Loading...
AG 21-113 - NORTHWEST TRAFFIC, INC.RETURN TO: PW ADMIN EXT: 2700 ID #: 3897 / 3923 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIY: PUBLIC WORKS / Capital Projects 2. ORIGINATING STAFF PERSON: Jeff Huynh EXT: 2721 3. DATE REQ. BY: 5/24/2021 3. TYPE OF DOCUMENT (CHECK ONE): ® CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION ❑ CONTRACT AMENDMENT (AG#): _ ❑ INTERLOCAL ❑ OTHER a. PROJECTNAmi3: Greenway Pavement Markings Phase 2 2021 Project 5. NAME OF CONTRACTOR: Northwest Traffic, Inc. ADDRESS: P-O Box 1915, Milton, WA 98354 TELEPHONE: 253-862-4102 E-MAIL: r nwtraffi c. net FAx: SIGNATURE NAME: Mark Amer TITLE: 6. EXHIBITS AND ATTACHMENTS: ® SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE # BL. EXP. 12/31/ UBI # , EXP. / / 7. TERM: COMMENCEMENT DATE: June 14, 2021 COMPLETION DATE: December 31, 2021 8. TOTAL COMPENSATION: $ 240 040.00 (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: I] YES 13 NO IF YES, MAXIMUM DOLLAR AMOUNT: 8 IS SALES TAX OWED: ❑ YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED n PURCHASING: PLEASE CHARGE TO: 306-4400-220-595-62-110 9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED 6 PROJECT MANAGER JH13ne12021 JH 5/18/2021 0 DIVISION MANAGER SLH 3/23/2021 SLH 5/18/2021 0 DEPUTY DIRECTOR DSW 3125/21 DSW 5/18/21 0 DIRECTOR EJW 6/3/2021 ❑ RISK MANAGEMENT (IF APPLICABLE) O LAW DEPT ER 3/29/2021 ER 5/2612021 'j1� 10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: 0 SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: � �� 11. CONTRACT SIGNATURE ROUTING ffffff ❑ 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.) lNIT L I C7ATE SIGNED ❑ FINANCE DEPARTMENT r/LAW DEPT G'1 SIGNATORY (MAYOR OR DIRECTOR) 1 C� CITY CLERK ASSIGNED AG 9 7A# ❑ SIGNED COPY RETURNED DATE SENT: COMMENTS: EXECUTE " " ORIGINALS This is PHASE 2 - the project dots RFB for Phase 1 were approved in June 2020. This is updated for project namefengineer Special Provisions updated to 2021 1/2020 41k CIT 40':t�� Federal Way BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS FOR GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT PROJECT # 220 RFB # 21-005 City of Federal Way PUBLIC WORKS DEPARTMENT 33325 8th Avenue South Federal Way, WA 98003 CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT PROJECT #220 CFW RFB VERSION 2020-JUN BID AND SMALL PUBLIC WORKS CONTRACT AND SPECIFICATIONS FOR GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT PROJECT # 220 Quotes Accepted Until 11:00 a.m., April 15, 2021 Prepared By: City of Federal Way Public Works Department 33325 8'h Ave South Federal way, WA 98003 The contract plans and specifications for this Project have been reviewed and approved by: �Y� S A� Public Works Director / Deputy Public Works Director ■ CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT RFQ-1 PROJECT #220 CFW RFO VERSION 2020-JUNE TABLE OF CONTENTS PAGE NOTICETO CONTRACTORS................................................................................................................................3 INSTRUCTIONS TO BIDDERS & CHECKLISTS .............................. ......... ,.......... ..................................... ........... 4 QUOTE.................................................................................................................................................................... 6 CONTRACTOR WAGE LAW COMPLIANCE CERTIFICATION.........................................................................11 SMALL PUBLIC WORKS CONTRACT........a............................................... ...........................................12 SAMPLECONTRACT CHANGE ORDER...........................................................................................................19 CERTIFICATEOF INSURANCE..........................................................................................................................21 PERFORMANCE AND PAYMENT BOND...........................................................................................................22 CONTRACTOR'S RETAINAGE OPTION............................................................................................................24 RETAINAGE BOND TO CITY OF FEDERAL WAY.............................................................................................25 SPECIAL PROVISIONS (APPENDIX A).................................................................................................................. STANDARD PLANS AND DETAILS (APPENDIX B).............................................................................................. PREVAILING WAGES AND BENEFIT CODE KEY (APPENDIX C)....................................................................... PROJECT PLANS.................................................................. - . . ..................... .... BOUND SEPARATELY CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT RFQ-2 PROJECT #220 CFW RFQ VERSION 2020-JUNE NOTICE TO CONTRACTORS GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT The City of Federal Way extends this invitation to bid to selected contractors listed with the MRSC Small Works Roster. This oroiect is a small public works oroiect 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 2021 roject. Quotes will be received via email only to PW.Bids@cityoffederalway.com on April 15, 2021 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, 2021. BID DOCUMENTS: Plans, Specifications, and Addenda can be found at ftp://ftp.citvoffederalway.corn/Outbox/Greenway°/a2OPavement-'o2OMarkings%2OPhase%202°/g20(202-1)°/`2p?roi ect/ QUESTIONS: Any questions must be directed to Jeff Huynh, Capital Engineer, by email at Jeff. Huvnh citvoffederalway.com. 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 2 (2021) 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 Jeff Huynh, Capital Engineer, by email at Jeff Hunh cft offedera1wa .com. 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 2 (2021) 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 requi d. 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 Com Ifance: This form shall be filled in and fully executed by the bldder. Prol2asal for Incorporating Recycled Materials: This form shall be filled in and 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. ❑ PerformancelPayment 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 (100/6). ❑ 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 2 (2021) PROJECT RFQ-5 PROJECT #220 CFW RFQ VERSION 2020-JUNE QUOTE GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT QUOTE SUBMITTED VIA EMAIL TO: PW.Bids cit offederalwa .com Subject line "Bid Submittal - GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT QUOTE SUBMITTED BY: Bidder: -AJ.L bLU e&V xns I-litt Legalame a rrm Contact: �-A0.0 p 1�( Qc Individual with Legal Authority to sign Bid and Contract Address: Street Address 1rq e G 3 City, State Zip Phone: A6 3 - 902 - 4ld 2 r1.... a ■ U I ■l. Select One of the Following: >( Corporation a Partnership. • Individual o Other State Contractor's License No.: Na KTH WT R 94 pl- State Contractor's License Expiration Date: 10 1 13 1 Z i Month Day Year State U BI No.: (.,o d Z - I L-4 o - Q-49 State Worker's Comp. Account No.: G (0 9 CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT RFO-6 PROJECT #220 CFW RFO 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). All figures must be clearly legible. Bids with illegible figures in the unit price column will be regarded as nonresponsive. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform 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 unit prices shall include applicable sales tax (Roadway Improvements) Item Spec. Plan f No. Div. Bid Item Description Unit Qt 1 Unit Price Amount 1 1-04 UNEXPECTED SITE CHANGES FA 1 �$2,000.00 $2,000.00 2 1-09 I MOBILIZATION LS PROJECT TEMPORARY TRAFFIC 3 1 10 CONTROL LS 4 1-10 PROJECT SIGN EA 5 8-22 ,PAINT SHARED LANE MARKINGS EA 6 I B-22 (PLASTIC SHARED LANE MARKINGS I EA 7 1 8-22 PLASTIC BIKE DETECTION SYMBOL I EA 1 $ °50d0 , 00 j$ 00 1 $ 10, 000.00 $ 1 O, oov - 00 1 $ 4300• GCS $ S00.00 560 $ -70• �$39,ar�o 00 i 2 $ ;k, 1$ 5(00.Ov 14 f $ A$ O.0d $ 39 2 0. 00 TOTAL SCHEDULE A -.$ 01. LI(90 SCHEDULE B: ROADWAY IMPROVEMENTS All unit prices shall include applicable sales tax (Roadway Improvements) INo. tem SD iv. Bid Item Description Unit Plan n Unit Price Amount 1 I 1-04 UNEXPECTED SITE CHANGES FA 1 $2,000.00 $2,000.00 2 1-09 (MOBILIZATION TRAFFIC 1-10 CONTROL LS 1 $ 5000. 00 $ SCOO - 00 $ kkop 000- CC) 3 LS LS 1 $ kv,O - 00 4 1-10 PROJECT SIGN PAINT SHARED LANE MARKINGS EA 1 $ $00. 00 $ SCO1 00 5 8-22 EA 817 '$ 70 , Op $,57r 19(3 ,co CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT RFO-7 PROJECT #220 CFW RFO VERSION 2020-JUNE 6 8-22 PLASTIC SHARED LANE MARKINGS EA 7 8-22 PLASTIC BIKE DETECTION SYMBOL EA 34 $ p"Z�U 00 $ 9 g,Z 0 , 00 2 $ agp. 00 $ 5 lv (> • 00 TOTAL SCHEDULE B = :$ �] �� 070 .(;0 SCHEDULE C: ROADWAY IMPROVEMENTS All unit prices shall include applicable sales tax (Roadway Improvements) Item No. Spec. Div. Bid Item Description Unit Plan CityUnit Price Amount 1 1-04 UNEXPECTED SITE CHANGES FA 1 $2,000.00 $2,000.00 2 1-09 MOBILIZATION LS 1 $ 5000- 00 $ !Sow, 60 1 $ U1UDU. UO ,$ I Q, 000. C* 3 1-10 PROJECT TEMPORARY TRAFFIC LS CONTROL 4 8-22 PAINT SHARED LANE MARKINGS EA 415 Is 7o • GO $ Zci, 060.60 5 8-22 PLASTIC SHARED LANE MARKINGS EA 134 $ 2$0 , W $ 37, 5z D. 00 6 8-22 PLASTIC BIKE DETECTION SYMBOL EA 14 $ Z$O. 00 $ 3gZG' GO TOTAL SCHEDULE C = $ $'T, 4CI0.00 BID SUMMARY ITEM BID AMOUNT $ kDk,4 80, o0 A) SCHEDULE A: ROADWAY IMPROVEMENTS B) SCHEDULE B: ROADWAY IMPROVEMENTS $ C(j Q�j d . 00 TOTAL BASE BID AMOUNT $ 52—j 55 0 - 00 C) ALTERNATE, SCHEDULE C: ROADWAY IMPROVEMENTS $ p� 49 0 , 00 o I TOTAL ALTERNATIVE BID AMOUNT $ TOTAL BID AMOUNT (including Washington State sales tax, all other j $ a L4 0" (A (3. 00' government taxes, assessments and char es) CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT RFQ-8 PROJECT #220 CFW RFQ VERSION 2020-JUNE 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. 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 CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT RFQ-9 PROJECT #220 CFW RFQ VERSION 2020-JUNE 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. Date Issued: Addendum No. _ Date Issued: Addendum No. _ Date Issued: m a*A60'115 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: Signature Mares Prw\e-►' Printed Name Trtie CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT RFO-10 PROJECT #220 CFW RFO VERSION2020-RUNE 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: NorAAAwzs* Tr eA ; c., k1 e. Print Full Legal Name of Firm By: t011-- Signature of Authorized Person Title: QfP_ Gi dPLAN-�' Title of Person Signing Certificate Date: L4 — %y - Z02.1 �AaYK AmPA-- Print Name of Person Making Cerlffications for Finn Place: �� �^fa Cat , WA PrintC�ity and State Whe gned CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT RFO-11 PROJECT #220 CFW RFO VERSlON2020-DUNE 6 SMALL PUBLIC WORKS CONTRACT THl SMALL PUBLIC WORKS CONTRACT ("Contract") is dated effective this le day of 20and is made by and between the City of Federal Way, a Washington municipal corporation City or Owner"), and Northwest Traffic, Inc, a Washington corporation ("Contractor"). 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 inade 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 Two Hundred Forty Thousand Forty and No/100 Dollars ($ 240,040.00), 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, ;n the City's sole and absolute discretion, which shall be withheld until such time as Contractor mooilies or repairs the Work so that the Work is acceptable to the City. Payment to the Contractor for partial estimates, final estimates, and retained percentages shall be subject to controlling laws. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT RFO-12 PROJECT #220 CFW RFO VERSION 2020-JUNE 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 abMly 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, heatth, 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 forrner employees against any Indemnified Party, and for that purpose Contractor waives .any immunity that may be granted to it under the Washington State Industrial Insurance Act, Title 51 RCW. Contractor's indemnification shall not be limited in any way by any limitation on the amount of damages, compensation or benefits payable to or by any third party under workers' compensation acts, disability benefit CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT RFQ-13 PROJECT #220 CFW RFQ VERSION2020-JUNE 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 furiher 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 soitabie 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 focal, state or federal agency, if any, as may be provided by separate contract with the City. The Contractor shall execute and deliver such instruments and take such other action(s) as may be requested by the City to perfect or protect the City's rights to such Subject Data and work product, and to perfect the assignments and transfers contemplated in Sections 6 and 7. 7.3 All such Subject Data furnished by the Contractor pursuant to this Contract, other than documents exclusively for internal use by the City, shall carry such notations on the front cover or a title page (or in such case of maps, in the same block) as may be requested by the City. The Contractor shall also place their endorsement on all Subject Data furnished by them. All such identification details shall be subject to approval by the City prior to printing. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT RFO-14 PROJECT #220 CFW RFQ VERSION 2020-JUNE 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 2 (2021) PROJECT RFQ-15 PROJECT #220 CFW RFO 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) 18.0 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 Authorfty/D€scretion/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 Authorit . 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: Jeff Huynh, Capital Engineer, City of Federal Way, Washington. 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 CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT RFQ-16 PROJECT #220 CFW RFQ VERSION 2020-JUNE 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: Northwest Traffic, Inc. Attn: Mark Amer P.O. Box 1915 Milton, WA 98354 ENGINEER: City of Federal Way Attn: Jeff Huynh, Capital Engineer 33325 8th Ave S Federal Way, WA 98003 8.17 Ca tip ons. 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 ROW 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 Suppiers, 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 1n writing if it elects to take this alternative. DATED the day and year set forth above. [SIGNATURE PAGE TO FOLLOW] CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT RFQ-17 PROJECT #220 CFW RFQ VERSION 2020-JUNE CI F FEDERAL WAY: im Ferrell, Mayor 33325 8th Avenue South Federal Way, WA 98003-6325 ATTEST: *4—UL) 5 ep anie Courtney, `C C, City Clerk APPR VE AS TO FQ f�r = J Ryan all, City Attorn NOTARY OF CONTRACTOR'S SIGNATURE: STATE OF WASHINGTON COUNTY OFTiCr -a ss. NORTHWEST TRAFFIC, INC.: Signalttie of Authorized Individual rnaQ-V- A-m - Printed Name of Authorized Individual P.O Box 1915 Street Address Milton. WA 98354 City, State, Zip On this day personally appeared before me m AUL Am EZ . to me known to be the Pa,L e�u'� of "Or 4-Vi Les-r C-, at executed the foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that he/she was authorized to execute said instrument and that the seal affixed, if any, is the corporate seal of said corporation. GIVEN my hand and official seal this q day of i (typed/printed na a of notary) Notary Public in and for the S ate of Washington. My commission expires G 1SJ CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT RFQ-18 PROJECT #220 CFW RFQ VERSION 2020-JUNE SAMPLE CONTRACT CHANGE ORDER PROJECT NUMBER AGREEMENT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: This Change Order covers the work changes summarized below: The time provided for completion in the Contract is ❑ Unchanged ❑ increased by_ Working Day(s) ❑ Decreased by_ Working Day(s) This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑ Yes ❑ No If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No MODIFICATIONS TO UNIT PRICES: PREVIOUS REVISED ITEM NO. ITEM QTY UNIT PRICE UNIT PRICE ADD OR DELETE THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE ITEM NO. ITEM QTY UNIT PRICE ADD OR DELETE TOTAL NET CONTRACT: (INCREASE $ DECREASE $ DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT $. PREVIOUS CHANGE ORDERS $. THIS CHANGE ORDER $. NEW CONTRACT AMOUNT. STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. The execution of this Change Order shall constitute full satisfaction and a waiver of any and all CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT RFQ-19 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 Change Order provided for Contractor's reference. Change orders executed during the project will use this form. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT RFQ-20 PROJECT #220 CFW RFQ VERSION 2020-JUNE CITY OF FEDERAL WAY CERTIFICATE OF INSURANCE Contractor's Certificate of Insurance to be Inserted here during Contract Execution GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT RFQ-21 PROJECT #220 CFW RFQ VERSION 2020-JUNE ACaCERTIFICATE OF LIABILITY INSURANCE DATE /Y) O6/14/2021ROP 021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Brown & Brown of WA, Inc. 2106 Pacific Ave Suite 501 Tacoma WA 98402 CONTACT Pamela Loe NAME: PHONE (253) 396-5500 Fa �. No A)C No.Ext , ADDRESS: Aloe@bbtacoma.cam INSURER(S) AFFORDING COVERAGE NAIC H INSURERA: Zurich American Insurance Company 16535 INSURED Northwest Traffic, Inc. PO Box 1915 Milton WA 98354 INSURER B : Tokio Marine Specialty Insurance Company 23850 INSURER C : Lloyd's INSURER D : INSURER E : INSURER F : rnvrOAf=C (`FRTIP1rATF NIIURFR1 2021-22 Liability REVISION NUMBER: V THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR I LTR TYPE OF INSURANCE 9kL)L)L1bU15H INSD WVD I POLICY NUMBER POLTCYEFF I MM/DDIYYYY POLICY EXP MMIDD/YYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE FX_I OCCUR PREMISES Ea occurrence $ 100,000 MED EXP (Anyone person) $ 5,000 X $2,500 Property Dmg Deductible A Y Y GLA-0281780-04 05/03/2021 05/03/2022 PERSONAL & ADV INJURY $ 1,000,000 GEN'LAGGREGATELIMITAPPLIESPER: GENERAL AGGREGATE $ 2,000,000 PRODUCTS -COMP/OPAGG $ 2,000,000 POLICY © SEC X LOC $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Es accident) $ 1,000,000 BODILY INJURY (Per person) $ X ANY AUTO BODILY INJURY (Per accident) $ A OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY P Y Y GLA-0281780-04 05/03/2021 05/03/2022 RTY DAMAGE Per accident $ $ X UMBRELLA LIAB I X OCCUR EACH OCCURRENCE $ 5,000,000 B EXCESS LIAB CLAIMS -MADE Y Y PUB766420 05/03/2021 05/03/2022 AGGREGATE $ 5,000,000 DED I I RETENTION $ ) $ AOFFICERIMEMBER WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y I N ANY PROPRIETOR/PARTNER/EXECUTIVE EXCLUDED? ❑ (Mandatory in NH) NIA GLA-0281780-04 - WA Stop Gap 05I03I2021 05/03/2022 STATUTE X ER EL EACH ACCIDENT $ 1,000,000 EL. DISEASE - EA EMPLOYEE $ 1,000,000 EL. DISEASE - POLICY LIMIT 1,000,000 $ If yes, describe under DESCRIPTION OF OPERATIONS below Per Claim Limit: $1,000,000 C Contractor's Pollution Liability, including Transportation ENP 0000160-05 05/03/2021 05/03/2022 Aggregate Limit: Retention: $1,000,000 $2,500 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) PROJECT: Greenway Pavement Markings Phase 2 (2021) The City of Federal Way is named as an additional insured, per the attached endorsements. iitK T Ir'ILRIL rl%JLU Crc SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Federal Way ACCORDANCE WITH THE POLICY PROVISIONS. 33325 8th Avenue South AUTHORIZED REPRESENTATIVE Federal Way WA 98003 } �� ✓ V IVIVS-ZU10 AL.UKU L UKYUKAI IUIv. All rignis reserveu. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: _ LOC #: _ ADDITIONAL REMARKS SCHEDULE AGENCY Brown & Brown of WA, Inc. POLICY NUMBER CARRIER \DDITIONAL REMARKS NAMED INSURED Northwest Traffic, Inc. EFFECTIVE DATE: THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance: Notes Certificate holder is named as additional insured, per the attached endorsements. Policy is primary and non-contributory and includes a waiver of subrogation. Endorsements Included: #UGL2162ACW0219 (Blanket General Liability Additional Insured Ongoing & Completed Operations) #UGL1327BCW0413 (Primary & Non -Contributory) #CG25030509 (Aggregate per Project) #CG25040509 (Aggregate per Location) #UGL925BCW1201 (Blanket Waiver of Subrogation) #UCA424FCW0414 (Blanket Business Auto Additional Insured #CPL208122016 (Primary & Non -Contributory / Pollution) #CPL271122013 (Blanket Additional Insured On Going Operations / Pollution) #CP0275122016 (Blanket Additional Insured Completed Operations / Pollution) #CPL279122016 (Waiver of Subrogation / Pollution) Excess Liability is follow form over the General Laibility and Auto Liability policies Page of ACORD 101 (2008/01) 10 2096 AULIKU WKYUKAI IUN. All rlgnis reserve V. The ACORD name and logo are registered marks of ACORD a Additional Insured — Automatic — Owners, Lessees Or ZURICH Contractors THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. GLA0281780 Effective Date: 05/03/2021 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. Section II — Who Is An Insured is amended to include as an additional insured any person or organization whom you are required to add as an additional insured under a written contract or written agreement executed by you, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" and subject to the following: 1. If such written contract or written agreement specifically requires that you provide that the person or organization be named as an additional insured under one or both of the following endorsements: a. The Insurance Services Office (ISO) ISO CG 20 10 (10/01 edition); or b. The ISO CG 20 37 (10/01 edition), such person or organization is then an additional insured with respect to such endorsement(s), but only to the extent that "bodily injury", "property damage" or "personal and advertising injury" arises out of: (1) Your ongoing operations, with respect to Paragraph 1.a. above; or (2) "Your work", with respect to Paragraph 1.b. above, which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 1., insurance afforded to such additional insured: (a) Only applies if the "bodily injury", "property damage" or "personal and advertising injury" offense occurs during the policy period and subsequent to your execution of the written contract or written agreement; and (b) Does not apply to "bodily injury" or "property damage" caused by "your work" and included within the "products -completed operations hazard" unless the written contract or written agreement specifically requires that you provide such coverage to such additional insured. 2. If such written contract or written agreement specifically requires that you provide that the person or organization be named as an additional insured under one or both of the following endorsements: a. The Insurance Services Office (ISO) ISO CG 20 10 (07/04 edition); or b. The ISO CG 20 37 (07/04 edition), such person or organization is then an additional insured with respect to such endorsement(s), but only to the extent that "bodily injury", "property damage" or "personal and advertising injury" is caused, in whole or in part, by: (1) Your acts or omissions; or (2) The acts or omissions of those acting on your behalf, U-GL-2162-A CW (02119) Page 1 of 4 Includes copyrighted material of Insurance Services Office, Inc., with its permission. PROPOSAL in the performance of: (a) Your ongoing operations, with respect to Paragraph 2.a. above; or (b) "Your work" and included in the "products -completed operations hazard", with respect to Paragraph 2.b. above, which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 2., insurance afforded to such additional insured: (i) Only applies if the "bodily injury", "property damage" or "personal and advertising injury" offense occurs during the policy period and subsequent to your execution of the written contract or written agreement; and (ii) Does not apply to "bodily injury" or "property damage" caused by "your work" and included within the "products -completed operations hazard" unless the written contract or written agreement specifically requires that you provide such coverage to such additional insured. 3. If neither Paragraph 1. nor Paragraph 2. above apply and such written contract or written agreement requires that you provide that the person or organization be named as an additional insured: a. Under the ISO CG 20 10 (04/13 edition, any subsequent edition or if no edition date is specified); or b. With respect to ongoing operations (if no form is specified), such person or organization is then an additional insured only to the extent that "bodily injury", "property damage" or "personal and advertising injury" is caused, in whole or in part by: (1) Your acts or omissions; or (2) The acts or omissions of those acting on your behalf, in the performance of your ongoing operations, which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 3., insurance afforded to such additional insured: (a) Only applies to the extent permitted by law; (b) Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured; and (c) Only applies if the "bodily injury", "property damage" or "personal and advertising injury" offense occurs during the policy period and subsequent to your execution of the written contract or written agreement. 4. If neither Paragraph 1. nor Paragraph 2. above apply and such written contract or written agreement requires that you provide that the person or organization be named as an additional insured: a. Under the ISO CG 20 37 (04/13 edition, any subsequent edition or if no edition date is specified); or b. With respect to the "products -completed operations hazard" (if no form is specified), such person or organization is then an additional insured only to the extent that "bodily injury" or "property damage" is caused, in whole or in part by "your work" and included in the "products -completed operations hazard", which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 4., insurance afforded to such additional insured: (1) Only applies to the extent permitted by law; (2) Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured; (3) Only applies if the "bodily injury" or "property damage" occurs during the policy period and subsequent to your execution of the written contract or written agreement; and (4) Does not apply to "bodily injury" or "property damage" caused by "your work" and included within the "products -completed operations hazard" unless the written contract or written agreement specifically requires that you provide such coverage to such additional insured. U-GL-2162-A CW (02/19) Page 2 of 4 Includes copyrighted material of Insurance Services Office, Inc., with its permission. PROPOSAL B. Solely with respect to the insurance afforded to any additional insured referenced in Section A. of this endorsement, the following additional exclusion applies: This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services including: 1. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or 2. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the 'occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. C. Solely with respect to the coverage provided by this endorsement, the following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV — Commercial General Liability Conditions: The additional insured must see to it that: (1) We are notified as soon as practicable of an 'occurrence" or offense that may result in a claim; (2) We receive written notice of a claim or "suit" as soon as practicable; and (3) A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured if the written contract or written agreement requires that this coverage be primary and non-contributory. D. Solely with respect to the coverage provided by this endorsement: 1. The following is added to the Other Insurance Condition of Section IV — Commercial General Liability Conditions: Primary and Noncontributory insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured provided that: a. The additional insured is a Named Insured under such other insurance; and b. You are required by written contract or written agreement that this insurance be primary and not seek contribution from any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition under Section IV — Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same 'occurrence", offense, claim or "suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by a written contract or written agreement to provide coverage to the additional insured on a primary and non- contributory basis. E. This endorsement does not apply to an additional insured which has been added to this Coverage Part by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. F. Solely with respect to the insurance afforded to an additional insured under Paragraph A.3. or Paragraph A.4. of this endorsement, the following is added to Section III — Limits Of Insurance: Additional Insured — Automatic — Owners, Lessees Or Contractors Limit The most we will pay on behalf of the additional insured is the amount of insurance: U-GL-2162-A CW (02/19) Page 3 of 4 Includes copyrighted material of Insurance Services Office, Inc., with its permission. PROPOSAL 1. Required by the written contract or written agreement referenced in Section A. of this endorsement; or 2. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. All other terms, conditions, provisions and exclusions of this policy remain the same. U-GL-2162-A CW (02/19) Page 4 of 4 Includes copyrighted material of Insurance Services Office, Inc., with its permission. PROPOSAL POLICY NUMBER: GLA0281780 COMMERCIAL GENERAL LIABILITY CG 25 04 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED LOCATION(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following. COMMERCIAL GENERAL LIABILITY COVERAGE PART ORNIGM4 Designated Location(s): 'EACH LOCATION, OTHER THAN CONSTRUCTION PROJECTS, OCCUPIED BY THE NAMED INSURED" Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. For all sums which the insured becomes legally b. Claims made or "suits" brought; or obligated to pay as damages caused by c. Persons or organizations making claims or "occurrences" under Section I —Coverage A, and bringing "suits". for all medical expenses caused by accidents under Section I —Coverage C, which can be 3. Any payments made under Coverage A for attributed only to operations at a single damages or under Coverage C for medical designated "location" shown in the Schedule expenses shall reduce the Designated above: Location General Aggregate Limit for that designated "location". Such payments shall 1separate Designated Location General . A se P 9 not reduce the General Aggregate Limit Aggregate Limit applies to each designated shown in the Declarations nor shall they "location", and that limit is equal to the amount reduce any other Designated Location of the General Aggregate Limit shown in the General Aggregate Limit for any other Declarations. designated "location" shown in the Schedule 2. The Designated Location General Aggregate above. Limit is the most we will pay for the sum of all 4. The limits shown in the Declarations for Each damages under Coverage A, except damages Occurrence, Damage To Premises Rented To because of "bodily injury" or "property You and Medical Expense continue to apply. damage" included in the "products -completed However, instead of being subject to the operations hazard", and for medical expenses General Aggregate Limit shown in the under Coverage C regardless of the number Declarations, such limits will be subject to the of: applicable Designated Location General a. Insureds; Aggregate Limit. CG 25 04 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 2 ❑ B. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section I — Coverage A, and for all medical expenses caused by accidents under Section I —Coverage C, which cannot be attributed only to operations at a single designated "location" shown in the Schedule above: 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 Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Designated Location General Aggregate Limit. C. When coverage for liability arising out of the "products -completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard" will reduce the Products -completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Designated Location General Aggregate Limit. D. For the purposes of this endorsement, the Definitions Section is amended by the addition of the following definition: "Location" means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. E. The provisions of Section III —Limits Of Insurance not otherwise modified by this endorsement shall continue to apply as stipulated. Page 2 of 2 b Insurance Services Office, Inc., 2008 CG 25 04 05 09 0 POLICY NUMBER: GLA0281780. COMMERCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): A GENERAL AGGREGATE LIMIT APPLIES TO EACH CONSTRUCTION PROJECT WHERE THE NAMED INSURED IS PERFORMING OPERATIONS, HOWEVER, A GENERAL AGGREGATE LIMIT DOES NOT APPLY TO ANY CONSTRUCTION PROJECT WHERE THE NAMED INSURED IS PERFORMING OPERATIONS THAT ARE INSURED UNDER A WRAP UP OR ANY OTHER CONSOLIDATED OR SIMILAR INSURANCE PROGRAM. Information required to complete this Schedule. if not shown above, will be shown in the Declarations. A. For all sums which the insured becomes legally 3. Any payments made under Coverage A for obligated to pay as damages caused by damages or under Coverage C for medical "occurrences" under Section I —Coverage A, and expenses shall reduce the Designated for all medical expenses caused by accidents Construction Project General Aggregate Limit under Section I —Coverage C, which can be for that designated construction project. Such attributed only to ongoing operations at a single payments shall not reduce the General designated construction project shown in the Aggregate Limit shown in the Declarations nor Schedule above: shall they reduce any other Designated 1. A separate Designated Construction Project Construction Project General Aggregate Limit for any other designated construction project General Aggregate Limit applies to each designated construction project, and that limit shown in the Schedule above. is equal to the amount of the General 4. The limits shown in the Declarations for Each Aggregate Limit shown in the Declarations. Occurrence, Damage To Premises Rented To 2. The Designated Construction Project General You and Medical Expense continue to apply. However, instead of being subject to the Aggregate Limit is the most we will pay for the sum of all damages under Coverage A, except General Aggregate Limit shown in the damages because of "bodily injury" or "products- Declarations, such limits will be subject to the applicable Designated Construction Project "property damage" included in the completed operations hazard", and for General Aggregate Limit. medical expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". CG 25 03 05 09 0 Insurance Services Office, Inc., 2008 Page 1 of 2 ❑ B. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section I — Coverage A, and for all medical expenses caused by accidents under Section I —Coverage C, which cannot be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 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 Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Designated Construction Project General Aggregate Limit. C. When coverage for liability arising out of the "products -completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard" will reduce the Products -completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Designated Construction Project General Aggregate Limit. D. If the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of Section III —Limits Of Insurance not otherwise modified by this endorsement shall continue to apply as stipulated. Page 2 of 2 0 Insurance Services Office, Inc., 2008 CG 25 03 05 09 11 Other Insurance Amendment — Primary And Non - Contributory 0 ZURICH Policy No, E..ff. Date ofPol Exp. Date ofPol. F.ff. Date of End. Producer No. I Addl. Prem Return Prem. GLA0281780 5/3/21 5/3/22 - 5/3/21 7304000o INCL THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Address (including ZIP Code): This endorsement modifies insurance provided under the. Commercial General Liability Coverage Part 1. The following paragraph is added to the Other Insurance Condition of Section IV — Commercial General Liability Conditions: This insurance is primary insurance to and will not seek contribution from any other insurance available to an additional insured under this policy provided that: a. The additional insured is a Named Insured under such other insurance; and b. You are required by a written contract or written agreement that this insurance would be primary and would not seek contribution from any any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV — Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same "occurrence", offense, claim or "suit'. This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by written contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis. All other terms and conditions of this policy remain unchanged. U-GL-1327-B CW (04/13) Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Waiver Of Subrogation (Blanket) Endorsement Policy No. Eff. Date of Pol Exp Date of Pol Ef. . Date of End. Producer Add'l Prem. Retum Prem. GLA0281780- 5/3/21 5/3/22 5/3/21 73040000 $ 1NCL $ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: If you are required by a written contract or agreement, which is executed before a loss, to waive your rights of recovery from others, we agree to waive our rights of recovery. This waiver of rights shall not be construed to be a waiver with respect to any other operations in which the insured has no contractual interest. U-GL-925-B CW (12/01) Page 1 of I Coverage Extension Endorsement 19 ZURICH Policy No F.ff. Date of Pol Exp. Date of Po F..ff. Date of Fnd. Producer No Add-1 Prem Return Prem GLA028178G 5/3/21 5/3/22 5/3/21 73040000 INCL THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Business Auto Coverage Form Motor Carrier Coverage Form A. Amended Who Is An Insured 1. The following is added to the Who Is An Insured Provision in Section II — Covered Autos Liability Coverage: The following are also "insureds": a. Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow for acts performed within the scope of employment by you. Any "employee" of yours is also an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your business. b. Anyone volunteering services to you is an "insured" while using a covered "auto" you don't own, hire or borrow to transport your clients or other persons in activities necessary to your business. c. Anyone else who furnishes an "auto" referenced in Paragraphs A.1.a. and A.1.b. in this endorsement. d. Where and to the extent permitted by law, any person(s) or organization(s) where required by written contract or written agreement with you executed prior to any "accident", including those person(s) or organization(s) directing your work pursuant to such written contract or written agreement with you, provided the "accident" arises out of operations governed by such contract or agreement and only up to the limits required in the written contract or written agreement, or the Limits of Insurance shown in the Declarations, whichever is less. 2. The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other Insurance — Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form: Coverage for any person(s) or organization(s), where required by written contract or written agreement with you executed prior to any "accident", will apply on a primary and non-contributory basis and any insurance maintained by the additional "insured" will apply on an excess basis. However, in no event will this coverage extend beyond the terms and conditions of the Coverage Form. B. Amendment —Supplementary Payments Paragraphs a.(2) and a.(4) of the Coverage Extensions Provision in Section II — Covered Autos Liability Coverage are replaced by the following: (2) Up to $5,000 for the cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. U-CA-424-F CW (04-14) Page 1 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. C. Fellow Employee Coverage The Fellow Employee Exclusion contained in Section II — Covered Autos Liability Coverage does not apply. D. Driver Safety Program Liability and Physical Damage Coverage 1. The following is added to the Racing Exclusion in Section II — Covered Autos Liability Coverage: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. 2. The following is added to Paragraph 2. in the Exclusions of Section III — Physical Damage Coverage of the Business Auto Coverage Form and Paragraph 2.b. in the Exclusions of Section IV — Physical Damage Coverage of the Motor Carrier Coverage Form: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. E. Lease or Loan Gap Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Lease Or Loan Gap Coverage In the event of a total 'loss" to a covered "auto", we will pay any unpaid amount due on the lease or loan for a covered "auto", less: a. Any amount paid under the Physical Damage Coverage Section of the Coverage Form; and b. Any: (1) Overdue lease or loan payments at the time of the 'loss"; (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (3) Security deposits not returned by the lessor; (4) Costs for extended warranties, credit life insurance, health, accident or disability insurance purchased with the loan or lease; and (5) Carry-over balances from previous leases or loans. F. Towing and Labor Paragraph A.2. of the Physical Damage Coverage Section is replaced by the following: We will pay up to $75 for towing and labor costs incurred each time a covered "auto" of the private passenger type is disabled. However, the labor must be performed at the place of disablement. G. Extended Glass Coverage The following is added to Paragraph A.3.a. of the Physical Damage Coverage Section: If glass must be replaced, the deductible shown in the Declarations will apply. However, if glass can be repaired and is actually repaired rather than replaced, the deductible will be waived_ You have the option of having the glass repaired rather than replaced. H. Hired Auto Physical Damage — Increased Loss of Use Expenses The Coverage Extension for Loss Of Use Expenses in the Physical Damage Coverage Section is replaced by the following: Loss Of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver under a written rental contract or written rental agreement. We will pay for loss of use expenses if caused by: LI-CA-424-F CW (04-14) Page 2 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto"; (2) Specified Causes Of Loss only if the Declarations indicate that Specified Causes Of Loss Coverage is provided for any covered "auto"; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for any covered "auto". However, the most we will pay for any expenses for loss of use is $100 per day, to a maximum of $3000. I. Personal Effects Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Personal Effects Coverage a. We will pay up to $750 for "loss" to personal effects which are: (1) Personal property owned by an "insured"; and (2) In or on a covered "auto". b. Subject to Paragraph a. above, the amount to be paid for "loss" to personal effects will be based on the lesser of: (1) The reasonable cost to replace; or (2) The actual cash value. c. The coverage provided in Paragraphs a. and b. above, only applies in the event of a total theft of a covered "auto". No deductible applies to this coverage. However, we will not pay for 'loss" to personal effects of any of the following: (1) Accounts, bills, currency, deeds, evidence of debt, money, notes, securities, or commercial paper or other documents of value. (2) Bullion, gold, silver, platinum, or other precious alloys or metals; furs or fur garments; jewelry, watches, precious or semi-precious stones. (3) Paintings, statuary and other works of art. (4) Contraband or property in the course of illegal transportation or trade. (5) Tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. Any coverage provided by this Provision is excess over any other insurance coverage available for the same 'loss". J. Tapes, Records and Discs Coverage 1. The Exclusion in Paragraph B.4.a. of Section III — Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph B.2.c. of Section IV — Physical Damage Coverage in the Motor Carrier Coverage Form does not apply. 2. The following is added to Paragraph 1.a. Comprehensive Coverage under the Coverage Provision of the Physical Damage Coverage Section: We will pay for 'loss" to tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. We will pay only if the tapes, records, discs or other similar audio, visual or data electronic devices: (a) Are the property of an "insured"; and (b) Are in a covered "auto" at the time of "loss". The most we will pay for such 'loss" to tapes, records, discs or other similar devices is $500. The Physical Damage Coverage Deductible Provision does not apply to such 'loss". IJ-CA-424-F CW (04-14) Page 3 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. K. Airbag Coverage The Exclusion in Paragraph 13.3.a. of Section III — Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph B.4.a. of Section IV — Physical Damage Coverage in the Motor Carrier Coverage Form does not apply to the accidental discharge of an airbag. L. Two or More Deductibles The following is added to the Deductible Provision of the Physical Damage Coverage Section: If an accident is covered both by this policy or Coverage Form and by another policy or Coverage Form issued to you by us, the following applies for each covered "auto" on a per vehicle basis: 1. If the deductible on this policy or Coverage Form is the smaller (or smallest) deductible, it will be waived, or 2. If the deductible on this policy or Coverage Form is not the smaller (or smallest) deductible, it will be reduced by the amount of the smaller (or smallest) deductible. M. Physical Damage — Comprehensive Coverage — Deductible The following is added to the Deductible Provision of the Physical Damage Coverage Section: Regardless of the number of covered "autos" damaged or stolen, the maximum deductible that will be applied to Comprehensive Coverage for all "loss" from any one cause is $5,000 or the deductible shown in the Declarations, whichever is greater. N. Temporary Substitute Autos — Physical Damage 1. The following is added to Section I — Covered Autos: Temporary Substitute Autos — Physical Damage If Physical Damage Coverage is provided by this Coverage Form on your owned covered "autos", the following types of vehicles are also covered "autos" for Physical Damage Coverage: Any "auto" you do not own when used with the permission of its owner as a temporary substitute for a covered "auto" you do own but is out of service because of its: 1. Breakdown; 2. Repair; 3. Servicing; 4. "Loss"; or 5. Destruction. 2. The following is added to the Paragraph A. Coverage Provision of the Physical Damage Coverage Section: Temporary Substitute Autos — Physical Damage We will pay the owner for "loss" to the temporary substitute "auto" unless the "loss" results from fraudulent acts or omissions on your part. If we make any payment to the owner, we will obtain the owner's rights against any other party. The deductible for the temporary substitute "auto" will be the same as the deductible for the covered "auto" it replaces. O. Amended Duties In The Event Of Accident, Claim, Suit Or Loss Paragraph a. of the Duties In The Event Of Accident, Claim, Suit Or Loss Condition is replaced by the following: a. In the event of "accident", claim, "suit" or "loss", you must give us or our authorized representative prompt notice of the "accident", claim, "suit" or "loss". However, these duties only apply when the "accident", claim, "suit" or "loss" is known to you (if you are an individual), a partner (if you are a partnership), a member (if you are a limited liability company) or an executive officer or insurance manager (if you are a corporation). The failure of any U-CA-424-F CW (04-14) Page 4 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. agent, servant or employee of the "insured" to notify us of any "accident", claim, "suit" or "loss" shall not invalidate the insurance afforded by this policy. Include, as soon as practicable: (1) How, when and where the "accident" or "loss" occurred and if a claim is made or "suit" is brought, written notice of the claim or "suit" including, but not limited to, the date and details of such claim or "suit"; (2) The "insured's" name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. If you report an "accident", claim, "suit" or "loss" to another insurer when you should have reported to us, your failure to report to us will not be seen as a violation of these amended duties provided you give us notice as soon as practicable after the fact of the delay becomes known to you. P. Waiver of Transfer Of Rights Of Recovery Against Others To Us The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: This Condition does not apply to the extent required of you by a written contract, executed prior to any "accident" or "loss", provided that the "accident" or "loss" arises out of operations contemplated by such contract This waiver only applies to the person or organization designated in the contract Q. Employee Hired Autos — Physical Damage Paragraph b. of the Other Insurance Condition in the Business Auto Coverage Form and Paragraph f. of the Other Insurance — Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form are replaced by the following: For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own: (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented under a written contract or written agreement entered into by an "employee" or elected or appointed official with your permission while being operated within the course and scope of that "employee's" employment by you or that elected or appointed official's duties as respect their obligations to you. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". R. Unintentional Failure to Disclose Hazards The following is added to the Concealment, Misrepresentation Or Fraud Condition: However, we will not deny coverage under this Coverage Form if you unintentionally: (1) Fail to disclose any hazards existing at the inception date of this Coverage Form; or (2) Make an error, omission, improper description of "autos" or other misstatement of information. You must notify us as soon as possible after the discovery of any hazards or any other information that was not provided to us prior to the acceptance of this policy. S. Hired Auto —World Wide Coverage Paragraph 7a.(5) of the Policy Period, Coverage Territory Condition is replaced by the following: (5) Anywhere in the world if a covered "auto" is leased, hired, rented or borrowed for a period of 60 days or less, T. Bodily Injury Redefined The definition of "bodily injury" in the Definitions Section is replaced by the following: "Bodily injury" means bodily injury, sickness or disease, sustained by a person including death or mental anguish, resulting from any of these at any time. Mental anguish means any type of mental or emotional illness or disease. U-CA-424-F CW (04-14) Page 5 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. U. Expected Or Intended Injury The Expected Or Intended Injury Exclusion in Paragraph B. Exclusions under Section II — Covered Auto Liability Coverage is replaced by the following: Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the "insured". This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. V. Physical Damage — Additional Temporary Transportation Expense Coverage Paragraph A.4.a. of Section III — Physical Damage Coverage is replaced by the following: 4. Coverage Extensions a. Transportation Expenses We will pay up to $50 per day to a maximum of $1,000 for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger type. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". W. Replacement of a Private Passenger Auto with a Hybrid or Alternative Fuel Source Auto The following is added to Paragraph A. Coverage of the Physical Damage Coverage Section: In the event of a total "loss" to a covered "auto" of the private passenger type that is replaced with a hybrid "auto" or "auto" powered by an alternative fuel source of the private passenger type, we will pay an additional 10% of the cost of the replacement "auto", excluding tax, title, license, other fees and any aftermarket vehicle upgrades, up to a maximum of $2500. The covered "auto" must be replaced by a hybrid "auto" or an "auto" powered by an alternative fuel source within 60 calendar days of the payment of the "loss" and evidenced by a bill of sale or new vehicle lease agreement. To qualify as a hybrid "auto", the "auto" must be powered by a conventional gasoline engine and another source of propulsion power. The other source of propulsion power must be electric, hydrogen, propane, solar or natural gas, either compressed or liquefied. To qualify as an "auto" powered by an alternative fuel source, the "auto" must be powered by a source of propulsion power other than a conventional gasoline engine. An "auto" solely propelled by biofuel, gasoline or diesel fuel or any blend thereof is not an "auto" powered by an alternative fuel source. X. Return of Stolen Automobile The following is added to the Coverage Extension Provision of the Physical Damage Coverage Section: If a covered "auto" is stolen and recovered, we will pay the cost of transport to return the "auto" to you. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. All other terms, conditions, provisions and exclusions of this policy remain the same. U-CA-424-F CW (04-14) Page 6 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Certain Underwriters at Lloyds Unique Market Reference B1776BL2023ooLoo2 effective date of this endorsement: 5/3/21 policy number: ENP 0000l6o Endorsement Number: o1 OTHER INSURANCE— PRIMARY WITHOUT RIGHT OF CONTRIBUTION This endorsement modifies insurance provided under the Contractors Pollution Liability coverage applicable to this policy. All other terms and conditions of this Policy remain unchanged. In consideration of the premium charged for the Policy, it is hereby understood and agreed that Clause XIII. OTHER INSURANCE is deleted in its entirety and replaced with the following: XIII. OTHER INSURANCE Subject to Clause VII. and VIII., where other valid and collectible insurance is available to the Insured for any Pollution Condition or Claim, this insurance shall apply as primary insurance versus any other valid and collectable insurance, and the Underwriters will have no right of contribution against any other insurance company providing insurance for a Pollution Condition or a Claim on a primary basis. CPL208 12/2016 Page 1 Certain Underwriters at Lloyds Unique Market Reference 131776131-2023ooLoo2 effective date of this endorsement: 5/3/21 policy number: ENP 0000l6o Endorsement Number: 04 ADDITIONAL INSURED — OWNERS, LESSEES OR CONTRACTORS — SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: CONTRACTORS POLLUTION LIABILITY COVERAGE PART All other terms and conditions of this Policy remain unchanged. SCHEDULE Name of Additional Insured Person(s) Or I Location(s) of Covered Operations Any person(s) or organization(s) where this All project locations where this endorsement is required by contract. endorsement is required by contract. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for Damages and Claims Expenses caused, in whole or in part, by: 1. Your acts or omissions; or z. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. CPL271 12/2o16 Page 1 B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to Damages or Claims Expenses occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or z. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CPL271 12/2o16 Page 2 Certain Underwriters at Lloyds Unique Market Reference 131776131-2023ooLoo2 effective date of this endorsement: 5/3/21 policy number: ENP 0000i6o Endorsement Number: 05 ADDITIONAL INSURED — OWNERS, LESSEES OR CONTRACTORS — COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: All other terms and conditions of this Policy remain unchanged. CONTRACTORS POLLUTION LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or inization(s) Location And Description Of Completed Any person(s) or organization(s) where this All project locations where this endorsement is required by contract. endorsement is required by contract. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for Damages and Claims Expenses caused, in whole or in part, by "your work" at the location designated and described in the schedule of this endorsement performed for that additional insured. CPL275 12/2o16 Page 1 Certain Underwriters at Lloyds Unique Market Reference B1776BL2023ooLoo2 effective date of this endorsement: 5/3/21 1 policy number: ENP 0000i6o Endorsement Number: o6 WAIVER OF SUBROGATION —CONTRACTORS POLLUTION LIABILITY This endorsement modifies insurance provided under the Contractors Pollution Liability Coverage applicable to this policy. All other terms and conditions of this Policy remain unchanged. In consideration of the premium charged for the Policy, it is hereby understood and agreed that Clause XIX. SUBROGATION is deleted in its entirety and replaced with the following: XIX. SUBROGATION In the event of any payment under this Insurance, the Underwriters shall be subrogated to all the Insureds' rights of recovery therefore against any person or organization, and the Insured shall execute and deliver instruments and papers and do whatever else is necessary to secure such rights. The Insured shall do nothing to prejudice such rights. The Underwriters agree to waive its rights of recovery against any person or entity for a Claim which is covered pursuant to this Policy, but only where indemnity or contractual obligation has been provided by the Named Insured pursuant to a written contract. Any recoveries shall be applied first to subrogation expenses, second to the Named Insured to the extent of any payments in excess of the Limit of Liability, third to Damages, Cleanup Costs and Claims Expenses paid by the Underwriters, and fourth to the Deductible. Any additional amounts recovered shall be paid to the Named Insured. CPL279 12/2o16 Page 1 DocuSign Envelope ID: FC7D3A4D-6CBD-4624-B515-97751B3ABFC1 PERFORMANCE AND PAYMENT BOND GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT The City of Federal Way ("City") has awarded to ��L1+�-Ik►i,7t T 1 IG� ("Principal"), a contract for the construction of the above referenced project, and said Pfincipal is required to furnish a bond for performance of all obligations under the Contract and for payment in accord with Chapter 39.08 Revised Code of Washington (RCW) and (where applicable) Chapter 60.28 RCW. The Principal, and Lexon Insurance Company ("Surety"), a corporation organized under the laws of the State of Texas 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 two hundred forty th o usand forty and OOLIQQsUS Dollars (g 240,040, 00 Total Contract Amount, subject to the provisions herein. This bond shall become null and void, if and when the Principal, its heirs, executors, administrators, successors, or assigns shall: 1) Well and faithfully perform all of the Principal's obligations under the Contract and fulfill all terms and conditions of all truly 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 lime, alteration or addition to the terms of the Contract, the specilications 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 an this bond and notice to Surety is not required for such Increased obligation. This bond shall be signed by duly authorized officers and will only be accepted if accompanied by a fully executed, original power of attorney for the office executing on behalf of the surety. PRINCIPAL' r. (v ) Z3)Zi Principal Signature Date fYl grit f�M EZ Printed Name 7?rC-.,� Go+ Title SLq%TVysed by: 06/15/2021 SUrenature Date Pam Loe Printed Name Attorney -in -Fact Title CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT RFO-22 PROJECT #220 CFW RFO VERSION 2020JUNE DocuSign Envelope ID: FC7D3A4D-6CBD-4624-B515-97751 B3ABFC1 rco), uRANCg �O �SEALp� �` CH 16. T� OF �+ LOCAL OFFICE/AGENT OF SURETY: Brown & Brown of Washington Inc Name 2106 Pacific Ave SLlite 501 Street Address Tacorx�a, WA 98402 City, state. ZIP (206) 956-1669 Telephone BOND NO.: 9833346 APPROVED AS TO FORM: 4r— , Ryan Call, CItyAttorne CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT RFQ-23 PROJECT #220 CFW RFO VERSION 2020-JUNE DocuSign Envelope ID: FC7D3A4D-6CBD-4624-B515-9775lB3ABFC1 SOMPO INTERNATIONAL POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS, that Endurance Assurance Corporation, a Delaware corporation, Endurance American Insurance Company, a Delaware cot'poration, Loon Insurance Company, a Texas corporation, andlor Bond Safeguard Insurance Company, a South Dakota corporation, each, a "Company" and collectively, "Sompo International," do hereby constitute and appoint: Pam Loe as true and lawful Attomey(s)•In-Fact to make, execute, steal, and.deliver for, and on its behalf as surety or cc-surdty; bonds and undertakings given for any and al[ purposes, also to execute and deliver on its behalf as aforesaid renewals, extensions, agreements, waivers, consents or stipulations relating to such bonds or undertakings provided, however, that no single bond or undertaking so made, executed and delivered shall obligate the Company for any portion of the penal sum thereof in excess of the sum of S240,040.13Q Such bonds and undertakings for said purposes, when duly executed by said attorney(s)-in-fact, shall be binding upon the Company as fully and to the same extent as if signed by the President of the Company under its corporate seal attested by its Corporate Secretary. This appointment is made under and by authority of certain resolutions adopted by the sole shareholder of each Company by unanimous written consent effective the 151h day of June, 2019,0 copy of which appears below under the heading entitled "Certificate". This Power of Attorney Is signed and sealed by facsimile under and by authority of the following resolution adopted by the sole shareholder of each Company by unanimous written consent effective the 151h day of June, 2019 and said resolution has not since been revoked, amended or repealed: RESOLVED, that the signature of an individual named above and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signature or seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN WITNESS WHEREOF, each Company has caused this instrument to be signed by the following officers, and its corporate seal to be affixed this 151h day of June, 2019. Endurance Assurance Corporatfo %1 a By.. Richard Anoel: S,VRAZenior Counsel 20D2 DEtAWARE . , Endurance American In}urc�pa� By: Richard Appel,-,SVP-&senior Counsel �rgt can .. OA % e Rom.' GO�yPt]R,fr��,� i R. SEAL s DELAWARE,•�3.' Le�xonn Insurance Company 9,e Ric and Appel; SV�e °`•�,,,,�, ' ACKNOWLEDGEMENT Bond Safeguard e, icHard Appel'�SVP &. rlorra ` A W ' SOUTH - DAKOTA 0 INSURANCE COMPANY- _ On this 15'h day of June, 2019, before me, personally -come the above signatories known to me, who being duly sworn, did depose and say that heltoxwh"40*cer-of each of the Companies; and that he executed said instrument on behalf of each Company by authority of his offrc under theby ws of each Company; ' rNt` •••• rc n - i3y Amy aylor, N❑ ublic My Commission 6pire C5(9t23 S CERTIFICATE,i ...,� ``4r,rn�`, I, the undersigned Officer of each Company, DO HEREBY CERTIFY that: ?. That the original power of attorney of which the foregoing is a copy was duly executed on behalf s:ff each Company and has not since been revoked, amended or ma3ifted: '.t;:! that the undersigned has compared the foregoing copy thereof with the original power of attorney, and that the same is a true and correct copy of the original powI9F of attorney and of the whole thereof; 2. The following are resolutions which were adopted by the sole shareholder of each Company by unanimous written consent effective June 15, 2019 and said resolutions have not since been revoked, amended or modified: "RESOLVED, that each of the individuals named below is authorized to make, execute, seal and deliver for and on behalf of the Company any and all bonds, undertakings or obligations in surety or co -surety with others: RICHARD M. APPEL, BRIAN J. BEGGS, CHRISTOPHER DONELAN, SHARON L. SIMS, CHRISTOPHER L. SPARRO, MARIANNE L. WILBERT ; and be it further RESOLVED, that each of the individuals named above is authorized to appoint attorneys -in -fact for the purpose of making, executing, sealing and delivering bonds,' i undertakings or obligations in surety or co -surety for and on behalf of the Company." 3. The undersigned further certifies that the above resolutions are true and correct copies of the resolutions as so recorded and of the whole thereof. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal this 15th day of June 20 21 By: Daniel S. Lurie, Secretary Na coverage is provided by this Notice nor can it be construed to replace any provlstons of any surety bond or other surety coverage provided. This Notice provides information concerning• possible impact on your surety coverage due to directives issued by OFAC. Please read this Notice carefully. The Office of Foreign Assals Control (OFAC) administers and enforces sanctions policy, based on Aresideriliel declarations of "national emergency". DFAC has identified and listed numerous foreign agents., rronl organlzatlons, terrorists, terrorist organizations, and narcotics traffickers as "Specially Designated Nationals and Blocked Persons". This list can be located on the thiltad States Treasury's website —hit s!f trees avlresa centerlsanrtionsl N-List. In accordance with OFAC regulations, if it is determined that you or any other person or entity claiming the benefits of any coverage has violated U.S. sanctions taw or is a Specially Deslgrrated Natirrnal and Blocked Person, as identified by OFAC, any coverage will be considered a blocked or frozen contract and all provisions of any coverage provided are immediately subject to OFAC. When a surely bond or other form of surety coverage is considered to be such a blocked or frozen contract, no payments nor premium refunds may be made without authorization from OFAC. Other limitations on the premiums and payments may also apply. Any reproductions are void. Surety Claims Submission: LexonCfalrnAdministration som o-in Isom Telephone: 615-553-9500 Mailing Address: Sompo International; 12890 Lebanon Road; Mount Juliet, TN 37122-2870 CONTRACTOR'S RETAINAGE OPTION IDENTIFICATION AND DESCRIPTION Project Title_r r ,--n \ D 0 1 h 'G itm rf-1-�r L, r-tcrs T hcl�c� Z_ RFB No: Contractor: 1\>0r-}{,Ii�Cs�C-nL�►=�%L�, =y0- 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. 0 Option 4: Contractor shall submit a "Retainage Bond" on City -provided form included in these Contract Documents. Contractor Sibxat6re CITY OF FEDERAL WAY Zj Date GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT RFQ-24 PROJECT #220 CFW RFQ VERSION 2020-JUNE RETAINAGE BOND TO CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKING PHASE 2 (2021) PROJECT KNOW ALL PERSONS BY THESE PRESENTS that we, the undersigned, as principal ("Principal"), and a Corporation organized and existing under the laws of the State of 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: ($ 1 for the payment of which sum we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. 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 wh'd 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 ;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 ail 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 2 (2021) PROJECT RFQ-25 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 day of _ 20_, 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. CORPORATE SEAL: PRINCIPAL: CORPORATE SEAL: By. Title: Address: SURETY: By: _ Attorney -in -Fact (Attach Power of Attorney) Title: Address: CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT RFO-26 PROJECT #220 CFW RFO VERSION 2020-JUNE CERTIFICATES AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within bond; that who signed the said hand on behalf of the Principal, was 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. Secretary of Principal 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. Secretary of Surety APPROVED AS TO FORM: J. Ryan Call, City Attorney CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT RFQ-27 PROJECT #220 CFW RFQ VERSION 2020-JUNE APPENDIX A INTRODUCTION TO THE SPECIAL PROVISIONS (December 10, 2020 APWA GSP) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 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 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: 0 Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any • Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current edition 9 City of Federal Way Public Works Development Standards G 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 2 (2021) PROJECT SP-1 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.018 DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995 WSDOT GSP) This Contract provides for the improvement of the Greenway Pavement Markings Phase 2 (2021) 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 2 (2021) PROJECT SP-2 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.018 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 2 (2021) PROJECT SP-3 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.01 B 1-02.1 Prequalification of Bidders Delete this Section and replace it with the following: 1-02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) Before award of a public works Contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. 1-02.2 Plans and Specifications (June 27, 2011 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed can be found in the Call for Bids (Advertisement for Bids) for the work. After award of the Contract, Plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Basis of Distribution Sets Reduced Plans (11" x 17") 1 Furnished automatically upon award. Contract Provisions 1 Furnished automatically upon award. Large Plans (e.g., 22" x 34") 1 Furnished only upon request. Additional Plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor's own expense. 1-02.4 Examination of Plans, Specifications, and Site Work (June 27, 2011 APWA GSP) 1-02.40) 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 2 (2021) PROJECT SP-4 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.01 B The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's UBDE/DBE/M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified. 1-02.6 Preparation of Proposal (Dec 10, 2020 APWA GSP, OPTION A) Supplement this section with the following: The Bidder shall submit with the Bid a completed Disadvantaged Business Enterprise (DBE) Utilization Certification, when required by the Special Provisions. For each and every DBE firm listed on the Bidder's completed Disadvantaged Business Enterprise Utilization Certification, the Bidder shall submit written confirmation from that DBE firm that the DBE is in agreement with the DBE participation commitment that the Bidder has made in the Bidder's completed Disadvantaged Business Enterprise Utilization Certification. WSDOT Form 422 031 (Disadvantaged Business Enterprise Written Confirmation Document) is to be used for this purpose. Bidder must submit good faith effort documentation only in the event the bidder's efforts to solicit sufficient DBE participation have been unsuccessful. The Bidder shall submit a DBE Bid Item Breakdown form defining the scope of work to be performed by each DBE listed on the DBE Utilization Certification. If the Bidder lists a DBE Trucking firm on the DBE Utilization Certification, then the Bidder must also submit a DBE Trucking Credit Form (WSDOT Form 272-058) documenting how the DBE Trucking firm will be able to perform the scope of work subcontracted to them. Directions for delivery of the Disadvantaged Business Enterprise Written Confirmation Documents, Disadvantaged Business Enterprise Good Faith Effort documentation, DBE Bid Item Breakdown Form and the DBE Trucking Credit Form are included in Section 1-02.9. (December 10, 2020 APWA GSP, OPTION B) Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-5 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.01 B Delete the last two paragraphs, and replace them with the following: The Bidder shall submit with their Bid a completed Contractor Certification Wage Law Compliance form, provided by the Contracting Agency. Failure to return this certification as part of the Bid Proposal package will make this Bid Nonresponsive and ineligible for Award. A Contractor Certification of Wage Law Compliance form is included in the Proposal Forms. The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any UDBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any UDBE requirements are to be satisfied through such an agreement. (August 3, 2015 WSDOT GSP, OPTION 5) Section 1-02.6 is supplemented with the following: Cumulative Alternates Bidding The Bid Proposal for this Contract requires the Bidder to bid cumulative Alternates as part of the bid. As such the Bidder is required to submit a Base Bid and a bid for each of the Alternate(s). Bid Proposal Bid Proposal includes the following: 1. Base Bid The Schedules A and B shall include constructing all items included in the Proposal except those items contained in the Alternate(s). 2. Alternate(s) a. Alternate Based on construction Schedule C The Bid items for Alternate are as listed in the Bid Proposal. Bidding Procedures To be considered responsive the Bidder shall submit a price on each and every Bid item included in the Base Bid and all Alternate(s). successful Bidder will be the Bidder submitting the lowest responsible Bid for the highest order Preference that is within the amount of available funds for the project. Available funds will be announced immediately prior to the opening of Bids. The following are listed in order from highest to lowest Preference: 1. Preference 1: Lowest total for Base Bid plus Alternate. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-6 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.01 B 2. Preference 2: Lowest total for Base Bid The Contracting Agency may, at their discretion, award a Contract for the Base Bid, without any additional Alternates, in the event that all Bids exceed the available funds announced. In any case, the award will be subject to the requirements of Section 1-03. 1-02.7 Bid Deposit (PROJECT -SPECIFIC SPECIAL PROVISION) Delete this section in its entirely. 1-02.9 Delivery of Proposal (PROJECT -SPECIFIC SPECIAL PROVISION) Delete this section in its entirely. 1-02.10 Withdrawing, Revising, or Supplementincl Proposal (July 23, 2015 APWA GSP) Delete this section, and replace it with the following: After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw, revise, or supplement it if: 1. The Bidder submits a written request signed by an authorized person and physically delivers it to the place designated for receipt of Bid Proposals, and 2. The Contracting Agency receives the request before the time set for receipt of Bid Proposals, and 3. The revised or supplemented Bid Proposal (if any) is received by the Contracting Agency before the time set for receipt of Bid Proposals. If the Bidder's request to withdraw, revise, or supplement its Bid Proposal is received before the time set for receipt of Bid Proposals, the Contracting Agency will return the unopened Proposal package to the Bidder. The Bidder must then submit the revised or supplemented package in its entirety. If the Bidder does not submit a revised or supplemented package, then its bid shall be considered withdrawn. Late revised or supplemented Bid Proposals or late withdrawal requests will be date recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed requests to withdraw, revise, or supplement a Bid Proposal are not acceptable. 1-02.13 Irregular Proposals (October 1, 2020 APWA GSP) Delete this section and replace it with the following: 1. A Proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized Proposal form furnished by the Contracting Agency is not used or is altered; CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-7 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.018 c. The completed Proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1-02.6; h. The Bidder fails to submit or properly complete an Disadvantaged Business Enterprise Certification, if applicable, as required in Section 1-02.6; i. The Bidder fails to submit written confirmation from each DBE firm listed on the Bidder's completed DBE Utilization Certification that they are in agreement with the bidder's DBE participation commitment, if applicable, as required in Section 1-02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; j The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award was made; k. The Bidder fails to submit a DBE Bid Item Breakdown form, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to meet the requirements of the Special Provisions; I_ The Bidder fails to submit DBE Trucking Credit Forms, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to meet the requirements of the Special Provisions; M. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or n. More than one Proposal is submitted for the same project from a Bidder under the same or different names. 2. A Proposal may be considered irregular and may be rejected if: a. The Proposal does not include a unit price for every Bid item; b. Any of the unit prices are excessively unbalanced (either above or below the amount of a reasonable Bid) to the potential detriment of the Contracting Agency; C. Receipt of Addenda is not acknowledged; 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. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-8 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.018 1. Delinquent State Taxes A. Criterion: The Bidder shall not owe delinquent taxes to the Washington State Department of Revenue without a payment plan approved by the Department of Revenue. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder does not owe delinquent taxes to the Washington State Department of Revenue, or if delinquent taxes are owed to the Washington State Department of Revenue, the Bidder must submit a written payment plan approved by the Department of Revenue, to the Contracting Agency by the deadline listed below. 2. Federal Debarment A. Criterion: The Bidder shall not currently be debarred or suspended by the Federal government. B. Documentation: The Bidder shall not be listed as having an "active exclusion" on the U.S. government's "System for Award Management" database (www.sam.gov). 3. Subcontractor Responsibility A. Criterion: The Bidder's standard subcontract form shall include the subcontractor responsibility language required by RCW 39.06.020, and the Bidder shall have an established procedure which it utilizes to validate the responsibility of each of its subcontractors. The Bidder's subcontract form shall also include a requirement that each of its subcontractors shall have and document a similar procedure to determine whether the sub -tier subcontractors with whom it contracts are also "responsible" subcontractors as defined by RCW 39.06.020. B. Documentation: The Bidder, if and when required as detailed below, shall submit a copy of its standard subcontract form for review by the Contracting Agency, and a written description of its procedure for validating the responsibility of subcontractors with which it contracts. 4. Claims Against Retainage and Bands A. Criterion: The Bidder shall not have a record of excessive claims filed against the retainage or payment bonds for public works projects in the three years prior to the bid submittal date, that demonstrate a lack of effective management by the Bidder of making timely and appropriate payments to its subcontractors, suppliers, and workers, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall submit a list of the public works projects completed in the three years prior to the bid submittal date that have had claims against retainage and bonds and include for each project the following information: CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-9 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.018 Name of project • The owner and contact information for the owner; A list of claims filed against the retainage and/or payment bond for any of the projects listed; • A written explanation of the circumstances surrounding each claim and the ultimate resolution of the claim. 5. Public Bidding Critne 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 CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-10 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.018 business day following the bid submittal deadline, a written statement verifying that the Bidder meets the supplemental criteria together with supporting documentation (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with the Supplemental Criteria. The Contracting Agency reserves the right to request further documentation as needed from the low Bidder and documentation from other Bidders as well to assess Bidder responsibility and compliance with all bidder responsibility criteria. The Contracting Agency also reserves the right to obtain information from third -parties and independent sources of information concerning a Bidder's compliance with the mandatory and supplemental criteria, and to use that information in their evaluation. The Contracting Agency may consider mitigating factors in determining whether the Bidder complies with the requirements of the supplemental criteria. The basis for evaluation of Bidder compliance with these mandatory and supplemental criteria shall include any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from others for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter. If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Contracting Agency's determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency's final determination. Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders with concerns about the relevancy or restrictiveness of the Supplemental Bidder Responsibility Criteria may make or submit requests to the Contracting Agency to modify the criteria. Such requests shall be in writing, describe the nature of the concerns, and propose specific modifications to the criteria. Bidders shall submit such requests to the Contracting Agency no later than five (5) business days prior to the bid submittal deadline and address the request to the Project Engineer or such other person designated by the Contracting Agency in the Bid Documents. 1- 3 AWARD AND EXECUTIQN OF CONTRACT 1-03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-11 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.018 unit will control. If a minimum Laid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount. the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum s ecified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where a licable and such additives and/or alternates as selected bV the Contracting Agency,8gency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1-03.1 1 Identical Bid Totals (January 4, 2016 APWA GSP) Revise this section to read: After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then the tie -breaker will be the Bidder with an equal lowest bid, that proposed to use the highest percentage of recycled materials in the Project, per the form submitted with the Bid Proposal. If those percentages are also exactly equal, then the tie -breaker will be determined by drawing as follows: Two or more slips of paper will be marked as follows: one marked "Winner" and the other(s) marked "unsuccessful." The slips will be folded to make the marking unseen. The slips will be placed inside a box. One authorized representative of each Bidder shall draw a slip from the box. Bidders shall draw in alphabetic order by the name of the firm as registered with the Washington State Department of Licensing. The slips shall be unfolded and the firm with the slip marked "Winner" will be determined to be the successful Bidder and eligible for Award of the Contract. Only those Bidders who submitted a Bid total that is exactly equal to the lowest responsive Bid, and with a proposed rec cled materials percentage that is exactly a ual to the highest proposed recycled materials amount are eligible to draw. 1-03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read: Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day followincl 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 CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-12 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.01 B 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: 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: CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-13 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.018 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, Plans, Special Provisions, Specifications, and Addenda (January 8, 2021 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. Proposal Form, 5. Special Provisions, 6. Contract Plans, 7. Standard Specifications, 8. Contracting Agency's Standard Plans or Details (if any), and 9. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1-04.4 Chancres (April 30, 2020 WSDOT GSP, OPTION 1) Section 1-04.4 is supplemented with the following: Change Orders will be transmitted electronically to the Contractor for signature. The Contractor shall apply all signatures electronically using the software provided by the Contracting Agency. Within 21 days of execution of the Contract, the Contractor shall submit a Type 1 Working Drawing consisting of the names, email addresses, and text - message capable phone numbers for the authorized change order signers and shall bear the name, phone number and email of the officer providing this authorization. Delegation of authority to sign Change Orders shall be by the officer authorized to sign the Contract in accordance with Section 1-02.1 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 CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-14 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.018 identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in Contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1-05.11 Final Inspection (October 1, 2005 APWA GSP) Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing 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. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-15 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.01 B Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1-05.11 2 Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of Contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the Contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the Contract have been fulfilled. 1-05.11(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 CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-16 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.01 B 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. 1-05.12(1) One -Year Guarantee Period (March S, 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, tabor and Equipment of Contractor (August 14, 2013 APWA GSP) Delete the sixth and seventh paragraphs of this section. 1-05.14 Cooperation with Other Contractors (March 13, 1995 WSDOT GSP, OPTION 1) Section 1-05.14 is supplemented with the following: Other Contracts or Other Work CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-17 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.01 B 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 a -mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. Add the following new section: 1-05.16 Water and Power (October 1, 2005 APWA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power and water as a pay item. 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. m 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. 9 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. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-18 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.01 B 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. • 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. 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. 1-05.19 Defects Arising in One Year and Remedies (February 15, 2019 CFW GSP) Section 1-05.19 is a new section: 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 CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-19 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.01 B 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. Section 1-05.19 shall not apply for Paint Share Lane Marking. Bid item provided approved material is used by the Contractor. 1n06 CONTROL OF MATERIAL 1-06.6 Recycled Materials (January 4, 2016 APWA GSP) Delete this section, including its subsections, and replace it with the following: The Contractor shall make their best effort to utilize recycled materials in the construction of the project. Approval of such material use shall be as detailed elsewhere in the Standard Specifications. Prior to Physical Completion the Contractor shall report the quantity of recycled materials that were utilized in the construction of the project for each of the items listed in Section 9-03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled glass, steel furnace slag and other recycled materials (e.g. utilization of on -site material and aggregates from concrete returned to the supplier). The Contractor's report shall be provided on DOT form 350-075 Recycled Materials Reporting. 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 LEgAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-20 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.01 B 1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well-known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's Plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. Section 1-07.1 is supplemented with the following: (May 13, 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). 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 CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-21 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.01 B 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 Delete this section, including its sub -sections, in its entirety and replace it with the following: 1-07.2 State Sales Tax (June 27, 2011 APWA GSP) The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a Bid on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit Bid prices or other Contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(2) describes this exception. The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA-funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all Contract -related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this Contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(1) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit Bid item prices, or other Contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2 2 State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-22 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.018 electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full Contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit Bid item prices, or in any other Contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit Bid item prices or in any other Contract amount. 1-07.2 3 Services The Contractor shall not collect retail sales tax from the Contracting Agency on any Contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1-07.4 Sanitation Section 1-07.4(2) is supplemented with the following: 1-07.4 2 Health Hazards (May 13, 2020, WSDOT GSP, OPTION 2) COVID-19 Health & Safety Plan (CHSP) The Contractor shall prepare a project specific COVID-19 health and safety plan (CHSP). The CHSP shall be prepared and submitted as a Type 2 working drawing prior to beginning physical Work. The CHSP shall be based on the most current State and Federal requirements. If the State or Federal requirements are revised, the CHSP shall be updated as necessary to conform to the current requirements. The Contractor shall update and resubmit the CHSP as the work progresses and new activities appear on the look ahead schedule required under Section 1-08.3(2)D. If the conditions change on the project, or a particular activity, the Contractor shall update and resubmit the CHSP. Work on any activity shall cease if conditions prevent full compliance with the CHSP. The CHSP shall address the health and safety of all people associated with the project including State workers in the field, Contractor personnel, consultants, project staff, subcontractors, suppliers and anyone on the project site, staging areas, or yards. COVID-19 Health and Safety Plan (CHSP) Inspection The Contractor shall grant full and unrestricted access to the Engineer for CHSP Inspections. The Engineer (or designee) will conduct periodic compliance inspections on the project site, staging areas, or yards to verify that any ongoing work activity is CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-23 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.01 B following the CHSP plan. If the Engineer becomes aware of a noncompliance incident either through a site inspection or other means, the Contractor will be notified immediately (within 1 hour). The contractor shall immediately remedy the noncompliance incident or suspend all or part of the associated work activity. The Contractor shall satisfy the Engineer that the noncompliance incident has been corrected before the suspension will end. 1-07.6 Permits and Licenses (April 12, 2018 CFW 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. 1-07.9(5) 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" Certified Payrolls, including a signed Statement projects, shall be submitted to the Engineer using Wage Intent & Affidavit (PWIA) system. "Affidavits of Wages Paid" and of Compliance for Federal -aid the State L&I online Prevailing Intents and Affidavits On forms provided by the Industrial Statistician of State L&I, the Contractor shall submit to the Engineer the following for themselves and for each firm covered under RCW 39.12 that will or has provided Work and materials for the Contract: 1. The approved "Statement of Intent to Pay Prevailing Wages" State L&I's form number F700-029-000. The Contracting Agency will make no payment under this Contract until this statement has been approved by State L&I and reviewed by the Engineer. 2. The approved "Affidavit of Prevailing Wages Paid", State L&I's form F700- 007-000. The Contracting Agency will not grant Completion until all approved Affidavit of Wages paid for the Contractor and all Subcontractors have been received by the Engineer. The Contracting Agency will not release to the CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-24 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.01 B 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 WSDOT GSP) Section 1-07.13(4) is revised to read: The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. For damage qualifying for relief under Sections 1-07.13(1), 1-07.13(2) or 1-07.13(3), payment will be made in accordance with Section 1-04.4. Payment will be limited to repair of damaged work only. No payment will be made for delay or disruption of work. 1-07.16 Protection and Restoration of Pro e 1-07.16(2) Vegetation Protection and Restoration (August 2, 2010 WSDOT GSP) Section 1-07.16(2) is supplemented with the following: Vegetation and soil protection zones for trees shall extend out from the trunk to a distance of 1 foot radius for each inch of trunk diameter at breast height. Vegetation and soil protection zones for shrubs shall extend out from the stems at ground level to twice the radius of the shrub. Vegetation and soil protection zones for herbaceous vegetation shall extend to encompass the diameter of the plant as measured from the outer edge of the plant. 1-07.17 Utilities and Similar Facilities (April 2, 2007 WSDOT GSP, OPTION 1) Section 1-07.17 is supplemented with the following: Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-25 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.018 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: Andrew Weygandt Attn: Aaron Cantrell 31627 1 st Avenue S 4020 Auburn Way North Federal Way, WA 98003 Auburn, WA 98002 Telephone: (253)945-1624 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 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) 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 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) CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-26 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.018 1-07.18 1 General Requirements A. The Contractor shall procure and maintain the insurance described in all subsections of section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best rating of not less than A-: VII and licensed to do business in the State of Washington. The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer's financial condition. B. The Contractor shall keep this insurance in force without interruption from the commencement of the Contractor's Work through the term of the Contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated below. C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims - made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Completion Date or earlier termination of this Contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ("tail") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The Contractor's Automobile Liability, Commercial General Liability and Excess or Umbrella Liability insurance policies shall be primary and non-contributory insurance as respects the Contracting Agency's insurance, self-insurance, or self -insured pool coverage. Any insurance, self-insurance, or self -insured pool coverage maintained by the Contracting Agency shall be excess of the Contractor's insurance and shall not contribute with it. E. The Contractor shall provide the Contracting Agency and all additional insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. F. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency G. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days' notice to the Contractor to correct the breach, immediately 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. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-27 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.018 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. 1-07.1$ 3 Subcontractors The Contractor shall cause each Subcontractor of every tier to provide insurance coverage that complies with all applicable requirements of the Contractor -provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by Subcontractors. The Contractor shall ensure that all Subcontractors of every tier add all entities listed in 1-07.18(2) as additional insureds, and provide proof of such on the policies as required by that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency evidence of insurance and copies of the additional insured endorsements of each Subcontractor of every tier as required in 1-07.18(4) Verification of Coverage. 1-07.18(4) Verification of Coverage The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. Failure of Contracting Agency to demand such verification of coverage with these insurance requirements or failure of Contracting Agency to identify a deficiency from the insurance documentation 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. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-28 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.018 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07.18(2) as additional insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. 3. Any other amendatory endorsements to show the coverage required herein. 4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these requirements — actual endorsements must be submitted. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is required on this Project, a full and certified copy of that policy is required when the Contractor delivers the signed Contract for the work. 1-07.18 5 Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Contractor's maintenance of insurance, its scope of coverage, and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the Contracting Agency's recourse to any remedy available at law or in equity. All deductibles and self -insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible or self -insured retention shall be the responsibility of the Contractor. In the event an additional insured incurs a liability subject to any policy's deductibles or self -insured retention, said deductibles or self -insured retention shall be the responsibility of the Contractor. 1-07.18(5)A Commercial General Liability Commercial General Liability insurance shall be written on coverage forms at least as broad as ISO occurrence form CG 00 01, including but not limited to liability arising from premises, operations, stop gap liability, independent contractors, products -completed operations, personal and advertising injury, and liability assumed under an insured contract. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement. Contractor shall maintain Commercial General Liability Insurance arising out of the Contractor's completed operations for at least three years following Substantial Completion of the Work. Such policy must provide the following minimum limits: $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 $1,000,000 Stop Gap / Employers' Liability each Accident CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-29 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.018 1-07.1$ 5 B Automobile Liability Automobile Liability shall cover owned, non -owned, hired, and leased vehicles; and shall be written on a coverage form at least as broad as ISO form CA 00 01. If the work involves the transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99 48 endorsements. Such policy must provide the following minimum limit: $1,000,000 Combined single limit each accident 1-07.1$ 5 C Workers' Coat ensation 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 Liabilit (January 4, 2016 APWA GSP) The Contractor shall provide Excess or Umbrella Liability insurance with limits of not less than $3,000,000 each occurrence and annual aggregate. This excess or umbrella liability coverage shall be excess over and as least as broad in coverage as the Contractor's Commercial General and Auto Liability insurance. All entities listed under 1-07.18(2) of these Special Provisions shall be named as additional insureds on the Contractor's Excess or Umbrella Liability insurance policy. This requirement may be satisfied instead through the Contractor's primary Commercial General and Automobile Liability coverages, or any combination thereof that achieves the overall required limits of insurance. 1-07.18(5)J Pollution Liability (January 4, 2016 APWA GSP) The Contractor shall provide a Contractors Pollution Liability policy, providing coverage for claims involving bodily injury, property damage (including loss of use of tangible property that has not been physically injured), cleanup costs, remediation, disposal or other handling of pollutants, including costs and expenses incurred in the investigation, defense, or settlement of claims, arising out of any one or more of the following: 1. Contractor's operations related to this project. 2. Remediation, abatement, repair, maintenance or other work with lead -based paint or materials containing asbestos. 3. Transportation of hazardous materials away from any site related to this project. All entities listed under 1-07.18(2) of these Special Provisions shall be named by endorsement as additional insureds on the Contractors Pollution Liability insurance policy. Such Pollution Liability policy shall provide the following minimum limits: $1,000,000 each loss and annual aggregate 1-07.23 Public Convenience and Safety 1-07.23(l) Construction under Traffic (February 3, 2020 WSDOT GSP, OPTION 2) CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-30 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.018 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) 10 35 mph or less 40 mph 15 45 to 50 mph 20 55 to 60 mph 30 60 mph or qreater 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. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-31 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.01 B • Closure of one lane at a time may occur between the hours of 7AM to 7PM. Any closures between 7PM to 7AM require prior approval by the City. • Arterial and Collector streets, lane closures be allowed between the hours of 8:30 a.m. to 3:30 p.m. • If a lane closure is required, at least one lane of traffic (alternating directions / fagger controlled) shall be maintained at all times. Unless otherwise approved or shown on plans, the Contractor shall maintain two-way traffic during construction. The Contractor shall maintain continuous two-way traffic along streets throughout the project site. The Contractor shall have the option, with the approval of the Engineer, of momentarily interrupting the continuous two-way traffic to allow one-way traffic. Such interruptions shall utilize qualified flaggers placed in strategic locations to insure the public safety and minimize driver confusion. A momentary interruption shall be defined as a period of time not to exceed two (2) minutes. Regardless of the period of time no queue greater than ten (10) cars in length will be allowed. Working at night (8pm to 7am weekdays, 8pm — 9am weekends & holidays) is not mandated by the City. Should the contractor schedule project work during nighttime hours, it shall be the Contractor's responsibility to obtain any required noise variance or exemption for such work. For approved night work, the Contractor shall, at no additional cost to the City, make all arrangements for operations during hours of darkness. Flagger stations shall be illuminated using a minimum 150-watt floodlight. Lighting used for nighttime work shall, whenever possible, be directed away from or shielded from residences and oncoming traffic. Signs and barricades shall be supplemented by Type C steady burn lights to delineate edge of roadway during the hours of darkness. The Contractor shall keep all pedestrian routes & access points (including, but not limited to, sidewalks, and crosswalks when located within the project limits) open and clear at all times unless permitted otherwise by the Engineer in an approved traffic control plan. An ADA accessible route must be provided through the project site at all times. • Pedestrians must have access to pedestrian push buttons at all times. • The Contractor shall provide flaggers, signs, and other traffic control devices. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-32 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.018 sidewalks, or paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place. All signs and traffic control devices for the permitted closures shall only be installed during the specified hours. Construction signs, if placed earlier than the specified hours of closure, shall be turned or covered so as not to be visible to motorists The Contractor shall be responsible for notifying all affected property owners and tenants prior to commencing the barricading of streets, alleys, sidewalks and driveways. Notifications should be at least 48 hours in advance of closures, if possible. The Contractor shall, at all times throughout the project, conduct the work in such a manner as will obstruct and inconvenience vehicular and pedestrian traffic as little as possible. The streets, sidewalks and private driveways shall be kept open by the Contractor except for the brief periods when actual work is being done. The Contractor shall so conduct his operations so as to have under construction no greater length or amount of work than he can prosecute vigorously and he shall not open up sections of the work and leave them in an unfinished condition. Lane closures shall not impact business accesses. All business accesses will remain open during business hours. ® Lane closures shall not restrict vehicular access for buses through the project site. Bus stops shall remain ADA accessible to pedestrians at all times throughout the project If the Engineer determines the permitted closure hours adversely affect traffic, the Engineer may adjust the hours accordingly. The Engineer will notify the Contractor in writing of any change in the closure hours. Lane closures are not allowed on any of the following: 1. A holiday, 2. A holiday weekend; holidays that occur on Friday, Saturday, Sunday or Monday are considered a holiday weekend. A holiday weekend includes Saturday, Sunday, and the holiday. 3. After 12:00 PM (noon) on the day prior to a holiday or holiday weekend, and 4. Before 7:00 AM on the day after the holiday or holiday weekend. 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 CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-33 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.01 B Western boundary: 14th Ave S (future extension) / west of 320th Public Library / 11th PI S 1-07.24 Rights of Way (July 23, 2015 APWA GSP) Delete this section and replace it with the following: Street Right of Way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public Right of Way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. 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. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-34 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.018 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. 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; 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) Flours of Work (December 8, 2014 APWA GSP) Add the following new section: CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-35 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.018 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 within the allowable hours below: Schedules A, B and C: Arterial and Collector streets - Monday through Friday, 8:30 a.m. to 3:30 p.m. Residential streets — Monday through Friday, 7:00 a.m. to 3:30 p.m. exclusive of a lunch break. If the Contractor desires different than the normal working hours stated above, the request must be submitted in writing prior to the preconstruction conference, subject to the provisions below. The working hours for the Contract shall be established at or prior to the preconstruction conference. All working hours and days are also subject to local permit and ordinance conditions (such as noise ordinances). If the Contractor wishes to deviate from the established working hours, the Contractor shall submit a written request to the Engineer for consideration. This request shall state what hours are being requested, and why. Requests shall be submitted for review no later than noon two working days prior to the day(s) the Contractor is requesting to change the hours. If the Contracting Agency approves such a deviation, such approval may be subject to certain other conditions, which will be detailed in writing. For example: 1. On non -Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency representatives who worked during such times. (The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees or third party consultants when, in the opinion of the Engineer, such work necessitates their presence.) 2. Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. 3. Considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24-hour period. 4. If a 4-10 work schedule is requested and approved the non -working day for the week will be charged as a working day. 5. If Davis Bacon wage rates apply to this Contract, all requirements must be met and recorded properly on certified payroll. (August 14, 2020 CFW GSP) Add the following new section: CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-36 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.01 B The Contractor may request extended work hours on days when paving operations are occurring. Work hours may be modified to 7:00 a.m. to 5:30 p.m. on paving days if the Engineer determines that the benefits of extended working hours will minimize the overall impacts to traffic. Extended work hours for paving will require VMS boards to be placed a minimum of 2 business days prior to the paving day. Payment for VMS boards shall be considered incidental to the Contractor's operations, unless there is a specific bid item for VMS boards. 1-08.1 Subcontracting (May 30, 2019 APWA GSP, OPTION 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 preconstrucfion 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 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. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-37 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.018 1-08.5 Time for Completion (November 30, 2018 APWA GSP, OPTION A) Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor is approved to work 10 hours a day and 4 days a week a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinary be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (per Section 1-07.9(5)). b. Material Acceptance Certification Documents c. Monthly Reports of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor and all Subcontractors f. A copy of the Notice of Termination sent to the Washington State Department of Ecology (Ecology); the elapse of 30 calendar days from the date of receipt of the Notice of Termination by Ecology; and no rejection of the Notice of Termination by Ecology. This requirement will not apply if the Construction Stormwater General Permit is transferred back to the Contracting Agency in accordance with Section 8-01.3(16). CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-38 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.01 B g. Property owner releases per Section 1-07.24 (March 13, 1995 WSDOT GSP, OPTION 7) Section 1-08.5 is supplemented with the following: This project shall be physically complete within 60 working days or by October 31, 2021. 1-08.9 l.iouidated Damages (September 8, 2020 WSDOT GSP, OPTION 3) Section 1-08.9 is supplemented with the following: Liquidated damages in the amount of $550 per working day will be assessed for failure to physically complete the Contract within the physical completion time specified. 1-09 MEASUREMENT AND PAYMENT 1-09.2(1) General Requirements for Weighing Equipment (July 23, 2015 APWA GSP, OPTION 2) Revise item 4 of the fifth paragraph to read: 4. Test results and scale weight records for each day's hauling operations are provided to the Engineer daily. Reporting shall utilize WSDOT form 422-027, Scaleman's Daily Report, unless the printed ticket contains the same information that is on the Scaleman's Daily Report Form. The scale operator must provide AM and/or PM tare weights for each truck on the printed ticket. 1-09.2(5) Measurement (May 2, 2017 APWA GSP) Revise the first paragraph to read: Scale Verification Checks — At the Engineer's discretion the Engineer may 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 CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-39 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.01 B 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 Payments (March 13, 2012 APWA GSP) Delete the first four paragraphs and replace them with the following: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction Conference, to enable the Project Engineer to determine the Work performed on a monthly basis. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent a lump sum breakdown, the Project Engineer will make a determination based on information available. The Project Engineer's determination of the cost of work shall be final. Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payments. The progress estimates are subject to change at any time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following: Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — based on the approved Contractor's lump sum breakdown for that item, or absent such a breakdown, based on the Engineer's determination. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 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. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-40 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.018 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 3 Time Limitation and Jurisdiction (November 30, 2018 APWA GSP) Revise this section to read: For the convenience of the parties to the Contract it is mutually agreed by the parties that any claims or causes of action which the Contractor has against the Contracting Agency arising from the Contract shall be brought within 180 calendar days from the date of final acceptance (Section 1-05.12) of the Contract by the Contracting Agency; and it is further agreed that any such claims or causes of action shall be brought only in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction. The parties understand and agree that the Contractor's failure to bring suit within the time period provided, shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action which the Contractor asserts against the Contracting Agency arising from the Contract are filed with the Contracting Agency or initiated in court, the Contractor shall permit the Contracting Agency to have timely access to any records deemed necessary by the Contracting Agency to assist in evaluating the claims or action. 1-09.13 Claim Resolution 1-09.13 3 Claims $250,000 or Less (October 1, 2005 APWA GSP) Delete this Section and replace it with the following: The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1-09.11 and not resolved by nonbinding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1-09.13(3)A Administration of Arbitration_ (November 30, 2018 APWA GSP) Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headquarters is located, provided that where claims subiect to arbitration are asserted against a county. RCW 36.01.050 shall control venue and jurisdiction of the Superior Court. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the Contract as a basis for decisions. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-41 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.018 1-10.1 General 1-10.1(2) Description (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 1-10.2(1) General (January 3, 2017 WSDOT GSP, OPTION 1) Section 1-10.2(1) is supplemented with the following: Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of Washington. The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers -Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297-3035 Evergreen Safety Council 12545 135th Ave. NE Kirkland, WA 98034-8709 1-800-521-0778 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406-1022 Training Dept. Toll Free (877) 642-4637 Phone: (540) 368-1701 1-10.2(2) Traffic Control Plans (April 12, 2018 CFW GSP) Section 1-10.2(2) is supplemented with the following: The following minimum Traffic Control requirements shall be maintained during the construction of the project: 1. If the Contractor opts to utilize traffic control plans other than those provided in these Contract Documents, the Contractor shall provide traffic control plans to the City of Federal Way for review and approval a minimum of five (5) working days prior to implementation. These plans shall supplement Construction Staging Plans. The plans as provided by the Contractor shall include and not be limited to the following information: • Stop line locations with station and offset to verify safety of intersection turning radius for vehicles. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-42 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.018 • 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. 1-10.3 Traffic Control Labor Procedures and Devices (May 20, 2020 WSDOT GSP, OPTION 1) Section 1-10.3 is supplemented with the following: Contractor Provided Uniformed Police Officers The Contractor shall provide, direct, and monitor Uniformed Police Officers having jurisdiction to control traffic in accordance with the Plans. A uniformed police officer (UPO) is a sworn police officer from a local law enforcement agency or a Washington State Patrol officer. The UPO shall provide traffic control as shown The following contact information for potential service providers is supplied for the Contractor's convenience: Off -Duty Officer Resource List Federal Way Police Department (253) 835-6701 or (253) 835-6700 Saturday/Sunday Cancellations (253) 835-6851 King County Sheriff's Officers (206) 957-0935 ext 1 Washington State Patrol (WSP) Officers (425) 401-7788 Permission is required from the City of Federal Way Police Chief prior to King County Sheriff's or WSP officers working within the City. No other agencies or private companies are authorized to perform off -duty work within the City without project -specific approval from the Police Chief or his designee (Lynnette Allen, 253-835-6701). (June 12, 2020 CFW GSP) Section 1-10.3 is supplemented with the following: 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. The signal should only be switched into flash mode upon approval by the City. The type of work that requires a UPO at the intersection may include, but is not limited to: installation of signal poles, signal switchover, paving, striping, CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-43 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.01 B excavation in the intersection. The Contractor shall minimize traffic impacts at intersections whenever possible. The Contractor shall minimize the limits of the work zone area at intersections in order to reduce the use of off -duty uniformed police officers whenever possible. If there are multiple lanes of traffic and the nature of the work allows, the Contractor shall keep as many lanes open as possible in order to maintain two- way traffic that is controlled by the signal. Intersection traffic may not be flagged with an active signal in full operation. Flaggers may not be placed at the center of an intersection per WAC 468-95- 302. The only person allowed to legally control traffic from the center of an intersection is a uniformed police officer. 1-10.4 Measurement 1-10.40) Lump Sum Bid for Protect (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 Sign will be measured per each. 1-10.5 Payment 1-10.5(2) Item Bids with Lump,Sum for Incidentals Section 1-10.5(2) is supplemented with the following: "Project Sign", per each. Project Temporary Traffic Control shall include all Class A signs, all other labor and equipment required to provide traffic control for project unless other bid items are noted. END OF DIVISION 1 CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-44 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.018 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-22.1 Description (November 2, 2020 CFW GSP) Section 8-22.1 is supplemented with the following: Pavement markings shall conform to City of Federal Way Standard Details. Profiled and plastic lines shall conform to the pattern as shown on WSDOT Standard Plan M-20.20. 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 Construction, 2021 edition, as issued by the Washington State Department of Transportation (WSDOT). 8-22.2 Materials (October 23, 2014 CFW GSP) Section 8-22.2 Sentence #3 is deleted and replaced with the following: Glass beads for Type A plastic shall be as recommended by the manufacturer. 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. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-45 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.018 Paint lines shall be provided for temporary pavement marking conditions not applicable for reflective tape. All costs in connection with the use of (placement and removal) reflective traffic tape as 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. 8-22.30) Preliminary Spottinu Delete this section in its entirely and replace with the following: Spotting of Pavement Markings and Symbols will be provided in its entirety be the Engineer. 8-22.3 3l Marking Application Section 8-22.3(3) is supplemented with the following: Plastic Bike Detection Symbol, Plastic Shared Lane Marking, and Paint Shared Lane Markings shall not have a marked green background installed. 8-22.3 3 E Installation (November 2, 2020 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. 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 four (4) inch wide by one (1) linear foot of marking. 8-22.3(6) Removal of Pavement Markings (April 12, 2018 CFW GSP) Section 8-22.3(6) is deleted in its entirety. 8-22.4 Measurement (December 13, 2012 CFW GSP) Section 8-22.4 is supplemented with the following: Measurement for the removal of all pavement markings will be per lump sum. 8-22.5 Payment (April 12, 2018 CFW GSP) Section 8-22.5 is modified as follows: The following bid items are deleted: "Removing Paint Line", per linear foot. "Removing Plastic Line", per linear foot. "Removing Painted Crosswalk Line", per square foot. "Removing Plastic Crosswalk Line", per square foot. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-46 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.018 "Removing Painted Traffic Marking", per each. "Removing Plastic Traffic Marking", per each. The following is a new bid item: "Removing Pavement Markings", per lump sum. "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 2 (2021) PROJECT SP-47 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.018 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 the Series 50M or 70M with a Methacrylate compatible coupling agent approved by the material manufacturer. Elements shall meet or exceed a minimum initial value of 150 mcd for white and 125 mcd for yellow per ASTM 2176. 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. Element Gradations Mass Percent Passing (ASTM D1214) CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-48 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.01 B US Mesh Micron Standard Elements "S" Series 12 1700 80-100 85-100 14 1410 45-80 70-96 16 1180 5-40 50-90 18 1000 0-20 5-60 20 850 0-7 0-25 600 1 0-7 30 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 millicandeias 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 recorded on the daily report and submitted to the project engineer at the end of each work day or shift. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-49 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.018 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 (January 13, 2021 WSDOT) The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01, effective September 30, 2020 is made a part of this contract. The Standard Plans are revised as follows: A-50.10 DELETED A-50.20 DELETED A-50.30 DELETED A-50.40 DELETED B-90.40 Valve Detail — DELETED C-1 DELETED C-8 Add new Note 5, "5. Type 2 Barrier and Barrier Terminals are allowed in temporary installations only. New Type 2 Barrier and Barrier Terminals are not allowed to be fabricated after December 31, 2019. The plan is provided as a means to verify that any Type 2 barrier and Barrier Terminals fabricated prior to December 31, 2019 meets the plan requirements and cross -sectional dimensions as specified in Standard Specifications 6-10.3(5)." C-8a Add new Note 2, "2. Type 4 Barrier and Barrier Transition are allowed in temporary installations only. New Type 4 Barrier and Barrier Transition are not allowed to be fabricated after December 31, 2019. The plan is provided as a means to verify that any Type 4 barrier and Barrier Transition fabricated prior to December 31, 2019 meets the plan requirements and cross -sectional dimensions as specified in Standard Specifications 6-10.3(5)." C-8b CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-50 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.01 B DELETED C-8e DELETED C-8f DELETED C-16a DELETED C-20.10 The following table is added: SLOPE \ EMBANKMENT TABLE FOR 8', 9', 11' LONG POSTS SLOPE 1 H : 1 V OR FLATTER 2H : 1 V OR FLATTER POST LENGTH 8-FOOT 8-FOOT 9-FOOT 1.5H : 1 V OR FLATTER 11-FOOT 1 H : 1 V OR FLATTER C-20.11 DELETED C-20.19 DELETED C-40.16 DELETED C-40.18 DELETED C-80.50 DELETED C-85.14 DELETED W(FT) 2.5 MIN 0 (FACE OF BARRIER AT _SLOPE BREAK POINT) 0 (FACE OF BARRIER AT SLOPE BREAK POINT) 0 (FACE OF BARRIER AT SLOPE BREAK POINT) C85.15 SECTION B detail, the callout reading "ANCHOR BOLT (TYR) - SEE DETAIL, STANDARD PLAN C-8b", is revised to read "ANCHOR BOLT (TYP.) - SEE DETAIL IN PLANS". CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-51 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.018 SECTION B detail, the callout reading "ANCHOR PLATE (TYR) - SEE STANDARD PLAN J-8b", is revised to read "ANCHOR PLATE (TYR) - SEE DETAIL IN PLANS". D-2.14 DELETED D-2.16 DELETED D-2.18 DELETED D-2.20 DELETED D-2.42 DELETED D-2.44 DELETED D-2.46 DELETED D-2.48 DELETED D-2.82 DELETED D-2.86 DELETED D-10.10 Wall Type 1 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT Bridge Design Manual (BDM) and the revisions stated in the 11 /3/15 Bridge Design memorandum. D-10.15 Wall Type 2 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT BDM and the revisions stated in the 11 /3/15 Bridge Design memorandum. D-10.30 Wall Type 5 may be used in all cases. D-10.35 Wall Type 6 may be used in all cases. CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-52 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.018 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. G-20.10 SIGN INSTALLATION BEHIND TRAFFIC BARRIER detail, dimension callout "3' MIN.", is revised to read "5' MIN.". H-70.20 Sheet 2, Spacing Detail, Mailbox Support Type 1, reference to Standard Plan 1-70.10 is revised to H-70.10 H-70.30 DELETED J-10.16 Key Note 14, reads: "Mounting Hole - See Standard Plan J-10.30 for mounting Details." Is revised to read: "Mounting Hole - See Standard Plan J-10.14 for mounting Details." General Note 12, reads: "See Standard Plan J-10.30 for pole installation details." Is revised to read: "See Standard Plan J-10.14 for pole installation details." J-10.17 Key Note 16, reads: "Mounting Hole - See Standard Plan J-10.?? for mounting Details." Is revised to read: "Mounting Hole - See Standard Plan J-10.14 for mounting Details." General Note 12, reads: "See Standard Plan J-10.30 for pole installation details." Is revised to read: "See Standard Plan J-10.14 for pole installation details." CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-53 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.018 J-10.18 Key Note 12, reads: "Mounting Hole - See Standard Plan J-10.20 for mounting Details." Is revised to read: "Mounting Hole - See Standard Plan J-10.14 for mounting Details." General Note 12, reads: "See Standard Plan J-10.30 for pole installation details." Is revised to read: "See Standard Plan J-10.14 for pole installation details." J-20.26 Add Note 1, 1. One accessible pedestrian pushbutton station per pedestrian pushbutton post." J-20.16 View A, callout, was - LOCK NIPPLE, is revised to read; CHASE NIPPLE J-21.10 Sheet 1, Elevation View, Round Concrete Foundation Detail, callout - "ANCHOR BOLTS 3/4" (IN) x 30" (IN) FULL THREAD - THREE REQ'D. PER ASSEMBLY" IS REVISED TO READ: "ANCHOR BOLTS - 3/4" (IN) x 30" (IN) FULL THREAD - FOUR REQ'D. PER ASSEMBLY" Sheet 1 of 2, Elevation view (Round), add dimension depicting the distance from the top of the foundation to find 2 #4 reinforcing bar shown, to read; 3" CLR.. Delete "(TYP.)" from the 2 1/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 1/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 1 # 4 reinf. Bar. Sheet 2 of 2, Elevation view (Round), add dimension depicting the distance from the top of the foundation to find 2 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYP.)" from the 2 1/2" 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 1/2" 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 1/2" DIAM., is revised to read; CHASE NIPPLE - 1 1/2" (IN) DIAM. J-21.16 Detail A, callout, was - LOCKNIPPLE, is revised to read; CHASE NIPPLE J-22.15 CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-54 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.018 Ramp Meter Signal Standard, elevation, dimension 4' - 6" is revised to read; 6'-0" (2x) Detail A, callout, was - LOCK NIPPLE - 1 1/2" DIAM. is revised to read; CHASE NIPPLE 1 1/2" (IN) DIAM. J-40.10 Sheet 2 of 2, Detail F, callout, 12 - 13 x 1 11Y S.S. PENTA HEAD BOLT AND 12" S. S. FLAT WASHER" is revised to read; 12 - 13 x 1 1/2" S.S. PENTA HEAD BOLT AND 1/2" (IN) S. S. FLAT WASHER" J-40.36 Note 1, second sentence: "Finish shall be # 2B for backbox and # 4 for the cover." Is revised to read: "Finish shall be # 213 for barrier box and HRAP (Hot Rolled Annealed and Pickled) for the cover. J-40.37 Note 1, second sentence: "Finish shall be # 213 for backbox and # 4 for the cover." Is revised to read: "Finish shall be # 213 for barrier box and HRAP (Hot Rolled Annealed and Pickled) for the cover. J-75.20 Key Notes, note 16, second bullet point, was: 1/2" (IN) x 0.45" (IN) Stainless Steel Bands", add the following to the end of the note: "Alternate: Stainless steel cable with stainless steel ends, nuts, bolts, and washers may be used in place of stainless steel bands and associated hardware." J-81.10 All references to "Type 170 Controller" are replaced with "Controller". L-40.10 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-30.35-00....... 10/12/07 A-60.10-03........ 12/23/14 A-10.20-00 ...... 10/5/07 A-40.00-00... ...... 8/11 /09 A-60.20-03......... 12/23/14 A-10.30-00 ...... 10/5/07 A-40.10-04......... 7/31 /19 A-60.30-01.......... 6/28/18 A-20.10-00 ...... 8/31 /07 A-40.15-00... ......8/11 /09 A-60.40-00.......... 8/31 /07 A-30.10-00 ...... 11 /8/07 A-40.20-04......... 1 /18/17 A-30.30-01 ...... 6/16/11 A-40.50-02......... 12/23/14 B-5.20-03........ 9/9/20 B-30.50-03......... 2/27/18 B-75.20-02.......... 2/27/18 B-5.40-02......... 1 /26/17 B-30.60-00....... 9/9/20 B-75.50-01.......... 6/10/08 B-5.60-02......... 1 /26/17 B-30-70-04...... 2/27/18 B-75.60-00............ 6/8/06 B-10.20-02 ........ 3/2/18 B-30.80-01... ...... 2/27/18 B-80.20-00......... 6/8/06 B-10.40-01 ........ 1 /26/17 B-30.90-02........ 1 /26/17 B-80.40-00......... 6/1 /06 B-10.70-01 ...... 9/9/20 B-35.20-00.... ...... 6/8/06 B-85.10-01......... 6/10/08 B-15.20-01 ........ 2/7/12 B-35.40-00... ....... 6/8/06 B-85.20-00.......... 6/1/06 CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-55 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.018 B-1 5.40-01 ........ 2/7/ 12 B-15.60-02........ 1 /26/17 B-20.20-02....... 3/16/12 B-20.40-04....... 2/27/ 18 B-20.60-03 ....... 3/15/12 B-25.20-02 ........ 2/27/18 B-25.60-02 ......... 2/27/18 B-30.05-00 ...... 9/9/20 B-30.10-03......... 2/27/ 18 B-30.15-00 ........ 2/27/18 B-30.20-04 ......... 2/27/18 B-30.30-03 ......... 2/27/18 B-30.40-03 .......... 2/27/18 C-1....................9/9/20 C-1 b...................9/9/20 C-1 d................ 10/31 /03 C-2c..................8/12/19 C-4f ................... 8/ 12/ 19 C-6a................10/14/09 C-7..................... 6/ 16/ 11 C-7a...................6/16/11 C-8 ..................... 2/ 10/09 C-8a...................7/25/97 C-20.10-06 ......... 9/16/20 C-20.14-04 .......... 8/ 12/ 19 C-20.15-02 .......... 6/11 /14 C-20.18-03 .......... 8/12/19 C-20.40-07 .......... 8/12/19 C-20.41-02 .......... 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-2.32-00........ 11 /10/05 D-2.34-01........ 1 /6/09 D-2.36-03........ 6/11 /14 D-2.60-00........ 11 /10/05 D-2.62-00........ 11 /10/05 D-2.64-01........ 1 /6/09 D-2.66-00........ 11 /10/05 D-2.68-00........ 11 /10/05 E-1.................... 2/21 /07 E-2... . ................5/29/98 F-10.12-04....... 9/24/20 F-10.16-00....... 12/20/06 F-10.18-02.........9/24/20 F-10.40-04...... ..... 9/24/20 CITY OF FEDERAL WAY B-40.20-00 .......... 6/1 /06 B-40.40-02 ........ 1 /26/17 B-45.20-01 .......... 7/11 /17 B-45.40-01 .......... 7/21 /17 B-50.20-00 .......... 6/1 /06 B-55.20-02 .......... 2/27/18 B-60.20-02 .......... 9/9/20 B-60.40-01 .......... 2/27/18 B-65.20-01 .......... 4/26/ 12 B-65.40-00 .......... 6/1 /06 B-70.20-00 .......... 6/1 /06 B-70.60-01 .......... 1 /26/17 C-20.42-05.......... 7/14/15 C-20.45.02........... 8/12/19 C-22.16-07........ 9/16/20 C-22.40-08........ 9/16/20 C-22.45-05........ 9/16/20 C-23.60-04........ 7/21 /17 C.24.10-02........ 8/12/19 C-25.20-06 ........ 7/14/15 C-25.22-05 ........ 7/14/15 C-25.26-04 ........ 8/12/19 C-25.30-00 ....... 6/28/18 C-25.80-05 ........ 8/12/19 C-60.1 0-01 ....... 9/24/20 C-60.20-00...... 9/24/20 C-60.30-00 ....... 9/24/20 C-60.70-00 ....... 9/24/20 D-2.80-00........ 11 /10/05 D-2.84-00........ 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 D-3.16-02...... 5/29/13 D-3.17-02 ...... 5/9/ 16 D-4.................12/11 /98 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-30.10-04........ 9/25/20 F-40.12-03 ........ 6/29/ 16 B-85.30-00.......... 6/1 /06 B-85.40-00.......... 6/8/06 B-85.50-01. ........ 6/10/08 B-90.10-00 .......... 6/8/06 B-90.20-00 .......... 6/8/06 B-90.30-00 .......... 6/8/06 B-90.40-01 .......... 1 /26/17 B-90.50-00.......... 6/8/06 B-95.20-01 .......... 2/3/09 B-95.40-01 .......... 6/28/ 18 C-70.10-02 ........ 9/16/20 C-75.10-02 ........ 9/16/20 C-75.20-02 ........ 9/16/20 C-75.30-02 ........ 9/16/20 C-80.10-02 ........ 9/16/20 C-80.20-01 ........ 6/11 /14 C-80.30-01 ........ 6/11 /14 C-80.40-01 ........ 6/11 /14 C-85.10-00 ........ 4/8/12 C-85.11-01........ 9/16/20 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-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 ......... 7/8/08 D-10.35-00 ......... 7/8/08 D-1 0.40-01 ...... 12/2/08 D-1 0.45-01 ...... 12/2/08 F-40.15-04........ 9/25/20 F-40.16-03 ........ 6/29/ 16 F-45.10-02........ 7/15/16 F-80.10-04........ 7/ 15/ 16 GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-56 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.01 B 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 H-10.10-00.......... 7/3/08 H-10.15-00.......... 7/3/08 H-30.10-00...... 10/12/07 F-40.14-03........ 6/29/16 G-25.10-05 ....... 9/16/20 G-26.10-00 ...... 7/31 /19 G-30.10-04 ....... 6/23/15 G-50.10-03 ....... 6/28/18 G-90.10-03 ...... 7/11 /17 G-90.11-00 ...... 4/28/16 G-90.20-05 ...... 7/11 /17 G-90.30-04 ...... 7/11 /17 G-90.40-02 ...... 4/28/16 H-32.10-00....... 9/20/07 H-60.10-01......... 7/3/08 H-60.20-01......... 7/3/08 G-95.10-02........ 6/28/18 G-95.20-03........ 6/28/18 G-95.30-03........ 6/28/18 H-70.10-01...... 2/7/12 H-70.20-01...... 2/16/12 1-10.10-01......... 8/11 /09 1-30.20-00......... 9/20/07 1-40.20-00......... 9/20/07 1-30.10-02......... 3/22/13 1-30.30-02......... 6/12/19 1-50.20-01.......... 6/10/13 1-30.15-02......... 3/22/13 1-30.40-02------- 6/12/19 1-60.10-01.......... 6/10/13 1-30.16-01......... 7/11 /19 1-30.60-02--------- 6/12/19 1-60.20-01.......... 6/10/13 1-30.17-01.........6/12/19 1-40.10-00......... 9/20/07 1-80.10-02.... ......7/15/16 J-10..................7/18/97 J-28.40-02...... 6/11 /14 J-60.13-00........6/16/10 J-10.10-04 ...... 9/16/20 J-28.42-01....... 6/11 /14 J-60.14-01...... 7/31 /19 J-10.12-00 ....... 9/16/20 J-28.43-01....... 6/28/18 J-75.10-02...... 7/10/15 J-10.14-00 ........ 9/16/20 J-28.45-03....... 7/21 /16 J-75.20-01...... 7/10/15 J-10.15-01 ........ 6/11 /14 J-28.50-03....... 7/21 /16 J-75.30-02....... 7/10/15 J-10.16-01 ...... 9/16/20 J-28.60-02....... 7/21 /16 J-75.40-02...... 6/1 /16 J-10.17-01 ...... 9/16/20 J-28.70-03....... 7/21 /17 J-75.41-01------ 6/29/16 J-10.18-01 ...... 9/16/20 J-29.10-01....... 7/21/16 J-75.45-02------ 6/1/16 J-10.20-03 ...... 9/16/20 J-29.15-01....... 7/21 /16 J-80.10-00......6/28/18 J-10.21-01 ...... 9/16/20 J-29.16-02....... 7/21 /16 J-80.15-00...... 6/28/18 J-1 0.22-01 ........ 9/16/20 J-30.10-00...... 6/18/15 J-81.10-01...... 9/16/20 J-10.25-00 ...... 7/11 /17 J-40.05-00...... 7/21 /16 J-86.10-00...... 6/28/18 J-12.15-00 ...... 6/28/18 J-40.10-04...... 4/28/16 J-90.10-03....... 6/28/18 J-12.16-00 ...... 6/28/18 J-40.20-03...... 4/28/16 J-90.20-03....... 6/28/18 J-15.10-01 ........ 6/11 /14 J-40.30-04...... 4/28/16 J-90.21-02...... 6/28/18 J-15.15-02 ...... 7/10/15 J-40.35-01 ...... 5/29/13 J-90.50-00...... 6/28/18 J-20.10-04 ........ 7/31 /19 J-40.36-02...... 7/21 /17 J-20.11-03 ........ 7/31 /19 J-40.37-02...... 7/21 /17 J-20.15-03 ........ 6/30/14 J-40.38-01 ....... 5/20/13 J-20.16-02 ........ 6/30/14 J-40.39-00...... 5/20/13 J-20.20-02 ........ 5/20/13 J-40.40-02...... 7/31 /19 J-20.26-01 ........ 7/12/12 J-45.36-00...... 7/21 /17 J-21.10-04 ...... 6/30/14 J-50.05-00...... 7/21 /17 J-21.15-01 ...... 6/10/13 J-50.10-01....... 7/31 /19 J-21.16-01 ...... 6/10/13 J-50.11-02....... 7/31 /19 J-21.17-01 ...... 6/10/13 J-50.12-02....... 8/7/19 J-21.20-01 ...... 6/10/13 J-50.13-00....... 8/22/19 J-22.15-02 ...... 7/10/15 J-50.15-01....... 7/21 /17 CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-57 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.01 B 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-27.1 0-01 ..... 7/21/16 J-27.15-00.....3/15/12 J-28.10-02 ...... 8/7/19 J-28.22-00 ....... 8/07/07 J-28.24-02 ....... 9/16/20 J-28.26-01 ...... 12/02/08 J-28.30-03 ...... 6/11 /14 K-70.20-01....... 6/1 /16 K-80.10-02 ....... 9/25/20 K-80.20-00 ..... 12/20/06 K-80.35-01 ....... 9/16/20 K-80.37-01....... 9/ 16/20 L-10.10-02........ 6/21 /12 L-20.10-03........ 7/ 14/ 15 L-30.10-02........ 6/11 /14 M-1.20-04......... 9/25/20 M-1.40-03......... 9/25/20 M-1.60-03 ......... 9/25/20 M-1.80-03......... 6/3/ 11 M-2.20-03......... 7/ 10/ 15 M-2.21-00 ...... 7/10/15 M-3.10-04 ......... 9/25/20 M-3.20-03 ......... 9/25/20 M-3.30-04 ......... 9/25/20 M-3.40-04 ......... 9/25/20 M-3.50-03 ......... 9/25/20 M-5.10-03 ......... 9/25/20 M-7.50-01 ......... 1 /30/07 M-9.50-02......... 6/24/ 14 M-9.60-00 ........2/10/09 J-50.16-01 ....... 3/22/13 J-50.18-00 ....... 8/7/19 J-50.19-00 ....... 8/7/19 J-50.20-00 ....... 6/3/11 J-50.25-00 .......6/3/11 J-50.30-00 ....... 6/3/11 J-60.05-01 ....... 7/21 /16 J-60.11-00 ....... 5/20/13 J-60.12-00 ....... 5/20/13 L-40.15-01........ 6/ 16/ 11 L-40.20-02........ 6/21 /12 M-11.10-03........ 8/7/19 M-12.10-02 ...... 9/25/20 M-15.10-01 ........ 2/6/07 M-17.10-02 ........ 7/3/08 M-20.10-03........ 9/25/20 M-20.20-02 ........ 4/20/ 15 M-20.30-04 ........ 2/29/16 M-20.40-03 ........ 6/24/14 M-20.50-02 ........ 6/3/11 M-24.20-02 ....... 4/20/15 M-24.40-02 ....... 4/20/15 M-24.60-04 ....... 6/24/14 M-24.65-00 ...... 7/11 /17 M-24.66-00 ...... 7/11 /17 M-40.10-03...... 6/24/14 END DIVISION 9 L-70.10-01....... 5/21 /08 L-70.20-01 ....... 5/21/08 M-40.20-00. M-40.30-01. M-40.40-00. M-40.50-00. M-40.60-00. M-60.10-01. M-60.20-02. M-65.10-02. M-80.10-01. M-80.20-00. M-80.30-00. 10/12/07 ... 7/11 /17 ...9/20/07 ...9/20/07 ...9/20/07 ...6/3/11 ...6/27/11 ... 5/11 /11 ...6/3/11 ...6/10/08 ...6/10/08 CITY OF FEDERAL WAY GREENWAY PAVEMENT MARKINGS PHASE 2 (2021) PROJECT SP-58 PROJECT #220 CFW SPECIAL PROVISIONS VER. 2021.016 APPENDIX B STANDARD PLANS AND DETAILS � r N n m � O m 0 — m J r0m � Zm c� m Z: mo U ~DX nO n m D Z { 7 I Ln zT77 — ��� 21. � W A x cm O Z D CD C �* N m OD m m r.n •= m 'I J n r n D (D (D C Co Zo r rn Z I I W D - X JI N a _N Dom\ C I � m CD �I � N � t-) o v -•� z 1 o T /lJ aA� � j D) T CD m o� T � Z1 m vI Z - CD DTI I O D .Z1 N ^ 1 m I OL W N — Z O O O V N n m D T O 7 Z N O m < Z Z 'O Zm O O O I A m m mm.- m m �oA m O - D Z -0 p Z� m S N O ti O N m D O mON r O �xL N � m A Mm Ln A Z = A Dm Z O D m M TIN Z A O� m D I m O I m O Z O VI m m j O m? r O cZi tl 0 0 D JQw J QuoLLI w W O= p Z Z = Q > J W O J U m U UIWU ( -i ~ W vi Q p J~ LLJ d O � DC) U� LLJ =LLJ per U�< cn QQ(nZ Z O� zoW J m z < U F- = U F _ N LLJ of O � � p �� U p wm W�i - 00- W F- w NofC) Q Q W W W W V) W_ J F-- Z F-Z zF-LLJ QQ = DQ Q O �V)� Ow ~ LLI o LLI OiJJ F- OCD W Lo z U Oa U 00_U F- O Q= Z JZ_ m� — p Q Zaf W �_ Z0_W _Of Z==U7 p �FLLJ- Z� W 0- mFr JO QU maLLI � Q Es Of Q E pip Q of Z H O J � J WQU U g : N W LLJ M. N W O J �pY 0_ Q = Z � JO U M W 12- p = pa = 00- Q U Z QLLJafF- CAW LLI cnW �U W�� (nF�- H LLJ ��H LU O _Zd �� (n� 0'p r WZ W F U') QW (n of QwN of�O p U w O p��0' W Of gW m Z N Q AU)— p m Q NO =� I O 0 F- U� = F- U 0� -�~ �� �� w(n W O ZZ � w= OW � O W 0' O Z I Q 0Q�U) LLJ O JQ J= LLJ 0_Q H =ZZ � =LLJpW U =LLJpLWU z m W J a z J Q Q U W D_ D_ U �? Z j Z W Z Q Q z P 0_ 0_ W U U U W e m � Q N m 7 � r' � Q Ln U) n U)N CO N ILQ� 00 U) LLL- J LLJ o_ '1' Z w z w � w � _Z � w p� �_ pw Z JO Z = 2i JO j = J� } w L Z �- 3: O� �u � W �cw of� O WO � W rw �O Z - w U)ww rw /It w N U W � Z N J _ v a_Q � � W W Z �d � J � � � a O Z U Cl) � Z U w � � r-LLJ O � J w - U � N ... w O f W w Z Z Lr Cl- af � LLJ w Z J � � N O Of p 0 � Of � a_Z % ~ J W W W w N J W W U p D_ w i W � X z r � o w , F-l1 ULd w U CD LLJ a_ � W � / � � OW � � N Y O = O 0 Z � M 0LU W ~ m LLI U)�W W Z J� -1 W Z - ~lam w _Z J (D W a U � Q z J O W J ~ N ry 'o Z �� 00 }O- J O J w Z Z - Lil LA) J O CD LLJ W N _ J _ W W d' U) d O Ln Z O - Ln w - LLI Of U Z_ N W Z e J J a ` a (if J O (n _ W \ H m N z � Z r (n � w r N Li W a _z J N J J ~ J e N (n a N W W a Of N -� e W_ W a } O w r� w r W a O I Ln m ~ U LL- } ~ U LL- f �f L r U L� U W .� Q L _ -�� - Z w w F-- O O LL O Z O Z F- Z J w z� L� z LWN � O z O L) � W tO Z O W Ww _W� wa' WWW� �z ~O =z f= w F-O o Z = ItN o a - w W - W Of W w () ao U) I� a00 CO � LLJ F- NOZ J W CN ~ N O W a w 1 w ❑ (n �. W F-(n Ln 7200 z} O NN >-W ~J� J a J ` �� 0 W I N �i0 N W — VV z-1 Q J i Z W Z J W OLLJ —� / /// N W z o N aLLJ � H O } n Q, W LLI �cn W O C) J L ! 6 z co d T- A Y CQ G W W 'a IL 0 LU U t!1 J Y Q' a3 541 £ \ CO \ im /E \\ � § / w 2 ± � \ 2 a � \� b . � q � ))g\\ � 0 /ob\§ :!3{§ )%@±( k)B»= 2 ±D {{[o§ w oa—=2 /a}Cc: cc) o G § \ Gg 0 \\ .0 snu;� , § / v� / ° 4 \ Z q -Q 2 42 - © &£f f § ® \ [ E/\E /eo3 U 55 -0- r&e E E: ) f - =oe &©z b!2£ !®c §§®±f»� \0 �E a ) C) «2» . � � W � � Q � � Z W 2 W Q � � W U) � � M� 22 { ) \k -C E § i/§ ±/ c 2E- )f \\ /\, () k )�� (( ±2& t( 5n, §\\ \. ct88 )) =§2 @§� ZE OL ej\) a» Qb2 ==5 3: j& }2 £2f2 .:2 / it-0 W/ \\j( 62 J\ ��t z _ a n » m ! {§\ 04 k /u 2 ,0 0 ¥y )§ � � \ � , z �) �§ )) f0 \ \ 5 ) )) � $ 3F ! 6 ± 2 , }o =�f < D / 2 \/ k §■ \ , 3 { ',' 2 0u 0 - , �,� � cm \ \ ± !�!_I � t2)2E \ \\\\\\\\ \\ , J /0$§»2=+ -0 2 \� z ` % §\/C, Cl ��� 2= \/k00 k$ 11 «3:�� 4 y w 2 ± ,0 rZ > ��± ° f , y , , :Z , aew f±% §\ £ ' ' &/ ' !f , D �E 2 bfa £�ƒA - \)(2$ \0 » " %� a a§ . § � � m cco .OILl \ \ EZ ®2 \2 \\ �\ \^! OL � E n k\)2Q°§Q°2 ± r�a� � \2 tk££tk3 \\\\\\\ a t\t)awaw\w ® 2 AA)�meRe 72 kk£t&k§ / /\ \\\\\\\ � \)moGamR& a�««� ± /\f\\///\} £a22i&G§g BO N kOF) 4 a a� E C 0 Ir a� C L N :3 U U O N I a� TA z N J til c �4 0 W z J W in Q I N V) o 0 d (pLn l0 U J w O N N CL N I I 3 � � W g Z g v~i NCL L 3 J rn a s ,OL Q p O z Vl O` C_ T Z Z Q U U 3 a; -0 V) z Q V) I a- aCi 0 (lI p Q U tr O v O p z p Vpj (n J z U N 3 3 a< M W W p (n W Lu N 0:J (n Q � M I I z N ,3E J J fQ 3 N M M W VI VJI V) I N W J 3 J N ? N W m cn 77 p LLJ W_ Z VI a I } Y J W 0 Z (n a J X ir O O= OlQi V Q Q LLJHJ W Q ZW Z WWIrV Qpli Vl Z Q W Y W = m a 2 U Y Jd' m0 a=3 s N Z Q q W 7 IE Z x C7 a co Un a ZCO ❑ a� 0 m C9 of O za A �x� v� o a' va co�dw Z> a -, 0 W W • d N a F a F Cn Q .-, a of X r a H_a D W O aCiF LL= m W W W Z }w oO - F- U YCaxLLI d W ❑Qa- W m as xm m 0 aa�� ALL U` �N co 2m wa C } V = a UQ� . C'4X 0p0 m m z (n� v �� m � a Z 0ZW Z Z pw aU , a o� Claw �'Of 2 V p F QCD a Er0 2 w ui OJ Xz O W F W w p - Z} U LL cm U zw I. O ~m N r J • ?i �i 0z h � -T ~ ❑ �W aCn w 0 U OJ0 ❑ Mm zQ Z 2 W x 04 U CO a� (nZ �Cn 0 NN a p U y as m cn( �a , m O Z af U Q0 wuai } �\ F� o Ua 2 zw 11 z0 w — oz cn J W� Zc cn w >- a 0 t w o a a 0 w dp w 0a �CL 'Q 2 v w of O aLLI > Y� ❑ Z } j ❑ W O v W } a' ~ Z CY]a' Fa UOf O a rN7 z � a cn 0 19 QZQ J Z V O U U a z W 1 ❑mZ ► ► ►-r r ■�► z a a �� cn W I- Z a C1} H Z It•� 0 J W Tv + pia Z w O Z p J :�E a- CD,< [) Cn B 0. x Q � a m F _ yLU 0Z CV O � O J w2 az 0 U V) J � [D � a3 APPENDIX C WASHINGTON STATE PREVAILING WAGES AND BENEFIT CODE KEY Page 1 of 21 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: 3/17/2021 coUiIt Trade I Job Classification 1 Wage IHolidaylOvertime Note*Risk Class King Asbestos Abatement Workers Journey Level $52.39 5D 1 H View King Boilermakers Journey Level $70.79 5N 1C View King Brick Mason Journey Level $60.57 7E 1 N View King Brick Mason Pointer -Caulker -Cleaner $60.57 7E 1 N View Kin; Building Service Employees Janitor $26.28 5S 2F View King Buitding Service Employees 'Traveling 'Waxer/ Shampooer $26.63 5S 2F View King Building,Service Em to ees 'Window Cleaner (Non- Scaffold) $29.98 5S 2F View King Building Service Employees Window Cleaner (Scaffold) $30.98 5S 2F View King Cabinet Makers (In Shop) Journey Level $22.74 1 1 View King Carpenters Acoustical Worker $64.94 7A 4C View King Carpenters Carpenter $64.94 7A 4C View King Carpenters Carpenters on Stationary 'Tools $65.07 7A 4C View King Carte Creosoted Material $65.07 7A 4C View King Carpenters Floor Finisher $64.94 7A 4C View King Carpenters Floor Layer $64.94 7A 4C View King Carpenters Scaffold Erector $64.94 7A 4C View King Cement Masons Application of all Composition Mastic $64.84 7A 4U View King Cement Masons Application of all Epoxy Material $64.34 7A 4U View King Cement Masons Application of all Plastic .Material $64.84 7A 41J View King Cement Masons Application of Sealing Compound $64.34 7A 41J View King Cement Masons Application of Underlayment $64.84 7A 4U View King Cement Masons Building General $64.34 7A 4U View https://secure.Ini.wa.gov/wagelookup/ 3/17/2021 Page 2 of 21 King Cement Masons Composition or Kalman I Floors $64.84 l 7A 4U View King Cement Masons Concrete Paving $64.34 7A 4U View King Cement Masons Curb Et Gutter Machine $64.84 7A 4U View King Cement Masons Curb Et Gutter, Sidewalks $64.34 7A 4U View King Cement Masons Curing Concrete $64.34 7A 4U View King Cement Masons Finish Colored Concrete $64.84 7A 4U View King Cement Masons Floor Grinding $64.84 7A 4U View King Cement Masons Floor Grinding/Polisher $64.34 7A 4U View King Cement Masons Green Concrete Saw, self- $64.84 powered 7A 4U View King Cement Masons Grouting of all Plates $64.34 7A 4U View King Cement Masons Grouting of all Tilt -up Panels $64.34 7A 4U View King Cement Masons Gunite Nozzleman $64.84 7A 4U View King Cement Masons Hand Powered Grinder $64.84 7A 4U View King Cement Masons Journey Level $64.34 7A 4U View King Cement Masons Patching Concrete $64.34 7A 4U View King Cement Masons Pneumatic Power Tools Power Chipping Et Brushing $64.84 $64.84 7A 7A 4U 4U View View King Cement Masons King Cement Mason! SArchitectural _ Sand Blasting Finish $64.84 7A 4U View King Cement Masons jScreed It Rodding Machine $64.84 7A 4U View King Cement Masons Spackling or Skim Coat Concrete $64.34 7A 4U View King Cement Masons Troweling Machine Operator $64.84 7A 4U View King Cement Masons Troweling Machine Operator on Colored Slabs $64.84 7A 4U View King Cement Masons Tunnel Workers $64.84 7A 7A 4U View King Divers Et Tenders Bell/Vehicle or Submersible Operator (Not Under Pressure) $118.80 4C View King Divers Et Tenders Dive Supervisor/Master $81.98 7A 4C View King Divers Et Tenders Diver $118.80 7A 4C 8V View King Divers Et Tenders Diver On Standby $76.98 7A 4C View King Divers Et Tenders Diver Tender $69.91 7A 4C View King Divers Et Tenders Manifold Operator $69.91 7A 4C View King Divers Et Tenders Manifold Operator Mixed Gas $74.91 7A 4C View King Divers Et Tenders Remote Operated Vehicle Operator/Technician $69.91 7A 4C View King Divers Et Tenders Remote Operated Vehicle Tender $65.19 7A 4C View King Dredge Workers Assistant Engineer $70.62 5D 3F View King Dredge Workers Assistant Mate (Deckhand) $70.07 5D 3F View King Dredge Workers Boatmen $70.621 5D 3F View https://secure.Ini.wa.gov/wagelookup/ 3/17/2021 Page 3 of 21 King Dredge Workers Engineer Welder $71.971 5D 3F View King Dredge Workers Leverman, Hydraulic $73.411 5D 3F View King Dredge Workers Mates $70.62 5D 3F View King Dredge Workers Oiler $70.07 5D 3F View King Drywall Applicator Journey Level $64.94 5D 1 H View King Drywall Tapers Journey Level $65.31 5P 1 E View King Electrical Fixture Maintenance Workers Journey Level $31.99 5L 1 E ^ View King Electricians - Inside Cable Splicer $92.57 7C 4E View King Electricians - Inside Cable Splicer (tunnel) $99.46 7C 4E View King Electricians - Inside Certified Welder $89.44 7C 4E View King Electricians - Inside Certified Welder (tunnel) $96.02 7C 4E View King Electricians - Inside Construction Stock Person $44.78 7C 4E View King Electricians - Inside Journey Level $86.30 7C 4E View King Electricians - Inside Journey Level (tunnel) $92.57 7C 4E View King Electricians . Motor Shop Journey Level $47.53 5A 1 B View King Electricians - Powerline Cable Splicer $82.39 5A 4D View Construction King Electricians - Powerline Certified Line Welder $75.64 5A 4D View Construction King Electricians - Powerline Construction Groundperson $49.17 5A 4D View King Electricians - Powerline Heavy Line Equipment Operator $75.64 5A 4D View Construction King Electricians - Powerline Construction Journey Level Lineperson $75.64 5A 4D View King Electricians - Powerline Line Equipment Operator $64.54 5A 4D View Construction King Electricians - Powerline Meter Installer $49.17 5A 4D 8W View Construction King Electricians - Powerline Pole Sprayer $75.64 5A 4D View Construction King Electricians - Powerline Powderperson $56.49 5A 4D View Construction King Electronic Technicians Journey Level $53.57 7E 1 E View King Elevator Constructors Mechanic $100.51 7D 4A View King Elevator Constructors Mechanic In Charge $108.531 7D 4A View King Fabricated Precast Concrete Products All Classifications - In- Factory Work Only $18.25 5B 111 View King Fence Erectors Fence Erector W.40 7A 4V 8Y View King Fence Erectors Fence Laborer $44.40 7A 4V 8Y View King ELLgggrs Journey Level $44.40 7A 4V 8Y View King Glaziers Journey Level $69.26 7L 1Y View King Heat 8: Frost Insulators And Journeyman $79.43 5.1 4H View Asbestos Workers King Heating Equipment Mechanics Journey Level $89.61 7F 1 E View King Journey Level $54.01 7A 4V 8Y View https://secure.Ini.wa.gov/wagelookup/ 3/17/2021 Page 4 of 21 Hod Carriers 8t Mason Tenders King Industrial Power Vacuum Journey Level $13.69 1 View Cleaner King Inland Boatmen Boat Operator $61.41 5B 1K View King Inland Boatmen Cook $56.48 5B 1K View King Inland Boatmen Deckhand $57.48 5B 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 i.By Inspection /Cleanin/Sealin Cleaner Operator, Foamerj Operator $31.49 1 View Of Sewer Et Water Systems Remote Control King Inspection/Cleaning/Seating Grout Truck Operator $13.69 1 View Of Sewer Et Water Systems_ Remote Control King Inspection/Cleaning/Seating Head Operator -1 $24.91 1 View Of Sewer ft Water SVstems By Remote Control King Inspect! on/ Cteani nISealin Technician $19.33 1 View Of Sewer Et Water Systems By Remote Control King Inspection/ Cleaning/Sealing'TvTruck Operator $20.45 1 View Of Sewer Ft Water Systems By Remote Control King Insutation_Applicators Journey Level $64.94 7A 4C View King Ironworkers Journeyman $76.78 7N 10 View King Laborers Air, Gas Or Electric Vibrating Screed $52.39 7A 4V 8Y View King Laborers Airtrac Drill Operator $54.01 7A 4V 8Y View King Laborers Ballast Regular Machine $52.39 7A 4V 8Y View King Laborers Batch Weighman $44.40 7A 4V 8Y View King Laborers Brick Pavers $52.39 7A 4V 8Y View King Laborers IBrush Cutter $52.39 7A 4V 8Y View King Laborers Brush Hog Feeder $52.39 7A 4V 8Y View King Laborers Burner $52.39 7A 4V 8Y View King Laborers Caisson Worker $54.01 7A 4V 8Y View King Laborers Carpenter Tender $52.39 7A 4V 8Y View King Laborers Cement Dumper -paving $53.35 7A 4V 8Y View King Laborers Cement Finisher Tender $52.39 7A 4V 8Y View King Laborers Change House Or Dry Shack $52.39 7A 4V 8Y View King Laborers Chipping Gun (30 Lbs. And Over) $53.35 7A 4V 8Y View King Laborers Chipping Gun (Under 30 Lbs. ) $52.39 7A 4V 8Y View King Laborers Choker Setter $52.39 7A 4V 8Y View King Laborers Chuck Tender $52.39 7A 4V 8Y View King Laborers Clary Power Spreader $53.35 7A 4V 8Y View https:Hsecure.Ini.wa.gov/wagelookup/ 3/17/2021 Page 5 of 21 King ILaborers I Clean-up Laborer $52.39 7A I 4V I 8Y I View King Laborers Concrete Dumper/Chute Operator $53.35 7A 4V 8Y View King Laborers Concrete Form Stripper $52.39 7A 4V 8Y View King Laborers Concrete Placement Crew $53.35 7A 4V 8Y View King Laborers Concrete Saw Operator/Core Driller $53.35 7A 4V 8Y View King Laborers ICrusher Feeder $44.40 7A 4V 8Y View King Laborers Curing Laborer $52.391 7A 4V 8Y View King Laborers Demolition: Wrecking Et Moving (Incl. Charred Material) $52.39 7A 4V 8Y View King Laborers Ditch Digger $52.39 7A 4V 8Y View King Laborers Diver $54.01 7A 4V 8Y View King Laborers Drill Operator (Hydraulic, Diamond) $53.35 7A 4V 8Y View King Laborers Dry Stack Walls $52.39 7A 4V 8Y View King Laborers Dump Person $52.39 7A 4V 8Y View King Laborers Epoxy Technician $52.39 7A 4V 8Y View King Laborers Erosion Control Worker $52.39 7A 4V 8Y View King Laborers Faller Et Bucker Chain Saw $53.35 7A 4V 8Y View King Laborers Fine Graders $52.39 7A 4V 8Y View King Laborers Firewatch $44.40 7A 4V 8Y View King Laborers Form Setter $52.39 7A 4V 8Y View King Laborers Gabian Basket Builders $52.39 7A 4V 8Y View King Laborers General Laborer $52.39 7A 4V 8Y View King Laborers Grade Checker Et Transit Person $54.01 7A 4V 8Y View King Laborers Grinders $52.39 7A 4V 8Y View King Laborers Grout Machine Tender $52.39 7A 4V 8Y View King Laborers Groutmen (Pressure) Including Post Tension Beams $53.35 7A 4V 8Y View King Laborers Guardrail Erector $52.39 7A 4V 8Y View King Laborers Hazardous Waste Worker (Level A) $54.01 7A 4V 8Y View King Laborers Hazardous Waste Worker (Level B) $53.35 7A 4V 8Y View King Laborers Hazardous Waste Worker (Level C) $52.39 7A 4V 8Y View King Laborers High Scaler $54.01 7A 4V 8Y j View King Laborers Jackhammer $53.35 7A 4V 8Y View King Laborers Laserbeam Operator $53.35 7A 4V 8Y View King Laborers Maintenance Person $52.39 7A 4V 8Y View King Laborers Manhole Builder-Mudman $53.35 7A 4V 8Y View King Laborers Material Yard Person $52.39 7A 4V 8Y View King Laborers Motorman -Dinky Locomotive $53.35 7A 4V 8Y View https://secure.Ini.wa.gov/wagelookup/ 3/17/2021 Page 6 of 21 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) $53.35 7A 4V 8Y View King Laborers Pavement Breaker $53.35 7A 4V 8Y View King Laborers Pilot Car $44.40 7A 4V 8Y View King Laborers Pipe Layer Lead $54.01 7A 4V 8Y View King Laborers Pipe Layer/Tailor $53.35 7A 4V 8Y View King Laborers Pipe Pot Tender $53.35 7A 4V 8Y View King Laborers Pipe Reliner $53.35 7A 4V 8Y View King Laborers Pipe Wrapper $53.35 7A 4V 8Y View King Laborers Pot Tender $52.39 7A 4V 8Y View King Laborers Powderman $54.01 7A 4V 8Y View King Laborers Powderman's Helper $52.39 7A 4V 8Y View King Laborers Power Jacks $53.35 7A 4V 8Y View King Laborers Railroad Spike Puller - Power $53.35 7A 4V 8Y View King Laborers Raker - Asphalt $54.01 7A 4V 8Y View King Laborers Re-timberman $54.01 7A 4V 8Y View King Laborers Remote Equipment Operator $53.35 7A 4V 8Y View King Laborers Rigger/Signal Person $53.35 7A 4V 8Y View Kina Laborers Rip Rap Person $52.39 7A 4V 8Y View King Laborers Rivet Buster $53.35 7A 4V 8Y View King Laborers Rodder $53.35 7A 4V 8Y View King Laborers Scaffold Erector $52.39 7A 4V 8Y View King Laborers Scale Person $52.39 7A 4V 8Y View King Laborers 'Sloper (Over 20") $53.35 7A 4V 8Y View King Laborers Sloper Sprayer $52.39 7A 4V 8Y View King Laborers Spreader (Concrete) $53.35 7A 4V 8Y View King Laborers 'Stake Hopper $52.39 7A 4V 8Y View King Laborers Stock Piler $52.39 7A 4V 8Y View King Laborers Swinging Stage/Boatswain Chair $44.40 7A 4V 8Y View King Laborers 'Tamper Et Similar Electric, Air Et Gas Operated Tools $53.35 7A 4V 8Y View King Laborers 'Tamper (Multiple Et Self- propelled) $53.35 7A 4V 8Y View King Laborers Timber Person - Sewer (Lagger, Shorer & Cribber) $53.35 7A 4V 8Y View King Laborers Toolroom Person (at Jobsite) $52.39 7A 4V 8Y View King Laborers Topper $52.39 7A 4V 8Y View King Laborers Track Laborer $52.39 7A 4V 8Y View https://secure.Ini.wa.gov/wagelookup/ 3/17/2021 Page 7 of 21 King Laborers Track Liner (Power) $53.35 7A 4V 8Y View King Laborers Traffic Control Laborer $47.48 7A 4V 9C View King Laborers Traffic Control Supervisor $50.31 7A 4V 9C View King Laborers Truck Spotter $52.39 7A 4V 8Y View King Laborers Tugger Operator $53.35 7A 4V 8Y View King Laborers Tunnel Work -Compressed Air Worker 0-30 psi $129.67 7A 4V 9B View King Laborers Tunnel Work -Compressed Air Worker 30.01-44.00 psi $134.70 7A 4V 9B View King Laborers Tunnel Work -Compressed Air Worker 44.01-54.00 psi Laborers 'Tunnel Work -Compressed 'Air Worker 54.01-60.00 psi $138.38 7A 4V 9B View King $144.08 7A 4V 9B View King Laborers Tunnel Work -Compressed Air Worker 60.01-64.00 psi $146.20 7A 4V 9B View King Laborers Tunnel Work -Compressed Air Worker 64.01-68.00 psi $151.30 7A 4V 9B View King Laborers Tunnel Work -Compressed Air Worker 68.01-70.00 psi $153.20 7A 4V 9B View King Laborers Tunnel Work -Compressed Air Worker 70.01-72.00 psi $155.20 7A 4V 9B View King Laborers Tunnel Work -Compressed 1$157.20 Air Worker 72.01-74.00 psi 7A 4V 9B View King Laborers Tunnel Work-Guage and Lock Tender $54.11 7A 4V 8Y View King Laborers Tunnel Work -Miner $54.11 $53.35 7A 4V 8Y View King Laborers Vibrator 7A 4V 8Y View King Laborers Vinyl Seamer $52.39 7A 4V 8Y View King Laborers 'Watchman $40.36 7A 4V 8Y View King Laborers 'Welder $53.35 7A 4V 8Y View King Laborers 'Well Point Laborer $53.35 7A 4V 8Y View King Laborers 'Window Washer/Cleaner $40.36 7A 4V 8Y View King Laborers - Underground General Laborer Et 'Topman $52.39 7A 4V 8Y View Sewer Et Water King Laborers - Under round Pipe Layer $53.35 7A 4V 8Y View Sewer Et Water King Landscape Construction Landscape $40.36 Construction / Landscaping Or Planting Laborers 7A 4V 8Y View King Landscape Construction Landscape Operator I $72.28 7A 3K 8X View King Landscape Maintenance Groundskeeper $17.87 1 View King Lathers Journey Level $64.94 5D 1H View King Marble Setters Journey Level $60.57 7E 1N View King Metal Fabrication In Shop) Journey Level $41.70 15F 11A View King Millwright Journey Level $66.44 7A 4C View King Modular Buitdin Cabinet Assembly $13.69 1 View King Modular Buitdin s Electrician $13.69 1 View King Modular Buitdin s Equipment Maintenance $13.69 1 View https:Hsecure.[ni.wa.gov/wagelookup/ 3/17/2021 Page 8 of 21 King Modular Buildings Plumber $13.69 1 View King Modular Buildings Production Worker $13.69 1 View King Modular Buildings Tool Maintenance $13.69 1 View King Modular Buildings Utility Person $13.69 1 View King Modular Buildings Welder $13.69 1 View King Painters Journey Level $45.40 6Z 2B View King Pile Driver Crew Tender $69.91 7A 4C View King Pile Driver Crew Tender/Technician $69.91 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 0-30.00 PSI $80.76 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 30.01 - 44.00 PSI $85.76 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 44.01 - 54.00 PSI $89.76 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 54.01 - 60.00 PSI $94.76 7A 4C View King Pile Driver Hyperbaric Worker - $97.26 Compressed Air Worker 60.01 - 64.00 PSI 7A 4C View King Pile Driver Hyperbaric Worker - $102.26 Compressed Air Worker 64.01 - 68.00 PSI 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 68.01 - 70.00 PSI $104.26 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 70.01 - 72.00 PSI $106.26 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 72.01 - 74.00 PSI $108.26 7A 4C View King Pile Driver Journey Level $65.19 7A 4C View King Plasterers Journey Level $61.67 7Q 111 View King Playground Et Park E ui meet Installers Journey Level $13.69 1 View King Plumbers Ft Pipefitters Journey Level $92.19 6Z 1G View King Power Equipment Operators Asphalt Plant Operators $73.49 7A 3K 8X View King Power Equipment Operaiors Assistant Engineer $69.12 7A 3K 8X View King Power Equipment Operators Barrier Machine (zipper) $72.84 7A 3K 8X View King Power Equipment Operators Batch Plant Operator: concrete $72.84 7A 3K 8X View King Power Equipment Operators Bobcat $69.12 7A 3K 8X View King Power Equipment Operators Brokk - Remote Demolition Equipment $69.12 7A 3K 8X View King Power Equipment Operators Brooms $69.12 7A 3K 8X View King Power Equipment Operators Bump Cutter $72.84 7A 3K 8X View https:Hsecure.ini.wa.gov/wagelookup/ 3/17/2021 Page 9 of 21 King Power Equipment ggtratorsl Cableways $73.49 7A 3K 8X View King Power Equipment Operators Chipper $72.84 7A 3K 8X View King Power Equipment operators Compressor $69.12 7A 3K 8X View King Power Equipment Operators_ Concrete Finish Machine - Laser Screed $69.12 7A 3K 8X View King Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure $72.28 7A 3K 8X View King Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Over 42 M $73.49 7A 3K 8X View King Power Equipment Operators Concrete Pump: Truck Mount With Boom .Attachment Up To 42m $72.84 F $72.28 7A 3K 8X View King Power Equipment Operators Conveyors 7A 3K 8X View King Power Equipment Operators Cranes friction: 200 tons and over $75.72 7A 3K 8X View King Power Equipment Operators Cranes: 100 tons through 199 tons, or 150' of boom (including jib with attachments) $74.22 7A 3K 8X View King Power Equipment Operators Cranes: 20 Tons Through $72.84 44 Tons With Attachments. 7A 3K 8X View King Power Equipment Operators Cranes: 200 tons- 299 $74.99f tons, or 250' of boom including jib with attachments 7A 3K 8X View King Power Equipment Operators Cranes: 300 tons and over or 300' of boom including jib with attachments $75.72 7A 3K 8X View King Power Equipment Operators_ Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $73.49 7A 3K 8X View King Power Equipment Operators Cranes: A -frame - 10 Tons And Under $69.12 7A 3K 8X View King Power Equipment_ Operators Cranes: Friction cranes through 199 tons $74.99 7A 3K 8X View King Power Equipment Operators Cranes: through 19 tons with attachments, A -frame over 10 tons $72.28 7A 3K 8X View King Power Equipment Operators Crusher $72.84 7A 3K 8X View King Power Equipment Operators Deck Engineer/Deck Winches (power) $72.84 7A 3K 8X View King Power Equipment Operators Derricks, On Building Work $73.49 7A 3K 8X View King Power Equipment Operators Dozers D-9 Et Under Drill Oilers: Auger Type, Truck Or Crane Mount $72.28 7A 3K 8X View King Power Equipment Operators $72.28 7A 3K 8X View King Power Equipment Operators Drilling Machine $74.221 7A 3K 8X View King Power Equipment Operators Elevator And Man -lift: Permanent And Shaft Type $69.12 7A 3K 8X View https://secure.Ini.wa.gov/wagelookup/ 3/17/2021 Page 10 of 21 King Power Equipment_ Operators Finishing Machine, Bidwell And Gamaco Et Similar Equipment $72.84 7A 3K 8X View King Power Equipment Operators Forklift: 3000 Lbs And Over With Attachments $72.28 7A 3K 8X View King Power Equipment Operators Forklifts: Under 3000 Lbs. With Attachments $69.12 7A 3K 8X View King Power Equipment Operators Grade Engineer: Using Blue Prints, Cut Sheets, Etc $72.84 7A 3K 8X View King Power E ui ment 0 erators Gradechecker/Stakeman $69.12 Guardrail Punch i $72.84 7A 3K 8X View King Power Equipment Operators 7A 3K 8X View King Power Equipment Operators Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. Et Over $73.49 7A 3K 8X View King Power Equipment Operators Hard Tail End Dump Articulating Off -road Equipment Under 45 Yards $72.84 7A 3K 8X View King Power Equipment Operators Horizontal/Directional Drill Locator $72.28 7A 3K 8X View King Power Equipment Operators Horizontal/Directional Drill Operator $72.84 7A 3K 8X View King Power Equipment Operators Hydralifts/Boom Trucks Over 10 Tons $72.28 7A 3K 8X View King Power E ui ment Operators Hydralifts/Boom Trucks, 10 Tons And Under $69.12 7A 3K 8X View King Power Equipment Operators Loader, Overhead 8 Yards. Et Over $74.22 7A 3K 8X View King Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards $73.49 7A 3K 8X View King Power Equipment Operators Loaders, Overhead Under 6 Yards $72.84 7A 3K 8X View King Power Equipment Operators Loaders, Plant Feed $72.84 7A 3K 8X View King Power Equipment Operators Loaders: Elevating Type Belt $72.28 7A ^ 3K 8X View King Power Equipment Operators Locomotives, All $72.84 7A 3K 8X View King Power f uipment Operators Material Transfer Device $72.84 7A 3K 8X View King Power Equipment Operators Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $74.22 7A 3K 8X View King Power Equipment ,perators Motor Patrol Graders $73.49 7A 3K 8X View King Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $73.49 7A 3K 8X View King Power Equipment Operator Oil Distributors, Blower Distribution Et Mulch Seeding Operator $69.12 7A 3K 8X View King Power Equipment Operators $72.28 7A 3K 8X View https:Hsecure.Ini.wa.gov/wagelookup/ 3/17/2021 Page 11 of 21 Outside Hoists (Elevators And Manlifts), Air Tuggers, Strato King Power Equipment Operators Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $72.84 7A 3K 8X View King Power Equipment Operators Overhead, Bridge Type: 100 Tons And Over $74.22 7A 3K 8X View King Power Equipment Operators Overhead, Bridge Type: 45 Tons Through 99 Tons $73.49 7A 3K 8X View King Power Equipment Operators Pavement Breaker $69.12 7A 3K 8X View King Power Equipment Operators Pile Driver (other Than Crane Mount) $72.84 7A 3K 8X View King Power Equipment Operators Plant Oiler - Asphalt, Crusher $72.28 7A 3K 8X View King Power E ui ment Operator Posthole Digger, .Mechanical $69.12 7A 3K 8X View King Power Equipment Operators Power Plant $69.12 7A 3K 8X View King Power Equipment Operators Pumps - Water $69.12 7A 3K 8X View King Power Equipment aerators Quad 9, Hd 41, D10 And Over $73.49 7A 3K 8X View King Power Equipment Operator Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $69.12 7A 3K 8X View King Power Equipment Operators Remote Control Operator On Rubber Tired Earth .Moving Equipment $73.49 7A 3K 8X View King Power Equipment Operators Rigger and Bellman $69.12 7A 3K 8X View King Power Equipment Operators_ Rigger/Signal Person, Bellman (Certified) $72.28 7A 3K 8X View King Power Equipment Operators RoRagon $73.49 7A 3K 8X View King Power Equipment Operators Roller, Other Than Plant .Mix $69.12 7A 3K 8X View King Power Equipment Operators Roller, Plant Mix Or Multi- lift Materials $72.28 7A 3K 8X View King Power Equipment Operators Roto-mill, Roto-grinder $72.84 7A 3K 8X View King Power Equipment Operators Saws - Concrete $72.28 7A 3K 8X View King Power Equipment Operators Scraper, Self Propelled Under 45 Yards $72.84 7A 3K 8X View King Power Equipment Operators Scrapers - Concrete Et Carry All $72.28 7A 3K 8X View King Power Eguiprnent Operators Scrapers, Self-propelled: 45 Yards And Over $73.49 7A 3K 8X View King Power Equipment Operators_ Service Engineers - Equipment $72.28 7A 3K 8X View King Power Equipment Operators Shotcrete/Gunite Equipment $69.12 7A 3K 8X View King Power Equipment Operators Shovel, Excavator, $72.28 Backhoe, Tractors Under 15 Metric Tons 7A 3K 8X View King Power Equipment Operators I $73.49 7A 3K 8X View https:flsecure.Ini.wa.gov/wagelookup/ 3/17/2021 Page 12 of 21 Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $72.84 7A 3K 8X View King Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $74.22 7A 3K 8X View King Power Equipment_ Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons $74.99 7A 3K 8X View King Power Equipment 0 erators Slipform Pavers $73.49 7A 3K 8X View King Power Equipment Operators Spreader, Topsider Et Screedman $73.49 7A 3K 8X View King Power Equipment Operators Subgrader Trimmer $72.84 7A 3K 8X View King Power Equipment Operators 'Tower Bucket Elevators $72.28 7A 3K 8X View King Power Equipment Operators 'Tower Crane Up To 175' In Height Base To Boom $74.22 7A 3K 8X View King Power Equipment Operators Tower Crane: over 175' through 250' in height, base to boom $74.99 7A 3K 8X View King Power Equipment Opera_tor_s Tower Cranes: over 250' in height from base to boom $75.72 7A 3K 8X View King Power Equipment Operators Transporters, All Track Or Truck Type $73.49 7A 3K 8X View King Power Equipment Operators Trenching Machines 1 $72.28 7A 3K 8X View King Power Equipment Operators Truck Crane Oiler/driver - 100 Tons And Over $72.84 7A 3K 8X View King Power Equipment Operators Truck Crane Oiler/Driver Under 100 Tons $72.28 7A 3K 8X View King Power Equipment Operator Truck Mount Portable Conveyor $72.84 7A 3K 8X View King Power Equipment Operators Welder Wheel Tractors, Farman Type $73.49 7A 3K 8X View King Power Equipment Operators $69.12 7A 3K 8X View King Power Equipment Operators Yo Yo Pay Dozer $72.84 7A 3K 8X View King Power Equipment Operators- Underground Asphalt Plant Operators $73.49 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Assistant Engineer $69.12 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Barrier Machine (zipper) $72.84 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water Batch Plant Operator, Concrete $72.84 7A 3K 8X View King Power Equipment Operators- Underground Bobcat $69.12 7A 3K 8X View Sewer Et Water https://secure.Ini.wa.gov/wagelookup/ 3/17/2021 Page 13 of 21 King Power Equipment Operators- Underground Sewer Et Water Brokk - Remote Demolition Equipment $69.12 7A 3K 8X View King Power Equipment Operators- Underuound Sewer Et Water Brooms $69.12 7A 3K 8X View King Power Equipment Operators- Underground Bump Cutter $72.84 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water Cableways $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer Et Water Chipper $72.84 7A 3K 8X View King Power Equipment Operators- Underground Compressor $69.12 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Concrete Finish Machine - $69.12 Laser Screed 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water Concrete Pump - Mounted $72.28 Or Trailer High Pressure Line Pump, Pump High Pressure 7A 3K 8X View King Power Equipment Operators- Underground Sewer Et Water Concrete Pump: Truck .Mount With Boom Attachment Over 42 M $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer Et Water Concrete Pump: Truck .Mount With Boom Attachment Up To 42m $72.84 7A 3K 8X View King Power Equipment Operators- Underground Conveyors $72.28 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Cranes friction: 200 tons and over $75.72 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Cranes: 100 tons through $74.22 199 tons, or 150' of boom (including jib with attachments) 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water Cranes: 20 Tons Through $72.84 44 Tons With Attachments 7A 3K 8X View King Power Equipment Operators- Underground Sewer Et Water Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $74.99 7A 3K 8X View King Power Equipment Operators- Underground Sewer Et Water Cranes: 300 tons and over or 300' of boom including jib with attachments Cranes: 45 Tons Through 99 Tons, Under 150' Of $75.72 7A 3K 8X View King Power Equipment Operators- Underground Sewer Et Water $73.49 7A 3K 8X View https://secure.Ini.wa.gov/wagelookup/ 3/17/2021 Page 14 of 21 Boom (including Jib With Attachments) King Power Equipment Operators- Underground Sewer Et Water Cranes: A -frame - 10 Tons $69.12 And Under 7A 3K 8X View King Power Equipment Operators• Underground Cranes: Friction cranes through 199 tons $74.99 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Cranes: through 19 tons with attachments, A -frame over 10 tons $72.28 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Crusher $72.84 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Deck Engineer/Deck Winches (power) $72.84 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Derricks, On Building Work $73.49 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Under round Dozers D-9 Et Under $72.28 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Drill Oilers: Auger Type, $72.28 Truck Or Crane Mount Drilling Machine $74.22 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water 7A 3K 8X View King Power Equipment Operators- Underground Sewer Et Water Elevator And Man -lift: Permanent And Shaft Type $69.12 7A 3K 8X View King Power Equipment Finishing Machine, Bidwell Operators- Underground And Gamaco Et Similar Sewer Et Water 'Equipment $72.84 7A 3K 8X View King Power Equipment Operators- Underground Forklift: 3000 Lbs And Over With Attachments $72.28 7A 3K 8X View Sewer Et Water King Power Equipment ❑perators- Underground Forklifts: Under 3000 Lbs. With Attachments $69.12 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water Grade Engineer: Using Blue Prints, Cut Sheets, Etc $72.84 7A 3K 8X View King Power Equipment Operators- Underground Gradechecker/Stakeman $69.12 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Guardrail Punch $72.84 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Hard Tail End Dump Articulating Off- Road $73.49 7A 3K 8X View Sewer Et Water https://secure.Ini.wa.gov/wagelookup/ 3/17/2021 Page 15 of 21 Equipment 45 Yards. Et Over King Power Equipment Operators- underground Sewer Et Water Hard Tail End Dump Articulating Off -road Equipment Under 45 Yards $72.84 7A 3K 8X View King Power Equipment Operators- Underground Horizontal/Directional Drill Locator $72.28 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Horizontal/Directional Drill Operator $72.84 7A 3K 8X View Sewer Et Water King Power Equipment Hydralifts/Boom Trucks Operators- Underground Over 10 Tons Sewer Et Water $72.28 7A 3K 8X View King Power Equipment Operators- Underground Hydralifts/Boom Trucks, 10 Tons And Under $69.12 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Loader, Overhead 8 Yards. Et Over $74.22 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water Loader, Overhead, 6 Yards. But Not Including 8 Yards $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer Et Water Loaders, Overhead Under 6 Yards $72.84 7A 3K T 8X View King Power Equipment Operators- Underground Sewer Et Water Loaders, Plant Feed $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer Et Water Loaders: Elevating Type Belt $72.28 7A 3K 8X View King Power Equipment Operators- Underground Locomotives, All $72.84 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Material Transfer Device $72.84 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $74.22 7A 3K 8X View King Power Equipment Operators- Underground Sewer Et Water Motor Patrol Graders $73.49 7A 3K 8X View King Power Equipment Operators- Underground Mucking Machine, Mole, 'Tunnel Drill, Boring, Road Header And/or Shield $73.49 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Oil Distributors, Blower Distribution Et Mulch 'Seeding Operator $69.12 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water Outside Hoists (Elevators $72.28 And Manlifts), Air Tuggers, Strato 7A 3K 8X View https:Hsecure.lni.wa.gov/wagelookup/ 3/17/2021 Page 16 of 21 King Power Equipment Operators- Underground Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $72.84 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water Overhead, Bridge Type: $74.22 100 Tons And Over 7A 3K 8X View King Power Equipment Operators- Underground Overhead, Bridge Type: 45 Tons Through 99 Tons Pavement Breaker $73.49 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground $69.12 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water Pile Driver (other Than Crane Mount) $72.84 7A 3K 8X View King Power Equipment Operators- Underground Plant Oiler - Asphalt, Crusher $72.28 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Posthole Digger, Mechanical $69.12 7A 3K 8X View Sewer Et Water^ King Power Equipment Operators- Underground Sewer Et Water Power Plant $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer Et Water Pumps - Water $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer Et Water Quad 9, Hd 41, D10 And Over $73.49 7A 3K 8X View King Power Equipment Operators- Underground Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $69.12 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Remote Control Operator On Rubber Tired Earth Moving Equipment $73.49 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water Rigger and Bellman $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer Et Water Rigger/Signal Person, Bellman (Certified) $72.28 7A 3K 8X View King Power Equipment Operators- Underground Rollagon $73.49 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Roller, Other Than Plant $69.12 Mix 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water Roller, Plant Mix Or Multi- $72.28 lift Materials 7A 3K 8X View King Roto-mill, Roto-grinder $72.84 7A 3K 8X View https://secure.Ini.wa.gov/wagelookup/ 3/17/2021 Page 17 of 21 Power Equipment Operators- Underground Sewer Et Water King Power Equipment Operators- Underground Saws - Concrete $72.28 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Scraper, Self Propelled Under 45 Yards $72.84 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Scrapers - Concrete Et Carry All $72.28 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Scrapers, Self-propelled: 45 Yards And Over $73.49 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Service Engineers - Equipment $72.28 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Shotcrete/ G unite Equipment $69.12 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water Shovel, Excavator, Backhoe, Tractors Under 15 Metric Tons $72.28 7A 3K 8X View King Power Equipment operators- Underground Sewer Et Water Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $73.49 7A 3K 8X View King Power Equipment Operators- Underground Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $72.84 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $74.22 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Shovel, Excavator, Backhoes: Over 90 Metric Tons $74.99 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water Slipform Pavers $73.49 7A 3K 8X View King Power Equipment Operators- Underground Spreader, Topsider Et Screedman $73.491 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Subgrader Trimmer Tower Bucket Elevators $72.84 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground $72.28 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground_ Sewer Et Water 'Tower Crane Up To 175' In Height Base To Boom $74.22 7A 3K ^ 8X View King $74.99 7A 3K 8X View https:Hsecure.Ini.wa.gov/wagelookup/ 3/17/2021 Page 18 of 21 Power Equiament Operators- Underground Sewer a Water Tower Crane: over 175' through 250' in height, base to boom King Power Equipment Operators- Underground Tower Cranes: over 250' in $75.72 height from base to boom 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Transporters, All Track Or Truck Type Trenching Machines $73.49 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground $72.28 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Truck Crane Oiler/driver - 100 Tons And Over $72.84 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Truck Crane Oiler/Driver Under 100 Tons $72.28 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Truck Mount Portable Conveyor $72.84 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water Welder $73.49 7A 3K 8X View King Power Equipment Operators- Under round Sewer Et Water Wheel Tractors, Farman Type $69.12 7A 3K 8X View King Power Equipment Operators- Underacaund Yo Yo Pay Dozer $72.84 7A 3K 8X View Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $55.03 5A 4A View Trimmers King Power Line Clearance Tree Spray Person $52.24 5A 4A View Trimmers King Power Line Clearance Tree Tree Equipment Operator $55.03 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer $49.21 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $37.47 5A 4A View Trimmers King Refrigeration Et Air Conditioning Mechanics Journey Level $87.01 6Z 1G View King Residential Brick Mason Journey Level $60.57 7E 1 N View King Residential Carpenters Journey Level $36.44 1 View King Residential Cement Masons Journey Level $46.64 1 View King Residential Drywall Applicators Journey Level $64.94 7A 4C View King Residential Drywall Tapers Journey Level $36.36 1 View King Residential Electricians Journey Level $48.80 1 View King Residential Glaziers Journey Level 1 $28.93 1 View King Residential Insulation Applicators Journey Level $28.18 1 View https://secure.Ini.wa.gov/wagelookup/ 3/17/2021 Page 19 of 21 King Residential Laborers Journey Level $29.73 1 View King Residential Marble Setters Journey Level $27.38 1 View King Residential Painters Journey Level $23.47 1 View King Residential Plumbers Et Journey Level $92.19 6Z 1G View Pipefitters King Residential Refrigeration Et Journey Level $87.01 6Z 1G View Air Conditioning Mechanics King Residential Sheet Metal Journey Level $89.61 7F 1 E 3J View Workers King Residential Soft Floor Lave rs Journey Level $51.91 5A View King Residential 5 rinkter Fitters Journey Level $53.04 5C 211 View (Fire Protection) King Residential Stone Masons Journey Level $60.57 7E 1N View King Residential Terrazzo Workers Journey Level $55.71 7E 1N 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 $57.30 5A 3H View King Roofers Using Irritable Bituminous Materials $60.30 5A 3H View King Sheet Metal Workers Journey Level (Field or Shop) $89.61 7F 1 E View King Shi buildin Et Ship Re air New Construction Boilermaker $38.54 7V 1 View King Shipbuilding Et Ship Repair New Construction Carpenter $38.54 7V 1 View King Shipbuilding Et Ship Repair New Construction Crane Operator $38.54 7V 1 View King Shipbuilding Et Ship Repair New Construction Electrician _ $38.54 7V 1 View King Shipbuilding Et Ship Repair New Construction Heat Et Frost Insulator $79.43 I 5J 4H View King Shipbuilding Et Ship Repair New Construction Laborer $38.54 7V 1 View King Shipbuilding a Ship Repair_ New Construction Machinist $38.54 7V 1 View King Shipbuilding Et Ship Repair New Construction Operating Engineer $38.54 7V 1 View King Shipbuilding Et Ship Repair New Construction Painter $38.54 7V 1 View King Shipbuilding Et Ship Repair New Construction Pipefitter $38.54 7V 1 View King Shipbuildiny Et Ship Repair New Construction Rigger $38.54 7V 1 View King Shipbuilding Et Ship Repair New Construction Sheet .Metal $38.54 7V 1 View King Shiiibuilding Et Ship Repair New Construction Shipfitter $38.54 7V 1 View King Shipbuilding Et Ship Repair New Construction Warehouse/Teamster $38.54 7V 1 View King Shipbuilding It Snip Repair $38.54 7V 1 View https://secure.Ini.wa.gov/wagelookup/ 3/17/2021 Page 20 of 21 New Construction Welder /Burner King Shipbuilding Ft Ship Repair Ship Repair Boilermaker $47.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Carpenter $47.35 7X 4J I View King Shipbuilding Et Ship Repair Ship Repair Crane Operator $45.06 7Y 4K View King Shipbuilding Ft Ship Repair Ship Repair Electrician $47.42 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Heat Et Frost Insulator $79.43 5J 4H View King Shipbuilding Et Ship Repair Ship Repair Laborer $47.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Machinist $47.35 7X 4J View King Shipbuilding Ft Ship Repair Ship Repair Operating Engineer $45.06 7Y 4K View King ShipbuildingShipbuiLding Et Ship Repair Ship Repair Painter $47.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Pipefitter $47.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Rigger $47.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Sheet Metal $47.35 7X 4J View King Shipbuilding Ft Ship Repair Ship Repair Shipwright $47.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Warehouse / Teamster $45.06 7Y 4K View King Sign Makers Et Installers Journey Level $51.56 0 1 View (Electrical) King Sign Makers Et Installers Journey Level $33.20 0 1 View (Non -Electrical) King Soft Floor Lavers Journey Level $51.91 5A 3J View King Solar Controls For Windows .Journey Level $13.69 1 View King Sprinkler Fitters (Fire Protection) Journey Level $85.89 5C 1X View King �ny Mechanics 5ta a Ri i (Non Structural) Journey Level $13.69 1 View King Stone Masons Journey Level $60.57 7E 1N View King Street And Parking Lot Sweeper Workers Journey Level $19.09 1 View King Surveyors Assistant Construction Site Surveyor $72.28 7A 3K 8X View King Surveyors Chainman $69.12 7A 3K 8X View King Surveyors Construction Site Surveyor $73.49 7A 3K 8X View King Telecommunication Technicians Journey Level $53.57 7E 1 E View King Telephone Line ICabLe Splicer Construction - Outside $37.40 5A 2B View King Telephone Line Construction - Outside Hole Digger/Ground Person $25.04 5A 2B View King Telephone Line Construction - Outside Telephone Equipment Operator (Light) $31.22 5A 2B View King Telephone Line Construction - Outside Telephone Lineperson $35.34 5A 2B View King Terrazzo Workers iJourney Level $55.71 7E 1N View King jjile Setters Journey Level $55.71 7E 1N View https:Hsecure.Ini.wa.gov/wagelookup/ 3/17/2021 Page 21 of 21 King 'file Marble Et Terrazzo Finishers Finisher $46.54 7E 1N View King Traffic Control Stripers Journey Level $49.13 7A 1 K View King Truck Drivers Asphalt Mix Over 16 Yards $64.55 5D 4Y 8L View King Truck Drivers lAsphalt Mix To 16 Yards $63.71 5D 4Y 81 View King Truck Drivers Dump Truck $63.71 5D 4Y 8L View King Truck Drivers Dump Truck Et Trailer $64.55 5D 4Y 8L View King Truck Drivers Other Trucks $64.55 5D 4Y 8L View King Truck Drivers -_Ready Mix Transit Mix $64.55 5D 4Y 8L View King Well Drillers Et Irrigation Pump Installers Irrigation Pump Installer Oiler $17.71 1 View King Well Drillers Et Irrigation Pump Installers $13.69 1 View King Well Drillers Ft Irrigation Pump Installers Well Driller $18.00 1 View https:Hsecure.ini.wa.gov/wagelookup/ 3/17/2021 Benefit Code Key — Effective 3/3/2021 thru 8/31/2021 Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two (2) hours before or after a five -eight (8) hour workweek day or a four -ten (10) hour workweek day and the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four - ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H_ All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. 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. 1of14 Benefit Code Key — Effective 3/3/2021 thru 8/31/2021 Overtime Codes Continued L O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. 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. 2of14 Benefit Code Key — Effective 3/3/2021 thru 8/31/2021 Overtime Codes Continued 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. 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. M. This code appears to be missing. All hours worked on Saturdays, Sundays and holidays shall be paid at double 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. 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. 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. 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. 3of14 Benefit Code Key — Effective 3/3/2021 thru 8/31/2021 Overtime Codes Continued 4. C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay. 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 thni Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four - day, ten hour work week, and Saturday shall be paid at one and one half (1 %z) times the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, and all hours on Sunday shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. I. The First eight (8) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight (8) per day on Saturdays shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 4of14 Benefit Code Key — Effective 3/3/2021 thru 8/31/2021 Overtime Codes Continued 4. L 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. 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. 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. 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. 5of14 Benefit Code Key — Effective 3/3/2021 thru 8/31/2021 Overtime Codes Continued 4. 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. Y. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. All work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar (S 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. Z. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 20% over the hourly rate of wage. Work performed on Sundays may be paid at double time. All hours worked on holidays shall be paid at double the hourly rate of wage. 11. 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. The first ten (10) hours worked on Saturday and all hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, and all hours worked on Sundays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours, all additional hours worked shall be paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. 6of14 Benefit Code Key — Effective 3/3/2021 thru 8/31/2021 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). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, One -Half Day Before Christmas Day, And Christmas Day. (7 1/2). S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, And Christmas Day (7). 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. 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). 7of14 Benefit Code Key — Effective 3/3/2021 thru 8/31/2021 Holidav Codes Continued 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. 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. 8of14 Benefit Code Key — Effective 3/3/2021 thru 8/31/2021 Holiday Codes Continued 7. J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N, Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. V. Holidays: New Year's Day, President's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, the day before or after Christmas, and the day before or after New Year's Day. If any of the above listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. W. Holidays: New Year's Day, Day After New Year's, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day, the day after Christmas, the day before New Year's Day, and a Floating Holiday. X. Holidays: New Year's Day, Day before or after New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off, then the holiday will be taken on the last normal workday. If the holiday falls on a Monday that is the normal day off or on a Sunday, then the holiday will be taken on the next normal workday. Y. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day. (8) If the holiday falls on a Sunday, then the day observed by the federal government shall be considered a holiday and compensated accordingly. 9of14 Benefit Code Key — Effective 3/3/2021 thru 8/31/2021 Holiday Codes Continued 7, G. New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, the last scheduled workday before Christmas, and Christmas Day (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. 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. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. 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. 10 of 14 Benefit Code Key — Effective 3/3/2021 thru 8/31/2021 Hotiday Codes Continued 7. W. Holidays: New Year's Day, Day After New Year's, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day, the day after Christmas, the day before New Year's Day, and a Floating Holiday. X. Holidays: New Year's Day, Day before or after New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off, then the holiday will be taken on the last normal workday. If the holiday falls on a Monday that is the normal day off or on a Sunday, then the holiday will be taken on the next normal workday. Y. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day. (8) If the holiday falls on a Sunday, then the day observed by the federal government shall be considered a holiday and compensated accordingly. 15. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the last scheduled workday before Christmas, and Christmas Day (8). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. G. New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, the last scheduled workday before Christmas, and Christmas Day (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. Note Codes 8. D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: 50.50. 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. S. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. 11 of 14 Benefit Code Key — Effective 3/3/2021 thru 8/31/2021 Note Codes Continued $. 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 50.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who do "pioneer" work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional $0.50 per hour. V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. Depth premiums apply to depths of fifty feet or more. Over 50' to 100' - $2.00 per foot for each foot over 50 feet. Over 101' to 150' - $3.00 per foot for each foot over 101 feet. Over 151' to 220' - $4.00 per foot for each foot over 220 feet. Over 221' - $5.00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent and is measured by the distance travelled from the entrance. 25' to 300' - S 1.00 per foot from entrance. 300' to 600' - 51.50 per foot beginning at 300'. Over 600' - 52.00 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: 51.00, and Class D Suit: 50.50. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a government agency or the contract specifications requires that work can only be performed outside the normal 5 am to 6pm shift, then the special shift premium will be applied to the basic hourly rate. When an employee works on a special shift, they shall be paid a special shift premium for each hour worked unless they are in OT or Double-time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Y. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging state *or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. 12 of 14 Benefit Code Key — Effective 3/3/2021 thru 8/31/2021 Note Codes Continued 8. Z. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as a contractor), a government agency or the contract specifications require that more than (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they will be paid a special shift premium for each hour worked unless they are in overtime or double- time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) 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 StageBoatswains 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. 13 of 14 Benefit Code Key — Effective 3/3/2021 thru 8/31/2021 Note Codes Continued 9. D. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines, towers, dams, bridges, power generation facilities and manufacturing facilities such as chemical plants, etc., or anywhere abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required. E. Heavy Construction includes construction, repair, alteration or additions to the production, fabrication or manufacturing portions of industrial or manufacturing plants, hydroelectric or nuclear power plants and atomic reactor construction. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25. F. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines, towers, dams, power generation facilities and manufacturing facilities such as chemical plants, etc., or anywhere abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required. 14 of 14 O LL O N rW v / _ 0— 4-0(VJJ c V Z CLCQ C Q) r— Z W 2 W Q Q Z w W C) O U o Lu N Dory N W CL z o m N LL �. 0� z 0 U 0 oo p E X Z U u l ¢ ¢ ¢ LL. W Z J J J w LLJ 0 M --3 2 W w O LLI0 Ow W = 2 2 2 =[lJUUU � CO) N cn LU W LIJ 2 co l' Lll 0 U W m = r CV [h C Z O O O O W W 2 ey0 0 i5 N P X w 0 _za �a w� wz =0 VII� ~U w0 J �0 0 Z W ¢ 0 U H Z N w w H waw IL }(DCL 3<z� uj Z CDL�� cD 1.4-H4+ tv �o m N Y � SeiV DLF6 15 °^ f 4 § $ / ] � 2 / j _ § k 2 � a\ E c 2 = 2 « ) « § / / \ a / \ \ \ \ / \ f f \ k . � : { 6 & < = o = w LL 15 �w _m }32( k— IL \�T�}� $f A\ «f m o m � -j M O J - - r� "O W ti - p J -l3 C O 0- O C N ^ L T C C U) 7 wi J 4= W L• � J s N 0 Q a U � f E o c0 a' <_ 4 � J rE O. Ms LL = Q Ao u V LL U_ W LU Y C (6 LU co cV I c_ :2 LLI r` ..�. LL J Wt N c0 c W Q � la a�.m .A 470h AveSW 471h Ave SW �gem O 47(h Ave SW 7 N d C Si N U W 3� d 3 O n � m a C _ N O cc C Y T c0 > N N L .T+ - C C N CO N cc N c6 > _ U) d N S.. N Q w J 4t: CL 22 U CD H Z N wWH W Q EJJ aa0 `� V _ a. z T Y N LLJ N /(r 2 v W�W R i Y 0 i �a� ( � - _ . .... \ § ■ � : . « \7,1 .. . _ • . . _ E ® w2 � \ w = , LL� @ \� L p - � Q . 04 . LU&e D W22 a- / \ q < F b ƒ CN co � , 3 § tu _j \ . � . -C./ D / . 2 � . jQ2� k« $ j \Z \\�}±{�, .. co u r = _ § < \ O | § & 2 < u _ <. » o.< 4 }! / \`� y / C14§ c ,\ /\/� e � O g�� 4ƒ5 cl - =a Q T Cl) Q .0 J _ J •: is J J J N � '� J Ys ui Cl) co N u. m = J [} J U LO co Q S � U y J c J <ELO J D R Lf � ti o L Li _ - Hoy, Rd m W —� J J Y C%4 � � I aD ul a J N a _ J J Cl) J U N I LL 'JJ ol LO LD J p ''� eL J ' N V n o- N Q - O C CO O E N Y_ Y co 47 O N N (o . ■ ■ m W Q J � 4k W d Q U� U) F— Z N CW W H LLI U aa0 Q � d 3: Z > Y N Z Q WQ" V z� O e O i i Y O m <pu J V it J W J M h m - �.7 O _ V OCo J 7.O 0. HwyS, - _ _ •[ Pacific Hwy - U, �3 � 3 O_ ® • NAM � _ �:� Co N N = fd 3p. CO J {_ LU F i _ J " � J f� z O i 5 Pacific Hwy C W OOC G ^ d- (j)� rr- LLI - Q - Q LL 0 Co J J J _ - F LU J - ;D C m •m a+ •b �! �... i - _ f _cam - •-• �.;i Y�` � _ _ (Q - m rn 3 Wi N U W J d W Q U U) Z N LUWH U aa0 Q V �j Z Z of N o w Q 'w 2 V O b Z� O W 333 �S Y W cc o Q V � gar W� �LL � f )) 2- # ` F - d _• f _ , & - , L ./ t . R &It ? ` c E \ f 4 \� AP _ : < ; ■ � : o 2 ' . - .. k \ « �` \ $ olo .` R � ja� /J /— �_ . kc — » 2 ƒ f ƒ /)fo a) Co & 7 C-) 65 : � • Am % . "I - 0 Moll W 9` o � o : �n • R 1 / - ...z } }D (> �. _ U ] : 5 co \ CD -i cli . � �f; ƒ■ � �' o � 7i u � �• , � � 0 ? � I w i \ / w _ 0 z < a I / \ 0 y'\S, af F < CO LU Zq u e 2 >I� CL m <gCL � ® �f& r $ w�\ ƒ�� ¥ c o § '� \ \ 0 e I ! ƒ � � U) | � z § � k - tz z , 2 � - § z � o o }§zF.6 of « \\/ k \ }^% �/�� R w «ƒ [�a% | ; 2 LL w �� | Gi A uj '- xx � 0 > « & | K�� _ ¥b� k \ �_� \� §$t_|} eI \ @ $ R (D ■ 00 ; CC ƒ %' _ @ ■ §§§ < '/ w § ■| § a m k - > § � � � Q) Exhibit A CITY OF FEDERAL WAY TRANSPORTATION IMPROVEMENT PLAN (TIP) AND ARTERIAL STREET IMPROVEMENT PLAN - 2022 TO 2027 . I Map ROADWAY CAPITAL PROJECTS Year 2021 Costs in $ thousands ID** Location Description Previous Years 2021 2022 2023 2024 2025 2026 2027 Total 1a City Center Access Phase 1 - Environmental Update environmental documentation for modified access at S 320th St & S 324th St 3,422 500 300 4,222 1 b City Center Access Phase 2 - S8 Ramps Construct all SB 1-5 ramps, extend S 324th Street from 23rd Ave S to 1-5 10,957 2,111 35,336 35,336 83,740 2 SR 99 @ S 373rd St Install roundabout, median control 350 330 1,410 1,410 3,500 3 SW 320th St @ 47th Ave SW Install traffic signal 569 569 4 S 312th St @ 28th Ave S Add SB right -turn lane or construct roundabout 771 771 5 SW 340th St: 37th Ave SW - City Limits Widen to 5 lanes 210 100 400 500 2,200 3,410 6 21stAve S @, S 320th St Install traffic signal 100 935 1,035 7 S 320th St & 1st Ave S Add EBL, WBL, WBR, NBT, SBR; widen to 5 lanes N to 316 orAlternatlive Measure 569 9.891 10,460 8 IS 348th St: 9th Ave S - SR 99 Overlay 15 90 1,026 1,131 9 16th Ave S: S 344th St - S 348th St Add SB auxiliary lane 1 400 1,6001 4,105 6,105 10 Citywide Implement Adaptive Traffic Control System Phases 1 & Il 731 1,962 2,693 11 Citywide Install variable lane use control signs 141 841 982 12 Military Rd S @ S Star Lake Rd Add EB right -turn lane, sidewalk 200 1,000 1,200 13 SR 509 @, SW 301 st St Install compact roundabout 150 700 850 14 Citywide Implement Adaptive Traffic Control System Phase 111 200 600 800 15 SR 509 @ 47th Ave SW Install compact roundabout 850 850 16 Citywide Horizontal curve improvements 92 432 524 17 SW 320th St: 3rd PI SW - 11th Ave SW Overlay 50 1,200 11250 18 SW 356th St: 4th PI SW - 15th Ave SW Overlay 50 1,200 1.250 19 SW 340th St: 31 st Ave SW - 37th Ave SW Widen to 5 lanes 500 1,500 4,000 6,000 20 Citywide Annual overlays 3,000 3,000 3,000 3,000 3,000 3,000 3,000 21,000 21 SR 509 @ 4th Ave S Install compact roundabout 200 800 1,000 22 City Center Adaptive Traffic Control System - City Center Stage 2 - Detection upgrades 700 700 23 Citywide Adaptive Traffic Control System Phase IV; 1 st Ave S 750 750 24 Citywide i Adaptive Traffic Control System Phase V; 21stAve SW & SW Campus Dr 1200 1,200 25 Military Rd S: S 320th St - SR 18 Overlay 50 1200 1,250 26 S 356th St: 1st Ave S - SR 99 Widen to 5 lanes, bike lanes, sidewalks 300 300 3000 3000 6,600 27 Citywide Street Vegetation Management 1 200 200 200 200 200 200 1,200 28 SW 344th St @ 27th Ave SW Construct compact roundabout 1 50 100 560 710 Subtotal Roadway Capital Projects 1 15,4661 11,2001 7,5751 8,815 22i9071 8,521 42,536 58,732 165,752 Map NON -MOTORIZED CAPITAL PROJECTS Year 2021 Costs in $ thousands ID Location Description Previous Years 2021 2022 2023 2024 2025 2026 2027 Total 29 SW King County Regional Trail Plan Plan to connect trails to adjacent cities 300 300 30 1 st Ave S: S 292nd St - S 312th St Shoulder improvements G 3,770 3,770 31 Citywide ADA Retrofits 4001 400 400 400 400 400 400 2,800 32 Citywide Pedestrian Safety Install mid -block crossing treatments or other pedestrian improvements 1,2311 320 160 160 320 320 326 2,831 33 Citywide Pedestrian Safety System improvements Install mid -block crossing treatments 160 1,080 1,240 34 Citywide RRFB Upgrades Reptace median -mounted RRFB's with mast arm mountings 140 690 830 35 SR 509: SW 312th St - 21 st Ave SW Install sidewalk and streetlights on south side 2001 1,300 1,500 36 Federal Way Transit Center Pedestrian Access Improvements 1 100 900 1,000 37 S 312th St: Steel Lake Park - 28th•Ave S Install sidewalk and streetlights on south side 100 650 750 38 Citywide Implement greenway plan 280 400 680 39a Pacific Hwy S Trail - 16th Ave S (S 288th St to S 308th St) Construct multi -use path 200 250 600 2,050 3,650 39b Pacific Hwy S Trail - 16th Ave S (SR 509 to S 308th St) Construct multi -use path 300 1,900 2,200 40 SR 509: 9th PIS - 11th PIS Install sidewalk on south side 100 1,350 1,450 41 S 314th St: PVR Wy S - 23rd Ave S Add sidewalks and street lights 175 125 125 1,600 1,300 3,325 42a •S 288th St: Military Rd S - 34th Ave S I Restripe to 3 lanes with bike lanes, improve pedestrian facilities 100 900 1 1 1,000 42b S 288th St: 16th Ave S - 34th Ave S Restripe to 3 lanes with bike lanes, improve pedestrian facilities 100 100 1001 2,200 1 1 1 2,500 Subtotal Non -Motorized Capital Projects 2,186 41225 2,205 2,7801 8,300 2,3201 2,1201 5,1401 29,826 Map STREET LIGHTING CAPITAL PROJECTS Year 2021 Costs in $ thousands ID Location Description Previous Years 2021 2022 2023 2024 2025 2026 2027 Total 43 Citywide LED Retrofits 3,3501 1601 1 3,510 SuBlotal StreetLighting Capital Projects os;57 r /S2 f99j S City of Federal Way �`�r .Star P11-et S01117d o I,ke 2022_ 2027 ��°a ,„, -�� --• Transportation S 2$$th St Improvement Plan r� g & Arterial Street -' '• Improvement Plan ha, f 509 1 S 304th 5 Steel I cr.e►cr LJke Lake{ 9312th ! �,- $� ! SW 312th St St f Hil'I'01, Lake Legend i �••� S St S 4 Intersection Improvements f .. ! i - i••_'�, ti �5W 324th S 32 t y � � _� s City Center Access - Phase 1 .•1 � , a S 324th St lti City Center Access - Phase 2 • '� ! 1 yti a r eq '= h \ r] 7 e Corridor Improvement li Northsh - ---^-'+ f Non -Motorized Improvement SW Cam �I 336th St '` I Overlay Improvement 'fj► `� �r rn 5 'i' a ; i 1 �7 @ Q ''•� Y S 348th St « t I Lake E —•l981 Original Map Date: April 2021 w i rGeWYLIi..i City of Federal Way, 1509 SW 35 ► ! 33325 8th Ave S, a i Federal Way, WA 98003 (253) 835-7000 =p ti ��` '� w l li l 0 0.5 1 N 7 °D N LIk ' Miles a ` _ 99) T7'ulr, cIrr of 4�% Federal Way i,181� Lake NO This map is accompanied by no warranties, J:\compia Bran ortation\tip_22�27.mxd """ � �: �---� ! S and is simply a graphic representation. A"-- 5/18/2021 Ji, ,SWP,y-V0&and Charities Filing System BUSINESS INFORMATION NORTHWEST TRAFFIC, INC. 602140 049 WA PROFIT CORPORATION ACTIVE 622 WEST VALLEY HWY E, EDGEWOOD, WA, 98372-9709, UNITED STATES PO BOX 1915, MILTON, WA, 98354-1915, UNITED STATES 08/31/2021 UNITED STATES, WASHINGTON 08/142001 PERPETUAL CONSTRUCTION REGISTERED AGENT INFORMATION DONALD EVERARD 622 WEST VALLEY HWY E, EDGEWOOD, WA, 98372-0000, UNITED STATES PO BOX 1915, MILTON, WA, 98354-0000, UNITED STATES GOVERNORS Title Governors Type GOVERNOR INDIVIDUAL GOVERNOR INDIVIDUAL Back hftps:Hccfs.sos.wa.gov/#/BusinessSearch/Businessinformation Corporations and Charities System Business Name: UBI Number: Business Type: Business Status: Principal Office Street Address: Principal Office Mailing Address: Expiration Date: jurisdiction: Formation/ Registration Date: Period of Duration: Inactive Date: Nature of Business: Registered Agent Name: Street Address: Mailing Address: Entity Name First Name Last Name DONALD EVERARD MARK AMER Filing History Name History Print Return to Business Search 1/1 5/18/2021 Washington State Department of Revenue < Business Lookup License Information: Entity name: NORTHWEST TRAFFIC, INC. Business name: NORTHWEST TRAFFIC, INC Entity type: Profit Corporation UBI #: 602-140-049 Business ID: 001 Location ID: 0002 Location: Active Location address: 622 W VALLEY HWY E EDGEWOOD WA 98372-9709 Mailing address: PO BOX 1915 MILTON WA 98354-1915 Excise tax and reseller permit status: Secretary of State status: Endorsements Endorsements held at this location License # Count Anacortes General Business - Non -Resident Bonney Lake General Business - Non -Resident Buckley General Business - Non - Resident Burien General Business - Non- 07819 Resident Carnation General Business - Non -Resident Centralia General Business - Non -Resident Clyde Hill General Business - Non -Resident Covington General Business - Non -Resident Click here Click here Page 1 of 3 Filter New search Back to results Details Status Expiration date First issuance dal Active Aug-31-2021 Aug-24-2018 Active Aug-31-2021 Feb-16-2016 Active Mar-31-2022 Mar-09-2021 Active Aug-31-2021 Aug-20-2009 Active Aug-31-2021 Aug-16-2016 Active Mar-31-2022 Mar-26-2021 Active Aug-31-2021 Mar-29-2018 Active Aug-31-2021 Oct-10-2014 hftps://secure.dor.wa.gov/gteunauth/_1#3 1 /2 5/18/2021 Washington State Department of Revenue Endorsements held at this location License # Count Details Status DuPont General Business - Non- 5482 Active Resident Eatonville General Business - Non -Resident Edgewood General Business 64 Edmonds General Business - NR-026245 Non -Resident Federal Way General Business - 17-102616-00-BL Non -Resident Fife General Business - Non - Resident Issaquah General Business - Non -Resident Governing People Kq, trirludr pa r,,nq pmpk-1 nghht dKith S—tary o/State Governing people Title AMER, MARK EVERARD, DONALD Registered Trade Names Registered trade names Status NORTHWEST TRAFFIC, INC Active Expiration date First issuance dal Mar-31-2022 Mar-15-2021 Active Apr-30-2021 Apr-20-2020 Active Aug-31-2021 Apr-24-2006 Active Aug-31-2021 Nov-05-2012 Active Aug-31-2021 May-31-2017 Active Aug-31-2021 Nov-05-2013 Active Aug-31-2021 Dec-07-2009 View Additional Locations The Business Lookup information is updated nightly. Search date and time: 5/18/2021 1:36:22 PM Contact us How are we doing? Take our survey! Don't see what you expected? Check if your browser is supported First issued Oct-12-2016 hftps://secure.dor.wa.gov/gteunauth/—/#3 2/2