results represent average performance for smooth pavement surfaces. Values represent both standard and "S" Series elements. Results may vary due to differences in pavement type and surface roughness. Increased element drop rate may be necessary to compensate for increased surface area characteristic of rough pavement surfaces. The initial retro reflectance of a single installation shall be the average value determined by the measurement procedures outlined in ASTM E 1710, using a 30 -meter (98.4 feet) retro- reflectometer. RL shall be expressed in units of millicandelas per square foot per foot- candle [mcd(ft-2)(fc-1)]. The optics incorporated into the pavement marking system shall be tested and certified by an independent laboratory to meet ASTM E2177 for wet -recovery and ASTM E2176 for wet -continuous performance levels. The pavement marking system installed shall meet a minimum Dry reflectance value of 700 MCD/M2/LX for white pavement markings and 500 MCD/M2/LX for yellow pavement markings and wet -recovery (as described by ASTM 2177) reflectance value of 375 MCD/M2/LX for white pavement markings and 280 MCD/M2/LX for yellow pavement markings, and wet -continuous (as described by ASTM 2176 testing) reflectance values of 150 MCD/M2/LX for white pavement markings and 125 MCD/M2/LX for yellow pavement markings as measured with a 30 meter device approved by the Traffic Engineering Division (TED). The Contractor will be required to take and record readings every 500 feet utilizing a 30 meter device approved by the Traffic Engineering Division. These readings shall be CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -62 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.046 recorded on the daily report and submitted to the project engineer at the end of each work day or shift. Minimum Initial Retro Reflectance Values White Yellow D (ASTM E1710) 700 500 Wet recovery (ASTM E2177) 375 280 Wet continuous (ASTM E2176) 150 125 Standard Plans (February 5, 2020 WSD07) The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01 transmitted under Publications Transmittal No. PT 16-048, effective September 3, 2019 is made a part of this contract. The Standard Plans are revised as follows: A-50.10 Sheet 2 of 2, Plan, with Single Slope Barrier, reference C-1 4a is revised to C-70.10 A-50.20 Sheet 2 of 2, Plan, with Anchored Barrier, reference C-1 4a is revised to C-70.10 A-50.30 Sheet 2 of 2, Plan (top), reference C -14a is revised to C-70.1 B-10.60 DELETED B-82.20 DELETED B-90.40 Valve Detail – DELETED C-1 Delete Note 1. Revise Note 2 to read "Remove all rail washers, also called "Snow Load Rail Washers", when encountered during raising beam guardrail work and the guardrail raising work requires removal of the rail. Re -number all notes. C -4b DELETED C -4e DELETED CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -63 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.048 C -8a Delete "Section A -A, Type 4 Detail" C-20.11 Delete Notes 1 & 2. Re -Number all notes. Delete "Snow Load Post Washer" and "Snow Load Rail Washer" details. C-20.19 DELETED C-22.14 DELETED C-22.16 Note 3, formula, was: "Elevation G = (Elevation S — D x (0.1) + 31" is revised to read: "Elevation G = (Elevation S — D x (0.1) + 31/12" C-22.45 For the SOFTSTOP (TL -2) elevation view detail, the callout "SOFTSTOP (TL -2) SYSTEM LENGTH = 38' — 4 1/2" is revised to read "SOFTSTOP (TL -2) SYSTEM LENGTH = 38'— 3 1/2"". C-40.14 DELETED C-60.10 Sheet 1, Side Elevation: The bottom set of 0- #4 horizontal rebar (2x) located at the base of the barrier is repositioned to be aligned with the bottom of 0- #4 stirrup bars to match the bar positioning shown on Sheet 1, Section A. Sheet 1, Reinforcing Steel Bending Diagram, 0— Pin Slot Bar detail: Add the following callout to the detail, "HOT DIP GALVANIZE AFTER FABRICATION (ASTM A123 OR AASHTO M 111)". Sheet 2, ANCHORING PIN ASSEMBLY DETAIL: The first line of the description under the title was 1 1/2" DIAMETER (ASTM A36), COLD ROLL" is now changed to 1 1/2" DIAMETER (ASTM A36), HOT ROLL". C-70.10 Sheet 1, Note 1 was — 1. PERMANENT INSTALLATION requirements: Embed barrier 3" (in) minimum;..." is revised to read: 1. Installation requirements:: Embed barrier 3" (in) minimum in asphalt or concrete; embed barrier 10" (in) minimum in soil; ..." Sheet 1, existing Notes 2 and 4 are deleted. Existing Note 3 is renumbered to Note 2, Sheet 1, add new Note 3, "3. See Sheet 2 for barrier with a 2'-10" reveal installed in asphalt or concrete. See Sheet 3 for barrier with a 3'-6" reveal installed in asphalt or concrete." CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -64 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.048 Sheet 1, Elevation: The dimension from the barrier end to the barrier lifting slot was "3'- 4" (TYP)" is now changed to "4'— 8" (TYP)", and the barrier lifting slot dimension was "5' — 0" (TYP)" is now changed to "3'— 0" (TYP)". Sheet 2, the detail titled "3'— 6" BARRIER FOR USE WITH A 0" (IN) TO 5" (IN) MAX. GRADE SEPARATION" has the following changes: 1. The detail title is changed to "3'— 6" BARRIER FOR USE WITH A 0" (IN) TO 4" (IN) MAX. GRADE SEPARATION". 2. The callout "GRADE SEPARATION --5" MAX." is changed to "GRADE SEPARATION -- 4" MAX." C-75.10 Note 2 is deleted. Renumber subsequent notes. C-75.20 Note 2 is deleted. Renumber subsequent notes, C-75.30 Note 2 is deleted. Renumber subsequent notes. C-85.11 Add new Note 3 "3. The intended use of this plan of bridge piers on bridge retrofit projects only. specialist before using this barrier placement reconstructed bridges." C-85.14 DELETED C-90.10 DELETED is for placing concrete barrier in front Contact the HQ Bridge traffic barrier plan for projects involving new or D-10.10 Wall Type 1 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT Bridge Design Manual (BDM) and the revisions stated in the 11/3/15 Bridge Design memorandum. D-10.15 Wall Type 2 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT BDM and the revisions stated in the 11/3/15 Bridge Design memorandum. D-10.30 Wall Type 5 may be used in all cases. D-10.35 Wall Type 6 may be used in all cases. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -65 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.048 D-10.40 Wall Type 7 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT BDM and the revisions stated in the 11/3/15 Bridge Design memorandum. D-10.45 Wall Type 8 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT BDM and the revisions stated in the revisions stated in the 11/3/15 Bridge Design memorandum. D-15.10 STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls" are withdrawn. Special designs in accordance with the current WSDOT BDM are required in place of these STD Plans. D-15.20 STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls" are withdrawn. Special designs in accordance with the current WSDOT BDM are required in place of these STD Plans. D-15.30 STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls" are withdrawn. Special designs in accordance with the current WSDOT BDM are required in place of these STD Plans. F-10.12 Section Title, was — "Depressed Curb Section" is revised to read: "Depressed Curb and Gutter Section" F-10.40 "EXTRUDED CURB AT CUT SLOPE", Section detail — Deleted F-10.42 DELETE — "Extruded Curb at Cut Slope" View G-25.10 Key Note 3, second sentence, was — "For single -post installations, divide the (#2w/diamond shape symbol) post MAX. XYZ in half." Is revised to read: "For single -post installations, divide the two -post MAX. XYZ in half." G-60.10 DELETED G-60.20 DELETED G-60.30 DELETED CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -66 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.048 G-70.10 DELETED G-70.20 DELETED H-70.20 Sheet 2, Spacing Detail, Mailbox Support Type 1, reference to Standard Plan 1-70.10 is revised to H-70.10 J-10.21 Nate 18, was - "When service cabinet is installed within right of way fence, see Standard Plan J-10.22 for details." Is revised to read; "When service cabinet is installed within right of way fence, or the meter base is mounted on the exterior of the cabinet, see Standard Plan J-10.22 for details." J-10.22 Key Note 1, was - "Meter base per serving utility requirements- as a minimum, the meter base shall be safety socket box with factory -installed test bypass facility that meets the requirements of EUSERC drawing 305." Is revised to read; "Meter base per serving utility requirements- as a minimum, the meter base shall be safety socket box with factory -installed test bypass facility that meets the requirements of EUSERC drawing 305. When the utility requires meter base to be mounted on the side or back of the service cabinet, the meter base enclosure shall be fabricated from type 304 stainless steel." Key Note 4, "Test with (SPDT Snap Action, Positive close 15 Amp - 120/277 volt "T rated). Is revised to read: "Test Switch (SPDT snap action, positive close 15 amp - 120/277 volt "T" rated)." Key Note 14, was - "Hinged dead front with '/4 turn fasteners or slide latch." Is revised to read; "Hinged dead front with '/4 turn fasteners or slide latch. -- Dead front panel bolts shall not extend into the vertical limits of the breaker array(s)." Key Note 15, was - "Cabinet Main Bonding Jumper. Buss shall be 4 lug tinned copper. See Cabinet Main bonding Jumper detail, Standard Plan J -3b." is revised to read; "Cabinet Main Bonding Jumper Assembly -- Buss shall be 4 lug tinned copper - See Standard Plan J-10.20 for Cabinet Main Bonding Jumper Assembly details." Note 1, was - "...socket box mounting detail, see Standard Plan J -3b." is revised to read to read: "...socket box mounting detail, see Standard Plan J-10.20." Note 6, was - "...See door hinge detail, Standard Plan J -3b." is revised to read: "...See door hinge detail, Standard Plan J-10.20." J-20.26 Aria Nate 1, 1. One accessible pedestrian pushbutton station per pedestrian pushbutton post." J-20.16 View A, callout, was - LOCK NIPPLE, is revised to read; CHASE NIPPLE J-21.10 CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -67 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.048 Sheet 1, Elevation View, Round Concrete Foundation Detail, callout - "ANCHOR BOLTS - 3/4" (IN) x 30" (IN) FULL THREAD - THREE REQ'D. PER ASSEMBLY" IS REVISED TO READ: "ANCHOR BOLTS -- %" (IN) x 30" (IN) FULL THREAD - FOUR REQ'D. PER ASSEMBLY" Sheet 1 of 2; Elevation view (Round), add dimension depicting the distance from the top of the foundation to find 2 #4 reinforcing bar shown, to read; 3" CLR.. Delete "(TYP.)" from the 2 '/Z" CLR. dimension, depicting the distance from the bottom of the foundation to find 2 # 4 reinf. Bar. Sheet 1 of 2, Elevation view (Square), add dimension depicting the distance from the top of the foundation to find 1 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYP.)" from the 2 '/z" CLR. dimension, depicting the distance from the bottom of the foundation to find 1 # 4 reinf. Bar. Sheet 2 of 2, Elevation view (Round), add dimension depicting the distance from the top of the foundation to find 2 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYP.)" from the 2 '/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 2 # 4 reinf. Bar. Sheet 2 of 2, Elevation view (Square), add dimension depicting the distance from the top of the foundation to find 1 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYP.)" from the 2 '/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 1 # 4 reinf. Bar. Detail F, callout, "Heavy Hex Clamping Bolt (TYP.) - 3/4" (IN) Diam. Torque Clamping Bolts (see Note 3)" is revised to read; "Heavy Hex Clamping Bolt (TYP.) - 3/4" (IN) Diam. Torque Clamping Bolts (see Note 1)" Detail F, callout, "3/4" (IN) x 2'- 6" Anchor Bolt (TYP.) - Four Required (See Note 4)" is revised to read; "3/4" (IN) x 2'- 6" Anchor Bolt (TYP.) - Three Required (See Note 2)" J-21.15 Partial View, callout, was - LOCK NIPPLE -- 1 '/2" DIAM., is revised to read; CHASE NIPPLE -- 1 '/z" (IN) DIAM. J-21.16 Detail A, callout, was - LOCKNIPPLE, is revised to read; CHASE NIPPLE J-22.15 Ramp Meter Signal Standard, elevation, dimension 4' - 6" is revised to read; 6'-0" (2x) Detail A, callout, was - LOCK NIPPLE -- 1 '/2" DIAM. is revised to read; CHASE NIPPLE -- 1 '/z" (IN) DIAM. J-28.24 Case E and Case F Section View dimension callout, "3' - 0" MIN. FOR BEAM GUARDRAIL, 4'- 0" MIN. FOR CONC. BARRIER TYPE 2" is revised to read, "5'- 0" MIN. FOR BEAM GUARDRAIL, 8' - 0" MIN. FOR UNANCHORED TYPE F CONC. BARRIER, 4'- 0" MIN. FOR ANCHORED TYPE F CONC. BARRIER". J-40.10 Sheet 2 of 2, Detail F, callout, "12 - 13 x 1 '/2" S.S. PENTA HEAD BOLT AND 12" S. S. FLAT WASHER" is revised to read; "12 - 13 x 1 '/2" S.S. PENTA HEAD BOLT AND 1/2" (IN) S. S. FLAT WASHER" J-75.20 CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -68 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.048 Key Notes, note 16, second bullet point, was: 1/2" (IN) x 0.45" (IN) Stainless Steel Bands", add the following to the end of the note: "Alternate: Stainless steel cable with stainless steel ends, nuts, bolts, and washers may be used in place of stainless steel bands and associated hardware." J-81.10 Power Distribution Block Diagram, lower left corner, Sheet 1 of 3; Switch Pack 2; circuit 623 (T4-5) [middle ckt] is revised to read; circuit 622 (T4-5). K-80.10 SIGN INSTALLATION (BEHIND TRAFFIC BARRIER) detail dimension callout, "3' MIN." is revised to read, "5' MIN.". K-80.30 DELETED K-80.35 Add New Note 1 — 1. The intended use of this plan is for the temporary installation of Type 2 concrete barrier (See Standard Plan C-8) on cement concrete pavement, bridge decks, or hot mix asphalt pavement, and Type F concrete barrier on cement concrete pavement or bridge decks. Re -number all notes. The TYPE 1 ANCHOR detail description "TEMPORARY INSTALLATION OF PRECAST CONC. BARRIER TYPE 2 (STD. PLAN C-8) AND TEMPORARY CONC. BARRIER (F - SHAPE) (STD. PLAN K-80.30) ON CEMENT CONC. PAVEMENT OR BRIDGE DECK" is revised to read, "TEMPORARY INSTALLATION OF PRECAST CONC. BARRIER TYPE F (STD. PLAN C-60.10) OR PRECAST CONC. BARRIER TYPE 2 (STD. PLAN C-8) ON CEMENT CONC. PAVEMENT OR BRIDGE DECK." The TYPE 3 ANCHOR detail description "TEMPORARY INSTALLATION OF PRECAST CONC. BARRIER TYPE 2 (STD. PLAN C-8) AND TEMPORARY CONC. BARRIER (F - SHAPE) (STD. PLAN K-80.30) ON HOT MIX ASPHALT PAVEMENT" is revised to read, "TEMPORARY INSTALLATION OF PRECAST CONC. BARRIER TYPE 2 (STD. PLAN C-8) ON HOT MIX ASPHALT PAVEMENT." K-80.37 Revise Note 1 to read:"1. The intended use of this plan is for the temporary installation of Type F NARROW BASE concrete barrier (See Standard Plan C-60.10) or Type 4 (Type 2 Narrow Base — See Std. Plan C -8a) Concrete Barrier on cement concrete pavement, bridge decks." Replace all callouts stating "NARROW BASE, ALTERNATIVE TEMPORARY CONCRETE BARRIER SEGMENT" with "Type F NARROW BASE or Type 4 (Type 2 Narrow Base) concrete barrier segment." M-3.50 CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -69 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.048 Double -Left Turn Channelization (with Right Turn Pocket) view, dimension, upper left corner, "taper" dimension; callout - was "40' if Posted Speed is 40 MPH or less 100' if Posted Speed is more than 40 MPH" is revised to read; "See Contract" M-5.10 Right -Turn Channelization view, dimension, upper right corner, "taper" dimension; callout - was "50'M IN." is revised to read; "See Contract" M-12.10 Add Note 5. "Check with Region Traffic Office for RPM and Guidepost placements." M-24.50 DELETED The following are the Standard Plan numbers applicable at the time this project was advertised. The date shown with each plan number is the publication approval date shown in the lower right-hand corner of that plan. Standard Plans showing different dates shall not be used in this contract. A-10.10-00........8/7/07 A-40.00-00 ......... 8/11 /09 A-50.30-00 ....... 11 /17/08 A-10.20-00......10/5/07 A-40.10-04 ......... 7/31 /19 A-50.40-00 ....... 11 /17/08 A-10.30-00......10/5/07 A-40.15-00 ......... 8/11 /09 A-60.10-03........12/23/14 A-20.10-00......8/31 /07 A-40.20-04 ......... 1 /18/17 A-60.20-03.........12/23/14 A-30.10-00 ...... 11 /8/07 A-40.50-02.........12/23/14 A-60.30-01 .......... 6/28/18 A-30.30-01......6/16/11 A-50.10-00.......11/17/08 A-60.40-00 .......... 8/31/07 A-30.35-00.......10/12/07 A-50.20-01.........9/22/09 B-5.20-02 ........ 1 /26/17 B-30.50-03.........2/27/18 B-75.20-02..........2/27/18 B-5.40-02 ......... 1 /26/17 B-30.70-04.........2/27/18 B-75.50-01 .... ......6/10/08 B-5.60-02 ......... 1 /26/17 B-30.80-01 .......... 2/27/18 B-75.60-00... ......... 6/8/06 B-10.20-02........3/2/18 B-30.90-02 ........ 1 /26/17 B-80.20-00 ......... 6/8/06 B-10.40-01 ........ 1 /26/17 B-35.20-00 .......... 6/8/06 B-80.40-00 ......... 6/1 /06 B-10.70-00 ...... 1 /26/17 B-35.40-00 .......... 6/8/06 B-85.10-01.........6/10/08 B-15.20-01........2/7/12 B-40.20-00 .......... 6/1/06 B-85.20-00 .......... 6/1/06 B-15.40-01........2/7/12 B-40.40-02 ........ 1 /26/17 B-85.30-00 .......... 6/1 /06 B-15.60-02 ........ 1 /26/17 B-45.20-01 .......... 7/11 /17 B-85.40-00 .......... 6/8/06 B-20.20-02.......3/16/12 B-45.40-01 .......... 7/21 /17 B-85.50-01.........6/10/08 B-20.40-04.......2/27/18 B-50.20-00 .......... 6/1/06 B-90.10-00...... .... 6/8/06 B-20.60-03.......3/15/12 B-55.20-02 .......... 2/27/18 B-90.20-00 .......... 6/8/06 B-25.20-02........2/27/18 B-60.20-01 .......... 6/28/18 B-90.30-00 .......... 6/8/06 B-25.60-02.........2/27/18 B-60.40-01 .......... 2/27/18 B-90.40-01 .......... 1 /26/17 B-30.10-03.........2/27/18 B-65.20-01 .......... 4/26/12 B-90.50-00 ..... ..... 6/8/06 B-30.15-00........2/27/18 B-65.40-00 .......... 6/1 /06 B-95.20-01 .......... 2/3/09 B-30.20-04.........2/27/18 B-70.20-00 .......... 6/1 /06 B-95.40-01 .......... 6/28/18 B-30.30-03.........2/27/18 B-70.60-01 .......... 1 /26/17 B-30.40-03 .......... 2/27/18 C-1 ....................6/28/18 C-20.15-02 .......... 6/11 /14 C-40.18-03 ........ 7/21 /17 C-1 a .................7/14/15 C-20.18-03.........8/12/19 C-60.10-00.......8/22/19 C-1 b ...................8/12/19 C-20.19-03.. .... ....8/12/19 C-70.10-01........6/17/14 CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT SP -70 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.048 C-1 d ................10/31 /03 C -2c ..................8/12/19 1 /6/09 C -4f ...................8/12/19 11 /10/05 C -6a ................10/14/09 11 /10/05 C-7 ..................... 6/16/11 C -7a ...................6/16/11 11 /10/05 C-8 ..................... 2/10/09 C -8a ...................7/25/97 11 /10/05 C-8 b .................... 2/29/16 C -8e ....................2/21 /07 C -8f ..................... 6/30/04 C-1 6a .................7/21 /17 C-20.10-05 ......... 8/12/19 C-20.11-00 ........ 7/21 /17 C-20.14-04 .......... 8/12/19 D-2.04-00 ........ 11 /10/05 D-2.06-01 ........ 1 /6/09 D-2.08-00 ........ 11 /10/05 D-2.14-00 ........ 11 /10/05 D-2.16-00 ........ 11 /10/05 D-2.18-00 ........ 11 /10/05 D-2.20-00 ........ 11 /10/05 D-2.32-00 ........ 11 /10/05 D-2.34-01 ........ 1 /6/09 D-2.36-03 ........ 6/11 /14 D-2.42-00 ........ 11 /10/05 D-2.44-00 ........ 11 /10/05 D-2.60-00 ........ 11 /10/05 D-2.62-00 ........ 11 /10/05 D-2.46-01 ........ 6/11 /14 E-1 ....................2/21 /07 E-2 ....................5/29/98 F-10.12-03 ....... 6/11 /14 F-10.16-00.......12/20/06 G-24.10-00 ...... F-10.18-01 ......... 7/11 /17 F-10.40-03 ........... 6/29/16 F-10.42-00.. ....... 1 /23/07 G-10.10-00........9/20/07 G-20.10-02 ........ 6/23/15 G-22.10-04.......... 6/28/18 G-24.10-00 ...... 11 /8/07 G-24.20-01...... 2/7/12 G-24.30-02...... 6/28/18 G-24.40-07.....6/28/ 18 G-24.50-05..... 8/7/19 G-24.60-05.....6/28/18 C-23.60-04 CITY OF FEDERAL WAY C-20.40-07 .......... 8/12/19 C-20.41-02 .......... 8/12/19 C-20.42-05.......... 7/14/15 C-20.45.02 ........... 8/12/19 C-22.16-06 ........ 7/21 /17 C-22.40-07........8/12/19 D-2.82-00 ..... ...11 C-22.45-04........8/12/19 D-2.84-00 ..... ...11 C-23.60-04 ........ 7/21 /17 C.24.10-02 ........ 8/12/ 19 C-25.20-06........7/14/15 D-2.92-00 ........ C-25.22-05........7/14/15 D-3.09-00 ........ C-25.26-04........ 8/12/19 C-25.30-00 .......6/28/18 C-25.80-05........ 8/12/19 C-40.16-02 ........ 7/2/ 12 D-2.48-00 ........ 11 /10/05 D-2.64-01 ...... ..1 /6/09 D-2.66-00 ........ 11 /10/05 D-2.68-00 ........ 11 /10/05 D-2.80-00 ........ 11 /10/05 D-2.82-00 ..... ...11 /10/05 D-2.84-00 ..... ...11 /10/05 D-2.86-00 ..... ...11 /10/05 D-2.88-00 ........ 11 /10/05 D-2.92-00 ........ 11 /10/05 D-3.09-00 ........ 5/17/12 D-3.10-01...... 5/29/13 D-3.11-03 ...... 6/11 /14 D-3.15-02 ....-6/10/13 ........ 6/11 /14 D-3.16-02 ...... 5/29/13 E-4 .................... 8/27/03 E -4a ..................8/27/03 F-10.62-02 ........ 4/22/ 14 F-10.64-03 .... .... 4/22/ 14 F-30.10-03 .... ....6/11 /14 F-40.12-03........6/29/16 ........ 6/11 /14 F-40.14-03........ 6/29/16 G-25.10-04.......6/10/13 ........ 6/11 /14 G-26.10-00......7/31 /19 G-30.10-04....... 6/23/15 G-50.10-03.......6/28/18 ........ 6/11 /14 G-90.10-03......7/11 /17 G-90.11-00......4/28/16 ........ 6/11 /14 G-90.20-05......7/11 /17 G-90.30-04 ...... 7/11/17 G-90.40-02 ...... 4/28/16 SP -71 C-75.10-01 ........ 6/11 /14 C-75.20-01 ........ 6/11 /14 C-75.30-01 ........ 6/11 /14 C-80.10-01 ........ 6/11 /14 C-80.20-01 ........ 6/11 /14 C-80.30-01 ........ 6/11 /14 C-80.40-01 ........ 6/11 /14 C-80.50-00........4/8/12 7/8/0 8 C-85.10-00........4/8/12 7/8/08 C-85.11-00........4/8/12 C-85.14-01 ........ 6/11 /14 C-85.15-01 ........ 6/30/14 C-85.16-01........6/17/14 C-85-18-01 ........ 6/11 /14 C-85.20-01 ........ 6/11 /14 D-3.17-02 ...... 5/9/ 16 D-4 .................12/11 /98 D-6 ...................6/19/98 D-10.10-01......12/2/08 D-10.15-01......12/2/08 D-10.20-01 ......... 8/7/ 19 D-10.25-01 ......... 8/7/ 19 D-10.30-00 ......... 7/8/0 8 D-10.35-00 ......... 7/8/08 D-10.40-01......12/2/08 D-10.45-01......12/2/08 F-40.15-03........6/29/16 F-40.16-03........6/29/16 F-45.10-02........7/15/16 F-80.10-04........7/15/16 G-95.10-02........6/28/18 G-95.20-03........6/28/18 G-95.30-03........6/28/18 GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.048 H-10.10-00 .......... 7/3/08 H-32.10-00.......9/20/07 H-70.10-01......2/7/12 H-10.15-00 .......... 7/3/08 H-60.10-01 ......... 7/3/08 H-70.20-01......2/16/12 H-30.10-00......10/12/07 H-60.20-01... ...... 7/3/08 H-70.30-02......2/7/12 1-10.10-01 ......... 8/11 /09 1-30.10-02.........3/22/13 J-10.15-01 ........ 1-30.15-02.........3/22/13 J-10.16-00......6/3/15 1-30.16-01 ......... 7/11 /19 1-30.17-01 ......... 6/12/ 19 J-10 ..................7/18/97 J-10.10-03......6/3/15 1-30.30-02.........6/12/19 J-10.15-01 ........ 6/11 /14 J-10.16-00......6/3/15 1-30.60-02.........6/12/19 J-10.17-00......6/3/15 1-40.10-00.........9/20/07 J-10.18-00......6/3/15 7/21 /17 J-10.20-02......7/31 /19 J-10.21-00......6/3/15 7/21 /16 J-10.22-00........ 5/29/13 J-10.25-00......7/11 /17 J-12.15-00 ...... 6/28/18 J-12.16-00......6/28/18 J-86.10-00...... J-15.10-01 ........ 6/11 /14 J-15.15-02......7/10/15 16 J-20.10-04 ........ 7/31 /19 J-20.11-03 ........ 7/31 /19 J-20.15-03........6/30/14 J-40.37-02......7/21 J-20.16-02........6/30/14 J-40.38-01.......5/20/13 J-20.20-02........5/20/13 5/20/13 J-20.26-01........7/12/12 /19 J-21.10-04...... 6/30/14 J-21.15-01......6/10/ 13 J-21.16-01...... 6/10/13 J-21.17-01 ...... 6/10/13 J-21.20-01......6/10/13 J-22.15-02......7/10/15 J-22.16-03 ...... 7/10/15 J-26.10-03.....7/21 /16 J-26.15-01.....5/17/12 J-26.20-01..... 6/28/ 18 J-27.10-01.....7/21 /16 J-27.15-00 ..... 3/15/12 J-28.10-02 ...... 8/7/19 J-28.22-00.......8/07/07 7/21 /16 J-28.24-01 ....... 6/3/ 15 J-28.26-01......12/02/08 J-28.30-03......6/11 /14 K-70.20-01 ....... 6/1 /16 CITY OF FEDERAL WAY 1-30.20-00.........9/20/07 J-28.43-01.......6/28/18 1-30.30-02.........6/12/19 J-28.45-03 ....... 1-30.40-02.......6/12/19 J-28.50-03 ....... 1-30.60-02.........6/12/19 J-28.60-02 ....... 1-40.10-00.........9/20/07 J-28.70-03 ....... J-28.40-02......6/11 /14 J-28.42-01 ....... 6/11 /14 J-28.43-01.......6/28/18 1-50.20-01 .......... J-28.45-03 ....... 7/21 /16 J-28.50-03 ....... 7/21 /16 J-28.60-02 ....... 7/21 /16 J-28.70-03 ....... 7/21 /17 J-29.10-01 ....... 7/21 /16 J-29.15-01 ....... 7/21 /16 J-29.16-02 ....... 7/21 /16 J-30.10-00......6/18/15 J-80.15-00......6/28/18 J-40.05-00......7/21 /16 J-40.10-04......4/28/16 J-86.10-00...... J-40.20-03 ......4/28/16 J-90.10-03.......6/28/18 J-40.30-04.:....4/28/ 16 J-40.35-01......5/29/13 J-90.21-02......6/28/18 J-40.36-02......7/21 /17 J-40.37-02......7/21 /17 J-40.38-01.......5/20/13 J-40.39-00...... 5/20/13 J-40.40-02......7/31 /19 J-45.36-00......7/21 /17 J-50.05-00......7/21 /17 J-50.10-01 ....... 7/31 /19 J-50.11-02 ....... 7/31 /19 J-50.12-02.......8/7/19 J-50.13-00.......8/22/19 J-50.15-01 ....... 7/21 /17 J-50.16-01.......3/22/13 J-50.18-00.......8/7/19 J-50.19-00.......8/7/19 J-50.20-00.......6/3/11 J-50.25-00 ....... 6/3/11 J-50.30-00.......6/3/11 J-60.05-01 ....... 7/21 /16 J-60.11-00.......5/20/13 J-60.12-00.......5/20/ 13 SP -72 1-40.20-00 ......... 9/20/07 1-50.20-01 .......... 6/10/13 1-60.10-01 ..... ..... 6/10/13 1-60.20-01 .......... 6/ 10/13 1-80.10-02.... ...... 7/15/16 J-60.13-00.......6/16/10 J-60.14-01......7/31 /19 J-75.10-02......7/10/15 J-75.20-01......7/10/15 J-75.30-02.......7/10/15 J-75.40-02 ...... 6/1 /16 J-75.41-01......6/29/16 J-75.45-02 ...... 6/1 /16 J-80.1 0-00 ...... 6/28/ 18 J-80.15-00......6/28/18 J-81.10-00......6/28/18 J-86.10-00...... 6/28/18 J-90.10-03.......6/28/18 J-90.20-03.......6/28/18 J-90.21-02......6/28/18 J-90.50-00...... 6/28/18 GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020.046 K-80.10-01 ....... 6/1 /16 K-80.20-00.....12/20/06 M-1.60-02 ......... K-80.35-00 ....... 2/21 /07 K-80.37-00 ....... 2/21 /07 L-10.10-02 ........ 6/21 /12 L-20.10-03........7/14/15 L-30.10-02 ........ 6/11 /14 M-1.20-03 ......... 6/24/14 M-1.40-02 ......... 6/3/11 M-1.60-02 ......... 6/3/11 M-1.80-03 ......... 6/3/11 M-2.20-03 ......... 7/10/15 M-2.21-00......7/10/15 M-60.1 0-01 M-3.10-03 ......... 6/3/11 M-3.20-02 ......... 6/3/ 11 M-3.30-03 ......... 6/3/ 11 M-3.40-03......... 6/3/11 M-3.50-02 ......... 6/3/ 11 M-5.10-02 ......... 6/3/ 11 M-7.50-01 ......... 1 /30/07 M-9.50-02 ......... 6/24/14 M-9.60-00 ........ 2/10/09 CITY OF FEDERAL WAY L-40.10-02 ........ 6/21 /12 L-40.15-01.....-.6/16/11 L-40.20-02 ...... ..6/21 /12 M-11.10-03 ........ 8/7/ 19 M-12.10-01......6/28/18 M-40.30-01......7/11 M-15.10-01........2/6/07 M-40.40-00...... M-17.10-02........7/3/08 M-40.50-00......9/20/07 M-20.10-02........ 6/3/11 M-20.20-02........4/20/15 M-60.1 0-01 M-20.30-04........2/29/16 M-60.20-02...... M-20.40-03 ........ 6/24/14 M-20.50-02 ........ 6/3/11 M-24.20-02.......4/20/15 M-80.20-00......6/10/08 M-24.40-02.......4/20/15 M-80.30-00......6/10/08 M-24.60-04 ....... 6/24/14 M-24.65-00......7/11 /17 M-24.66-00......7/11 /17 M-40.10-03......6/24/14 END DIVISION 9 SP -73 L-70.10-01.... ... 5/21 /08 L-70.20-01. ...... 5/21 /08 M-40.20-00...10/12/07 M-40.30-01......7/11 /17 M-40.40-00...... 9/20/07 M-40.50-00......9/20/07 M-40.60-00......9/20/07 M-60.1 0-01 ...... 6/3/11 M-60.20-02...... 6/27/11 M-65.10-02......5/11 /11 M-80.10-01......6/3/11 M-80.20-00......6/10/08 M-80.30-00......6/10/08 GREENWAY PAVEMENT MARKINGS PHASE 1 (2020) PROJECT PROJECT #220 CFW SPECIAL PROVISIONS VER. 2020 04B Standard Plans and Details "^ PUBLIC DWG. NO. WORKS RAISED PAVEMENT MARKERS 3-17 SKIP CENTER LINE (SCL) GENERAL NOTES: 15' 1. LONGITUDINAL STRIPING ON ARTERIALS SHALL BE PLASTIC TYPE D METHYLMETHACRYLATE (MMA). D TRANSVERSE MARKINGS SHALL BE PLASTIC TYPE \,-4" YELLOW LINE (TYP) A. ALL OTHER STRIPING SHALL BE PAINT. TYPE 2YY RPM—/ SEE NOTE 6 2. ALL STRIPING WITHIN INTERSECTIONS SHALL BE PLASTIC TYPE A OR D. DOUBLE YELLOW CENTER LINE (DYCL) 3. ALL RPM'S SHALL BE LOCATED TO PROVIDE --40' 4" 4 INCHES BETWEEN STRIPING AND RPM'S. 4. TYPE 2 RPM'S SHALL BE USED ON ALL 4" YELLOW LINE ARTERIALS AND COLLECTORS, IF STRIPED SEE NOTE 6 5. WHERE TYPE C CURB IS USED IN PLACE OF THE STRIPING, USE RPM PATTERN APPLICABLE TO TYPE 2YY RPM (TYR} STRIPING BEING REPLACED. SPECIFIC NOTES: WHITE EDGE LINE (WEL) __-4" WHITE LINE 6. IF MMA IS USED, MMA SHALL BE PROFILED. 7. WHERE RAISED MEDIAN OR TYPE C CURBING IS USED, USE TYPE 2YR RPM'S, WITH RED FACING OPPOSITE THE DIRECTION OF TRAFFIC. YELLOW EDGE LINE (YEL) 8. WHERE RAISED MEDIAN OR TYPE C CURBING —4" YE -LOW LINE IS USED, USE TYPE 2WR RPM'S, WITH RED 1 SEE r•In i F, 6 FACING OPPOSITE THE DIRECTION OF TRAFFIC. STYPE 2Y RPM (TYP) SEE NOTE 7 DIRECTION OF TRAFFIC DOTTED EXTENSION LINE (WDEL, YDEL) LEGEND: 0 <)M MONO—DIRECTIONAL RPM TYPE 2 2'' \\--4" LINE, YELLOW OR WHITE PER C> BI—DIRECTIONAL RPM TYPE 2 PLANS. SEE NOTE 6 "^ PUBLIC DWG. NO. WORKS RAISED PAVEMENT MARKERS 3-17 Aur.a� PUBuc DWG. NO. � Ir d _ 5 WORKS RAISED PAVEMENT MARKERS 3-18 NO PASS LINE (NPL) FE LINE 1 - 1 )TE 6 1 �1 < 4 TYPE 2YY RP <11 YELLOW LINE SEE NOTE 6 TYPE 2Y RPM DIRECTION PASSING IS PROHIBITED ION OF THRU TRAFFIC REVERSIBLE LANE LINE 4" YELLOW LINE -7/ EE NOTE 6 E LINE 4' 0 TE 2 TYPE 2YY RPM IRECTION OF TRAFFIC TWO-WAY LEFT TURN LINE (TWLTL) " WHITE LINE (TYP) <$>--HYPE 2YY RPMS 4" YELLOW LINE ;EE NOTE 6 SEE NOTE 6 DIRECTION OF THRU TRAFFIC IRECTION OF TRAFFIC BARRIER LINE (BL) ;ECTION OF TRAFFIC r-20' 20" YELLOW LINE SEE NOTE 6 TYPE 2YY RPM S < WHITE LINE NOTE 6 - > <�> REV. NOV 29 14, Aur.a� PUBuc DWG. NO. � Ir d _ 5 WORKS RAISED PAVEMENT MARKERS 3-18 Pavement markings may be curved here as shown to allow for continuous painting by the striping machine. When RPM's required by contract, use Type 2YY, see Note 5 y E. - tog .a Lane width CJ measurement point Double yellow center stripe u a o Type 2YY RPMs 10'O.C.� ® Double yellow Ell center stripe m 40' RPM spacing ? m ao m DETAIL A ° 10 Double yellow center stripe � t- DETAIL B See Detail Q 7Lef=nTwo way left tum termination at fee intersection or where W = Approaching through lane left turns are not permitted W = Departing Lane and two way left tum is not T =Width of left turn lane continued beyond intersection. on approach side of T=Width ofleft turn lane END TWO-WAY LEFT TURN LANE on departure side of W = Total width of channel'¢ation (W +W +T +T( Rw. NCl't 2,M J DWG. NO. L �'0 WORKS RAISED PAVEMENT MARKERS 3-19 Sl:;omfi 4 point see Note 3 Variable 50' Gore Stripe Decel. taper see Dwg. No. 3-18 see Table 2 W. L W. T, W. Type 2L traffic arrows see Note I Double yellow center stripe, see Dwg. No. 3-17 Toper length = T. x taper rate See Table 3 Double yellow center stripe See Table I for taper rate —App!0001 W, Departure — W No Pass Line See Deloil A See Table I on approach Dwg. No.. 3-19 for toper rate side Taper length = T, x taper rate LEFT TURN LANE NOTES: First Type 2L arrow is installed 50' bock of stop bar or crosswalk- Second arrow is located 100' back, or at left tum pockel- 2. "S" = 140' for posted speed < 50 MPH. '7 = 170' for posted speed 150 MPH 3- Stopping point shall be marked with stop bar only when mainline movemen' is controlled by a stop sign or traffic signal, 4 Raised pavement markers shall be installed only when specified in the Contract Plans. 5 See Dwg. No. 3-17 for marker designation. ..S., Variable See Note 2 100' ± 300' MAX Gore see Dwg. No.. 3 3 I 18 B Stopping point see Note 3 Type 2L haftic - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - arrows, see Note 1 Double yellow center Two-way left tum lane. see Dwg, No. 3-18 Type 2L traffic arrows, see WSDOT stripe see Dwg, No, 3-17 Sind. Plan M-24.20 LEFT TURN LANE TWO-WAY LEFT TURN LANE TWO-WAY LEFT TURN LANE W = Approoching through Ione W_ = Departing Lane T, = width of left tum lane on approach side of T = Width of left tum Ione on departure side of W. = Total width of channelization (W + W +T +T2) Ray. 'raV ; n+r �kd��np� W NS PAVEMENT MARKING - TURN LANE �3 20 TABLE 2 TABLE 3 TABLE 1 Posted Speed Decel- Taper No pass length PCs' Spef Posted Taper Speed Rate 55 mph Length 55- ,',!inimum 55 mph 55 t 165' 725' 50 mph 50 1 50 mph t 50' 660' 45 mph 45- r 45 mph 135' 590' 40 mph 40 ' 40 mph t 20' 360' 35 mph 35 1 35 mph 105' 260' 30 mph 30 1 30 mph 90' -01 25 mph 1 25 1 25 mph 75' l' TWO-WAY LEFT TURN LANE W = Approoching through Ione W_ = Departing Lane T, = width of left tum lane on approach side of T = Width of left tum Ione on departure side of W. = Total width of channelization (W + W +T +T2) Ray. 'raV ; n+r �kd��np� W NS PAVEMENT MARKING - TURN LANE �3 20 Centerline Crosswalk Stripe Crosswalk (TYP•) Lane Line Centerline Roadway 7 Cent 0 CurbRomp IYP•' L 18" STOP LINE CROSSWALK STRIPE DETAIL TRAFFIC ARROWS TYPE 1S, 2SL, 2SR, 3SL, 3SR, 4S, AND 5S — SEE WSDOT STANDARD PLAN M-24.40 "SHARKS TOOTH" YIELD LINE SYMBOL — SEE WSDOT STANDARD PLAN M-24.60 HANDICAPPED PARKING STALL SYMBOL — SEE WSDOT STANDARD PLAN M-24.60 BIKE LANE SYMBOL — SEE WSDOT STANDARD PLAN M-9.50 PREFERENTIAL LANE SYMBOL — SEE WSDOT STANDARD PLAN M-7.50 Rw. NOV tr-: DWG. NO. � ':;=���Q WORKS MISCELLANEOUS PAVEMENT MARKINGS 3-21 LANE STRIPING (TYP) 1.0' (EDGE OF TRAVEL LANE) •32.a' r-112-9 iTym 1,01 1111.0' ITYP CTYP) P) \—R 0' (TYP) 'NOTE: DIMENSIONS MAY VARY VERIFY WITH PUBLIC WORKS PRIOR TO FINAL DESIGN I CONSTRUCTION ISLAND CONSTRUCTION DETAILS CURBING PAINTED YELLOW PER WSDOT STD. SPECS. TYPE 2Y RPM fT)'Pi INSTALL RAMP AS NECESSARY SET12". SC';OT12E AT SIGNLCCATION TO 30" DE-TH F=:cJn: TOP OF FINISHED ISLAND REFER TO CITY STD. RAMP DETAILS YIELD SYMBOLS (TYP) f r BACKFILL WITHIN CURBING: 2" ASPHALT PAVEMENT OVER 4" CSTC PER WSDOT STD. PLAN M-24.60 7N MULTI -LANE APPROACH ONLY DISTANCE ���I_ IF YIELD SYMBOLS USED -4 ALK CROSSW MARKINGS AL PER MUTC (TYP. BOTH ISLANDS) LIQUID -FORMED DETECTABLE WARNING SURFACE (TYP) REFER TO CITY SPECIAL PROVISIONS SIGN - W11-2 (30 x 30) WITH SIGN - W11-2 /-W1 Cr7P (24 X 12) BELOW (30 x 30 . fR1-5e (36 x 48) W16 -7P (24 x012) BELOW f NOTE: ALL SIGNS SHALL BE FLOURESCENT YELLOW -GREEN BACKGROUND EXCEPT R1 -5a SIGN • R1 -5a REFER TO CITY STD. RAMP DETAILS REV. JAN 201; 36 x 48 �cw4w G�� a PUBLIC WORKS PEDESTRIAN REFUGE ISLAND AND CROSSWALK - MID -BLOCK DWG. NO. 3-58 ! DISTANCE PER mu'PC � 6" EXTRUDED W11-2 WITH rCONCRETE CURB (TYP) W I6 -7P BELOW O.C. (TYP) •I 28"TUBULAR MARKER (TYP) PER MUTCD SET12". SC';OT12E AT SIGNLCCATION TO 30" DE-TH F=:cJn: TOP OF FINISHED ISLAND YIELD SYMBOLS (TYP) f r BACKFILL WITHIN CURBING: 2" ASPHALT PAVEMENT OVER 4" CSTC PER WSDOT STD. PLAN M-24.60 7N MULTI -LANE APPROACH ONLY DISTANCE ���I_ IF YIELD SYMBOLS USED -4 ALK CROSSW MARKINGS AL PER MUTC (TYP. BOTH ISLANDS) LIQUID -FORMED DETECTABLE WARNING SURFACE (TYP) REFER TO CITY SPECIAL PROVISIONS 611 2 (30x34 fR1-5e (36 x 48) W16 -7P (24 x012) BELOW f NOTE: ALL SIGNS SHALL BE FLOURESCENT YELLOW -GREEN BACKGROUND EXCEPT R1 -5a INSTALL RAMP AS NECESSARY _j REFER TO CITY STD. RAMP DETAILS REV. JAN 201; �cw4w G�� a PUBLIC WORKS PEDESTRIAN REFUGE ISLAND AND CROSSWALK - MID -BLOCK DWG. NO. 3-58 Prevailing Wages & Benefit Code Key Benefit Code Key — Effective 3/4/2020 thru 9/1/2020 Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half tunes the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two (2) hours before or after a five -eight (8) hour workweek day or a four -ten (10) hour workweek day and the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four - ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. The first two (2) hours after- eight (8) regular- hours Monday through Friday and the first ten (10) hours on Saturday shall be paid atone and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1 Benefit Code Key — Effective 3/4/2020 thru 9/1/2020 Overtime Codes Continued O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight -time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. Benefit Code Key — Effective 3/4/2020 thru 9/1/2020 Overtime Codes Continued ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten- hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The first eight (8) hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. C. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour- shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. 3 Benefit Code Key — Effective 3/4/2020 thru 9/1/2020 Overtime Codes Continued E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half (1-1/2) times the regular rate of pay. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on Saturdays shall be paid at a one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. K. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in excess of twelve (12) hours in a single shift shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the eight (8) hours rest period. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. B. All hours worked over twelve (12) hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a fotu- (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1 /2) times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay. 4 Benefit Code Key — Effective 3/4/2020 thru 9/1/2020 Overtime Codes Continued 4. D. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system, will be paid overtime under the following rates: The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one-half (1-1/2) times the hourly rate of wage. All hours worked in excess of eight (8) hours on Saturday, and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four- day, ten hour work week, and Saturday shall be paid at one and one half (1'/) times the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 201ro over the hourly rate of wage. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, and all hours on Sunday shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. 1. The First eight (8) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight (8) per day on Saturdays shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. J. The first eight (8) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight (8) hours on a Saturday shall be paid at double the hourly rate of wage. All hours worked over twelve (12) in a day, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. K. All hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is the sixth consecutive day worked. All hours worked over twelve (12) in a day Monday through Saturday, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. 5 Benefit Code Key — Effective 3/4/2020 thru 9/1/2020 Overtime Codes Continued L. The first twelve (12) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on a Saturday in excess of twelve (12) hours shall be paid at double the hourly rate of pay. All hours worked over twelve (12) in a day Monday through Friday, and all hours worked on Sundays shall be paid at double the hourly rate of wage. All hours worked on a holiday shall be paid at one and one-half times the hourly rate of wage, except that all hours worked on Labor Day shall be paid at double the hourly rate of pay. M. All hours worked on Sunday and Holidays shall be paid at double the hourly rate. Any employee reporting to work less than nine (9) hours from their previous quitting time shall be paid for such time at time and one-half times the hourly rate. M All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays, and all work performed between the hours of midnight (12:00 AM) and eight AM (8:00 AM) every day shall be paid at double the hourly rate of wage_ O. All hours worked between midnight Friday to midnight Sunday shall be paid at one and one-half the hourly rate of wage. After an employee has worked in excess of eight (8) continuous hours in any one or more calendar days, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of six (6) hours or more. All hours worked on Holidays shall be paid at double the hourly rate of wage. P. All hours worked on Holidays shall be paid at one and one-half times the hourly rate of wage. Q. The first four (4) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday shall be paid at double the hourly rate. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. R. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is the sixth consecutive day worked. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. S. All hours worked on Saturdays and Holidays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays shall be paid at double the hourly rate of wage. T. The first two (2) hours of overtime for hours worked Monday -Friday shall be paid at one and one-half times the hourly rate of wage. All howl worked in excess of ten (10) hours per day shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. For work on Saturday which is scheduled prior to the end of shift on Friday, the first six (6) hours work shall be paid at one and one-half times the hourly rate of wage, and all hours over (6) shall be paid double the hourly rate of wage. For work on Saturday which was assigned following the close of shift on Friday, all work shall be paid at double the hourly rate of wage. U. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. (Except on makeup days if work is lost due to inclement weather, then the first eight (8) hours on Saturday may be paid the regular rate.) All hours worked over twelve (12) hours Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. Benefit Code Key — Effective 3/4/2020 thru 9/1/2020 Overtime Codes Continued 4. V. Work performed in excess of ten (10) hours of straight time per day when four ten (10) hour shifts are established or outside the normal shift (5 am to 6pm), and all work on Saturdays, except for make-up days shall be paid at time and one-half (1 '/z) the straight time rate. In the event the job is down due to weather conditions, then Saturday may, be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All work performed on Sundays and holidays and work in excess of twelve (12) hours per day shall be paid at double (2x) the straight time rate of pay. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. When an employee returns to work without a break of eight (8) hours since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. W. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. X. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. Work performed outside the normal shift of 6 am to 6pm shall be paid at one and one-half the straight time rate, (except for special shifts or three shift operations). All work performed on Sundays and holidays shall be paid at double the hourly rate of wage. Shifts may be established when considered necessary by the Employer. The Employer may establish shifts consisting of eight (8) or ten (10) hours of work (subject to WAC 296-127-022), that shall constitute a normal forty (40) hour work week. The Employer can change from a 5 -eight to a 4 -ten hour schedule or back to the other. All hours of work on these shifts shall be paid for at the straight time hourly rate. Work performed in excess of eight hours (or ten hours per day (subject to WAC 296-127-022) shall be paid atone and one- half the straight time rate. When due to conditions beyond the control of the Employer, or when contract specifications require that work can only be performed outside the regular day shift, then by mutual agreement a special shift may be worked at the straight time rate, eight (8) hours work for eight (8) hours pay. The starting time shall be arranged to fit such conditions of work. When an employee returns to work without at a break of eight (8) hours since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. Benefit Code Key — Effective 3/4/2020 thru 9/1/2020 Overtime Codes Continued 4. Y. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. All work performed after 6:00 pin Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day (8). C. Holidays: New Year's Day, .Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6). I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day, And Christmas Day (7). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9). P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). if A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Benefit Code Key — Effective 3/4/2020 thru 9/1/2020 11olidaN, Codes C'midtttted R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, One -Half Day Before Christmas Day, And Christmas Day. (7 1/2). Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, And Christmas Day (7). T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). 6. A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half - Day On Christmas Eve Day. (9 1/2). G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day (11). H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (10). I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (7). T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Benefit Code Key — Effective 3/4/2020 thru 9/1/2020 Holiday Codes Continued D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor- Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. 10 Benefit Code Key — Effective 3/4/2020 thru 9/1/2020 I-loliday Codes Continued Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. R. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. T. Paid Holidays: New Year's Day, the Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and The Day after or before Christmas Day. (10). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. V. Holidays: New Year's Day, President's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, the day before or after Christmas, and the day before or after New Year's Day. If any of the above listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. W. Holidays: New Year's Day, Day After New Year's, Memorial Day, hrdependence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day, the day after Christmas, the day before New Year's Day, and a Floating Holiday. X. Holidays: New Year's Day, Day before or after New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off, then the holiday will be taken on the last normal workday. If the holiday falls on a Monday that is the normal day off or on a Sunday, then the holiday will be taken on the next normal workday. Y. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day. (8) If the holiday falls on a Sunday, then the day observed by the federal government shall be considered a holiday and compensated accordingly. Z. Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 15. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the day before Christmas Day and Christmas Day. (8) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. B. Holidays: New Year's Day, Martin Luther King Jr. Day, President's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, and Christmas Day. (9) C. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the day before Christmas Day and Christmas Day. (8) 11 Benefit Code Key — Effective 3/4/2020 thru 9/1/2020 Holiday Codes Continued 15. D. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, and the day after Christmas. E. Holidays: the day before New Years's Day, New Year's Day, Martin Luther King, Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day. (12) Note Codes D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25. P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, And Class D Suit $0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. T. Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. U. Workers on hazmat projects receive additional hourly premiums as follows — Class A Suit: $2.00, Class B Suit: $1.50, And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who do "pioneer" work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional $0.50 per hour. 12 Benefit Code Key — Effective 3/4/2020 thru 9/1/2020 Note Codes Continued 8. V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. Depth premiums apply to depths of fifty feet or more. Over 50' to 100'- $2.00 per foot for each foot over 50 feet. Over 101' to 150'- $3.00 per foot for each foot over 101 feet. Over 151' to 220'- $4.00 per foot for each foot over 220 feet. Over 221'- $5.00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent and is measured by the distance travelled from the entrance. 25' to 300' - $1.00 per foot from entrance. 300' to 600' - $1.50 per foot beginning at 300'. Over 600' - $2.00 per foot beginning at 600'. W_ Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates would apply to meters not fitting this description. X. Workers on hazmat projects receive additional hourly premiums as follows - Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, and Class D Suit: $0.50. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a government agency or the contract specifications requires that work can only be performed outside the normal 5 am to 6pm shift, then the special shift premium will be applied to the basic hourly rate. When an employee works on a special shift, they shall be paid a special shift premium for each hour worked unless they are in OT or Double-time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Y. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging state or boatswains chair or under conditions that require them to be tied off to allow their hands to be fi•ee shall receive seventy-five cents ($0.75) per hour above the classification rate. Z. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as a contractor), a government agency or the contract specifications require that more than (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they will be paid a special shift premium for each hour worked unless they are in overtime or double- time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) 13 Benefit Code Key — Effective 3/4/2020 thru 9/1/2020 Note Codes Continued A. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a government agency or the contract specifications require that more than four (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they shall be paid a special shift premium for each hour worked unless they are in overtime or double- time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Certified Crane Operator Premium: Crane operators requiring certifications shall be paid $0.50 per hour above their classification rate. Boom Pay Premium: All cranes including tower shall be paid as follows based on boom length: (A) — 130' to 199' — $0.50 per hour over their classification rate. (B) — 200' to 299' — $0.80 per hour over their classification rate. (C) — 300' and over — $1.00 per hour over their classification rate. B. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. C. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012. D. industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines, towers, dams, bridges, power generation facilities and manufacturing facilities such as chemical plants, etc., or anywhere abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required. E. Heavy Construction includes construction, repair, alteration or additions to the production, fabrication or manufacturing portions of industrial or manufacturing plants, hydroelectric or nuclear power plants and atomic reactor construction. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25. 14 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 06/25/2020 County Trade Job Classification Wage Holiday Overtime) Note Risk Class King Asbestos Abatement Workers Journey Level $50.861 5D 1 H View King Boilermakers Journey Level $69.29 5N 1C View King Brick Mason Journey Level $58.82 5A 1M View King Brick Mason Pointer -Caulker -Cleaner $58.82 5A 1M View King Building Service Employees Janitor $25.58 5S 2F View King Building Service Employees Traveling Waxer/Shampooer $26.03 5S 2F View King Buildinp, Service Employees Window Cleaner (Non- Scaffold) $29.33 5S 2F View King Building Service Employees Window Cleaner (Scaffold) $30.33 5S 2F View King Cabinet Makers (In Shop} Journey Level $22.74 1 View King Carpenters Acoustical Worker $62.44 7A 4C View King Carpenters Carpenter $62.44 7A 4C View King Carpenters Carpenters on Stationary Tools $62.57 7A 4C View Kin; Carpenters Creosoted Material $62.54 7A 4C View King Carpenters Floor Finisher $62.441 7A 4C View KingCarpenters Floor Layer $62.44 7A 4C View King Carpenters Scaffold Erector $62.44 7A 4C View King Cement Masons Application of all Composition Mastic $62.97 7A 4U View King Cement Masons Application of all Epoxy Material $62.47 7A 4U View King Cement Masons Application of all Plastic Material $62.97 7A 4U View King Cement Masons Application of Sealing Compound $62.47 7A 4U View King Cement Masons Application of Underlayment $62.97 7A 4U View King Cement Masons Building General $62.47 7A 41J View King Cement Masons Composition or Kalman Floors $62.97 7A 4U View King Cement Masons Concrete Paving $62.47 7A 41J View King Cement Masons Curb Et Gutter Machine $62.97 7A 41J View King Cement Masons Curb Et Gutter, Sidewalks $62.47 7A 4U View King Cement Masons Curing Concrete $62.47 7A 4U View King Cement Masons Finish Colored Concrete $62.971 7A 4U View King Cement Masons Floor Grinding $62.97 7A 4U View King Cement Masons Floor Grinding/ Polisher $62.47 7A 4U View King Cement Masons Green Concrete Saw, self- powered $62.97 7A 4U View King Cement Masons Grouting of all Plates $62.47 7A 4U View King Cement Masons Grouting of all Tilt -up Panels $62.471 7A 4U View King Cement Masons Gunite Nozzleman $62.97 7A 4U View King Cement Masons Hand Powered Grinder $62.97 7A 4U View Ding Cement Masons Journey Level $62.47 7A 4U View King Cement Masons Patching Concrete $62.47 7A 4U View Kina Cement Masons Pneumatic Power Tools $62.97 7A 4U View King Cement Masons Power Chipping Et Brushing $62.97 7A 4U View King Cement Masons Sand Blasting Architectural Finish $62.97 7A 4U View King Cement Masons Screed Et Rodding Machine $62.97 7A 4U View King Cement Masons Spackling or Skim Coat Concrete $62.47 7A 4U View King Cement Masons Troweling Machine Operator $62.97 7A 4U View King Cement Masons Troweling Machine Operator on Colored Slabs $62.97 7A 4U View King Cement Masons Tunnel Workers $62.97 7A 4U View King Divers Et Tenders Bell/Vehicle or Submersible Operator (Not Under Pressure) $116.20 7A 4C View King Divers Et Tenders Dive Supervisor/ Master $79.231 7A 4C View King Divers Et Tenders Diver 1$116.20 7A 4C 8V View King Divers Et Tenders Diver On Standby $74.23 7A 4C View King Divers Et Tenders Diver Tender $67.31 7A 4C View King Divers Et Tenders Manifold Operator $67.31 7A 4C View King Divers Et Tenders Manifold Operator Mixed Gas $72.31 7A 4C View King Divers Et TendersRemote Operated Vehicle Operator/Technician $67.31 7A 4C View King Divers Et Tenders Remote Operated Vehicle Tender $62.69 7A 4C View King Dredge Workers Assistant Engineer $56.44 5D 3F View -._............ King Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F View King Dredge Workers Boatmen $56.44 5D 3F View King Dredge Workers Engineer Welder $57.51 5D 3F View King Dredge Workers Leverman, Hydraulic $58.67 5D 3F View King Dredge Workers Mates $56.44 5D 3F View King Dredge Workers Oiler $56.00 5D 3F View King Drywall Applicator Journey Level $62.44 5D 1 H View King Drywall Tapers Journey Level $62.81 5P 1E View King Electrical Fixture Maintenance Workers Journey Level $31.99 5L 1 E View King Electricians - Inside Cable Splicer $87.22 7C 4E View King Electricians - Inside Cable Splicer (tunnel) $93.74 7C 4E View King Electricians - Inside Certified Welder $84.26 7C 4E View King Electricians - Inside Certified Welder (tunnel) $90.47 7C 4E View King Electricians - Inside Construction Stock Person $43.18 7C 4E View King Electricians - Inside Journey Level $81.30 7C 4E View King Electricians - Inside Journey Level (tunnel) $87.22 7C 4E View King Electricians - Motor Shop Journey Level $47.53 5A 1 B View King Electricians - Powerline Construction Cable Splicer $82.39 5A 4D View King Electricians - Powerline Construction Certified Line Welder $75.64 5A 4D View King Electricians - Powerline Construction Groundperson $49.17 5A 4D View King Electricians - Powerline Construction Heavy Line Equipment Operator $75.64 5A 4D View King Electricians - Powerline Construction Journey Level Lineperson $75.64 5A 4D View King Electricians - Powerline Construction Line Equipment Operator $64.54 5A 4D View King Electricians - Powerline Construction Meter Installer $49.17 5A 4D 8W View King Electricians - Powerline Construction Pole Sprayer $75.64 5A 4D View King Electricians - Powerline Construction Powderperson $56.49 5A 4D View King Electronic Technicians Journey Level $53.57 7E 1 E View King Elevator Constructors Mechanic $97.31 7D 4A View King Elevator Constructors Mechanic In Charge $105.06 7D 4A View King Fabricated Precast Concrete All Classifications - In- Factory Work Only $18.25 5B 1 R View Products King Fence Erectors Fence Erector $43.11 7A 4V 8Y View King Fence Erectors Fence Laborer $43.11 7A 4V 8Y View Ki n Etaqgers Journey Level $43.11 7A 4V 8Y View King Glaziers Journey Level $66.51 7L 1Y View King Heat Et Frost Insulators And Journeyman $76.61 5J 4H View Asbestos Workers King Heating Equipment Mechanics Journey Level $85.88' 7F 1 E View King Hod Carriers Et Mason Tenders Journey Level $52.44 7A 4V 8Y View King Industrial Power Vacuum Journey Level $13.50 1 View Cleaner King Inland Boatmen Boat Operator $61.41 5B 1 K View King Inland Boatmen Cook $56.48 5B 1K View King Inland Boatmen Deckhand $57.48 5B 1K View King Inland Boatmen Deckhand Engineer $58.81 5B 1K View King. Inland Boatmen Launch Operator $58.89 5B 1K View King Inland Boatmen Mate $57.31 5B 1K View King Inspection/ Cleaning/Sea (in-, Cleaner Operator, Foamer Operator $31.49 1 View Of Sewer Et Water Systems E _. Remote Controt King Inspection/Cleaning/Sealing Grout Truck Operator $13.50 1 View Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Seating. Head Operator $24.91 1 View Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Technician $19.33 1 View Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Tv Truck Operator $20.45 1 View Of Sewer Et Water Systems B Remote Control King Insulation Applicators Journey Level $62.44 7A 4C View King Ironworkers Journeyman $73.73 7N 10 View King Laborers Air, Gas Or Electric Vibrating Screed $50.86 7A 4V 8Y View King Laborers Airtrac Drill Operator $52.441 7A 4V 8Y View King Laborers Ballast Regular Machine $50.86 7A 4V 8Y View King Laborers Batch Weighman $43.11 7A 4V 8Y View King Laborers Brick Pavers $50.86 7A 4V 8Y View King Laborers Brush Cutter $50.86 7A 4V 8Y View King Laborers Brush Hog Feeder $50.86 7A 4V 8Y View King Laborers Burner $50.86 7A 4V 8Y View King Laborers Caisson Worker $52.44 7A 4V 8Y View King Laborers Carpenter Tender $50.86 7A 4V 8Y View King Laborers Icement Dumper -paving $51.80 7A 4V 8Y View King Laborers Cement Finisher Tender $50.86 7A 4V 8Y View King Laborers iChange House Or Dry Shack $50.86 7A 4V 8Y View King Laborers Chipping Gun (30 Lbs. And Over) $51.80 7A 4V 8Y View King Laborers Chipping Gun (Under 30 Lbs.) $50.86 7A 4V 8Y View King Laborers Choker Setter $50.86 7A 4V 8Y View King LaborersChuck Tender $50.86 7A 4V 8Y View King Laborers m Clary Power Spreader $51.80 7A 4V 8Y View King Laborers Clean-up Laborer $50.86 7A 4V 8Y View King Laborers Concrete Dumper/Chute Operator $51.80 7A 4V 8Y View King Laborers Concrete Form Stripper $50.86 7A 4V 8Y View King Laborers Concrete Placement Crew $51.801 7A 4V 8Y View King Laborers Concrete Saw Operator/Core Driller $51.801 7A 4V 8Y View King Laborers Crusher Feeder $43.11; 7A 4V 8Y View King Laborers Curing Laborer $50.861 7A 4V 8Y View King Laborers Demolition: Wrecking Et Moving (Incl. Charred Material) $50.86 7A 4V 8Y View King Laborers Ditch Digger $50.86 7A 4V 8Y View King Laborers Diver $52.44 7A 4V 8Y View King Laborers Drill Operator (Hydraulic, Diamond) $51.80 7A 4V 8Y View King Laborers Dry Stack Walls $50.861 7A 4V 8Y View King Laborers Dump Person $50.86 7A 4V 8Y View King Laborers Epoxy Technician $50.86 7A 4V 8Y View King Laborers Erosion Control Worker $50.86 7A 4V 8Y View King Laborers Faller Et Bucker Chain Saw $51.80 7A 4V 8Y View King Laborers Fine Graders $50.861 7A 4V 8Y View King Laborers Firewatch $43.111 7A 4V 8Y View King Laborers Form Setter $50.86 7A 4V 8Y View King Laborers Gabian Basket Builders $50.86 7A 4V 8Y View King Laborers General Laborer $50.86 7A 4V 8Y View King Laborers Grade Checker Et Transit Person $52.44 7A 4V 8Y View King Laborers IGrinders $50.86 7A 4V8Y View King Laborers Grout Machine Tender $50.86 7A 4V 8Y View King Laborers Groutmen (Pressure) Including Post Tension Beams $51.80 7A 4V 8Y View King Laborers (Guardrail Erector $50.86 7A 4V 8Y View King Laborers Hazardous Waste Worker (Level A) $52.44 7A 4V 8Y View King Laborers Hazardous Waste Worker (Level B) $51.80 7A 4V 8Y View King Laborers Hazardous Waste Worker (Level C) $50.86 7A 4V 8Y View King Laborers High Scaler $52.441 7A 4V 8Y View King Laborers Jackhammer $51.801 7A 4V 8Y View King Laborers Laserbeam Operator $51.80' 7A 4V 8Y View King, Laborers Maintenance Person Manhole Builder-Mudman $50.86. 7A 4V 8Y View King Laborers $51.80 7A 4V 8Y View King Laborers Material Yard Person $50.861 7A 4V 8Y View King Laborers Motorman -Dinky Locomotive $51.80 7A 4V 8Y View King Laborers Nozzleman (Concrete Pump, Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Blaster, Vacuum Blaster) $51.80 7A 4V 8Y View King Laborers Pavement Breaker $51.80 7A 4V 8Y View King Laborers Pilot Car $43.11 7A 4V 8Y View Kinb Laborers Pipe Layer Lead $52.44 7A 4V 8Y View King Laborers Pipe Layer/Tailor $51.80 7A 4V 8Y View King Laborers Pipe Pot Tender $51.80 7A 4V 8Y View King Laborers Pipe Reliner $51.80 7A 4V 8Y View King Laborers I Pipe Wrapper $51.80 7A 4V 8Y View King Laborers Pot Tender $50.86 7A 4V 8Y View King Laborers Powderman $52.441 7A 4V 8Y View King Laborers Powderman's Helper $50.86 7A 4V 8Y View King Laborers Power Jacks $51.80 7A 4V 8Y View King Laborers Railroad Spike Puller - Power $51.801 7A 4V 8Y View King Laborers Raker - Asphalt $52.44 7A 4V 8Y View King Laborers Re-timberman $52.44 7A 4V 8Y View King Laborers Remote Equipment Operator $51.80 7A 4V 8Y View King Laborers Rigger/Signal Person $51.80 7A 4V 8Y View King Laborers Rip Rap Person $50.86 7A 4V 8Y View King Laborers Rivet Buster $51.80 7A 4V 8Y View King Laborers Rodder $51.80 7A 4V 8Y View King Laborers Scaffold Erector $50.86 7A 4V 8Y View King, Laborers Scale Person $50.86 7A 4V 8Y View King Laborers Sloper (Over 20") $51.80 7A 4V 8Y View King Laborers Sloper Sprayer $50.86 7A 4V 8Y View King Laborers Spreader (Concrete) $51.80 7A 4V 8Y View King Laborers Stake Hopper $50.86 7A 4V 8Y View King Laborers Stock Piler $50.86 7A 4V 8Y View King Laborers Swinging Stage/Boatswain Chair $43.11 7A 4V 8Y View King Laborers Tamper Et Similar Electric, Air Et Gas Operated Tools $51.80 7A 4V 8Y View King Laborers Tamper (Multiple Et Self- propelled) $51.80 7A 4V 8Y View King Laborers Timber Person - Sewer (tagger, Shorer Et Cribber) $51.80 7A 4V 8Y View King Laborers Toolroom Person (at Jobsite) $50.86 7A 4V 8Y View King Laborers Topper $50.86 7A 4V 8Y View King Laborers Track Laborer $50.86 7A 4V 8Y View King Laborers Track Liner (Power) $51.80 7A 4V 8Y View King Laborers Traffic Control Laborer $46.10 7A 4V 9C View King Laborers Traffic Control Supervisor $48.84 7A 4V 9C View King Laborers _Truck Spotter $50.86 7A 4V 8Y View King Laborers ITugger Operator $51.80 7A 4V 8Y View King Laborers ITunnet Work -Compressed Air Worker 0-30 psi $120.61 7A 4V 9B View King Laborers ITunnel Work -Compressed Air Worker 30.01-44.00 psi $125.64 7A 4V 9B View King Laborers Tunnel Work -Compressed Air Worker 44.01-54.00 psi $129.32 7A 4V 9B View King Laborers Tunnel Work -Compressed Air Worker 54.01-60.00 psi $135.02 7A 4V 9B View King Laborers Tunnel Work -Compressed Air Worker 60.01-64.00 psi $137.14 7A 4V 9B View King Laborers Tunnel Work -Compressed Air Worker 64.01-68.00 psi $142.24 7A - 4V 9B View King Laborers Tunnel Work -Compressed Air Worker 68.01-70.00 psi $144.14 7A 4V 9B I View King Laborers Tunnel Work -Compressed Air Worker 70.01-72.00 psi $146.14 7A 4V 9B View King Laborers Tunnel Work -Compressed Air $148.14 Worker 72.01-74.00 psi 7A 4V 9B View King Laborers Tunnel Work-Guage and Lock $52.54 Tender 7A 4V 8Y View King Laborers Tunnel Work -Miner $52.54 7A 4V 8Y View King Laborers Vibrator $51.80 7A 4V 8Y View King Laborers Vinyl Seamer $50.86 7A 4V 8Y View King Laborers Watchman $39.18 7A 4V 8Y View King Laborers Welder $51.80 7A 4V 8Y View King Laborers Well Point Laborer $51.80 7A 4V 8Y View King Laborers Window Washer/Cleaner $39.18 7A 4V 8Y View King Laborers - Undergraund Sewer Et Water General Laborer Et Topman $50.86 7A 4V 8Y View King Laborers - Underground Sewer Et Water Pipe Layer $51.80 7A 4V 8Y View King Landscape Construction Landscape Construction/Landscaping Or Planting Laborers $39.18 7A 4V 8Y View King Landscape Construction Landscape Operator $68.02 7A 3K 8X View King Landscape Maintenance Groundskeeper $17.87 1 1 View King Lathers Journey Level $62.44 5D 1H View King Marble Setters Journey Level $58.82 5A 1M View King Metal Fabrication (In Shop) Fitter $15.86 1 View King Metal Fabrication ([n Shop) Laborer $13.50 1 View King Metal Fabrication_ in Shop) Machine Operator $13.50 1 View King Metal Fabrication (In Shop) Painter $13.50 1 View King Metal Fabricat In. � Welder $15.48 1 View King Millwright Journey Level $63.941 7A 4C View King Modular Buildings Cabinet Assembly $13.50 1 View King Modular Buildings Electrician $13.50 1 View King Modular Buildin s Equipment Maintenance $13.50 1 View. King Modular- Buildings Plumber $13.50 1 View King Modular Buildings Production Worker $13.50 1 View King Modular Buildings Tool Maintenance $13.50 1 View King Modular Buildin s Utility Person $13.50 1 View King Modular Buildings Welder $13.50 1 View King Painters Journey Level $43.40 6Z 2B View King Pile Driver Crew Tender $67.31 7A 4C View King Pile Driver Crew Tender/Technician $67.31 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 0-30.00 PSI $77.93 7A 4C View King Pile Driver $82.93 7A 4C View Hyperbaric Worker - Compressed Air Worker 30.01 - 44.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air Worker 44.01 - 54.00 PSI ........................_--__ $86.93 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 54.01 - 60.00 PSI $91.93 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 60.01 - 64.00 PSI $94.43 7A 4C View King Pile Driver Hyperbaric Worker - $99.43 Compressed Air Worker 64.01 - 68.00 PSI 7A 4C View King Pile Driver Hyperbaric Worker - $101.43 Compressed Air Worker 68.01 - 70.00 PSI 7A 4C View King Pile Driver Hyperbaric Worker - $103.43 Compressed Air Worker 70.01 - 72.00 PSI 7A 4C View King Pile Driver _......... Hyperbaric Worker - 1$105.43 Compressed Air Worker 72.01 - 74.00 PSI 7A 4C View King Pile Driver Journey Level $62.69 7A 4C View King Plasterers Journey Level $59.29 7� 111 View King Playground Et Park Equipment Installers Journey Level $13.50 1 View King Plumbers Et Pi efitters Journey Level $89.19 6Z 1 G View King Power Equipment Operators Asphalt Plant Operators $69.16 7A 3K 8X View King Power Equipment Operators Assistant Engineer $65.051 7A 3K 88XX View King Power Equipment Operators Barrier Machine (zipper) $68.55 7A 3K 8X View King Power Equipment Operators Batch Plant Operator: concrete $68.55 7A 3K 8X View King Power Equipment Operators Bobcat $65.05 7A 3K 8X View King Power Equipment Operators Brokk - Remote Demolition Equipment $65.05 7A 3K 8X View King Power Equipment Operators Brooms $65.05 7A 3K 8X View King Power Equipment Operators Bump Cutter $68.55 7A 3K 8X View King Power Equipment Operators Cableways $69.16 7A 3K 8X View King Pourer Equipment Operators Chipper $68.55 7A 3K 8X View King Power Equipment 0 erators Compressor $65.05 7A 3K 8X View King Power Equipment Operators Concrete Finish Machine - Laser Screed $65.05 7A 3K 8X View King dower- Equipment Operators_ Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure $68.02 7A 3K 8X View King Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Over 42 M $69.16 7A 3K 8X View King Power Equipment Operators 1 1 $68.55 7A 3K 8X View Concrete Pump: Truck Mount With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $68.02 7A 3K 8X View King Power Equipment Operators Cranes friction: 200 tons and over $71.26 7A 3K 8X View King Power Equipment Operat_>r s Cranes: 100 tons through 199 tons, or 150' of boom (including jib with attachments) $69.85 7A 3K 8X View King Power EquiprTIenr 01)(', :i :;r� Cranes: 20 Tons Through 44 Tons With Attachments $68.55 7A 3K 8X View King Power Equipment Operator s Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $70.57 7A 3K 8X View King Power Equipment _Operators Cranes: 300 tons and over or 300' of boom including jib with attachments $71.26 7A 3K 8X View King Power Equipment Op Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $69.16 7A 3K 8X View King Power Equipment Operators Cranes: A -frame - 10 Tons And Under $65.05 7A 3K 8X View King Power Equipment Operators Cranes: Friction cranes through 199 tons $70.57 7A 3K 8X View King Power Equipment Operators Cranes: through 19 tons with attachments, A -frame over 10 tons $68.02 7A 3K 8X View King Power Equipment C3per:>,t <. Crusher $68.55 7A 3K 8X View King Power Equipment OLD& ators Deck Engineer/Deck Winches (power) $68.55 7A 3K 8X View King Power Equipment Operators Derricks, On Building Work $69.16 7A 3K 8X View King --cvrc�r'=:ciui went O erators Dozers D-9 Et Under $68.02 7A 3K 8X View King Doo gee = Operaur Drill Oilers: Auger Type, Truck Or Crane Mount $68.02 7Af 3K 8X View Kina Power Equipment O era Lars Drilling Machine $69.85 7A 3K 8X View King Power Equipment Operators Elevator And Man -lift: Permanent And Shaft Type $65.05 7A 3K 8X View King Power Equipment Operators Finishing Machine, Bidwell And Gamaco Et Similar Equipment_ $68.55 7A 3K 8X View King ��a,,,_,r Equipment Operators Forklift: 3000 Lbs And Over With Attachments $68.02 7A 3K 8X View King P..,wer Equipment. Ode? rtr;r s Forklifts: Under 3000 Lbs. With Attachments $65.05 7A 3K 8X View King Power Equipment__ O_pera; Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operator -Hard Tail End Dump $68.55 Articulating Off-road Equipment Under 45 Yards 7A 3K 8X View King Power Equipment Operators Horizontal/ Directional Drill Locator $68.02 7A 3K 8X View King Power Equipment Operators Horizontal/ Directional Drill Operator $68.55 7A 3K 8X View King Power Eui merit O orators Hydralifts/Boom Trucks Over 10 Tons $68.02 7A 3K 8X View King Power Equipment Operators Hydralifts/Boom Trucks, 10 Tons And Under $65.05 7A 3K 8X View King Power Equipment_ Operators Loader, Overhead 8 Yards. Et Over $69.85 7A 3K 8X View King Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards $69.16 7A 3K 8X View King Power Equipment 0 erators Loaders, Overhead Under 6 Yards $68.55 7A 3K 8X View King Power Equipment Operators Loaders, Plant Feed $68.55 7A 3K 8X View King Power Equipment Operators Loaders: Elevating Type Belt $68.02 7A 3K 8X View King Power Equipment Operators Locomotives, All $68.55 7A 3K 8X View King Power Equipment Operators Material Transfer Device $68.551 7A 3K 8X View King Power Equipment Operators Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $69.85 7A 3K 8X View King Power Equipment O erators Motor Patrol Graders $69.16 7A 3K 8X View King Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $69.16 7A 3K 8X View King Power Equipment Operators Oil Distributors, Blower Distribution Et Mulch Seeding Operator $65.05 7A 3K 8X View King power Equipment Operators Outside Hoists (Elevators And Manlifts), Air Tuggers, Strato $68.02 7A 3K 8X View King Power Equipment Operators Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $68.55 7A 3K 8X View King Power Equipment Operators Overhead, Bridge Type: 100 Tons And Over $69.85 7A 3K 8X View King Power Equipment Operators Overhead, Bridge Type: 45 Tons Through 99 Tons $69.16 7A 3K 8X View King Power Equipment Operators Pavement Breaker $65.05 7A 3K 8X View King Power Equipment_ Operators Pile Driver (other Than Crane Mount) $68.55 7A 3K 8X View King Power Equipment Q erators Plant Oiler - Asphalt, Crusher $68.02 7A 3K 8X View King Power Equipment Operators PosthoLe Digger, Mechanical $65.05 7A 3K 8X View King Power Equipment Operators Power Plant $65.05 7A 3K 8X View King Power Equipment O erators Pumps - Water $65.05 7A 3K 8X View King Power Equipment Operators Quad 9, Hd 41, D10 And Over 1 $69.161 7A 3K 8X View King Power Equipment Operators Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $65.05 7A 3K 8X View King Power Equipment_ Operators Remote Control Operator On Rubber Tired Earth Moving Equipment $69.16 7A 3K 8X View King Power Equipment Operators Rigger and Bellman $65.05 7A 3K 8X View King Power Ecluipment Operators Rigger/Signal Person, Bellman (Certified) $68.02 7A 3K 8X View King Power Equipment Operators Rollagon $69.16 7A I 3K 8X View King Power Equipment O erators Roller, Other Than Plant Mix $65.051 7A 3K 8X View King Power Equipment Operators Roller, Plant Mix Or Multi-lift Materials $68.02 7A 3K 8X View King Power Equipment Operators Roto-mill, Roto-grinder $68.55 7A 3K 8X View King Power Equipment Operators Saws - Concrete $68.02 7A 3K 8X View King Power Equipment Operators Scraper, Self Propelled Under 45 Yards $68.55 7A 3K 8X View King Power Equipment O erators Scrapers - Concrete it CarryI All $68.02 7A 3K 8X View King Power Equipment Operators Scrapers, Self-propelled: 45 Yards And Over $69.16 7A 3K 8X View King Power Equipment Operators Service Engineers - Equipment $68.02 7A 3K 8X View King Power Equipment Operators Shotcrete/Gunite Equipment $65.051 7A 3K 8X View King Power Equipment Operators Shovel, Excavator, Backhoe, Tractors Under 15 Metric Tons $68.021 7A 3K 8X View King Power Equipment O erators Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $69.16 7A 3K 8X View King Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $68.55 7A 3K 8X View King Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $69.85 7A 3K 8X View King Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons $70.57 7A 3K 8X View King Power Equipment Operators Slipform Pavers $69.16 7A 3K 8X View King Power Equipment Operators Spreader, Topsider Et Screedman $69.16 7A 3K 8X View King Power Equipment Operators Subgrader Trimmer $68.55 7A 3K 8X View Kina Power Equipment Operators Tower Bucket Elevators $68.02 7A 3K 8X View King Power Equipment Operators Tower Crane Up To 175' In Height Base To Boom $69.85 7A 3K 8X View King Power Equipment Operators Tower Crane: over 175' through 250' in height, base to boom $70.57 7A 3K 8X View King Power Equipment Operators Tower Cranes: over 250' in height from base to boom $71.26 7A 3K 8X View King Power Equipment Operators Transporters, All Track Or Type $69.16 7A 3K 8X View ]Truck King Power Equipment Operators Trenching Machines $68.02 7A 3K 8X View King Power Equipment Operators Truck Crane Oiler/driver - 100 Tons And Over $68.55 7A 3K 8X View King Power Equipment Operators Truck Crane Oiler/Driver Under 100 Tons $68.02 7A 3K 8X View King Power Equipment Operators Truck Mount Portable Conveyor $68.55 7A 3K 8X View King Power Equipment Operators Welder $69.16 7A 3K 8X View King Power Equipment Operators Wheel Tractors, Farmall Type $65.05 7A 3K 8X View King Power Equipment Operators Yo Yo Pay Dozer $68.55 7A 3K 8X View King Power E ui ment Operators- Asphalt Plant Operators $69.16 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $65.05 7A 3K 8X View Underground Sewer R Water King Power Equipment Operators- Barrier Machine (zipper) $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment O erators- Batch Plant Operator, Concrete $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Bobcat $65.05 7A 3K 8X View Underground Sewer it Water King Power Equipment_ Operators- Brokk - Remote Demolition Equipment $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment O erators- Brooms $65.05 7A 3K 8X View Underground Sewer Ex Water King Power Equipment Operators- Bump Cutter $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Cableways $69.16 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Chipper $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Compressor $65.05 7A ^ 3K 8X View Underground Sewer Et Water King Power Equipment O erators- Concrete Finish Machine - Laser Screed $65.05 7A 3K 8X View Underground Sewer Et Water- King Power Equipment Operators- Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure $68.02 7A 3K 8X View Undera ground Sewer Et Water King Power Equipment Operators- Concrete Pump: Truck Mount With Boom Attachment Over 42 M $69.161 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Concrete Pump: Truck Mount With Boom Attachment Up To 42m $68.55] 7A 3K 8X View Underground Sewer Et Watei King Power Equipment_ Operators- Conveyors $68.02 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Cranes friction: 200 tons and over $71.26 7A 3K 8X View Underground Sewer Et Water King �.. _- $69.85 7A 3K 8X View Power Equipment Operators- Cranes: 100 tons through 199 tons, or 150' of boom (including jib with attachments) Underground Sewer Et Water King Power Equipment Operators- Cranes: 20 Tons Through 44 Tons With Attachments $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $70.57 7A 3K 8X View Underaraund Sewer Et Water King Power Equipment Operators- Cranes: 300 tons and over or 1300' of boom including jib with attachments $71.26 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $69.16 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Cranes: A -frame - 10 Tons And Under $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Cranes: Friction cranes through 199 tons $70.57 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Cranes: through 19 tons with attachments, A -frame over 10 tons $68.02 7A 3K 8X _ View Underground Sewer Et Water King Power Equipment Operators- Crusher $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/Deck Winches (power) $68.55 7A 3K 8X View Underground Sewer Ft Water King Power Equipment Operators- Derricks, On Building Work $69.16 7A 3K 8X View Underground Sewer Et Water King Power Equipment 0 erators- Dozers D-9 Et Under $68.02 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck Or Crane Mount $68.02 7A 3K 8X View Underground Sewer Ft Water King Power Equipment Operators= Drilling Machine $69.85 7A 3K 8X View Underground Sewer 6t Water King Power Equipment Operators- Elevator And Man -lift: Permanent And Shaft Type $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Finishing Machine, Bidwell And Gamaco Et Similar Equipment $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Forklift: 3000 Lbs And Over $68.021 7A With Attachments 3K 8X View Underground Sewer Et Water King Power Equipment O erators- Forklifts: Under 3000 Lbs. $65.05 With Attachments 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Grade Engineer: Using Blue Prints, Cut Sheets, Etc $68.55 7A 3K 8X View Under round Sewer Ft Water King King Power Equipment Operators- Gradechecker/Stakeman Guardrail Punch $65.05 $68.55 7A 7A 3K 8X View 3K 8X View Underground Sewer Et Water Power Equipment Operators- Underground Sewer Et Water King Power Equipment Operators- $69.16 7A 3K 8X View Underground Sewer Et Water Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment 0 erators- Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment 0 erators- Horizontal/ Directional Drill Locator $68.02 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Horizontal/ Directional Drill Operator $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators Hydralifts/Boom Trucks Over 10 Tons $68.02 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Hydralifts/Boom Trucks, 10 Tons And Under $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment O erators- Loader, Overhead 8 Yards. Et Over $69.85 7A 3K 8X View Underground Sewer ft Water King Power Equipment Operators- Loader, Overhead, 6 Yards. $69.16 But Not Including 8 Yards 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Loaders, Overhead Under 6 $68.551 Yards 7A 3K 8X View Underground Sewer Et Water King Power Equipment 0 erators- Loaders, Plant Feed $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $68.02 7A 3K 8X View Underground Sewer Et Water King Power Equipment_ Operators- Locomotives, All $68.55 7A i 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $69.85 7A 3K 8X View Underground Sewer Et Water King Power EgUipment_Operators- Motor Patrol Graders $69.16 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $69.16 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Oil Distributors, Blower Distribution Et Mulch Seeding Operator $65.05 7A 3K 8X View Under round Sewer Et Water King Power Equipment Operators- Outside Hoists (Elevators And Manlifts), Air Tuggers, Strato $68.02 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Overhead, Bridge Type: 100 $69.85 Tons And Over 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Overhead, Bridge Type: 45 $69.16 Tons Through 99 Tons 7A 3K 8X View Underground Sewer- Et Water King Power Equipment Operators- Pavement Breaker $65.05 7A 3K 8X View Underground Sewer Er Water King Power Equipment Operators- Pile Driver (other Than Crane Mount) $68.55 7A 3K 8X View Underground Sewer Et Water King lUnderground Power Equipment Operators- Plant Oiler - Asphalt, Crusher $68.021 7A I 3K 8X View Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Power Plant $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Pumps - Water $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $69.16 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Remote Control Operator On Rubber Tired Earth Moving Equipment $69.16 7A 3K 8X View Underground Sewer Et Water King Power Equipment 0 erators Rigger and Bellman $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Rigger/Signal Person, Bellman (Certified) $68.02 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Rollagon $69.16 7A 3K 8X 1 View Underground Sewer Et Water King Power Equipment Operators-_ Roller, Other Than Plant Mix $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift Materials $68.02 7A 3K 8X View Undervround Sewer- Et Water King Power Equipment Operators- Roto-mill, Roto-grinder $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $68.02 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under 45 Yards Scrapers - Concrete Et Carry All $68.55 $68.02 7A 7A — 3K 3K 8X View Underground Sewer Et Water King Power Equipment Operators- 8X View Underground Sewer Et Water King Power Equipment Operators- Scrapers, Self-propelled: 45 Yards And Over $69.16 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Service Engineers - Equipment $68.02 7A 3K 8X View Underground Sewer Et Water King Power Equipment 0 erators- Shotcrete/Gunite Equipment $65.051 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Shovel, Excavator, Backhoe, $68.02 7A Tractors Under 15 Metric Tons 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Shovel, Excavator, Backhoe: $69.16 Over 30 Metric Tons To 50 Metric Tons 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $69.85 7A 3K 8X View Underground Sewer Et Water King Power Equipment 0 erators- Shovel, Excavator, Backhoes: Over 90 Metric Tons $70.57 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Slipform Pavers $69.16 7A 3K 8X View Underground Sewer Et Water King Power E ui ment Operators- Spreader, Topsider Et Screedman $69.16 7A 3K 8X View Underground Sewer EL Water King Power Equipment Operators- Subgrader Trimmer $68.55 7A 3K 8X View Underground Sewer Ft Water King Power Equipment_ _Operators- Tower Bucket Elevators $68.02 7A 3K 8X View Underground Sewer Ft Water King Power Equipment Operators- Tower Crane Up To 175' In Height Base To Boom $69.85 7A 3K 8X View Underground Sewer Ft Water- King Power Equipment 0 erators- Tower Crane: over 175' through 250' in height, base to boom $70.57 7A 3K 8X View Underground Sewer Et Water King Power Equipment 0 erators- Tower Cranes: over 250' in height from base to boom $71.26 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Transporters, All Track Or Truck Type $69.16 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Trenching Machines $68.02 7A 3K 8X View Underground Sewer Et Water King Power E ui ment Operators- Truck Crane Oiler/driver - 100 Tons And Over $68.55 7A 3K 8X View Underground Sewer Et Water King power Equipment Operators- Truck Crane Oiler/Driver $68.02 Under 100 Tons 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Truck Mount Portable $68.55 Conveyor 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Welder $69.16 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farmall Type $65.05 7A 3K 8X View Underground Sewer Ft Water King Power Equipment Operators- Yo Yo Pay Dozer $68.55 7A 3K — 8X View Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $53.10 5A 4A View Trimmers King Power Line Clearance Tree Spray Person $50.40 5A 4A View Trimmers King Power Line Clearance Tree Tree Equipment Operator $53.10 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer $47.48 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $36.10 5A 4A View Trimmers King Refrigeration £t Air Conditioning Mechanics Journey Level $84.01 6Z 1G View King Residential Brick Mason Journey Level $58.821 5A 1M View King Residential Carpenters Journey Level $32.06 1 View King Residential Cement Masons Journey Level $29.25 1 View King Residential Drywall Applicators Journey Level $46.43 7A 4C View King IResidentiaL Drywall Tapers lJourney _ Level $47.041 5P 1E View King Residential Electricians Journey Level 1 $36.011 1 1 1 View King Residential Glaziers Journey Level $45.90 7L 1 H View King Residential Insulation Applicators Journey Level $29.87 1 View King Residential Laborers Journey Level $26.18 1 View King Residential Marble Setters Journey Level $27.381 1 View King Residential Painters Journey Level $27.80 1 View King Residential Plumbers Et Pipefitters Journey Level $39.43 1 View King Residential Refrigeration Et Journey Level $54.12 5A 1G View Air Conditioning Mechanics King Residential Sheet Metal Workers Journey Level (Field or Shop) $51.89 7F 1 R View King Residential Soft Floor Layers Journey Level $51.07 5A 3.1 View King Residential Sprinkler Fitters Journey Level $50.89 5C 211 View (Fire Protection King Residential Stone Masons Journey Level $58.82 5A 1M View King Residential Terrazzo Workers Journey Level $54.06 5A 1M View King Residential Terrazzo/Tile Journey Level $24.39 1 View Finishers King Residential Tile Setters Journey Level $21.04 1 View King Roofers Journey Level $55.02 5A 3H View King Roofers Using Irritable Bituminous Materials $58.02 5A 3H View King Sheet Metal Workers Journey Level (Field or Shop) $85.88 7F 1 E View King Shipbuilding Et Ship Repair New Construction Boilermaker $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Carpenter $36.36 7V 1 View King Shipbuilding Et ShipRepair epair New Construction Crane Operator $36.36 7V 1 View King Shipbuilding Et Ship Repair INew Construction Electrician $36.36j 7V 1 View King Shipbuilding & Ship Repair New Construction Heat Et Frost Insulator $76.61 5J 4H View King Shipbuilding Et Ship Repair New Construction Laborer $36.36 7V 1 View King Shipbuilding Et Snip Repair New Construction Machinist $36.36 7V 1 View King Shipbuilding 8: Ship Repair New Construction Operating Engineer $36.36 7V 1 View King Shipbuilding & Ship-Repair New Construction Painter $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Pipefitter $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Rigger $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Sheet Metal $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Shipfitter $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Warehouse/Teamster $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Welder / Burner $36.36 7V 1 View King Shipbuilding Et Ship Repair Ship Repair Boilermaker $46.15 7X 4.1 View King Shipbuilding Et Ship Repair Ship Repair Carpenter $44.95 7X 4J View King Shipbuitding Et Ship Repair Ship Repair Crane Operator $45.06 7Y 4K View King Shipbuilding E Ship Repair Ship Repair Electrician $46.22 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Heat Et Frost Insulator $76.61 5J 4H View King Shipbuilding Et Ship Repair Ship Repair Laborer $46.15 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Machinist $46.15 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Operating Engineer $45.06 7Y 4K View King Shipbuitding Et Ship Repair Ship Repair Painter $46.15 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Pipefitter $46.15 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Rigger$46.15 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Sheet Metal $46.15 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Shipwright $44.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Warehouse / Teamster $45.06 7Y 4K View King Sign Makers Et Installers (Electrical) Journey Level $49.44 0 1 View King Sign Makers l* Installers (Non-Electrical) _ Journey Level $31.96 0 1 View King Soft Floor Layers Journey Level $51.07 5A 3J View King Solar Controls For Windows Journey Level $13.50 1 View King Sprinkler Fitters (Fire Protection) Journey Level $82.39 5C 1X View King Stage Rigging Mechanics (Non Journey Level $13.50 1 View Structural) King Stone Masons Journey Level $58.82 5A 1M View King Street And Parking Lot Sweeper Workers Journey Level $19.09 1 View King Surveyors Assistant Construction Site Surveyor $68.02 7A 3K 8X View King Surveyors lChainman $65.05 7A 3K 8X View King Surveyors Construction Site Surveyor $69.16 7A 3K 8X View King Telecommunication Technicians Journey Level $53.57 7E 1E View King Telephone Line Construction Cable Splicer $41.81 5A 2B View - Outside King Telephone Line Construction Hole Digger/Ground Person $23.53 5A 2B View Outside King Telephone Line Construction Installer (Repairer) $40.09 5A 2B View - Outside King Telephone Line Construction Special Aparatus Installer 1 $41.81 5A 2B View - Outside King Telephone Line Construction Special Apparatus Installer II $40.99 5A 2B View - Outside King Telephone Line Construction Telephone Equipment $41.81 Operator (Heavy) 5A 2B View - Outside King Telephone Line Construction Telephone Equipment Operator (Light) $38.92 5A 2B View - Outside King Telephone Line Construction Telephone Lineperson $38.92 5A 2B View Outside King Telephone Line Construction Television Groundperson $22.32 5A 2B View - Outside King Telephone Line Construction Television Lineperson/Installer $29.60 5A 2B View - Outside King Telephone Line Construction Television System Technician $35.20 5A 2B View - Outside King Telephone Line Construction Television Technician $31.67 5A 2B View Outside King Telephone Line Construction Tree Trimmer $38.92 5A 2B View - Outside King Terrazzo Workers Journey Level $54.06 5A 1M View King Tile Setters Journey Level $54.06 5A 1M View King Tile, Marble Et Terrazzo Finishers Finisher $44.89 5A 1B View King Traffic Control Stripers Journey Level $47.68 7A 1K View King Truck Drivers Asphalt Mix Over 16 Yards $61.59 5D 4Y 8L View King Truck Drivers Asphalt Mix To 16 Yards $60.75 5D 4Y 8L View King Truck Drivers Dump Truck $60.75 5D 4Y 8L View King Truck Drivers Dump Truck Et Trailer $61.59 5D 4Y 8L View King Truck Drivers Other Trucks $61.591 5D 4Y 8L View King Truck Drivers - Ready Mix Transit Mix $61.59 5D 4Y 8L View King Well Drillers Et Irrigation Pump Installers Irrigation Pump Installer $17.71 1 View King Well Drillers Et Irrigation Oiler $13.50 1 View Pump Installers King Well Drillers Et Irri ation Well Driller $18.00 1 View Pump Installers 7/14/2020 BUSINESS INFORMATION Business Name: APPLY A -LINE, LLC UBI Number: 600 553 941 Business Type: WA LIMITED LIABILITY COMPANY Business Status: ACTIVE Corporations and Charities System Principal Office Street Address: 175 ROY RD SW BLDG C, PACIFIC, WA, 98047, UNITED STATES Principal Office Mailing Address: 175 ROY RD SW BLDG C, PACIFIC, WA, 98047, UNITED STATES Expiration Date: 10/31/2020 Jurisdiction: UNITED STATES, WASHINGTON Formation/ Registration Date: 10/30/1984 Period of Duration: PERPETUAL Inactive Date: Nature of Business: CONSTRUCTION REGISTERED AGENT INFORMATION Registered Agent Name: NATIONAL REGISTERED AGENTS INC Street Address: 711 CAPITOL WAY S STE 204, OLYMPIA, WA, 98501-1267, UNITED STATES Mailing Address: 711 CAPITOL WAY S STE 204, OLYMPIA, WA, 98501-1267, UNITED STATES GOVERNORS Title GOVERNOR Governors Type INDIVIDUAL Entity Name First Name MICHAEL Last Name LILJESTROM https://ccfs.sos.wa.gov/#/BusinessSearch/BusinessInformation 1/1 Travelers Casualty and Surety Company of America A► Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St.Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Julie M. Glover, S.M. Scott, Michael A. Murphy, Jim W. Doyle, Andy D. Prill, Jim S. Kuich, Chad M. Epple, Steve Wagner, Theresa A. Lamb, Carl M. Lovested HI, Patti White, Teresa Glombecki, and Maxwell Martin, of Bothell, Washington, their true and lawful Attorney -in -Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity ofpersons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and theircorporate seals to be hereto affixed, this 3rd day of February, 2017 94 w � Of State of Connecticut / By: City of Hartford ss. Robert L. Raney, Se or Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My My Commission expires the 30th day of June, 2021 rAR c nUB��s* Marie C. Tetreault, Notary Public EC'S'�' This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companles, which remains in'full ,force and effect. Dated this day of / C itap7Fpgp, A COICt. (.8 "'C�1fN. o VA Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power ofAttorney, please ca// us at 1-800-421-3880. Please refer to the above-named Attomey-in-Fact and the details of the bond to which the poweris attached, STATE OF WASHINGTON) ) SS: COUNTY OF PIERCE ) On this 30th day of July , 2020, before me, the undersigned, a Notary Public in and for said State, personally appeared Michael Liliestrom known to me to be the CEO of Apply -A -Line, LLC whose name is subscribed to the within instrument and acknowledged to me that he/she/they executed the same. Notar State of V Commissi My Comm. Expi; 4N A BLIC Sandr L. Sablan My commission expires 03/29/23