Loading...
AG 20-088 - Northeast Electric LLCRETURN TO: PW ADMIN EXT: 2700 ID #: 4066 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV:.PUBLIC WORKS Capital Engineering 2. ORIGINATING STAFF PERSON: Naveen Chandra EXT: 253-797-6ii 3. DATE REQ. BY: 3/01 /2022 3. TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION 0 CONTRACT AMENDMENT (AG#): 20-088 ❑ INTERLOCAL ❑ OTHER P AN cus gNe De '0 4. PROJECT NAME: Variable Lane Use Control s. NAMEOFCONTRACrOR: Northeast Electric, LLC ADDRESS: 1780 Downriver Drive, Woodland, WA 98674 TELEPHONE: 360-225-7004 E-MAIL: troyh()nellec.net FAX: SIGNATURENAME: Troy Halberg TITLE: Manager 6. EXHIBITS AND ATTACHMENTS: O SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE # 14-105028-00 B4 EXP. 12/31/ UBI # 602482576 ; EXP. / / 7. TERM: COMMENCEMENT DATE: 7/16/2020 COMPLETION DATE: 100 Working Days (C04= Odli 8. TOTAL COMPENSATION: $ 517,294.74($2,760.92 as CO # 4) 0 (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES 0 NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: 0 YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE TO: 306-4400-213-650-64-650 9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED 6 PROJECT MANAGER 6 DIVISION MANAGER I'Y = 11 DEPUTY DIRECTOR os a�rsrzz 6 DIRECTOR = — ❑ RISK MANAGEMENT (IF APPLICABLE) 8 LAW DEPT 2.28.2022 MP 10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 11. CONTRACT SIGNATURE ROUTING ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: i' DATE REC' D: 'I Z ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL 1S NEEDED.) INITIAL / DATE SIGNED ❑ FINANCE DEPARTMENT ❑ LAW DEPT SIGNATORY (MAYOR OR DIRECTOR) 3 CrTY CLERK ASSTGNED AG # AG# —0 SIGNED. COPY RETURNED `Jt[k- L j DATE SENT: OtFIGA 4A COMMENTS: EXECUTE" 2" ORIGINALS l/2020 213 CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT AG 20-088 PROJECT NUMBER AGREEMENT NUMBER VARIABLE LANE USE CONTROL PROJECT TITLE SUMMARY OF PROPOSED CHANGES: 04 Cy7/1�[el�i7:7�7� LI�L�iI ]�:7 This Change Order covers the work changes summarized below: 22(SIz2 EFFECTIVE DATE NORTHEAST ELECTRIC, LLC CONTRACTOR The contract plans showed the paint line striping at the S.3201h and 111h Place South intersection. The City changed the paint line striping to "Plastic Type B- Pre -formed Fused Thermoplastic" due to the longevity of striping needed at the middle of the high volume intersection of S.320th and 11th Place South. Therefore, this change order deletes the "bid item 20 — Paint Line" and adds new "bid item 24 — Plastic Type B — Pre -formed Fused Thermoplastic" to the contract. The traffic control needed for the work will be paid as part of the unit prices and the work may be performed as part of the other work at the subject intersection. A written work order via email was issued on February 15, 2022. The time provided for completion in the Contract is ® Unchanged ❑ Increased by _Working Day(s) ❑ Decreased by_ Working Day(s) This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑ Yes ® No If "Yes" Will the Policies Be Extended? ❑ Yes ® No THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE: ITEM NO. ITEM QTY UNIT UNIT PRICE AMOUNT 20 PAINT LINE 24 PLASTIC TYPE B — PREFORMED FUSED THERMOPLASTIC TOTAL NET CONTRACT: $2,760.92 DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT PREVIOUS CHANGE ORDERS THIS CHANGE ORDER NEW CONTRACT AMOUNT -75 LF $30.00-$2,250.00 01 LS $5,010.92 $5,010.92 INCREASE $2,760.92 $444, 961. 00 $6.9,572,82 $2,760.92 $517, 294.74 CHANGE ORDER # 4 CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL FEBRUARY 2022 PROJECT # 213 STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. The execution of this Change Order shall constitute full satisfaction and a waiver of any and all claims by the Contractor arising out of, or relating in any way to, the Work identified, to be performed, or deleted pursuant to Change Order except as specifically described in this Change Order. �"4' 3 `f- CONTRACTOR'S SIGNATURE DATE "'-�'� 3 ( 812oz?- PUBLI WORKS DIRECTOR DATE CHANGE ORDER # 4 CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL FEBRUARY 2022 PROJECT # 213 NORTHEAST �L.M=Mr ram- I=.. 1780 Down River Drive • Woodland, WA. 98674 • (360) 225-7004. (360) 225-7001 fax January 1, 2022 The following people are authorized to sign any and all change orders on behalf of Northeast Electric, LLC. Jayden Bergmann Mark Charlson Bard Halberg Garrett Halberg Troy Halberg Jared Halberg Sean Hallstrom Trevor Johnson Keith Johnston Matt Johnston Jess Koistinen Mike Williamson : �- -/ 1 -0 - Thank you, Troy Halberg, Owner 7 "S' DATE (MMIDDIYYYY) CERTIFICATE OF LIABILITY INSURANCE 11/15/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER I SmiFT INSURED Parker, Smith & Feek, Inc. 16201 E Indiana Ave, Suite 1000 Spokane Valley, WA 99216 Northeast Electric, LLC 1780 Down River Dr. Woodland, WA 98674 509-789-8350 INSURER(S) AFFORDING COVERAGE INSURERA: American Family Home Insurance ( INSURERB: American Alternative Insurance COI INSURER C: Navigators Specialty Insurance Cor INSURER D : INSURER E INSURER F : rn\/CDAr_FC rFRTIFIrATF PAIMRFR• RFVISInN NI)MRFR- 509-931-0794 NAIC # THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR Al 6CISUBR POLICY EFF POLICY EXP I LIMITS TYPE OF INSURANCE POLICY NUMBER M ID hIMfDDIYYYYI LSIrGENERAL ' A LIABILITY MM'_RCIAL GENERAL LIABILITY X 88A5GL000113600 11/24/2020 04/07/2022 EACH OCCURRENCE s 2,000.000 $ 1,000,000 FAAWTOAEA'1�Ci PRry1 Sj_E-SE4_�trr�rrc_gCLAIMS-MADE I " 1 OCCUR MED EXP An one rson) $ 15,000 PERSONAL & ADV INJURY $ 2,000,000 $ 4,000,000 GENERAL AGGREGATE GREGATE LIMIT APPLIES PER: PRODUCTS -COMP/OPAGG $ 4,000,000 ICY X PRO• X LOC $ A AUTOMOBILE LIABILITY 88A5CA000083300 11/24/2020 04/07/2022 tEa ecridaniSrNGLE LI 2,000,000 BODILY INJURY (Per person) K ANY AUTO X $ BODILY INJURY (Per accident) ALL OWNED SCHEDULED AUTOS AUTOS NON -OWNED HIREDAUTOS AUTOS $ $ PROPERTY DAMAGE Paraccident $ B UMBRELLA LIAB K OCCUR 93A2UB100016400 11/24/2020 04/07/2022 . EACH OCCURRENCE $ 5,000,000 )( EXCESS LIAB CLAIMS -MADE X I AGGREGATE $ 5,000,000 LIED X RETENTIONS 10,000 $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE YIN 88A5GL000113600 11/24/2020 WA Stop Gap/Employers 04/07/2022 WC STA7U- K OTH- 11& E.L. EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED' (Mandatory In NH) NIA Liability E.L. DISEASE - EA EMPLOYE $ 1,000,000 E.L. DISEASE - POLICY LIMIT If yes, describe under DESCRIPTION OF OPERATIONS below $ 1,000,000 C Pollution Liability MP21ECPZ0727TIC 11/24/2021 11/24/2022 $11000,000 Each Claim / $2,000,000 Aggregate DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required) Project # 213 / RFB #20-002 Variable Lane Use Control City of Federal Way and and its officers, elected officials, employees, agents and volunteers, the consultant that completed the preparation of the engineering design and project plans, and its officers, ... (See Attached Description) CERTIFICATE HOLDER CANCELLATION City of Federal Way Public Works Department 33325 8th Avenue South Federal Way, WA 98003 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE U 19UH-20 U ACUFLu cUKF'UKA I IUN. All rignts reservea. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD (EJ000) DESCRIPTIONS (Continued from Page 1) employees, agents, and subconsultants, and consultants hired by the contracting agency for design, construction support, or materials testing are additional insureds on the general liability, automobile, and excess liability policies per the attached endorsements/forms. Coverage is primary and non-contributory on the general liability, automobile, and excess liability policies per the attached endorsements/forms. (EJOOO) POLICY NUMBER: 88A5CA0000833 COMMERCIAL AUTO CA20481013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following. AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Northeast Electric LLC Endorsement Effective Date: 11/24/2020 SCHEDULE Name Of Person(s) Or Organization(s): As required by written contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.I. of Section II — Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 COMMERCIAL AUTO CA 04 49 11 16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY -- OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other Insurance — Primary And Excess Insurance Provisions in the Motor Carrier Coverage Form and supersedes any provision to the contrary: This Coverage Form's Covered Autos Liability Coverage is primary to and will not seek contribution from any other insurance available to an "insured" under your policy provided that: 1. Such "insured" is a Named Insured under such other insurance; and 2. You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to such "insured". B. The following is added to the Other Insurance Condition in the Auto Dealers Coverage Form and supersedes any provision to the contrary: This Coverage Form's Covered Autos Liability Coverage and General Liability Coverages are primary to and will not seek contribution from any other insurance available to an "insured" under your policy provided that_ 1. Such "insured" is a Named Insured under such other insurance; and 2. You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to such "insured". CA 04 49 11 16 © Insurance Services Office, Inc., 2016 Page 1 of 1 POLICY NUMBER: 88ASGLoo01136-00 COMMERCIAL GENERAL LIABILITY CG 20 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) I Location(s) Of Covered Operations As Required by Written Contract As Required by Written Contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 04 13 ©Insurance Services Office, Inc., 2012 Page 1 of 2 C. With respect to the insurance afforded to these additional insureds, the following is added to Section III - Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Page 2 of 2 ©Insurance Services Office, Inc., 2012 CG 20 10 04 13 POLICY NUMBER: 88A5GLoo01136-00 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations .As Required by Written Contract As Required by Written Contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 37 04 13 ©Insurance Services Office, Inc., 2012 Page 1 of 1 COMMERCIAL GENERAL LIABILITY CG 20 01 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following, COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. CG 20 01 0413 © Insurance Services Office, Inc., 2012 Page 1 of 1 (d) Cooperate with us with respect to coordinating other applicable insurance available to the indemnitee; and (2) Provides us with written authorization to: (a) Obtain records and other information related to the "suit"; and (b) Conduct and control the defense of the indemnitee in such "suit". So long as the above conditions are met, attorneys' fees incurred by us in the defense of that indemnitee, necessary litigation expenses incurred by us and necessary litigation expenses incurred by the indemnitee at our request will be paid as Supplementary Payments. Notwithstanding the provisions of Paragraph 2.b.(2) of Section I — Coverage A — Bodily Injury And Property Damage Liability, such payments will not be deemed to be damages for "bodily injury" and "property damage" and will not reduce the limits of insurance_ Our obligation to defend an insured's indemnitee and to pay for attorneys' fees and necessary litigation expenses as Supplementary Payments ends when we have used up the applicable limit of insurance in the payment of judgments or settlements or the conditions set forth above, or the terms of the agreement described in Paragraph f. above are no longer met. SECTION II — WHO IS AN INSURED 1. Except for liability arising out of the ownership, maintenance or use of "covered autos": a. If you are designated in the Declarations as. (1) An individual, you and your spouse are insureds, but only with respect to the conduct of a business of which you are the sole owner (2) A partnership or joint venture, you are an insured. Your members, your partners, and their spouses are also insureds, but only with respect to the conduct of your business. (3) A limited liability company, you are an insured. Your members are also insureds, but only with respect to the conduct of your business_ Your managers are insureds, but only with respect to their duties as your managers- (4) An organization other than a partnership. Joint venture or limited liability company, you are an insured. Your "executive officers" and directors are insureds, but only with respect to their duties as your officers or directors. Your stockholders are also insureds, but only with respect to their liability as stockholders- (5) A trust, you are an insured. Your trustees are also insureds, but only with respect to their duties as trustees. b. Each of the following is also an insured. (1) Your "volunteer workers" only while performing duties related to the conduct of your business, or your "employees", other than either your "executive officers" (if you are an organization other than a partnership, joint venture or limited liability company) or your managers (if you are a limited liability company), but only for acts within the scope of their employment, by you or while performing duties related to the conduct of your business. However, none of these "employees" or "volunteer workers" are insureds for: (a) "Bodily injury" or "personal and advertising injury": (i) To you, to your partners or members (if you are a partnership or joint venture), to your members (if you are a limited liability company), to a co - "employee" in the course of his or her employment or performing duties related to the conduct of your business or to your other "volunteer workers" while performing duties related to the conduct of your business; (ii) To the spouse, child, parent, brother or sister of that ca"employee" or "volunteer worker" as a consequence of Paragraph (a)(i) above; or (lit) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in Paragraph (a)(1) or (ii) above. (b) "Property damage" to property. (i) Owned, occupied or used by; (h) Rented to, in the care, custody or control of. or over which physical control is being exercised for any purpose by; you, any of your "employees", "volunteer workers", any partner or member (if you are a partnership or joint venture), or any member (if you are a limited liability company). (2) Any person (other than your "employee" or "volunteer worker"), or any organization while acting as your real estate manager Page 10 of 18 © Insurance Services Office, Inc., 2012 CU 00 01 04 13 (3) Any person or organization having proper temporary custody of your property if you die, but only: (a) With respect to liability arising out of the maintenance or use of that property; and (b) Until your legal representative has been appointed. (4) Your legal representative if you die, but only with respect to duties as such. That representative will have all your rights and duties under this Coverage Part. c. Any organization you newly acquire or form, other than a partnership, joint venture or limited liability company, and over which you maintain ownership or majority interest, will qualify as a Named Insured if there is no other similar insurance available to that organization. However- (1) Coverage under this provision is afforded only until the 90th day after you acquire or form the organization or the end of the policy period, whichever is earlier; (2) Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and (3) Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization 2. Only with respect to liability arising out of the ownership, maintenance or use of "covered autos": a. You are an insured. b. Anyone else while using with your permission a "covered auto" you own, hire or borrow is also an insured except: (1) The owner or anyone else from wham you hire or borrow a "covered auto" This exception does not apply if the "covered auto" is a trailer or semitrailer connected to a "covered auto' you own. (2) Your "employee" if the "covered auto" is owned by that "employee" or a member of his or her household. (3) Someone using a "covered auto" while he or she is working in a business of selling, servicing, repairing, parking or storing "autos" unless that business is yours- (4) Anyone other than your "employees", partners (if you are a partnership), members (if you are a limited liability company), or a lessee or borrower or any of their "employees", while moving property to or from a "covered auto" (5) A partner (if you are a partnership), or a member (if you are a limited liability company) for a "covered auto" owned by him or her or a member of his or her household, (6) "Employees" with respect to "bodily injury" to: (a) Any fellow "employee" of the insured arising out of and in the course of the fellow "employee's" employment or while performing duties related to the conduct of your business: or (b) The spouse, child, parent, brother or sister of that fellow "employee" as a consequence of Paragraph (a) above. c. Anyone liable for the conduct of an insured described above is also an insured, but only to the extent of that liability 3. Any additional insured under any policy of "underlying insurance" will automatically be an insured under this insurance. Subject to Section III — Limits Of Insurance, if coverage provided to the additional insured is required by a contract or agreement, the most we will pay an behalf of the additional insured is the amount of insurance: a. Required by the contract or agreement, less any amounts payable by any "underlying insurance"; or b. Available under the applicable Limits of Insurance shown in the declarations, whichever is less Additional insured coverage provided by this insurance will not be broader than coverage provided by the "underIvino insurance" No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations. CU 00 01 0413 0 Insurance Services Office, Inc, 2012 Page 11 of 18 COMMERCIAL LIABILITY UMBRELLA CUE 03 01 10 17 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL LIABILITY UMBRELLA COVERAGE PART SCHEDULE Name of Designated Additional Insured Person(s) Or Organization(s): As Required by Written Contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Paragraph 5. Other Insurance of Section IV — Conditions is deleted and replaced by the following: 5. Other Insurance a. This insurance is excess over, and shall not contribute with any of the other insurance, whether primary, excess, contingent or on any other basis. However: (1) This condition will not apply to other insurance specifically written as excess over this Coverage Part. (2) The insurance provided under this Coverage Part will be on a primary basis and will not seek contribution from any other insurance available to an additional insured, provided that: (a) The additional insured is a Named Insured under such other insurance; (b) The additional insured is specifically listed in the Schedule above and for whom coverage is provided in this policy under Paragraph 3. of Section II — Who Is An Insured; (c) You have agreed in writing in a contract or agreement with such designated additional insured listed in the Schedule to provide additional insured coverage on a primary and noncontributory basis; and (d) Only if the applicable "underlying insurance" also provides such coverage and on a primary and noncontributory basis specifically for such designated additional insured listed in the Schedule, and only once the applicable limits of "underlying insurance" have been exhausted in the payment of judgments, settlements and other expenses as applicable. Subject to Section III — Limits Of Insurance, the most we will pay on behalf of such additional insured is the amount of insurance required by the contract or agreement for the coverage afforded under this policy, or the available Limits of Insurance afforded under this policy that are applicable, whichever is less. When this insurance is excess, we will have no duty to defend the insured or designated additional insured against any "suit" if any other insurer has a duty to defend the insured or designated additional insured against that "suit". If no other insurer defends, we may undertake to do so, but we will be entitled to the insured's or designated additional insured's rights against all those other insurers. b. When this insurance is excess over the other insurance, we will pay only our share of the "ultimate net loss" that exceeds the sum of: (1) The total amount that all such other insurance would pay for the loss in the absence of the insurance provided under this Coverage Part; and (2) The total of all deductible and self -insured amounts under all that other insurance. CUE 03 01 10 17 Copyright, American Alternative Insurance Corporation, 2017 Page 1 of 1 Includes copyrighted material of the Insurance Services Office, Inc., with its permission. 2/28/22, 9:03 AM Corporations and Charities System BUSINESS INFORMATION Business Name: NORTHEAST ELECTRIC, LLC UBI Number: 602 482 576 Business Type: WA LIMITED LIABILITY COMPANY Business Status: ACTIVE Principal Office Street Address: 1780 DOWN RIVER DR, WOODLAND, WA, 98674-9699, UNITED STATES Principal Office Mailing Address: 1780 DOWN RIVER DR, WOODLAND, WA, 98674-9699, UNITED STATES Expiration Date: 03/31/2023 Jurisdiction: UNITED STATES, WASHINGTON Formation/ Registration Date: 03/11/2005 Period of Duration: PERPETUAL Inactive Date: Nature of Business: OTHER SERVICES, ELECTRICAL CONTRACTOR REGISTERED AGENT INFORMATION Registered Agent Name: DANIEL P HALBERG Street Address: 1780 DOWN RIVER DR, WOODLAND, WA, 98674-9699, UNITED STATES Mailing Address: GOVERNORS Title Governors Type GOVERNOR INDIVIDUAL GOVERNOR INDIVIDUAL GOVERNOR INDIVIDUAL GOVERNOR INDIVIDUAL Entity Name First Name DANIEL BARRI TROY STEVEN Last Name HALBERG HALBERG HALBERG HALBERG https://ccfs.sos.wa.gov/#/BusinessSearch/Businessinformation 1 /1 2/28/22, 9:04 AM Washington State Department of Revenue Washington State Department of Revenue < Business Lookup License Information: New search Back to results Entity name: NORTHEAST ELECTRIC, LLC Business NORTHEAST ELECTRIC, LLC name: Entity type: Limited Liability Company UBI #: 602-482-576 Business ID: 001 Location ID: 0001 Location: Active Location address: 1780 DOWN RIVER DR WOODLAND WA 98674-9699 Mailing address: 1780 DOWN RIVER DR WOODLAND WA 98674-9699 Excise tax and reseller permit status: Click here Secretary of State status: Click here Page 1 of 3 Endorsements Filter Endorsements held a License # Count De v s Status Expiratioi First issua hftps://secure.dor.wa.gov/gteunauth/—/#3 1 /4 2/28/22, 9:04 AM Washington State Department of Revenue Endorsements held a License # Count Details Status Aberdeen General 215979 Active Business - Non - Resident Battle Ground Active General Business - Non -Resident Bonney Lake Active General Business - Non -Resident Burien General 13537 Active Business - Non - Resident Centralia General Business - Non - Resident Chehalis General Business - Non - Resident Chelan General Business Non - Resident East Wenatchee General Business - Non -Resident Eatonville General Business - Non - Resident 2378 Active Active Active Active Active Expiratiot First issua Feb-01-21 Mar-31-2 Dec-08-21 Jun-30-2( Jul-13-20. Mar-31-2 Jan-08-2C Jul-31-20, Jul-14-20, May-31-2 Jul-16-20, Mar-31-2 Jun-25-2( Mar-31-2 Jun-29-2( Mar-31-2 Aug-31-2 https://secure.dor.wa.gov/gteunauth/_/#3 2/4 2/28/22, 9:04 AM Washington State Department of Revenue Endorsements held a License # Count Details Status Federal Way 14-10502, Active General Business - Non -Resident Fife General Business - Non - Resident Issaquah General Business - Non - Resident Kelso General A040615 Business - Non - Resident Kennewick General Business - Non - Resident La Center General 19-0084 Business - Non - Resident Active Active Active Active Active Expiratioi First issua Mar-31-2 Sep-30-21 Mar-31-2 Oct-26-2( I Mar-31-2 Jan-11-2C Mar-31-2 May-26-2 Mar-31-2 Mar-17-2 Mar-31-2 Jan-01-2C Governing People May include governing people not registered with Secretary of State HALBERG, BARRI R HALBERG, DANIEL P HALBERG, STEVEN HALBERG, TROY R https://secure.dor.wa.gov/gteunauth/_/#3 3/4 2/28/22, 9:04 AM Washington State Department of Revenue View Additional Locations The Business Lookup information is updated nightly. Search date and time: 2/28/2022 9:04:09 AM Contact us How are we doing? Take our survey! Don't see what you expected? Check if your browser is supported hftps:Hsecure.dor.wa.gov/gteunauth/_/#3 4/4 RETURN TO: PW ADMIN EXT: 2700 ID #: 4066 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV:.PUBLIC WORKS Capital Engineering 2. ORIGINATING STAFF PERSON: Naveen Chandra EXT: 253-797-6ii 3. DATE REQ. BY: 3/01 /2022 3. TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION 0 CONTRACT AMENDMENT (AG#): 20-088 ❑ INTERLOCAL ❑ OTHER P AN cus gNe De '0 4. PROJECT NAME: Variable Lane Use Control s. NAMEOFCONTRACrOR: Northeast Electric, LLC ADDRESS: 1780 Downriver Drive, Woodland, WA 98674 TELEPHONE: 360-225-7004 E-MAIL: troyh()nellec.net FAX: SIGNATURENAME: Troy Halberg TITLE: Manager 6. EXHIBITS AND ATTACHMENTS: O SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE # 14-105028-00 B4 EXP. 12/31/ UBI # 602482576 ; EXP. / / 7. TERM: COMMENCEMENT DATE: 7/16/2020 COMPLETION DATE: 100 Working Days (C04= Odli 8. TOTAL COMPENSATION: $ 517,294.74($2,760.92 as CO # 4) 0 (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES 0 NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: 0 YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE TO: 306-4400-213-650-64-650 9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED 6 PROJECT MANAGER 6 DIVISION MANAGER I'Y = 11 DEPUTY DIRECTOR os a�rsrzz 6 DIRECTOR = — ❑ RISK MANAGEMENT (IF APPLICABLE) 8 LAW DEPT 2.28.2022 MP 10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 11. CONTRACT SIGNATURE ROUTING ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: i' DATE REC' D: 'I Z ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL 1S NEEDED.) INITIAL / DATE SIGNED ❑ FINANCE DEPARTMENT ❑ LAW DEPT SIGNATORY (MAYOR OR DIRECTOR) 3 CrTY CLERK ASSTGNED AG # AG# —0 SIGNED. COPY RETURNED `Jt[k- L j DATE SENT: OtFIGA 4A COMMENTS: EXECUTE" 2" ORIGINALS l/2020 213 CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT AG 20-088 PROJECT NUMBER AGREEMENT NUMBER VARIABLE LANE USE CONTROL PROJECT TITLE SUMMARY OF PROPOSED CHANGES: 04 Cy7/1�[el�i7:7�7� LI�L�iI ]�:7 This Change Order covers the work changes summarized below: 22(SIz2 EFFECTIVE DATE NORTHEAST ELECTRIC, LLC CONTRACTOR The contract plans showed the paint line striping at the S.3201h and 111h Place South intersection. The City changed the paint line striping to "Plastic Type B- Pre -formed Fused Thermoplastic" due to the longevity of striping needed at the middle of the high volume intersection of S.320th and 11th Place South. Therefore, this change order deletes the "bid item 20 — Paint Line" and adds new "bid item 24 — Plastic Type B — Pre -formed Fused Thermoplastic" to the contract. The traffic control needed for the work will be paid as part of the unit prices and the work may be performed as part of the other work at the subject intersection. A written work order via email was issued on February 15, 2022. The time provided for completion in the Contract is ® Unchanged ❑ Increased by _Working Day(s) ❑ Decreased by_ Working Day(s) This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑ Yes ® No If "Yes" Will the Policies Be Extended? ❑ Yes ® No THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE: ITEM NO. ITEM QTY UNIT UNIT PRICE AMOUNT 20 PAINT LINE 24 PLASTIC TYPE B — PREFORMED FUSED THERMOPLASTIC TOTAL NET CONTRACT: $2,760.92 DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT PREVIOUS CHANGE ORDERS THIS CHANGE ORDER NEW CONTRACT AMOUNT -75 LF $30.00-$2,250.00 01 LS $5,010.92 $5,010.92 INCREASE $2,760.92 $444, 961. 00 $6.9,572,82 $2,760.92 $517, 294.74 CHANGE ORDER # 4 CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL FEBRUARY 2022 PROJECT # 213 STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. The execution of this Change Order shall constitute full satisfaction and a waiver of any and all claims by the Contractor arising out of, or relating in any way to, the Work identified, to be performed, or deleted pursuant to Change Order except as specifically described in this Change Order. �"4' 3 `f- CONTRACTOR'S SIGNATURE DATE "'-�'� 3 ( 812oz?- PUBLI WORKS DIRECTOR DATE CHANGE ORDER # 4 CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL FEBRUARY 2022 PROJECT # 213 NORTHEAST �L.M=Mr ram- I=.. 1780 Down River Drive • Woodland, WA. 98674 • (360) 225-7004. (360) 225-7001 fax January 1, 2022 The following people are authorized to sign any and all change orders on behalf of Northeast Electric, LLC. Jayden Bergmann Mark Charlson Bard Halberg Garrett Halberg Troy Halberg Jared Halberg Sean Hallstrom Trevor Johnson Keith Johnston Matt Johnston Jess Koistinen Mike Williamson : �- -/ 1 -0 - Thank you, Troy Halberg, Owner 7 "S' DATE (MMIDDIYYYY) CERTIFICATE OF LIABILITY INSURANCE 11/15/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER I SmiFT INSURED Parker, Smith & Feek, Inc. 16201 E Indiana Ave, Suite 1000 Spokane Valley, WA 99216 Northeast Electric, LLC 1780 Down River Dr. Woodland, WA 98674 509-789-8350 INSURER(S) AFFORDING COVERAGE INSURERA: American Family Home Insurance ( INSURERB: American Alternative Insurance COI INSURER C: Navigators Specialty Insurance Cor INSURER D : INSURER E INSURER F : rn\/CDAr_FC rFRTIFIrATF PAIMRFR• RFVISInN NI)MRFR- 509-931-0794 NAIC # THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR Al 6CISUBR POLICY EFF POLICY EXP I LIMITS TYPE OF INSURANCE POLICY NUMBER M ID hIMfDDIYYYYI LSIrGENERAL ' A LIABILITY MM'_RCIAL GENERAL LIABILITY X 88A5GL000113600 11/24/2020 04/07/2022 EACH OCCURRENCE s 2,000.000 $ 1,000,000 FAAWTOAEA'1�Ci PRry1 Sj_E-SE4_�trr�rrc_gCLAIMS-MADE I " 1 OCCUR MED EXP An one rson) $ 15,000 PERSONAL & ADV INJURY $ 2,000,000 $ 4,000,000 GENERAL AGGREGATE GREGATE LIMIT APPLIES PER: PRODUCTS -COMP/OPAGG $ 4,000,000 ICY X PRO• X LOC $ A AUTOMOBILE LIABILITY 88A5CA000083300 11/24/2020 04/07/2022 tEa ecridaniSrNGLE LI 2,000,000 BODILY INJURY (Per person) K ANY AUTO X $ BODILY INJURY (Per accident) ALL OWNED SCHEDULED AUTOS AUTOS NON -OWNED HIREDAUTOS AUTOS $ $ PROPERTY DAMAGE Paraccident $ B UMBRELLA LIAB K OCCUR 93A2UB100016400 11/24/2020 04/07/2022 . EACH OCCURRENCE $ 5,000,000 )( EXCESS LIAB CLAIMS -MADE X I AGGREGATE $ 5,000,000 LIED X RETENTIONS 10,000 $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE YIN 88A5GL000113600 11/24/2020 WA Stop Gap/Employers 04/07/2022 WC STA7U- K OTH- 11& E.L. EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED' (Mandatory In NH) NIA Liability E.L. DISEASE - EA EMPLOYE $ 1,000,000 E.L. DISEASE - POLICY LIMIT If yes, describe under DESCRIPTION OF OPERATIONS below $ 1,000,000 C Pollution Liability MP21ECPZ0727TIC 11/24/2021 11/24/2022 $11000,000 Each Claim / $2,000,000 Aggregate DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required) Project # 213 / RFB #20-002 Variable Lane Use Control City of Federal Way and and its officers, elected officials, employees, agents and volunteers, the consultant that completed the preparation of the engineering design and project plans, and its officers, ... (See Attached Description) CERTIFICATE HOLDER CANCELLATION City of Federal Way Public Works Department 33325 8th Avenue South Federal Way, WA 98003 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE U 19UH-20 U ACUFLu cUKF'UKA I IUN. All rignts reservea. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD (EJ000) DESCRIPTIONS (Continued from Page 1) employees, agents, and subconsultants, and consultants hired by the contracting agency for design, construction support, or materials testing are additional insureds on the general liability, automobile, and excess liability policies per the attached endorsements/forms. Coverage is primary and non-contributory on the general liability, automobile, and excess liability policies per the attached endorsements/forms. (EJOOO) POLICY NUMBER: 88A5CA0000833 COMMERCIAL AUTO CA20481013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following. AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Northeast Electric LLC Endorsement Effective Date: 11/24/2020 SCHEDULE Name Of Person(s) Or Organization(s): As required by written contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.I. of Section II — Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 COMMERCIAL AUTO CA 04 49 11 16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY -- OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other Insurance — Primary And Excess Insurance Provisions in the Motor Carrier Coverage Form and supersedes any provision to the contrary: This Coverage Form's Covered Autos Liability Coverage is primary to and will not seek contribution from any other insurance available to an "insured" under your policy provided that: 1. Such "insured" is a Named Insured under such other insurance; and 2. You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to such "insured". B. The following is added to the Other Insurance Condition in the Auto Dealers Coverage Form and supersedes any provision to the contrary: This Coverage Form's Covered Autos Liability Coverage and General Liability Coverages are primary to and will not seek contribution from any other insurance available to an "insured" under your policy provided that_ 1. Such "insured" is a Named Insured under such other insurance; and 2. You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to such "insured". CA 04 49 11 16 © Insurance Services Office, Inc., 2016 Page 1 of 1 POLICY NUMBER: 88ASGLoo01136-00 COMMERCIAL GENERAL LIABILITY CG 20 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) I Location(s) Of Covered Operations As Required by Written Contract As Required by Written Contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 04 13 ©Insurance Services Office, Inc., 2012 Page 1 of 2 C. With respect to the insurance afforded to these additional insureds, the following is added to Section III - Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Page 2 of 2 ©Insurance Services Office, Inc., 2012 CG 20 10 04 13 POLICY NUMBER: 88A5GLoo01136-00 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations .As Required by Written Contract As Required by Written Contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 37 04 13 ©Insurance Services Office, Inc., 2012 Page 1 of 1 COMMERCIAL GENERAL LIABILITY CG 20 01 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following, COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. CG 20 01 0413 © Insurance Services Office, Inc., 2012 Page 1 of 1 (d) Cooperate with us with respect to coordinating other applicable insurance available to the indemnitee; and (2) Provides us with written authorization to: (a) Obtain records and other information related to the "suit"; and (b) Conduct and control the defense of the indemnitee in such "suit". So long as the above conditions are met, attorneys' fees incurred by us in the defense of that indemnitee, necessary litigation expenses incurred by us and necessary litigation expenses incurred by the indemnitee at our request will be paid as Supplementary Payments. Notwithstanding the provisions of Paragraph 2.b.(2) of Section I — Coverage A — Bodily Injury And Property Damage Liability, such payments will not be deemed to be damages for "bodily injury" and "property damage" and will not reduce the limits of insurance_ Our obligation to defend an insured's indemnitee and to pay for attorneys' fees and necessary litigation expenses as Supplementary Payments ends when we have used up the applicable limit of insurance in the payment of judgments or settlements or the conditions set forth above, or the terms of the agreement described in Paragraph f. above are no longer met. SECTION II — WHO IS AN INSURED 1. Except for liability arising out of the ownership, maintenance or use of "covered autos": a. If you are designated in the Declarations as. (1) An individual, you and your spouse are insureds, but only with respect to the conduct of a business of which you are the sole owner (2) A partnership or joint venture, you are an insured. Your members, your partners, and their spouses are also insureds, but only with respect to the conduct of your business. (3) A limited liability company, you are an insured. Your members are also insureds, but only with respect to the conduct of your business_ Your managers are insureds, but only with respect to their duties as your managers- (4) An organization other than a partnership. Joint venture or limited liability company, you are an insured. Your "executive officers" and directors are insureds, but only with respect to their duties as your officers or directors. Your stockholders are also insureds, but only with respect to their liability as stockholders- (5) A trust, you are an insured. Your trustees are also insureds, but only with respect to their duties as trustees. b. Each of the following is also an insured. (1) Your "volunteer workers" only while performing duties related to the conduct of your business, or your "employees", other than either your "executive officers" (if you are an organization other than a partnership, joint venture or limited liability company) or your managers (if you are a limited liability company), but only for acts within the scope of their employment, by you or while performing duties related to the conduct of your business. However, none of these "employees" or "volunteer workers" are insureds for: (a) "Bodily injury" or "personal and advertising injury": (i) To you, to your partners or members (if you are a partnership or joint venture), to your members (if you are a limited liability company), to a co - "employee" in the course of his or her employment or performing duties related to the conduct of your business or to your other "volunteer workers" while performing duties related to the conduct of your business; (ii) To the spouse, child, parent, brother or sister of that ca"employee" or "volunteer worker" as a consequence of Paragraph (a)(i) above; or (lit) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in Paragraph (a)(1) or (ii) above. (b) "Property damage" to property. (i) Owned, occupied or used by; (h) Rented to, in the care, custody or control of. or over which physical control is being exercised for any purpose by; you, any of your "employees", "volunteer workers", any partner or member (if you are a partnership or joint venture), or any member (if you are a limited liability company). (2) Any person (other than your "employee" or "volunteer worker"), or any organization while acting as your real estate manager Page 10 of 18 © Insurance Services Office, Inc., 2012 CU 00 01 04 13 (3) Any person or organization having proper temporary custody of your property if you die, but only: (a) With respect to liability arising out of the maintenance or use of that property; and (b) Until your legal representative has been appointed. (4) Your legal representative if you die, but only with respect to duties as such. That representative will have all your rights and duties under this Coverage Part. c. Any organization you newly acquire or form, other than a partnership, joint venture or limited liability company, and over which you maintain ownership or majority interest, will qualify as a Named Insured if there is no other similar insurance available to that organization. However- (1) Coverage under this provision is afforded only until the 90th day after you acquire or form the organization or the end of the policy period, whichever is earlier; (2) Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and (3) Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization 2. Only with respect to liability arising out of the ownership, maintenance or use of "covered autos": a. You are an insured. b. Anyone else while using with your permission a "covered auto" you own, hire or borrow is also an insured except: (1) The owner or anyone else from wham you hire or borrow a "covered auto" This exception does not apply if the "covered auto" is a trailer or semitrailer connected to a "covered auto' you own. (2) Your "employee" if the "covered auto" is owned by that "employee" or a member of his or her household. (3) Someone using a "covered auto" while he or she is working in a business of selling, servicing, repairing, parking or storing "autos" unless that business is yours- (4) Anyone other than your "employees", partners (if you are a partnership), members (if you are a limited liability company), or a lessee or borrower or any of their "employees", while moving property to or from a "covered auto" (5) A partner (if you are a partnership), or a member (if you are a limited liability company) for a "covered auto" owned by him or her or a member of his or her household, (6) "Employees" with respect to "bodily injury" to: (a) Any fellow "employee" of the insured arising out of and in the course of the fellow "employee's" employment or while performing duties related to the conduct of your business: or (b) The spouse, child, parent, brother or sister of that fellow "employee" as a consequence of Paragraph (a) above. c. Anyone liable for the conduct of an insured described above is also an insured, but only to the extent of that liability 3. Any additional insured under any policy of "underlying insurance" will automatically be an insured under this insurance. Subject to Section III — Limits Of Insurance, if coverage provided to the additional insured is required by a contract or agreement, the most we will pay an behalf of the additional insured is the amount of insurance: a. Required by the contract or agreement, less any amounts payable by any "underlying insurance"; or b. Available under the applicable Limits of Insurance shown in the declarations, whichever is less Additional insured coverage provided by this insurance will not be broader than coverage provided by the "underIvino insurance" No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations. CU 00 01 0413 0 Insurance Services Office, Inc, 2012 Page 11 of 18 COMMERCIAL LIABILITY UMBRELLA CUE 03 01 10 17 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL LIABILITY UMBRELLA COVERAGE PART SCHEDULE Name of Designated Additional Insured Person(s) Or Organization(s): As Required by Written Contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Paragraph 5. Other Insurance of Section IV — Conditions is deleted and replaced by the following: 5. Other Insurance a. This insurance is excess over, and shall not contribute with any of the other insurance, whether primary, excess, contingent or on any other basis. However: (1) This condition will not apply to other insurance specifically written as excess over this Coverage Part. (2) The insurance provided under this Coverage Part will be on a primary basis and will not seek contribution from any other insurance available to an additional insured, provided that: (a) The additional insured is a Named Insured under such other insurance; (b) The additional insured is specifically listed in the Schedule above and for whom coverage is provided in this policy under Paragraph 3. of Section II — Who Is An Insured; (c) You have agreed in writing in a contract or agreement with such designated additional insured listed in the Schedule to provide additional insured coverage on a primary and noncontributory basis; and (d) Only if the applicable "underlying insurance" also provides such coverage and on a primary and noncontributory basis specifically for such designated additional insured listed in the Schedule, and only once the applicable limits of "underlying insurance" have been exhausted in the payment of judgments, settlements and other expenses as applicable. Subject to Section III — Limits Of Insurance, the most we will pay on behalf of such additional insured is the amount of insurance required by the contract or agreement for the coverage afforded under this policy, or the available Limits of Insurance afforded under this policy that are applicable, whichever is less. When this insurance is excess, we will have no duty to defend the insured or designated additional insured against any "suit" if any other insurer has a duty to defend the insured or designated additional insured against that "suit". If no other insurer defends, we may undertake to do so, but we will be entitled to the insured's or designated additional insured's rights against all those other insurers. b. When this insurance is excess over the other insurance, we will pay only our share of the "ultimate net loss" that exceeds the sum of: (1) The total amount that all such other insurance would pay for the loss in the absence of the insurance provided under this Coverage Part; and (2) The total of all deductible and self -insured amounts under all that other insurance. CUE 03 01 10 17 Copyright, American Alternative Insurance Corporation, 2017 Page 1 of 1 Includes copyrighted material of the Insurance Services Office, Inc., with its permission. 2/28/22, 9:03 AM Corporations and Charities System BUSINESS INFORMATION Business Name: NORTHEAST ELECTRIC, LLC UBI Number: 602 482 576 Business Type: WA LIMITED LIABILITY COMPANY Business Status: ACTIVE Principal Office Street Address: 1780 DOWN RIVER DR, WOODLAND, WA, 98674-9699, UNITED STATES Principal Office Mailing Address: 1780 DOWN RIVER DR, WOODLAND, WA, 98674-9699, UNITED STATES Expiration Date: 03/31/2023 Jurisdiction: UNITED STATES, WASHINGTON Formation/ Registration Date: 03/11/2005 Period of Duration: PERPETUAL Inactive Date: Nature of Business: OTHER SERVICES, ELECTRICAL CONTRACTOR REGISTERED AGENT INFORMATION Registered Agent Name: DANIEL P HALBERG Street Address: 1780 DOWN RIVER DR, WOODLAND, WA, 98674-9699, UNITED STATES Mailing Address: GOVERNORS Title Governors Type GOVERNOR INDIVIDUAL GOVERNOR INDIVIDUAL GOVERNOR INDIVIDUAL GOVERNOR INDIVIDUAL Entity Name First Name DANIEL BARRI TROY STEVEN Last Name HALBERG HALBERG HALBERG HALBERG https://ccfs.sos.wa.gov/#/BusinessSearch/Businessinformation 1 /1 2/28/22, 9:04 AM Washington State Department of Revenue Washington State Department of Revenue < Business Lookup License Information: New search Back to results Entity name: NORTHEAST ELECTRIC, LLC Business NORTHEAST ELECTRIC, LLC name: Entity type: Limited Liability Company UBI #: 602-482-576 Business ID: 001 Location ID: 0001 Location: Active Location address: 1780 DOWN RIVER DR WOODLAND WA 98674-9699 Mailing address: 1780 DOWN RIVER DR WOODLAND WA 98674-9699 Excise tax and reseller permit status: Click here Secretary of State status: Click here Page 1 of 3 Endorsements Filter Endorsements held a License # Count De v s Status Expiratioi First issua hftps://secure.dor.wa.gov/gteunauth/—/#3 1 /4 2/28/22, 9:04 AM Washington State Department of Revenue Endorsements held a License # Count Details Status Aberdeen General 215979 Active Business - Non - Resident Battle Ground Active General Business - Non -Resident Bonney Lake Active General Business - Non -Resident Burien General 13537 Active Business - Non - Resident Centralia General Business - Non - Resident Chehalis General Business - Non - Resident Chelan General Business Non - Resident East Wenatchee General Business - Non -Resident Eatonville General Business - Non - Resident 2378 Active Active Active Active Active Expiratiot First issua Feb-01-21 Mar-31-2 Dec-08-21 Jun-30-2( Jul-13-20. Mar-31-2 Jan-08-2C Jul-31-20, Jul-14-20, May-31-2 Jul-16-20, Mar-31-2 Jun-25-2( Mar-31-2 Jun-29-2( Mar-31-2 Aug-31-2 https://secure.dor.wa.gov/gteunauth/_/#3 2/4 2/28/22, 9:04 AM Washington State Department of Revenue Endorsements held a License # Count Details Status Federal Way 14-10502, Active General Business - Non -Resident Fife General Business - Non - Resident Issaquah General Business - Non - Resident Kelso General A040615 Business - Non - Resident Kennewick General Business - Non - Resident La Center General 19-0084 Business - Non - Resident Active Active Active Active Active Expiratioi First issua Mar-31-2 Sep-30-21 Mar-31-2 Oct-26-2( I Mar-31-2 Jan-11-2C Mar-31-2 May-26-2 Mar-31-2 Mar-17-2 Mar-31-2 Jan-01-2C Governing People May include governing people not registered with Secretary of State HALBERG, BARRI R HALBERG, DANIEL P HALBERG, STEVEN HALBERG, TROY R https://secure.dor.wa.gov/gteunauth/_/#3 3/4 2/28/22, 9:04 AM Washington State Department of Revenue View Additional Locations The Business Lookup information is updated nightly. Search date and time: 2/28/2022 9:04:09 AM Contact us How are we doing? Take our survey! Don't see what you expected? Check if your browser is supported hftps:Hsecure.dor.wa.gov/gteunauth/_/#3 4/4 4 OL CITY Federalof Way 4�1�/-7, Su is �i44Date INCIDENT REPORT This report shall be completed by the person who was present at the time the incident occurred or was discovered. Information is to be recorded immediately and the form forwarded to HR for work related injuries and the Lead Paralegal/Risk for all other incidents including incidents involving auto/injuries. Name(s) of City Employee Involved/Witness Injured: Name(s) of OTHERS Involved and Witnesses Department Address Location (Physical address of occurrence): 31130 28th Ave s,Fereralway Date of Incident: 3/4/22 to 3n/22 Time: 3:30 pm to 5:30 am Task being performed Job title, department and regular work schedule Phone Phone City Incident resulted in: ❑ Injury ❑ Fatality Date of Death / /❑ Property Damage Brief Description of Property Damage: Vehicle # Lost Workdays expected? ❑ Yes ❑ No ❑ No. of Workdays lost Name of injured person, if different than employee named above: Address Phone No. First aid given? ❑ Yes ❑ No Medical treatment required? ❑Yes ❑No If yes, medical attention first sought Date_//_ Time Was injury treated in an emergency room? ❑ Yes ❑ No Was injured person hospitalized overnight as an in -patient? ❑ Yes ❑ No Describe Injury (including part of body injured and nature of injury) Name and address of Doctor/Hospital Were the police called? 0 Yes ❑ No If yes, Report No. 22000279(Date report was taken 3/7/22 Describe all acts and resulting conditions in detail: At sometime during the weekend 4 catalyic coverters taken off of trucks 481231, 482600, 82502, 481172. The saw trailer 82191 was also broken into and damaged. The generator and other item were rinw+nr -A -4 r,r n+^I-n D%i-- Thmm�n Icy nr��Inrn lini What active measures, or assistance (if any) did Employees take? Surveyed all other vehicles in the yard for others that may have been damaged Reported by LDept. F w Date Sighed 3 7 - c+vi.ttc106/ZO/8 RETURN TO: PW ADMIN EXT: 2700 ID #: 3977 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS / Capital Engineering 2. ORIGINATING STAFF PERSON: Naveen Chandra EXT: 253-797-6 ' 3. DATE REQ. Bl: 10/01/2021_ 3. TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION El CONTRACT AMENDMENT (AG#): 20-088 ❑ INTERLOCAL 0 OTHER Lnan a Uraer 4. PROJECT NAME: Variable Lane Use Control 5. NAME OF CONTRACTOR: Northeast Electric, LLC _ ADDRESS: -1780 Dv_wnriver Drive, Woodland, WA 98674 TELEPHONE: 360-225-7004 E-MAIL: troyhCcDnelleC.net FAX: SIGNATURE NAME: Troy Halber TITLE: Manager 6. EXHIBITS AND ATTACHMENTS: © SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE # 14-105028-00 BL. EXP.12/31/ UBI # 602482576 . EXP. / / 7. TERM: COMMENCEMENT DATE: 7/16/2020 COMPLETION DATE: 100 Working Days (CO3= O) 8. TOTAL COMPENSATION: $ $514,533.82(-$3,.500.00 as CO # 3) 11 (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: IS SALES TAX OWED: ❑ YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR © CITY RETAINAGE: RETAINAGE AMOUNT: q RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE TO: 306-4400-213-650-64-650 9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED 8 PROJECT MANAGER NC19-24-21 6 DIVISION MANAGER SH 9/27/2021 6 DEPUTY DIRECTOR DSW 9/27/21 6 DIRECTOR EJW 101612021 ❑ RISK MANAGEMENT (IF APPLICABLE) 8 LAW DEPT KVA 1015/2021 10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 11. CONTRACT SIGNATURE ROUTING ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC'D: ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL / DATE SIGNED ❑ FINANCE DEPARTMENT ❑ LAW DEPT ❑ SIGNATORY (MAYOR O DIRECTOR) ❑ CITY CLERK 10 ' ❑ ASSIGNED AG # AG#�F�B ❑ SIGNED COPY RETURNED DATE SENT: 0- I COMMENTS: EXECUTES " ORIGINALS 1/LULU 213 CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT AG 20-088 PROJECT NUMBER AGREEMENT NUMBER VARIABLE LANE USE CONTROL PROJECT TITLE SUMMARY OF PROPOSED CHANGES: 03 CHANGE ORDER NUMBER EFFECTIVE DATE This Change Order covers the work changes summarized below: NORTHEAST ELECTRIC, LLC CONTRACTOR The special training provisions under general requirements of the project required the number of training hours shall be 400 Hours and Trainees shall not be assigned less than 400 hours. WSDOT established 400 Hours of Training based on the engineer's estimate and number of working days (Ninety) prior to bidding of the project. The contractor submitted project schedule of 33 working days to complete the project after award of the project. The contractor also submitted detailed work breakdown structure showing that it takes a total of only 500.91 labor hours including drive time to complete the project. The contractor also investigated the possibility of adding training hours from subcontractors work but did not meet the training criteria per the project specifications. Therefore, contractor has demonstrated assigned training hours of 500 cannot be met and requested approval of 50 Training Hours for the project. The City concurs with the contractor request to reduce the Training Hours to Fifty (50) for the project. The above mentioned documentation provided by the contractor meets the good faith efforts to reduce the training hours to Fifty (50) for the entire project. This change order reduces the Training hours from Four Hundred (400) to Fifty (50) for the entire project as noted below. The following paragraph under section 1-07.11 Requirement for Nondiscrimination has been deleted and replaced with the following paragraph as noted below: 1-07.11 Requirements for Nondiscrimination (April 3, 2017 WSDOT GSP, OPTION 4) Special Training Provisions General Requirements The Contractor's equal employment opportunity, affirmative action program shall include the requirements set forth below. The Contractor shall provide on-the-job training aimed at developing trainees to journeyman status in the trades involved. The number of training hours shall be 50 hours. The Trainees shall not be assigned less than 50 hours. The Contractor may elect to accomplish training as part of the work of a subcontractor, however, the Prime Contractor shall retain the responsibility for complying with these Special Provisions. The Contractor shall also ensure that this training provision is made applicable to any subcontract that includes training. The time provided for completion in the Contract is ® Unchanged ❑ Increased by Working Day(s) ❑ Decreased by Working Day(s) This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑ Yes ® No If "Yes" Will the Policies Be Extended? ❑ Yes ® No CHANGE ORDER # 3 CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL SEPTEMBER 2021 PROJECT # 213 THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE ITEM NO. ITEM 3 TRAINING TOTAL NET CONTRACT:-$3,500.00 DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT PREVIOUS CHANGE ORDERS THIS CHANGE ORDER NEW CONTRACT AMOUNT QTY UNIT PRICE 350 $10.00 AMOUNT $3,500.00 DECREASE $3,500.00 $444,961.00 $73,072.82 $-3, 500,00 $514,533,82 STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. The execution of this Change Order shall constitute full satisfaction and a waiver of any and all claims by the Contractor arising out of, or relating in any way to, the Work identified, to be performed, or deleted pursuant to Change Order except as specifically described in this Change Order. CONTRACTOR'S SIGNATURE DATE PUBLLC WORKS DIRECTOR DATE CHANGE ORDER # 3 CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL SEPTEMBER 2021 PROJECT # 213 From: Naveen Chandra Sent: Monday, September 20, 2021 11:31 AM To: 'Rahman, Sayma'; Dow, Robert Cc: Sarah Hamel; John Collins Subject: RE: Additional apprentice approval for AID-0043(009) Good faith effort for training and additional 4% DBE goal on Change order Attachments: WSDOT 272-050 VLUC-Apprentice Approval with Supp Docs for Richard Jones.pdf; WSDOT 272-049 VLUC-NELLC Training Prog for 2 APP with Attach.pdf Hi Sayma/Robert: I received another apprentice approval for Variable Lane Use Project (AID- 0043(009)) per the email below as back up to the original approval. Therefore, please see attached is the approved Apprentice/Trainee (for Trainee Richard Jones III) and Training Program for the project. Thanks, Naveen Chandra, P.E. Senior Capital Engineer (,}■ of Federal Wary Public Works Department -Capital Engineering Division 33325 8th Avenue S, Federal Way, WA 98003-6325 N avee n. Cha n d ra!E cityoffedera lway. co m P: 253 835 2729 1 M: 253.797 6820 1 F: 253 835 2709 From: Shawna Kysar frnailto:shawnakgDnellc.net] Sent: Monday, September 20, 2021 8:56 AM To: Naveen Chandra Cc: Keith Johnston; Trevor Johnson Subject: Additional apprentice approval [EXTERNAL EMAIL WARNING] This email originated from outside of the City of Federal Way and may not be trustworthy. Please use caution when clicking links, opening attachments, or replying to requests for information. If you have any doubts about the validity of this email please contact IT Help Desk at x2555. Hello Naveen, The project managers have requested approval for an additional minority apprentice for the Variable Lane project to assist with our scheduling process. We would like to be able to send either Jeremiah Garcia (who has already been approved) or Richard Jones, depending on their availability. Having two approved apprentices should allow for smoother scheduling and coverage in the event of vacation or illness. I have attached an additional DOT Form 272-050 for Richard Jones and updated the DOT Form 272-049. Thank you and I look forward to hearing from you soon. Shawna Kysar Northeast Electric, LLC. {3.60) 225-7004 From: Naveen Chandra Sent: Monday, September 20, 2021 11:31 AM To: 'Rahman, Sayma'; Dow, Robert Cc: Sarah Hamel; John Collins Subject: RE: Additional apprentice approval for AID-0043(009) Good faith effort for training and additional 4% DBE goal on Change order Attachments: WSDOT 272-050 VLUC-Apprentice Approval with Supp Docs for Richard Jones.pdf; WSDOT 272-049 VLUC-NELLC Training Prog for 2 APP with Attach.pdf Hi Sayma/Robert: I received another apprentice approval for Variable Lane Use Project (AID- 0043(009)) per the email below as back up to the original approval. Therefore, please see attached is the approved Apprentice/Trainee (for Trainee Richard Jones III) and Training Program for the project. Thanks, Naveen Chandra, P.E. Senior Capital Engineer T+ Pt 'A Federal Way Public Works Department -Capital Engineering Division 33325 8th Avenue S, Federal Way, WA 98003-6325 Naveen.ChandraPcityoffederalway.corn P: 253 835 2729 1 M: 253 797 6820 1 F: 253 835 2709 From: Shawna Kysar [_mailto shawnal 20 nellc.net] Sent: Monday, September 20, 2021 8:56 AM To: Naveen Chandra Cc: Keith Johnston; Trevor Johnson Subject: Additional apprentice approval [EXTERNAL EMAIL WARNING] This email originated from outside of the City of Federal Way and may not be trustworthy. Please use caution when clicking links, opening attachments, or replying to requests for information. If you have any doubts about the validity of this email please contact IT Help Desk at x2555. Hello Naveen, The project managers have requested approval for an additional minority apprentice for the Variable Lane project to assist with our scheduling process. We would like to be able to send either Jeremiah Garcia (who has already been approved) or Richard Jones, depending on their availability. Having two approved apprentices should allow for smoother scheduling and coverage in the event of vacation or illness. I have attached an additional DOT Form 272-050 for Richard Jones and updated the DOT Form 272-049. Thank you and I look forward to hearing from you soon. Shawna Kysar Northeast Electric. LLC. 360)225-7004 Ank. Washington State wo Department of Transportation Training Program Note: This training program must be submitted to the Engineer prior to commencing work. If you have assigned training requirements to your subcontractor(s), a separate Training Program must be completed and submitted for each subcontractor. Subcontractor(s) programs must be submitted and reviewed by the prime. Contractor Name Federal Employer's ID No." WSDOT Contract No ❑■ Prime Northeast Electric, LLC. 25-1912987 TA 6742 ❑ sub Address City State Zip Date 1780 Down River Drive Woodland I WA 98674 109/20/2021 Federal -Aid Project No Project Title I Trainees Assigned ill Trainee Hours Assigned AID-0443(009) VARIABLE LANE USE CONTROL Jeremiah Garcia/Richard Jones 50 V "If no Federal Employer's I.D. No., use owner's social security number. . Approval. Is requested to provide training, per Section 1-07.11 of the Standard Specification and Contract Special Provisions in the following areas: A Apprenticeship / Trainee Craft B Number of Trainees Projected C Hourly Assignment Per Trainee D Total Hours Assigned to Craft EATELS or SATC Approved? Yes or No' F Estimated Start Date Electrician 2 up to 50 50 ✓ yes 10/11/2021 "If your answer is No, please refer to Section III. Apprenticeship programs registered with the U.S. Department of Labor, Apprenticeship Training and Employer Labor Services (ATELS), or with the Washington State Department of Labor and Industries State Apprenticeship Training Council (SATC) will be considered acceptable. II. Affirmative Action. This training commitment is not intended and shall not be used, to discriminate against any applicant for training, whether a member of a minority group or not. However, the training and upgrading of minorities and women toward journey level status is a primary objective of this training provision. Accordingly, the Contractor shall make every effort (documentation will be required if non -protected persons are proposed) to enroll minority trainees and women to the extent that such persons are available within a reasonable area of recruitment. III. Programs Not Approved by ATELS or SATC. A detailed breakdown of the hours assigned to the various skills of the trade must be submitted for other than apprenticeship trades. In addition to completing Section I, the Contractor must provide the following standards: A. Minimum Qualifications. The Contractor shall establish minimum qualifications for persons entering the training program. (No employee shall be employed as a trainee in any classification in which he/she has successfully completed a training course leading to journey level status or in which they have been employed at a journey level status). B. Work Skills. An outline of the work processes in which the trainee will receive supervised work experience and training on-the-job and the allocation of the approximate time to be spent in each major process shall be set forth in these standards. C. Terms of Training. The term of training (the number of hours required for completion to journey level status) shall be stated in hours. D. Program Monitoring. The method for recording and reporting the training completed shall be stated herein. E. Ratio of Trainees. A numeric ratio of trainees to journey level person shall be established. It shall be consistent with proper supervision, training, safety, and continuity of employment. The ratio language shall be specific and clear as to application in terms of job site and workforce during normal operation (considered to fall between 1:10 and 1:4). 1 understand and will comply fully with the plans and specifications under which this training is being performed, and will report subsequent revisions to the training program as changes occur. /�;� 09/20/2021 Prime Contractor's Date Subcontractor's Date This Area for Department of Transportation Only (Certified Agency) ATELS/SATC Printed Name and Title ❑✓ Approved Naveen Chandra, P.E., Senior Capital Engineer, City of Federal Way ❑ Disapproved Signature Date Non ATELS/SATC Naveen G. Chandra, P.E.Digitally signed -0Naveen 1 Chandra, PE. ❑ Approval Recommended Date: 2021.09.2010:41:58-07'00' The Region may approve pre -approved training and apprentice crafts programs if all other Training Provision Program criteria are met. NOTE: FHWA approval is required, on all Federal -Aid projects, for any training program proposed under Section 111. Federal Highway Administration Concurrence FHWA Approval Printed Name and Title ❑ Approved ❑ Disapproved Signature Date DOT rr ='= 2 12 Distribution: Headquarters Region; EEO; Re ion; Contractor Revised 013J a APPRENTICESHIP PROGRAM STANDARDS adopted by CONSTRUCTION INDUSTRY TRAINING COUNCIL OF WASHINGTON - CONSTRUCTION ELECTRICIAN (sponsor name) Occupational Obj ectiye(s ): CONSTRUCTION ELECTRICIAN V ttixmtasns --APPR APPROVAL: N/A ESHIP= SOC# Term [WAC 296-05-0151 47-2111.00 8000 HOURS op,GE&I •0 m � Q � J � 2 a � MCA 1'10 tA • Y APPROVED BY V Washington State Apprenticeship and Training Council REGISTERED WITH Apprenticeship Section of Fraud Prevention and Labor Standards Washington State Department Labor and Industries Post Office Box 44530 Olympia, Washington 98504-4530 Provisional Registration APRIL 16, 1999 Permanent Registration By: ED KOMMERS Chair of Council JULY 15, 2021 Standards Last Amended By: CHRIS BOWE Secretary of Council WSATC-0592 01 MGS Page 1 of 30 7/15/2021 411111111111111111 a� �porw10 " Apprentice/Trainee Approval Request Note: This form shall be submitted for each trainee intended for utilization per the Special Training Provision. The Prime Contractor is required to review and submit the form for anorovaI of Its subcontractor(s) trainees Prime Contractor Federal Employee ID No.* Contract No. Northeast Electric, LLC. 25-1912987 TA 6742 *Subcontractor (If Trainee is not employed by Prime) Federal Employee ID No.* Federal -Aid No. *If no Federal Employer ID, use owner's Social Security Number. Approval Request - Approval is requested to provide training, per our approved Training Program, to the following apprentice/trainee: Trainee Job Class Richard Jones III Electrician -Inside; Apprentice Social Security Number (last four digits) Employee Status Hrs. to be Trained This Project Trainee Start Date xxx-x1llllllllllll ❑ New Hire ❑■ upgrade up to 50 10/11/2021 ✓ Wage Rate Type of On -The -Job Training $70.66 ✓ N Apprenticeship ❑ Other (Desc:ribe) NOTE: Minimum Wage - Trainees shall be paid in accordance with the provisions of RCW 39.12.021, which reads as follows: Apprentice workmen employed upon public works projects for whom an apprenticeship agreement has been registered and approved with the State Apprenticeship Council pursuant to chapter 49.04 RCW, must be paid at least the prevailing hourly rate for an apprentice of that trade. Any workman for whom an apprenticeship agreement has not been registered, and approved by the State Apprenticeship Council shall be considered to be a fully qualified journeyman and therefore, shall be paid at the prevailing hourly rate for journeyman. Ethnic Group ✓ Sex ❑ Black ❑ Asian/Pacific Islander ❑■ American Indian ❑ Hispanic ❑ Other R M ❑ F Good faith effort documentation is required if a non -protected person is proposed for training. Summary of previous training. (Enter amount and type of training previously received by trainee. If known, please indicate other Contracting Agency contract(s) trainee has been utilized, per the Special Training Provision.) Richard Jones has been utilized as a trainee on the Taylor Way Rehabilitation project, Tapani Inc. prime contractor, (WSDOT Contract #PWK-G0021/STUPUL-3149(005) for (994) apprentice hours as an Electrician -Inside; Apprentice. �� � 09/20/2021 Prime Contractor Sienature Date *(Sub) Contractor Signature Date This Area for Contracting Agency Use Only 0 Approved ❑ Denied Remarks NaveenG. Chandra, P.E Digitally signed byW,eenG.ChaNra,PE Senior Capital Engineer, City of Federal Way Dale: 2021.09.A 10:37:40-9iV ' Region Approving Authority Date Title DOT Form 272-050 Distribution: White - Contracting Agency; Canary - Contractor; Pink - Headquarters; Goldenrod - Trainee Revised 06/2014 Apprenticeship Program Public Page 1 of 2 Washington State Depanment of Labor & Industries fgsallni.wa.govi 4' Back To Search (#/?from A pp ren ti ceDetai ls=true) I D#194424 Jones III, Richard, Yacolt, WA, 98675 Construction Electrician for Construction Industry Training Council of Washington - Constructf on Electrician (#(program41 -details?programld=592&from=%2Fannrentice-details%3Fid%3D170C) Active �/ 1 8/27/2021 TERM 8000 Hours REGISTERED 8/27/2021 PROBATION TERM 1000 Hours PROBATION PERIOD 8/27/2021 - N/A Total hours: OJT 0 RSI 0 Credited hours: OJT 0 RSI 0 'W Step: 1 (effective: 8/27/2021) Step Effective Date Step Hours Journey Wage'Y v Inside Electrician for Electrical Management Group of Washington''#Jproaram-dejalls? Arogramld=2214&from=O,6gFagprentice-details%3Fid'OD1692641 C Cancelled 6/16/2021 Plumber for Construction Industry Trairt(njq Council of Washington - Plumber #/progra_m-deta_il_s? tuncrarn W=6 36&from=%2Fat)prentice-details%3Fid0R3D74398) Cancelled 12/2/2020 Gender: Male Race and ethnicity: American Indian or Alaska Native/Not of Hispanic Origin ✓ Education level: GED https:Hsecure.ini.wa.gov/arts-public/ 9/20/2021 Apprenticeship Program Public Page 2 of 2 Military status: Non -vet https://secure.lni.�N,a_gov/arts-public/ 9/20/2021 Apprenticeship Program Public Page I of I W. hwjt"Stare b�-lt¢t LabcT & Industries (=,§://Inl.wa.gov) Back To Search ID#592 Construction Industry Training Council of Washington - Construction Electrician 1930 116th Avenue NE, Bellevue, WA. 1.425-454-2482 : Visit their website {htto://www; cltcwa.com) Select Occupation: Construction Electrician Operating in the following counties: All counties in Washington, All counties in Idaho 'Journey wage: $43.00 ,Program length: 8000 hours View Hours History A Step No Step Hours Jot 1 1000 2 2000 3 3000 4 4000 5 5000 6 6000 7 7000 8 8000 Join the Program Review the Program Standards Lhtt-s;//www.lni.wa.goy/licensing-permitslaagrenticeshig/_docs/Q592.pdf) , including Minimum Qualifications (Section II). Contact the Program. Follow the program's apprenticeship application procedures. https://secure.ini.wa.gov/arts-public/ 9/20/2021 a APPRENTICESHIP PROGRAM STANDARDS adopted by CONSTRUCTION INDUSTRY TRAINING COUNCIL OF WASHINGTON - CONSTRUCTION ELECTRICIAN (sponsor name) Occupational Ob j ecti v e(s ): CONSTRUCTION ELECTRICIAN J/ THIWUCLYU3 —EAPPRENTICESHIP=- yr cssesrrsuansHB APPROVAL: N/A SOC# Term [WAC 296-05-0151 47-2111.00 8000 HOURS APPROVED BY &/ Washington State Apprenticeship and Training Council REGISTERED WITH Apprenticeship Section of Fraud Prevention and Labor Standards Washington State Department Labor and Industries Post Office Box 44530 Olympia, Washington 98504-4530 Provisional Registration APRIL 16, 1999 Permanent Registration By: ED KOMMERS Chair of Council JULY 15, 2021 Standards Last Amended By: CHRIS BOWE Secretary of Council W SATC-0592 01 MGS Pagel of 30 7/15/2021 From: Naveen Chandra Sent: Thursday, September 16, 2021 9:00 AM To: 'Rahman, Sayma' Cc: Dow, Robert; Sarah Hamel Subject: RE: [EXTERNAL] RE: AID-0043(009) Good faith effort for training and additional 4% DBE goal on Change order Hi Sayma: Thanks for quick clarification. I will move forward with proceeding with the work on 10/11/21 with reduced training hours for the project. Thanks, Naveen Chandra, P.E. Senior Capital Engineer er DI Federal Way Public Works Department -Capital Engineering Division 33325 8th Avenue S, Federal Way, WA 98003-6325 Naveen.ChandraL@cilyoffederalway.com 53 835 2729 1 M 253 797 6820 1 F: 253 835 2709 From: Rahman, Sayma [mailto:RahmanSCaL)wsdot,wa.gov] Sent: Thursday, September 16, 2021 8:57 AM To: Naveen Chandra Cc: Dow, Robert; Sarah Hamel Subject: RE: [EXTERNAL] RE: AID-0043(009) Good faith effort for training and additional 4% DBE goal on Change order [EXTERNAL EMAIL WARNING] This email originated from outside of the City of Federal Way and may not be trustworthy. Please use caution when clicking links, opening attachments, or replying to requests for information. If you have any doubts about the validity of this email please contact IT Help Desk at x2555. Naveen No, city will not receive a signed concurrence from FHWA. As a CA agency, approval authority has been delegated to the city. Thanks Sayma Sent: Thursday, September 16, 2021 8:54 AM To: Rahman, Sayma <RahrnanSC+)wsdat.wa.gov> Cc: Dow, Robert <DowR@wsdot.wa.gov>; Sarah Hamel <Sarah H_amel@cityoffederalway.com> Subject: RE: [EXTERNAL] RE: AID-0043(009) Good faith effort for training and additional 4% DBE goal on Change order Hi Sayma: Attached is the supplement memo (9/16/21) to the original memo (8/9/21) pertaining to the Good Faith Effort document to reduce the training goals to 50 hrs for the subject project per your email below. I have also approved the Apprentice/Trainee and Training Program with attachments by the City as certified agency. This email includes all the attachments pertaining to this item for the project. My only question is are we going receive signed FHWA concurrence for the Training program as noted in the WSDOT Form 272-049? Please let me know if you need anything else from us? Thanks, Naveen Chandra, P.E. Senior Capital Engineer Federal Way Public Works Department -Capital Engineering Division 33325 8th Avenue S, Federal Way, WA 98003-6325 Naveen,Chandra@citvoffederalway.com From: Rahman, Sayma [maiito:RahmanSOd wsdot.wa.gov] Sent: Thursday, September 02, 2021 10:01 AM To: Naveen Chandra Cc: Dow, Robert; Sarah Hamel Subject: RE: [EXTERNAL] RE: AID-0043(009) Good faith effort for training and additional 4% DBE goal on Change order [EXTERNAL EMAIL WARNING] This email originated from outside of the City of Federal Way and may not be trustworthy. Please use caution when clicking links, opening attachments, or replying to requests for information. If you have any doubts about the validity of this email please contact IT Help Desk Naveen HQ reviewed the GFE documents. Here are the comments: "The GFE document needs to be updated to reflect the suspension. The agency (as a Certified Acceptance agency) needs to approve the minority trainee training plan. After these documents have been updated and approved, I believe the documentations have justified the reduced training hours. These documents need to be included as part of the project records." Thanks Sayma From: Naveen Chandra <Naveen.Chandra cit offederalwa .Cam> Sent: Thursday, September 2, 2021 8:38 AM To: Rahman, Sayma <RahmanS@wsdot.wa.gov> Cc: Dow, Robert <DowR@wsdot.wa_gov>; Sarah Hamel <Sarah.Hamel@cityoffederalway.com> Subject: RE: [EXTERNAL) RE: AID-0043(009) Good faith effort for training and additional 4% DBE goal on Change order Hi Sayma: Yes! no training goals have been achieved to date for the project. Training program and Apprentice/Trainee Program has not been approved by the City to date as we were seeking the approval of reduction of training hours from 400 to 50 hrs from WSDOT. Attached is the updated schedule from the contractor submitted today to meet the training goals of 50hrs. Yes! we believe the contractor will be able to meet goal of 50 hrs with the proposed new start date of 10/11/2021. We will proceed with approving both Training program and Apprentice/Trainee program per my email below dated 8/9/21 with a start work date of 10/11/21. Thanks, Naveen Chandra, P.E. Senior Capital Engineer Federal Way Public Works Department -Capital Engineering Division 33325 8th Avenue S, Federal Way, WA 98003-6325 N aveen.Chandra@citNffederafway.com ' _7q7 6820 1 F: 253 835 2709 From: Rahman, Sayma [mailto:Rahman5nwsdot.vva.gov] Sent: Thursday, September 02, 2021 7:57 AM To: Naveen Chandra Cc: Dow, Robert; Sarah Hamel Subject: RE: [EXTERNAL] RE: AID-0043(009) Good faith effort for training and additional 4% DBE goal on Change order [EXTERNAL EMAIL WARNING] This email originated from outside of the City of Federal Way and may not be trustworthy. Please use caution when clicking links, opening attachments, or replying to requests for information. If you have any doubts about the validity of this email please contact IT Help Desk at x2555. Understood. If that's the case, I am assuming no training goal has been achieved yet. Could you please confirm? Is 9/7 the planned work resumption date? What is the tentative/ planned end date? Does city believe the reduces goal (50 hour) can be achieved by then? Please provide us the information as requested above , so that we can follow up on GFE approval. Also, as I mentioned in my previous email — city can review and approve training program and trainee plan as a CA agency as long as it aligns with specification. We wanted to receive the draft training program and plan as part of GFE , since the previous versions did not meet the specification requirements (i.e with that version no training hour would be countable towards goal). We don't have any issue or comments with the current version as long as it complies with specification. Thanks Sayma From: Naveen Chandra <Naveen.Chandra L& citvoffederalwa .com> Sent: Thursday, September 2, 2021 7:11 AM To: Rahman, Sayma <RahmanS@Wsdot.wa.goV> Cc: Dow, Robert <DowR@wsdot.wa_gov>; Sarah Hamel <5arah.Hamel@❑tvoffederafwaV.com> Subject: RE: [EXTERNAL] RE: AID-0043(009) Good faith effort for training and additional 4% DBE goal on Change order Hi Sayma: We have issued suspension of work as we were awaiting approval of training program and trainee plan and training program called for work beginning on 9/7/21. Thanks, Naveen Chandra, P.E. Senior Capital Engineer Crt 1 of Federal Way Public Works Department -Capital Engineering Division 33325 8th Avenue S, Federal Way, WA 98003-6325 Naveen.Chandra@cityoffedera lway.&om, Z 3 3 7 7 n j,, l? 5 3. i From: Rahman, Sayma [mallto:RahmanSOdm ot.wa.qav] Sent: Wednesday, September 01, 2021 3:42 PM To: Naveen Chandra Cc: Dow, Robert; Sarah Hamel Subject: RE: [EXTERNAL] RE: AID-0043(009) Good faith effort for training and additional 4% DBE goal on Change order [EXTERNAL EMAIL WARNING] This email originated from outside of the City of Federal Way and may not be trustworthy. Please use caution when clicking links, opening attachments, or replying to requests for information. If you have any doubts about the validity of this email please contact IT Help Desk at x2555. Naveen Per attached schedule, work was supposed to be completed on August 19. Is that timeline still valid ? If it's valid, did you achieve 50 hour training goal during that period? If not valid, please let us know that updated begin and end date for construction schedule and also please confirm if city believes that 50 hour training goal is achievable during that updated time. If city does not believe that, 50 hour training goal can be met during the updated timeframe, please send us updated schedule along with training hours. City can approve training program and trainee plan in the meantime, if it follows the training specification. Thanks Sayma From: Naveen Chandra <Naveen.Chandra@cityoffederaiway.com> Sent: Monday, August 9, 2021 11:44 AM To: Rahman, Sayma <RahmanS@wsdot.wa.gov> Cc: Dow, Robert <DowR@wsdot.wa.gov>; Sarah Hamel <Sarah,Hamel@cityoffederalway.com> Subject: [EXTERNAL] RE: AID-0043(009) Good faith effort for training and additional 4% DBE goal on Change order WARNING: This email originated from outside of WSDOT. Please use caution with links and attachments. Hi Sayma: Attached is the good faith effort documentation from the contractor to meet the reasonable and maximum extent of training goals of 50hrs. The contractor has also provided project schedule and breakdown of hours required for each task to complete the task for the project. Attached is also memo from the City supporting Contractor's request of reduced training hours of 50hrs for the project. Attached are also completed WSDOT Form 272-049 (Training Program) and WSDOT Form 272-050 (Apprentice/Trainee Approval Request) for your review and approval. Thanks, Naveen Chandra, P.E. Senior Capital Engineer cnv of Federal Way Public Works Department -Capital Engineering Division 33325 8th Avenue S, Federal Way, WA 98003-6325 N avee n. Ch a n d ra @ c ItyofFe dalwaa m P 253 c35 2729 1 M 253 797 6320 I F: 253 335 From: Rahman, Sayma [mailto:RahmanS;cbwsdot.wa.gUv] Sent: Wednesday, August 04, 2021 1:53 PM To: Naveen Chandra Cc: Dow, Robert; Sarah Hamel Subject: FVV: AID-0043(009) Good faith effort for training and additional 4% DBE goal on Change order [EXTERNAL EMAIL WARNING] This email originated from outside of the City of Federal Way and may not be trustworthy. Please use caution when clicking links, opening attachments, or replying to requests for information. If you have any doubts about the validity of this email please contact IT Help Desk at x2555. Naveen Please see the email below. We are not able to delete the goal at this point. As John referred per 1- 07.11, please submit a Good Faith Effort document demonstrating contractor's effort to meet the goal to the reasonable and maximum extent. Thanks Sayma From: Ho, John <HoJohn@wsdat.wa.gov> Sent: Tuesday, August 3, 20213:52 PM To: Rahman, Sayma <RahmanS@wsdot.wa.gov>; Wonch, William <WonchW wsdot.wa, ov> Cc: Dow, Robert <DowR@wsdot.wa.eov> Subject: RE: AID-0043(009) Good faith effort for training and additional 4% DBE goal on Change order Sayma, It is my understanding that one of the intersection was deleted by the agnecy prior to project advertisement. At that time, the agency should have requested re-evaluation of DBE and Training hour goals. The agency advertised the project with the requirements of 4% DBE and 400 hours of training. The contractor is fully aware of those requirements. As part of the project special provisions 1-07.11 stated: In the event that the Contractor is unable to accomplish the required training hours but can demonstrate a good faith effort to meet the requirements as specified, then the Contracting Agency will adjust the training goal accordingly. The document submitted did not demonstrate any good faith effort by the contractor. Therefore, the request is denied. John From: Rahman, Sayma <RahmanS2wsdot.wa.gov> Sent: Tuesday, August 3, 2021 7:56 AM To: Ho, John <HoJohn@wsdot.wa.pov>; Wonch, William <WonchW@wsdot.wa.kov> Cc: Dow, Robert <DowR wsdot.wa.eov> Subject: AID-0043(009) Good faith effort for training and additional 4% DBE goal on Change order John Attached is the request letter from federal requesting deletion on training hours since updated number of working days are less than 75 days. My understanding based on our last meeting was they were supposed to submit a good faith effort (not a deletion request). I could be wrong though. Thanks Sayma From: Naveen Chandra <Naveen.Chandra@cityoffederalway.com> Sent: Monday, August 2, 2021 2:16 PM To: Rahman, Sayma <RahmanS@wsdot.wa.gov> Cc: Dow, Robert <DowR@wsdot.wa.goy>; Sarah Hamel <Sarah.Eiamel@cityoffederalway..com> Subject: [EXTERNAL] RE: Good faith effort for training and additional 4% DBE goal on Change order WARNING: This email originated from outside of WSDOT. Please use caution with links and attachments. Hi Sayma: Attached is the memo requesting deletion of training hours for the project. Please call me if you have any questions or comments. Thanks, Naveen Chandra, P.E. Senior Capital Engineer c�T■ w Federal Way Public Works Department -Capital Engineering Division 33325 8th Avenue S, Federal Way, WA 98003-6325 Naveen.Chandra@citvoffederalway.com P: 253 335 2729 1 N1 753 797 6'3?0 I F: 253 835 2709 From: Rahman, Sayma [mailtc;RahmanSawsdot.wa.go_v] Sent: Thursday, July 22, 2021 1:03 PM To: Naveen Chandra Cc: Dow, Robert Subject: Good faith effort for training and additional 4% DBE goal on Change order [EXTERNAL EMAIL WARNING] This email originated from outside of the City of Federal Way and may not be trustworthy. Please use caution when clicking links, opening attachments, or replying to requests for information. If you have any doubts about the validity of this email please contact IT Help Desk at x2555. Here are the information / documents we need per today's meeting — Good faith effort for Training goal: Please Submit unapproved training plan and trainee plan form for our review. Please make sure the training plan and trainee plan is consistent with Spec. Previously submitted trainee plan does not meet the Training Spec. Please Provide Updated contractor's schedule with number of working days. Please submit a document explaining that number of working days has been reduced significantly (than the contracted number of working days) . Based on available work, there in not enough work that contractor can offer to trainee and meet assigned XXXX hour goal and they can only meet XXX hours. 4% additional DBE goal on federally funded change order: Per DBE Spec, contractor will need to look into the additional work available (which is available with the change order) and will try to meet the 4% DBE goal (on change order amount) in addition to previously committed $40,000 (per DBE utilization cert) . If they can't meet the additional goal for legitimate reason (i.e there is no work available for DBE sub or DBE subs are overcommitted and are not available to do the additional work), contractor need to document, share with city and city needs to let us know. Sayme Rahman, P E Assistant Local Programs Engineer South and East King County Area WSDOT, NW Region Work: 206 440.4729 E-mom RahmanS@W5DOT WA.GOV Schedule. M-TH 6:30 AM- 5.00 PM CITY OF CITY HALL Federal WayFeder l Avenue South • Box 9718 Federal Way, WA 98063-9718 18 (253) 835-7000 www cityofederalway.com September 16, 2021 Ms. Sayma Rahman NWR Local Programs WSDOT Northwest Region 15700 Dayton Ave North Shoreline, WA Subject. Variable Lane Use Control Project (Federal Aid # AID-0043-(009)) Reduction of Training Hours (GFE Documentation) -II Dear Ms. Rahman: This memorandum serves as a supplement to subject document dated August 9, 2021 pertaining to the Good Faith Effort for the training hours for the Variable Lane Use Control Project (Federal Aid # AID-0043-(009)). The City issued suspension of work effective August 9, 2021 to assure the approved trainee will be available to perform the requested training hours of 50 hours for the project. The work was expected to begin on September 7, 2021 but was delayed until October 11, 2021 for not having approved Trainee/Apprentice and Training Program Approval. Attached is approved Trainee/Apprentice and Training Program by the City per your email dated September 2, 2021. Approved schedule with the work starting on October 11, 2021 has been attached for reference. If you have any questions or additional information is needed, please do not hesitate to contact me at Naveen.Chandra(acityoffederalway.com or (253) 835-2729. Sincerely, Digitally signed by Naveen a Chandra, Naveen G. Chandra, P.E. P-E Date: 2021 09 16 09:40:53-07'00' Naveen Chandra, P.E. Senior Capital Engineer City of Federal Way Attachments (3) cc: Sarah Hamel, Capital Engineering Manager, City of Federal Way Project File.K'CMITN.PROTECTS Pmg.w�ctl'S I] V.ri.dc lsrc Ur Caniml'e6 C�':TPN.\I�'G REPo0.TUtducum ofTmirie{Ilwn'TM1ird Rvpo�Fiml.Wdc�m9-1621We4DlJ (WVI VLL'C-Pd�cuon of Tnirvn llan916 E1 me CWashington State AP Department of Transportation Training Program Note: This training program must be submitted to the Enqineer prior to commencina work If you have assigned training requirements to your subcontractor(s), a separate Training Program must be completed and submitted for each subcontractor. Subcontractor(s) programs must be submitted and reviewed by the prime. Contractor Name Federal Employer's ID No.* WSDOT Contract No. ❑■ Prime Northeast Electric, LLC 25-1912987 TA 6742 0 Sub Address City State Zip Date 1780 Down River Drive Woodland WA 98674 08/09/2021 Federal -Aid Project No. Project Title Trainees Assigned Trainee Hours Assigned AID-0443(0( VARIABLE LANE USE CONTROL (1) Jeremiah Garcia 50 *If no Federal Employer's I.D. No., use owner's social security number I. Approval. Is requested to provide training, per Section 1-07.11 of the Standard Specification and Contract Special Provisions in the following areas: A Apprenticeship / Trainee Craft B Number of Trainees Projected C Hourly Assignment Per Trainee D Total Hours Assigned to Craft E ATELS or SATC Approved? Yes or No* F Estimated Start Date Electrician -Inside 1 50 50 yes 10/11/2021 =If your answer is No, please refer to Section III. Apprenticeship programs registered with the U.S. Department of Labor, Apprenticeship Training and Employer Labor Services (ATELS), or with the Washington State Department of Labor and Industries State Apprenticeship Training Council (SATE) will be considered acceptable. It. Affirmative Action, This training commitment is not intended and shall not be used, to discriminate against any applicant for training, whether a member of a minority group or not. However, the training and upgrading of minorities and women toward journey level status is a primary objective of this training provision. Accordingly, the Contractor shall make every effort (documentation will be required if non -protected persons are proposed) to enroll minority trainees and women to the extent that such persons are available within a reasonable area of recruitment, III. Programs Not Approved by ATELS or SATC. A detailed breakdown of the hours assigned to the various skills of the trade must be submitted for other than apprenticeship trades. In addition to completing Section I, the Contractor must provide the following standards: A. Minimum Qualifications. The Contractor shall establish minimum qualifications for persons entering the training program. (No employee shall be employed as a trainee In any classlficalion in which he/she has successfully completed a training course leading to journey level status or In which they have been employed at a journey level status). B. Work Skills. An outline of the work processes in which the trainee will receive supervised work experience and training on-the-job and the allocation of the approximate time to be spent in each major process shall be set forth in these standards. C. Terms of Training. The term of training (the number of hours required for completion to journey level status) shall be stated in hours. D. Program Monitoring. The method for recording and reporting the training completed shall be stated herein. E. Ratio of Trainees. A numeric ratio of trainees to journey level person shall be established. It shall be consistent with proper supervision, training, safety, and continuity of employment. The ratio language shall be specific and clear as to application in terms of job site and workforce during normal operation (considered to fall between 1 10 and 1:4). 1 understand and will comply fully with the plans and specifications under which this training is being performed, and will report subsequent revisions to the training program as changes occur. 08/09/2021 . '9 ,,.— 121 Approved ❑ Disapproved Nun ATELS/SATC ❑ Approval Recommended vdLC ouuconiraeiors olgnaiure (IT applicable) Date This Area for Department of Transportation Only Certified Agency y Printed Name and We Naveen Chandra, P.E.. Senior CaMal Enqineer. Citv of Federal Wa Signature Date Naveen G. Chandra, P.E. Digitally signed by Naveen G. Chandra, P.E. Date: 2021.09.16 08:43:47-07'00' 1 tic muyiun may approve pre-approvea training ana apprentice crafts programs it all other Training Provision Program criteria are met. NOTE: FHWA approval is required, on all Federal -Aid projects, for any training program proposed under Section III. Federal Highway Administration Concurrence FHWA Approval Printed Name and Title ❑ Approved ❑ Disapproved Signature Date ""' Revsed L1312t712 Distribution: Headquarters EEO; Region; Contractor a APPRENTICESHIP PROGRAM STANDARDS adopted by CONSTRUCTION INDUSTRY TRAINING COUNCIL OF WASHINGTON - CONSTRUCTION ELECTRICIAN (sponsor name) Occupational Ob j ec tive(s) : CONSTRUCTION ELECTRICIAN Thrifumas -APPRENTICESHIP or CxrarrsMANSM SOC## Term [WAC 296-05-0151 47-2111.00 8000 HOURS APPROVED BY &/ Washington State Apprenticeship and Training Council REGISTERED WITH Apprenticeship Section of Fraud Prevention and Labor Standards Washington State Department Labor and Industries Post Office Box 44530 Olympia, Washington 98504-4530 APPROVAL: N/A Provisional Registration APRIL 16, 1999 Permanent Registration By: ED KOMMERS Chair of Council JULY 15, 2021 Standards Last Amended By: CHRIS BOWE Secretary of Council WSATC-0592 01 MGS Pagel of 30 7/15/2021 �i A11111111111111► Depurbnout of T�ampvrftfflm Apprentice/Trainee Approval Request Note: This form shall be submitted for each trainee intended for utilization per the Special Training Provision. The Prime Contractor is reoulred to rP.vipw grid Stihrnit the form for nnnrnvnI of Ifc ctihrnnfr ac.tnrlcl trainanc Prime Contractor Federal Employee ID No.* Contract No. Northeast Electric, LLC. 25-1912987 TA 6742 *Subcontractor (If Trainee is not employed by Prime) Federal Employee ID No.* Federal -Aid No. 'If no Federal Employer ID, use owner's Social Security Number. Approval Request -Approval is requested to provide training, per ourapproved Training Program, to the following apprentice/trainee: Trainee Job Class Jeremiah Garcia Electrician -Inside; Apprentice Social Security Number last four digits) Employee Status Hrs. to be Trained This Project Trainee Start Date xxx-xX- ❑ New Hire ❑■ Upgrade 150 10/11 /2021 Wage Rate Type of On -The -Job Training :35.75/hourI IN Apprenticeship ❑ Other (Describe) NOTE: Minimum Wage -Trainees shall be paid in accordance with the provisions of RCW 39.12.021, which reads as follows: Apprentice workmen employed upon public works projects for whom an apprenticeship agreement has been registered and approved with the State Apprenticeship Council pursuant to chapter 49.04 RCW, must be paid at least the prevailing hourly rate for an apprentice of that trade. Any workman for whom an apprenticeship agreement has not been registered, and approved by the State Apprenticeship Council shall be considered to be a fully qualified journeyman and therefore, shall be paid at the prevailing hourly rate for journeyman. Ethnic Group ❑ Black ❑ Asian/Pacific Islander ❑ American Indian © Hispanic ❑ Other Sex ❑r M ❑ F Good faith effort documentation is required if a non -protected person is proposed for training. Summary of previous training. (Enter amount and type of training previously received by trainee. If known, please indicate other Contracting Agency contracts) trainee has been utifized, per the Special Training Provision.) eremiah is new to the apprenticeship program and is at a Step 1 (1000 hours or less) experience. 09/15/2021 Prim on acto 5i ure Date `(Sub) Contractor Signature Date This Area for Contracting Agency Use Only ❑✓ Approved ❑ Denied Remarks Naveen G. Chandra, P.E. Digitally signed . .1607:aveen G. 9:Chandra,P.E. Senior Capital Engineer, Cityof Federal Wa Date: 2021.09.16 07:29:26-07'00' p g Y Region Approving Authority Date Title DOT Form 272-050 Distribution: White - Contracting Agency; Canary - Contractor; Pink - Headquarters; Goldenrod - Trainee Revised 06/2014 Apprenticeship Program Public Page 1 of 1 (httos://Ini.wa-aov) Back To Search (#/?fromApprenticeDetails=true) I D#212711 Garcia, Jeremiah, li✓ Yacolt, WA, 98675 Construction Electrician for Construction Industry Training Council of Washinaton- Construction Electrician(#/Drooram-detalls?programld=592&f 43 Fid° 3D17+1265] Active 8/28/2021 TERM 8000 Hours REGISTERED 8/28/2021 PROBATION TERM 1000 Hours PROBATION PERIOD 8/28/2021 - N/A Total hours: OJT 0 RSI 0 Credited hours: OJT 0 RSI 0 Step 1 (effective: 8/28/2021) Inside Electrician for Electrical Management Gr_aup_of Washing�on (#lprograrn-details? ptoaramld=2214&from=%2Fapprentice-details'o3Fid%3D3 69591 Cancelled f 8/27/2021 Gender: Male Race and ethnicity: Hispanic/Hispanic Origin Education level: High school graduate Military status: Non -vet https://secure.Ini.wa.gov/arts-public/ 9/ 15/202 l Apprenticeship Program Public Page 1 of 1 Washington State Department of Labor & Industries (ho)s://Ini.wa.gov) ♦ Back To Search ID#592 Construction Industry Training Council of Washington - Construction Electrician 1930 116th Avenue NE, Bellevue, WA. t,.425-454-2482 . Visit their website thtt[)://www.citcwa.com) Select Occupation: I Construction Electrician w Operating in the following counties: All counties in Washington, All counties in Idaho Journey wage: $43.00 Program length: 8000 hours View Hours History `/ Join the Program Review the Program Standards (hhtps://yvww.ini.wa.aov/licensing-permits/apprenticeshio/_dots/0591odf) , including Minimum Qualifications (Section II). Contact the Program. Follow the program's apprenticeship application procedures. https://secure.ini.wa.gov/arts-public/ 9/ 15/2021 Construction Industry Training Council of Washington Commercial Electrical Apprenticeship Non -Joint Apprenticeship Committee 1930 - 116' Ave. NE, Bellevue, WA 98004 Kelli Chaney, Electrical Apprenticeship Coordinator: (425) 285-2323 kelli@citcwa.org Apprentice Dispatch Confirmation Today's Date: Tuesday, September 14, 2021 Time: 11:28:24 AM Email: terrif@nelle.net Employer: Northeast Electric, LLC. Attn: *Terri Farber Apprentice: Jeremiah Garcia Apprentice ID Number: 212711 Period/Step: 1 Percentage: 40.00 Apprentice Minimum Private Wage: $15.60 Total hours of on-the-job training: 0 Effective Date: 8/28/2021 Dispatched By: Kelli Chaney Please use the table below to find the minimum wage according to the apprentice's step/percentage (1140.00%). StepNumber Percentage of of Journey -level Hours Y Rate: APPRENTICE MINIMUM BASE WAGE (does not include fringes): REGION 1A $43.00 REGION 1B $40.00 � REGION REGION 2 3 $36.00 $39.00 REGION 4 $39.00 1 0000 - 1000 40% $17.20 $16.00 $14.40 $15.60 $15.60 2 1001 -2000 45% $19.35 $18.00 $16.20 $17.55 $17.55 3 2001 -30.00 50% $21.50 $20.00 $18.00 $19.50 19.50 4 3001 - 4000 55% $23.65 $22.00 $19.80 $21.45 $21.45 5 4001 - 5000 65% S27.95 $26.00 $23.40 $25.35 $25.35 6 5001 - 6000 ! 75% $32.25 $30.00 $27_00 1 $29.25 29.25 7 6001 - 7000 80% $34.40 $32.00 $28.80 $31.20 $31.20 8 7001 - 8000 1 85% $36.55 $34.00 $30.60 $33.15 33.15 Effective: January 1, 2021 Please note: These rates are for private jobs -not public works jobs_ Check with the Department of Labor and Industries for apprentice/journey wage rates by county. For current state prevailing wage rates go to: ttLit :1/www.ln.tw. .yovil'rade4Limisin >, revWagcVWw.,cRateslLookUp/dcfault.asr. For the purpose of federal work where the wage and fringe benefits are separated, apprentices shall be paid a progressively increasing schedule of wages and fringe benefits per their progression period. As the employer you must always pay the prevailing percentage (CITC's or Prevailing Wage) for the amount of hours the apprentice has reported. a APPRENTICESHIP PROGRAM STANDARDS adopted by CONSTRUCTION INDUSTRY TRAINING COUNCIL OF WASHINGTON - CONSTRUCTION ELECTRICIAN (sponsor name) Occupational O b j ecti v e(s ): CONSTRUCTION ELECTRICIAN V mzno¢zvs -MAPPRENTICESHIP=- va vFar�su�rsrffr SOC# Term [WAC 296-05-0151 47-2111.00 8000 HOURS pG EiyeH o a GC O m � aT1oN * L APPROVED BY V Washington State Apprenticeship and Training Council REGISTERED WITH Apprenticeship Section of Fraud Prevention and Labor Standards Washington State Department Labor and Industries Post Office Box 44530 Olympia, Washington 98504-4530 APPROVAL: N/A Provisional Registration APRIL 16, 1999 Permanent Registration By: ED KOMMERS Chair of Council JULY 15, 2021 Standards Last Amended By: CHRIS BOWE Secretary of Council WSATC-0592 01 MGS Pagel of 30 7/15/2021 av cn fu N ^J' W f" 1 M L Q) Z W_ x W m ui `y e Q 2 W y = r5�U' 2¢�2,,CO t7So �vS� # m[gT n a a U=jCIO } z a H Q Q O O KO W - W d -Wi ?s� Q z tnok'o� � ?� c w - -�g51S�IC-1 m 3 a a' v F ► 42 j� Vl vl a a N N a L N T N N N N y N N N N N m N N n n n m N n m N N N n Y< 'wa m 'm _ h - _ _ - _ -ji i CITY of CITY HALL Fe d e ra I Way Feder l Avenue South • Box 9718 Federal Way, WA 98063-971818 VZA�:�111 (253) 835-7000 www atyoflederalway com August 9, 2021 Ms. Sayma Rahman NWR Local Programs WSDOT Northwest Region 15700 Dayton Ave North Shoreline, WA Subject: Variable Lane Use Control Project (Federal Aid # AID-0043-(009)) Reduction of Training Hours Dear Ms. Rahman: The subject project was assigned with 400 training hours based on the project information submitted to WSDOT prior to bidding the project. The information submitted by the City of Federal Way to WSDOT included Ninety (90) working days and Engineer's Estimate of $542,125.65 for the subject project. However, the City of Federal Way removed one intersection Enchanted Parkway S (SR 161) and S 3481h Street (SR 18) prior to bid opening and added one intersection at lst Avenue S and S 3481h Street post bid award as change order which resulted in the total cost of $518,033.82 for the entire project. The contractor submitted the project schedule of 33 actual working days to complete the project. The contractor's project schedule has been attached for reference. The contractor also submitted detailed work breakdown structure showing that it takes a total of 500.91 labor hours including drive time to complete the project. The City of Federal way concurs with both the actual working days and total labor hours to complete the subject project. The contractor has also investigated the possibility of adding training hours from subcontractors work but does not meet the training criteria per the project specifications. Therefore, the Contractor cannot meet the assigned goals of 400 hours for the project and hereby requesting approval of 50 training hours for the project. The City concurs with the reduction of training hours to 50 for the project due to size and scope of the project. Training Goals Federal Aid # AID-0043-(009): Variable Lane Use Control Project August 9, 2021 Page Two If you have any questions or additional information is needed, please do not hesitate to contact me at Naveen.Chandra(&..cityoffederalway.com or (253) 835-2729. Sincerely, Digitally signed by Naveen G. Chandra, Naveen G. Chandra, P.E. P-E. Date: 2021.08.09 11:21:00-67'40' Naveen Chandra, P.E. Senior Capital Engineer City of Federal Way Attachments (3) cc: Sarah Hamel, Capital Engineering Manager, City of Federal Way Project File.:KcmTA pRo,EC sp v a,3 V.f. u.usfa4W`O MTR NLNO RMRTW�—fTniviry llwn\TkNRq dWIMMI_(00➢)VL C-Rad tim ofTn dq lbnm oc'0 NORTHEAST ,- MLMCTFRICu. 8/6/2021 178o DOWN RIVER DRIVE WOODLAND, WA 98674 PHONE # (360) 225-7004 FAX # (360) 225-7001 mw .nellc.net Here is an explanation of requested change to the required training hours (400) on the Federal Way Variable Lane project (WSDOT Contract No. TA 6742). Although NE supports training and we also have an apprenticeship program we cannot achieve these hours for this project due to the size and scope of the project. Our project estimating software came up with 450 total hours for the entire project. Of these total hours there are both electrical and general labor and general labor does not qualify for the training hours per the contract documents. Washington state apprenticeship program regulations state that there must be a journeyman supervising the work of the apprentice. NE is confident we can commit 50 hours of an electrical trainee for the project. We did reach out to our subcontractors to see if they had trainees to commit but their work did not have any trades (Concrete, Striping and Traffic control), which would qualify as training hours for the project. Therefore, Northeast Electric, LLC. Is requesting to reduce the assigned training hours from the 400 hours to 50 hours for the project. Thank you for your consideration. Sincerely, Keith Johnston Northeast Electric, LLC. 'v C Federal Way Variable Lane Usage l 3 4 5 fi 7 e 9 10 11 12 13 14 15 18 17 18 19 20 21 22 n 24 25 26 27 is 20 ]0 31 32 33 34 35 3& 37 38 39 40 go J J IaSKName DwAftn Start Fmish %M I Cnml Federal Way Variable Lane Blip days MOO 6/22/17 Thu Bit 9121 40% Usage - Start Material Procurement Suspens 166 days Mon 5/22/17 Toe 3/20118 0% Poles 166 days Mon 5/22/17 Tue 320/18 0% Signs/Signal Gear/Controller 150 days Mon 522117 Tue 220118 0% Mobilization 1 day Mon 6/28/21 Mon 628/21 0% Install Construction Signs 1 day Mon 6/28/21 Mon 6/28/21 100% Signal foundations 3 days Tue 6129/21 Thu 711121 100% 324 & 11 th PI. 1 day Tue 6/29/21 Tue 612921 100% 336 & 1st Way 1 day Wed 6130/21 Wed 6/3021 100% 348 & 1st Ave 1 day Thu 711/21 Thu 7/1121 100% 3241h St. & SR99 Signal 6 days Tue 7/6121 Wed 7114121 B% Install Conduit 1 day Tue 716/21 Tue 71621 50 % Install J-Boxes 1 day Wed 7/7/21 Wed 7/721 0% Pull Wire 1 day Thu 718/21 Thu 7/821 0% Install Signal Heads 1 day Mon 7/12121 Mon 7/12121 0% Install Signs 1 day Tue 7/13/21 Tue 7/1321 0% Install Cameras 1 day Wed 7/14121 Wed 7/1421 0% 320th St. & 11th Place Signal 6 days Thu 7115/21 Mon 7/26121 25% Install Conduit 1 day Thu 7/15/21 Thu 7/15/21 100% Install J-Boxes 1 day Mon 7/19/21 Mon 7119/21 50% Install Signal Pole 1 day Tue 7120/21 Tue 72021 0% Pull Wire 1 day Wed 72l/21 Wed 72121 0% Install Signal Heads 1 day Thu 7/22/21 Thu 7/22/21 0% Install Signs 1 day Mon 7/26121 Mon 7/26/21 0% 336th St. & 1st Way S Signal 6 days Tue 7127121 Wed 814/21 33% Install Conduil 1 day Tue 7/27/21 Tue 7/2721 100% Install J-Boxes 1 day Wed 7128/21 Wed 7/28/21 100% Install Signal Pole 1 day Thu 7/29121 Thu 7/29121 0% Pull Wire 1 day Mon 0I2121 Mon 81221 0% Install Signal Heads 1 day Tue 8/3/21 Tue 8/3/21 0% Install Signs 1 day Wed 814121 Wed 814121 0% 149111 St. & 1st Ave Signal 6 days Thu 81'5121 Mon 8/16121 32 % Install Conduit 1 day Thu 8/5121 Thu B/521 100% Install J-Boxes 1 day Mon 8/9/21 Mon 81921 100% Pull Wire 1 day Tue 8110121 Tue 8/1021 0% Install Signal Pole 1 day Wed 8/11121 Wed 8/11121 0% Install Signal Heads 1 day Thu 8/12121 Thu 8/12121 0% Install Signs 1 day Mon 8/16/21 Mon 8/1621 0% Loops, Stripe and Sidewalk 3 days Tue 8/17/21 Thu 8119/21 0% Punch List 1 day Thu 8/19/21 Thu 8/19121 0% Jun 27 '21 Jul 4. -1 .L i1 I' 21 Jul 'r.: Ju125, '21 Aug 1.'21 Aug 8,'21 Au 15,'21 5 M r W T F S S LET W T P S` tit r yV T j` S S In T 51• - 'r S S M T W T p 5 S:EA.T W 7 F S S M T W TiF S S IA.7 W 7 FIS 5'MY. n~.T W. Apprentice 1,Journey 1,General Lai jj; ►AoluMution Sub anM Construction Signs Apprenlice 1,Journey 1,General Lali3Y4 8 111h PI. Apprentice 1,Journey 1,General Lai Fa mr, & 1st Way Apprenlice 1,Journey 1,General Lai &I 348 R 1. A- 716 -at4th-91- R-sR99 Signat - - - - - Apprenlice 1,Journey 1 7r6' Install Cdnduil Apprentice 1,Journey 1 7/7 _ in9laIIJ-13axes Apprentice 1,Journey 1 Appfanhce l,Jot rney 1 Apprenlice 1,Journey 1 Insta I Signal Heads Apprenlice 1,Journey 1 In ta0 Signs Apprenlice 1,Journey 1 Install Came ras 7115 , .2Ath Bt:-6-14th-Placv-signal Apprenlice 1,Journey 1,General Lai 7115 in lnwall Cnhdurr Apprenlice 1,Journey 1 7119- 111s[n11 J-Boxes Apprentice 1,Journey 1 720 . install Signal Pule Apprentice 1,Journey 1 7121 ' Pun wee Apprenlice 1,Journey 1 7122 ' Install S.gm.1 Heads Apprenlice 1,Journey 1 7/26 ' tnsrall Signs 7/27 -398+ Apprentice 1,Journey 1,General Lai Apprenlice 1,Journey 1,General Lai Apprentice 1,Journey 1 Apprentice 1,Journey 1 Apprenlice 1,Journey 1 Apprenlice 1,Journey 1 Apprentice 1,Journey 1,General Lei Apprentice 1,Journey 1,General Lei Apprentice 1,Journey 1 Apprentice 1,Journey 1,General Lai Apprenlice 1,Journey 1,General Lai Apprenlice 1,Journey 1 Sub Apprenlice 1,Journey 1 Projecl: Projecll rev Task Spill ......................... Milestone ♦ Summa Dale: Wed 728121 ry Critical Page 1 install Conduit 7128 i brctalt J-Soxea 7/29 - Install Signal Pala 812Y Pull W It. 813 111111allSigrull Heads 6/4 7 3netall Signs BIS Cnhrel S pLt it Insm8 gundul! - 87910Install J-Boxes silo * Pull Wire 8111 0urlall Signal Pole 8112 r lnstsY Wgnal H 81164M Inat St. & 1st Signs t Laapa, Stripe FEDERAL WAY- VARIABLE LANE USE CONTROL Bid Item Sort Code 5 Description Total Hours SEEEDED LAWN INSTALLATION 2000 Wire & Cable SEEDED LAWN INSTALL(CUYDS) 10 I TSS MOD, COMPLETE - S 324TH ST & SR 99 5000 Boxes & Cabinets TYPE 11BOX NON SLIP W/CVR 2 TSS MOD, COMPLETE - S 324TH ST & SR 99 20000 11 Demolition DEMO TRAFFIC SIGNAL 6 TSS MOD, COMPLETE - S 324TH ST & SR 99 1000 Conduit & Fittings 2" CONDUIT - PVC40 3 8 TSS MOD, COMPLETE - S 324TH ST & SR 99 1000 I Conduit & Fittings 2 x 24" FAD ELBOW 90 DEG - PVC40 1.6 TSS MOD, COMPLETE - S 324TH ST & SR 99 1000 I Conduit & Fittings 2" ADAPTER FEM - PVC 0,72 1 TSS MOD, COMPLETE - S 324TH ST & SR 99 1000 11 Conduit & Fittings 2" END BELL - PVC 0.24 1 TSS MOD, COMPLETE - S 324TH ST & SR 99 1000 1 I Conduit & Fittings 2" CONDUIT - RMC - GALV 1.47 TSS MOD, COMPLETE - S 324TH ST & SR 99 1000 Conduit & Fittings 2" COUPLING - RMC - GALV 0 TSS MOD, COMPLETE - S 324TH ST & SR 99 1000 Conduit & Fittings 2" ELBOW 90 DEG - RMC- GALV 13 TSS MOD, COMPLETE - 5 324TH 5T & SR 99 1000 Conduit & Fittings 2" MEASURE CUT & THREAD LABOR - RMC - GALV 1.09 I TS5 MOD, COMPLETE - S 324TH ST & SR 99 1000 1 Conduit & Fittings 2" LOCKNUT - STEEL 0.27 I T55 MOD, COMPLETE - S 324TH ST & SR 99 1000 Conduit & Fittings 2" BUSHING - PLASTIC 0.12 1 TSS MOD, COMPLETE - S 324TH ST & SR 99 15000 11 Poles & Trenching TRENCH (24"x 3' DEEP) 16,8 TSS MOD, COMPLETE - S 324TH ST & SR 99 13050 I I Traffic Signals and Signs 1-FACE 3 HEAD TRAFFIC SIGNAL 18 TSS MOD, COMPLETE - S 324TH ST & SR 99 13050 I Traffic Signals and Signs PEDESTRIAN SIGNAL HEAD 2.4 TSS MOD, COMPLETE - S 324TH ST & SR 99 13050 I Traffic Signals and Signs REGULATORY SIGN ILLUMINATED 8 TSS MOD, COMPLETE - S 324TH ST & SR 99 9500 I Traffic Signal Controls CONTROLLER MODULE 3 TSS MOD, COMPLETE - S 324TH ST & SR 99 9500 I Traffic Signal Controls IMAGE SENSOR CAMERA W/ HDWE & TERM 17 TSS MOD, COMPLETE - S 324TH ST & SR 99 4000 Wire & Cable Accessories MULE LINE - 1800LB 2.74 TSS MOD, COMPLETE - S 324TH ST & SR 99 2000 I I Wire & Cable #14/2C SIGNAL CABLE AWG 2.48 TSS MOD, COMPLETE - S 324TH ST & SR 99 2000 I Wire & Cable #14/5C SIGNAL CABLE AWG 14.99 TSS MOD, COMPLETE - 5 324TH ST & SR 99 2000 Wire & Cable #14/7C SIGNAL CABLE AWG 4.9 1 I TSS MOD, COMPLETE - S 324TH ST & SR 99 2000 I I Wire & Cable LOOP DETECTOR CABLE - #14/2 TW/SH 10,39 TSS MOD, COMPLETE - S 324TH ST & SR 99 2000 Wire & Cable CBL - CMP CAT6 UTP BLU 2.05 TSS MOD, COMPLETE - S 324TH ST & SR 99 2000 I Wire & Cable LOOP STUBOUT 6 UG HRS: 45-41 AG HRS: 93 S51 TS5 MOD, COMPLETE - S 320TH ST & 11 TH PL 5 5000 1 1 Boxes & Cabinets TYPE 1 JBOX NON SLIP W/CVR 1 TSS MOD, COMPLETE - S 320TH ST & 11 TH PL S 5000 1 1 Boxes & Cabinets FYPE 2 JBOX NON SLIP W/CVR 1-5 TSS MOD, COMPLETE • 5 320TH ST & 11 TH PL S 20000 1 ! Demolition DEMO TRAFFIC SIGNAL 2 1 TSS MOD, COMPLETE - S 320TH ST & 11 TH PL 5 20000 Demolition DEMO CONTROLLER 1 TSS MOD, COMPLETE - 5 320TH ST & 11 TH PL 5 1000 Conduit & Fittings 2" CONDUIT - PVC40 15-66 TSS MOD, COMPLETE - 5 320TH ST & 11 TH PL S 1000 Conduit & Fittings 2 x 24" RAD ELBOW 90 DEG - PVC40 16 TS5 MOD, COMPLETE S 320TH ST & 11 TH PL S 1000 Conduit & Fittings 2" ADAPTER FEM - PVC 0 72 TSS MOD, COMPLETE - S 320TH ST & 11 TH PL S 1000 Conduit & Fittings 2" ENO BELL - PVC 0,24 1 TSS MOD, COMPLETE - 5 320TH ST & 11 TH PL S 15000 1 1 Poles & Trenching 35TRAFFIC SIGNAL POLE - STEEL 10 1 TSS MOD, COMPLETE - S 320TH ST & 11 TH PL S 15000 11 Poles & rrenching 35' POLE MAST ARM - S FEEL 7 2 I TSS MOD, COMPLETE - 5 320TH 5T & 11 TH PL S 15000 Poles & Trenching ANCHOR BOLT TEMPLATE - 4 HOLE TO 2 1/4" BOLTS 16 1 1 TSS MOD, COMPLETE - 5 320TH ST & 11 TH PL S 15000 Poles & Trenching CONCRETE 2500 LB (CU YARD) 2-1 11 TSS MOD, COMPLETE - S 320TH ST & 11 TH PL S 15000 1 1 Pales & Trenching 36" SONO TUBE (LIN FOOT) 0.44 1 TSS MOD, COMPLETE - S 320TH ST & 11 TH PL S 15000 1 Poles & Trenching SETUP CONCRETE POUR - PER POLE BASE 0.4 I TSS MOD, COMPLETE - S 320TH ST & 11 TH PL S 15000 Poles & Trenching POLE BASE AUGER SETUP 0.3 TSS MOD, COMPLETE - S 320TH ST & 11 TH PL S 15000 Poles & Trenching POLE BASE AUGER 36" DIAM (LF) 3 1 TSS MOD, COMPLETE - S 320TH ST & 11 TH PL S 15000 1 Poles & Trenching 36"x 12' CAST -IN POLE BASE 3 TSS MOD, COMPLETE - S 320TH ST & 11 TH PL S 15000 Poles & Trenching TRENCH (24"x 3' DEEP) 39 2 TSS MOD, COMPLE TE - S 320TH ST & 11 TH PL S 15000 Poles & Trenching 36"x12' FOUNDATION REBAR CAGE 0 TSS MOD, COMPLETE - S 320TH ST & 11 TH PL 5 13050 I Traffic Signals and Signs 1-FACE 3 HEAD TRAFFIC SIGNAL 3 1 I TSS MOD, COMPLETE - S 320TH ST & 11 TH PL 5 13050 I 1 Traffic Signals and Signs REGULATORY SIGN NON -ILLUMINATED 1.8 TSS MOD, COMPLETE- S 320TH ST & 11 TH PL S 13050 J Traffic Signals and Signs REGULATORY SIGN ILLUMINATED 8 TSS MOD, COMPLETE - S 320TH ST & 11 TH PL S 9500 Traffic Signal Controls CONTROLLER MODULE 3 TSS MOD, COMPLETE - S 320TH ST & 11 TH PL S 9500 I Traffic Signal Controls IMAGE SENSOR CAMERA W/ HDWE & TERM 34 TSS MOD, COMPLETE - S 320TH ST & 11 TH PL S 4000 I1 Wire & Cable Accessories MULE LINE - 1800LB 2.84 TSS MOD, COMPLETE - S 320TH ST & 11 TH PL S 2000 1 Wire & Cable # 6 BARE COPPER - 7-STRAND 0.15 TSS MOD, COMPLETE - S 320TH ST & 11 TH PL 5 2000 I I Wire & Cable #14/2C SIGNAL CABLE AWG 1.86 TSS MOD, COMPLETE - S 320TH ST & 11 TH PL S 2000 I Wire & Cable #14/5C SIGNAL CABLE AWG 15.29 TSS MOD, COMPLETE - S 320TH ST & 11 TH PL 5 2000 Wire & Cable LOOP DETECTOR CABLE - #14/2 TW/SH 4.84 TSS MOD, COMPLETE - S 320TH ST & 11 TH PL 5 2000 I ( Wire & Cable CBL - CMP CAT6 UTP BLU 1.54 TSS MOD, COMPLETE - S 320TH ST & 11 TH PL 5 2000 I Wire & Cable LOOP STUBOUT 2 UG HRS: 90,961 AG HRS: 78.32] TSS MOD, COMPLETE- S 336TH ST & 1 ST WAY ST 5000 1 Boxes & Cabinets TYPE 1 JBOX NON SLIP'W/CVR 3: 1 TSS MOD, COMPLETE • 5 336TH ST & 1 ST WAY ST 20000 1 Demolition DEMO TRAFFIC SIGNAL 1 TSS MOD, COMPLETE - 5 336TH ST & 1 ST WAY ST 20000 1 Demolition DEMO CONTROLLER TSS MOD, COMPLETE - S 336FH ST & 1 ST WAY ST 20000 1 Demolition DEMO WIRE 11,26 FSS MOD, COMPLETE- S 336TH ST & 1 ST WAY ST 1000 1 Conduit & Fittings 2" CONDUIT - PVC40 4,64 I I TSS MOD, COMPLETE - S 336TH ST & 1 ST WAY ST 1000 I I Conduit & Fittings 2 x 24" RAD ELBOW 90 DEG - PVC40 24 I I TSS MOD, COMPLETE - S 336TH ST & 1 ST WAY ST 1000 I I Conduit & Fittings 2" ,ADAPTER FEM - PVC 1.08 1 I T55 MOD, COMPLT rE - S 336TH ST & 1 ST WAY ST , I000 I Corsduft & Flumgs 2" END BELL - PVC 0.36 f I T55 MOD, CUM PLETE S 336TH ST & 1 ST WAY ST 15DD0 I I Poles & Trenching 35' TRAFFIC SIGNAL POLE - STEEL 10 TSS MOD, COMPLETE - S 336TH ST & 1 ST WAY ST 15000 Poles & Tr"ching 60' POLE MAST ARM - STEEL 12.8 I TSS MOD, COMPLETE - S 335TI4 51 & 1 ST WAY ST 1_5W00 I Pnlas & Trimchlog ANCHOR BOLT TEMPLATE - 4 HOLE TO 21/4" BOLTS 16 TSS MUD. COMPLETE 5 3i5TH 5T & 1ST WAY ST ISOM I I Poles &. Trenc+rrng CONCRETE 2500 LB (CU YARD) 2.1 I I TSS MUD. COMPLETE - S 336TH ST & 1 ST WAY ST 15000 I I Poles & Trenching 36'. SONO TUBE (UN FOOT), 0.44 11 TSS MOD, COMPLETE - S 336TH ST & 1 ST WAY ST 15WW 1 I Poles & rrencNng SETUP CONCRETE POUR- PER POLE BASE 0.4 TSS MOD, COMPLETE - S 336TH ST & 1 ST WAY ST 15DW I I Axles & rrenching POLE BASE AUGER SETUP 0.3 1 I TSS MOD, COMPLETE - S 336TH ST & 1 ST WAY ST 15000 I Poles & Trenching POLE BASE AUGER 36" DIAM (LF) 3 11 TS5 MOD, COMPLETE - S 336TH ST & 1 ST WAY ST I.5000 11 Pales & Trenching 36" x 12' CAST4N POLE BASE 3 11 TSS MOD, COMPLETE - S 336TH ST & 1 ST WAY ST I50W0 I I Pokes 8 Trenching TRENCH (24"x 3' DEEP) 226 I I TSS MOD, COMPLETE - S 336TH ST & 1 ST WAY ST 15 :1 '• ;; •1. % ? ',,:.•. > -,_ 36"x12' FOUNDATION REBAR CAGE n I TSS MOD, COMPLETE - S 336TH ST & 1 ST WAY ST 130501 1 Traffic Signals and Signs 1-FACE 3 HEAD TRAFFIC SIGNAL 9 11 TSS MOD, COMPLETE - S 336TH ST & 1 ST WAY ST 13050 1 I Traffic Signals and Signs REGULATORY SIGN NON -ILLUMINATED 9 TSS MOD, COMPLETE - 5 336TH ST & 1 ST WAY ST 13050 I Traffic Signals and Signs REGULATORY SIGN ILLUMINATED 8 TSS MOD, COMPLETE - S 336TH ST & 1 ST WAY ST 9500 I 1 Traffic Signal Controls CONTROLLER MODULE 6 TSS MOD, COMPLETE - S 336TH ST & 1 ST WAY ST 9500 I Traffic Signal Controls IMAGE SENSOR CAMERA W/ HDWE & TERM 17 I I TSS MOD, COMPLETE - S 336TH ST & 1 ST WAY ST 4000 Wire & Cable Accessories MULE LINE-1800LB 11 1 I TSS MOD, COMPLETE - 5 336TH ST & 1 ST WAY ST 2000 I I Wire & Cable # 6 BARE COPPER - 7-STRAND W.15 I TSS MOD, COMPLETE - S 336TH ST & 1 ST WAY ST 2000 I I Wire & Cable #14/2C SIGNAL CABLE AWG 5.43 I I T5S MOD, COMPLETE - S 336TH ST & 1 ST WAY ST 2000 I I Wire & Cable #14/SC SIGNAL CABLE AWG 14.49 TSS MOD, COM PLETE - S 336TH ST & 1 ST WAY ST 2000 Wire & Cable CBL - CMP CAT6 UTP BLU 1.12 UG HRS: 83.981 AG HRS: 71.24 UG HRS: 220.35 AG HRS:, 241.56 DRIVE TIME:I 39 TOTAL H RS:1 500.91 9/24121, 3:25 PM Corporations and Charities System ii ; ass iri��ons-and Charities Filing SystemIon BUSINESS INFORMATION NORTHEAST ELECTRIC, LLC 602 482 576 WA LIMITED LIABILITY COMPANY ACTIVE 1780 DOWN RIVER DR, WOODLAND, WA, 98674-9699, UNITED STATES 1780 DOWN RIVER DR, WOODLAND, WA, 98674-9699, UNITED STATES 03/31/2022 UNITED STATES, WASHINGTON 03/11/2005 PERPETUAL OTHER SERVICES, ELECTRICAL CONTRACTOR REGISTERED AGENT INFORMATION DANIEL P HALBERG 1780 DOWN RIVER DR, WOODLAND, WA, 98674-9699, UNITED STATES GOVERNORS Title Governors Type GOVERNOR INDIVIDUAL hftps://ccfs.sos.wa.gov/#/BusinessSearch/Businesslnformation Entity Name Business Name: UBI Number: Business Type: Business Status: Principal Office Street Address: Principal Office Mailing Address: Expiration Date: Jurisdiction: Formation/ Registration Date: Period of Duration: Inactive Date: Nature of Business: Registered Agent Name: Street Address: Mailing Address: First Name Last Name DANIEL HALBERG fiTA 9/24/21, 3:25 PM Corporations and Charities System Title Governors Type Entity Name Rrst Name Last Name GOVERNOR INDIVIDUAL BARRI HALBERG GOVERNOR INDIVIDUAL TROY HALBERG GOVERNOR INDIVIDUAL STEVEN HALBERG Back Filing History Name History Print Return to Business Search https://ccfs.sos.wa.gov/#/BusinessSearch/Businessinformation 2/2 9/24/21, 3:26 PM Washington State Department of Revenue < Business Lookup License Information: Entity name: NORTHEAST ELECTRIC, LLC Business name: NORTHEAST ELECTRIC, LLC Entity type: Limited Liability Company UBI #: 602-482-576 Business ID: 001 Location ID: 0001 Location: Active Location address: 1780 DOWN RIVER DR WOODLAND WA 98674-9699 Mailing address: 1780 DOWN RIVER DR WOODLAND WA 98674-9699 Excise tax and reseller permit status: Click here Secretary of State status: Click here Endorsements Endorsements held at this loci License # Count Aberdeen General Business 215979 - Non -Resident Battle Ground General Business - Non -Resident Bonney Lake General Business - Non -Resident Burien General Business - 13537 Non -Resident Centralia General Business - Non -Resident Details C?� New search Back to results Page 1 of 3 Filter Status Expiration dat First issuance Active Feb-01-2018 Active Mar-31-2022 Dec-08-2016 Active Jun-30-2022 Jul-13-2021 Active Mar-31-2022 Jan-08-2019 Active Jul-31-2022 Jul-14-2021 https://secure.dor.wa.gov/gteunauth/—,/#4 1/3 9/24/21, 3:26 PM Washington State Department of Revenue Endorsements held at this loci License # Count Details Status Chehalis General Business - Active Non -Resident Chelan General Business 2378 Non -Resident East Wenatchee General Business - Non -Resident Eatonville General Business - Non -Resident Federal Way General 14-105028-00 Business - Non -Resident Fife General Business - Non -Resident Issaquah General Business - Non -Resident Kelso General Business - Non -Resident Kennewick General Business - Non -Resident La Center General Business 19-0084 - Non -Resident Governing People May include governing people not registered with Secretary o/State Governing people Title HALBERG, BARRI R HALBERG, DANIEL P HALBERG, STEVEN HALBERG, TROY R Active Active Active Active Active Active Active Active Active Expiration dat First issuance i May-31-2022 Jul-16-2021 Mar-31-2022 Jun-25-2018 Mar-31-2022 Jun-29-2017 Mar-31-2022 Aug-31-2017 Mar-31-2022 Sep-30-2014 Mar-31-2022 Oct-26-2020 Mar-31-2022 Jan-11-2012 Mar-31-2022 May-26-2011 Mar-31-2022 Mar-17-2020 Mar-31-2022 Jan-01-2015 View Additional Locations The Business Lookup information is updated nightly. Search date and time: 9/24/2021 3:26:11 PM https://secure.dor.wa.gov/gteunauth/_/#4 2/3 9/24/21, 3:26 PM Washington State Department of Revenue Contact us How are we doing? Take our survey! Don't see what you expected? Check if your browser is supported https://secure.dor.wa.gov/gteunauth/_/#4 3/3 Sara Gilchrist From: Troy Hallberg <troyh@nellc.net> Sent: Friday, September 24, 2021 9:21 AM To: Sara Gilchrist Subject: Re: Signature Authority [EXTERNAL EMAIL WARNING] This email originated from outside of the City of Federal Way and may not be trustworthy. Please use caution when clicking links, opening attachments, or replying to requests for information. If you have any doubts about the validity of this email please contact IT Help Desk at x2555. Yes he is approved as well. Thanks, Troy Halberg Office:360-225-7004 Cell:360-931-3990 Fax:360-225-7001 NORTHEAST ELECTRIC I.I.C. On Fri, Sep 24, 2021 at 9:18 AM Sara Gilchrist <Sara.Gilchrist cit offederalwa .com> wrote: Thank you, Troy! It appears it was Mike Williamson that signed. Can you approve him for signing the amendments? From: Troy Hallberg <troyh@nellc.net> Sent: Friday, September 24, 2021 6:52 AM To: Sara Gilchrist <Sara.Gilchrist cit offederalwa .com> Subject: Re: Signature Authority [EXTERNAL EMAIL WARNING] This email originated from outside of the City of Federal Way and may not be trustworthy. Please use caution when clicking links, opening attachments, or replying to requests for information. If you have any doubts about the validity of this email please contact IT Help Desk at x2555. Trevor Johnson and Keith Johnston have signature authority. Thanks, Troy Halberg Office:360-225-7004 Cell:360-931-3990 Fax:360-225-7001 NORTHEAST ELECTRIC LLC. On Thu, Sep 23, 2021 at 4:03 PM Sara Gilchrist <Sara.Gilchrist@cityoffederalway.com> wrote: Good afternoon Troy, We received the signed amendment in the mail. I'm working to process it, but I'm having trouble locating the signature authority documentation for the person that is signing the amendments. Would you mind sending that my way when you get the chance, so that I can include it with this amendment? Thanks, Administrative Assistant Assistant II Federal Way R-���W ,, Public Works Department 33325 8th Ave 5, Federal Way, WA 98003 Desk: (253) 835-2706 * Fax: (253) 835-2709 Sara.ailchrist@cityoffederalway.com c i tygffed e ra I wa y. co m F] Follow us on Facebook! RETURN TO: PW ADMIN EXT: 2700 ID #: 3851 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIv: PUBLIC WORKS / Capital Englneerin 2. ORIGINATING STAFF PERSON: NaVeen Chandra EXT: 253-797-6ii 3. DATE REQ. BY:- 3. TYPE OF DOCUMENT (CHECK ONE): p CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION ® CONTRACT AMENDMENT (AG#): 20-088 ❑ INTERLOCAL ❑ OTHER 4. PROJECT NAME: Variable Lane Use Control 5. NAME OF CONTRACTOR: Northeast Electric, LLC ADDRESS: 1780 Down river Drive Woodland W E-MAIL: troyhdnellec.net SIGNATURENAME: Troy Halbera TELEPHONE: JbU-1L0-1 UU4 FAX: TITLE: Manager 6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES . ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE # 14-105028-00 BL, EXP.12/31/ UBI # 602482576 , EXP. _ / / 7. TERM: COMMENCEMENT DATE: 7/16/2020 COMPLETION DATE: 100 Working Days (002= Od 8. TOTAL COMPENSATION: $ $522,218.12($0 as CO # 2.) ®. (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑ YES ❑ NO IF YES, S PAID BY: ❑ CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT: ❑ RETAWAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAWAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE TO: 306-4400-202-595-20-10 & 306-4400-213-650-64-650 9. DOCUMENT / CONTRACT REVIEW 8 PROJECT MANAGER 8 DIVISION MANAGER 6 DEPUTY DIRECTOR A DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) 6 LAW DEPT 10. COUNCIL APPROVAL (IF APPLICABLE) 11. CONTRACT SIGNATURE ROUTING INIT,,I^AL / DATE REVIEWED INITIAL / DATE APPROVER �/Yaveen ��and a 12)16/2020 DSW 12/29/2020 ER 12/31/20 SCHEDULED COMMITTEE DATE: SCHEDULED COUNCIL DATE: COMMITTEE APPROVAL DATE: COUNCIL APPROVAL DATE: ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC, D: ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL / DATE SIGNED ❑ FINANCE DEPARTMENT ❑ LAW DEPT SIGNATORY (MAYOR OR DIRECTOR t CITY CLERIC. ❑ ASSIGNED AG # ❑ SIGNED COPY RETURNED COMMENTS: EXECUTE- 2 " ORIGINALS u \gyp L\ o AG : - C] DATE SENT: 1/2020 213 PROJECT NUMBER CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT AG 20-088 AGREEMENT NUMBER VARIABLE LANE USE CONTROL PROJECT TITLE 02 CHANGE ORDER NUMBER EFFECTIVE DATE SUMMARY OF PROPOSED CHANGES: This Change Order covers the work changes summarized below: NORTHEAST ELECTRIC, LLC CONTRACTOR The executed contract per section 1-08.6 Suspension of Work included the following: "Charging of contract time will resume upon delivery of critical materials to the Contractor or 120 calendar days after execution by the Contracting Agency, Whichever occurs first." The suspension of work from the date of execution of contract agency and 120 calendar days will fall on November 4, 2020. The order to suspend to work # 1 was authorized until November 16, 2020 to procure materials for the project per the attached letter dated August 5, 2020. The contractor requested suspension of work until January 2020 due to COVID, wildfires and also serious delay of materials due to hurricanes via email on October 21, 2020 (attached). The contractor request was approved via email dated October 22, 2020 (attached). The materials for the change order # 1 related work was not shipped until March 16, 2021. The City also prioritized another City project over this project to be completed by the same contractor which resulted in the extending the suspension of work for this project until June 15, 2021. Therefore, this change order authorizes suspension of work until June 15, 2021. The time provided for completion in the Contract is ® Unchanged ❑ Increased by _Working Day(s) ❑ Decreased by_ Working Day(s) This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑ Yes ® No If "Yes" Will the Policies Be Extended? ❑ Yes ® No THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE. ITEM NO. ITEM NONE TOTAL NET CONTRACT: $0 DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT PREVIOUS CHANGE ORDERS THIS CHANGE ORDER NEW CONTRACT AMOUNT QTY UNIT PRICE ADD (INCREASE $0 j $444,961.00 $73, 072.82 $0.00 $518,033.82 CHANGE ORDER # 1 CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL OCTOBER 2020 PROJECT # 213 STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. The execution of this Change Order shall constitute full satisfaction and a waiver of any and all claims by the Contractor arising out of, or relating in any way to, the Work identified, to be performed, or deleted pursuant to Change Order except as specifically described in this Change Order. CONTRACTOR'S SIGNATURE DATE PUBLIC WORKS DIRECTOR CHANGE ORDER # 1 CITY OF FEDERAL WAY OCTOBER 2020 l 2 l `'L o2 k DATE VARIABLE LANE USE CONTROL PROJECT # 213 RETURN TO: PW ADMIN EXT: 2700 ID #: 3823 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/Div: PUBLIC WORKS / Capital Engineering 2. ORIGINATING STAFF PERSON: Naveen Chandra EXT: 253-797-6b 3. DATE REQ. BY: 3. TYPE OF DOCUMENT (CHECK ONE): O CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION m CONTRACT AMENDMENT (AG#): 20-088 _ ❑ INTERLOCAL ❑ OTHER 4. PROJECT NAME: VARIABLE LANE USE CONTROL - change order #1 5. NAME OF CONTRACTOR: Northeast Electric, LLC ADDRESS: 1780 Downriver Drive, Woodland, WA 98674 TELEPHONE: 360-225-7004 E-MAIL: trovh@nellec.net FAX: SIGNATURE NAME: Troy HaIberg TITLE: Manager 6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE # 14-105028-00 13 EXP.12/31/ uBi # 602482576 . EXP. / / 7. TERM: COMMENCEMENT DATE: 7/16/2020 COMPLETION DATE: 100 Working Days (CO # 1 = 8. TOTAL COMPENSATION: $ $522,218.12 $77,257.12 as CO # 1 (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: [3 YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: S IS SALES TAX OWED: 0 YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT: q RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED M PURCHASING: PLEASE CHARGE TO: C36213-26500 $ 306-4400-213-650-64-650 9, DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED 8 PROJECT MANAGER . -`. 1.1-2. 8 DIVISION MANAGER SLH 10121/2020 8 DEPUTY DIRECTOR DSW 10/2912020 S DIRECTOR - - ❑ RISK MANAGEMENT (IF APPLICABLE) 6 LAW DEPT ER 11/3/2020 10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 11. CONTRACT SIGNATURE ROUTING ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC,D: ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL / DATE SIGNED ❑ FINANCE DEPARTMENT ❑ LAW DEPT IGNATORY (MAYOR OR R: CTOR) l -L 1 14.2 � l CI iTY CLERK q vv1. ❑ ASSIGNED AG # AG ❑ SIGNED COPY RETURNED DATE SENT: COMMENTS: EXECUTE " 2 " ORIGINALS 113020 213 PROJECT NUMBER CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT AG 20-088 AGREEMENT NUMBER VARIABLE LANE USE CONTROL PROJECT TITLE 01 CHANGE ORDER NUMBER EFFECTIVE DATE SUMMARY OF PROPOSED CHANGES: This Change Order covers the work changes summarized below: NORTHEAST ELECTRIC, LLC CONTRACTOR The Enchanted Parkway S and S 348th Street intersection was removed via Addendum 05 from the bid documents as we were unable to obtain WSDOT Approval. The City identified an alternate fourth location and worked to obtain WSDOT and FHWA approval for Variable Lane Use Control at 1st Avenue S northbound and S 348th Street intersection, which will modify the intersection by varying the existing through/right turn lane to a right turn only during morning peak hours. The 1st Avenue S and S 348th Intersection Variable Lane Use Control Plans and Specification has been made part of this change order. The cost also includes traffic control for the construction of the project. The time provided for completion in the Contract is ❑ Unchanged ® Increased by 10 Working Day(s) ❑ Decreased by _ Working Day(s) This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑ Yes ® No If "Yes" Will the Policies Be Extended? ❑ Yes ® No THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE ITEM NO. ITEM QTY UNIT PRICE ADD BI 23 Traffic Signal Modification Complete- 1 $73,072.82 $73,072.82 1st Avenue S and S 348th TOTAL NET CONTRACT: $518,033.82 DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT PREVIOUS CHANGE ORDERS THIS CHANGE ORDER NEW CONTRACT AMOUNT CHANGE ORDER # 1 CITY OF FEDERAL WAY OCTOBER 2020 INCREASE $73,072.82 $444,961.00 $0_0 $73,072.82 $518,033.82 VARIABLE LANE USE CONTROL PROJECT # 213 STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. The execution of this Change Order shall constitute full satisfaction and a waiver of any and all claims by the Contractor arising out of, or relating in any way to, the Work identified, to be performed, or deleted pursuant to Change Order except as specifically described in this Change Order. r� 3 -ZO CONTRACTOR'S SIGNATURE DATE PUBLIC WORKS DIRECTOR CHANGE ORDER # 1 CITY OF FEDERAL WAY OCTOBER 2020 06.E kkIzHIT07-> DATE VARIABLE LANE USE CONTROL PROJECT # 213 1012912020 Corporations and Charities System lr;w ssC iri�g a ris-and Charities Filing System BUSINESS INFORMATION Business Name: NORTHEAST ELECTRIC, LLC UBI Number- 602 482 576 Business Type - WA LIMITED LIABILITY COMPANY Business Status: ACTIVE Principal Office Street Address: 1780 DOWN RIVER DR,, WOODLAND, WA, 986749699, UNITED STATES Principal Office Mailing Address: 1780 DOWN RIVER DR WOODLAND, WA, 986749699, UNITED STATES Expiration Date: 03/31/2021 jurisdiction: UNITED STATES, WASHINGTON Formation/ Registration Date: 03/1 1 I2005 Perlad a Duration: PERPETUAL Inactive Date. Nature of Business: OTHER SERVICES, ELECTRICAL CONTRACTOR REGISTERED AGENT INFORMATION DANIEL P HALBERG 1780 DOWN RIVER DR, WOODLAND, WA, 986749699, UNITED STATES Registered Agent Name- Street Address.- Mailing Address: GOVERNORS Title Governors Type Entity Name First Name Last Name GOVERNOR INDIVIDUAL DANIEL HALBERG hftps://cGfs.sos.wa.gov/*/BusinessSearch/Businesslnformation 1 /2 10/29/2020 Corporations and Charities System Title Govemors Type Entity Name First Name Last Name GOVERNOR INDIVIDUAL BARRI HALBERG GOVERNOR INDIVIDUAL TROY HALBERG GOVERNOR INDIVIDUAL STEVEN HALBERG Back Filing History Name History Print Return to Business Search https:Hccfs.sos.wa.gov/#/BusinessSearchBusinessInformation 2/2 RETURN TO: PW ADMIN EXT: 2700 ID #: 3 i 5 5 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM ORIGINATING DEPT/DIV: PUBLIC WORKS / Capital Projects ORIGINATING STAFF PERSON: John Mulkey EXT: 261-3668 3, DATE REQ. BY TYPE OF DOCUMENT (CHECK ONE): O CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) 0 PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT O PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION ❑ CONTRACT AMENDMENT (AG#): ❑ INTERLOCAL ❑ OTHER G. PROJECT NAME: Variable Lane Use Control NAMEOFCONTRACTOR: Northeast Electric, LLC ADDRESS: 1780 Down River Drive, Woodland, WA 98674 E-MAIL: troyh+wa7nellc.n t SIGNATURE NAME: Troy Halberg _ TELEPHONE: FAX: 360-c TITLE: i. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION O INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHEF REFERENCED EXHIBITS O PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES O PRIOR CONTRACT/AMENDMENTS CFW LICENSE# 14-1 05028-0( 13E., EXP. 12/31/ = uBI # 602-482-576 , EXP. F. TERM: COMMENCEMENT DATE: Upon execution COMPLETIoN DA1 F: Upon Completion 90 WD 1. TOTAL COMPENSATION: $ 444,961 (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES 0 NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑ YES 0 NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT: n RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED O PURCHASING: PLEASE CHARGE TO: c36213-26500 306-4400-213-650-64-650 �. DOCUMENT / CONTRACT REVIEW 8 PROJECT MANAGER 8 DIVISION MANAGER 8 DEPUTY DIRECTOR 8 DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) 8 LAW DEPT 0. COUNCIL APPROVAL (IF APPLICABLE) CONTRACT SIGNATURE ROUTING INITIAL / DATE REVIEWED JRM 5/19120 SLH 5/21/20 DSW 5/27/20 ER 5/29/2020 SCHEDULED COMMITTEE DATE: SCHEDULED COUNCIL DATE: INITIAL / DATE APPROVED COMMITTEE APPROVAL DATE: 5/4/20 COUNCIL APPROVAL DATE: 5/19/20 ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC'D: ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS ❑ CREATE ELECTRONIC REMTNDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL / DATE SIGNED ❑ FINANCE DEPARTMENT L7 L PT _ Z [GNATORY (MAYOR OR DIRECTOR) ❑ CITY CLERK ❑ ASSIGNED AG # ❑ SIGNED COPY RETURNED DATE SENT: :OMMENTS: ;XECUTE " 1 "ORIGINALS rhis is for review of the filled in contract to send the Conlractor Contracts documents were previously reviewed on a separate routing form prior to electronic routing 1 /2020 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM . ORIGINATING DEPT/DIv: PUBLIC WORKS / STREETS ORIGINATING STAFF PERSON: JOHN MULKEY TYPE OF DOCUMENT (CHECK ONE): CONTRACTOR SELECTION DOCUMENT (E.(I. RFB RFP, RFQ) EXT:2722 3. DATE REQ. BY:ASAP!!!!!!!!!!! ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION ❑ CONTRACT AMENDMENT(AG#): ❑ INTERLOCAL ❑ OTHER . PROJECT NAME: CITYWIDE VARiABLELANE USE CONTROL NAME OF CONTRACTOR: ADDRESS: E-MAIL: S IGNATURE NAME: STEPHANIE TELEPHONE FAX:_ TITLE: EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE# BL, EXP. 12/31/19 UBI# _, EXP. 12/31/19 . TERM: COMMENCEMENT DATE: UPON EXECUTION COMPLETION DATE: TOTAL COMPENSATION: $ (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $ ,SOO TOTAL IS SALES TAX OWED: ❑ YES RETAMAGE: RETAINAGE AMOUNT: ❑ PURCHASING: PLEASE CHARGE TO: ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR o RETAINAGE BOND PROVIDED DOCUMENT / CONTRACT REVIEW PROJECT MANAGER DIVISION MANAGER �G DEPUTY DIRECTOR *DIRECTOR o RISKMANAGEMENT (1FAPPLICABLE) )SLAW DEPT O. COUNCIL APPROVAL (IF APPLICABLE) 1. CONTRACT SIGNATURE ROUTING INITIAL/ DATE REVE •WFD -� z D L COMMITTEE APPROVAL DATE: INITIAL / DATE APPROVED COUNCIL APPROVAL DATE: ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC'D: ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) ❑ FINANCE DEPARTMENT ❑ LAW DEPT ❑ SIGNATORY (MAYOR OR DIRECTOR) ❑ CITY CLERK ❑ ASSIGNED AG # ❑ SIGNED COPY RETURNED ❑ RETURN ONE ORIGINAL IOMMENTS: XECUTE ° 2 " ORIGINALS. INITIAL / DATE SIGNED AG# DATE SENT: /2017 CONFORMED SET CITY OF Federal Way BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS FOR VARIABLE LANE USE CONTROL PROJECT # 213 RFB # 20-002 FEDERAL AID # AID-0443(009) City of Federal Way Public Works Department 33325 8th Avenue South Federal Way, WA 98003 BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS FOR VARIABLE LANE USE CONTROL PROJECT # 213 RFB # 20-002 GRANT FUNDING FEDERAL AID # AID-0443(009) Bids Accepted Until 9:30 a.m., April 28, 2020 at City of Federal Way 33325 8th Avenue South Federal Way, WA 98003 Prepared By: Transpo Group 12131 113th Ave NE #203 Kirkland, WA 98034 The contract plans and specifications for this Project have been reviewed and approved by: Public Works Director/Deputy Public Works Director CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL MAY 2020 — CONFORMED RFB-i PROJECT #213 I RFB #20-002 CFW RFB VERSION 2019 06 11 TABLE OF CONTENTS PAGE ADVERTISEMENTFOR BIDS.........................................................................................:...,.................................3 INSTRUCTIONS TO BIDDERS & CHECKLISTS.. ...... .. . ..................................................................................... 5 BIDPROPOSAL.....................................................................................................................................................7 BIDBOND.............................................................................................................................................................12 SUBCONTRACTORLIST....................................................................................................................................13 CONTRACTOR WAGE LAW COMPLIANCE CERTIFICATION.........................................................................14 PROPOSAL FOR INCORPORATING RECYCLED MATERIALS.......................................................................15 UDBE UTILIZATION CERTIFICATION .......... ........ ...........:.......... .............................. .......................................... 16 UDBE WRITTEN CONFIRMATION DOCUMENT................................................................................................17 UDBEBID ITEM BREAKDOWN..........................................................................................................................18 UDBETRUCKING CREDIT FORM......................................................................................................................20 PUBLICWORKS CONTRACT.............................................................................................................................22 SAMPLECONTRACT CHANGE ORDER...........................................................................................................31 CERTIFICATE OF INSURANCE..........................................................................................................................33 PERFORMANCEAND PAYMENT BOND...........................................................................................................34 SPECIALPROVISIONS........................................................................................................................................... STANDARDPLANS AND DETAILS........................................................................................................................ FHWA1273............................................................................................................................................................... PREVAILINGWAGES AND BENEFIT CODE KEY................................................................................................. PROJECTPLANS............................................................................................................. BOUND SEPARATELY CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL FEBRUARY 2020 RFB-ii PROJECT #213 / RFB #20-002 CFW RFB VERSION 2019.06.11 ADVERTISEMENT FOR BIDS VARIABLE LANE USE CONTROL SUBMITTAL OF SEALED BIDS: Notice is hereby given that the City of Federal Way will receive sealed bids through April 28, 2020, at 9:30 a.m. at the City Hall Finance Department at 33325 8th Avenue South, Federal Way, Washington 98003. Bid must be submitted via USPS mail or Federal Express only. No hand submittals will be accepted as Federal Way City Hall is closed to the Public. Proposals received after said date and time will not be considered. All timely bids will be opened and read publicly aloud in the Hylebos Conference Room, City Hall 33325 8th Avenue South, Federal Way, Washington 98003 at 9:35 a.m. on April 28, 2020. Bid opening will be available for viewing by the public via Zoom video conferencing. To join the Zoom Meeting connect via the internet at: https://zoom. us/j/773583577 Meeting ID: 773 583 577 Dial by your location: +1 253 215 8782 US Meeting ID: 773 583 577 This project shall consist of: the implementation of Variable Lane Use Control at four locations within the City of Federal Way. The lane assignments for certain lanes will vary based on the detected demand and by time -of - day. In support of this, signal modifications at each of the intersections will be needed, including the installation of new mast arm poles, blank -out signs, signal heads, detection, and re -wiring of existing intersections. Three of these locations will also be operating on the City's upcoming SCOOT adaptive signal control system. The City anticipates awarding this project to the successful bidder and intends to give Notice to Proceed as soon as the Contract and all required documents are executed in full. Regardless of the date of award or Notice to Proceed, the Contractor must complete all work within 90 working days. BID DOCUMENTS: Plans, Specifications, Addenda, and plan holders list are available on-line through Builders Exchange of Washington at www.bxwa.com. Click on: "Posted Projects," "Public Works," and "City of Federal Way." It is recommended that Bidders "Register" in order to receive automatic e-mail notification of future addenda and to place themselves on the "Bidders List." Bidders that do not register will need to periodically check on-line for addenda issued on this project. Contact Builders Exchange of Washington at (425) 258-1303 if you require assistance with access or registration. An informational copy of plans, specifications, and addenda are available for viewing only at the City of Federal Way Finance Department. QUESTIONS: Any questions must be directed to John Mulkey, P.E., Senior Capital Engineer, by email at Cohn.mulkeyp_cityoffederalway.com, or by letter addressed to same. Questions must be received by the City no later than 5:00 p.m. three business days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of bids. OTHER PROVISIONS: All bids and this Project shall be governed by the Contract, as defined by the Washington State Department of Transportation Standard Specifications for Road, Bridge, and Municipal Construction 2020 (Standard Specifications), which is incorporated by this reference as though set forth in full. All bid proposals shall be in accordance with the Contract and all bid proposals shall be accompanied by a bid deposit or bond in the amount required in the Contract. Forfeiture of the proposal bond or deposit to the City shall be in accordance with the Contract. The City, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49 C.F.R., Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally -assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL FEBRUARY 2020 RFB-3 PROJECT #213 / RFB #20-002 CFW RFB VERSION 2019. 06,11 all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an award. The City encourages minority and women -owned firms to submit bids consistent with the City's policy to ensure that such firms are afforded the maximum practicable opportunity to compete for and obtain public contracts. The City of Federal Way reserves the right to reject any and all bids, waive any informalities or minor irregularities in the bidding, and determine which bid or bidder meets the criteria set forth in the bid documents. DATES OF PUBLICATION: Daily Journal of Commerce Federal Way Mirror CITY OF FEDERAL WAY FEBRUARY 2020 Publish February 28, 2020 and March 6, 2020 Publish February 28, 2020 and March 6, 2020 VARIABLE LANE USE CONTROL RFB-4 PROJECT #213 I RFB #20-002 CFW RFB VERSION 2019.06.11 INSTRUCTIONS TO BIDDERS & CHECKLISTS (1) ADVERTISEMENT FOR BIDS AND CONTRACT DOCUMENTS The Advertisement for Bids and Contract Documents contain bidder instructions that must be complied with. (2) EXAMINATION OF BID AND CONTRACT DOCUMENTS — BIDDER RESPONSIBILITIES The submission of a bid shall constitute an acknowledgment upon which the City may rely that the bidder has thoroughly examined and is familiar with the bid and Contract Documents, the Project site, the availability of materials and labor, publically available information, and has reviewed and inspected all applicable federal, state, and local statutes, regulations, ordinances and resolutions dealing with or related to the equipment and/or services to be provided herein. The failure or neglect of a bidder to examine such documents, statutes, regulations, ordinances or resolutions shall in no way relieve the bidder from any obligations with respect to the bidder's bid or the contract documents. No claim for additional compensation will be allowed which is based upon a lack of knowledge of any contract documents, statutes, regulations, ordinances or resolutions. Bidders shall visit delivery and service locations(s) as required. Bidders shall become familiar with and verify any environmental factors, which may impact current or future prices for this requirement. (3) INTERPRETATION OF BID AND CONTRACT DOCUMENTS No oral clarifications, interpretations, or representation will be made to any bidder as to the meaning of the bid or Contract Documents. Bidders shall not rely upon any oral statement or conversation they may have with City's employees, agents, representatives, consultants, or design professionals regarding the Contract Documents, whether at the pre -bid meeting or otherwise and no oral communications will be binding upon the City. Any questions must be directed to John Mulkey, P.E., Senior Capital Engineer, by email at John,mulkey(d�citVoffederalway.com, or by letter addressed to same. The questions must be received by the City no later than 5:00 p.m. three business days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their bids. Any interpretation deemed necessary by the City will be in the form of an Addendum to the bid documents and when issued will be sent as promptly as is practical to all parties to whom the bid documents have been issued. All such Addenda shall become part of the bid. (4) BID PRICE The bid price shall include everything necessary for the completion of the Contract and the Work including, but not limited to, furnishing all materials, equipment, tools, freight charges, facilities and all management, superintendence, labor and service, except as may be provided otherwise in the Contract Documents. All Washington State sales tax and all other government taxes, assessments and charges shall be included in the various Bid item prices as required by law. The offer shall remain in effect ninety (90) days after the bid opening. (5) POSTPONEMENT OF BID OPENING The City reserves the right to postpone the date and time for the opening of bids by Addendum at any time prior to the bid opening date and time announced in these documents. (6) REJECTION OF BIDS The City reserves the right to reject any bid for any reason including, but not limited to, the reasons listed in Special Provisions Section 1-02.13. The City further reserves the right to reject any portion of any bid and/or to reject all bids. In consideration for the City's review and evaluation of its bid, the bidder waives and releases any claims against the City arising from any rejection of any or all bids. If, in the opinion of the City, there is reason to believe that collusion exists among bidders, none of the bids of the participants in such collusion will be considered. (7) RECYCLED PRODUCTS The Contractor shall use recycled paper for proposals and for any printed or photocopied material created pursuant to a contract with the City whenever practicable and use both sides of paper sheets for reports submitted to the City whenever practicable. CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL FEBRUARY 2020 RFB-5 PROJECT #213 / RFB #20-002 CFW RFB VERSION 2019.06.11 (8) (9) BIDDER'S CHECKLIST The bidder's attention is especially called to the following forms, which must be executed in full as required. Failure to comply may result in rejection of any bid not so complying. ❑ Bid Proposal: The Bid Proposal shall be completed and fully executed, including filling in the total bid amount. ❑ Bid Bond: This form is to be executed by the bidder (and the surety company as appropriate, depending upon the option selected by the bidder). ❑ Subcontractor List: The Subcontractor List shall be filled in by the bidder ❑ Contractor Certification — Wage Law Compliance: This form shall be filled in and fully executed by,the bidder. ❑ Proposal for Incorporating Recycled_ Materials: This form shall be filled in and executed by the bidder. ❑ UDBE Utilization Certification: This form shall be filled in by the bidder. ❑ UDBE Written Confirmation: Part A of this form shall be filled in by the bidder and Part B shall be signed by UDBE firm. ❑ Apprenticeship Plan: This form shall be filled in by the bidder. CONTRACT CHECKLIST The following documents are to be executed and delivered to the City after the Bid is awarded ❑ Public Works Contract: The successful bidder will fully execute and deliver to the City the Public Works Contract ("Contract") from these Bid Documents. ❑ Certificate of Insurance: The successful bidder will provide a Certificate of Insurance evidencing the insurance requirement set forth in the Contract. ❑ Performance/Payment Bond: The successful bidder will provide a fully executed Performance/Payment Bond as appropriate. ❑ Business License: The successful bidder will provide a copy of a current Business License with the City of Federal Way. CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL FEBRUARY 2020 RFB-6 PROJECT #213 / RFB #20-002 CFW RFB VERSION 2019 06.11 BID PROPOSAL VARIABLE LANE USE CONTROL PROPOSAL SUBMITTED TO: City of Federal Way 33325 8th Ave South Federal Way, Washington 98003-M25 PROPOSAL SUBMITTED BY - Bidder: }' WVJ)_�� R, LC_b'l G) LLC,, Full Legal Name of Firm Contact: w a Individual with Eagal Authority to sign Bid and Contract Address: li b o Cowin IZ.i yfY 10h v Street Address WbC\, G_,() d WA, City, State Zip Phone: E-M a i I: t Select One of the Following. Corporation :o Partnership, ❑ Individual ❑ Other State Contractor's License No:; N b V—N E L 611j 1 o iA State Contractor's License Expiration Date: —3 - - -i 2_L[ 1 2 D L- i Month Day Year State UBI No.: D LIP State Worker's Comp. AccountNo.; Lo--534 ` C) CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL FEBRUARY 2020 RFB-7 PROJECT #2131 RFB #20-002 CFW RF8 VERSION 2019 06.1 i Provided to Builders Exchange of 19A, Inc. For usage Conditions Agreerne_:t see www.bxwa.com - Flways Verify Scal NOTE. All entries shall he wrilter; fn ink or typed Unit prkO.5 for all items, all extensions, and fotat anloel►1t of bid shalt be shown. Enter unit priGes in ncanencal figures only, in dollars and cents to two (2) decimal places (indudirig Or while dollar amounts) All figures must be clearly legible. Bids with illegible figures in the unit price oolumn will be regarded as nonresponsive. Where conflict occurs between the unit pace and t1he fatal amount specified for any item, the unit price shall prevail, and totals shall be corrected to confonn thereto. The Sidder shall corr'iplete this entire Bid Fonn orthis bid may be considered non -responsive. The City may correct obvious malhemafical errors. The City of Fecreral Way reserves the right to reject any and all bids, waive any informalities or minor irregutarities in the bidding, and determine whichbid or bidder meets the criteria set forth in the bid documents. SCHEDULE A: INTERSECTION IMPROVEMENTS All unit prices shall include applicable sales tax (Roadway Improvements) Item No. Spec. Div. Bid Item Description Unit Plan n Unit Price Amount 1 1-04 MINOR CHANGES FA LS HR 1 1 400 $4,000.00 $Okir510.0U $td pQ $4,000.00 $ $ 4,000.0o 2 1-05 1707 ROADWAY SURVEYING 3 TRAINING 4 1-07 SPILL PREVENTION, CONTROL; AND .COUNTERMEASURES PLAN LS 1 $ 4,3101 00 $ 5 1-05 MOBILIZATION LS 1 $381c-'(01 00 $�Q��� 6 1-10 TRAFFIC CONTROL SUPERVISOR LS 1 $ + $ 1�i�00 7 1-10 FLAGGING HR 450 $ O� $`Z1i000.�� 8 1-10 OTHER TRAFFIC CONTROL LABOR HR 225 1$ 9 1-10 CONSTRUCTION SIGNS, CLASS A SF 75 $ 30,00 $ 2i2�o•od 10 1-10 SEQUENTIAL ARROW SIGN HR 225 !$ p .pub U U $ t Vl! 11 1-10 OFF -DUTY UNIFORMED POLICE OFFICER HR 36 $ ((0.00 12 1-10 OTHER TEMPROARY TRAFFIC CONTROL LS 1 $ Z2i�dQ.od $ZZ 00 13 2-03 ROADWAY EXCAVATIONINCL.HAUL CY 15 $ Koo Q $2,2So o0 14 8-02 SEEDED LAWN INSTALLATION SY 10 $ 250.00 $ 2 ,Go0. OD 15 8-14 -CEMENT CONCRETE SIDEWALK SY 135 $ 200,0() $ 2-71000 ,00 16 8-20 TRAFFIC SIGNAL SYSTEM MODIFICATOIN, COMPLETE - S 324TH ST & SR 99 LS 1 $ (P217Z5•Q0 $ (e2j"7Z$.00 CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL FEBRUARY 2020 RFB-8 PROJECT #2131 RFB #20-002 CF VV RFB VERSION 2019. CQ i 1 Provided to Builders Fxchange_ of WA, Inc- For usaue Co::diticns Agreerrer- see •;:�:•.;_b.<.wa.cem - �_i•�✓ays 'serifr„a_ TRAFFIC SIGNAL SYSTEM 17 8-20 MODIFICATION,COMPLETE — S LS 1 S �iZt g�-� DO $-320T12{� Tl 00 TRAFFIC SIGNAL SYSTEM 18 8-20 M30DTH I I ATION,COMPLETE — S LS 1 f$ O g S 4Q s O�S ` Od ' 19 8-22 REMOVING PAVEMENT MARKINGS LS 1 $ i�j,;p23 00 $ �3�b�3.00 20 8-22 PAINT LINE LF 75 0 6 21 8-30 POTHOLING FA 1 52500.00 $2.500.00 22 8-30 RESOLUTION OF UTILITY FA 1 CONFLCTS J$31000.00 S3.000.00 TOTAL — SCHEDULE A $ BID SUMMARY ITEM BID AMOUNT SCHEDULEA. INTSERSECTION IMPROVEMENTS $ (�i 1Ql`� r„ uo 1"1 TOTAL BID AMOUNT (including Washington State sales tax, all other avernment taxes. $ assessments and cha ,es The documents incorporated by reference, as if fully set forth, are the Advertisement for Bins, the i nstructions to Bidders and Checklists, the Contractor's Bid Proposal (Including all forms and supplemental information listed on the Bidders Checklist), the Contract Documents (including Project Plans, Specifications, and all Appendices, Amendments, and Supplemental Reports & Information), the Contract Provisions (including all forms and supplemental information listed on the Contract Checklist), the version of the Washington State Standard Specifications for Road, Btidge, and Municipal Construction identified herein, and any other documents provided to bidders and/or referenced in or referred to by the Contract Documents. Pursuant to and in compliance with the Advertisement for Bids for the Project, and other documents relating thereto, the undersigned has carefully examined all of the bid and contract documents, considered conditions which may affect the delivery, supply and maintenance for the Project, and hereby proposes to furnish all labor, materials and perform all work as required in strict accordance with the contract documents, for the referenced bid amount, inclusive of Washington State sales tax and all other government taxes; assessments and charges as required by law. NON -COLLUSION AFFIDAVIT By signing this proposal, the undersigned acknowledges that the person(s), firm, association, or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with this project. To report rigging activities, call 1-800-42 -9071. The U.S. Department of Transportation (USDOT) operates the toll -free hotline Monday through Friday, 8:00 a m. to 5:00 p-m., Eastern Time. Anyone with knowledge of possible bid rigging. bidder collusion, ar other fraudulent activities should use the hotline to report such CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL FEB RUARY 2020 RFB-9 PROJECT #213 / R F B #20-002 C,cAIFFB VERSION. 2019,05 11 Provide-i to F37:i19or:: ang=, of !4 lnc. For aaaq_ Condit er,s Agreement see .:;aw.b-;�,ra.Com - Always '7E-rift' Specifications for Road, Bridge, and Municipal Construction identified herein, and any other documents provided to bidders and/or referenced in or referred to by the Contract Documents, Pursuant to and in compliance with the Advertlsemerit for Bids for the Project, and other documents relating thereto, the undersigned has carefully examined all of the bid and contract documents, Considered conditions which may affect the delivery, supply and maintenance for the Project, and hereby proposes to furnish all labor, materials and perform all work as required in strict accordance with the contract documents, for the referenced bid amount, inclusive of Washington State sales. tax and all other government taxes, assessments and charges as required by law. NON -COLLUSION AFFIDAVIT By signing this proposal, the undersigned acknowledges that the person(s), firm, association, or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connectian.with this project. To report rigging activities, call 1-800-424-9071. The U.S. Department of Transportation (USDGT) operates the toll -free hotline Monday through Friday, 8:00 a.m. to 5:00 p-m., Eastern Time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the hotline to report such activities. The hotline is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under :the direction of the USDOT Inspector General. All information will be treated confidentially and Caller anonymity will be respected. CONFLICTS OF INTEREST GRATUITIES & NON-COMPETiTEVE PRACTICES By signing this proposal., the undersigned agrees as follows: (1) That it has no direct or indirect pecuniary or proprietary interest, that it shall not acquire any interest which conflicts in any manner or degree with the work, services, equipment or materials required to be performed and/or provided under this contract and that it shall not employ any person or agent having any such interests. In the event that the Contractor or its agents, employees or representatives hereafter acquires such a conflict of interest, it shall immediately disclose such interest to the City and take action Immediately to eliminate the conflict or to withdraw from this contract, as the City may require; and (2) That no person or selling agency except bona fide employees or designated agents or representatives of the Contractor have been employed or retained to solicit or secure this contract with an agreement or understanding that a commission, percentage, brokerage, or contingent fee would be paid; and (3) That no gratuities in the form of entertainment, gifts or otherwise, were offered or given by the Contractor or any of its agents, employees or representatives, to any official, member or employee of the City or other governmental agency with a view toward secunng this contract or securing favorable treatment with respect to the awarding or amending, or the making of any determination with respect to the performance of this contract. AFFIDAVIT OF ELIGIBILITY The Contractor certifies that it is properly licensed and registered under the laws Of the State of Washington and has not been determined to have been in violation of RCW 50.12.470(1)(b), RCW 51.16.070(i)(b), or RCW 82.3? ❑70(2) within the last two years. The Contractor further certifies that it has not been determined, within the last one year, to have committed any combination of two of the fallowing violations or infractions within a five year Period: (1) Violated RCW 51.48.02.0(1) or 51,48.103; or (2) Committed an infraction or violation under Chapter 18.27 RCW, CERTIFICATION OF LAWFUL EMPLOYMENT The Contractor hereby certifies that it has complied with all provisions of the Immigration and Nationality Act now or as herein after amended, 8 U.S.C. 1101 et. Sep., and that all employees, including subcontractor employees, are lawfully permitted to perform work in the United States a$ provided in thls agreement with the City of Federal Way. CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL FEB RUARY 2020 RFB-10 PROJECT #213 / RFB #20-002 CFWRFB VERSION 2019.06.11 Provided to Builders Exchange of WA, Inc, For usage Conditions Agreement see v:ww.b-xwa.com - Always Verify Receipt of the following Addendums is hereby acknowledged: Addendum No. 1 Date Issued: J` a) 1z0 Addendum No. 7- Date Issued: Addendum No. -&- Date Issued:61 isI2.C) Addendum No. 4 Date Issued: -1 1 195 1 W Addendum No. 15 Date Issued: L1 17.1 IZO Addendum No. k Date Issued: 4 IMIZO The undersigned individual represents and warrants that he or she is dully authorized to execute the bid and all bid documents on behalf of any partnership, joint venture or corporation. By: �l Y sig azure T� 0q _41104A_ l Printed !Name Title Subscribed to before this, day and sworn me of I 20?0, -Avnllµnngr�lrl r I FARB svmattu�r/e of lUntary 05 % oy Print fed name of Notary z t Notary Public in and for the State of Washington o .'• My commission expires: dry'?: C7 ,1f'I' m it l"011 F CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL FEBRUARY 2020 RFB-11 PROJECT #2131 RFB #20-002 CFW RFB VERSION 2019.06.11 Provided to iu=!der=_ Exchange of. WA, Inc_ For usage CocdiL.ions Agreement_ see www.bxwa.com - Always Verify ., a_ BID BOND VARIABLE LANE USE CONTROL OPTION 1: BID BOND DEPOSIT Attached is a deposit in the form of a certified check, cashier's check, or cash in the amount of $ , which amount is not less than five percent (5%) of the total bid. Principal — Signature of Authorized Official Date Fitle mZ� OPTION ?: BID BOND KNOW ALL PERSONS BY THESE PRESENTS that we, Northeast Elecidc, LLC as Principal, and Merchants Bonding Company {MUTUAL] as Surety, are held and firmly bound unto the City of Federal Way, as Obiigee, in the sum of five (5) percent of the total amount of the bid proposal for the payment of which the Principal and the Surety bond themselves, their heirs and executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for the above - mentioned Project according to the terms of the proposal or bid made by the Principal therefore, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall in case of failure so to do, pay and forfeit to. the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise, it shall be, and remain in full force and effect, and the Surety shall forthwith pay and forfeit to the Obligee as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS 27th DAY OF Nbi sl Electric, LLC Primipa — Sign "re of Authorized Official t-lk a -e ✓- Title 13 March , 2020 Mercha s Bonding Com any UTUALz Surety —A ttorney in Fact (Attach Power of Attorney) Nicholas Fredrickson, Attorney-in-Facf=; Name and Address of Local Office/Agent of Surety Company is: Parker, Smith & Feek, Inc. 2233 112th Avenue NE Bellevue, WA 98004 CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL FEBRUARY 2020 RFB-12 PROJECT #2131 RFB #20-002 CFW RFB VERSION 2019, 06.11 MERCHANTS BONDING COMPANY.,. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., holh being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constittde and appoint, individually, Abigail A Bonney; Andrew P Larsen, Carly C Fehringer; Christin M Hubble; Deanna M French; Drew Neessen; Elizabeth R Hahn; Guy P Armfield; Jana M Roy; John M Miller; Mariah Sansone; Marie I Matetich; Mason Michael Marks; Mindee L Rankin; Nicholas Fredrickson, Roger Kaltenbach; Ronald J Lange; Sandy L Boswell; Scott A Garcia; Scott Fisher; Scott McGilvray; Shelley R Cardiel; Susan B Larson; William M Smith their true and lawful Attorney(s)4n-Fact, to sign its name as surety(tes) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the frdeffty orpeisons, guaranteeing the performance of contracts and executing or guaranteeing ponds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -.of :Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Banding, Inc., on October 16, Al5, 'The president, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute an behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof.' 'The signature of any authorized officer and the seal of the Company maybe affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any band, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut harity hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and enrtstruction ccnIrads required by tiie State of Florida beparlmenI of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not refieve this surety company of any of its obligations under its band. In connectlon with obligations.in favor or the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways or the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 11th day of February 2020 y gPURq.�a ��• lkP0 �'. MERCHANTS BONDING COMPANY (MUTUAL) - 6 S • m; �� 9'Or, .2I MERCHANTS NATIONAL BONDING, INN. .0 : 20173 . y; 1933 : e: By d ' t�� •%J�' any. ! 7 ........:r3+, �W �• Presidarit STATE OF IOWA ''•',•••�••++•• • ■ • • • • •• COUNTY OF DALLAS ss, On this t Tth day.of February 2020 , before me appeared Larry Taylor, to Irie personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL} and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the Foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and seated in behalf Of the i~ompanies by authority of their respective Boards of Directors. �es't POLLY MASON z , • o , " Commission Number 750576 My Commission Expires "0110 January 07, 2023 Notary Public (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the BOWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked_ fn Witness Whereof, t have hereunto set my hand arrd affixed ttif_, seal of the Companies on this 27 day of March 2020 tits. :y 2003 ;;s7: ;y : 1933 - Secretary POA 0018 (1120) +• '••` Local Auer y bare CITY OF FEDERAL WAY Local Agency Addess 33325 8TH AVE S FEDERAL WAY, WA 98003 SUBCONTRACTOR LIST Local Agency Subcontractor List Prmpared in cornpfwno- gm, ROWV 3?_ 30.060 a^, amer„dad } }} ToBe Submitted with the Bid Proposal Project Name ( Jti] 1 _Dr - Fniture to list subcontractors with whom the bidder, if awarded the contract, will directly subcontract for performance of the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.10G RCW, and eIsctricat, as described to Chapter 19.211 RCW or naming more than One Subcontractor to parform the saute work will result in your bid being non -responsive and therefore void. Subcontractor(s) vrith whom the bidder WII directly subcontract that are proposed to perform the work of tioating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 1928 RCW must be listed below_ The work to be performed is to be listed below the subcontractor(s) name. TO theexten a Pro ect ncttrde one or ore categories of work referenced in RCW 38 %.060 and na subco tractor is fisted hr lase to verforin such work, the bidder Certifies that the WM will either i be ierformed by the bidder itself. or ill be performed by a lover tier subcontrajitor who will not coniract directs �QcL. Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name _ Work to be Performed _ _ __ -• -._-.. —.-_-- Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed ' Bidders are notifed that is tha opinion of the enforcement agencV that PVC, or metal conduit, junction Foxes, etc, are considered electrical equipment and therefore considered part of electrical work, even if the installation is for future use and no winno or electrical current is connected durllg the project- 4: f1�T `un :71-71 dA E= CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL FEBRUARY 2020 RFB-13 PROJECT #2131 RFB #20-002 CFWRFB VERSION 2019.06,11 Provided to BuildFrs Exr_hange of WA, nc.. For usage Conditions Agreement see ...,s.bv.�.ca.com - Always verify Scal CONTRACTOR WAGE LAW COMPLIANCE CERTIFICATION FAILURE TO RETURN THIS CERTIFICATION AS PART OF THE BID PROPOSAL PACKAGE WILL MAKE THIS BID NONRESPONSIVE AND INELIGIBLE FOR AWARD, I hereby certify, under penalty of perjury under the lawts. of the State of Washington, on behalf of the firm identified below that, to the best of my knowledge and Lviief, this firm has NOT been determined by a final and bindinc citation and notice of assessment issued by the Washington State Department of Labor and industries or through a civil judgment entered by a court of limited or general Jurisdiction to have willfully violated, as defined in RCW 49.48.082, any provision of Chapters 49.46, 49.48, and 49,52 RGW within three (3) years prior to the date of the Request for Bids, Bidder Name_ ?t� �C�r� c, Print Full Legal Name of Firm ,r By: Signatu 6 of Autlon ►zed Person Title. - Title of Pers6n signing Certificate Date: q I LL Try alb Print Name of Person along Certifications for Finn Place: Vv oci ►nA W R Print City and State Mere. Signed CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL FEBRUARY 2020 RFB-14 PROJECT #213 f RFB #20-002 CFWRFe VERSION 2019 os. 11 Provided to Btlildeis Exchange of WA, Inc. For usage Conditions Agreement see www.bx_wa.com, - Always Verify Scal PROPOSAL FOR INCORPORATING RECYCLED MATERIALS sw APWA-WA Division 1 Committee rev. 1/18/2016 Proposal for incorporating Recycled' Materials into the Project fn compliance with a new law that went into effect January 1, 2016 (SHB1695), the Bidder shall propose below, the total percent of construction aggregate and concrete materials to be incorporated into the Project that are recycled materials. Calculated percentages must be within the amounts allowed in Section 9-03.21(1)E, Table on Maximum Allowable Percent (By Weight) of Recycled Material, of the Standard Specifications. Proposed total percentage. . 0 1- percent. /Vote. Use of recycled materials is highly encouraged within the limits shown above, but does not constitute a Bidder Preference, and will not affect the determination of a►.vard• unless two or more lowest responsive Sid totals are exactly equal, in which case proposed recycling percentages will be used as a tie -breaker. per the APWA GSP in Section 1-oa 1 of the .Special Provisions. Regardless. the Bidder's stated proposed percentages will become a goal the Contractor should do its best to accomplish. Bidders will be required to report on recycled materials actually incorporated into the project, in accordance with the APWA GSP in Section 1-06_6 of the Special Provisions. Bidder. Aor-_LLtens+-c I G L-L .— Signature of Authorized Official_ r Date: 9 -4�1 2❑ CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL FEBRUARY 2020 RFB-15 PROJECT#213 l RFB #20-002 CF W PFH VERSION 201 J n6 1 1 Provided to builders Zxcnarp_ of -I.'A, inc. F-or csa7e Cond.it;ons ^-.ayeement see �......c:z;:�a.ccr:-, - y1o;_vs Ver-ly Sea UDBE UTILIZATION CERTIFICATION AdhL v7Washington State , Department of Transportation Disadvantaged Business Enterprise Utilization Certification To be eligible for Award of this Contract the Bidder shall fill out and Sub(l il, as a supplement to its sealed Bid Propns al. a Disadwanlaged Business Fnterprise (DBE) utilization Ce i I ifi cation. The Con Iraeling Agency shall consider as nor: - responsive and shall reject any Bid Proposal that does not conlain a DBE Utilization Ceflifcalion wtticil prnDerly demonstrates that the Bidder will meet the DBE partic�pa0on require rrents in one of the manners provided for in the proposed Contract. Refer to the instructions on Page 2 when filing out this form or the Bid may be rejected. An example form has been provided on Page 3. The successful Bidder's DBE UIitizalion Certification shall be deerrvd a part of the resuliing Contract f Box 1: Nor, ` - L certifies that the DBE Fans, listed below have been contacted regarding pariicipatlon on this project. if this Bidder Is successful on this pralecl and Is awarded the Contract, it shall assure that subcontracts- or supply agreements are executed with named DBEs. (if necessary, use additional sheets.) Box 2, _ RC, C,� ¢n#`m }11 Column f Name of DBE iSee 6slrurtir_hrs} Column 2 Project Role !See ouhurtims) Column 3 Description of Work (See irslrurtiens ) Coumn 4 Dollar Amount Subcontracted to DBE (see intArucdvisy Column 5 Dollar Amount to be Applied Towards Goal (See instrudionst QQ [� D� T'/- D"pp.._l Sy�,b yen o�t.�ar /� T'e_r ro�'y �T�o•�l C C o?` "l i % 00- 0V �0, ODD, 0p r ulsapvanlagea t3uslness tnterprise,Lll r Total DBE Commilr;enl Dollar Amount Doo Condition of Award Conlracl Goal Ux s Cox 1 5 . By checking Box S the Bidder is stating that their attempts to solicit sufficient DBE participation to meet tho CDAContraet goal has been unsuccessful and good faith effortwili be submitted in accordance with Section 1-02.9 of the Contract L'r0; I om1 272-C;1? Hevisecl C2;2C18 CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL FEBRUARY 2020 RFB-16 PROJECT 4213 / RFB #20-002 CFW RF6 VERSION 2019 05. i 1 UDBE WRITTEN CONFIRMATION DOCUMENT AM,. Washington State Underutilized Disadvantaged Business WAR Department of Transportation Enterprise (UDBE) Written Confirmation Document .Cc'c• t'rrnr!•urr F'rr„•i.5r�ru� 1 `T)!?F. Ihx�trrn.�rrr Sohn:r;!ni R�•gtu!•r.'rnr'rr1.�' jji.5'trtlt'CrlrfCri�Pillit1�i71csSG)lli'1'f�r'!Sc IrtoYlc'7J.riN101r TI IIS FORM `I IALL ONLY BI. SL.BMI 1-110 10 A UDUL. H IAT IS LISS fLD ON FIH. col\ I kA(`I uk•S UNDFRUT11.17FD DISADVANTAGED BUSINIFSS FNTFRPRISE UITILI7ATION CERTIFICATION. TIE Ct INTICACTOR SHALL COMPLETE P:ART el PRIOR Ti ► SENDING TO THE UDBE. PART A:'Io 1w con3 doted by the hidtler The entries belovv :hall be consistent with w1 mt is Aho".rn on dhc Bidder's Undenuilized Disadvanta,ed Busines> Lliierprise Utilization C'cr1i1icati0l�. hallure to do so will result in Bid refection. Contract Title: City of Federal Way - Variable Lane Use Control Riddcr's iu.incs., N;t rlc- Notrt�,er„s$ � l� ,G, t-L•L UDBE', Busniess Name: Q.(, rr);, 'C Descrtption of GDBL's Work: Project Temporary Traffic Control Dollar Amount to be :applied Too.-317Ll1 (T)BE Cioal: $40,000.00 DolkirAnunmt to be Subcontracted to [,DBE': $40.000.00 GPhar:al FW!�kj I'AR'I R: To he enmrileted by the I'micrutilixed Dlsadvant:t-ed Itu-6n{+5 F-utr rite _1s ❑n itud►urizrd rrlv-cwtilutr- c of the Undcrutilizvd Di.lidv:nittl cd Busiltrss Ellterpri,e. I c:orllirin that u, iulrc I .-cn colllactcd by Iltc Bidder 5cith rep:rrrl to the rel-Crciwed project fin' the purlxi%c ul'lrcrlimoirttt the kklork de;crtbed above. If the bidder is awarded the Contract. we will enter into an agreement 5vitli the Bidder to h:lrlirill;:Ic in the Pro-ilm cnnsisrcrll xtilh tltc itll'Orm lion provided ill Nirt A orthis tulrrl. ""alrrc Ihrinlc(i). �ian;rlur�:: Tide: oo-=ors-2�-031U CITY OF FEDERAL WAY FEBRUARY 2020 RFB-17 CFV1 RFS VERSION 2019 06 11 VARIABLE LANE USE CONTROL PROJECT #2131 RFB #20-002 Provided to Builders Exchange of ;VA, Inc. For usage Conditions Agreement see www .bxa:a.com - Always verify scat UDBE BID ITEM BREAKDOWN CA WashingtonState Underutilized Disadvantaged Business Department of Transportation Enterprise (UDBE) Bid Item Breakdown Form �' NLrntrer 2. CamraCi . E 13. Prime Conlraclar + 4. Primu Csxtt pdol R(wesenlalive Name F.(Pcfirl�_�LC _ l Tr 6 bar I b. Prifre Cunlr afar I a{wesentab•.e Prot' Number 6, Prime Csrttractar kepnesen Email y �o- I h(P- I r Colun n ; Name of UDBE 'Sce bW��;,or91 T L 1 r44`I �. inrn 2 Bid Item 0 {,`'44 t-1V�t.nrsl _g Column ; Full/Parffal .J :e lc,>>:ikn.' P 1 Grumn 4 Quamity -c, Pi'u�ctonei Z Co unit 5 Column ti Description Unit Price (c��;.,V�C4�f-51 ly^Z�M AK►1ni 9 CA0OIt3, I�b0.�p Gdurtn7 (d RAA Total Unil DolC"'uZ.unt to la Applied Cost Twwarda(� I 13e=!r611xeaaj ly= h9ltvtdr91 YOU, CID I b 6 odo.b b 50D bb �6.gOD.60 Aa,1IG,i D �_ 69.OD Subtataf. Name of UDBE r : r Bltl Item I D FulUPartlal Quatttlty Deseiptlon Unit Price r to Ue Applied Total Unit Dollaplied Coat Towards Goal SpV.oDSOD. pb JJ I � 1 I bo :5�.�+nenTla� A+ta,+Sigli� g. bb 1--rT Subtotal: Namo of UDBE Bid Item FulUPartlal quantily Description Unit Price Total Unit lbllarAmount to la Applied Cost Towards Goal I i � I f Subtotal-, $ 0.00 $ 0 00 Name of UDBE Bid Item d Full/partial Quantity DesuipUon Unit Price 7ota1 Unit Dollar Amount Cost to be Applied Towards Goal i I r II I subtotal: $ o.oa $ 0 00 TOTAL_ UDBE Dollar Amount: .61bD. L G7 F—ii J54 't E715r:1 070 CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL FEB RUARY 2020 RFB-18 PROJ ECT #213 / RFB #20-002 CFW RFB VERSION 2019, 06,11 Instructions for Underutilized Disadvantaged Business Enterprise (UDBE) Bid Item Breakdown Form Box 1: Provide the Contract Number as stated in the project information webpage. Box 2: Provide the Nance of the project as stated in the project Information webpage. Box 3: Provide the Name of the bidder (Proposallzlder) submitting Bid. Box 4: Provide the name of the prime contractor's representative avallable to contact regarding this form. Box 5: Provide the phone number of the prime contractor's representative available to eontact regarding this form. Box 6- Provide the email of the prime contractor's representative available to contact regarding this farm_ Column 1: Provide the Name or the Underutilited Disadventaged Bvb-insas Enterprise (UD13E) Finn, UDBE Forms can be found using The search loots under the Firm Certification section of the Diversity Management and Compliance System (DMCS) wctipa_re htlpsJlk&-A l.diversityoamp5anc t.mm. Column 2: Provide The Bid Item Number (as it appears in the engineer's estimate bid check report) available :on ,ing project information webpage. Column 3: If the UD6E is performing only part of the lid item,, mark "Partial'. if the UDBE is performing"the entire bid item, mark 'Complete". Column 4; Provide the estimated .quantity for the specific bid item. For trucking firms, use hour or anotherunit of measure. Column 5: Provide a description of the work to be performed by the UDBE. Column 6: Provide the price per unit and spedfy the type of unit used. For trucking firms. use hour or another unit of measure, Column 7: Provide the estimated total UnK cost amount per bid item, Column 8: Provide the amount of the bid item being used to fulfil the UDBE goal. The vvork to be ptirfomted must bfr consistent with the Cvrtifiied 5usincss Description of The UDBE provided in the DMCS webpaga hltias-ftWoL dive rsitycompiiance.com. Mobilization up to 10% is acceptable. if mobi lixetion is mare then 10% additional Wo rrie'ion andlorjusti5Calion. may be requested. The fatal amount shown for cacti DOE shall match the amount shown err the DBE Utiifxation Certification Fumm, Use Additional Sheets if necessary. DOT Form< 272-G'4 Rbvised aWo49 CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL FEBRUARY 2020 RFB-19 PROJECT #213 / RFB #20-002 CFWRFB VERSION 2019.06.11 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see vn,,w.bxwa.com - Always Verify Scal UDBE TRUCKING CREDIT FORM A911116 Washington S6 Underutilized Disadvantaged Business =7S Department of Transportation Enterprise (UDBE)TruCking Credit Form PART A: TO BE COMPLETED BY THE BIDDER llr c !Urrt ui :;u�Lc/t n? 11:e ?ri_:ckicg cor-„^,.go;crl �cr4i icC Cn ;hs !JD3C UI"i:.ahor LmUlcatbr: ren•. S;i&wHt_ed yr In the proposal, Teas_ note :ha; IJUBE'r, rnusf be r--7162d prior In HrE of submdlal Fudci:><ti± Contract o �ryertN4mn If !�41sq ilfrn, try JxMr,. of try is•1Tp Burn art rrft. p F;aaie pia::sde calculaiians le .ran l:rrrL r(= the quanli5e5 lislae!. Bid item r A Item 0,rsrnpr ,; n -- i I 1 Bidder Narnuii de iPkaur.e prmtj Piv�rin fax Signature - I rxr 1dy Vial the ahofr cricirnra:ran �s •:cmptrrlir and a�rr,rai: AJJre'cs Email Date PART B: TO BE COMPLETED BY THE UDBE TRUCKING FIRM Note: 06EAJOHE lrochmg f m, may ohly be rrv_dded as DaEm)GE pm clPaGou tw Hie valor: of the hauti-rg snr;ccs, not far ;he rncter:a's being h:aul=d unle-sr. the tricking ruin is also retogm.rd ,A a supplier of the materials used an the proico and appru.Ed for this grnjec4 as a ragubr dea'er. Tip- ul AlalwW axoecled to ha hauled? 2. Number cl luilyr cperal:ucal3 ua.s exp+xled to be used on This projeri% 0fflnpuurdcs 3. Number of Muck; an_ traslcls tnr ed by I iel-DP.E (hat a+A b: v,ad un Ihis _ Tra[,or'tra.icr5: DUMPy-urk-g_ prc,er-? 4 Nunina of nur,:v anc trab;r, ks>';tl by tho UDOE U'al.v7 by used on (his Tradar'Iraver,;: CAsrnplruJk': ; r�:ecrl UDBE Firth Name Nanic!T,9c idea _ ppa) CFrIICaI r•r: Mirriher ___._,_.____" �� *as Signature I r..!rliFy thN is i;ompiple and ercuralc j Cmad Ualc R_ J,20:3 CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL FEBRUARY 2020 RFB-20 PROJECT#2131 RIFE #20-002 CFW P,FB VERSION 2019 06.11 s:il�rn� ous n�rrrw G.E3�UCc���.s<Ju� �i��,.g,v. The Ndzur „hnV cimp(�AQ ard.suEmit tsn UiiaioWixd {Xsad.,ntay^ar Ou iu. 5 Er6erpai.a lU�IIE) rt. rn in atrwd::rice with Sec lion I-02;9 of t'iC iIrilxa 1NSTR11CTI4NS Pl"" rwte _All Fields are ragUlred PARTA: TO BE COMPLET" 13Y TkE liljF a Federal Aid: itldude trca projW federal_BW numb&. Ceurrtyr SPecify ilr+- Catxtly xvi•.arW tra prejeCt Mil take plarn. Cam rael C: Simay tnn Pn>,,m G»Mir ac kh rrawv6A leh es-t hu f*$ „d in alto Engcrrsrry astmgig bA chsd.rmpfaa. Old ICenr, l"rotiwfe lire Sid Ilert+ r+liur-her fes it appears rt go, aagrreer'a e51 nrYnin l717 Ghetic rep;nj rcr srRnh trutMn rq Servinft viAI bE WAz,5>z Ilem Dbsarfplian; i'ra ile tfescript h btlhe bid it m (as a Vptars in the ergineees tM?nale bid d'1 ba report) for whith MK*IrQ CMtt b± Lmiind Bidder_ bi [ills sccdnn, pravida Clio bd e.%. legal name, 6tw, BusncSs altdfesrti Pherttt'and crt It The bidder's E 101`11 9n1 OVS Ognatrrro Is r+equ¢illii In e4011114n to the data thetoam:wsa blyned. PART B: TO BE COMPLETED BY THE 1JDGE TRUCKING FIRM 0"590rt tl SpcejPt typE or n WEtrLai tMOf *ill ba Yiadled R.6. 5tqd, HAW U�aV yy r}aealim 2; Specify IN! W-al rnsrher of opr.atuPc: trucks Ihntvri tra ta_e 3 on tlx pr¢jed 0"wirxr 3: SrAdiy ll:a Mal nunher at oparlknal lradrs Ann traIltrs owto by the uf]BE ths: 001Ibe usn_d on Vw prajwL Q11356rYt d; SI>`-dr}' i!`9 IdW M&Iq Ter or operational tracke. an tMife S i?6itt1 by tf. iJl7t3F_ Ihat W11>h3 usdd *n IIOIy Project UORE Firm; in t" :nctgn, preside et'a 11DDE Firms legal na ram, IMSE Fxn s rarrrrrMnnta�ra �5a-11 none and :da, o_rfifrw!i�n Nta*m Iramn in the Erm's Ok4*13E 1"1061e page in the GM WRE dirrrtcryj Biainesx atSdeess, phone, fax arld smil. The VDBF FlrWJ5 rvPraaankathm signaitire Is ngpkgd In' addilIon to the dm th4#em1 was s11#bad nmr�n zre•ose sb,;.,xi us�rt� CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL FEBRUARY 2020 RFB-21 PROJECT ##213 / RFB #20-002 CFW RFB VERSION 2019.06, 1 1 Provided to Builders Exchange of wA, Inc. For usage Conditions Agreement see wvrw.bxwa.com - Always Verify Scal APPRENTICESHIP PLAN VARIABLE LANE USE CONTROL S LECT ONE: [ ] DRAFT Apprenticeship Plan Fill out Sections A, B, & C below and submit with bid Subcontractors may be listed in Section A by discipline only (i.e. concrete sub, electrical sub) if needed [ ] FINAL Apprenticeship Plan Fill out Sections A, S, & C below and submit at the Preconstruction Conference. Subcontractors should be listed in Section A by Company name whenever possible. SECTION A: Fill out the following table to demonstrate how the apprenticeship requirements for this project will be met. List the Prime Contractor's hours as well as all anticipated Subcontractor hours for the project. (Attach additional sheets if necessarv) PLANNED APPRENTICESHIP HOURS Estimated Contractor / Trade f Craft Labor Number of Estimated Estimated Subcontractor (i.e. Cement Mason, Hours Apprentices Apprentice Work Start Laborer, etc) (including (count] Hours Date Apprentice (nvWddlyyyy) CITY OF FEDERAL WAY Total Estimated Total Estimated Labor Hours I 145o Apprentice Hours Percent Apprentice 5 O °/ 0 Hours VARIABLE LANEW USE CONTROL RFB PROJECT #213 i RFB #20-002 CFW RFB VERSION 2020-MAR SECTION B: Provide a description of how the Prime contractor plans to ensure that the Apprenticeship Goal on the project will be met. Provide a summary of your outreach and recruitment procedures to hire Apprentices to work on this project. To the extent possible, Contractor shall utilize Apprentices from multiple trades or crafts. (Attach additional sheets i,` necessary) 11719 -P r f` r rl r r r•a A7' . SECTION C: By signing below, i acknowledge that no less than fifteen percent (15%) of the labor hours performed by workers subject to prevailing wages employed by the contractor or its subcontractors are required to be performed by apprentices enrolled in an apprenticeship training program approved or recognized by the Washington State Apprenticeship and Training Council. 1 understand that unless otherwise waived or reduced, any contractor or subcontractor failing to comply with the apprenticeship requirements for this project shall not be considered a' responsible bidder on City of Federal Way Public Works projects for a period of two years from final acceptance of the contract in which noncompliance occurred - Name: N�rth eg,,st F I o c�ri G _ Li--L Full Legal Name of Firm By: Signatr6 of Au rzzedd 30- son Date:-O f CITY OF FEDERAL WAY Print Name of Per on Making Certifications for Firm VARIABLE LANEW USE CONTROL RFB PROJECT #213 / RFB #20-002 CFW RFB VERSION 2020-MAR PUBLIC WORKS CONTRACT THIS PUBLIC WORKS CONTRACT ("Contract") is dated effective this day of , 2020 and is made by and between the City of Federal Way, a Washington municipal corporation ("City or Owner"), and Northeast Electric, LLC, a Wahington Limted Liability Company ("Contractor"), for the project known as Variable Lane Use Control (the "Project"). A. The City desires to retain an independent contractor to furnish all labor and materials necessary to perform work necessary to complete the Project; and B. The Contractor has the requisite skill and experience to perform such work. NOW, THEREFORE, the parties ("Parties") agree to the following terms and conditions: 1. SERVICES BY CONTRACTOR Contractor shall perform all Work and furnish all tools, materials, supplies, equipment, labor and other items incidental thereto necessary for the construction and completion of the Project. Contractor shall perform the Work in a manner consistent with accepted practices for other properly licensed contractors and in accordance with and as described in the Contract Documents, which Work shall be completed to the City's satisfaction, within the time period prescribed by the City and pursuant to the direction of the Mayor or his or her designee. 2. TERM 2.1 This Contract shall commence on the effective date of this Contract and continue until the Project is formally accepted as complete by the City Council, Notice of Project Completion is filed with State agencies, and all bonds for the Project are released by the City. 2.2 The Contractor must complete the Work in accordance with the number of Working Days for the Project as identified in the Contract Documents. With regard to obtaining Substantial Completion and the Completion Date by the Contractor, time is of the essence. In the event the Work is not substantially completed within the time specified in the Contract Documents, Contractor agrees to pay to the City liquidated damages in the amount set forth in the Contract Documents. The parties acknowledge that delays inconvenience the public and cost taxpayers undue sums of money, adding time needed for administration, inspection, and supervision of the Project and diverting City resources from other projects and obligations. 2.3 If the Contractor is unreasonably delayed by others, notification shall be made in writing to the Engineer in accordance with the Contract Documents. Any request for a time extension or additional compensation (including expectancy or consequential damages) allegedly resulting from such delay shall be made in accordance with the procedures of the Contract Documents. Failure to follow the notice procedures in the Contract Documents is a full and complete waiver of Contractor's right to additional time, money, damages, or other relief (including expectancy or consequential damages) as a result of the event or condition giving rise to such request. 3. COMPENSATION 3.1 In consideration of the Contractor performing the Work, the City agrees to pay the Contractor an amount not to exceed Four Hundred Fourty-Four Thousand Nine Hundred Sixty-one and No/100 Dollars ($ 444,961.00), which amount shall constitute full and complete payment by the City ("Total Compensation"). The Contractor shall be solely responsible for the payment of any taxes imposed by any lawful jurisdiction as a result of the performance and payment of this Contract. 3.2 The City shall pay the Contractor for Work performed under this Contract as detailed in the Bid Proposal, which is incorporated herein and made a part hereof by this reference, and as detailed in the Contract Documents. The City shall have the right to withhold payment to the Contractor for any of the Work not completed in a satisfactory manner, in the City's sole and absolute discretion, which shall be withheld until such time as Contractor modifies or repairs the Work so that the Work is acceptable to the City. Payment to the Contractor for partial estimates, final estimates, and retained percentages shall be subject to controlling laws. CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL FEBRUARY 2020 RFB-24 PROJECT #213 / RFB #20-002 CFW RFB VERSION 2019.06.11 3.3 In addition to the requirements set forth in the Contract Documents, the Contractor shall maintain Project cost records by cost codes and shall contemporaneously segregate and separately record, at the time incurred, all costs (1) directly associated with each work activity, (2) directly or indirectly resulting from any event, occurrence, condition, or direction for which Contractor seeks an adjustment in Contract price Contract time, or related to any other Claim or protest. Any work performed for which Contractor intends to seek an adjustment in Contract Price or Contract Time, or related to any other Claim or protest, shall be recorded on the same day the work is performed and kept separate so as to distinguish it from Contract Work. 4. INDEPENDENT CONTRACTOR 4.1 It is the intention and understanding of the Parties that the Contractor shall be an independent contractor and that the City shall be neither liable nor obligated to pay Contractor sick leave, vacation pay or any other benefit of employment, nor to pay any social security or other tax which may arise as an incident of employment. The Contractor shall not conduct itself as nor claim to be an officer or employee of the City. The Contractor shall pay all income and other taxes due. Industrial or any other insurance that is purchased for the benefit of the City, regardless of whether such may provide a secondary or incidental benefit to the Contractor, shall not be deemed to convert this Agreement to an employment contract. It is recognized that Contractor may or will be performing professional services during the Term for other parties; provided, however, that such performance of other services shall not conflict with or interfere with Contractor's ability to perform the Services. Contractor agrees to resolve any such conflicts of interest in favor of the City. Nothing contained in this Contract shall create a contractual or direct relationship with or a cause of action in favor of a Subcontractor or third party against the City, or by the Contractor against the Engineer, or against any of their agents, employees, engineers, or consultants. 4.2 If the Contractor is a sole proprietorship or if this is a contract with an individual, the contractor agrees to notify the City and complete any required form if the Contractor retired under a State of Washington retirement system and agrees to indemnify any losses the City may sustain through the Contractor's failure to do so. 5. INDEMNIFICATION 5.1 Contractor Indemnification. 5.1.1 The Contractor shall indemnify, defend, and hold the City, its elected officials, officers, employees, agents, consultants, and volunteers (collectively "the Indemnified Parties") harmless from any costs or losses, and pay and damages or judgments, related to any claim brought by any person employed in any capacity by the Contractor or subcontractor or supplier (of any tier) performing the Work, with respect to the payment of wages, salaries, or other compensation or benefits including but not limited to benefits such as medical, health, retirement, vacation, sick leave, etc. 5.1.2. To the fullest extent permitted by law, the Contractor shall defend, release, indemnify, and hold harmless the City and the Indemnified Parties for, from, and against any and all claims, demands, losses, costs, damages, suits, actions, expenses, fines, penalties, response costs, and liabilities (including costs and all attorney and expert fees and internal personnel costs of investigation) of whatsoever kind or nature to the extent arising from, resulting from, connected with, or incident to the Contractor's performance or failure to perform this Contract or the Work or its breach of this Contract; provided, however, that if the provisions of RCW 4.24.155 apply to the Work and any injuries to persons or property arising out of the performance of this Contract are caused by or result from the concurrent negligence of the Contractor or its subcontractors, agents, employees, or anyone for whom they are legally liable, and an Indemnified Party, the indemnification and defense obligations under this Section 5.1.2 apply only to the extent of the negligence of the Contractor, its subcontractors, agents, employees, and anyone for whom they are legally liable. 5.1.3 Contractor specifically assumes potential liability for actions brought by the Contractor's own employees or former employees against any Indemnified Party, and for that purpose Contractor waives any immunity that may be granted to it under the Washington State Industrial Insurance Act, Title 51 RCW. Contractor's indemnification shall not be limited in any way by any limitation on the amount of damages, compensation or benefits payable to or by any third party under workers' compensation acts, disability benefit acts or any other benefits acts or programs. Provided, however, the Contractor's waiver of immunity by the CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL FEBRUARY 2020 RFB-25 PROJECT #213 / RFB #20-002 CFW RFB VERSION 2019.06 11 provisions of this paragraph extends only to claims against the Contractor by any Indemnified party, and does not include, or extend to, any claims by the Contractor's employee directly against the Contractor. The Contractor recognizes that this waiver was specifically entered into. 5.2 Contractor Release. Any deviation, alteration, variation, addition, or omission in the Work by Contractor from the Contract Documents shall preclude Contractor from bringing any Claim or request for additional time or compensation on the basis of an alleged defect or error in the Contract Documents related to or arising, in any way, from that deviation, alteration, variation, addition, or omission. The Contractor further warrants that any alteration, variation, deletion, or omission fully complies with or exceeds all requirements of the Contract Documents and assumes all risk thereof. 5.3 Survival. The provisions of this Section shall (1) survive the expiration or termination of this Contract with respect to any event occurring prior to such expiration or termination, final payment hereunder, and any applicable statute of repose with respect to claims, fines, costs or damages brought or made against any Indemnified Party; (2) shall not be limited by RCW 4.16326(g); and (3) are in addition to any other rights or remedies which the City and/or any of the Indemnified Parties may have by law or under this Contract. 5.4 Offset. In the event of any claim or demand made against any Indemnified Party hereunder, the City may, in its sole discretion, reserve, retain or apply any monies due to the Contractor under the Contract or any other agreement or contract with the City for the purpose of resolving such claims; provided, however, that the City may, in the City's sole discretion, release such funds if the Contractor provides the City with adequate assurance of the protection of the City's and the other Indemnified Parties interests. 5.5 The Contractor shall ensure that each Subcontract includes a provision requiring each Subcontractor to indemnify and defend the City and the Indemnified Parties in the same manner, to the same extent, and for the same duration as Contractor agrees to indemnify and defend the City and the Indemnified Parties in this Section 5. 6. OWNERSHIP OF DOCUMENTS All originals and copies of work product, including plans, sketches, layouts, designs, design specifications, records, files, computer disks, magnetic media, all finished or unfinished documents or material which may be produced or modified by Contractor while performing the Work, whether or not required to be furnished to the City, shall become the property of the City, shall be delivered to the City at its request, and may be used by the City without restriction. 7. PATENTS COPYRIGHTS AND RIGHTS IN DATA 7.1 Any patentable result or material suitable for copyright arising out of this Contract shall be owned by and made available to the City for public use, unless the City shall, in a specific case where it is legally permissible, determine that it is in the public interest that it not be so owned or available. 7.2 The Contractor agrees that the ownership of any plans, drawings, designs, specifications, computer programs, technical reports, operating manuals, calculations, notes and other work submitted or which is specified to be delivered under this Contract, whether or not complete (referred to in this subsection as "Subject Data"), is hereby irrevocably transferred and assigned to the City and shall be vested in the City or such other local, state or federal agency, if any, as may be provided by separate contract with the City. The Contractor shall execute and deliver such instruments and take such other action(s) as may be requested by the City to perfect or protect the City's rights to such Subject Data and work product, and to perfect the assignments and transfers contemplated in Sections 6 and 7. 7.3 All such Subject Data furnished by the Contractor pursuant to this Contract, other than documents exclusively for internal use by the City, shall carry such notations on the front cover or a title page (or in such case of maps, in the same block) as may be requested by the City. The Contractor shall also place their endorsement on all Subject Data furnished by them. All such identification details shall be subject to approval by the City prior to printing. CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL FEBRUARY 2020 RFB-26 PROJECT #213 / RFB #20-002 CFW RFB VERSION 2019.06.11 7.4 The Contractor shall ensure that substantially the foregoing paragraphs in Sections 6 and 7 are included in each subcontract for the work on the Project. 8. GENERAL PROVISIONS 8.1 Entire Contract. The Contract Documents contain all of the agreements of the Parties with respect to any matter covered or mentioned in this Contract and no prior agreements or understandings pertaining to any such matters shall be effective for any purpose. In entering into this Contract, neither party has relied upon any statement, estimate, forecast, projection, representation, warranty, action or agreement of the other party except for those expressly contained in the Contract Documents. 8.2 Documents. The documents incorporated by reference, as if fully set forth in this Contract, are the Advertisement for Bids, the Instructions to Bidders and Checklists, the Contractor's Bid Proposal (including all forms and supplemental information listed on the Bidders Checklist), the Contract Documents (including Project Plans, Specifications, and all Appendices, Amendments, and Supplemental Reports & Information), the Contract Provisions (including all forms and supplemental information listed on the Contract Checklist), the version of the Washington State Standard Specifications for Road, Bridge, and Municipal Construction identified herein, and any other documents provided to bidders and/or referenced in or referred to by the Contract Documents. 8.3 Modification. No provisions of this Contract, including this provision, may be amended or added to except by agreement in writing signed by the Parties or their respective successors in interest in accordance with the Contract Documents. 8.4 Change Orders. In addition to its rights under the Contract Documents, the City may unilaterally issue a Change Order at any time making changes within the general scope of the Contract, without invalidating the Contract and without providing notice to sureties. The City's issuance of a unilateral Change Order shall not be construed as a waiver of any rights afforded the City, including its right to reject a prior protest or request for change or Claim due to untimeliness or the Contractor's failure to fully comply with the requirements of the Contract Documents, or to void the unilateral Change Order due to unilateral mistake, misrepresentation, or fraud. 8.5 Total Cost Method / Claims. In no event shall a Total Cost Method or a modified Total Cost Method be used by the Contractor to calculate any adjustments to the Contract price. For the purpose of this provision, any cost method, or variety of cost methods, using the difference between the actual cost of the Work and the Bid or Contract price of the Work to calculate any additional compensation or money owed to the Contractor shall be considered a Total Cost Method. In addition, the City shall not be responsible for, and the Contractor shall not be entitled to, any compensation for unallowable costs. Unallowable costs include, but are not limited to: (i) interest or attorneys' fees, except as mandated by statute; (ii) Claim preparation or filing costs; (iii) the costs of preparing notices or protests; (iv) lost profits, lost income, or lost earnings; (v) costs for idle equipment when such equipment is not at the Site, has not been employed in the Work, or is not scheduled to be used at the Site; (vi) claims consulting costs; (vii) expert fees and costs; (viii) loss of other business; and/or (ix) any other special, consequential, expectancy, incidental, or indirect damages incurred by the Contractor, Subcontractors, or suppliers. 8.6 Warranties and Guarantees. In addition to the requirements of the Contract Documents, the Contractor warrants that all portions of the Work that will be covered by a manufacturer's or supplier's guarantee or warranty shall be performed in such a manner so as to preserve all rights under such guarantees or warranties. If the City attempts to enforce a claim based upon a manufacturer's or supplier's guarantee or warranty and such manufacturer or supplier refuses to honor such guarantee or warranty based, in whole or in part, on a claim of defective installation by the Contractor or a Subcontractor, the Contractor shall be responsible for any resulting loss or damage, and repairs, incurred by the City as a result of the manufacturer's or supplier's refusal to honor such guarantee or warranty. This obligation survives termination of this Contract. 8.7 Full Force and Effect. Any provision of this Contract, which is declared invalid, void or illegal, shall in no way affect, impair, or invalidate any other provision hereof and such other provisions shall remain in full force and effect. CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL FEBRUARY 2020 RFB-27 PROJECT #213 / RFB #20-002 CFW RFB VERSION 2019.06.11 8.8 Assignment. The Contractor shall not transfer or assign, in whole or in part, any or all of its obligations and rights hereunder without the prior written consent of the City. In the event the City consents to any such assignment or transfer, such consent shall in no way release the Contractor from any of its obligations or liabilities under this Contract. 8.9 Successors In Interest. Subject to the preceding Subsection, this Contract shall be binding upon and inure to the benefit of the Parties' successors in interest, heirs and assigns. 8.10 Time Limitation and Venue. For the convenience of the parties to the Contract it is mutually agreed by the parties that any claims, causes of action, or disputes which the Contractor has against the City arising from the Contract shall be brought within the following time period: (i) 180 calendar days from the date of Substantial Completion for those claims, causes of action, or disputes arising prior to the date of Substantial Completion, and (ii) 180 calendar days from the date of Final Acceptance of the Contract by the City for those claims, causes of action, or dispute arising after the date of Substantial Completion. It is further agreed that the venue for any claim, cause of action, or dispute related to this Contract shall be King County, Washington, which shall have exclusive jurisdiction over any such case, controversy, or dispute. The parties understand and agree that the Contractor's failure to bring suit within the time period provided, shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims, causes of action, or disputes which the Contractor asserts against the City arising from the Contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims, action, or dispute. 8.11 No Waiver. Failure of the City to declare any breach or default immediately upon occurrence thereof, or delay in taking any action in connection with, shall not waive such breach or default. Failure of the City to declare one breach or default does not act as a waiver of the City's right to declare another breach or default. 8.12 Sole Authority!Discretion/Judgment. Where the Contract Documents provide the City or its Engineer with "sole" authority, discretion, or judgment, such authority, discretion, or judgment shall be considered unconditional and absolute. 8.13 Governing Law. This Contract shall be made in and shall be governed by and interpreted in accordance with the laws of the State of Washington. 8.14 Authority. Each individual executing this Contract on behalf of the City and Contractor represents and warrants that such individuals are duly authorized to execute and deliver this Contract on behalf of the Contractor or City. 8.15 Engineer. The Engineer is the City's representative who directly supervises the engineering and administration of a construction Contract. The Engineer's authorities, duties, and responsibilities are limited to those specifically identified in the Contract Documents. Designation of an individual or entity as the Engineer for the Project is solely to identify the representative of the City as the entity to act as the Engineer as described in the Contract Documents. Using the term "engineer" does not imply that such entity or person is a licensed professional engineer or an engineering company and does not import any additional obligations upon the actions of the Engineer that may govern licensed professional engineers when performing engineering services. The Engineer for this Project is designated as: John Mulkey, P.E., Senior Capital Engineer 8.16 Notices. Any notices required to be given to Contractor or to the Engineer shall be delivered to the Parties at the addresses set forth below. Any notices may be delivered personally to the addressee of the notice or may be deposited in the United States mail, postage prepaid, to the address set forth herein. Any notice so posted in the United States mail shall be deemed received three (3) days after the date of mailing. CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL FEBRUARY 2020 RFB-28 PROJECT #213 / RFB #20-002 CFW RFB VERSION 2019.06.11 CONTRACTOR: Company: Northeast Electric, LLC Attn: Troy Halberg Street Address: 1780 Down River Drive City, State, Zip: Woodland, WA 98674 ENGINEER: City of Federal Way Attn: John Mulkey, P.E., Senior Capital Engineer 33325 8th Ave S Federal Way, WA 98003 8.17 Captions. The respective captions of the Sections of this Contract are inserted for convenience of reference only and shall not be deemed to modify or otherwise affect in any respect any of the provisions of this Contract. 8.18 Performance. Time is of the essence of this Contract and each and all of its provisions in which performance is a factor. Adherence to completion dates is essential to the Contractor's performance of this Contract. 8.19 Compliance with Ethics Code. If a violation of the City's Ethics Resolution No. 91-54, as amended, occurs as a result of the formation and/or performance of this Contract, this Contract may be rendered null and void, at the City's option. 9. PERFORMANCE/PAYMENT BOND Pursuant to RCW 39.08.010, the Contractor's payment and performance bonds must be conditioned upon: (i) faithful performance of all of the provisions of the Contract, including warranty obligations; (ii) the payment of all laborers, mechanics, Subcontractors, and Suppliers, and all persons who supply such persons with provisions or supplies in carrying out the Work; and (iii) payment of any taxes, liabilities, increases, or penalties incurred on the Project under Titles 50, 51, and 82 RCW which may be due on (a) projects referred to in RCW 60.28.011(1)(b), and (b) projects for which the bond is conditioned on the payment of such taxes, liabilities, increases, or penalties. Contractor's obligations under this Contract shall not be limited to the dollar amount of the bond. DATED the day and year set forth above. CITY EDERAL WAY: r errell, Wayor 325 8th Avenue South Federal Way, WA 98003-6325 ATTEST: :oi?16w"041l.��� Stephahie Courtney, CMC, CitypIrlr APPROVED AS TO FORM: e-2� 4�k r J. Ryan Call, City Attorney CONTRACTOR: Signature of uftdzed Individual PfintedYlame ofAuthorize ndividual nwpown gLsty nywQ, Street Address wood nd1wA 01 W1y City, State, Zip CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL FEBRUARY 2020 RFB-29 PROJECT #213 / RFB #20-002 CFW RFB VERSION 2019.06.11 NOTARY OF CONTRACTOR'S SIGNATURE: STATE OF WASHINGTON ) COUNTY OF / /d UJ l_ 1-2- )ss.) On this day personally appeared before me drew Nr-4 b1 ►' , to me known to be the d&.'kA t of a tlF c,LLGthat executed the foregoing instrument, arfd acknowledged the said instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that he/she was authorized to execute said instrument and that the seal affixed, if any, is the corporate seal of said corporation. GIVEN my hand and official seal this day of -zJ U-4V. 2q '•µulrrnrhrr+ ,•,•''�p.R� M. � (typed/printed name of notary) '� . ''FxP�+es''• .Notary Public in and for the State of Washington, � r% �oF N r My commission expires 1`T� 243 2 -� A08L C q SH N `' ,, 55 CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL FEBRUARY 2020 RFB-30 PROJECT #213 / RFB #20-002 CFW RFB VERSION 2019.06.11 SAMPLE CONTRACT CHANGE ORDER PROJECT NUMBER AGREEMENT NUMBER CHANGE ORDER NUMBER PROJECT TITLE SUMMARY OF PROPOSED CHANGES: This Change Order covers the work changes summarized below: The time provided for completion in the Contract is EFFECTIVE DATE CONTRACTOR ❑ Unchanged ❑ Increased by Working Day(s) ❑ Decreased by_ Working Day(s) This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑ Yes ❑ No If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No MODIFICATIONS TO UNIT PRICES: PREVIOUS REVISED ITEM NO. ITEM QTY UNIT PRICE UNIT PRICE ADD OR DELETE THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE: ITEM NO. ITEM QTY UNIT PRICE ADD OR DELETE TOTAL NET CONTRACT: JINCREASE $ DECREASE $ DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT PREVIOUS CHANGE ORDERS THIS CHANGE ORDER NEW CONTRACT AMOUNT STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. The execution of this Change Order shall constitute full satisfaction and a waiver of any and all CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL FEBRUARY 2020 RFB-31 PROJECT #213 / RFB #20-002 CFW RFB VERSION 2019.06.11 claims by the Contractor arising out of, or relating in any way to, the Work identified, to be performed, or deleted pursuant to Change Order except as specifically described in this Change Order. CONTRACTOR'S SIGNATURE DATE PUBLIC WORKS DIRECTOR DATE Contract Change Order provided for Contractor's reference. Change orders executed during the project will use this form. CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL FEBRUARY 2020 RFB-32 PROJECT #213 / RFB #20-002 CFW RFB VERSION 2019.06.11 CERTIFICATE OF INSURANCE Contractor's Certificate of Insurance to be inserted here during Contract Execution CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL FEBRUARY 2020 RFB-33 PROJECT #213 / RFB #20-002 CFW RFB VERSION 2019.06.11 CERTIFIf"ATE OF LIABILITY INSPRANCE DAT0/246/24//0202020 Y) THIS CERTIFICATE IS ISSUED AS A MATTE:. OF INFORMATION ONLY AND CONFERS NO Riur1TS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER I c2WT. c7 Parker, Smith & Feek, Inc. 1707 Dock Street Tacoma, WA 98402 PHONE w 253-359-9700 FAX iAIC. Nol: _ INSURERS AFFORDING COVERAGE NAIC # INSURERA: Valley Fore Insurance Company INSURED INSURER B : Navigators Specialty Insurance Company Northeast Electric, LLC 1780 Down River Dr. INSURER C : Woodland, WA 98674 INSURER D INSURER E : INSURER F : f`A\/GOA/•_`CC f`CDTICW ATC MI IUM=D• RFVICIAN NIIMRFR• THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR I ADDE §M POLICY EFF POLICY EXP LIMITS TYPE OF INSURANCE POLICY NUMBER MMrDDIYYYY MMIDD/YYYY -6ifL A GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY X 6080552669 04/07/2020 04/07/2021 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES Ea accurrerice $ 500 DOD MED EXP (Any one person) $ 15,000 CLAIMS -MADE P7( OCCUR PERSONAL & ADV INJURY $ 1,000,000 X PD Ded: $25,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 $ POLICY X PRD• LOC A AUTOMOBILE LIABILITY 6080553000 04/07/2020 04/07/2021 COMNED a a cidentS1NGLE LIMIT 1,000,000 BODILY INJURY (Per person) $ X ANY AUTO X BODILY INJURY (Per accident) $ ALL OWNED SCHEDULED AUTOS AUTOS NON -OWNED HIRED AUTOS AUTOS PROPERTY DAMAGE ra ent $ $ X Liability. Ded: B UMBRELLA LIAB X OCCUR SE20EXCZ04YJ41C 04/07/2020 04/07/2021 EACH OCCURRENCE $ 5,000,000 EXCESS LIAB Ci:AIMS-MADE X X AGGREGATE $ 5,000,000 DED I X I RETENTION $ 0 $ WORKERS COMPENSATION A AND EMPLOYERS' LIABILITY Y) N ANY PROPRIETOR/PARTNER/EXECUTIVE 6080552669 04/07/2020 I WA Stop Gap/Employers 04/07/2021 WC STATU- X OTH E.L EACH ACCIDENT $ 1,000,000 E.L DISEASE - EA EMPLOYEE $ 1,000,000 OFFICER/MEMBER EXCLUDED? (Mandatory in NH) N / p' Liability E.L. DISEASE - POLICY LIMIT 1,000,000 J $ If yes, describe under DESCRIPTION OF OPERATIONS below A Pollution Liability Limited Pollution Liability 6080552669 04107/2020 04/07/2021 $1,000,000 Each Incident / $2,000,000 Aggregate DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space is required) Project # 213 / RFB #20-002 Variable Lane Use Control City of Federal Way and its officers, elected officials, employees, agents and volunteers, the consultant that completed the preparation of the engineering design and project plans, and its officers, ... (See Attached Description) CERTIFICATE HOLDER CANCELLATION City of Federal Way Public Works Department 33325 8th Avenue South Federal Way, WA 98003 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE lyr-,P, © 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD THIS PAGE INTENTIONALLY LEFT BLANK DESCPIPTIONS (Continued from page 1) employees, agents, and subconsultants, and consultants hired by the contracting agency for design, construction support, or materials testing are additional insureds on the general liability, automobile, and excess liability policies per the attached endorsements/forms. Coverage is primary and non-contributory on the general liability, automobile, and excess liability policies per the attached endorsements/forms. THIS PAGE INTENTIONALLY LEFT BLANK ova Blanket Additional Insured - Owners, Lessees or Contractors -with Products -Completed Operations Coverage Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: I. WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused in whole or in part by your acts or omissions, or the acts or omissions of those acting on your behalf: A. in the performance of your ongoing operations subject to such written contract; or B. in the performance of your work subject to such written contract, but only with respect to bodily injury or property damage included in the products -completed operations hazard, and only if: 1. the written contract requires you to provide the additional insured such coverage; and 2. this coverage part provides such coverage. II. But if the written contract requires: A. additional insured coverage under the 11-85 edition, 10-93 edition, or 10-01 edition of CG2010, or under the 10-01 edition of CG2037; or B. additional insured coverage with "arising out of language; or C. additional insured coverage to the greatest extent permissible by law; then paragraph I. above is deleted in its entirety and replaced by the following: WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of your work that is subject to such written contract. III. Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: A. coverage broader than required by the written contract; or B. a higher limit of insurance than required by the written contract. IV. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property damage, or personal and advertising injury arising out of: A. the rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: 1. the preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and 2. supervisory, inspection, architectural or engineering activities; or B. any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this coverage part. V. Under COMMERCIAL GENERAL LIABILITY CONDITIONS, the Condition entitled Other Insurance is amended to add the following, which supersedes any provision to the contrary in this Condition or elsewhere in this coverage part: Primary and Noncontributory Insurance CNA75079XX (10-16) Page 1 of 2 Company Insured Name: Policy No: Endorsement No: Effective Date: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. 7901449 1 19/20 GL, Auto, IM, Umbrella I Leigh Penley 1 4/l/2019 10:41:58 AM (PDT) I Page 2 of 20 THIS PAGE INTENTIONALLY LEFT BLANK CNAContractors' General Liability Extension Endorsement This insurance does not apply to: Expected or Intended Injury Bodily injury or property damage expected or intended from the standpoint of the Insured. This exclusion does not apply to bodily injury or property damage resulting from the use of reasonable force to protect persons or property. 11. GENERAL AGGREGATE LIMITS OF INSURANCE - PER PROJECT A. For each construction project away from premises the Named Insured owns or rents, a separate Construction Project General Aggregate Limit, equal to the amount of the General Aggregate Limit shown in the Declarations, is the most the Insurer will pay for the sum of: 1. All damages under Coverage A, except damages because of bodily injury or property damage included in the products -completed operations hazard; and 2. All medical expenses under Coverage C, that arise from occurrences or accidents which can be attributed solely to ongoing operations at that construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations, nor the Construction Project General Aggregate Limit of any other construction project. B. All: 1. Damages under Coverage B, regardless of the number of locations or construction projects involved; 2. Damages under Coverage A, caused by occurrences which cannot be attributed solely to ongoing operations at a single construction project, except damages because of bodily injury or property damage included in the products -completed operations hazard; and 3. Medical expenses under Coverage C caused by accidents which cannot be attributed solely to ongoing operations at a single construction project, will reduce the General Aggregate Limit shown in the Declarations. C. The limits shown in the Declarations for Each Occurrence, for Damage To Premises Rented To You and for Medical Expense continue to apply, but will be subject to either the Construction Project General Aggregate Limit or the General Aggregate Limit shown in the Declarations, depending on whether the occurrence can be attributed solely to ongoing operations at a particular construction project. D. When coverage for liability arising out of the products -completed operations hazard is provided, any payments for damages because of bodily injury or property damage included in the products - completed operations hazard will reduce the Products -Completed Operations Aggregate Limit shown in the Declarations, regardless of the number of projects involved. E. If a single construction project away from premises owned by or rented to the Insured has been abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. F. The provisions of LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to apply as stipulated. 12. IN REM ACTIONS A quasi in rem action against any vessel owned or operated by or for the Named Insured, or chartered by or for the Named Insured, will be treated in the same manner as though the action were in personam against the Named Insured. 13. INCIDENTAL HEALTH CARE MALPRACTICE COVERAGE Solely with respect to bodily injury that arises out of a health care incident: CNA74705XX (1-15) Page 8 of 17 Policy No: Endorsement No: Effective Date: Insured Name: copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. 7901449 1 19/20 GL, Auto, IM, Umbrella I Leigh Penley 1 4/1/2019 10:41:58 AM (PDT) I Page 11 of 20 THIS PAGE INTENTIONALLY LEFT BLANK This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: I. WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused in whole or in part by your acts or omissions, or the acts or omissions of those acting on your behalf: A. in the performance of your ongoing operations subject to such written contract; or B. in the performance of your work subject to such written contract, but only with respect to bodily injury or property damage included in the products -completed operations hazard, and only if: 1. the written contract requires you to provide the additional insured such coverage; and 2. this coverage part provides such coverage. II. But if the written contract requires: A. additional insured coverage under the 11-85 edition, 10-93 edition, or 10-01 edition of CG2010, or under the 10-01 edition of CG2037; or B. additional insured coverage with "arising out of language; or C. additional insured coverage to the greatest extent permissible by law; then paragraph I. above is deleted in its entirety and replaced by the following: WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of your work that is subject to such written contract. III. Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: A. coverage broader than required by the written contract; or B. a higher limit of insurance than required by the written contract. IV. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property damage, or personal and advertising injury arising out of: A. the rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: 1. the preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and 2. supervisory, inspection, architectural or engineering activities; or B. any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this coverage part. V. Under COMMERCIAL GENERAL LIABILITY CONDITIONS, the Condition entitled Other Insurance is amended to add the following, which supersedes any provision to the contrary in this Condition or elsewhere in this coverage part: Primary and Noncontributory Insurance CNA75079XX (10-16) Page 1 of 2 Company Insured Name: Policy No: Endorsement No: Effective Date: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission 7901449 1 19/20 GL, Auto, IM, Umbrella I Leigh Penley 1 4/l/2019 10:41:58 AM (PDT) I Page 2 of 20 CNA Blanket Additional Insured - Owners, Lessees or Contractors -with Products -Completed Operations Coverage Endorsement With respect to other insurance available to the additional insured under which the additional insured is a named insured, this insurance is primary to and will not seek contribution from such other insurance, provided that a written contract requires the insurance provided by this policy to be: 1. primary and non-contributing with other insurance available to the additional insured; or 2. primary and to not seek contribution from any other insurance available to the additional insured. But except as specified above, this insurance will be excess of all other insurance available to the additional insured. VI. Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: The Condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit is amended with the addition of the following: Any additional insured pursuant to this endorsement will as soon as practicable: 1. give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim; 2. send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer in the investigation, defense, or settlement of the claim; and 3. make available any other insurance, and tender the defense and indemnity of any claim to any other insurer or self -insurer, whose policy or program applies to a loss that the Insurer covers under this coverage part. However, if the written contract requires this insurance to be primary and non-contributory, this paragraph 3. does not apply to insurance on which the additional insured is a named insured. The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer receives written notice of a claim from the additional insured. VII. Solely with respect to the insurance granted by this endorsement, the section entitled DEFINITIONS is amended to add the following definition: Written contract means a written contract or written agreement that requires you to make a person or organization an additional insured on this coverage part, provided the contract or agreement: A. is currently in effect or becomes effective during the term of this policy; and B. was executed prior to: 1. the bodily injury or property damage; or 2. the offense that caused the personal and advertising injury; for which the additional insured seeks coverage. Any coverage granted by this endorsement shall apply solely to the extent permissible by law. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA75079XX (10-16) Page 2 of 2 Company Insured Name: Policy No: Endorsement No: Effective Date: copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission 7901449 1 19/20 GL, Auto, IM, Umbrella I Leigh Penley 1 4/1/2019 10:41:58 AM (PDT) I Page 3 of 20 a CNA63359XX (Ed. 4/12) 5091530636 Northeast Electric LLC THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS EXTENDED COVERAGE ENDORSEMENT - BUSINESS AUTO PLUS - This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM I. LIABILITY COVERAGE A. Who Is An Insured The following is added to Section II, Paragraph A.1., Who Is An Insured: 1. a. Any incorporated entity of which the Named Insured owns a majority of the voting stock on the date of inception of this Coverage Form; provided that, b. The insurance afforded by this provision A.1. does not apply to any such entity that is an "insured" under any other liability "policy" providing "auto" coverage. 2. Any organization you newly acquire or form, other than a limited liability company, partnership or joint venture, and over which you maintain majority ownership interest. The insurance afforded by this provision A.2.: a. Is effective on the acquisition or formation date, and is afforded only until the end of the policy period of this Coverage Form, or the next anniversary of its inception date, whichever is earlier. b. Does not apply to: (1) "Bodily injury" or "property damage" caused by an "accident" that occurred before you acquired or formed the organization; or (2) Any such organization that is an "insured" under any other liability "policy" providing "auto" coverage. 3. Any person or organization that you are required by a written contract to name as an additional insured is an "insured" but only with respect to their legal liability for acts or omissions of a person, who qualifies as an "insured" under Section II — Who Is An Insured and for whom Liability Coverage is afforded under this policy. If required by written contract, this insurance will be primary and non-contributory to insurance on which the additional insured is a Named Insured. 4. An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business. "Policy", as used in this provision A. Who Is An Insured, includes those policies that were in force on the inception date of this Coverage Form but: 1. Which are no longer in force; or 2. Whose limits have been exhausted. B. Bail Bonds and Loss of Earnings Section II, Paragraphs A.2. (2) and A.2. (4) are revised as follows: 1. In a.(2), the limit for the cost of bail bonds is changed from $2,000 to $5,000; and 2. In a.(4), the limit for the loss of earnings is changed from $250 to $500 a day. C. Fellow Employee Section II, Paragraph B.5 does not apply. Such coverage as is afforded by this provision C. is excess over any other collectible insurance. CNA63359XX Copyright, CNA Corporation, 2000. (Ed. 4/12) Includes copyrighted material of the Insurance Services Office used with its permission. 7901450 1 19/20 GL, Auto, IM, Umbrella I Leigh Penley 1 4/1/2019 10:41:58 AM (PDT) I Page 21 of 24 Page 1 of 4 THIS PAGE INTENTIONALLY LEFT BLANK CNA CNA63359XX (Ed. 4/12) C. Concealment, Misrepresentation or Fraud The following is added to Section IV, Paragraph 13.2.: Your failure to disclose all hazards existing on the date of inception of this Coverage Form shall not prejudice you with respect to the coverage afforded provided such failure or omission is not intentional. surance The following is added to Section IV, Paragraph B.S.: Regardless of the provisions of Paragraphs 5.a. and 5.d. above, the coverage provided by this policy shall be on a primary non-contributory basis. This provision is applicable only when required by a written contract. That written contract must have been entered into prior to "Accident' or "Loss". Policy Per!a overage Territory Section IV, Paragraph B. 7.(5).(a). is revised to provide: a. 45 days of coverage in lieu of 30 days. V. DEFINITIONS Section V. paragraph C. is deleted and replaced by the following: "Bodily injury" means bodily injury, sickness or disease sustained by a person, including mental anguish, mental injury or death resulting from any of these. CNA63359XX Page 4 of 4 (Ed. 4/12) 7901450 1 19/20 GL, Auto, IM, Umbrella I Leigh Penley 1 4/1/2019 10:41:58 AM (PDT) I Page 24 of 24 THIS PAGE INTENTIONALLY LEFT BLANK SECTION II —WHO IS AN INSURED The WHO IS AN INSURED section of the "controlling underlying insurance" is made part of this policy. Any person or organization that is an insured in "controlling underlying insurance" is an insured in this policy to the same extent. SECTION III — LIMITS OF INSURANCE The Limits of Insurance shown in the Declarations and the rules below fix the most we will pay regardless of the number of insureds, claims made or suits brought, or persons or organizations making claims or bringing suits. 1. The General Aggregate Limit is the most we will pay for the sum of all damages to which this insurance applies, except: a. damages because of bodily injury or property damage included within any applicable products -completed operations hazard; or b. damages arising out of the ownership, operation, maintenance or use of an automobile; 2. The Products -Completed Operations Aggregate Limit is the most we will pay for the sum of all damages included within any applicable products -completed operations hazard; 3. Subject to paragraphs 1. and 2. above, the Each Event Limit is the most we will pay for all damages that arise out of any one "event." SECTION IV — CONDITIONS The CONDITIONS sections of the "controlling underlying insurance" are made part of this policy. If an inconsistency or contradiction exists between the Conditions of this policy and the Conditions of the "controlling underlying insurance," the Conditions of this policy will apply. 1. Appeals At our discretion we may appeal any judgment which would result in a payment under this policy. When we do appeal, we will pay all costs associated with the appeal in addition to the Limits of Insurance. Any such appeal will not increase our Limits of Insurance. 2. Bankruptcy or Insolvency Bankruptcy or insolvency of the insured or the insured's estate will not relieve us of our obligations under this policy. Bankruptcy or insolvency of any company providing "controlling underlying insurance" will not reduce the "underlying limits" or increase our obligations under this policy. We will not be required to drop down or replace "controlling underlying insurance." 3. Cancellation a. The first Named Insured may cancel this policy at any time by providing us advanced written notice of the cancellation date. b. We may cancel this policy at any time by providing the first Named Insured written notice of cancellation: i. at least 10 days in advance if we cancel for non-payment of premium; or ii. at least 30 days in advance if we cancel for any other reason: Navigators Specialty Insurance Company Contains copyrighted material of the NAV-EXC-001 (04/10) Insurance Services Office, Inc. with its permission. Page 3 of 7 THIS PAGE INTENTIONALLY LEFT BLANK COMMERCIAL UMBRELLA LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT OF CONDITIONS OTHER INSURANCE PRIMARY AND NON-CONTRIBUTING This endorsement modifies insurance provided under the following. COMMERCIAL UMBRELLA LIABILITY COVERAGE PART SCHEDULE When required by written contract executed before the "loss." A. Section IV - Conditions, 9. Other Insurance is deleted and replaced by the following: 9. This insurance is excess over any other insurance available to the insured except: a. insurance that is purchased specifically to apply in excess of this policy; or b. insurance available to the person or organization shown in the Schedule of this endorsement as an additional insured on the "scheduled underlying insurance." B. When this insurance applies on a primary and non-contributing basis, the Limits of Insurance available for the additional insured will be the lesser of: 1. the amounts shown in item 3 of the Declarations of this policy; or 2. the amount of insurance you are required to provide the additional insured in the written contract or agreement. All other terms of the policy remain unchanged. Navigators Specialty Insurance Company NAV-UMB-348A (10/09) Contains copyrighted material of the Page 1 of 1 Insurance Services Office, Inc. with its permission. g THIS PAGE INTENTIONALLY LEFT BLANK PERFORMANCE AND PAYMENT BOND VARIABLE LANE USE CONTROL The City of Federal Way ("City") has awarded to Northeast Electric, LLC ("Principal"), a contract for the construction of the above referenced project, and said Principal is required to furnish a bond for performance of all obligations under the Contract and for payment in accord with Chapter 39.08 Revised Code of Washington (RCW) and (where applicable) Chapter 60.28 RCW. The Principal, and Merchants BortdingCompiriy (MUTUAL) ("Surety"), a corporation organized under the laws of the State of Iowa and licensed to do business in the State of Washington as surety and named in the current list of "Surety Companies Acceptable in Federal Bonds" as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Dept., are jointly and severally held and firmly bound to the City of Federal Way, in the sum of Four Hundred Forty -Four Thousand Nine Hundred* US Dollars ($ 444,961.00 } Total Contract Amount, subject to the provisions herein. *Sixty -One & 00/100ths This bond shall become null and void, if and when the Principal, its heirs, executors, administrators, successors, or assigns shall: 1) Well and faithfully perform all of the Principal's obligations under the Contract and fulfill all terms and conditions of all duly authorized modifications, additions, and changes to said Contract that may hereafter be made, at the time and in the manner therein specified; and if such performance obligations have not been fulfilled, this bond shall remain in force and effect; and 2) Pay all persons in accordance with Chapters 39.08, 39.12, and 60.28 RCW including all workers, laborers, mechanics, subcontractors, and materialmen, and all person who shall supply such contractor or subcontractor with provisions and supplies for the carrying on of such work, and all taxes incurred on said Contract under Titles 50 and 51 RCW and all taxes imposed on the Principal under Title 82 RCW; and if such payment obligations have not been fulfilled, this bond shall remain in full force and effect. The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the Contract, the specifications accompanying the Contract, or to the work to be performed under the Contract shall in any way affect its obligation on this bond, and waives notice of any change, extension of time, alteration or addition to the terms of the Contract or the work performed. The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond shall be signed by duly authorized officers and will only be accepted if accompanied by a fully executed, original power of attorney for the office executing on behalf of the surety. PRINCIPAL: Northeast Electric, LLC U .2-4 alo Prindpppall� Signature" Date Printed' ame Ii Title SURETY: Merchants Bonding Company (MUTUAL) Surety Signature Date Nicholas Fredrickson Printed Name Attorney -in -Fact ,.� �tpF►u•,++rr Title ■'a,{ (M(/r�. = O % t9 7G d ' O) _ ■ r S ❑'�� ��' fy4;JNI ■•......•H7 � sl Nd CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL FEBRUARY 2020 RFB-34 PROJECT #213 / RFB #20-002 CFW RFB VERSION 2019.06.11 LOCAL OFFICE/AGENT OF SURETY: Patrkcr, Smith & Feek, Inc. Name 2233 112th Avenue NE Street Address Bellevue. WA 98004 City, State, Zip 425-709-3600 Telephone BOND NO.: WAC 45547 APPROVED AS TO FORM: J. Ryan Call, City Attorney CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL FEBRUARY 2020 RFB-35 PROJECT #213 / RFB #20-002 CFW RFB VERSION 2019.06.11 The supplies, materials, and equipment purchased or leased from the Contractor or its affiliate, including any Contractor's resources available to DBE subcontractors at no cost, shall not be credited. DBE credit will not be given in instances where the equipment lease includes the operator. The DBE is expected to operate the equipment used in the performance of its work under the contract with its own forces. Situations where equipment is leased and used by the DBE, but payment is deducted from the Contractor's payment to the DBE is not allowed. When the subcontractor is part of a UDBE Commitment, the following apply: 1. If a UDBE subcontracts a portion of the Work of its contract to another firm, the value of the subcontracted Work may be counted toward the UDBE COA Goal only if the Lower -Tier Subcontractor is also a UDBE. 2. Work subcontracted to a Lower -Tier Subcontractor that is a DBE, but not a UDBE, may be counted as DBE race -neutral participation but not counted toward the UDBE COA Goal. 3. Work subcontracted to a non -DBE does not count towards the UDBE COA Goal nor DBE participation. DBE Subcontract and Lower Tier Subcontract Documents There must be a subcontract agreement that complies with 49 CFR Part 26 and fully describes the distinct elements of Work committed to be performed by the DBE. DBE Service Provider The value of fees or commissions charged by a DBE behaving in a manner of a Broker, or another service provider for providing a bona fide service, such as professional, technical, consultant, managerial services, or for providing bonds or insurance specifically required for the performance of the contract will only be credited as DBE participation, if the fee/commission is determined by the Contracting Agency to be reasonable and the firm has performed a CUF. Force Account Work When the Contractor elects to utilize force account Work to meet the UDBE COA Goal, as demonstrated by listing this force account Work on the UDBE Utilization Certification Form, for the purposes of meeting UDBE COA Goal, only 50% of the Proposal amount shall be credited toward the Contractors Commitment to meet the UDBE COA Goal. One hundred percent of the actual amounts paid to the DBE for the force account Work shall be credited towards UDBE COA Goal or DBE participation. Temporary Traffic Control If the DBE firm is being utilized in the capacity of only "Flagging", the DBE firm must provide a Traffic Control Supervisor (TCS) and flagger, which are under the direct control of the DBE. The DBE firm shall also provide all flagging equipment (e.g. paddles, hard hats, and vests). CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-36 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019.12 If the DBE firm is being utilized in the capacity of "Traffic Control Services", the DBE firm must provide a TCS, flaggers, and traffic control items (e.g., cones, barrels, signs, etc.) and be in total control of all items in implementing the traffic control for the project. Trucking DBE trucking firm participation may only be credited as DBE participation for the value of the hauling services, not for the materials being hauled unless the trucking firm is also certified as a supplier of those materials. In situations where the DBE's work is priced per ton, the value of the hauling service must be calculated separately from the value of the materials in order to determine DBE credit for hauling The DBE trucking firm must own and operate at least one licensed, insured and operational truck on the contract. The truck must be of the type that is necessary to perform the hauling duties required under the contract. The DBE receives credit for the value of the transportation services it provides on the Contract using trucks it owns or leases, licenses, insures, and operates with drivers it employs. The DBE may lease additional trucks from another DBE firm. The DBE who leases additional trucks from another DBE firm receives credit for the value of the transportation services the lessee DBE provides on the Contract. The trucking Work subcontracted to any non -DBE trucking firm will not receive credit for Work done on the project. The DBE may lease trucks from a non -DBE truck leasing company (recognized truck rental center), but can only receive credit towards DBE participation if the DBE uses its own employees as drivers. DBE Manufacturer and DBE Regular Dealer One hundred percent (100%) of the cost of the manufactured product obtained from a DBE manufacturer can count as DBE participation. If the DBE manufacturer is a UDBE, participation may count towards the UDBE COA Goal. Sixty percent (60%) of the cost of materials or supplies purchased from a DBE Regular Dealer may be credited as DBE Participation. If the role of the DBE Regular Dealer is determined to be that of a Broker, then DBE credit shall be limited to the fee or commission it receives for its services. Regular Dealer status and the amount of credit is determined on a Contract -by -Contract basis. If the DBE regular dealer is a UDBE, participation may count towards the UDBE COA Goal. DBE firms proposed to be used as a Regular Dealer must be approved before being listed as a COA/used on a project. The WSDOT Approved Regular Dealer list published on WSDOT's Office of Equal Opportunity (OEO) web site must include the specific project for which approval is being requested. For purposes of the UDBE COA Goal participation, the Regular Dealer must submit the Regular Dealer Status Request form a minimum of five calendar days prior to bid opening. CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-37 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019.12 Purchase of materials or supplies from a DBE which is neither a manufacturer nor a regular dealer, (i.e. Broker) only the fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or transportation charges for the delivery of materials or supplies required on a job site, can count as DBE participation provided the fees are not excessive as compared with fees customarily allowed for similar services. Documentation will be required to support the fee/commission charged by the DBE. The cost of the materials and supplies themselves cannot be counted toward as DBE participation. Note: Requests to be listed as a Regular Dealer will only be processed if the requesting firm is a material supplier certified by the Office of Minority and Women's Business Enterprises in a NAICS code that falls within the 42XXXX NAICS Wholesale code section. Underutilized Disadvantaged Business Enterprise Utilization The requirements of this section apply to projects with a UDBE COA Goal. To be eligible for award of the Contract, the Bidder shall properly complete and submit an Underutilized Disadvantaged Business Enterprise (UDBE) Utilization Certification with the Bidder's sealed Bid Proposal, as specified in Section 1-02.9 Delivery of Proposal. The Bidder's UDBE Utilization Certification must clearly demonstrate how the Bidder intends to meet the UDBE COA Goal. A UDBE Utilization Certification (WSDOT Form 272-056U) is included in the Proposal package for this purpose as well as instructions on how to properly fill out the form. The Bidder is advised that the items listed below when listed in the Utilization Certification must have their amounts reduced to the percentages shown and those reduced amounts will be the amount applied towards meeting the UDBE COA Goal. Force account at 50% Regular dealer at 60% In the event of arithmetic errors in completing the UDBE Utilization Certification, the amount listed to be applied towards the UDBE COA Goal for each UDBE shall govern and the UDBE total amount shall be adjusted accordingly. Note: The Contracting Agency shall consider as non -responsive and shall reject any Bid Proposal submitted that does not contain a UDBE Utilization Certification Form that accurately demonstrates how the Bidder intends to meet the UDBE COA Goal. Underutilized Disadvantaged Business Enterprise Written Confirmation Document(s) The requirements of this section apply to projects with a UDBE COA Goal. The Bidder shall submit an Underutilized Disadvantaged Business Enterprise (UDBE) Written Confirmation Document (completed and signed by the UDBE) for each UDBE firm listed in the Bidder's completed UDBE Utilization Certification submitted with the Bid. Failure to do so will result in the associated participation being disallowed, which may cause the Bid to be determined to be nonresponsive resulting in Bid rejection. CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-38 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019 12 The Confirmation Documents provide confirmation from the UDBEs that they are participating in the Contract as provided in the Contractor's Commitment. The Confirmation Documents must be consistent with the Utilization Certification. A UDBE Written Confirmation Document (form No. 422-031 U) is included in the Proposal package for this purpose. The form(s) shall be received as specified in the special provisions for Section 1-02.9 Delivery of Proposal. It is prohibited for the Bidder to require a UDBE to submit a Written Confirmation Document with any part of the form left blank. Should the Contracting Agency determine that an incomplete Written Confirmation Document was signed by a UDBE, the validity of the document comes into question. The associated UDBE participation may not receive credit. Selection of Successful Bidder/Good Faith Efforts (GFE) The requirements of this section apply to projects with a UDBE COA Goal. The successful Bidder shall be selected on the basis of having submitted the lowest responsive Bid, which demonstrates a good faith effort to achieve the UDBE COA Goal. The Contracting Agency, at any time during the selection process, may request a breakdown of the bid items and amounts that are counted towards the overall contract goal for any of the UDBEs listed on the UDBE Utilization Certification. Achieving the UDBE COA Goal may be accomplished in one of two ways: By meeting the UDBE COA Goal. Submission of the UDBE Utilization Certification, supporting UDBE Written Confirmation Document(s) showing the Bidder has obtained enough UDBE participation to meet or exceed the UDBE COA Goal, the UDBE Bid Item Breakdown and the UDBE Trucking Credit Form, if applicable. 2. By documentation that the Bidder made adequate GFE to meet the UDBE COA Goal The Bidder may demonstrate a GFE in whole or part through GFE documentation ONLY IN THE EVENT a Bidder's efforts to solicit sufficient UDBE participation have been unsuccessful. The Bidder must supply GFE documentation in addition to the UDBE Utilization Certification, supporting UDBE Written Confirmation Document(s), the UDBE Bid Item Breakdown form and the UDBE Trucking Credit Form, if applicable. Note: In the case where a Bidder is awarded the contract based on demonstrating adequate GFE, the advertised UDBE COA Goal will not be reduced. The Bidder shall demonstrate a GFE during the life of the Contract to attain the advertised UDBE COA Goal. GFE documentation, the UDBE Bid Item Breakdown form, and the UDBE Trucking Credit Form, if applicable, shall be submitted as specified in Section 1-02.9. The Contracting Agency will review the GFE documentation and will determine if the Bidder made an adequate good faith effort. CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-39 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019.12 Good Faith Effort (GFE) Documentation GFE is evaluated when: Determining award of a Contract that has COA goal, 2. When a COA UDBE is terminated and substitution is required, and 3. Prior to Physical Completion when determining whether the Contractor has satisfied its UDBE commitments. 49 CFR Part 26, Appendix A is intended as general guidance and does not, in itself, demonstrate adequate good faith efforts. The following is a list of types of actions, which would be considered as part of the Bidder's GFE to achieve UDBE participation. It is not intended to be a mandatory checklist, nor is it intended to be exclusive or exhaustive. Other factors or types of efforts may be relevant in appropriate cases. Soliciting through all reasonable and available means (e.g. attendance at pre -bid meetings, advertising and/or written notices) the interest of all certified UDBEs who have the capability to perform the Work of the Contract. The Bidder must solicit this interest within sufficient time to allow the UDBEs to respond to the solicitation. The Bidder must determine with certainty if the UDBEs are interested by taking appropriate steps to follow up initial solicitations. 2. Selecting portions of the Work to be performed by UDBEs in order to increase the likelihood that the UDBE COA Goal will be achieved. This includes, where appropriate, breaking out contract Work items into economically feasible units to facilitate UDBE participation, even when the Bidder might otherwise prefer to perform these Work items with its own forces. 3. Providing interested UDBEs with adequate information about the Plans, Specifications, and requirements of the Contract in a timely manner to assist them in responding to a solicitation. a. Negotiating in good faith with interested UDBEs. It is the Bidder's responsibility to make a portion of the Work available to UDBE subcontractors and suppliers and to select those portions of the Work or material needs consistent with the available UDBE subcontractors and suppliers, so as to facilitate UDBE participation. Evidence of such negotiation includes the names, addresses, and telephone numbers of UDBEs that were considered; a description of the information provided regarding the Plans and Specifications for the Work selected for subcontracting; and evidence as to why additional agreements could not be reached for UDBEs to perform the Work. A Bidder using good business judgment would consider a number of factors in negotiating with subcontractors, including DBE subcontractors, and would take a firm's price and capabilities as well as the UDBE COA Goal into consideration. However, the fact that there may be some additional costs involved in finding and using UDBEs is not in itself sufficient reason for a Bidder's failure to meet the UDBE COA Goal, as CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-40 PROJECT #213 I RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019 12 long as such costs are reasonable. Also, the ability or desire of a Bidder to perform the Work of a Contract with its own organization does not relieve the Bidder of the responsibility to make Good Faith Efforts. Bidders are not, however, required to accept higher quotes from UDBEs if the price difference is excessive or unreasonable. 4. Not rejecting UDBEs as being unqualified without sound reasons based on a thorough investigation of their capabilities. The Bidder's standing within its industry, membership in specific groups, organizations, or associations and political or social affiliations (for example union vs. non -union employee status) are not legitimate causes for the rejection or non -solicitation of bids in the Bidder's efforts to meet the UDBE COA Goal. 5. Making efforts to assist interested UDBEs in obtaining bonding, lines of credit, or insurance as required by the recipient or Bidder. 6. Making efforts to assist interested UDBEs in obtaining necessary equipment, supplies, materials, or related assistance or services. 7. Effectively using the services of available minority/women community organizations; minority/women contractors' groups; local, State, and Federal minority/women business assistance offices; and other organizations as allowed on a case -by -case basis to provide assistance in the recruitment and placement of UDBEs. 8. Documentation of GFE must include copies of each UDBE and non -DBE subcontractor quotes submitted to the Bidder when a non -DBE subcontractor is selected over a UDBE for Work on the Contract. (ref. updated DBE regulations — 26.53(b)(2)(vi) & App. A) Administrative Reconsideration of GFE Documentation A Bidder has the right to request reconsideration if the GFE documentation submitted with their Bid was determined to be inadequate. The Bidder must request within 48 hours of notification of being nonresponsive or forfeit the right to reconsideration. • The reconsideration decision on the adequacy of the Bidder's GFE documentation shall be made by an official who did not take part in the original determination. • Only original GFE documentation submitted as a supplement to the Bid shall be considered. The Bidder shall not introduce new documentation at the reconsideration hearing. • The Bidder shall have the opportunity to meet in person with the official for the purpose of setting forth the Bidder's position as to why the GFE documentation demonstrates a sufficient effort. CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-41 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019 12 The reconsideration official shall provide the Bidder with a written decision on reconsideration within five working days of the hearing explaining the basis for their finding. UDBE Bid Item Breakdown The Bidder shall submit a UDBE Bid Item Breakdown Form (WSDOT Form 272-054) as specified in the Special provisions for Section 1-02.9, Delivery of Proposal. UDBE Trucking Credit Form The Bidder shall submit a UDBE Trucking Credit Form (WSDOT Form 272-058), as specified in the Special Provisions for Section 1-02.9, Delivery of Proposal. Note: The UDBE Trucking Credit Form is only required for a UDBE Firm listed on the UDBE Utilization Certification as a subcontractor for "Trucking" or "Hauling" and .are performing a part of a bid item. For example, if the item of Work is Structure Excavation including Haul, and another firm is doing the excavation and the UDBE Trucking firm is doing the haul, the form is required. For a UDBE subcontractor that is responsible for an entire item of work that may require some use of trucks, the form is not required. Procedures between Award and Execution After Award and prior to Execution, the Contractor shall provide the additional information described below. Failure to comply shall result in the forfeiture of the Bidder's Proposal bond or deposit. 1. A list of all firms who submitted a bid or quote in attempt to participate in this project whether they were successful or not. Include the business name and mailing address. Note: The firms identified by the Contractor may be contacted by the Contracting Agency to solicit general information as follows: age of the firm and average of its gross annual receipts over the past three -years. Procedures after Execution Commercially Useful Function (CUF) The Contractor may only take credit for the payments made for Work performed by a DBE that is determined to be performing a CUF. Payment must be commensurate with the work actually performed by the DBE. This applies to all DBEs performing Work on a project, whether or not the DBEs are COA, if the Contractor wants to receive credit for their participation. The Engineer will conduct CUF reviews to ascertain whether DBEs are performing a CUF. A DBE performs a CUF when it is carrying out its responsibilities of its contract by actually performing, managing, and supervising the Work involved. The DBE must be responsible for negotiating price; determining quality and quantity; ordering the material, installing (where applicable); and paying for the material itself. If a DBE does not perform "all" of these functions on a furnish -and -install contract, it has not performed a CUF and the cost of materials cannot be counted toward UDBE COA Goal. Leasing of equipment from a leasing company is allowed. However, leasing/purchasing equipment from the Contractor is not allowed. Lease agreements shall be provided prior to the Subcontractor CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-42 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019 12 beginning Work. Any use of the Contractor's equipment by a DBE may not be credited as countable participation. The DBE does not perform a CUF if its role is limited to that of an extra participant in a transaction, contract, or project through which the funds are passed in order to obtain the appearance of DBE participation. In order for a DBE traffic control company to be considered to be performing a CUF, the DBE must be in control of its work inclusive of supervision. The DBE shall employ a Traffic Control Supervisor who is directly involved in the management and supervision of the traffic control employees and services. The following are some of the factors that the Engineer will use in determining whether a DBE trucking company is performing a CUF: • The DBE shall be responsible for the management and supervision of the entire trucking operation for which it is responsible on the contract. The owner demonstrates business related knowledge, shows up on site and is determined to be actively running the business. • The DBE shall own and operate at least one fully licensed, insured, and operational truck used on the Contract. The drivers of the trucks owned and leased by the DBE must be exclusively employed by the DBE and reflected on the DBE's payroll. • Lease agreements for trucks shall indicate that the DBE has exclusive use of and control over the truck(s). This does not preclude the leased truck from working for others provided it is with the consent of the DBE and the lease provides the DBE absolute priority for use of the leased truck. • Leased trucks shall display the name and identification number of the DBE. UDBE/DBE/FSBE Truck Unit Listing Log In addition to the subcontracting requirements of Section 1-08.1, each DBE trucking firm shall submit supplemental information consisting of a completed Primary UDBE/DBE/FSBE Truck Unit Listing Log (WSDOT Form 350-077) and all Rental/Lease agreements (if applicable). The supplemental information shall be submitted in an electronic format to the Engineer prior to any trucking services being performed for DBE credit. Incomplete or incorrect supplemental information will be returned for correction. The corrected Primary UDBE/DBE/FSBE Truck Unit Listing Log and any Updated Primary UDBE/DBE/FSBE Truck Unit Listing Logs shall be submitted and accepted by the Engineer no later than ten calendar days of utilizing applicable trucks. Failure to submit or update the DBE Truck Unit Listing Log may result in trucks not being credited as DBE participation. Each DBE trucking firm shall complete a Daily UDBE/DBE/FSBE Truck Unit Listing Log for each day that the DBE performs trucking services for DBE credit. CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-43 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019.12 The Daily UDBE/DBE/FSBE Truck Unit Listing Log forms shall be submitted by Friday of the week after the Work was performed by email to the following email address for the region administering the Contract: Eastern Region — ERegionOEO@wsdot.wa.gov North Central Region — NCRegionOEO@wsdot.wa.gov Northwest Region — NWRegionOEO@wsdot.wa.gov Olympic Region — ORegionOEO@wsdot.wa.gov South Central Region — SCRegionOEO@wsdot.wa.gov Southwest Region — SWRegionOEO@wsdot.wa.gov Washington State Ferries — FerriesOEO@wsdot.wa.gov Joint Checking A joint check is a check between a Subcontractor and the Contractor to the supplier of materials/supplies. The check is issued by the Contractor as payer to the Subcontractor and the material supplier jointly for items to be incorporated into the project. The DBE must release the check to the supplier, while the Contractor acts solely as the guarantor. A joint check agreement must be approved by the Engineer and requested by the DBE involved using the DBE Joint Check Request Form (form # 272-053) prior to its use. The form must accompany the DBE Joint Check Agreement between the parties involved, including the conditions of the arrangement and expected use of the joint checks. The approval to use joint checks and the use will be closely monitored by the Engineer. To receive DBE credit for performing a CUF with respect to obtaining materials and supplies, a DBE must "be responsible for negotiating price, determining quality and quantity, ordering the material, installing and paying for the material itself." The Contractor shall submit DBE Joint Check Request Form for the Engineer approval prior to using a joint check. Material costs paid by the Contractor directly to the material supplier are not allowed. If proper procedures are not followed or the Engineer determines that the arrangement results in lack of independence for the DBE involved, no DBE credit will be given for the DBE's participation as it relates to the material cost. Prompt Payment Prompt payment to all subcontractors shall be in accordance with Section 1-08.1. Prompt payment requirements apply to progress payments as well as return of retainage. Subcontracts Prior to a DBE performing Work on the Contract, an executed subcontract between the DBE and the Contractor shall be submitted to the Engineer. The executed subcontracts shall be submitted by email to the following email address for the region administering the Contract: Eastern Region — ERegionOEO@wsdot.wa.gov North Central Region — NCRegionOEO@wsdot.wa.gov Northwest Region — NWRegionOEO@wsdot.wa.gov CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-44 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019 12 Olympic Region — ORegionOEO@wsdot.wa.gov South Central Region — SCRegionOEO@wsdot.wa.gov Southwest Region — SWRegionOEO@wsdot.wa.gov Washington State Ferries — FerriesOEO@wsdot.wa.gov Reporting The Contractor and all subcontractors/suppliers/service providers that utilize DBEs to perform work on the project, shall maintain appropriate records that will enable the Engineer to verify DBE participation throughout the life of the project. Refer to Section 1-08.1 for additional reporting requirements associated with this contract. Changes in COA Work Committed to UDBE The Contractor shall utilize the COA UDBEs to perform the work and supply the materials for which each is committed unless approved by the Engineer. The Contractor shall not be entitled to any payment for work or material completed by the Contractor or subcontractors that was committed to be completed by the COA UDBEs. Owner Initiated Changes Where the Engineer makes changes that result in changes to Work that was committed to a COA UDBE. The Contractor may be directed to substitute for the Work in such instances. Contractor Initiated Changes The Contractor cannot reduce the amount of work committed to a COA UDBE without good cause. Reducing UDBE Commitment is viewed as partial UDBE termination, and therefore subject to the termination procedures below. Original Quantity Underruns In the event that Work committed to a UDBE firm as part of the COA underruns the original planned quantities the Contractor may be required to substitute other remaining Work to another UDBE. Contractor Proposed DBE Substitutions Requests to substitute a COA UDBE must be for good cause (see UDBE termination process below), and requires prior written approval of the Engineer. After receiving a termination with good cause approval, the Contractor may only replace a UDBE with another certified UDBE. When any changes between Contract Award and Execution result in a substitution of COA UDBE, the substitute UDBE shall be certified prior to the bid opening on the Contract. UDBE Termination Termination of a COA UDBE (or an approved substitute UDBE) is only allowed in whole or in part with prior written approval of the Engineer. If the Contractor terminates a COA UDBE without the written approval of the Engineer, the Contractor shall not be entitled to credit towards the UDBE COA Goal for any payment for work or material performed/supplied by the COA UDBE. In addition, sanctions may apply as described elsewhere in this specification. The Contractor must have good cause to terminate a COA UDBE. CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-45 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019 12 Good cause typically includes situations where the UDBE Subcontractor is unable or unwilling to perform the work of its subcontract. Good cause may exist if: The UDBE fails or refuses to execute a written contract. • The UDBE fails or refuses to perform the Work of its subcontract in a way consistent with normal industry standards. The UDBE fails or refuses to meet the Contractor's reasonable nondiscriminatory bond requirements. • The UDBE becomes bankrupt, insolvent, or exhibits credit unworthiness. The UDBE is ineligible to work on public works projects because of suspension and debarment proceedings pursuant to federal law or applicable State law. • The UDBE voluntarily withdraws from the project, and provides written notice of its withdrawal. The UDBE's work is deemed unsatisfactory by the Engineer and not in compliance with the Contract. • The UDBE's owner dies or becomes disabled with the result that the UDBE is unable to complete its Work on the Contract. Good cause does not exist if: • The Contractor seeks to terminate a COA UDBE so that the Contractor can self -perform the Work. • The Contractor seeks to terminate a COA UDBE so the Contractor can substitute another DBE contractor or non -DBE contractor after Contract Award. • The failure or refusal of the COA UDBE to perform its Work on the subcontract results from the bad faith or discriminatory action of the Contractor (e.g., the failure of the Contractor to make timely payments or the unnecessary placing of obstacles in the path of the UDBE's Work). Prior to requesting termination, the Contractor shall give notice in writing to the UDBE with a copy to the Engineer of its intent to request to terminate UDBE Work and the reasons for doing so. The UDBE shall have five (5) days to respond to the Contractor's notice. The UDBE's response shall either support the termination or advise the Engineer and the Contractor of the reasons it objects to the termination of its subcontract. When a COA UDBE is terminated, or fails to complete its work on the Contract for any reason, the Contractor shall substitute with another UDBE or provide CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-46 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019 12 documentation of GFE. A plan to achieve the COA UDBE Commitment shall be submitted to the Engineer within 2 days of the approval of termination or the Contract shall be suspended until such time the substitution plan is submitted. Decertification When a DBE is "decertified" from the DBE program during the course of the Contract, the participation of that DBE shall continue to count as DBE participation as long as the subcontract with the DBE was executed prior to the decertification notice. The Contractor is obligated to substitute when a DBE does not have an executed subcontract agreement at the time of decertification. Consequences of Non -Compliance Breach of Contract Each contract with a Contractor (and each subcontract the Contractor signs with a Subcontractor) must include the following assurance clause: The Contractor, subrecipient, or Subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT -assisted contracts. Failure by the Contractor to carry out these requirements is a material breach of this Contract, which may result in the termination of this Contract or such other remedy as the recipient deems appropriate, which may include, but is not limited to: (1) Withholding monthly progress payments; (2) Assessing sanctions; (3) Liquidated damages; and/or (4) Disqualifying the Contractor from future bidding as non -responsible - Notice If the Contractor or any Subcontractor, Consultant, Regular Dealer, or service provider is deemed to be in non-compliance, the Contractor will be informed in writing, by certified mail by the Engineer that sanctions will be imposed for failure to meet the UDBE COA Commitment and/or submit documentation of good faith efforts. The notice will state the specific sanctions to be imposed which may include impacting a Contractor or other entity's ability to participate in future contracts. Sanctions If it is determined that the Contractor's failure to meet all or part of the UDBE COA Commitment is due to the Contractor's inadequate good faith efforts throughout the life of the Contract, including failure to submit timely, required Good Faith Efforts information and documentation, the Contractor may be required to pay DBE penalty equal to the amount of the unmet Commitment, in addition to the sanctions outlined in Section 1- 07.11(5). CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-47 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019 12 Payment Compensation for all costs involved with complying with the conditions of this Specification and any other associated DBE requirements is included in payment for the associated Contract items of Work, except otherwise provided in the Specifications (April 3, 2017) Special Training Provisions General Requirements The Contractor's equal employment opportunity, affirmative action program shall include the requirements set forth below. The Contractor shall provide on-the-job training aimed at developing trainees to journeyman status in the trades involved. The number of training hours shall be 400 Hours. Trainees shall not be assigned less than 400 hours. The Contractor may elect to accomplish training as part of the work of a subcontractor, however, the Prime Contractor shall retain the responsibility for complying with these Special Provisions. The Contractor shall also ensure that this training provision is made applicable to any subcontract that includes training. Trainee Approval The Federal government requires Contracting Agencies to include these training provisions as a condition attached to the receipt of Federal highway funding. The Federal government has determined that the training and promotion of members of certain minority groups and women is a primary objective of this training provision. The Contractor shall make every effort to enroll minority groups and women trainees to the extent such persons are available within a reasonable recruitment area. This training provision is not intended and shall not be used to discriminate against any applicant for training, whether that person is a minority, woman or otherwise. A non - minority male trainee or apprentice may be approved provided the following requirements are met: The Contractor is otherwise in compliance with the contract's Equal Employment Opportunity and On -the -Job Training requirements and provides documentation of the efforts taken to fill the specific training position with either minorities or females 2. or, if not otherwise in compliance, furnishes evidence of his/her systematic and direct recruitment efforts in regard to the position in question and in promoting the enrollment and/or employment of minorities and females in the craft which the proposed trainee is to be trained CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-48 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019.12 and the Contractor has made a good faith effort towards recruiting of minorities and women. As a minimum this good faith effort shall consist of the following: • Distribution of written notices of available employment opportunities with the Contractor and enrollment opportunities with its unions. Distribution should include but not be limited to; minority and female recruitment sources and minority and female community organizations; • Records documenting the Contractor's efforts and the outcome of those efforts, to employ minority and female applicants and/or refer them to unions; • Records reflecting the Contractor's efforts in participating in developing minority and female on-the-job training opportunities, including upgrading programs and apprenticeship opportunities; • Distribution of written notices to unions and training programs disseminating the Contractor's EEO policy and requesting cooperation in achieving EEO and OJT obligations. No employee shall be employed as a trainee in any classification in which the employee has successfully completed a training course leading to journeyman status or in which the employee has been employed as a journeyman. The Contractor's records shall document the methods for determining the trainee's status and findings in each case. When feasible, 25 percent of apprentices or trainees in each occupation shall be in their first year of apprenticeship or training. For the purpose of this specification, acceptable training programs are those employing trainees/apprentices registered with the following: Washington State Department of Labor & Industries — State Apprenticeship Training Council (SATC) approved apprenticeship agreement: a. CITY OF FEDERAL WAY JANUARY 2020 Pursuant to RCW 49.04.060, an apprenticeship agreement shall be; an individual written agreement between an employer and apprentice VARIABLE LANE USE CONTROL SP-49 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019.12 ii. a written agreement between (an employer or an association of employers) and an organization of employees describing conditions of employment for apprentices iii. a written statement describing conditions of employment for apprentices in a plant where there is no bona fide employee organization. All such agreements shall conform to the basic standards and other provisions of RCW Chapter 49. 2. Apprentices must be registered with U.S. Department of Labor — Apprenticeship Training, Employer, and Labor Services (ATELS) approved program. Or 3. Trainees participating in a non-ATELS/SATC program, which has been approved by the contracting agency for the specific project. 4. For assistance in locating trainee candidates, the Contractor may call WSDOT's OJT Support Services Technical Advisor at (360) 704-6314. Obligation to Provide Information Upon starting a new trainee, the Contractor shall furnish the trainee a copy of the approved program the Contractor will follow in providing the training. Upon completion of the training, the Contractor shall provide the Contracting Agency with a certification showing the type and length of training satisfactorily completed by each trainee. Training Program Approval The Training Program shall meet the following requirements: . 1. The Training Program (DOT Form 272-049) must be submitted to the Engineer for approval prior to commencing contract work and shall be resubmitted when modifications to the program occur. CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-50 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER, 2019.12 2. The minimum length and type of training for each classification will be as established in the training program as approved by the Contracting Agency. 3. The Training Program shall contain the trades proposed for training, the number of trainees, the hours assigned to the trade and the estimated beginning work date for each trainee. 4. Unless otherwise specified, Training Programs will be approved if the proposed number of training hours equals the training hours required by contract and the trainees are not assigned less than 400 hours each. 5. After approval of the training program, information concerning each individual trainee and good faith effort documentation shall be submitted on (DOT Form 272-050.) 6. In King County, laborer trainees or apprentices will not be approved on contracts containing less than 2000 training hours as specified in this Section. In King County, no more than twenty percent (20%) of hours proposed for trainees or apprentices shall be in the laborer classification when the contract contains 2000 or more hours of training as specified in this Section. Trainees shall not be assigned less than 400 hours. 7. Flagging programs will not be approved. Other programs that include flagging training will only be approved if the flagging portion is limited to an orientation of not more than 20 hours. 8. It is the intention of these provisions that training is to be provided in the construction crafts rather than clerk -typists or secretarial -type positions. Training is permissible in lower level management positions such as office engineers, estimators, timekeepers, etc., where the training is oriented toward construction applications. Some off -site training is permissible as long as the training is an integral part of an approved training program. 9. It is normally expected that a trainee will begin training on the project as soon as feasible after start of work, utilizing the skill involved and remain on the project as long as training opportunities exist in the work classification or upon completion of the training program. It is not required that all trainees be on board for the entire length of the contract. The number trained shall be CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-51 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019.12 determined on the basis of the total number enrolled on the contract for a significant period. 10. Wage Progressions: Trainees will be paid at least the applicable ratios or wage progressions shown in the apprenticeship standards published by the Washington State Department of Labor and Industries. In the event that no training program has been established by the Department of Labor and Industries, the trainee shall be paid in accordance with the provisions of RCW 39.12.021 which reads as follows: Apprentice workmen employed upon public works projects for whom an apprenticeship agreement has been registered and approved with the State Apprenticeship Council pursuant to RCW 49.04, must be paid at least the prevailing hourly rate for an apprentice of that trade. Any workman for whom an apprenticeship agreement has not been registered and approved by the State Apprenticeship Council shall be considered to be a fully qualified journeyman, and, therefore, shall be paid at the prevailing hourly rate for journeymen. Compliance In the event that the Contractor is unable to accomplish the required training hours but can demonstrate a good faith effort to meet the requirements as specified, then the Contracting Agency will adjust the training goals accordingly. Requirements for Non ATELS/SATC Approved Training Programs Contractors who are not affiliated with a program approved by ATELS or SATC may have their training program approved provided that the program is submitted for approval on DOT Form 272-049, and the following standards are addressed and incorporated in the Contractor's program: • The program establishes minimum qualifications for persons entering the training program. • The program shall outline the work processes in which the trainee will receive supervised work experience and training on-the-job and the allocation of the approximate time to be spent in each major process. The program shall include the method for recording and reporting the training completed shall be stated. CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-52 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019.12 ■ The program shall include a numeric ratio of trainees to journeymen consistent with proper supervision, training, safety, and continuity of employment. The ratio language shall be specific and clear as to application in terms of job site and workforce during normal operations (normally considered to fall between 1:10 and 1:4). • The terms of training shall be stated in hours. The number of hours required for completion to journeyman status shall be comparable to the apprenticeship hours established for that craft by the SATC. The following are examples of programs that are currently approved: CRAFT HOURS Laborer 4,000 Ironworker 6,000 Carpenter 5, 200-8, 000 Construction Electrician 8,000 Operating Engineer 6,000-8,000 Cement Mason 5,400 Teamster 2,100 • The method to be used for recording and reporting the training completed shall be stated. Measurement The Contractor may request that the total number of "training" hours for the contract be increased subject to approval by the Contracting Agency. This reimbursement will be made even though the Contractor receives additional training program funds from other sources, provided such other sources do not prohibit other reimbursement. Reimbursement to the Contractor for off -site training as indicated previously may only be made when the Contractor does one or more of the following and the trainees are concurrently employed on a Federal -aid project: • contributes to the cost of the training, • provides the instruction to the trainee, • pays the trainee's wages during the off- site training period. Reimbursement will be made upon receipt of a certified invoice that shows the related payroll number, the name of trainee, total hours trained under the program, previously paid hours under the contract, hours due this estimate, and dollar amount due this estimate. The certified invoice shall show a statement indicating the Contractor's effort to enroll minorities and women when a new enrollment occurs. If a trainee is participating in a SATC/ATELS approved apprenticeship program, a copy of the certificate showing apprenticeship registration must accompany the first invoice on CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-53 PROJECT #213 I RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019,12 which the individual appears. Reimbursement for training occurring prior to approval of the training program will be allowed if the Contractor verbally notifies the Engineer of this occurrence at the time the apprentice/trainee commences work. A trainee/apprentice, regardless of craft, must have worked on the contract for at least 20 hours to be eligible for reimbursement. Payment The Contractor will be reimbursed under the item "Training" per hour for each hour of training for each employee. 1-07.12 Federal Agency Inspection (January 25, 2016 WSDOT GSP) Section 1-07.12 is supplemented with the following: Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) Revised May 1, 2012 and the amendments thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this Contract; provided, however, that if any of the provisions of FHWA 1273, as amended, are less restrictive than Washington State Law, then the Washington State Law shall prevail. The provisions of FHWA 1273, as amended, included in this Contract require that the Contractor insert the FHWA 1273 and amendments thereto in each Subcontract, together with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be included in each Subcontract requiring the Subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier Subcontracts, together with the wage rates. The Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each Subcontract for Subcontractors and lower tier Subcontractors. For this purpose, upon request to the Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special Provision. 1-07.13 Contractor's Resaonsibility for Work 1-07.13(4) Repair of Damage (August 6, 2001 WSDOT GSP) Section 1-07.13(4) is revised to read: The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. For damage qualifying for relief under Sections 1-07.13(1), 1-07.13(2) or 1-07.13(3), payment will be made in accordance with Section 1-04.4. Payment will be limited to repair of damaged work only. No payment will be made for delay or disruption of work. 1-07.16 Protection and Restoration of Property 1-07.16(2) Vegetation Protection and Restoration (August 2, 2010 WSDOT GSP) Section 1-07.16(2) is supplemented with the following: Vegetation and soil protection zones for trees shall extend out from the trunk to a distance of 1 foot radius for each inch of trunk diameter at breast height. CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-54 PROJECT #213 I RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019,12 Vegetation and soil protection zones for shrubs shall extend out from the stems at ground level to twice the radius of the shrub. Vegetation and soil protection zones for herbaceous vegetation shall extend to encompass the diameter of the plant as measured from the outer edge of the plant. 1-07.17 Utilities and Similar Facilities (April 2, 2007 WSDOT GSP, OPTION 1) Section 1-07.17 is supplemented with the following: Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience. UTILITY CONTACTS Puget Sound Energy Attn: Jason Airey 3130 S 38th St Tacoma, WA 98409 Telephone: (206) 348-9637 Century Link Attn: Tanaiya Anderson 23315 66th Ave S Kent, WA 98032 Telephone: (253) 313-8961 Lakehaven Water & Sewer District Comcast Attn: Wes Hill Attn: Aaron Cantrell 31627 1st Avenue S 4020 Auburn Way North Federal Way, WA 98003 Auburn, WA 98002 Telephone: (253)946-5440 Telephone: (253) 864-4281 King County Traffic Operations Attn: Mark Parrett 155 Monroe Ave NE Renton, WA 98056 Telephone: (206) 296-8153 Zayo Attn: Scott Morrison 22651 83rd Ave S Kent, WA 98032 Telephone: (206) 832-4862 ADDITIONAL CONTACTS King County METRO Transit 81270 6th Ave S, Bldg 2 Seattle, WA 98134 Telephone: (206) 684-2785 AT&T Attn: Daniel McGeough 11241 Willows Rd NE, #130 Redmond, WA 98052 Telephone: (425) 896-9830 City of FIN IT Dept (City Fiber) Attn: Thomas Fichtner 33325 8th Ave S Federal Way, WA 98003 Telephone: (253) 835-2547 South King Fire & Rescue 31617 1 st Ave S Federal Way, WA 98003 Telephone: (253) 946-7253 City of Federal Way Police Federal Way School District CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-55 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019 12 33325 8th Ave S Attn: Transportation Department Federal Way, WA 98003 1211 S. 332nd St Telephone: (253) 835-6701 Federal Way, WA 98003 (for officer traffic control scheduling) Telephone: (253) 945-5960 Telephone: (253) 835-6767 (for traffic / road closure issues) 1-07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following: 1-07.18 Insurance (January 4, 2016 APWA GSP) 1-07.18(1) General Requirements A. The Contractor shall procure and maintain the insurance described in all subsections of section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best rating of not less than A-: VII and licensed to do business in the State of Washington. The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer's financial condition. B. The Contractor shall keep this insurance in force without interruption from the commencement of the Contractor's Work through the term of the Contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated below. C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims - made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Completion Date or earlier termination of this Contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ("tail") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The Contractor's Automobile Liability, Commercial General Liability and Excess or Umbrella Liability insurance policies shall be primary and non-contributory insurance as respects the Contracting Agency's insurance, self-insurance, or self -insured pool coverage. Any insurance, self-insurance, or self -insured pool coverage maintained by the Contracting Agency shall be excess of the Contractor's insurance and shall not contribute with it. E. The Contractor shall provide the Contracting Agency and all additional insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. F. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency G_ Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days' notice to the Contractor to correct the breach, immediately CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-56 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019.12 terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. H. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the Contract and no additional payment will be made. 1-07.18(2) Additional Insured All insurance policies, with the exception of Workers Compensation, and of Professional Liability and Builder's Risk (if required by this Contract) shall name the following listed entities as additional insured(s) using the forms or endorsements required herein: w The Contracting Agency and its officers, elected officials, employees, agents, and volunteers. The consultant that completed the preparation of the engineering design and project plans, and its officers, employees, agents, and subconsultants. • Consultants hired by the Contracting Agency for design, construction support, or materials testing. The above -listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4) describes limits lower than those maintained by the Contractor. For Commercial General Liability insurance coverage, the required additional insured endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. 1-07.18(3) Subcontractors The Contractor shall cause each Subcontractor of every tier to provide insurance coverage that complies with all applicable requirements of the Contractor -provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by Subcontractors. The Contractor shall ensure that all Subcontractors of every tier add all entities listed in 1-07.18(2) as additional insureds, and provide proof of such on the policies as required by that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency evidence of insurance and copies of the additional insured endorsements of each Subcontractor of every tier as required in 1-07.18(4) Verification of Coverage. 1-07.18(4) Verification of Coverage The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work_ Failure of Contracting Agency to demand such verification of coverage with these insurance requirements or failure of Contracting Agency to identify a deficiency from the insurance documentation CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-57 PROJECT #213 I RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019 12 provided shall not be construed as a waiver of Contractor's obligation to maintain such insurance. Verification of coverage shall include: An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07.18(2) as additional insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. 3. Any other amendatory endorsements to show the coverage required herein. 4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these requirements — actual endorsements must be submitted. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is required on this Project, a full and certified copy of that policy is required when the Contractor delivers the signed Contract for the work. 1-07.18(5) Coverages and Limits_ The insurance shall provide the minimum coverages and limits set forth below. Contractor's maintenance of insurance, its scope of coverage, and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the Contracting Agency's recourse to any remedy available at law or in equity. All deductibles and self -insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible or self -insured retention shall be the responsibility of the Contractor. In the event an additional insured incurs a liability subject to any policy's deductibles or self -insured retention, said deductibles or self -insured retention shall be the responsibility of the Contractor. 1-07.18(5)A Commercial General Liability Commercial General Liability insurance shall be written on coverage forms at least as broad as ISO occurrence form CG 00 01, including but not limited to liability arising from premises, operations, stop gap liability, independent contractors, products -completed operations, personal and advertising injury, and liability assumed under an insured contract. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement. Contractor shall maintain Commercial General Liability Insurance arising out of the Contractor's completed operations for at least three years following Substantial Completion of the Work. Such policy must provide the following minimum limits: CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-58 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019 12 $1,000,000 Each Occurrence $2,000,000 General Aggregate $2,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury each offense $1,000,000 Stop Gap / Employers' Liability each Accident 1-07.18(5)B Automobile Liability Automobile Liability shall cover owned, non -owned, hired, and leased vehicles; and shall be written on a coverage form at least as broad as ISO form CA 00 01. If the work involves the transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99 48 endorsements. Such policy must provide the following minimum limit: $1,000,000 Combined single limit each accident 1-07.18(5)C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 1-07.18(5)D Excess or Umbrella Liability (January 4, 2016 APWA GSP) The Contractor shall provide Excess or Umbrella Liability insurance with limits of not less than $3,000,000 each occurrence and annual aggregate. This excess or umbrella liability coverage shall be excess over and as least as broad in coverage as the Contractor's Commercial General and Auto Liability insurance. All entities listed under 1-07.18(2) of these Special Provisions shall be named as additional insureds on the Contractor's Excess or Umbrella Liability insurance policy. This requirement may be satisfied instead through the Contractor's primary Commercial General and Automobile Liability coverages, or any combination thereof that achieves the overall required limits of insurance. 1-07.18 5 J Pollution Liability (January 4, 2016 APWA GSP) The Contractor shall provide a Contractors Pollution Liability policy, providing coverage for claims involving bodily injury, property damage (including loss of use of tangible property that has not been physically injured), cleanup costs, remediation, disposal or other handling of pollutants, including costs and expenses incurred in the investigation, defense, or settlement of claims, arising out of any one or more of the following: 1. Contractor's operations related to this project. 2. Remediation, abatement, repair, maintenance or other work with lead -based paint or materials containing asbestos. 3. Transportation of hazardous materials away from any site related to this project. All entities listed under 1-07.18(2) of these Special Provisions shall be named by endorsement as additional insureds on the Contractors Pollution Liability insurance policy. Such Pollution Liability policy shall provide the following minimum limits: $1,000,000 each loss and annual aggregate CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-59 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019.12 1-07.23 Public Convenience and Safety 1-07.23 1 Construction under Traffic (February 3, 2020 WSDOT GSP, OPTION 2) Section 1-07.23(1) is supplemented with the following: Work Zone Clear Zone The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The WZCZ applies only to temporary roadside objects introduced by the Contractor's operations and does not apply to preexisting conditions or permanent Work. Those work operations that are actively in progress shall be in accordance with adopted and approved Traffic Control Plans, and other contract requirements. During nonworking hours equipment or materials shall not be within the WZCZ unless they are protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows: Regulatory Distance From Posted Speed Traveled Way Feet i 35 mph or less 10 40 mph 15 45 to 50 mph 20 55 to 60 moh 30 65 mph or greater 35 Minimum Work Zone Clear Zone Distance (January 5, 2015 WSDOT GSP, OPTION 5) Section 1-07.23(1) is supplemented with the following: Lane closures are subject to the following restrictions: • Only one lane of traffic (northbound or southbound) may be closed to traffic between the hours of 7:OOAM and 3:30PM. Approval to close both CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-60 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019.12 one northbound and one southbound lane at the same time will require prior approval by the Project Engineer. • Left turns may be restricted (by the Contractor) within the project limits at the discretion of the Project Engineer. • Closure of one lane at a time may occur between the hours of 7AM to 7PM. Any closures between 7PM to 7AM require prior approval by the City • If a lane closure is required, at least one lane of traffic (alternating directions / flagger controlled) shall be maintained at all times. • Unless otherwise approved or shown on plans, the Contractor shall maintain two-way traffic during construction. The Contractor shall maintain continuous two-way traffic along streets throughout the project site. The Contractor shall have the option, with the approval of the Engineer, of momentarily interrupting the continuous two-way traffic to allow one-way traffic. Such interruptions shall utilize qualified flaggers placed in strategic locations to insure the public safety and minimize driver confusion. A momentary interruption shall be defined as a period of time not to exceed two (2) minutes. Regardless of the period of time no queue greater than ten (10) cars in length will be allowed. Working at night (8pm to 7am weekdays, 8pm to 9am weekends & holidays) is required for loop detector installation as shown on the contract plans. It shall be the Contractor's responsibility to obtain any required noise variance or exemption for such work. For approved night work, the Contractor shall, at no additional cost to the City, make all arrangements for operations during hours of darkness. Flagger stations shall be illuminated using a minimum 150-watt floodlight. Lighting used for nighttime work shall, whenever possible, be directed away from or shielded from residences and oncoming traffic. Signs and barricades shall be supplemented by Type C steady burn lights to delineate edge of roadway during the hours of darkness. The Contractor shall keep all pedestrian routes & access points (including, but not limited to, sidewalks, and crosswalks when located within the project limits) open and clear at all times unless permitted otherwise by the Engineer in an approved traffic control plan. An ADA accessible route must be provided through the project site at all times. Pedestrians must have access to pedestrian push buttons at all times. • The Contractor shall provide flaggers, signs, and other traffic control devices. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-61 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019.12 sidewalks, or paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place. • All signs and traffic control devices for the permitted closures shall only be installed during the specified hours. Construction signs, if placed earlier than the specified hours of closure, shall be turned or covered so as not to be visible to motorists The Contractor shall be responsible for notifying all affected property owners and tenants prior to commencing the barricading of streets, alleys, sidewalks and driveways. Notifications should be at least 48 hours in advance of closures, if possible. The Contractor shall, at all times throughout the project, conduct the work in such a manner as will obstruct and inconvenience vehicular and pedestrian traffic as little as possible. The streets, sidewalks and private driveways shall be kept open by the Contractor except for the brief periods when actual work is being done. The Contractor shall so conduct his operations so as to have under construction no greater length or amount of work than he can prosecute vigorously and he shall not open up sections of the work and leave them in an unfinished condition. Lane closures shall not impact business accesses. All business accesses will remain open during business hours. Lane closures shall not restrict vehicular access for buses through the project site. Bus stops shall remain ADA accessible to pedestrians at all times throughout the project If the Engineer determines the permitted closure hours adversely affect traffic, the Engineer may adjust the hours accordingly. The Engineer will notify the Contractor in writing of any change in the closure hours. Lane closures are not allowed on any of the following: 1. A holiday, 2. A holiday weekend; holidays that occur on Friday, Saturday, Sunday or Monday are considered a holiday weekend. A holiday weekend includes Saturday, Sunday, and the holiday. 3. After 12:00 PM (noon) on the day prior to a holiday or holiday weekend, and 4. Before 7:00 AM on the day after the holiday or holiday weekend. 1-07.24 Rights of Way (July 23, 2015 APWA GSP) Delete this section and replace it with the following: Street Right of Way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-62 PROJECT #213 I RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019.12 work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public Right of Way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. Add the following new section: 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) 1-08.00) Preconstruction Conference (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer, and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-63 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019.12 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction meeting the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. 1-08.0(2) Hours of Work (December 8, 2014 APWA GSP) Add the following new section: Except in the case of emergency or unless otherwise approved by the Engineer, the normal working hours for the Contract shall be any consecutive 8-hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch break. If the Contractor desires different than the normal working hours stated above, the request must be submitted in writing prior to the preconstruction conference, subject to the provisions below. The working hours for the Contract shall be established at or prior to the preconstruction conference. All working hours and days are also subject to local permit and ordinance conditions (such as noise ordinances). If the Contractor wishes to deviate from the established working hours, the Contractor shall submit a written request to the Engineer for consideration. This request shall state what hours are being requested, and why. Requests shall be submitted for review no later than noon two working days prior to the day(s) the Contractor is requesting to change the hours. If the Contracting Agency approves such a deviation, such approval may be subject to certain other conditions, which will be detailed in writing. For example: On non -Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency representatives who worked during such times. (The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees or third party consultants when, in the opinion of the Engineer, such work necessitates their presence.) 2. Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-64 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019.12 3. Considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24-hour period. 4. If a 4-10 work schedule is requested and approved the non -working day for the week will be charged as a working day. 5. If Davis Bacon wage rates apply to this Contract, all requirements must be met and recorded properly on certified payroll. 1-08.1 Subcontracting (May 30, 2019 APWA GSP, OPTION A) Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall submit to the Engineer a certification (WSDOT Form 420-004) that a written agreement between the Contractor and the subcontractor or between the subcontractor and any lower tier subcontractor has been executed. This certification shall also guarantee that these subcontract agreements include all the documents required by the Special Provision Federal Agency Inspection. A Subcontractor or lower tier Subcontractor will not be permitted to perform any work under the contract until the following documents have been completed and submitted to the Engineer: 1. Request to Sublet Work (Form 421-012), and 2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal -aid Projects (Form 420-004). The ninth paragraph, beginning with "On all projects, .._" is revised to read: The Contractor shall certify to the actual amount received from the Contracting Agency and amounts paid to all firms that were used as Subcontractors, lower tier subcontractors, manufacturers, regular dealers, or service providers on the Contract. This includes all Disadvantaged, Minority, Small, Veteran or Women's Business Enterprise firms. This Certification shall be submitted to the Engineer on a monthly basis each month between Execution of the Contract and Physical Completion of the Contract using the application available at: https://wsdot.diversitycompliance.com. A monthly report shall be submitted for every month between Execution of the Contract and Physical Completion regardless of whether payments were made or work occurred_ 1-08.3 Pro ress Schedule 1-08.3(2)A Type A Progress Schedule (March 13, 2012 APWA GSP) Revise this section to read: The Contractor shall submit 3 copies of a Type A Progress Schedule no later than at the preconstruction conference, or some other mutually agreed upon submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule format. Regardless of which format used, the schedule shall identify the critical path. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 1-08.4 Prosecution of Work CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-65 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019.12 Delete this section and replace it with the following: 1-08.4 Notice to Proceed and Prosecution of Work (July 23, 2015 APWA GSP) Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1-10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract. 1-08.5 Time for Completion (November 30, 2018 APWA GSP, OPTION A) Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor is approved to work 10 hours a day and 4 days a week (a 4-10 ,schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-66 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019.12 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls(per Section 1-07.9 5 . b. Material Acceptance Certification Documents c. Monthly Reports of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor and all Subcontractors f. A copy of the Notice of Termination sent to the Washington State Department of Ecology (Ecology); the elapse of 30 calendar days from the date of receipt of the Notice of Termination by Ecology; and no rejection of the Notice of Termination by Ecology. This requirement will not apply if the Construction Stormwater General Permit is transferred back to the Contracting Agency in accordance with Section 8-01.3(16). g. Property owner releases per Section 1-07.24 (March 13, 1995 WSDOT GSP, OPTION 7) Section 1-08.5 is supplemented with the following: This project shall be physically complete within 90 working days. 1-08.6 Suspension of Work (January 2, 2018 WSDOT GSP, OPTION 2) Section 1-08.6 is supplemented with the following: Contract time may be suspended for procurement of critical materials (Procurement Suspension). In order to receive a Procurement Suspension, the Contractor shall within 21 calendar days after execution by the Contracting Agency, place purchase orders for all materials deemed critical by the Contracting Agency for physical completion of the contract. The Contractor shall provide copies of purchase orders for the critical materials. Such purchase orders shall disclose the purchase order date and estimated delivery dates for such critical material. The Contractor shall show procurement of the materials listed below as activities in the Progress Schedule. If the approved Progress Schedule indicates the materials procurement are critical activities, and if the Contractor has provided documentation that purchase orders are placed for the critical materials within the prescribed 21 calendar days, then contract time shall be suspended upon physical completion of all critical work except that work dependent upon the listed critical materials: • Hybrid RadarNideo Detectors and associated equipment ■ Video Camera Detectors and associated equipment • Traffic signal standards • Blank -out signs CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-67 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019.12 Charging of contract time will resume upon delivery of the critical materials to the Contractor or 120 calendar days after execution by the Contracting Agency, whichever occurs first. 1-08.9 Liquidated Damages (December 2, 2019 WSDOT GSP, OPTION 3) Section 1-08.9 is revised to read: Time is of the essence of the Contract. Delays inconvenience the traveling public, obstruct traffic, interfere with and delay commerce, and increase risk to Highway users. Delays also cost tax payers undue sums of money, adding time needed for administration, engineering, inspection, and supervision. Accordingly, the Contractor agrees: 1. To pay liquidated damages in the amount of nine hundred dollars ($900.00) for each working day beyond the number of working days established for Physical Completion, and 2. To authorize the Engineer to deduct these liquidated damages from any money due or coming due to the Contractor. When the Contract Work has progressed to the extent that the Contracting Agency has full use and benefit of the facilities, both from the operational and safety standpoint, all the initial plantings are completed and only minor incidental Work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains to physically complete the total Contract, the Engineer may determine the Contract Work is substantially complete. The Engineer will notify the Contractor in writing of the Substantial Completion Date. For overruns in Contract time occurring after the date so established, liquidated damages shown above will not apply. For overruns in Contract time occurring after the Substantial Completion Date, liquidated damages shall be assessed on the basis of direct engineering and related costs assignable to the project until the actual Physical Completion Date of all the Contract Work. The Contractor shall complete the remaining Work as promptly as possible. Upon request by the Engineer, the Contractor shall furnish a written schedule for completing the physical Work on the Contract. Liquidated damages will not be assessed for any days for which an extension of time is granted. No deduction or payment of liquidated damages will, in any degree, release the Contractor from further obligations and liabilities to complete the entire Contract. 1-09 MEASUREMENT AND PAYMENT 1-09.2(1) General Requirements for Weighing Equipment (July 23, 2015 APWA GSP, OPTION 2) Revise item 4 of the fifth paragraph to read: 4. Test results and scale weight, records for each day's hauling operations are provided to the Engineer daily. Reporting shall utilize WSDOT form 422-027, Scaleman's Daily Report, unless the printed ticket contains the same information that is an the Scaleman's DailV Report Form The scale operator must provide AM and/or PM tare weights for each truck on the printed ticket. CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-68 PROJECT #213 1 RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019,12 1-09.2(5) Measurement (May 2, 2017 APWA GSP) Revise the first paragraph to read: Scale Verification Checks — At the Engineer's discretion, the Engineer may perform verification checks on the accuracy of each batch, hopper, or platform scale used in weighing contract items of Work. 1-09.6 Force Account (October 10, 2008 APWA GSP) Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1-09.9 Payments (March 13, 2012 APWA GSP) Delete the first four paragraphs and replace them with the following: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction Conference, to enable the Project Engineer to determine the Work performed on a monthly basis. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent a lump sum breakdown, the Project Engineer will make a determination based on information available. The Project Engineer's determination of the cost of work shall be final. Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payments. The progress estimates are subject to change at any time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following: Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — based on the approved Contractor's lump sum breakdown for that item, or absent such a breakdown, based on the Engineer's determination. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-69 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019.12 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1), on non FHWA-funded projects,; 2. The amount of progress payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. _The determination of payments under the contract will be final in accordance with Section 1-05.1. 1-09.91 Retaina e (June 27, 2011 WSDOT GSP, OPTION 1) Section 1-09.9(1) content and title is deleted and replaced with the following: Vacant 1-09.11 Disputes and Claims (September 3, 2019 WSDOT GSP) Sections 1-09.11 through 1-09.11(1)B are replaced with the following: Disputes and Claims When protests occur during a Contract, the Contractor shall pursue resolution through the Engineer in accordance with Section 1-04.5. Unless noted otherwise in the specifications, compliance with all the requirements of Section 1-04.5 is a condition precedent to initiating any action pursuant to these Special Provisions. If the negotiations using the procedures outlined in Section 1-04.5 fail to provide satisfactory resolution of the protest, then the Contractor shall provide the Engineer with written notification of dispute stating that the Contractor will continue to pursue the dispute in accordance with the provisions of these Special Provisions. The written notification of dispute shall be provided within 14 calendar days after receipt of the Engineer's written determination that the Contractor's protest is invalid pursuant to Section 1-04.5. Should the Contractor not provide written notification of dispute within the designated time period, the Contractor shall be deemed to have waived any right to pursue the protest further and the matter shall be considered resolved. When the Proposal Form includes the Bid item "Disputes Review Board", unresolved protests shall be subject to the Disputes Review Board subsection of this Special Provision. Either party, Engineer or Contractor, may refer a matter in dispute to the Disputes Review Board. Compliance with the requirements of the Disputes Review Board subsection of this Special Provision is a condition precedent to any further right of the Contractor to pursue the dispute either by certified claim or litigation/arbitration. When the Proposal Form does not include the Bid item "Disputes Review Board", the Contractor's written notification of dispute shall indicate whether the Contractor is requesting to resolve the dispute through the use of a Disputes Review Board as outlined in the Disputes Review Board section of this Special Provision, or will submit a formal certified claim directly to the Engineer pursuant to Section 1-09.11(2). If the CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-70 PROJECT #213 I RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019 12 Contractor requests a Disputes Review Board, the Engineer will notify the Contractor in writing within 7 calendar days of receipt of the request whether the request is acceptable. If both parties to the dispute agree to use a Disputes Review Board, then a pay item "Disputes Review Board" will be added to the Contract by change order and the dispute will be subject to the provisions of the Disputes Review Board subsection of this Special Provision. If the parties do not agree to establish a Disputes Review Board or the Contractor does not request a Disputes Review Board in its written notification of dispute, the Contractor shall comply with the provisions of Section 1-09.11(2). Regardless of any protest or dispute, the Contractor shall proceed promptly with the Work as the Engineer orders. Disputes Review Board The procedures set forth in these Special Provisions shall only apply when the Contract includes the pay item "Disputes Review Board". Disputes Review Board — General In order to assist in the resolution of dispute(s) between the Contracting Agency and the Contractor arising out of the work of this Contract, a Disputes Review Board, hereinafter called the "Board", will consider disputes referred to it and furnish written recommendations to the Contracting Agency and Contractor to assist in resolution of the dispute(s). The purpose of the Board response to such issues is to provide nonbinding findings and recommendations designed to expose the disputing parties to an independent view of the dispute. Disputes Eligible for Consideration by the Disputes Review Board The Board shall consider and provide written recommendations concerning the following disputes: Interpretation of the Contract. 2. Entitlement to additional compensation and/or time for completion. 3. Other subjects mutually agreed by the Contracting Agency and Contractor to be a Board issue. Board Member Qualifications The following definitions apply for the purpose of setting forth experience and disclosure requirements for Board members. Financial ties - any ownership interest, loans, receivables or payables. Party directly involved - The Contracting Agency or Contractor of this Contract. Party indirectly involved - The firms associated with the Contractor on this Contract, including joint venture partners, subcontractors of any tier, and suppliers; and firms associated CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-71 PROJECT #213 I RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019.12 with the Contractor or the Contracting Agency on this Contract, such as designers, architects, engineers, or other professional service firms or consultants. The Board members shall: Be experienced in the interpretation of construction contract documents. 2. Have attended training by the Dispute Resolution Board Foundation in dispute resolution within the last five years. 3. Be experienced in construction Contract dispute resolution for an owner or Contractor at the level of having responsibility and authority to settle disputes. 4. Be able to discharge their responsibilities impartially and independently, considering the facts and conditions related to the matters under consideration in strict compliance with the provisions of the Contract. 5. Not be a current employee of any party directly or indirectly involved. 6. Not have been an employee of any party directly or indirectly involved with the Project within a period of one year of the Contract Execution date. 7. Not have a financial interest in the Contract except for payments for services on the Board. Board Member Ongoing Responsibilities While serving on the Disputes Review Board on this project: 1. Board members shall not participate in any discussion contemplating the creation of an agreement or making an agreement with any party directly or indirectly involved in the Contract regarding employment or fee -based consulting services, or any other business arrangement after the Contract is completed. 2. Board members shall not officially give any advice to either party. The individual members will act in a completely independent manner and will have no consulting or business connections with either party, except for payments for services on the Board. 3. During routine meetings of the Board as well as during formal hearings, Board members shall refrain from expressing opinions on the merits of statements on matters -under dispute or potential dispute. Opinions of Board members expressed in CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-72 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019.12 private sessions with other Board members should be kept strictly confidential. 4. The Board shall comply with the terms of the Contract and enforce such terms consistent with the laws of the State of Washington. Board members shall not supplant or otherwise interfere with the respective rights, authorities, duties and obligations of the parties as defined in the Contract. In making its recommendations, the Board shall not make a recommendation that ignores, disregards, or undermines the intention, requirements, or allocation of risk, established by the Contract. 5. Throughout the life of the Contract, if Board members become aware of potential conflicts of interest, they shall be disclosed to the parties immediately. Establishment of the Board The Contracting Agency and Contractor shall meet prior to the start of Contract time to jointly select three Board nominees. If the pay item, "Disputes Review Board" is added by change order, the Contracting Agency and Contractor shall meet to select Board nominees after the change order is processed. The Contracting Agency and the Contractor shall provide to the Board nominees a list of the firms directly and indirectly involved with the Project, including, but not limited to designers, architects, engineers, professional service firms, consultants, JV partners, subcontractors and suppliers, along with a listing of key personnel of each. Board nominees shall provide to the Contractor and Contracting Agency the following information within 21 calendar days of nomination. Board nominees that are included on the Washington State Department of Transportation "Statewide Prequalified DRB Candidate Roster" will not be required to submit resumes. Resume showing: a. Full name and contact information b. Experience qualifying the person as a Board member as outlined in the Board Member Qualifications subsection of this Special Provision. c. Previous Board participation, if any. List each Board assignment separately, indicating the name and location of the project, approximate dates of Board service, name of Contracting Agency, name of Contractor, names of the other Board members and the approximate number of disputes heard. When previous Board experience is CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-73 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019.12 extensive, the list may be truncated at the prospective Board member's discretion. Disclosure statement addressing the following a. Previous or current direct employment by one of the parties directly or indirectly involved. Previous or current engagement as a consultant to any party directly or indirectly involved - by the prospective Board member or by the firm to which the prospective Board member is directly employed. c. Previous, current, or future financial ties to any of the parties directly or indirectly involved. d. Previous or current personal or professional relationships with a key member of any party directly or indirectly involved. e. Previous and current service as a Board member on projects where any of the parties directly or indirectly involved in this Contract were also involved. Any prior Involvement in this project. Within 14 calendar days of receiving the resumes and disclosure statements from the Board nominees, the Contracting Agency and the Contractor shall review and jointly agree on the final selection of the three members to serve on the Board. In the event that any of the three nominees are not acceptable to either party, the process shall be repeated until all positions are filled. The Contracting Agency, the Contractor, and the Board shall execute the Three -Party Agreement not later than the first Board meeting. The Three - Party Agreement form (WSDOT Form 134-091) is available online at WSDOT Electronic Forms webpage. The Board shall determine and notify the parties which Board member will act as the Board chair. Disputes Review Board Candidates The qualifications of some potential Board members have been reviewed and deemed potentially acceptable by the Washington State Department of Transportation (WSDOT). This list of potential Board members, Statewide Prequalified DRB Candidate Roster, is available from the WSDOT Headquarters Construction Office website at https://www.wsdot.wa.gov/business/construction/dispute-review- boards. Either party may propose a Board nominee that is not on the WSDOT list. In either case, Board nominees must comply with CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-74 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019.12 the requirements of the Board Member Qualifications, Board Member Ongoing Responsibilities, and Establishment of the Board subsection of this Special Provision, and every Board member must be deemed acceptable by both the Contracting Agency and the Contractor. Replacement or Termination of a Board Member Procedures for terminating Board members are defined in The Three -Party Agreement. Disputes Review Board Procedures — General The Board, Contracting Agency, and Contractor may mutually develop rules of operation of the Board that supplement the Three -Party Agreement. Such supplemental rules must be in writing and accepted by the Board, Contracting Agency, and Contractor. The Board members shall act impartially and independently in the consideration of facts and conditions surrounding any dispute presented by the Contracting Agency or the Contractor and that the recommendations concerning any such dispute are advisory. The Contracting Agency and the Contractor shall furnish to the Board documents in accordance with the Three -Party Agreement. Regular Disputes Review Board Meetings All regular Board meetings will be held at or near the job site. The frequency of regular meetings will be set by mutual agreement of the Board, the Contracting Agency and the Contractor. Each regular meeting is expected to consist of a round table discussion and a field inspection of the project site. A member of the Contracting Agency and Contractor are expected to jointly facilitate the round table discussion. Round table discussion attendees are expected to include selected personnel from the Contracting Agency and the Contractor. The agenda for each meeting will be managed by the Board. Standard Procedure for Consideration of Disputes Dispute Referral Disputes shall be referred in writing to the Board chair with a copy concurrently provided to the other Board members and the other party. The dispute referral shall concisely define the nature and specifics of the dispute that is proposed to be considered by the Board and the scope of the recommendation requested. This referral is not expected to contain a mutually agreed upon statement of the dispute. The Board chair shall confer with the parties to establish a briefing schedule for delivering prehearing CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-75 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019 12 submittals/rebuttals, and a date, time, and location for convening the Board for a hearing. Pre -Hearing Submittal 1. The Contracting Agency and the Contractor shall each prepare a pre -hearing submittal and transmit both a hard copy and an electronic copy of it to all three members of the Board and the other party. The pre -hearing submittal, comprising a position paper with such backup data as is referenced in the position paper, shall be tabbed, indexed, and the pages consecutively numbered. 2. Both position papers shall, at a minimum, contain the following: a. A mutually agreed upon joint statement of the dispute and the scope of the desired report being requested of the Board, placed at the beginning of the papers. The language of this joint statement shall summarize in a few sentences the nature of the dispute. If the parties are unable to agree on the wording of the joint statement of dispute, each party's position paper shall contain both statements, and identify the party authoring each statement. b. The basis and justification for the party's position, with reference to Contract language and other supporting documents for each element of the dispute. In order to minimize duplication and repetitiveness, the parties may identify a common set of documents that will be referred to by both parties, and submit them in a separate package. 3. If requested by the Board or either party, the Contracting Agency and the Contractor shall each prepare and submit a rebuttal paper in response the position paper of the other party. 4. The number of copies, distribution requirements, and time for submittal will be established by the Board and communicated to the parties by the Board chair. Disputes Review Board Hearing 1. The Contracting Agency will arrange for or provide hearing facilities at or near the project site. 2. Attendance: The Contracting Agency and the Contractor will have a representative at all hearings. CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-76 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019.12 b. The Contracting Agency and Contractor shall both limit attendance at the hearing to personnel directly involved in the dispute and participants in the good - faith negotiations that were conducted prior to submittal to the Board except as noted elsewhere in this section. c. At least 14 calendar days before the hearing, each party shall provide a list of proposed attendees to the Board and to the other party. In the event of any disagreement, the Board shall make the final determination as to who attends the hearing. d. Attorneys shall not attend hearings except as follows: Attorneys are identified as such on the list of proposed attendees; ii. All parties desiring their attorney present are able to do so. iii. Attorneys shall not participate in the hearing, unless the scope and extent of Attorney participation is mutually agreed to by the Contracting Agency, Contractor and the Board at least 7 calendar days before the hearing. e. For hearings regarding disputes involving a Subcontractor, the Contractor shall require and ensure that each Subcontractor involved in the dispute have present an authorized representative with actual knowledge of the facts underlying the Subcontractor disputes. A party furnishing written evidence or documentation of any kind to the Board must furnish copies of such information to the other party and the Board a minimum of 21 calendar days prior to the date the Board sets to convene the hearing for the dispute, unless otherwise mutually agreed to by the parties and the Board. Either party shall produce such additional evidence as the Board may deem necessary and furnish copies to the other party prior to submittal to the Board. 4. The conduct of the hearing shall be established by the Board and be generally consistent with the following guidelines: The party who referred the dispute to the Board shall present first, followed by the other party. b. To assure each party a full and adequate opportunity to present their position, both parties shall be allowed CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-77 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019 12 successive rebuttals and to rebut the opposing party's position until, in the Board's opinion, all aspects of the dispute have been fully and fairly covered. c. The Board shall be fully prepared to, and may at any time, ask questions, request clarifications, or ask for additional data, documents, and/or job records. Either party may request that the Board direct a question to, or request a clarification from the other party. The Board shall determine at what point in the proceedings such requests may be made and if they will be granted. In general, the Board will not allow one party to be questioned directly by the other party. e. In difficult or complex cases, additional hearings may be necessary to facilitate full consideration and understanding of the dispute. The Board, in its discretion, may allow introduction of arguments, exhibits, handouts, or documentary evidence that were not included in that party's prehearing position paper or rebuttal and have not been previously submitted to the other party. In such cases the other party will be granted time to review and prepare a rebuttal to the new material, which may require a continuation of the hearing. After the hearing is concluded, the Board shall meet in private and reach a conclusion supported by two or more members. Its findings and recommendations, together with its reasons shall then be submitted as a written report to both parties. The recommendations shall be based on the pertinent Contract provisions, facts, and circumstances involved in the dispute. The Contract shall be interpreted and construed in accordance with the laws of the State of Washington. Failure to Prepare a Pre -Hearing Submittal or Attend a Hearing In the event that either party fails to deliver a pre -hearing submittal by the date established by the Board, the Board shall, at its discretion, determine whether the hearing shall proceed as originally scheduled, or allow additional time for the submittal and/or reschedule the hearing. On the final date and time established for the hearing, the Board shall proceed with the hearing utilizing the information that has been submitted. In the event that representatives of either the Contracting Agency or the Contractor fail to appear at the appointed time of a hearing, the Board shall postpone the hearing until such time as CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-78 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019.12 representatives from both parties are available to proceed with the hearing. Use of Outside Experts 1. By the Contracting Agency or the Contractor: a. A party intending to offer an outside expert's analysis at the hearing shall notify the other party and the Board in writing no less than 30 calendar days prior to the due date for delivering the pre -hearing submittal, and provide the following disclosure: The expert's name and a general statement of the area of the dispute that will be covered by his or her testimony. ii. A statement prepared by the proposed expert which addresses the requirements of the Establishment of the Board subsection of this Special Provision, item 2. iii. A statement prepared by the proposed expert which identifies the experience and training which qualifies them as an expert. b. Upon receipt of the disclosure, the other party shall have the opportunity to secure the services of an outside expert to address or respond to those issues that may be raised by the other party's outside expert. The notification and disclosure requirement shall be the same as that specified elsewhere in this section, except the time requirement is 21 calendar days. 2. By the Board a. When requested by the Board and subject to approval of the parties, outside experts may be needed to assist the Board. In such cases, the outside expert shall in no way be deemed authorized to usurp the Board's authority to issue the Board recommendations. Such authority shall remain vested solely in the Board. b. Prior to arranging for outside experts, the Board shall obtain prior approval from the Contracting Agency and the Contractor by providing: A statement explaining why the expert assistance is needed. ii. An estimate of the cost of the expert assistance. CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-79 PROJECT #213 I RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019.12 iii. The expert's name and a general statement of the area of expertise they will provide. iv. A statement prepared by the proposed expert which addresses the requirements of the Establishment of the Board subsection of this Special Provision, item 2. v. A statement prepared by the proposed expert which identifies the experience and training which qualifies them as an expert. vi. A confidentiality statement, consistent with the confidentiality obligations of the Board described in the Three Party Agreement, executed by the proposed expert. Disputes Review Board Report The Board's recommendations shall be formalized in a written report signed by all Board members. The recommendations shall be based on the Contract Provisions and the facts and circumstances involved in the dispute. The report should include a description of the dispute, statements of each party's position, findings as to the facts of the dispute, discussion and rationale for the recommendation(s), and the recommendation(s). The report shall be submitted concurrently to the parties, as soon as possible after completion of the hearing as agreed by all parties. Either party may request clarification of a report within 14 calendar days following receipt of the report. Within a reasonable period of time, the Board shall provide written clarification to both parties. Requests for clarification shall be submitted in writing simultaneously to the Board and the other party. Either party may request reconsideration of a report, provided: The request is made within 14 calendar days following receipt of the report, and 2. New information is obtained or developed that was not known at the time of the hearing or, in the party's opinion, the Board misunderstood or failed to consider pertinent facts of the dispute. Requests for reconsideration shall be submitted in writing simultaneously to the Board and the other party. The Board shall give the party not requesting reconsideration the option of submitting a rebuttal to any information that is the basis of the request for reconsideration. The Board shall provide a written response to the request for reconsideration. CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-80 PROJECT #213 I RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019 12 Acceptance of Disputes Review Board Recommendations Within 30 calendar days of receiving the Board's report, or within 14 calendar days of receiving the Board's written clarification and/or reconsideration, both the Contracting Agency and the Contractor shall respond to the other in writing signifying that the dispute is either resolved or remains unresolved. Although both parties should place weight upon the Board recommendations, the recommendations are not binding. If the Board's assistance does not lead to resolution of the dispute, the Contractor must file a claim according to Section 1-09.11(2) before seeking any form of judicial relief. In the event the Board's recommendations do not lead to resolution of the dispute, the Board's recommendation consisting solely of the Board's written report and any written minority reports, along with the Board's written clarifications and written responses to requests for reconsideration, if any, will be admissible in any subsequent dispute resolution proceedings including, but not limited to litigation/arbitration. The aforementioned list of documentation shall be considered all inclusive. Payment for the Disputes Review Board The Contracting Agency and Contractor shall share equally in the cost of the Board's services and all operating expenses of the Board. The Board members' compensation shall be in accordance with the Three Party Agreement. After the Contractor and Contracting Agency review invoices from the Board and other operating expenses of the Board, the Contractor shall make full payment for all Board members and Board operating expenses. The Contracting Agency will reimburse the Contractor for fifty percent of such payments, under the pay item "Disputes Review Board". The Contractor and the Contracting Agency shall equally bear the cost of the services of the outside expert hired to advise the Board. Outside experts hired to advise the Board shall Contract directly with the Contractor after concurrence from the Board and approval from the Contracting Agency. Invoices for these services shall be submitted by the expert to both the Contractor and Contracting Agency for approval by both parties. The Contractor shall pay approved invoices in full, and the Contracting Agency will reimburse the Contractor for fifty percent of such payments, under the Bid item "Disputes Review Board". The cost for securing outside expert services for the Contracting Agency or the Contractor shall be borne by the party securing such services. The Contracting Agency will provide administrative services, such as conference facilities and copying services, to the Board and the Contracting Agency will bear the costs for these services. CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-81 PROJECT #213 I RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019.12 Indemnification of Disputes Review Board Members The Contracting Agency and Contractor shall indemnify and hold harmless the Board members from and against all claims, damages, losses and expenses, including but not limited to attorney's fees arising out of and resulting from the actions and recommendations of the Board. 1-09.11(3) Time Limitation and Jurisdiction (November 30, 2018 APWA GSP) Revise this section to read: For the convenience of the parties to the Contract it is mutually agreed by the parties that any claims or causes of action which the Contractor has against the Contracting Agency arising from the Contract shall be brought within 180 calendar days from the date of final acceptance (Section 1-05.12) of the Contract by the Contracting Agency; and it is further agreed that any such claims or causes of action shall be brought only in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction. The parties understand and agree that the Contractor's failure to bring suit within the time period provided, shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action which the Contractor asserts against the Contracting Agency arising from the Contract are filed with the Contracting Agency or initiated in court, the Contractor shall permit the Contracting Agency to have timely access to any records deemed necessary by the Contracting Agency to assist in evaluating the claims or action. 1-09.13 Claim Resolution 1-09.13 3 Claims $250,000 or Less (October 1, 2005 APWA GSP) Delete this Section and replace it with the following: The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1-09.11 and not resolved by nonbinding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1-09.13(3)A Administration of Arbitration (November 30, 2018 APWA GSP) Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the _Contracting Agency's headquarters is located, provided that where claims subject to arbitration are asserted against a county. RCW 36.01.050 shall control venue and 'urisdiction of the Superior Court. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the Contract as a basis for decisions. 1-10 TEMPORARY TRAFFIC CONTROL CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-82 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019.12 1-10.2 Traffic Control Management 1-10.2(1) General (January 3, 2017 WSDOT GSP, OPTION 1) Section 1-10.2(1) is supplemented with the following: Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of Washington. The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers -Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297-3035 Evergreen Safety Council 12545 135th Ave. NE Kirkland, WA 98034-8709 1-800-521-0778 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406-1022 Training Dept. Toll Free (877) 642-4637 Phone: (540) 368-1701 1-10.201 Conformance to Established Standards (February 3, 2020 WSDOT GSP, OPTION 1) Section 1-10.2(3) is revised to read: Flagging, signs, and all other traffic control devices and procedures furnished or provided shall conform to the standards established in the latest WSDOT adopted edition (in accordance with WAC 468-95) of the MUTCD, published by the U.S. Department of Transportation, and the 2005 draft version of the Public Rights -of -Way Accessibility Guidelines (PROWAG): https://www.access- board.gov/guidelines-and-standards/streets-sidewalks/public-rights-of- way/background/revised-draft-guidelines. Judgment of the quality of devices furnished will be based upon Quality Guidelines for Temporary Traffic Control Devices, published by the American Traffic Safety Services Association. Copies of the MUTCD and Quality Guidelines for Temporary Control Devices may be purchased from the American Traffic Safety Services Association, 15 Riverside Parkway, Suite 100, Fredericksburg, VA 22406-1022. In addition to the standards of the MUTCD described above, the Contracting Agency enforces crashworthiness requirements for most work zone devices. The AASHTO Manual for Assessing Safety Hardware (MASH) has superseded the National Cooperative Highway Research Project (NCHRP) Report 350 as the established requirements for crash testing. Temporary traffic control devices manufactured after December 31, 2019 shall be compliant with the 2016 edition of the Manual for Assessing Safety Hardware (MASH 16) crash test requirements, as determined by the Contracting Agency, except as follows: CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-83 PROJECT #213 1 RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019 12 1. In situations where a MASH 16 compliant traffic control device does not exist and there are no available traffic control devices that were manufactured on or before December 31, 2019, then a traffic control device manufactured after December 31, 2019 that is compliant with either NCHRP 350 or the 2009 edition of the Manual for Assessing Safety Hardware (MASH 09) is allowed for use with approval of the Engineer. 2. Temporary traffic control devices that were manufactured on or before December 31, 2019, and were successfully tested to National Cooperative Highway Research Program (NCHRP) Report 350 or MASH 09 may continue to be used on WSDOT projects throughout their normal service life. 3. Small and lightweight channelizing and delineating devices, including cones, tubular markers, flexible delineator posts, and plastic drums, shall meet the requirements of either NCHRP 350, MASH 09, or MASH 16, as determined by the manufacturer of the device. 4_ A determination of crashworthiness for acceptance of trailer - mounted devices such as arrow displays, temporary traffic signals, area lighting supports, and portable changeable message signs is currently not required. The condition of signs and traffic control devices shall be acceptable or marginal as defined in the book Quality Guidelines for Temporary Traffic Control Devices, and will be accepted based on a visual inspection by the Engineer. The Engineer's decision on the condition of a sign or traffic control device shall be final. A sign or traffic control device determined to be unacceptable shall be removed from the project and replaced within 12 hours of notification. 1-10.3 Traffic Control Labor Procedures and Devices 1-10.3 1 Traffic Control Labor (December 2, 2019 CFW GSP) Section 1-10.3(1) is supplemented with the following: Off -Duty Uniformed Police Officer The Contractor shall arrange for off -duty uniformed police officers to be present when traffic signals are to be taken out of service. Contractor shall coordinate and obtain approval for the use of off -duty police officers with the Engineer. Off - duty police officers will be scheduled a minimum of four (4) hours for any shift worked. The off -duty police officer shall be in addition to all other personnel required for traffic control. The off -duty uniformed police officers hours, as stated in the proposal are the City's estimate, without knowledge of the contractor's specific method of operation and has been presented for the purpose of providing a common amount for all bidders. CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-84 PROJECT #213 I RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019 12 Contractor is responsible for the properly scheduling of off -duty officers. Contractor shall provide a minimum 48-hour notice to schedule officers when possible. Contractor shall be responsible for any charges assessed due to insufficient time in canceling off -duty officers, except in situations outside of the Contractor's control. Below is a list of optional resources for securing off -duty officers. Off-dutyOfficer Resource List Federal Way Police Department King County Sheriff's Officers Washington State Patrol Officers 1-10.5 Pa ment (253) 835-6701 or (253) 835-6700 (206) 957-0935 ext 1 (425) 401-7788 1-10.5 2 Item Bids with Lump Sum for Incidentals (December 2, 2019 CFW GSP) Section 1-10.5(2) is supplemented with the following: "Off -Duty Uniformed Police Officer", per hour. Payment for "Off -Duty Police Officer' shall be ful on site by the officer (at 4-hour minimum) and charges assessed. END OF DIVISION 1 I compensation for hours spent any vehicle and administrative CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-85 PROJECT #213 I RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019.12 DIVISION 2 EARTHWORK 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.3 Construction Requirements 2-02 3(3) Removal of Pavement. Sidewalks. Curbs, and Gutters (April 12, 2018 CFW GSP) Section 2-02.3(3) is supplemented with the following: Prior to removal of pavement, the Contractor shall make a full -depth sawcut to delineate the areas of pavement removal from those areas of pavement to remain. The Engineer shall approve the equipment and procedures used to make the full -depth sawcut. No wastewater from the sawcutting operation shall be released directly to any stream or storm sewer system. Removal of pavement, curbs, gutters, and sidewalks within the entire project limits shall be measured and paid as "Roadway Excavation incl. Haul" in accordance with Section 2-03. 2-02.3 6 Existing Utilities to Remain (April 12, 2018 CFW GSP) 2-02.3(6) is a new section: Utilities indicated in the Plans to remain shall be protected and supported in place in such a manner that they remain functional and undamaged. Utilities indicated to remain that are damaged as a result of Contractor's activity shall be repaired or replaced to the satisfaction of the Contracting Agency at no additional cost. Minne 'IF 2-03.2 Pavement Removal (April 12, 2018 CFW GSP) Section 2-03.2 is replaced with the following: Where shown in the Plans or where designated by the Engineer, the Contractor shall remove asphalt, concrete, Portland cement concrete pavement, sidewalks and curbs. Prior to removal, the Contractor shall make a full -depth sawcut to delineate the areas of pavement removal from those areas of pavement to remain. The Engineer shall approve the equipment and procedures used to make the full -depth sawcut. No wastewater from the sawcutting operation shall be released directly to any stream or storm sewer system. Alternatively, the Contractor may elect grinding for pavement removal, where appropriate. The removed pavement shall become the property of the Contractor and shall be removed from the project. Damage caused to portions of the pavement to remain, due to the Contractor's operation, shall be repaired by the Contractor at the Contractor's expense and to the satisfaction of the Engineer. Removal of pavement, sidewalks, curbs, and gutters throughout the project shall be measured and paid as "Roadway Excavation Incl. Haul" and no additional payment will be made. CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-86 PROJECT #213 I RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019.12 END OF DIVISION 2 CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-87 PROJECT #213 I RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019.12 DIVISION 3 AGGREGATE PRODUCTION AND ACCEPTANCE 3-01 PRODUCTION FROM QUARRY AN❑ PIT SITE 3-01.4 Contractor Furnished Material Sources 3-01.40 ] Acquisition and Development (April 12, 2018 CFW GSP) Section 3-01.4(1) is supplemented with the following: No source has been provided for any materials necessary for the construction of these improvements. If the source of material provided by the Contractor necessitates hauling over roads other than City streets, the Contractor shall, at his own cost and expense, make all arrangements for the use of haul routes. END OF DIVISION 3 CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-88 PROJECT #213 I RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019.12 DIVISION 4 BASES 4-04 BALLAST AND CRUSHED S RFAC NG 4-04 3 Construction Requirements 4-04.3(3) Mixing (April 12, 2018 CFW GSP) Item 2 of Section 4-04.3(3), is replaced with the following: 2. Road Mix Method - The road mix method of mixing surfacing material will not be allowed. 4-04.3 4 Placing and Spreading (April 12, 2018 CFW GSP) item 2 of Section 4-04(4), is replaced with the following: 2. Road Mix Method - The road rnix method of mixing surfacing material will not be allowed. 4-04.5 Payment (April 12, 2018 CFW GSP) Section 4-04,5 is supplemented with the following: The unit contract price for Ballast and Crushed Surfacing shall also include compacting, and removing and hauling to waste when required by the Engineer. END OF DIVISION 4 CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-89 PROJECT #213 1 RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019 12 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 8-01.3 Construction Re uirements 8-01.3(21 Seeding, Fertilizing, and Mulching 8-01.3(2)B Seeding and Fertilizing (September 3, 2019 WSDOT GSP, OPTION 3) Section 8-01.3(2)B is supplemented with the following: Grass seed shall be a commercially prepared mix, made up of low growing species which will grow without irrigation at the project location, and approved by the Engineer. The application rate shall be two pounds per 1000 square feet. Fertilizer shall be a commercially prepared mix of 10-20-20 and shall be applied at the rate of 10 pounds per 1000 square feet. 8-14 CEMEbIT CONCRETE DE L 8-14.3 Construction Requirements (April 3, 2017 WSDOT GSP, OPTION 1) Section 8-14.3 is supplemented with the following: The Contractor shall request a pre -meeting with the Engineer to be held 2 to 5 working days before any work can start on cement concrete sidewalks, curb ramps or other pedestrian access routes to discuss construction requirements. Those attending shall include: 1. The Contractor and Subcontractor in charge of constructing forms, and placing, and finishing the cement concrete. 2. Engineer (or representative) and Project Inspectors for the cement concrete sidewalk, curb ramp or pedestrian access route Work. Items to be discussed in this meeting shall include, at a minimum, the following: 1. Slopes shown on the Plans 2. Inspection 3. Traffic control 4. Pedestrian control, access routes and delineation 5. Accommodating utilities 6. Form work 7. Installation of detectable warning surfaces 8. Contractor ADA survey and ADA Feature as -built requirements CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-90 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019 12 9. Cold Weather Protection (January 7, 2019 WSDOT GSP, OPTION 3) Section 8-14.3 is supplemented with the following: Layout and Conformance to Grades Using the information provided in the Contract documents, the Contractor shall layout, grade, and form each new curb ramp, sidewalk, and curb and gutter. (April 12, 2018 CFW GSP) Section 8-14.3 is supplemented with the following: Cement concrete sidewalk thickness shall be as shown on the Plans. Score joints shall be constructed at a maximum distance of 5 feet from each full depth expansion joint, except where specific dimensions are detailed on the Plans. Asphalt mastic joint fillers in the sidewalk shall be 3/8" x 4" and of the same material as that used in the curb, and shall be placed in the same location as that in the curb. No concrete for sidewalk shall be poured against dry forms or dry subgrade. The Contractor may provide suitable vibrating finishers for use in finishing concrete sidewalks. The type of vibrator and its method of use shall be subject to the approval of the City. All completed work shall be so barricaded as to prevent damage. Any damaged ser..tinns shall be removed and replaced at the Contractor's expense. Landscaped areas disturbed during construction shall be restored to original condition at the Contractor's expense. Scored Cement Concrete Sidewalk shall be broom finished and scored as detailed on the Plans. -20 ILLUMINATION. TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION SYSTEMS. AND ELECTRICAL 8-20.1 Description 8-20.1 1 Regulations and Code (March 13, 2012 CFW GSP) Section 8-20.1(1) is supplemented with the following: Where applicable, materials shall conform to the latest requirements of Puget Sound Energy and the Washington State Department of Labor and Industries. 8-20.1(2) Industry Codes and Standards (March 13, 2012 CFW GSP) The following is added at the end of the first paragraph of this section: National Electrical Safety Code (NESC) Committee, IEEE Post Office Box 1331445 Hoes Lane, Piscataway, NJ 08855-1331. 8-20.1(3) Permitting and Inspections (April 12, 2018 CFW GSP) Section 8-20.1(3) is supplemented with the following CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-91 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019.12 The Contractor shall be responsible for obtaining all required electrical permits, including all required City electrical permits. All costs to obtain and comply with electrical permits shall be included in the applicable bid items for the work involved. 8-20.2 Materials Section 8-20.2 is supplemented with the following: (March 13, 2012 CFW GSP) Control density fill shall meet the requirements of Washington Aggregates and Concrete Association. Bedding material shall consist of 5/8-inch minus crushed rock free of any deleterious substances (Section 9-03.1(5)A of the Standard Specifications). (September 3, 2019 VVSDOT GSP, OPTION 1) Slip -Resistant Surfacing for Junction Boxes, Cable Vaults, and Pull Boxes Where slip -resistant junction boxes, cable vaults, or pull boxes are required, each box or vault shall have slip -resistant surfacing material applied to the steel lid and frame of the box or vault. Where the exposed portion of the frame is 1/2 inch wide or less, slip resistant surfacing material may be omitted from that portion of the frame. Slip -resistant surfacing material shall be identified with a permanent marking on the underside of each box or vault lid where it is applied. The permanent marking shall be formed with a mild steel weld bead, with a line thickness of at least 1/8 inch. The marking shall include a two character identification code for the type of material used and the year of manufacture or application. The following materials are approved for application as slip -resistant material, and shall use the associated identification codes: 1) Harsco Industrial IKG, Mebac #1 — Steel: M1 2) W.S. Molnar Co., SlipNOT Grade 3 — Coarse: S3 3) Thermion, Safrrax TH604 Grade #1 — Coarse: T1 8-20.20) Equipment List And Drawing (January 26, 2012 CFW GSP) The first paragraph is deleted and replaced with the following: Within one (1) week following the pre -construction conference, the Contractor shall submit to the Engineer a completed "Request for Approval of Materials" that describes the material proposed for use to fulfill the Plans and Specifications. Manufacturer's technical information shall be submitted for signal, Safe City Cameras and related equipment (Pan -Tilt -Zoom, Fisheye, Bullet and License Plate Reader), electrical and luminaire equipment, all wire, conduit, junction boxes, and all other items to be used on the project. Approvals by the Engineer must be received before material will be allowed on the job site. Materials not approved will not be permitted on the job site. 8-20.3 Construction Requirements 8-20.30) General (May 15, 2000 WSDOT NWR GSP, OPTION 2) CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-92 PROJECT #213 ! RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019 12 Section 8-20.3(1) is supplemented with the following: Energized Equipment Work shall be coordinated so that electrical equipment, with the exception of the service cabinet, is energized within 72 hours of installation. (October 31, 2005 WSDOT NWR GSP, OPTION 5) Section 8-20.3(1) is supplemented with the following: Construction Core Installation The Contractor shall coordinate installation of construction cores with Contracting Agency maintenance staff through the Engineer. The Contractor shall provide written notice to the Engineer, a minimum of seven working days in advance of proposed installation. The Contractor shall advise the Engineer in writing when construction cores are ready to be removed. (May 15, 2000 WSDOT NWR GSP, OPTION 6) Section 8-20.3(1) is supplemented with the following: Electrical Equipment Removals Removals associated with the electrical system shall not be stockpiled within the job site without the Engineer's approval. (January 26, 2012 CFW GSP) Section 8-20.3(1) is supplemented with the following: Contractor Owned Removals All removals associated with an electrical system, which are not designated to remain the property of the Contracting Agency, shall become the property of the Contractor and shall be removed from the project. The Contractor shall: Remove all wires for discontinued circuits from the conduit system or as directed by the Engineer. Remove elbow sections of abandoned conduit entering junction boxes or as directed by the Engineer. Abandoned conduit encountered during excavation shall be removed to the nearest outlets or as directed by the Engineer. Remove foundations entirely, unless the Plans state otherwise. Backfill voids created by removal of foundations and junction boxes. Backfilling and compaction shall be performed in accordance with Section 2-09.3(1)E. (January 26, 2012 CFW GSP) Section 8-20.3(1) is supplemented with the following: Signal System Changeover The Contractor shall provide a detailed work plan for the signal system changeover to be approved by the Engineer. They shall not deviate from the work plan without prior written approval from the Engineer. The work plan shall show the exact date of the signal system changeover. CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-93 PROJECT #213 1 RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019.12 The changeover of the signal equipment shall commence after 8:30 AM and be completed by 3:00 PM on the same day (unless as noted below). Changeovers must take place on Tuesday, Wednesay, or Thursday, unless otherwise approved by the Engineer. During changeover, traffic control shall be provided. The exact work plan and schedule for changeover shall be pre -approved by the Engineer. Certain intersections may require a night-time changeover due to traffic volumes. If the City determines a night-time switchover is required, they will provide direction as to the allowable hours of work. No additional payment will be made to the Contractor for a night-time switchover. (January 26, 2012 CFW GSP) Section 8-20.3(1) is supplemented with the following: Signal Display Installation Signal displays shall be installed no more than 30 days prior to scheduled signal turn on or changeover. Signal displays and reflectorized backplates when installed prior to signal turn -on or changeover shall be covered and not visible to vehicular traffic at any time. (November 14, 2014 CFW GSP) Section 8-20.3(1) is supplemented with the following: Delivery of Removed Items The Engineer shall decide the ownership of all salvaged signal materials. All salvaged signal materials not directed by the Engineer to remain property of the City shall become the property of the Contractor, except the existing controller cabinet and all its contents shall remain as property of the City. Removed signal and electrical equipment which remains the property of the City shall be delivered to: King County Signal Shop Attn: Mark Parrett 155 Monroe Avenue NE Renton, Washington 98056 Phone: 206-396-3763 Forty eight (48) working hours advance notice shall be communicated to both the Engineer and the Signal Technician at the address listed above. Delivery shall occur during the hours of 8:00 a.m. to 2:00 p.m. Monday through Friday. Material will not be accepted without the required advance notice. The Contractor shall be responsible for unloading the equipment where directed by the Engineer or Signal Tech at the delivery site. Equipment damaged during removal or delivery shall be repaired or replaced to the Engineer's satisfaction at no cost to the City. (December 17, 2012 CFW GSP) Section 8-20.3(1) is supplemented with the following: Fiber Optic Cable Service Outage Duration & Notification CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-94 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019.12 The maximum allowable interruption to the operation of the existing fiber optic cable service is three days, including testing. Outages of fiber optic cable may affect multiple parties, including but not limited to, the City, King County, and/or WSDOT. Proposed outage dates shall be reviewed and approved by the City. The City shall coordinate the outage with WSDOT. The Contractor shall coordinate the outage with King County Metro and King County Traffic at least two (2) weeks in advance of the proposed outage. The notification shall include description of work, location, duration of outage including start and ending date/time and emergency contact information. Notification in writing shall be sent to the following: Owen Kehoe King County Metro Phone: 206-477-5811 Email: owen.kehoe@kingcounty.gov Jeffery Barnett King County Metro Phone: 206-263-7826 Email: Jeffery. Barnett@kingcounty.gov King County Signal Shop Attn: Mark Parrett 155 Monroe Avenue NE Renton, Washington 98056 Phone: 206-396-3763 8-20.312) Excavating and Backfillinc� (January 8, 2013 CFW GSP) Section 8-20.3(2) is supplemented with the following: The Contractor shall supply all trenching necessary for the complete and proper installation of the traffic signal system, interconnect conduit and wiring, and illumination system. Trenching shall conform to the following: 1. In paved areas, edges of the trench shall be sawcut the full depth of the pavement and sawcuts shall be parallel. All trenches for placement of conduit shall be straight and as narrow in width as practical to provide a minimum of pavement disturbance. The existing pavement shall be removed in an approved manner. The trench bottom shall be graded to provide a uniform grade. 2. Trenches located under existing traveled ways shall provide a minimum of 24 inches cover over conduits and shall be backfilled with 21 inches of controlled density fill, vibrated in place, followed by either 3 inches minimum of HMA CI 1/2" PG 58 -22 , or a surface matching the existing pavement section, whichever is greatest. The asphalt concrete surface cuts shall be given a tack coat of asphalt emulsion (CSS-1) or approved equal immediately before resurfacing, applied to the entire edge and full depth of the pavement cut. Immediately after compacting the new asphalt surface to conform to the adjacent paved surface, all joints between new and original pavement shall be filled with joint sealant meeting the requirements of Section 9-04.2. 3. Trenches for Schedule 40 PVC conduits to be located under existing CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-95 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019.12 sidewalks shall be installed to conform with the City of Federal Way Luminaire Electrical Trench Detail. Such trenches shall be backfilled with bedding material two inches (2") above and below the conduit, with the remaining depth of trench backfilled with native material. If the Engineer determines that the native material is unsuitable, Gravel Borrow shall be used. Sidewalks and driveways shall be removed and replaced as specified. 4. Trenches for Schedule 40 PVC conduits to be located within the right-of- way and outside the traveled way shall have a minimum of twenty-four inches (24") cover over conduits. Such trenches shall be backfilled with bedding material two inches (2") above and below the conduit, with the remaining depth of trench backfilled with bank run gravel unless the Engineer determines that spoils from the trench excavation are suitable for backfill. 5. When trenches are not to be placed under sidewalks or driveways, the backfill shall match the elevation of the surrounding ground, including a matching depth of top soil, mulch and/or sod if necessary to restore the trench area to its prior condition. 6. Contractor shall use joint trench where possible. Backfill shall be carefully placed so that the backfilling operation will not disturb the conduit in any way. The backfill shall be thoroughly mechanically tamped in eight -inch (8") layers with each layer compacted to ninety-five percent (95%) of maximum density in traveled ways, and ninety percent (90%) of maximum density elsewhere at optimum soil moisture content. Bank run gravel for backfill shall conform to Section 2.01 of the Standard Specifications. Bedding material shall conform to Section 2.01 of the Standard Specifications. All trenches shall be properly signed and/or barricaded to prevent injury to the public. All traffic control devices to be installed or maintained in accordance with Part VI of the Manual on Uniform Traffic Control Devices for Streets and Highways, latest edition, and as specified elsewhere in these Specifications. Excavation for foundations shall be completed by vactor excavation. This excavation shall be incidental to the signal or illumination bid items. (April 12, 2018 CFW GSP) Section 8-20.3(2) is supplemented with the following: Underground utilities of record are shown on the construction plans insofar as information is available. These, however, are shown for convenience only and the City assumes no responsibility for improper locations or failure to show utility locations on the construction plans. The location of existing underground utilities, when shown on the plans, is approximate only, and the Contractor shall be responsible for determining their CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-96 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019 12 exact location. The Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area, as not all utilities may be shown on the plans. The Contractor shall be responsible for potholing for conflicts with underground utility locations prior to determining exact locations of signal and luminaire pole foundations, underground vaults and directional boring operations. Prior to construction, if any conflicts are expected, it shall be brought to the attention of the Engineer for resolution. The Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits. If a conflict is identified, the Contractor shall contact the Engineer. The Contractor and City shall locate alternative locations for poles, cabinet, or junction boxes. The Contractor shall get approval from the Engineer prior to installation. The Contractor may consider changing depth or alignment of conduit to avoid utility conflicts. Before beginning any excavation work for foundations, vaults, junction boxes or conduit runs, the contractor shall confirm that the location proposed on the Contract Plans does not conflict with utility location markings placed on the surface by the various utility companies. If a conflict is identified, the following process shall be used to resolve the conflict: 1. Contact the Engineer and determine if there is an alternative location for the foundation, junction box, vault or conduit trench. 2. If an adequate alternate location is not obvious for the underground work, select a location that may be acceptable and pothole to determine the exact location of other utilities. Potholing must be approved by the Engineer. 3. If an adequate alternate alignment still cannot be identified following potholing operations, the pothole area should be restored and work in the area should stop until a new design can be developed. The Contractor shall not attempt to adjust the location of an existing utility unless specifically agreed to by the utility owner. 8-20.3 4 Foundations (December 18, 2009 CFW GSPj Section 8-20.3(4) is supplemented with the following: Excavation for foundations shall Lie completed by vactor excavation. This excavation shall be incidental to the signal or illumination bid items. Pole foundations within the sidewalk area shall be constructed in a single pour to the bottom of the cement concrete sidewalk. The sidewalk shall be constructed in a separate pour. Pole foundations not within the sidewalk area shall incorporate a 3-foot by 3-foot by 4-inch-thick cement concrete pad set flush with the adjacent ground. Where CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-97 PROJECT #213 I RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019 12 the pad abuts a sidewalk, the pad shall extend to the sidewalk and the top of the pad shall be flush with the sidewalk. A construction joint shall be provided between the two units. The foundation for the controller and service cabinets shall conform to the detail on the Plans. Conduits shall be centered horizontally except service conduit, which shall be placed at the side of the power panel. Foundations for Type I traffic signal poles shall conform to Standard Plan J- 21.10-01. Foundations for Type II and Type III traffic signal poles shall conform to details on the Signal Standard Sheet in the Plans. Foundations for streetlight poles shall conform to City of Federal Way Drawing Number 3-39 except that foundation depth shall be as noted on the Illumination Pole Schedule. Foundations for the decorative streetlight poles shall conform to City of Federal Way Drawing Number 3-43 except that foundation depth shall be as noted on the Illumination Pole Schedule. 8-20.3 5 Conduit 8-20.3(5)A General (March 16, 2011 CFW GSP) Section 8-20.3(5) is supplemented with the following: All conduit trenches shall be straight and as narrow in width as is practical to provide a minimum of pavement disturbance. When conduit risers are installed, they shall be attached to the pole every 4 feet and shall be equipped with weather heads. Conduit for the service wires between the Puget Sound Energy pole and the service panel and all above ground conduit shall be hot -dip galvanized rigid steel. All conduits shall be clearly labeled at each junction box, handhole, vault or other utility appurtenance. Labeling shall be permanent and shall consist of the owner/type name and a unique conduit number or color. The owner name shall be approved by the Engineer prior to starting work. The recommended owner/type abbreviations are: PSE — Puget Sound Energy QWEST — Qwest COMCAST(AT&T)/C — Cable COMCAST(AT&T)/F — Fiber SIC — City Signal Interconnect City Spare — City spares Cobra — COBRA luminaire system CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-98 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019.12 Traffic signal interconnect shall be placed, wherever feasible, in the joint utility trench being constructed under this contract (if applicable). This work shall be coordinated with the other utilities to ensure a 2" minimum conduit is provided solely for the traffic signal interconnect. Conduit size shall be verified with City Traffic Engineer prior to installation. 8-20.3 5 Al Fiber optic Conduit (June 24, 2013 WSDOT NWR — OPTION 1) Section 8-20.3(5)A1 is supplemented with the following: When multiple conduits are installed in the same trench, one location wire shall be placed between conduits. When multiple conduits are installed in the same boring, one locate wire is required for the conduit bundle. Location wire routed into pull boxes or cable vaults shall be attached to the "C" channel or the cover hinge bracket with stainless steel bolts and straps. A 1-foot loop of locate wire shall be provided above the channel as shown in the Plans. 8-20.3(5)A2 ITS and Cabinet Outer and Inner Duct Conduit (June 24, 2013 WSDOT NWR— OPTION 1) Section 8-20.3(5)A1 is supplemented with the following: Conduit Seal Existing conduits, entering cabinets, that are scheduled to have cables added or removed shall be sealed with an approved mechanical plug or waterproof foam at both ends of the conduit run. Existing Outer duct and inner duct conduit, entering cabinets, that are scheduled to have cables added or removed shall be sealed according to this section. 8-20.3 5 B Conduit Type (March 16, 2011 CFW GSP) Section 8-20.3(5)B is supplemented with the following: All conduits for signal cable raceways under driveways shall be rigid galvanized steel or Schedule 80 polyvinyl chloride (PVC). Whenever PVC conduit is used a ground wire shall be provided. 8-20.3 5 E3 Boring (October 16, 2006 WSDOT NWR, OPTION 1) Section 8-20.3(5)E3 is supplemented with the following: In addition to the requirements for boring with casing, the Contractor shall submit to the Engineer for approval a pit plan and a proposed method of boring that includes, but is not limited to, the following: 1) A pit plan depicting: a) Protection of traffic and pedestrians. b) The dimension of the pit. c) Shoring, bracing, struts, walers or sheet piles. d) Type of casing. 2) The proposed method of boring, including: a) The boring system. b) The support system. c) The support system under and at the bottom of the pit. CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-99 PROJECT #213 I RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019 12 The shoring and boring pit plan shall be prepared by and bear the seal and signature of a Washington State licensed Professional Civil Engineer. Installed casing pipe shall be free from grease, dirt, rust, moisture and any other deleterious contaminants. Commercial concrete meeting the requirements of Section 6-02.3(2)B may be used to seal the casing. 8-20.3[6] Junction Boxes, Cable Vaults, and Pull Boxes (September 17, 2019 CFW GSP) Section 8-20.3(6) is supplemented with the following: Unless otherwise noted in the Plans or approved by the Engineer, junction boxes, cable vaults and pull boxes shall not be placed within the traveled way or shoulders. All junction boxes, cable vaults, and pull boxes placed within the traveled way or paved shoulders shall be heavy-duty. Junction boxes shall not be located within the traveled way, wheelchair ramps, or driveways, or interfere with any other previous or relocated installation. The lid of the junction box shall be flush with the surrounding area and be adequately supported by abutting pavements or soils. All streetlight junction boxes not placed in the sidewalk shall be placed immediately adjacent to a sidewalk or curb surrounded by concrete (or asphalt if adjacent to roadway) to prevent the box from lifting out of the dirt. All streetlight junction box lids shall be welded shut after final inspection and approval by King County. Approved slip resistant surfaces shall have coefficient of friction of no less than 0.6 and have a proven track record of outdoor application which lasts for at least 10 years. Wiring shall not be pulled into any conduit until all associated junction boxes have been adjusted to, or installed in, their final grade and location, unless installation is necessary to maintain system operation. If wire is installed for this reason, sufficient slack shall be left to allow for future adjustment. Wiring shall be replaced for full length if sufficient slack as specified in Section 8-20.3(8) is not maintained. No splicing will be permitted. Junction boxes Type 1 and 2 shall meet the requirements of WSDOT Standard Plan J-40.10-01. Type 8 junction boxes shall meet the requirements of WSDOT Standard Plan J-40.30-01. Junction boxes shall be inscribed based upon system per WSDOT Standard Plan J-40.30.01. Junction box lids and frames shall be grounded per Section 8-20.3(9). CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-100 PROJECT #213 I RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019 12 Junction boxes shall be located at the station and offset indicated on the Plans except that field adjustments may be made at the time of construction by the Engineer to better fit existing field conditions. Junction boxes for copper and/or fiber signal interconnect shall be placed at a maximum interval of 300 feet and shall be inscribed with "TS" as described on WSDOT Standard Plan J-40.30-01. Communications/fibers vaults shall be provided for the purpose of storing slack cabling and installing splice enclosures. The location of all communication vaults shall be as indicated on the Plans and shall be field verified by the Contractor. Communication/fibers vaults shall be configured such that the tensile and bending limitations of the fiber optic cable are not compromised. Vaults shall be configured to mechanically protect the fiber optic cable against installation force as well as inert forces after cable pulling operations. Where indicated in the Plans, new vaults shall be installed as described herein and shown in the Plans. The Contractor shall furnish and install racking hardware for cable storage in all new vaults and in all existing vaults where cable storage is identified on the plans. The Contractor shall secure and store the cable in the racking hardware per manufacturer's instruction. Fiber vai,lts shall be installed in accordance with the following: 1. All openings around conduits shall be sealed and filled with grout to prevent water and debris from entering the vaults or pull boxes. The grout shall meet the specifications of the fiber vault manufacturers. 2. Backfilling around the work shall not be allowed until the concrete or mortar has set. Upon acceptance of work, fiber vaults shall be free of debris and ready for cable installation. All grounding requirements shall be met prior to cable installation. 4. Fiber vaults shall be adjusted to final grade using risers or rings manufactured by the fiber vault and pull box manufacturer. Fiber vaults with traffic bearing lids shall be raised to final grade using ring risers to raise the cover only. All voids created in and around the vault while adjusting it to grade shall be filled with grout. 5. Fiber vaults shall be installed at the approximate location shown in the Drawings. Final location to be approved by the Engineer. 6. All existing conduits will need to be open and exposed for access within the vault. Care shall be taken to identify which conduits have existing cables. All conduits will extend 2 inches within the vault walls. At the 2- inch mark the excess conduit on the existing structure will need to be removed and all cables exposed. CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-101 PROJECT #213 I RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019.12 7. Once the conduits are located, excavate a hole large enough to install the fiber vault. The vault shall have a concrete floor as indicated on the Drawings. The floor shall be installed on 6 inches of crushed surfacing top course. If a fiber vault is installed outside a paved area, an asphalt pad shall be constructed surrounding the junction box. Ensure that the existing conduits are at a minimum of 4 inches above the top of the floor. If the existing conduits contain existing cables, the new vault will need to be bottomless to allow the existing conduit and cable to be routed into the new vault. 8-20.3(8) Wiring (March 13, 1995 WSDOT NWR, OPTION 2) Section 8-20.3(8) is supplemented with the following: Wire Splices All splices shall be made in the presence of the Engineer. (May 1, 2006 WSDOT NWR, OPTION 3) Section 8-20.3(8) is supplemented with the following: Illumination Circuit Splices Temporary splices shall be the heat shrink type. (March 6, 2012 CFW GSP) Section 8-20.3(8) is supplemented with the following: Cable entering cabinets shall be neatly bundled and wrapped. Each wire shall bear the circuit number and be thoroughly tested before being connected to the appropriate terminal. Circuit conductors shall be standard copper wire in all conduit runs with size specified on the Plans. Conductors from luminaire bases to the luminaire fixture shall be minimum No. 14 AWG pole and bracket cable. (March 6, 2012 CFW GSP) The following is inserted between the 3rd and 4th paragraph of this section: Loop wires will be spliced to lead in wires at the junction box with an approved mastic tape, 3-M 06147 or equal, leaving 3 feet of loose wire. Connectors will be copper and sized for the wire. Mastic splice material will be centered on the wire and folded up around both sides and joined at the top. Splice will then be worked from the center outward to the ends. The ends will be visible and fully sealed around the wire. The end of the lead-in cables shall have the sheathing removed 8 inches and shall be dressed external to the splice. The 8th paragraph of this section is deleted and replaced with the following: Fused quick disconnect kits shall be of the SEC type or equivalent. Underground illumination splices shall be epoxy or underground service buss/lighting connector kits. Installation shall conform to details in the Standard Plans. CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-102 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019 12 The following is inserted between the 11th and 12th paragraphs of this section: Field Wiring Chart (IMSA Standards) 501 +Input 506 AC+Control 511 Remote -All Red 502 AC- 507 AC+Crosswalk 512-520 Special 503 AC+Lights 508 AC+Detectors 551-562 Interconnect 504 AC+Lights 509 AC+12 Volts 593-598 Rail Road Preemption 505 AC+Lights 510 Remote -Flash Phases 1 2 3 4 5 6 7 8 A B Emergency Orange 581 584 Vehicle __ •(B+.).....___m_..__.._ Yellow (Call) 582 585 Preemption . Blue BB �.. Y—�.. 583 . 586 _..........I.......... _ ,.. ,. Red . 611 621 631 641 M...... _... ........ _..... _......_.,,_ Orange .. 612 622 632 642 Vehicle Green 613 623 633 643 587 590 588 591 589 592 651 661 671 681 691 601 652 662 672_ 682 692 602 653 663 673 683 693 603 Heads Black _....._........................_..._,........,......._....� 614 624 634 644 654 664 674 684 694 604 White - - - --- ....-- ......-----..- ._ . (Common _ ---- - - ..----......- ... - ) 616 626 636 646 656 666 676 686 696 606 Red (Hand) .................._......... _.._..,,.W....,,.:.�..-.. 711 721 731 741 751 761 771 781 791 701 Green (Man) 712 722 732 ......... 742 752 762 772 782 792 702 Pedestrian White (Common 716 726 --...._......._....._........._..._....._ 736 746 756 . 766 776 786 796 706 Lights) Heads and .......for . ­ .._____..-- --........_..._..._.. PPB Orange 714 724 734 744 754 764 774 784 794 704 (Pus.h .button) ....................._... W `... - ..._.... _ ...._ ... .. _...__...... _ .....-_...... Black (Common for Push button) 715 725 735 745 755 764 775 785 795 705 .... .... .................... Loop 1 - _.__ .. 811 - _.- 821 .......... _.. 831 841 __........._.._. 851 861 _ 871 881 _ 891 _W 801 Loop 1 .W 812 __. 822 ._ ... 832 842 852 862 872 882 892 802 Loop 2 813 823 833 843 853 863 873 883 893 803 Vehicle Loop 2 814 824 834 844 854 864 874 884 894 804 Detectors Loop 3 815 825 835 845 855 865 875 885 895 805 Loop 3 W µ 816 826 836 846 856 866 876 886 896 806 Loop 4 „..w m 817 827 837 847 857 867 877 887 897 807 _...._..._................ .W_ ..... .Loop.4..___ - 818 838 848 858 868 878 888 898 808 Loot ...W-W._„ �T911 F828 921 931 941 951 961 971 981 991 901 „Loop.1�-- 912 922 932 942 952 962 972 982 992 902 Vehicle _Loop 2 M m - -913 923 933 943 953 963 973 983 993 903 Detectors/ Loop 2 914 924 934� 944 954 964�974 984 994 904 Count Loop 3µ 915 925 935 945 955 965 975 985 995 905 Loops ......... Loop 3 ..............,....�----...--. -- 916 - � 926 ................__ _ 936 .. _ 946 956 966 976 986 996 906 Loop 4�W 917 927 937 947 957 967 977 987 997 907 Loop 4 918 928 938 948 958 968 978 988 998 908 8-20.3(9) Bondinrl, Grounding (August 21, 2006 WSDOT NWR) Section 8-20.3(9) is supplemented with the following: Where shown in the Plans or where designated by the Engineer, the metal frame and lid of existing junction boxes shall be grounded to the existing equipment grounding system. The existing equipment grounding system shall be derived CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SPA03 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019 12 from the service serving the raceway system of which the existing junction box is a part. (March 13, 2012 CFW GSP) Section 8-20.3(9) is supplemented with the following: Contractor shall provide and install bonding and grounding wires as described in Standard Specifications and the National Electric Code for any new metallic junction boxes and any modified existing junction boxes. For the purposes of this section, a box shall be considered "modified" if new current -carrying conductors are installed, including low -voltage conductors. At points where shields of shielded conductors are grounded, the shields shall be neatly wired and terminated on suitable grounding lugs. Junction box lids and frames shall be grounded in accordance with Department of Labor and Industries standards, and shall be grounded so that the ground will not break when the lid is removed and laid on the ground next to the junction box. All conduits which are not galvanized steel shall have bonding wires between junction boxes. Ground rods shall be copper clad steel, 3/-inch in diameter by 10-feet long, connections shall be made with termite welds. At points where wiring shields of shielded conductors are grounded, the shields shall be neatly wired and terminated on suitable grounding lugs. (October 23, 2014 CFW GSP) Section 8-20.3(9) is supplemented with the following: In addition to the service grounds provided at the service cabinet each Type II, III, IV, or V signal standard shall have a supplemental ground installed per Standard Plan J-60.05. 8-20.3(14)B Signal Heads (March 13, 2012 CFW GSP) The first paragraph is deleted and replaced with the following: If the Engineer orders advance installation, the signal heads shall be covered to clearly indicate the signal is not in operation. The signal head covering material shall be of sufficient size to entirely cover the display. The covering shall extend over all edges of the signal housing and shall be securely fastened at the back. Signal heads shall be installed with back plates. A two (2) inch wide strip of Type IX yellow retro reflective sheeting shall be applied to the outside border of the back plates in accordance with the manufacturer's recommendations. The application surface of the back plate shall be cleaned, degreased Section 8-20.3(14)B is supplemented with the following: Alignment of vehicular and pedestrian signal heads shall be approved by the Engineer prior to system turn -on. CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-104 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019.12 All new vehicular and pedestrian signal heads shall be covered (sacked) completely including backplates with a 6 mil black polyethylene sheeting until placed into initial operation. The fitted covers shall use adjustable straps. The fitted covers shall have a one -inch hole for each signal display to flash out indications. The type of mounting hardware specified for the mast arm mounted vehicle signals may require modification at the time of installation to accommodate as built conditions. After the pole assembly has been installed and leveled, the Contractor shall measure the distance between each mounting point on the arm and the roadway. A type of mounting bracket different from that specified on the Plans shall be provided and installed by the Contractor if necessary to achieve the following criteria: 1. Red indications shall be in as straight a line as possible. 2. The bottom of the housing shall be between 16.5 feet and 19.0 feet above the pavement. 8-20.3(14)C Induction Loop Vehicle Detectors (January 31, 2014 CFW GSP) Item 2 and the last two sentences of Item 4 are deleted. Item 5 of this section is deleted and replaced with the following: 5) Each loop shall have 3 turns of loop wire. Item 11 of this section is deleted and replaced with the following: 11) The detector loop sealant shall be a flexible traffic loop wire encapsulement. Encapsulement shall be designated to enable vehicular traffic to pass over the properly filled sawcut within five minutes after installation without cracking of material. The encapsulement shall form a surface skin allowing exposure to vehicular traffic within 30 minutes at 75 degrees F. and completely cure to a tough rubber -like consistency within two to seven days after installation. Properly installed and cured encapsulement shall exhibit resistance to defects of weather, vehicle abrasion, motor oil, gasoline, antifreeze solutions, brake fluid, deicing chemicals and salt normally encountered in such a manner that the performance of the vehicle detector loop wire is not adversely affected. Section 8-20.3(14)C is supplemented with the following: One -quarter -inch (1/4") saw cuts shall be cleared of debris with compressed air before installing three turns of loop wire. All detector loops shall be 6-foot-diameter circle with diagonal mini -cut corners (no 90 degree corners) of not more than 1-inch on the diagonal. From the loops to the junction box, the loop wires shall be twisted two turns per foot and labeled at the junction box in accordance with the loop schematics included in these Plans. A 3/8-inch saw cut will be required for the twisted pair. No saw cut will be within 3 feet of any manhole or utility risers located in the street. Loops and lead-ins will not be installed in broken or fractured pavement. Where such pavement exists it will be replaced in kind with minimum 12-foot sections. Loops will also not be sawed CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SPA05 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019.12 across transverse joints in the road. Loops to be placed in concrete will be located in full panels, a minimum 18 inches from any expansion joint. Existing Traffic Loops The Contractor shall notify the City of Federal Way Traffic Engineer a minimum of five working days in advance of pavement removal in the loop areas. The Contractor shall install and maintain interim video detection until the permanent systems are in place. The interim video detection shall be operational simultaneously with decommission of the existing pavement loops. If the Engineer suspects that damage to any loop, not identified in the Plans as being replaced, may have resulted from Contractor's operations, the Engineer may order the Contractor to perform the field tests specified in Section 8 20.3(14)D. The test results shall be recorded and submitted to the Engineer. Loops that fail any of these tests shall be replaced. Loops that fail the tests, as described above, and are replaced shall be installed in accordance with current City of Federal Way design standards and Standard Plans, as determined by the Engineer. If traffic signal loops that fail the tests, as described above, are not replaced and operational within 48 hours, the Contractor shall install and maintain interim video detection until the replacement loops are operational. The type of interim video detection furnished shall he approved by the Fngineer prior to installation. 8-20.3041D Test for Induction Loops and Lead-in Cable (October 5, 2009 WSDOT NWR — OPTION 3) Section 8-20.3(14)D is supplemented with the following: Existing Lead-in Cable Test When new induction loops are scheduled to be installed and spliced to an existing two -conductor shielded detector lead-in cable, the Contractor shall perform the following: 1. Disconnect the existing detector lead-in cable in the controller cabinet and at the loop splice. 2. Megger test both detector lead-in cable conductors. A resistance reading of less than 100-megohms is considered a failure. 3. Detector lead-in cables that fail the test shall be replaced and then retested. 4. After final testing of the detector lead-in cable, the loop installation shall be completed and the loop system tested according to Tests A, C and D. Connect the detector lead-in cables in the controller cabinet. (October 5, 2009 WSDOT NWR — OPTION 4) Section 8-20.3(14)D is supplemented with the following: Existing Loop Test When two -conductor shielded detector lead-in cable is scheduled to be installed and spliced to an existing loop, the Contractor shall perform the following: 1. Disconnect the existing loop from the detector lead-in splice. 2. Megger test the existing loop wire. A resistance reading of less than 100- megohms is considered a failure. 3. Loops that fail the test shall be replaced and then retested. CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-106 PROJECT #213 1 RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019.12 4. After the final testing of the loops, the detector lead-in cable installation shall be completed and the loop system tested according to Tests A, C and D. (March 31, 2012 CFW GSP) Section 8-20.3(14)D is supplemented with the following: Test A — The resistance shall not exceed values calculated using the given formula. Resistance per 1000 ft of 14 AWG, R = 3.26 ohms / 1000 ft R = 3.26 x distance of lead-in cable (ft) 1000 ft Test B and Test C in this section are deleted and replaced with the following: Meggar readings of the detection wire to ground shall read 200 megohms at the amplifier connection. The 200 megohms or more shall be maintained after the splices are tested by submerging them in detergent water for at least 24 hours. The tests will be conducted with County personnel at the request of the Contractor. All costs incurred to meet this minimum standard will be the responsibility of the Contractor. 8-20.3(14)E Signal Standards (December 18, 2009 CFW GSP) Section 8-20.3(14)E is supplemented with the following: Traffic signal standards shall be furnished and installed in accordance with the methods and materials noted in the applicable Standard Plans, pre -approved plans, or special design plans. After delivering the poles or arms to the job site and before they are installed, they shall be stored in a place that will not inconvenience the public. All poles and arms shall be installed in compliance with Washington State Utility and Electrical Codes. Terminal cabinet(s) shall be installed on all Type II and Type III signal poles or where designated on the wiring diagrams in the Plans in accordance with the material requirements of Section 9-29:25 of the Standard Specifications. Terminal cabinets shall be installed at a height not to impede pedestrians. 8-20.3(14)G Video Camera Detectors (December 18, 2009 CFW GSP) Section 8-20.3(14)G is a new section: The video camera shall be installed consistent with the manufacturer recommendations. Controller cabinet equipment shall be installed in the cabinet when cabinet testing is performed. 8-20.3(14)H H brid Radar/Video Detectors Section 8-20.3(14)H is a new section: The hybrid radar/video camera shall be installed consistent with the manufacturer recommendations_ Controller cabinet equipment shall be installed in the cabinet when cabinet testing is performed. CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SPA07 PROJECT #213 I RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019 12 8-20.3 14 1 Blank -out signs Section 8-20.3(14)H is a new section: The blank -out signs shall be constructed using discrete LED's mounted onto a printed circuit board and designed to display the lane indications as shown on the plans. Blank -out signs shall be installed consistent with the manufacturer recommendations. 8-20.3 17 "As Built" Plans (December 18, 2009 CFW GSP) Section 8-21.3(17) is deleted and replaced with the following: Upon completion of the project, the Contractor shall furnish an "as -built" drawing of the intersection showing all signal heads, pole locations, detectors, junction boxes, Illumination system showing luminaire locations, miscellaneous equipment, conductors, cable wires up to the signal controller cabinet, and with a special symbol identifying those items that have been changed from the original contract drawings. All items shall be located to within one foot (1') horizontally and six inches (6") vertically above or below the finished surface grade. 8-20.3(18)Removal of Existing Signal Equipment (April 12, 2018 CFW GSP) Section 8-21.3(18) is a new section: Where noted on the Plans, existing signal, illiiminatinn, Safe City Cameras and relate equipment, and interconnect equipment shall be removed by the Contractor. The Engineer shall decide the ownership of all salvaged signal, illumination, Safe City Cameras and related equipment, and interconnect equipment materials. All salvaged signal materials not directed by the Engineer to remain property of the City shall be the property of the Contractor, except that any existing controllers and UPS cabinets and all contents shall be delivered to the King County Signal Shop at 155 Monroe Avenue NE, Renton, Washington 98056. All other material removed shall become the property of the Contractor and shall be disposed of off -site at a legal disposal site. Where junction boxes are removed, the conduit and wire shall also be removed to the bottom of the trench and the resulting hole backfilled with gravel borrow meeting the requirements of Section 9-03.14(1), unless the Engineer has approved the use of native material. Removals associated with the electrical system shall not be stockpiled within the jobsite without the Engineer's approval. 8-20.4 Measurement (April 12, 2018 CFW GSP) Section 8-20.4 is replaced with the following: "Traffic Signal System Modification, Complete — " shall be measured per lump sum. 8-20.5 Payment (April 12, 2018 CFW GSP) Section 8-20.5 is deleted and replaced with the following: Payment will be made in accordance with the following CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-108 PROJECT #213 I RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019.12 "Traffic Signal System Modification, Complete — ", per lump sum. The lump sum price for "Traffic Signal System Modification, Complete — shall be full pay for furnishing all labor, equipment, materials and supplies necessary to complete the work as specified. All items and labor necessary to supply, install, and test the system including, but not limited to, conduit, junction boxes, service circuit breaker and connections, mast arm -mounted signs, blank -out signs, vehicular and pedestrian signal heads, temporary and/or permanent vehicle detection system(s), connections with existing conduit and junction boxes, mast arm mounted traffic signs, restoring facilities destroyed or damaged during construction, removing and salvaging existing signal equipment, and all other components necessary to make a complete traffic signal system shall be included within the lump sum measurement. The lump sum bid price shall include all costs associated with the construction of the cement concrete pads around signal poles. All items and labor necessary to supply, install, and test the interconnect system including, but not limited to, conduit, single -mode fiber optic cable, junction boxes, connections with signal controllers, connections with existing conduit, junction boxes and fiber optic vaults, connections with existing interconnect systems, pull rope, plugs, restoring facilities destroyed or damaged during construction, clearing and grubbing, salvaging existing materials, and all other components necessary to make a complete fiber optic communication system shall be included within the lump sum measurement. Fiber optic cable installed in existing conduit will be included in the lump sum measurement. All costs for installing signing on signal mast arms or temporary signal installations shall be incidental to the bid item(s) in this section and no additional compensation will be made. Removal of an existing signal system or existing signal components shall be included within the lump sum measurement. After construction is complete, it is Contractor's responsibility to adjust, relocate, and reposition all traffic signal heads to their final position as shown on the Contract Documents, and shall be considered incidental to the lump sum measurement. Sawcutting, pavement removal, excavation, trenching, bedding and backfill materials, backfilling of trenches, pavement restoration of trenches and conduit/junction box installations shall be incidental to the bid items included in this section and no additional compensation will be made. All costs for installing junction boxes and conduit containing traffic signal system, illumination system, and/or fiber optic communication system wiring shall be incidental to the bid item(s) of this section and no additional compensation will be made. All costs for painting shall be incidental and included in the bid items included in this section and no additional compensation will be made. Adjustment of junction boxes shall be incidental and included in the bid items included in this section and no additional compensation will be made. Restoration of facilities destroyed or damaged during construction shall be considered incidental to the bid items included in this section and no additional compensation will be made. SECTION 8-21 PERMANENT SIGNING 8-21.1 Description CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-109 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019.12 (March 13, 2012 CFW GSP) Section 8-21.1 is deleted and replaced with the following: This work shall consist of furnishing and installing permanent signing, sign removal, sign relocation, and the project sign installation and removal, in accordance with the Plans, these Specifications, the Standard Plans, MUTCD, and the City of Federal Way Standard Details at the locations shown in the Plans or where designated by the Engineer. Signs to be removed as shown on the Plans, shall be returned to the Owner. Colors of all permanent signs shall be submitted to the City for approval prior to installation in the field. Installed signs that do not have color approved by the City may be required to be removed and replaced in an acceptable color at the Contractor's expense. 8-21.3 Construction Requirements 8-21.3 2 Placement of Signs (December 18, 2009 CFW GSP) Section 8-21.3(2) is supplemented with the following: The City of Federal Way, 253-835-2744, shall be contacted within 2 working days of completion of the permanent signing installation to inspect, inventory, and log all new and relocated signs. Other Signs: Refer to the currently adopted version of the Manual on Uniform Traffic Control Devices (MUTCD) with Washinqton State Supplements. 8-21.3(5) Sign Relocation (December 18, 2009 CFW GSP) Section 8-21.3(5) is supplemented with the following: King County METRO and/or Pierce Transit personnel will remove and reinstall all existing bus stop signs and supports within the project limits. The Contractor shall contact King County METRO at (206)684-2732 or Pierce Transit at (253)581-8130 to coordinate sign work 2 weeks prior to the required sign removal or installation. A copy of the record of communication shall be forwarded to the City of Federal Way. 8.21.6 Payment (April 12, 2018 CFW GSP) Section 8-21.5 is deleted and replaced with the following: All costs for furnishing and installing signs on traffic signal mast arms poles, as well as the removal/re-location of ground -mounted signs, shall be included in the lump sum price for "Traffic Signal System Modification — Complete " EC -22 PAVEMENI MARKIN 8-22.1 Description (December 18, 2009 CFW GSP) Section 8-22.1 is supplemented with the following: Pavement markings shall conform to City of Federal Way Standard Details. Profiled and plastic lines shall conform to the pattern as shown on WSDOT Standard Plan M-20.20- 01. CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-110 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019,12 8-22.2 Materials (October 23, 2014 CFW GSP) Section 8-22.2 Sentence #3 is deleted and replaced with the following: Glass beads for Type A plastic shall be as recommended by the manufacturer. 8-22.3[3] Marking Application 8-22.3(6) Removal of Pavement_ Markings (April 12, 2018 CFW GSP) Section 8-22.3(6) is supplemented with the following: As indicated on the plans, the Contractor shall remove existing pavement markings that may consist of paint, plastic and raised pavement markings. 8-22.4 Measurement (December 13, 2012 CFW GSP) Section 8-22.4 is supplemented with the following: Measurement for the removal of all pavement markings will be per lump sum. 8-22.5 Payment (April 12, 2018 CFW GSP) Section 8-22.5 is modified as follows: The following bid items are deleted: "Removing Paint Line", per linear foot. "Removing Plastic Line", per linear foot. "Removing Painted Crosswalk Line", per square foot. "Removing Plastic Crosswalk Line", per square foot. "Removing Painted Traffic Marking", per each. "Removing Plastic Traffic Marking", per each. The following is a new bid item: "Removing Pavement Markings", per lump sum. 8-30 POTHOLING AND RESOLUTION QF UTILITY CONFLICTS (April 12, 2018 CFW GSP) Section 8-30 and it's subsections are new sections as follows: 8-30.1 Description (April 12, 2018 CFW GSP) Section 8-30.1 is a new section: This work involves the identification and resolution of utility conflicts not identified in the plans between proposed improvements and existing utilities. The City will pay these costs by force account if the work proves to be acceptable and the Contractor had performed the work with the authority of and due notice to the Engineer. 8-30.3 Construction Requirements (April 12, 2018 CFW GSP) Section 8-30.3 is a new section: The City may direct the Contractor to pothole existing utilities to verify the field location and depth. Potholing shall include excavation and backfilling of the existing utility, CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SPA 11 PROJECT #213 I RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019.12 identification of the pipe or line size, material type and condition and the survey work to locate the facility horizontally and vertically. Survey information to be obtained shall include station and offset to center of utility and elevation at top of utility. Stations, offsets and elevations shall be to the nearest 0.1 foot unless greater accuracy is required. Potholes shall be backfilled with CSTC compacted to 95%, or with CDF, as directed by the Engineer. In areas subject to public traffic, the HMA patch shall match the depth of the surrounding pavement. In the event that a conflict arises between the proposed improvements and an existing utility, the Resolution of Utility Conflicts item will compensate the Contractor for standby time and additional work in the following manner: 1. Standby time resulting from existing utility conflicts. Standby time is defined as time the Contractor is unable to proceed with progression of a specific work item (i.e. storm drainage, underground utility installation etc.) due to conflicts with existing facilities. However, payment for standby time shall be limited to: a. For each agreed upon conflict, a maximum of four (4) hours of standby time will be paid for actual delay of labor and equipment due to a utility conflict. The Contractor shall be responsible to adjust his work schedule and/or reassign his work forces and equipment to other areas of work to minimize standby time. b. If the conflict is resolved within one (1) hour of notification to the Engineer, no standby time will be paid. 2. Additional work required to resolve utility conflicts will be paid for at the bid unit prices for the associated work. Work that can be measured and paid for at the unit contract prices shall not be identified as force account work. This work includes but is not limited to: a. Storm drainage manhole, pipe, vault, and conduit realignments of line and/or grade for the storm drain and undergrounding of overhead utilities, to avoid existing utility conflicts. b. Additional storm drainage manholes, pipe, vaults, and conduit required by a change in alignment, and/or grade, not exceeding the limits set in section 1- 04.4 of the Standard Specifications. 8-30.4 Measurement (April 12, 2018 CFW GSP) Section 8-30.4 is a new section: "Potholing", will be measured for force account per Section 1-09.6. "Resolution of Utility Conflicts" will be measured for force account per Section 1-09.6. 8-30.5 Payment (April 12, 2018 CFW GSP) Section 8-30.5 is a new section: "Potholing", will be paid by force account. "Resolution of Utility Conflicts", will be paid by force account To provide a common proposal for all bidders, the City has estimated the amount for "Resolution of Utility Conflicts" and "Potholing" and entered the amounts in the proposal to become a part of the total bid by the Contractor. CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SPA 12 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019.12 Utility conflicts due to the Contractor's actions or operations shall be resolved by the Contractor at no expense to the Contracting Agency. END OF DIVISION 8 CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-113 PROJECT #2131 RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019.12 DIVISION 9 MATERIALS 9-03 AGGREGATES 9.03.12 Gravel Backfill 9-03.12 6 Pit Run Sand (April 12, 2018 CFW GSP) Section 9-03.12(6) is a new section: Sieve Size Percent Passing 3/8" square 100 U.S. No. 4 90 Sand Equivalent 30 minimum 9-03.14(3) Common Barrow (April 12, 2018 CFW GSP) Section 9-03.14(3) is modified with the following requirements: Material from on -site excavations meeting the requirements for Common Borrow shall be used to the extent practicable. Material for common borrow shall consist of granular soil and/or aggregate which is free of trash, wood, debris, and other deleterious material. Common Borrow material shall be at the proper muisture content for compaction. This material is generally moisture sensitive. The natural moisture content shall range from not more than 1 percent wet of optimum to not more than 3 percent dry of optimum as determined in accordance with Section 2-03.3(14)D. The material shall not pump or yield under the weight of compaction equipment and construction traffic. The Contractor is responsible for protecting the material from excess moisture wherever/whenever possible. To the extent practicable, this material should be handled only during non -rainy periods and should be removed, hauled, placed, and compacted into final embankments without intermediate handling or stockpiling. Surfaces should be graded and sloped to drain and should not be left uncompacted. Common Borrow shall meet the following gradation limits: Sieve Size Percent Passing (by weight) 6" square100 4" square 90-100 2" square 75 - 100 U.S. No. 4 50 - 80 U.S. No. 40 50 max. U.S. No 200 25 max. For geosynthetic reinforced walls or slopes, 100percent passing 1'/4- inch square sieve and 90 to 100 percent passing the 1-inch square sieve. Common Borrow shall contain sufficient fines for compaction and to bind the compacted soil mass together to form a stable surface when heavy construction equipment is operated on its surface. CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-114 PROJECT #213 1 RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019.12 9-14 EROSION CONTROL AND ROADSIDE PLANTING 9-14.1 Topsoil 9-14.1(1) Topsoil Type A (April 12, 2018 CFW GSP) Section 9-14.1(1) is supplemented with the following: Topsoil Type A mix shall be 50% pure organic compost and 50% sand or sandy loam. The soil shall be high in organic content and compromised of fully composted and mature organic materials. Refer to Section 9-14.4(8) of the Standard Specifications for compost requirements. No fresh sawdust or other fresh wood by-products shall be added to extend the volume after the composting process. Chemical and physical characteristics of Topsoil Type A shall comply with the following: Screen Size 7/16" Maximum Total Nitrogen 0.25% Minimum Organic Matter 10% Minimum pH Range 5.5 to 7.5 Conductivity 5 mmhos/cm Maximum 9-14.2 Seed (April 12, 2018 CFW GSP) Section 9-14.2 is supplemented with the following: The grass seed dealer shall mix the grass seed only. The Contractor shall furnish the Engineer with a dealer's guaranteed statement of the composition, mixture, and the percentage of purity and germination of each variety. Seed shall be applied at manufacturer's recommended rate. Hydroseed shall be composed of the following varieties mixed in the proportions indicated, or approved equal: SEEDED LAWN MIXTURE _ BY % % NAME WEIG PURI GERMINATI HT TY ON Tall Fescue / Festuca arundinacea 40% 98% 90% Creeping Red Fescue / Festuca rubra 25% 98% 90% Highland Colonial Bentgrass /Agrostis 5% 98% 90% capillaris var. 'Highland' Perennial Rye / Lolimum perenne 30% 95% 90% (blend of two: 'Fiesta II', 'Prelude II', 'Commander' 9-14.4 Mulch and Amendments CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SPA15 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019 12 9-14.4(3) Bark or Wood Chi s (April 12, 2018 CFW GSP) Section 9-14.4(3) is supplemented with the following: Bark or Wood Chip Mulch shall be medium grade composted ground fir or hemlock bark. The bark shall be uniform in color, free from weed seeds, sawdust and splinters. The mulch shall not contain resin, tannin, wood fiber or other compounds detrimental to plant life. The moisture content of bagged mulch shall not exceed 22%. The acceptable size range of bark mulch material is '/2" to 1" with maximum of 20% passing the'/2" screen. SECTION 9-28 SIGNING MATERIALS AND FABRICATION 9-28.1 General (January 8, 2013 CFW GSP) Paragraph three is deleted and replaced with the following: All regulatory (R series), school (S series), and warning (W and X series) signs, except for parking regulation, parking prohibition signing and signs of fluorescent yellow color shall be constructed with Type III Glass Bead Retroreflective Element Material sheeting in accordance with Section 9-28.12 of the Standard Specifications. This sheeting has a retro reflection rating of 250 candelas/foot candle/square foot for white -silver sheeting with a divergence angle of 0.2 degrees and an incidence angle of minus 4 degrees. This high intensity sheeting shall be Type III sheeting or greater. All street name (D-3) sign sheeting shall meet this specification. The reflectivity standard of supplemental plaques shall match that of the primary sign. All overhead signing, all regulatory (R series) of fluorescent yellow color and all school (S series) of florescent yellow color shall meet the specifications of Type IX Micro Prismatic Retroreflective Element Material sheeting in accordance with Section 9-28.12 of the Standard Specifications. This standard applies to all signs mounted above the roadway, on span wire or signal mast arms and all regulatory (R series) and school (S series) signs of fluorescent yellow color. The reflectivity standard of supplemental plaques shall match that of the primary sign. Motorist information and parking signing shall be constructed with Type I Glass Bead Retroreflective Element Material sheeting in accordance with Section 9-28.12 of the Standard Specifications. The reflectivity standard of supplemental plaques shall match that of the primary sign. 9-28.2 Manufacturer's Identification and Date (October 23, 2014 CFW GSP) Section 9-28.2 is deleted and replaced with the following: All signs shall show the manufacturer's name and date of manufacture on the back. 9-28.8 Sheet Aluminum Si ns (January 8, 2013 CFW GSP) Section 9-28.8 table is deleted and replaced with the following FMaximum Dimension CITY OF FEDERAL WAY JANUARY 2020 Blank VARIABLE LANE USE CONTROL SP-116 PROJECT #213 I RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019 12 Thickness Less than 30 inches 0.080 inches Greater than 30 inches, less than 48 0.100 inches inches Greater than 48 inches 0.125 inches Section 9-28.8 is supplemented with the following: All permanent signs shall be constructed from aluminum sign blanks unless otherwise approved by the Engineer. Sign -blank minimum thicknesses, based on maximum dimensions, shall be as follows: All D-3 street -name signs shall be constructed with 0.100-inch-thick blanks. The Contractor shall install permanent signs which meet or exceed the minimum reflectivity standards. All sign face sheeting shall be applied to sign blanks with pressure sensitive adhesives. 9-28.9 Fiberglass Reinforced Plastic Signs (December 18, 2009 CFW GSP) Section 9-28.9 is deleted in its entirety. 9-28.14 Sign Support Structures (December 18, 2009 CFW GSP) Section 9-28.14 is supplemented with the following: Unless otherwise noted on the plans or approved by the engineer, all sign posts shall be timber sign posts. 9-28.14 1 Timber Sign Posts (December 18, 2009 CFW GSP) Section 9-28.14(1) is supplemented with the following: All ground -mounted sign posts shall use pressure treated hem -fir wood posts unless approved otherwise by the Engineer. All wood posts shall be buried a minimum of 30 inches below the finished ground line. Post backfill shall be compacted at several levels to minimize settling. All posts shall be two-way plumb. 9-28.14(2) Steel Structures and Posts (December 18, 2009 CFW GSP) Section 9-28.14(2) is supplemented with the following: Unless otherwise noted on the plans or approved by the engineer, all sign posts shall be timber sign posts. Approved Manufacturers for Steel Sign Supports The Standard Plans lists several steel sign support types. These supports are patented devices and many are sole -source. All of the sign support types listed below are acceptable when shown in the plans. Steel Sign Support Type Manufacturer Type TP-A & TP-B Transpo Industries, Inc. Type PL, PL-T & PL-U Northwest Pipe Co. Type AS Transpo Industries, Inc. Type AP Transpo Industries, Inc. CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SPA17 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019.12 Type ST 1, ST 2, ST 3, & ST 4 Type SB-1, SB-2, & SB-3 SECTION 9-29 ILLUMINATION. SIGNAL. ELECTRICAL Ultimate Highway Products, Allied Tube & Conduit, Inc., Northwest Pipe, Inc. Ultimate Highway Products, Xcessories Squared Development and Manufacturing Incorporated, Northwest Pipe, Inc. 9-29.1 Conduit Innerduct and Outerduct (June 5, 2000 WSDOT NWR) Section 9-29.1 is supplemented with the following: Conduit Coatings Conduit fittings for steel conduit shall be coated with galvanizing repair paint in the same manner as conduit couplings. Electroplated fittings are not allowed. Steel conduit entering concrete shall be wrapped in 2-inch-wide pipe wrap tape with a minimum 1-inch overlap for 12 inches on each side of the concrete face. Pipe wrap tape shall be installed per the manufacturer's recommendations. (October 23, 2014 CFW GSP) Fiber optic cable conduit shall be supplied as a system from a single manufacturer providing all of the conduit, all required fittings, termination and other installation accessories; all in accordance with the Contract Documents. 9-29.10) Rigid Metal Conduit, Galvanized Steel Outerduct,_and Fittings (August 10, 2009 WSDOT NWR) Section 9-29.1(1) is supplemented with the following: Conduit Sealing Mechanical plugs for cabinet conduit sealing shall be one of the following: 1. Tyco Electronics - TDUX 2. Jackmoon — Triplex Duct Plugs 3. O-Z Gedney — Conduit Sealing Bushings The mechanical plug shall withstand a minimum of 5 psi of pressure. 9-29.1(2) Rigid Metal Conduit Fittings and Appurtenances (August 10, 2009 WSDOT NWR) Section 9-29.1(2) is supplemented with the following: Conduit Coatings Electroplated couplings are not allowed. (March 4, 2009 WSDOT NWR)) Surface Mounting Conduit Attachment Components Channel supports and all fastening hardware components shall be Type 304 stainless steel. 9-29.101) Foam Conduit Sealant (January 7, 2019 WSDOT Option 1) CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-118 PROJECT #213 1 RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019.12 Section 9-29.1(11) is supplemented with the following: The following products are accepted for use as foam conduit sealant: • CRC Minimal Expansion Foam (No. 14077) • Polywater FST Foam Duct Sealant • Superior Industries Foam Seal • Todol Duo Fill 400 9-29.2 Junction Boxes, Cable Vaults and Pull Boxes 9-29.2 11A Standard Duty Junction Boxes (April 12, 2018 CFW GSP) Section 9-29.2(1) is supplemented with the following: Concrete Junction Boxes For junction boxes located within the sidewalk, along an ADA pedestrian route, or in other accessible surfaces within the public right-of-way or on publicly owned properties, both the lid and frame shall be treated with one of the following slip -resistance products: 1. Mebacl manufactured by IKG Industries. 2. SlipNOT Grade 3-coarse manufactured by W.S. Molnar Company. 3. Saftrax TH604 Non -Skid manufactured by Thermion. Where the exposed portion of the frame is 1/2 inch wide or less the slip - resistant treatment may be omitted on that portion of the frame. The slip -resistant lid shall be identified with permanent marking on the underside indicating the type of surface treatment ("M1" for Mebac 1; "SY for SlipNOT Grade 3-coarse; or "ST" for Saftrax TH604) and the year manufactured. The permanent marking shall be 1/8 inch line thickness formed with a mild steel weld bead. 9-29.2121A Standard Duty Cable Vaults and Pull Boxes (April 12, 2018 CFW GSP) Section 9-29.2(2)A is supplemented with the following: For cable vaults and pull boxes located within the sidewalk, along an ADA pedestrian route, or in other accessible surfaces within the public right-of- way or on publicly owned properties, both the lid and frame shall be treated with one of the following slip -resistance products: 1. Mebacl manufactured by IKG Industries. 2. SlipNOT Grade 3-coarse manufactured by W.S. Molnar Company. 3. Saftrax TH604 Non -Skid manufactured by Thermion. Where the exposed portion of the frame is 1/2 inch wide or less the slip - resistant treatment may be omitted on that portion of the frame. The slip -resistant lid shall be identified with permanent marking on the underside indicating the type of surface treatment ("M1" for Mebac 1; "SY for SlipNOT Grade 3-coarse; or "ST" for Saftrax TH604) and the year manufactured. The permanent marking shall be 1/8 inch line thickness formed with a mild steel weld bead. CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-119 PROJECT #213 1 RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019.12 9-29.3 Fiber Optic Cable Electrical Conductors and Cable (December 13, 2012 CFW GSP) Section 9-29.3 is supplemented with the following: Video cable from the camera (sensor) to the controller cabinet shall conform to the video detection manufacturer's recommendations. 9-29.3 2 F Detector Loop Wire (April 12, 2018 CFW GSP) Section 9-29.3(2)F is modified as follows: Detector loop wire shall use 14 AWG stranded copper conductors, and shall conform to IMSA Specification 51-7, with cross -linked polyethylene (XLPE) insulation encased in a polyethylene outer jacket (PE tube). 9-29.3{2)H Three -Conductor Shielded Cable (March 13, 2012 CFW GSP) Section 9-29.3(2)H is supplemented with the following: Lead-in cable back to the controller for pre-emption units shall be 6TT detector 138 cable or equivalent. 9-29.3(2)1 Twisted Pair Communications Cable (October 23, 2014 CFW GSP) Section 9-29.3(2)1 is deleted in its entirety. See Section 8-20.3(8)A. 9-29.6 Light and Signal Standards (December 18, 2009 CFW GSP) Section 9-29.6 is supplemented with the following: Light standards shall be tapered round aluminum tube C-wall alloy 6063 satin brushed finish with Davit bracket arm, as shown in Federal Way Standard Detail herein, except that luminaire mounting height shall be as shown on the Illumination Pole Schedule. (January 7, 2019 WSDOT GSP, OPTION 5) Section 9-29.6 is supplemented with the following: Traffic Signal Standards Traffic signal standards shall be furnished and installed in accordance with the methods and materials noted in the applicable Standard Plans, pre -approved plans, or special design plans. All welds shall comply with the latest AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals. Welding inspection shall comply with Section 6-03.3(25)A Welding Inspection. Hardened washers shall be used with all signal arm connecting bolts instead of lockwashers. All signal arm ASTM F 3125 Grade A325 connecting bolts tightening shall comply with Section 6-03.3(33). Traffic signal standard types and applicable characteristics are as follows: CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-120 PROJECT #213 1 RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019 12 Type PPB Pedestrian push button posts shall conform to Standard Plan J-20.10 or to one of the following pre -approved plans: Fabricator Drawing No. Valmont Ind. Inc. DBO1165 Rev. B Sheet's 1, 2, 3 & 4 of 4 Ameron Pole WA15TR10-1 Rev. Band Prod. Div. WA15TR10-3 Rev. A Type PS Pedestrian signal standards shall conform to Standard Plan J- 20.16 or to one of the following pre -approved plans: Fabricator Drawing No. Valmont Ind. Inc. DBO1165 Rev. B Sht. 1, 2, 3 & 4 of 4 Ameron Pole WA15TR10-1 Rev. B and Prod. Div. WA15TR10-2 Rev. B Type I Type I vehicle signal standards shall conform to Standard Plan J- 21.15 or to one of the following pre -approved plans: Type FB Type RM CITY OF FEDERAL WAY JANUARY 2020 Fabricator Drawinq No. Valmont Ind. Inc. DBO1165 Rev. B Sht. 1 2, 3 & 4 of 4 Ameron Pole WA15TR10-1 Rev. B and Prod. Div WA15TR10-2 Rev. B Type FB flashing beacon standard shall conform to Standard Plan J-21.16 or the following pre -approved plan: Fabricator Drawing No. Valmont Ind. Inc. DBO1165 Rev. B Sht. 1 2, 3 & 4 of 4 Ameron Pole WA15TR10-1 Rev. Band Prod. Div. WA15TR10-2 Rev. B Type RM ramp meter standard shall conform to Standard Plan J-22.15 or the following pre -approved plan: Fabricator Drawing No. Valmont Ind. Inc. DBO1165 Rev. B Sht. 1 2, 3 & 4 of 4 Ameron Pole WA15TR10-1 Rev. B and Prod. Div. WA15TR10-2 Rev. B VARIABLE LANE USE CONTROL SP-121 PROJECT #213 I RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019.12 Type CCTV Type CCTV camera pole standards shall conform to one of the following pre -approved Plans: Fabricator Valmont Industries, Inc. Ameron Pole Product Div. Type II Characteristics. Luminaire mounting height Luminaire arms Luminaire arm length Signal arms Drawing No. DB 01166 Rev. B Sheet 1, 2, 3 and 4 of 4 WA15CCTV01 Rev. B Sheet 1 and 2 of 2 N.A. N.A. N.A. One Only Type II standards shall conform to one of the following pre - approved plans, provided all other requirements noted herein have been satisfied. Maximum (x) (y) (z) signal arm loadings in cubic feet are noted after fabricator. Signal Arm Length max Fabricator-(x) (y) (z) 65 ft. Valmont Ind. Inc.-(2894) 65 ft. Ameron Pole-(2900) Prod. Div. Type III Characteristics: Luminaire mounting height Luminaire arms Luminaire arm type Luminaire arm length (max.) Signal arms Drawing No. DBO1162 Rev. B, Shts. 1, 2,3, 4 & 5 of 5 WA15TR3724-1 Rev. C and WA15TR3724-2 Rev. D Sheet 1 and 2 of 2 30 ft., 35 ft., 40 ft., or 50 ft. One Only Type 1 16 ft. One Only Type III standards shall conform to one of the following pre - approved plans, provided all other requirements noted herein have been satisfied. Maximum (x) (y) (z) signal arm loadings in cubic feet are noted after fabricator. Signal Arm Length {max) Fabricator-(x) (y) (z) Drawing No. CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-122 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019.12 65 ft. Valmont Ind. Inc.-(2947) DBO1162 Rev. B, Shts. 1, 2, 3, 4 & 5 of 5 and"J" luminaire arm 65 ft. Ameron Pole-(2900) WA3724-1 Rev. C and Prod. Div. WA3724-2 Rev. D and "J" luminaire arm Type IV Type IV strain pole standards shall be consistent with details in the plans and Standard Plan J-27.15 or one of the following pre - approved plans: Fabricator Drawing No. Valmont Industries, Inc. D1301167, Rev. B Sheets 1 and 2 Ameron Pole WA 15TR15 Rev. A Prod. Div. Sheet 1 and 2 of 2 Type V Type V combination strain pole and lighting standards shall be consistent with details in the plans and Standard Plan J-27.15 or one of the following pre -approved plans: Fabricator Drawing No. Valmont Industries, Inc. D1301167, Rev. B Sheets 1 and 2 Ameron Pole WA 15TR15 Rev. A Prod. Div. Sheet 1 and 2 of 2 The luminaire arm shall be Type 1, 16 foot maximum and the luminaire mounting height shall be 40 feet or 50 feet as noted in the plans. Type SD Type SD standards require special design. All special design shall be based on the latest AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals and pre -approved plans and as follows: 1. A 115 mph wind loading shall be used. 2. The Mean Recurrence Interval shall be 1700 years. 3. Fatigue category shall be III. Complete calculations for structural design, including anchor bolt details, shall be prepared by a Professional Engineer, licensed under Title 18 RCW, State of Washington, in the branch of Civil or Structural Engineering or by an individual holding valid registration in another state as a civil or structural Engineer. CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-123 PROJECT #213 1 RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019.12 All shop drawings and the cover page of all calculation submittals shall carry the Professional Engineer's original signature, date of signature, original seal, registration number, and date of expiration. The cover page shall include the contract number, contract title, and sequential index to calculation page numbers. Two copies of the associated design calculations shall be submitted for approval along with shop drawings. Details for handholes and luminaire arm connections are available from the Bridges and Structures Office. Foundations for various types of standards shall be as follows: Type PPB As noted on Standard Plan J-20.10 Type PS As noted on Standard Plan J-21.10 Type I As noted on Standard Plan J-21.10 Type FB As noted on Standard Plan J-21.10 Type RM As noted on Standard Plan J-21.10 Type CCTV As noted on Standard Plan J-29.15 Type II As noted in the Plans. Type III As noted in the Plans. Type IV As noted in the Plans and Standard Plan J-27.10 Type V As noted in the Plans and Standard Plan J-27.10 Type SD As noted in the Plans. 9-29.6 1 Steel Light and Signal Standards (December 18, 2009 CFW GSP) Section 9-29.6(1) is supplement with the following: Traffic signal standards and illumination standards shall be furnished and installed in accordance with the methods and materials noted in the applicable Standard Plans, pre -approved plans, or special design plans. All welds shall comply with the latest AASHTO Standard Specifications for Support of Highway Signs, Luminaires, and Traffic Signals. Welding inspection shall comply with Section 6-03.3(25)A, Welding Inspection. All traffic signal standards and arms shall be round tapered. After delivering the poles or arms to the job site and before they are installed, they shall be stored in a place that will not inconvenience the public. All poles and arms shall be installed in compliance with Washington State Utility and Electrical Codes. Terminal cabinet(s) shall be installed on all Type II and Type III signal poles or where designated on the wiring diagrams in the Plans in accordance with the material requirements of Section 9-29.25 of the Standard Specifications. Terminal cabinets shall be installed at a height not to impede pedestrians. Galvanized steel light and signal standards shall not be painted. CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SPA24 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019.12 9-29.10(2) Vacant (January 11, 2019 CFW GSP) Section 9-29.10(2) is deleted and replaced with the following new section: 9-29.13 Control Cabinet Assemblies 9-29.13(2)A Traffic Signal Controller Assembly Testing (October 23, 2014 CFW GSP) Section 9-29.13(2)A is supplemented with the following: Replace all references to "WSDOT Materials Laboratory", "WSDOT facility", and "WSDOT with "King County Traffic Maintenance". 9-29.13 3 Traffic Signal Controller Section 9-29.13(3) is supplemented with the following; In -cabinet equipment includes the following: U) C/) 00 U) (D U) M r Item 06 U) U) 06 06 °n -r- U) U) a ca � llccV,� VJ n '0 VJ Hybrid Radar/Video Detector Cabinet 1 Interface Unit Video Camera Detector Cabinet 1 * 1 Interface Unit EVP Relay1 Load Switch 1 1 Type 16 Malfunction Management Unit 1 1 EDI MMU2-16LEi MMU Program Card 1 1 1 TS2 Detector Rack 1 1 Loop Detector Card 3 1 Fiber Optic Patch Cords Wall -Mounted Fiber Optic Patch Panel Ethernet Switch SFP Module GRIDSMART system to be furnished by the City and installed by the Contractor CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-125 PROJECT #213 I RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019.12 Documentation and Training Contractor to supply complete technical information, shop drawings, schematic diagrams, photographs, circuit diagrams, programming and operation instruction manuals, and any other necessary documents to fully describe the proposed equipment. Schematics & Manuals: The cabinet(s) shall have a waterproof envelope with a side access attached to the inside of the door. At the time of delivery the envelope shall have two complete sets of schematics and manuals for all assemblies and sub -assemblies. In addition, the cabinet shall arrive with two sets of cabinet prints and one disk copy of the cabinet print in AutoCAD format including circuit schematics for each model of the following: 1. Controller 2. Conflict Monitor 3. Opticom Equipment 4. Video Detection Equipment The supplier shall provide a minimum of a one -day (8 hour) training session, given by qualified technical representative(s) of the manufacturer's firm. The sessions shall be conducted at the County and the training sessions shall be coordinated with the City Traffic Engineer. The supplier shall contact the City Traffic Engineer approximately three weeks prior to delivery of the equipment for the purpose of discussing the format and scheduling of the training sessions. The sessions shall be conducted within five (5) working days AFTER delivery of the equipment. The training sessions shall as a minimum meet the following requirements: 1. Session 1: Basic operation, detector programming, special configuration programming, and time of time of day operation. This would cover operator front panel instruction for each component (i.e., Controller, Malfunction Management Unit, and Detector). 2. Session 2: Preemption, telemetry, diagnostics, cabinet operation, preventative maintenance, computer software, and troubleshooting. Technical maintenance and troubleshooting instruction shall be the main focus. 3. Presentations shall be made by "factory trained personnel". Supplier shall provide all necessary equipment needed for the training. The instructional materials provided with the training sessions shall include the following information: 1. Table of Contents 2. Operating Procedure 3. Theory of Operation 4. Maintenance and Troubleshooting Information 5. Circuit Wiring Diagrams 6. Pictorial Diagrams of Part Locations 7. Timing Sheet CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SPA26 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019 12 The controller shall be a NEMA TS2 controller, specifically, an Econolite Cobalt and be installed within a complete NEMA TS2 Type 1 eight phase signal cabinet. 9-29.13(10)A Auxiliary Equipment for NEMA Controllers (February 2, 2012 CFW GSP) Section 9-29.13(10)A is modified as follows: Paragraph 1, Item 1 is supplemented with the following: All flasher units shall as a minimum meet NEMA TS-2 1992, Section 6 requirements and shall be EDI Model 810 or approved equal. Paragraph 1, Item 2 is supplemented with the following: All load switches shall as a minimum meet NEMA TS-2 1992, Section 6 requirements and shall be EDI Model 510 or approved equal. Paragraph 1, Item 3a is deleted and replaced with the following: A 50-amp main breaker shall be supplied. This breaker shall supply power to the controller, MMU, signals, cabinet power supply, and auxiliary panels. Paragraph 1, Item 3b is deleted and replaced with the following: A 15-amp auxiliary breaker shall supply power to the fan, light, and GFI outlet. Paragraph 1, Item 3c is supplemented with the following: Spare neutral buss bars shall be provided on the bottom left and right of the cabinet. Paragraph 1, Item 3 is supplemented with the following: g. A normally -open, 60-amp, solid-state device, "Crydom CWA 4850 relay" or approved equivalent. h. The power panel shall be covered by an easily removable, clear Plexiglas cover. Paragraph 1, Item 4 is supplemented with the following: Inside the police door there shall be a flash switch, which shall be the only switch on that panel. The switch shall have two positions, 'Auto" and "Flash": The up position shall be "Auto" and result in normal signal operation. The down position shall be "Flash" and will put the signal into flashing operation and apply stop time to the controller. The switch shall be a general-purpose bat style toggle switch with 0.688-inch-long bat. The switch shall have a protective cover, which must be lifted to operate the switch. Paragraph 1, Item 6 is supplemented with the following: Cabinets shall be equipped with a NEMA TS2 Type 16 Malfunction Management Unit. CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-127 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019.12 Paragraph 1, Item 7, sub -paragraph 1 is deleted and the section is supplemented with the following: The detector interface panel shall support up to 32 channels of detection and four channels of preemption devices. Detector Racks Two vehicle detector amplifier racks and two detector interface panels shall be provided in each cabinet. Each rack shall support up to 16 channels of loop detection, one 4-channel preemption device, and one BIU. Paragraph 1, Item 8 is supplemented with the following: There shall be terminal strips for field wiring in the controller cabinet. The terminals shall be numbered in accordance to the field wiring chart included in these Specifications. A common buss bar with a minimum of 15 spare terminals shall be available after the cabinet is fully wired. In addition, a 15 terminal bar shall be provided for the pedestrian common and a terminal shall be provided for each signal head neutral. The buss bars shall be located on the left side wall of the cabinet. Only King County numbers shall be shown, as described in Section 8-20.3(8). Pedestrian Detector Field Wiring All pedestrian detectors shall be connected between logic ground and their appropriate field terminal. The terminals shall be grouped together and located in the lower left side panel. Main Panel and Wire Terminations All wires terminated behind the main panel and other panels shall be SOLDERED. No pressure or solderless connectors shall be used. Printed circuit boards shall NOT be used on main panels. Field Terminal Locations Field terminals shall be located at the bottom of the backboard. Their order shall be left to right beginning with phase one and following the order of the load switches. Field terminals shall be of the Screw type per NEMA TS2 5.3.6. Paragraph 1, Item 9 is supplemented with the following: The cabinet shall be provided with a thermostatically -controlled (adjustable between 80-150 degrees F) ventilation fan and shall be installed in the top of the cabinet plenum. Paragraph 1, Item 10 is deleted and replaced with the following: The cabinet shall have an incandescent lighting fixture that shall be mounted on the inside top of the cabinet near the front edge. An on/off switch that is turned on when the cabinet door is opened and off when it is closed shall activate the incandescent light. The lamp socket shall be placed on the circuit with convenience outlets which shall be protected by CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-128 PROJECT #213 1 RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019.12 a circuit breaker rated at 25 amps. An incandescent 150-watt bulb shall be provided. Paragraph 1, Item 11 is supplemented with the following: All Controller and Malfunction Management Unit cables shall be of sufficient length to access any shelf position. All cables shall be encased in a protective sleeve along their entire free length. Color Coding All cabinet wiring shall be color coded as follows: Purple = MMU Wiring Orange = Flash Color Programming Brown = Green Signal Wiring Yellow = Yellow Signal Wiring Red = Red Signal Wiring Blue = Controller wiring Gray = DC ground AC+ = Black AC- = White Chassis Ground = Green Paragraph 1 is supplemented with the following: 13. Main Panel Configuration - The main panel shall be fully wired in the following configuration: a) Sixteen (16) load sockets. b) Six (6) flash -transfer -relay sockets. c) One (1) flasher socket. d) Two (2) main panel rack slots for BTUs 1 and 2. Two rack slots for Terminal and Facilities BIU's 3 and 4 which shall be wired to numbered terminal strips. e) Wiring for 2 detector racks and 1 Type-16 MMU. 14. Lightning Suppression - The cabinet shall be equipped with an Innovative Technologies Model HS-P-SP-120A-60A-RJ or approved equivalent surge arrester. 15. Convenience Outlets - One convenience outlet with a ground fault interrupter and a second convenience outlet without ground fault interrupter shall be furnished in the cabinet(s). The ground fault outlet shall be mounted one on right side of the cabinet, near the top shelf, and the non -ground fault outlet shall be mounted on the left side of the cabinet, near the top shelf. No outlets shall be mounted on the door. The convenience outlets shall be placed on the circuit with the lamp socket which shall be protected by a circuit breaker rated at 25 amps. 16. Loop Detector Units: (a) Cabinets shall be supplied with eight 4-channel loop detectors minimum or sixteen 4-channel loop detectors maximum as shown on the Plans. Loop detectors shall meet TS2 Specifications. (b) Equipment and loop detection for advanced loops shall be as shown in the plans. CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-129 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019 12 17. Telemetry Interface Panel - All cabinets shall be wired with a telemetry interface panel and telemetry connecting cable so as to work with the master cabinet. In addition, every cabinet shall also be wired for transient suppression (Model # EDCO PC642C-00-AD or approved equivalent). 18. Preemption - The cabinet shall be completely wired to accept and service calls from GTT (formerly 3M) Opticom, Model 764 multimode phase -selector modules and their related optical -detector units. 19. Buss Interface Unit - Buss interface units (BTUs) shall meet all TS2- 1992 Section 8 requirements. In addition, all BTUs shall provide separate front panel indicator light emitting diode (LEDs) for Valid Data. 20. Cabinet Power Supply - The cabinet power supply shall as a minimum meet all TS2-1992, Section 5.3.5 requirements. All power supplies shall also provide a separate front panel indicator LED for each of the four outputs. Front panel banana jack test points for 24 VDC and logic ground shall also be provided. 21. Inside Control Panel Switches - Service Panel Switches (a) Power Switches: There shall not be a main power switch inside the cabinet(s) that shall render all control equipment electrically dead when turned off. There shall be a controller power switch that shall render the controller and load switching devices electrically dead while maintaining flashing operation for purposes of changing the controller or load switching devices. The switch shall be a general-purpose bat style toggle switch with .688-inch-long bat. The switch shall have a protective cover, which must be lifted to operate the switch. (b) Stop Time Switch: There shall be a 3-position switch located inside the cabinet door identified as the Stop Time switch. Its positions shall be labeled "Normal" (up), 'Off" (center), and "On" (down). With the switch in its Normal position, a stop timing command may be applied to the controller by the police flash switch or the conflict monitor unit. When the switch is in its "Off" position, stop -timing commands shall be removed from the controller. The "On" position of the switch shall cause the controller to stop timing. The switch shall be a general-purpose bat style toggle switch with .688-inch-long bat. The switch shall have a protective cover, which must be lifted to operate the switch. (c) Technician Flash Switch: There shall be a switch inside the cabinet to place the signal in flashing operation while the controller continues to operate. This flash shall have no effect on the operation of the controller or conflict monitor. The switch shall be a general-purpose bat style toggle switch with .688-inch-long bat. The switch shall have a protective cover, which must be lifted to operate the switch. (d) Detector Test Switches: All eight controller phase inputs shall have push button momentary test switches. Each switch shall be connected to the first channel of each detector card input to the BIU. All eight pedestrian phases shall have push button CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-130 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019 12 momentary test switches by phase. These switches shall be located inside the cabinet door and labeled by associated phase number. A see -through Plexiglas cover shall cover all detector disconnect/test switches. (e) Preempt Test Switches.- All Six preempt inputs shall have disconnect/test switches. These switches shall have three positions labeled "Normal" (up) which shall connect the controller to the Opticom output: 'Off" (center) which shall isolate the controller from the Opticom output: and "Test" (down) which shall provide a momentary true input to the controller. (f) Switches shall be in groups of eight (8), matching the phase groupings of the intersection. Section 9-29.13(10)C is supplemented with the following: "Plug and Play" Cabinets are not acceptable. "Modular" Main Panels shall not be permitted. Section 9-29.13(10)C is modified as follows: Paragraph 1, Item 1 is deleted and replaced with the following: Cabinet Construction A complete NEMA TS2 Type 1 eight -phase cabinet shall be supplied and installed by the Contractor. The size of the cabinet shall be Type 6 (P 55"). Cabinets shall meet, as a minimum, all applicable sections of the NEMA Standard Publication No. TS2-1998. Where differences occur, this Specification shall govern. The cabinets shall meet the following criteria: 1. Material shall be 5052-H32 0.125-inch-thick aluminum. 2. The cabinet shall be supplied with a natural finish inside and out, unless otherwise specified. 3. The door hinge shall be of the continuous type with a stainless steel hinge pin. 4. All external fasteners shall be stainless steel. 5. The door handle shall be cast aluminum. 6. All seams shall be sealed with RTV sealant or equivalent material on the interior of the cabinet. Paragraph 1, Item 2 is deleted and replaced with the following: The cabinet shall contain shelving, brackets, racks, etc., to support the controller and auxiliary equipment. All equipment shall set squarely on shelves or be mounted in racks and shall be removable without turning, tilting, rotating or relocating one device to remove another. Shelf Height The cabinet shall be supplied with two removable shelves manufactured from 5052-H32 aluminum. The shelves must have the ability of being removed and reinstalled WITHOUT the use of hand tools. Paragraph 1, Item 4 is supplemented with the following: CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-131 PROJECT #213 I RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019 12 Air Filter Assembly The cabinet air filter shall be a one-piece removable, noncorrosive, vermin- and insect -proof air filter and shall be secured to the air entrance of the cabinet. Paragraph 1 is supplemented with the following: 6. Additional Panel Space - Adequate space shall be left open for the addition of a master interface panel and an AVI interface panel. 9-29.16 Vehicular Signal -Heads, Displays, and Housin s (February 24, 2012 CFW GSP) Section 9-29.16 is modified as follows: Paragraph 2, is deleted and replaced with the following: All lenses shall meet I.T.E. specifications for light output with 12-inch- diameter faces. All vehicular signal heads shall be dark green baked enamel and shall be equipped with 5" wide black-polycarbonate back plates and black- polycarbonate tunnel visors of a length equal to the lens diameter. All hardware for attaching visors and back plates shall be non -corrosive stainless steel. Vehicle signal head polycarbonate materials shall not be painted. A 2-inch-wide strip of yellow retro-reflective, type IV prismatic sheeting, conforming to the requirements of Section 9-28.12, shall be applied around the perimeter of each backplate. 9-29.16(2) Conventional Traffic Signal Heads 9-29.16 2 A ❑ tical Units Section 9-29.16(2)A is deleted and replaced with the following: Lenses shall be of the color indicated, circular in shape, with a visible diameter of 12 inches, as specified in the contract, and of such design as to give an outward and downward distribution of light with a minimum above the horizontal. The lenses shall be standard red, amber, and green, prismed traffic signal lenses and shall conform to the specifications of ITE Standards (Standards for Adjustable Face Vehicle Traffic Control Signal Heads, 1977 edition). The lenses shall fit into a red silicon gasket in a manner to render the interior of the lens and reflector weather and dust - tight. Signal heads shall have hinged aluminum reflector rings. The lens and gasket shall be secured to the door with four noncorrosive lens clips. LED Traffic Signal Modules All traffic signal displays shall be the Light Emitting Diode (LED) type and shall be from one of the following manufacturers: Dialight Corporation Precision Solar Controls, Inc. 1913 Atlantic Avenue 2960 Market Street Manasquan, NJ 08736 Garland, TX 75041 Telephone: (732) 223-9400 Telephone: (972) 278-0553 CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-132 PROJECT #213 I RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019.12 FAX: (732) 223-8788 FAX: (972) 271-9583 GELcore, LLC 6810 Halie Drive Valley View, OH 44125 Telephone: (216) 606-6555 FAX: (216) 606-6556 Electro-Techs 1875 Sampson Ave Corona, CA 92879 Telephone: (951) 734-1812 Industrial Traffic Solutions 11527 Pyramid Drive Odessa, FL 33556 Telephone: (813) 920-9357 FAX: (813) 920-9359 Each LED signal module shall be designed to be installed in the doorframe of a standard traffic signal housing. The lamp socket, reflector, reflector holder, and lens used with an incandescent lamp shall not be used in a signal section in which a LED signal module is installed. The installation of an LED signal module shall not require any modification to the housing. The LED signal module shall be a single, self-contained device, not requiring on -site assembly for installation into an existing traffic signal housing. All red LED signal modules shall be manufactured with a matrix of AIInGaP LED light sources and green LED signal modules shall be manufactured with a matrix of InGaN LED light sources. The LED traffic signal module shall be operationally compatible with controllers and conflict monitors on this Project. The LED lamp unit shall contain a disconnect that will show an open switch to the conflict monitor when less than 60 percent of the LEDs in the unit are operational. Each LED signal module shall conform to the current standards in Institute of Transportation Engineers (ITE) VTCSH Part 2 and a Certificate of Compliance with these standards shall be submitted by the manufacturer for each type of signal head. The certificate shall state that the lot of signal heads meets the current ITE specification. A label shall be placed on each LED signal module certifying conformance to this specification. The manufacturer's name, trademark, serial number and other necessary identification shall be permanently marked on the backside of the LED signal module. LED signal modules used on this Project shall be from the same manufacturer. A label shall be provided on the LED housing and the Contractor shall mark the label with a permanent marker to note the installation date. CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-133 PROJECT #213 1 RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019.12 LED signals shall show no evidence of illumination for input voltages below 35 volts. LED signals shall supply illumination current (unregulated) for all input voltages higher than 45 volts (and conform to appropriate intensity requirements specified above 80 volts). The manufacturer shall provide a written warranty against defects in materials and workmanship for the LED signal modules for a period of 60 months after installation of the modules. All warranty documentation shall be given to the Engineer prior to installation. 9-29.162 B Signal Housing (December 18, 2009 CFW GSP) Section 9-29.16(2)B is supplemented with the following: The signal housing shall be designed to withstand winds of 80 miles per hour with a 0.25-gust factor without permanent distortion or failing (torque at attachment of 6,000 pound -feet). 9-29.17 Signal Head Mounting Brackets and Fittings_ (December 18, 2009 CFW GSP) Section 9-29.17 is supplemented with the following: Mast arm mounting hardware for vehicle signal heads shall be clamp style plumbizer PELCO AB-3008, or approved equal, and shall be field installed by the Contractor. Fittings shall be painted with two (2) coats of factory -applied traffic - signal dark green baked enamel. A watertight seal shall be provided where the signal head mounting bracket attaches to the mast arm or signal pole. Components for type D and type K mounting hardware shall be per Section 9-29.17 of the Standard Specifications. All components shall be painted with traffic -signal dark green baked enamel. 9-29.18 Vehicle Detector 9-29A 8(3) Vacant Section 9-29.18(3) is deleted and replaced with the following new section 9-29.18 3 Video Detection 5 stem All video detection system items and materials furnished shall be new, unused, current production models installed and operational in a user environment and shall be items currently in distribution. The products shall have a proven record of field use at other installations for at least two (2) years of service not including prototype field trials prior to installation. Contractor shall provide Econolite AutoScope Vision, Trafficon, Iteris, GRIDSMART, or approved equal video detection system. Approved equal video detection systems shall meet the following: General The detection of vehicles passing through the field -of -view of an image sensor shall be made available to a large variety of end user applications as simple contact closure outputs that reflect the current real-time detector or alarm state CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SPA34 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019 12 (on/off) or as summary traffic statistics that are reported locally or remotely. The contact closure outputs shall be provided to a traffic signal controller and comply with the National Electrical Manufacturers Association (NEMA) type C or D detector rack file standards. The system architecture shall fully support Ethernet networking of system components through a variety of industry standard and commercially available infrastructures that are used in the traffic industry. The data communications shall support direct connect, modem and multi -drop interconnects. Simple, standard Ethernet wiring shall be supported to minimize overall system cost and improve reliability, utilizing existing infrastructure and ease of system installation and maintenance. Both streaming video and data communications shall be capable of being interconnected over long distance through fiber optic, microwave or other commonly used digital communications transport configurations. In terms of the software application side of the network, the system shall be integrated through a client -server relationship. A communications server application shall provide the data communications interface between as few as one to as many as hundreds of Machine Vision Processors (MVP) sensors (otherwise referred to as video detection cameras with built in processors) and a number of client applications. The client applications shall either be hosted on the same PC as the communications server or may be distributed over a local area network of PC's using the industry standard TCP/IP network protocol. Multiple client applications shall execute simultaneously on the same host or multiple hosts, depending on the network configuration. Additionally, a web - browser interface shall allow use of industry standard internet web browsers to connect to MVP sensors for setup, maintenance and playing digital streaming video. Approved equal GRIDSMART systems shall track individual vehicles entering the field of vision through detection zones from one camera located in the intersection, collect 24-hour approach volume, turning movement, and vehicle classification count data, and signal performance metrics. Larger intersections may require 2 cameras to include all advanced detection zones. System Hardware The video detection system hardware shall consist of the following components: 1. A color, 22x zoom Machine Vision Processor (MVP) sensor. 2. A modular cabinet interface unit. 3. A communication interface panel. 4. Surge suppresser/ lightning protection. 5. A portable color monitor to be permanently placed within the signal controller cabinet. 6. All other necessary equipment for setup, maintenance and operation of the video detection system including but not limited to programming device and specialty tools. The real-time performance shall be observed by viewing the video output from the sensor with overlaid flashing detectors to indicate current detection state CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-135 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019 12 (on/off). The MVP sensor shall be capable of optionally storing cumulative traffic statistics internally in non-volatile memory for later retrieval and analysis. The MVP shall communicate to the modular cabinet interface unit via the communications interface panel and the software applications using the industry standard TCP/IP network protocol. The MVP shall have a built-in, Ethernet - ready, Internet Protocol (IP) address and shall be addressable with no plug in devices or converters required. The MVP shall provide standard MPEG-4 streaming digital video. Achievable frame rates vary from 5 to 30 frames per second as a function of video quality and available bandwidth. The modular cabinet interface unit shall communicate directly with up to eight (8) MVP sensors and shall comply with form factor and electrical characteristics to plug directly into a NEMA type C or D detector rack providing up to thirty-two (32) inputs and sixty-four (64) outputs to a traffic signal controller. The communications interface panel shall provide four (4) sets of three (3) electrical terminations for three wire power cables for up to eight (8) MVP sensors that may be mounted on a pole or mast arm with a traffic signal cabinet or junction box. The communication interface panel shall provide high-energy transient protection to electrically protect the modular cabinet interface unit and connected MVP sensors. The communications interface panel shall provide single -point Ethernet connectivity via RJ45 connector for communication to and between the modular cabinet interface module and the MVP sensors. The Gridsmart detection system shall consist of the following components and (part numbers): 1. One GRIDSMART ultra -wide angle fisheye camera with sealed enclosure. (GS-3-CAM) A second camera may be required at larger intersections as determined by the City Traffic Engineer. 2. One GRIDSMART GS2 Processing Unit, rack or shelf mount with two camera interface and GRIDSMART software. (GS-3-GS2) 3. One GRIDSMART TS2 Connector Kit for GS-3-GS2, includes SDLC connector to be used for TS2 environments. (GS2-TS2-OPT) 4. One SDLC Patch Cable, 6ft minimum. (WPS-SDLC) 5. One Swivel Bracket Camera Mounting Hardware with junction box and connector. (GS-3-SMC) 6. One Standard Cable Clamp, 66" cable length, natural aluminum finish. (SBC66-SCK) 7. One Video Detection Camera Mounting Arm Pole, 90 degrees, 58". (GS- 3-A58) 8. Up to 300 feet of Detection Comm Cable, Ethernet, Cat 5E 350Mhz, outdoor rated, direct burial, CMX, Shielded, Gel. (CATS) System Software The MVP sensor embedded software shall incorporate multiple applications that perform a variety of diagnostic, installation, fault tolerant operations, data communications, digital video streaming and vehicle detection processing. The detection shall be reliable, consistent and perform under all weather, lighting and traffic congestion levels. An embedded web server shall permit standard internet CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-136 PROJECT #213 I RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019 12 browsers to connect and perform basic configuration, maintenance and video streaming services. There shall be a suite of client applications that reside on the host client/server PC. The applications shall execute under Microsoft Windows 7, Vista or XP. Client applications shall include: 1. Master network browser: Learn a network of connected modular cabinet interface units and MVP sensors, display basic information and launch applications software to perform operations within that system of sensors. 2. Configuration setup: Create and modify detector configurations to be executed on the MVP sensor and the modular cabinet interface unit. 3. Operation log: Retrieve, display and save field hardware run-time operation logs of special events that have occurred. 4. Streaming video player: Play and record streaming video with flashing detector overlay. 5. Data retrieval: Fetch once or poll for traffic data and alarms and store on PC storage media. 6. Communications server: Provide fault -tolerant, real-time TCP/IP communications to/from all devices and client applications with full logging for systems integration. The Gridsmart software system shall consist of the following: 1. The latest version of the GRIDSMART Client Software with virtual pan -tilt - zoom functionality. Shall allow the Engineer to configure, view, and manage intersection detection in real time. The system shall be able to automatically email the Engineer reports and alerts. 2. The latest version of the GRIDSMART Performance module which provides counting, classification, turning movements, and signal performance metrics. (GS-3-PFM) Additional GRIDSMART software modules requested by the City Traffic Engineer may include, but are not limited to the following: 1. Performance Plus module 2. Pedestrian module 3. STREETSMART congestion management technology Machine Vision Processor (MVP) Sensor The MVP sensor shall be an integrated imaging color CCD array with zoom lens optics, high-speed, dual -core image processing hardware bundled into a sealed enclosure. The CCD array shall be directly controlled be the dual -core processor, thus providing high -quality video for detection that has virtually no noise to degrade detection performance. It shall be possible to zoom the lens as required for setup and operation. It shall provide JPEG video compression as well as standard MPEG-4 digital streaming video with flashing detector overlay. The MVP shall provide direct real-time iris and shutter speed control. The MVP image sensor shall be equipped with an integrated 22x zoom lens that can be changed using configuration computer software. The digital streaming video output and all data communications shall be transmitted over the three -wire power cable. CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-137 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019.12 The MVP sensor shall operate on 110/220 VAC, 50/60Hz at a maximum of 25 watts. The camera and processor electronics shall consume a maximum of 10 watts and the remaining 15 watts shall support an enclosure heater. Placement of detection zones shall be by means of a PC with a Windows 7, Vista or XP operating system with a keyboard and mouse. The detection zones shall be superimposed on images of the traffic scenes and viewable as such on the PC monitor. The detection zones shall be created by using a mouse to draw the detection zones on the PC monitor. Using the mouse and keyboard it shall be possible to place, size and orient detection zones to provide optimal road coverage for vehicle detection. It shall be possible to download detector configurations from the PC to the MVP sensor and cabinet interface module, to retrieve the detector configuration that is currently running in the MVP sensor and to back up detector configurations by saving them to a PC storage device. The video detection system shall optimally detect vehicle passage and presence when the MVP sensor is mounted thirty (30) feet or higher above the roadway, when the image sensor is adjacent to the desired coverage area and when the distance to the farthest detection zone locations are not greater than ten (10) times the mounting height of the MVP. The recommended deployment geometry for optimal detection also requires that there be an unobstructed view of each traveled lane where detection is required. Although optimal detection may be obtained when the MVP is mounted directly above the traveled lanes, the MVP shall not be required to be directly over the roadway. The MVP shall be able to view either approaching or receding traffic or both in the same field of view. The preferred MVP sensor orientation shall be to view approaching traffic since there are more high contrast features on vehicles as viewed from the front rather than the rear. The MVP sensor placed at a mounting height that maximizes vehicle image occlusion shall be able to simultaneously monitor a maximum of six (6) traffic lanes when mounted at the road -side or up to eight (8) traffic lanes when mounted in the center with four lanes on each side. Modular Cabinet Interface Unit The modular cabinet interface unit shall provide the hardware and software means for up to eight (8) MVP sensors to communicate real-time detection states and alarms to a local traffic signal controller. It shall comply with the electrical and protocol specifications of the detector rack standards. The card shall have 1500 Vrms isolation between rack logic ground and street wiring. The modular cabinet interface unit shall be a simple interface card that plugs directly into a NEMA type C or D detector rack. The modular cabinet interface unit shall occupy only two (2) slots of the detector rack. The modular cabinet interface unit shall accept up to sixteen (16) phase inputs and shall provide up to twenty-four (24) detector outputs. Communications Interface Panel The communications interface panel shall support up to eight (8) MVP sensors and shall accept 110/220 VAC, 50/60 Hz Power. The communications interface panel shall provide predefined wire termination blocks for MVP sensor power connections, a Broadband -over -Power -Line (BPL) transceiver to support up to 10Mb/s interdevice communications, electrical surge protectors to isolate the CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-138 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019 12 modular cabinet interface unit and MVP sensors and an interface connector to cable directly to the modular cabinet interface unit. The communications interface panel shall provide power for up to eight (8) MVP sensors, taking local line voltage 110/220 VAC, 50/60 Hz and producing 110/220 VAC, 50/60 Hz, at about 30 watts to each MVP sensor. Two 1.25 amp SLO-BLO fuses shall protect the communications interface panel. Surge Suppressor An EDCO CX06-BNCY or approved equal transient surge suppressor shall be provided for each MVP sensor. Installation and Training The product supplier of the video detection system shall supervise the installation and the testing of the video equipment. A factory certified representative from the manufacturer shall be on -site during installation. The factory representative shall install, make fully operational, and test the system as indicated on the intersection drawings and this specification. One day of training shall be provided to personnel of the City of Federal Way and King County in the operation, set-up and maintenance of the video detection system. Instruction and materials shall be produced for a maximum of 7 persons and shall be conducted at the City of Federal Way City Hall or King County signal shop. Warranty The video detection system shall be warranted against manufacturing defects in materials and workmanship for a period of no less than three (3) years from date of installation. The video detection supplier shall provide all documentation necessary to maintain and operate the system. The supplier shall maintain a program for technical support and software updates following the expiration of the warranty period. 9-29.18(4) Vacant Section 9-29.18(4) is deleted and replaced with the following new section 9-29.18(4) Hybrid RadarNideo Detection System All hybrid radar/video detection system items and materials furnished shall be new, unused, current production models installed and operational in a user environment and shall be items currently in distribution. Contractor shall provide Iteris Vantage Vector Hybrid with associated mounting equipment and Vantage Next cabinet interface unit. 1=1i!19101LTJNMki&6] CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-139 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019 12 (February 3, 2020, WSDOT GSP) Standard Plans The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01 transmitted under Publications Transmittal No. PT 16-048, effective September 3, 2019 is made a part of this contract. The Standard Plans are revised as follows: A-50.10 Sheet 2 of 2, Plan, with Single Slope Barrier, reference C-14a is revised to C-70.10 A-50.20 Sheet 2 of 2, Plan, with Anchored Barrier, reference C-14a is revised to C-70.10 A-50.30 Sheet 2 of 2, Plan (top), reference C-14a is revised to C-70.1 B-10.60 DELETED B-82.20 DELETED B-90.40 Valve Detail — DELETED C-1 Delete Note 1 Revise Note 2 to read "Remove all rail washers, also called "Snow Load Rail Washers", when encountered during raising beam guardrail work and the guardrail raising work requires removal of the rail. Re -number all notes. C-4b DELETED C-4e DELETED C-8a Delete "Section A -A, Type 4 Detail C-20.11 Delete Notes 1 & 2. Re -Number all notes. Delete " Snow Load Post Washer" and "Snow Load Rail Washer" details. C-20.19 DELETED CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-140 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019 12 C-22.14 DELETED C-22.16 Note 3, formula, was: "Elevation G = (Elevation S — D x (0.1) + 31" is revised to read "Elevation G = (Elevation S — D x (0.1) + 31 /12" C-22.45 For the SOFTSTOP (TL-2) elevation view detail, the callout "SOFTSTOP (TL-2) SYSTEM LENGTH = 38' — 4 1/2.... is revised to read "SOFTSTOP (TL-2) SYSTEM LENGTH = 38' — 3 1/2"". C-40.14 DELETED C-60.10 Sheet 1, Side Elevation: The bottom set of 1 1 - #4 horizontal rebar (2x) located at the base of the barrier is repositioned to be aligned with the bottom of - #4 stirrup bars to match the bar positioning shown on Sheet 1, Section A. Sheet 1, Reinforcing Steel Bending Diagram, 0 - Pin Slot Bar detail: Add the following callout to the detail, "HOT DIP GALVANIZE AFTER FABRICATION (ASTM A123 OR AASHTO M 111)". Sheet 2, ANCHORING PIN ASSEMBLY DETAIL: The first line of the description under the title was "1 1/2" DIAMETER (ASTM A36), COLD ROLL" is now changed to 1 1/2" DIAMETER (ASTM A36), HOT ROLL". C-70.10 Sheet 1, Note 1 was - 1. PERMANENT INSTALLATION requirements: Embed barrier 3" (in) minimum; ..." is revised to read: 1. Installation requirements: Embed barrier 3" (in) minimum in asphalt or concrete; embed barrier 10" (in) minimum in soil; ..." Sheet 1, existing Notes 2 and 4 are deleted. Existing Note 3 is renumbered to Note 2. Sheet 1, add new Note 3, "3. See Sheet 2 for barrier with a 2'-10" reveal installed in asphalt or concrete. See Sheet 3 for barrier with a T-6" reveal installed in asphalt or concrete." Sheet 1, Elevation: The dimension from the barrier end to the barrier lifting slot was "3'— 4" (TYP)" is now changed to "4'— 8" (TYP)", and the barrier lifting slot dimension was "5' — 0" (TYP)" is now changed to "3'— 0" (TYP)". Sheet 2, the detail titled "3' — 6" BARRIER FOR USE WITH A 0" (IN) TO 5" (IN) MAX. GRADE SEPARATION" has the following changes: 1. The detail title is changed to "3'— 6" BARRIER FOR USE WITH A 0" (IN) TO 4" (IN) MAX. GRADE SEPARATION". 2. The callout "GRADE SEPARATION--5" MAX." is changed to "GRADE SEPARATION-4' MAX." C-75.10 CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-141 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019 12 Note 2 is deleted. Renumber subsequent notes. C-75.20 Note 2 is deleted. Renumber subsequent notes. C-75.30 Note 2 is deleted. Renumber subsequent notes. C-85.11 Add new Note 3 "3. The intended use of this plan is for placing concrete barrier in front of bridge piers on bridge retrofit projects only. Contact the HQ Bridge traffic barrier specialist before using this barrier placement plan for projects involving new or reconstructed bridges." C-85.14 DELETED C-90.10 DELETED D-10.10 Wall Type 1 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT Bridge Design Manual (BDM) and the revisions stated in the 11/3/15 Bridge Design memorandum. D-10.15 Wall Type 2 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT BDM and the revisions stated in the 11/3/15 Bridge Design memorandum. D-10.30 Wall Type 5 may be used in all cases. D-10.35 Wall Type 6 may be used in all cases. D-10.40 Wall Type 7 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT BDM and the revisions stated in the 11/3/15 Bridge Design memorandum. D-10.45 Wall Type 8 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT BDM and the revisions stated in the revisions stated in the 11/3/15 Bridge Design memorandum. D-15.10 CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-142 PROJECT #213 I RFB# 20-002 CFW SPECIAL PROVISIONS VER- 2019.12 STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls" are withdrawn. Special designs in accordance with the current WSDOT BDM are required in place of"these STD Plans. D-15.20 STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls" are withdrawn. Special designs in accordance with the current WSDOT BDM are required in place of these STD Plans. D-15.30 STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls" are withdrawn. Special designs in accordance with the current WSDOT BDM are required in place of these STD Plans. F-10.12 Section Title, was — "Depressed Curb Section" is revised to read: "Depressed Curb and Gutter Section" F-10.40 "EXTRUDED CURB AT CUT SLOPE", Section detail - Deleted F-10.42 DELETE — "Extruded Curb at Cut Slope" View G-25.10 Key Note 3, second sentence, was —' For single -post installations, divide the (#2w/diamond shape symbol) post MAX. XYZ in half." Is revised to read: "For single -post installations, divide the two -post MAX. XYZ in half." G-60.10 DELETED G-60.20 DELETED G-60.30 DELETED G-70.10 DELETED G-70.20 DELETED H-70.20 Sheet 2, Spacing Detail, Mailbox Support Type 1, reference to Standard Plan 1-70.10 is revised to H-70.10 J-10.21 Note 18, was — "When service cabinet is installed within right of way fence, see Standard Plan J-10.22 for details." Is revised to read; "When service cabinet is installed within right of CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-143 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019.12 way fence, or the meter base is mounted on the exterior of the cabinet, see Standard Plan J-10.22 for details." J-10.22 Key Note 1, was — "Meter base per serving utility requirements- as a minimum, the meter base shall be safety socket box with factory -installed test bypass facility that meets the requirements of EUSERC drawing 305." Is revised to read; "Meter base per serving utility requirements— as a minimum, the meter base shall be safety socket box with factory - installed test bypass facility that meets the requirements of EUSERC drawing 305. When the utility requires meter base to be mounted on the side or back of the service cabinet, the meter base enclosure shall be fabricated from type 304 stainless steel." Key Note 4, "Test with (SPDT Snap Action, Positive close 15 Amp — 120/277 volt "T" rated). Is revised to read: "Test Switch (SPDT snap action, positive close 15 amp — 120/277 volt 'T" rated)." Key Note 14, was — "Hinged dead front with '/ turn fasteners or slide latch." Is revised to read; "Hinged dead front with % turn fasteners or slide latch. — Dead front panel bolts shall not extend into the vertical limits of the breaker array(s)." Key Note 15, was — "Cabinet Main Bonding Jumper. Buss shall be 4 lug tinned copper. See Cabinet Main bonding Jumper detail, Standard Plan J-3b." is revised to read; "Cabinet Main Bonding Jumper Assembly -- Buss shall be 4 lug tinned copper — See Standard Plan J- 10.20 for Cabinet Main Bonding Jumper Assembly details." Note 1, was — "...socket box mounting detail, see Standard Plan J-3b." is revised to read to read: "...socket box mounting detail, see Standard Plan J-10.20." Note 6, was — "...See door hinge detail, Standard Plan J-3b." is revised to read: "...See door hinge detail, Standard Plan J-10.20." J-20.26 Add Note 1, "1. One accessible pedestrian pushbutton station per pedestrian pushbutton post." J-20.16 View A, callout, was — LOCK NIPPLE, is revised to read; CHASE NIPPLE J-21.10 Sheet 1, Elevation View, Round Concrete Foundation Detail, callout — "ANCHOR BOLTS 3/" (IN) x 30" IN FULL THREAD — THREE REQ'D. PER ASSEMBLY" IS REVISED TO READ: "ANCHOR BOLTS 3/" (IN) x 30" (IN) FULL THREAD — FOUR REQ'D._ PER ASSEMBLY" Sheet 1 of 2, Elevation view (Round), add dimension depicting the distance from the top of the foundation to find 2 #4 reinforcing bar shown, to read; 3" CLR.. Delete "(TYR)" from the 2'/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 2 # 4 reinf. Bar. Sheet 1 of 2, Elevation view (Square), add dimension depicting the distance from the top of the foundation to find 1 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYR)" from the 2'/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 1 # 4 reinf. Bar. Sheet 2 of 2, Elevation view (Round), add dimension depicting the distance from the top of the foundation to find 2 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYR)" from the 2'/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 2 # 4 reinf. Bar. CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-144 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER. 2019.12 Sheet 2 of 2, Elevation view (Square), add dimension depicting the distance from the top of the foundation to find 1 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYR)" from the 2'/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 1 # 4 reinf. Bar. Detail F, callout, "Heavy Hex Clamping Bolt (TYR) — 3/4" (IN) Diam. Torque Clamping Bolts (see Note 3)" is revised to read; "Heavy Hex Clamping Bolt (TYR) — 3/4" (IN) Diam. Torque Clamping Bolts (see Note 1)" Detail F, callout, "3/4" (IN) x 2'— 6" Anchor Bolt (TYR) — Four Required (See Note 4)" is revised to read; "3/4" (IN) x 2'— 6" Anchor Bolt (TYR) — Three Required (See Note 2)" J-21.15 Partial View, callout, was — LOCK NIPPLE — 1 1/" DIAM., is revised to read; CHASE NIPPLE — 1 '/2" (IN) DIAM. J-21.16 Detail A, callout, was — LOCKNIPPLE, is revised to read; CHASE NIPPLE J-22.15 Ramp Meter Signal Standard, elevation, dimension 4'- 6" is revised to read; 6'-0" (2x) Detail A, callout, was — LOCK NIPPLE — 1 '/2" DIAM. is revised to read; CHASE NIPPLE — 1 '/2" (IN) DIAM. J-28.24 Case E and Case F Section View dimension callout, "T — 0" MIN. FOR BEAM GUARDRAIL, 4' — 0" MIN. FOR CONC. BARRIER TYPE 2" is revised to read, "5' — 0" MIN. FOR BEAM GUARDRAIL, 8' — 0" MIN. FOR UNANCHORED TYPE F CONC. BARRIER, 4' — 0" MIN. FOR ANCHORED TYPE F CONC. BARRIER". J-40.10 Sheet 2 of 2, Detail F, callout, "12 — 13 x 1 '/2" S.S. PENTA HEAD BOLT AND 12" S. S. FLAT WASHER" is revised to read; 12 — 13 x 1 '/2" S.S. PENTA HEAD BOLT AND 1/2" (IN) S. S. FLAT WASHER" J-75.20 Key Notes, note 16, second bullet point, was: 1/2" (IN) x 0.45" (IN) Stainless Steel Bands", add the following to the end of the note: "Alternate: Stainless steel cable with stainless steel ends, nuts, bolts, and washers may be used in place of stainless steel bands and associated hardware." J-81.10 Power Distribution Block Diagram, lower left corner, Sheet 1 of 3; Switch Pack 2; circuit 623 (T4-5) [middle ckt] is revised to read; circuit 622 (T4-5). K-80.10 SIGN INSTALLATION (BEHIND TRAFFIC BARRIER) detail dimension callout, "T MIN." is revised to read, "5' MIN.". K-80.30 DELETED K-80.35 CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-145 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019 12 Add New Note 1 — "1. The intended use of this plan is for the temporary installation of Type 2 concrete barrier (See Standard Plan C-8) on cement concrete pavement, bridge decks, or hot mix asphalt pavement, and Type F concrete barrier on cement concrete pavement or bridge decks. Re -number all notes. The TYPE 1 ANCHOR detail description "TEMPORARY INSTALLATION OF PRECAST CONC. BARRIER TYPE 2 (STD. PLAN C-8) AND TEMPORARY CONC. BARRIER (F- SHAPE) (STD. PLAN K-80.30) ON CEMENT CONC. PAVEMENT OR BRIDGE DECK" is revised to read, "TEMPORARY INSTALLATION OF PRECAST CONC. BARRIER TYPE F (STD. PLAN C-60.10) OR PRECAST CONC. BARRIER TYPE 2 (STD. PLAN C-8) ON CEMENT CONC. PAVEMENT OR BRIDGE DECK." The TYPE 3 ANCHOR detail description "TEMPORARY INSTALLATION OF PRECAST CONC. BARRIER TYPE 2 (STD. PLAN C-8) AND TEMPORARY CONC. BARRIER (F- SHAPE) (STD. PLAN K-80.30) ON HOT MIX ASPHALT PAVEMENT" is revised to read, "TEMPORARY INSTALLATION OF PRECAST CONC. BARRIER TYPE 2 (STD. PLAN C-8) ON HOT MIX ASPHALT PAVEMENT." K-80.37 Revise Note 1 to read:1. The intended use of this plan is for the temporary installation of Type F NARROW BASE concrete barrier (See Standard Plan C-60.10) or Type 4 (Type 2 Narrow Base — See Std. Plan C-8a) Concrete Barrier on cement concrete pavement, bridge decks." Replace all callouts stating "NARROW BASE, ALTERNATIVE TEMPORARY CONCRETE BARRIER SEGMENT" with "Type F NARROW BASE or Type 4 (Type 2 Narrow Base) concrete barrier segment." M-3.50 Double -Left Turn Channelization (with Right Turn Pocket) view, dimension, upper left corner, "taper" dimension; callout — was "40' if Posted Speed is 40 MPH or less 100' if Posted Speed is more than 40 MPH" is revised to read; "See Contract" M-5.10 Right -Turn Channelization view, dimension, upper right corner, "taper' dimension; callout — was "50' MIN." is revised to read; "See Contract" M-12.10 Add Note 5. "Check with Region Traffic Office for RPM and Guidepost placements." M-24.50 DELETED The following are the Standard Plan numbers applicable at the time this project was advertised. The date shown with each plan number is the publication approval date shown in the lower right-hand corner of that plan. Standard Plans showing different dates shall not be used in this contract. A-10.10-00........ 8/7/07 A-40.00-00......... 8/11 /09 A-50.30-00....... 11 /17/08 CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-146 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019 12 A-10.20-00..... .10/5/07 A-40.10-04......... 7/31/19 A-50.40-00 .. .... 11/17/08 A-10.30-00...... 10/5/07 A-40.15-00...... ..8/11 /09 A-60.10-03......... 12/23/14 A-20.10-00...... 8/31/07 A-40.20-04......... 1/18/17 A-60.20-03......... 12/23/14 A-30.10-00......11 /8/07 A-40.50-02......... 12/23/14 A-60.30-01.......... 6/28/18 A-30.30-01......6/16/11 A-50.10-00..... ..11/17/08 A-60.40-00.......... 8/31/07 A-30.35-00....... 10/12/07 A-50.20-01......... 9/22/09 B-5.20-02........ 1 /26/17 B-30.50-03......... 2/27/18 B-75.20-02.......... 2/27/18 B-5.40-02......... 1/26/17 B-30.70-04......... 2/27/18 B-75.50-01.......... 6/10/08 B-5.60-02......... 1/26/17 B-30.80-01.......... 2/27/18 B-75.60-00.... ....... 6/8/06 B-10.20-02........ 3/2/18 B-30.90-02........ 1/26/17 B-80.20-00.... .... 6/8/06 B-10.40-01........ 1/26/17 B-35.20-00.......... 6/8/06 B-80.40-00......... 6/1/06 B-10.70-00...... 1/26/17 B-35.40-00.......... 6/8/06 B-85.10-01......... 6/10/08 B-15.20-01........ 2/7/12 B-40.20-00.......... 6/1/06 B-85.20-00.......... 6/1/06 B-15.40-01........ 2/7/12 B-40.40-02........ 1 /26/17 B-85.30-00.......... 6/1 /06 B-15.60-02........ 1/26/17 B-45.20-01.......... 7/11/17 B-85.40-00.......... 6/8/06 B-20.20-02....... 3/16/12 B-45.40-01.......... 7/21/17 B-85.50-01......... 6/10/08 B-20.40-04....... 2/27/18 B-50.20-00.......... 6/1/06 B-90.10-00.......... 6/8/06 B-20.60-03....... 3/15/12 B-55.20-02.......... 2/27/18 B-90.20-00.......... 6/8/06 B-25.20-02........ 2/27/18 B-60.20-01.......... 6/28/18 B-90.30-00..........6/8/06 B-25.60-02......... 2/27/18 B-60.40-01..... ..... 2/27/18 B-90.40-01.......... 1 /26/17 B-30.10-03......... 2/27/18 B-65.20-01.......... 4/26/12 B-90.50-00...... ....6/8/06 B-30.15-00........ 2/27/18 B-65.40-00.......... 6/1/06 B-95.20-01.......... 2/3/09 B-30.20-04......... 2/27/18 B-70.20-00.......... 6/1/06 B-95.40-01.......... 6/28/18 B-30.30-03......... 2/27/18 B-70.60-01.......... 1/26/17 B-30.40-03.......... 2/27/18 C-1....................6/28/18 C-20.15-02---------- 6/11/14 C-40.18-03........ 7/21/17 C-1a.................7/14/15 C-20.18-02.. ........ 6/11/14 C-60.10-00.....8/22/19 C-1 b...................7/14/15 C-20.19-02.......... 6/11 /14 C-70.10-01.... ... 6/17/14 C-1 d................ 10/31 /03 C-20.40-06.......... 7/21 /17 C-75.10-01...... .6/11 /14 C-2c............. ..... 6/21/06 C-20.41-01.......... 7/14/15 C-75.20-01........ 6/11/14 C-4f...................7/2/12 C-20.42-05.......... 7/14/15 C-75.30-01........ 6/11/14 C-6a............ ... 10/14/09 C-20.45.01........... 7/2/12 C-80.10-01.. ...... 6/11/14 C-7.....................6/16/11 C-22.16-06........ 7/21 /17 C-80.20-01........ 6/11 /14 C-7a................... 6/16/11 C-22.40-06...... ..7/21/17 C-80.30-01........ 6/11/14 C-8.....................2/10/09 C-22.45-03........ 7/21/17 C-80.40-01......-.6/11/14 C-8a...................7/25/97 C-23.60-04........ 7/21/17 C-80.50-00.... .... 4/8/12 C-8b....................2/29/16 C.24.10-01........ 6/11/14 C-85.10-00........ 4/8/12 C-8e.................... 2/21 /07 C-25.20-06........ 7/14/15 C-85.11-00........ 4/8/12 C-8f.....................6/30/04 C-25.22-05........ 7/14/15 C-85.14-01........ 6/11/14 C-16a................. 7/21 /17 C-25.26-03........ 7/14/15 C-85.15-01........6/30/14 C-20.10-04......... 7/21 /17 C-25.30-00.......6/28/18 C-85.16-01........6/17/14 C-20.11-00........ 7/21/17 C-25.80-04........ 7/15/16 C-85-18-01........ 6/11/14 C-20.14-03.......... 6/11 /14 C-40.16-02........ 7/2/12 C-85.20-01........ 6/11 /14 D-2.04-00....... 11 /10/05 D-2.48-00........11 /10/05 D-3.17-02...... 5/9/16 D-2.06-01. .....1 /6/09 D-2.64-01........1 /6/09 D-4................. 12/11 /98 D-2.08-00........ 11/10/05 D-2.66-00-------- 11/10/05 D-6...................6/19/98 D-2.14-00..... ...11 /10/05 D-2.68-00-------- 11 /10/05 D-10.10-01...... 12/2/08 D-2.16-00..... ...11 /10/05 D-2.80-00.......11 /10/05 D-10.15-01 ...12/2/08 CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-147 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019 12 D-2.18-00........ 11 /10/05 D-2.82-00........ 11 /10/05 D-2.20-00........ 11/10/05 D-2.84-00........ 11/10/05 D-2.32-00........ 11/10/05 D-2.86-00........ 11/10/05 D-2.34-01........ 1 /6/09 D-2.88-00........ 11 /10/05 D-2.36-03........ 6/11/14 D-2.92-00........ 11/10/05 D-2.42-00........ 11/10/05 D-3.09-00........ 5/17/12 D-2.44-00........ 11 /10/05 D-3.10-01...... 5/29/13 D-2.60-00........ 11/10/05 D-3.11-03...... 6/11/14 D-2.62-00........ 11 /10/05 D-3.15-02...... 6/10/13 D-2.46-01........ 6/11 /14 D-3.16-02...... 5/29/13 E-1.................... 2/21 /07 E-4.................... 8/27/03 E-2....................5/29/98 E-4a...... ............ 8/27/03 F-10.12-03....... 6/11 /14 F-10.16-00....... 12/20/06 F-10.18-01......... 7/11 /17 F-10.40-03........... 6/29/ 16 F-10.42-00......... 1 /23/07 G-10.10-00........ 9/20/07 G-20.10-02........ 6/23/15 G-22.10-04.......... 6/28/18 G-24.10-00...... 11 /8/07 G-24.20-01...... 2/7/ 12 G-24.30-02...... 6/28/18 G-24.40-07..... 6/2 8/ 18 G-24.50-05..... 8/7/19 G-24.60-05.... .6/28/18 H-10.10-00.......... 7/3/08 H-10.15-00.......... 7/3/08 H-30.10-00... ...10/12/07 1-10.10-01......... 8/11 /09 1-30.10-02... ......3/22/13 1-3 0.15-02......... 3/2 2 / 13 1-30.16-01......... 7/11 /19 1-30.17-01......... 6/12/19 J-10.................. 7/ 18/97 J-10.10-03...... 6/3/15 J-10.15-01........ 6/11 /14 J-10.16-00... ,- 6/3/15 J-10.17-00 ..6/3/15 J-10.18-00...... 6/3/15 J-10.20-02...... 7/31 /19 J-10.21-00...... 6/3/15 J-10.22-00........5/29/13 J-10.25-00.... 7/11 /17 F-10.62-02........ 4/22/14 F-10.64-03........ 4/22/ 14 F-30.10-03........ 6/11 /14 F-40.12-03........ 6/29/16 F-40.14-03........ 6/29/16 D-10.20-01......... 8/7/ 19 D-10.25-01......... 8/7/19 D-10. 30-00— - ....7/8/08 D-10.35-00......... 7/8/08 D-10.4 0-01......12 / 2/0 8 D-10.45-01.... -12/2/08 F-40.15-03........ 6/29/16 F-40.16-03........ 6/29/16 F-45.10-02 ........ 7 / 15/ 16 F-80.10-04........ 7/ 15/ 16 G-25.10-04.... ... 6/10/13 G-95.10-02........ 6/28/18 G-26.10-00......7/31/19 G-95.20-03........ 6/28/18 G-30.10-04.......6/23/15 G-95.30-03........ 6/28/18 G-50.10-03.... ... 6/28/18 G-90.10-03. . ... 7/11/17 G-90.11-00...... 4/28/16 G-90.20-05. ....7/11/17 G-90.30-04... ..7/11 /17 G-90.40-02...... 4/28/16 H-32.10-00....... 9/20/07 H-60.10-01......... 7/3/08 H-60.20-01......... 7/3/08 1-30.20-00......... 9/20/07 1-30.30-02......... 6/12/19 1-30.40-02....... 6/12/19 1-30.60-02......... 6/12/19 1-40.10-00......... 9/20/07 J-28.40-02...... 6/11 /14 J-28.42-01.......6/11 /14 J-28.43-01....... 6/28/ 18 J-28.45-03....... 7/21 /16 J-28.50-03....... 7/21 /16 J-28.60-02....... 7/21 /16 J-28.70-03....... 7/21 /17 J-29.10-01....... 7/21 /16 J-29.15-01....... 7/21 /16 J-29.16-02....... 7/21 /16 H-70.1 0-01 ...... 2/7/12 H-70.20-01...... 2/16/12 H-70.30-02...... 2/7/12 1-40.20-00......... 9/20/07 1-50.20-01— ......6/10/13 1-60.10-01 ....... ...6/10/13 1-60.20-01... ....... 6/10/13 1-80.10-02....... - .7/15/16 J-60.13-00....... 6/16/10 J-60.14-01...... 7/31 /19 J-75.10-02...... 7/ 10/15 J-75.20-01...... 7/10/15 J-75.30-02....... 7/10/15 J-75.40-02...... 6/1 /16 J-75.41-01...... 6/29/16 J-75.45-02...... 6/1 /16 J-80.10-00...... 6/28/18 J-80.15-00...... 6/28/18 CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-148 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019 12 J-12.15-00.. ..6/28/18 J-12.16-00.. ..6/28/18 J-15.10-01--- ..... 6/11 /14 J-15.15-02...... 7/10/15 J-20.10-04........ 7/31 /19 J-20.11-03........ 7/31 /19 J-20.15-03........ 6/30/14 J-20.16-02........ 6/30/14 J-20.20-02........ 5/20/13 J-20.26-01........ 7/12/12 J-21.10-04...... 6/3 0/ 14 J-21.15-01...... 6/ 10/ 13 J-21.16-01...... 6/10/13 J-21.17-01...... 6/ 10/ 13 J-21.2 0-01...... 6/ 10/ 13 J-22.15-02...... 7/ 10/ 15 J-22.16-03...... 7/ 10/ 15 J-26.10-03. ..7/21 /16 J-26.15-01.....5/17/12 J-26.20-01. ..6/28/18 J-27.10-01, ....7/21 /16 J-27.15-00, ....3/15/12 J-28.10-02...... 8/7/19 J-28.22-00....... 8/07/07 J-2 8.24-01....... 6/3/ 15 J-28.26-01...... 12/02/08 J-28.30-03...... 6/11 /14 K-70.20-01....... 6/1 /16 K-80.10-01....... 6/1 /16 K-80.20-00..... 12/20/06 K-80.35-00....... 2/21 /07 K-80.37-00....... 2/21 /07 L-10.10-02... ..... 6/21 /12 L-20.10-03........ 7/14/15 L-30.10-02........ 6/11 /14 M-1.20-03.... .... 6/24/14 M-1.40-02... ..6/3/11 M-1.60-02........6/3/11 M-1.80-03......... 6/3/11 M-2.20-03......... 7/10/15 M-2.21-00. 7/10/15 M-3.10-03... ..6/3/11 M-3.20-02......... 6/3/ 11 M-3.30-03. _.. _....6/3/ 11 M-3.40-03...... -.6/3/11 M-3.50-02..... .... 6/3/11 M-5.10-02......... 6/3/11 M-7.50-01......... 1 /30/07 J-30.10-00...... 6/18/15 J-81.10-00... .6/28/18 J-40.05-00...... 7/21 /16 J-86.10-00... 6/28/18 J-40.10-04...... 4/28/16 J-90.10-03....... 6/28/18 J-40.20-03...... 4/28/16 J-90.20-03....... 6/28/18 J-40.30-04...... 4/28/16 J-90.21-02... 6/28/18 J-40.35-01...... 5/29/13 J-90.50-00.... 6/28/18 J-40.36-02...... 7/21 /17 J-40.37-02...... 7/21 /17 J-40.38-01....... 5/20/13 J-40.39-00...... 5/20/13 J-40.40-02...... 7/31 /19 J-45.36-00...... 7/21 /17 J-50.05-00...... 7/21 /17 J-50.10-01....... 7/31 /19 J-50.11-02....... 7/31 /19 J-50.12-02....... 8/7/19 J-50.13-00... .... 8/22/19 J-50.15-01.... ... 7/21 /17 J-50.16-01....... 3/22/ 13 J-50.18-00....... 8/7/ 19 J-50.19-00....... 8/7/19 J-50.20-00....... 6/3/11 J-50.25-00....... 6/3/11 J-50.30-00....... 6/3/11 J-60.05-01....... 7/21 /16 J-60.11-00....... 5/20/13 J-60.12-00....... 5/20/13 L-40.10-02........ 6/21 /12 L-4 0.15-01........ 6/ 16/ 11 L-40.20-02........ 6/21112 M-11.10-03........ 8/7/19 M-12.10-01...... 6/28/18 M-15.10-01........ 2/6/07 M-17.10-02........ 7/3/08 M-2 0.10-02........ 6/3/11 M-20.20-02........ 4/20/15 M-20.30-04........ 2/29/16 M-20.40-03........ 6/24/14 M-20.50-02...... ..6/3/11 M-24.20-02....... 4/20/ 15 M-24.40-02....... 4/20/ 15 M-24.60-04....... 6/24/ 14 M-24.65-00...... 7/11 /17 L-70.10-01....... 5/21 /08 L-70.20-01..... 5/21 /08 M-40.20-00... 10/12/07 M-40.30-01...... 7/11 /17 M-40.40-00...... 9/20/07 M-40.50-00...... 9/20/07 M-40.60-00...... 9/20/07 M-60.1 0-01 ...... 6/3/11 M-60.20-02...... 6/27/11 M-65.10-02...... 5/11 /11 M-80.10-01...... 6/3/11 M-80.20-00...... 6/10/08 M-80.30-00...... 6/10/08 CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-149 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019 12 M-9.50-02......... 6/24/14 M-24.66-00.....7/11/17 M-9.60-00.......2/10/09 M-40.10-03...... 6/24/14 CITY OF FEDERAL WAY VARIABLE LANE USE CONTROL JANUARY 2020 SP-150 PROJECT #213 / RFB# 20-002 CFW SPECIAL PROVISIONS VER 2019.12 City of Federal Way Contract Provisions Variable Lane Use Control Project #213 / RFB #20-002 STANDARD PLANS AND DETAILS ® Q o /%ƒ / / 0� Ld 2 z_ =7� 4 2 g m m ® ± / S O 6 E a gGU ® of< �� O 2cL 2O� �Rw6 g Ed 2 Lq ƒ ©ƒƒ Hofƒ LL22 22 J f // 0\ J\ % z- C�- © Lw_L @LL q a%0 a ƒ w $=MM / /? gw %/ / / 2 � � / 2/ 2 E /4 =* 24 / EEO cUƒ o�-i-i L Oo ® m2 3 O»Q C) 7 / O/«/ J _2 ®/ �® ƒƒ 2fLu E 7 /ƒ® 2� /% -/ ƒ\E /Of± y[± 2 E �\®? �0 2/ w c)ƒU CN2 L/w $ E w 3- 2 g2 o® z z 0 ®Oy* %4 42 U7w 2 Lw ew Q <2\- OL // / ƒOf / E 2 Ea2 w f L ��:2 �/ �/ a-- �Cf)2 /2U) <27 \ / 0 $ @b » ®/ \ ®3 0 3U) �V) 2 2 LUmz wU 0-w 223 24 22a 22® 0 ® w 3- E 5 L 3 2 k%EO // ®q ECDc U5 3 E 0 I 4 0/w� -/ -J ®y z22 J� 3Eo �Eo % S m .L2a_ 4± 40 /E aJJ y *g2 *32 b 4® « w y» 2 DQ DQ q C wm < &% Av ¥ƒ yU) %a GgL ¥±L<L- LLJ LLLJ i k k E �6 y 2g L 2 \ f/ � / f /� d? ƒ �/ 6 \ 3 ¥ 2 . y /� 0 �ƒ � �� /e LLJ � � �/ � �2 q LLLn J/ �® � \d U U 2 � ƒ x L � ƒ G � / a_ / 2 ¥ �- /� � / / � � w 3: �� 7» � A .� L. G o a 2 � G � � W Y � Q � � Z W 2 W � Q 0. a W U) Q � \\ =4 R3 v m� 5 C N� vm vrnc 0L N•y m N m a O 0 IY N NH �.O 1} piC NN �+P N Mia=� wmcc EEIn —"Ems E�3u�. mE'v L tp m.-ee 1] EQaiNcr�iii ew c >•-m pmm vEm.me x' ��� mmmvumi E�wv L°�c �Q�p.paR'� cc�� �F c�cFmF c�-n.b _rn=o3 m wm� m r — v QE=BE rwRE Z v >a F v O Z H �0Oo Z a ~ Z M JJZZ N �zag o a o g z r s O ZHHO w O 5 � = F ZZ=W y to a a s H Z F 3 'I►' 0 r 2 a O s Z SvV J` IR w rn Sri YGw F-o K ww ¢� l7wW or i� z O m O J w < w a Z�00 Q ow. a z Zz� O Z�N �Q� m �o moo J2 U 0=0 d� mJ 6 r 10D 0 r z¢g j i y OVOZ-O NV'Id OUVONVLSMS J 1 I 'NIIN ASZ"O 7 ASz0 ASZb ' ASZ-O 'XMY .LI -.G = A �f 0 z O N 1 oVQZ-o rov7a (ravo NIW .A - J v a Z �� �ppG z a 4 zaI"^'ya _ j z z N n E H/� ON o o ..S „P:af• J ro �5' (nC7yd ZNHpw> p17r Y� zzxw m toot ° � - s J Z ¢ 3 H HZ ¢K Q� mm? z Zwl m z,= o Q w Y May �l �a i m c z Z b = w rn N 2 LU Ll —VV y =bCL x m z W W z g 0 W H z 7 O i a cn Q 1130011 NZJ33 A9 Wu Yd(I v ai c a ii mrna_O1i �_. Eo,$�ctM U) m �'� °"m m m 0 a m .� O N m v .n 3 mo 0 o ESL v v E'3 .� r� v CIL N 0 p.m u v v .'-� � rn O > •- m-x ti 0�v°In�wEc acmE o`Na� _0�Ic.1 Q3oLc v� o L m F-O 19 mC o�rr F 0 _-~vTO ;�ta0n�°i ^EyI0 �dmOu wtU-` t3 o ww Eov »m-m `aa r z ,�crn10 !�>cmvi 3, w •C-Lv o o - L n_Wmu) > o mvo= v�m z E'w 3 m Q = O "c0i p2 '•�oT vnoaLm>>� S- - ' �aY X0 nZ- " - - y "]1 aOFLty1 v V)=.E:E .yC,& NmvN rC) U. w O WO O 10 vm U 1C -0 o.Qx .0E .ON; 0N-v OVL E wC U) m mE"o-� � N m Q O m C y m m N O m 0 3 U .N N 17 m O O N N m O O LL p c m Y 0 m p >, (yp C <acN-c6�iwLmoC� O.`U+L-mOm„ om amav UHQ- j t3v�CEom oCm maoL"mO •�ya.n6C tmN �m3o 0o�-o =ao - n E m@ o.> �o`-to c=a m a wy nE 3 myC -6�m4lOrnc0 Im«cmu-ma. j O«O a L m a 0_—OO OI UEo N^�woaCC) LLNOU- r�EEY• r W V) V) > W O &-. m %> 2 cz v vi m r� m wn 9 o 2 Xo�E 3n Uw-oo a'N %w O om m mL o H LLL0 00-U)Ev -63: up J �O o Uama pz❑z L] ic� C w❑w 5 o p mo m C.O ).Qm m�VMcN)2❑¢ z z �WW U L o Eo mQ U- a OO��O r F._ r rZ F-O2 C7 m mF W 1 2 OmWO zs ¢K5 .z mwU w o m0 O¢>> ZOzr ¢a w QO Odd ya w O =)w w U 00 ZOO �� mOZ Cm Q m a U U mZ aw0 �O ( mJ ¢ W Zwa0 OOFO 4 xFw Z H O z z Zrww 00m N� Ua� a K m- J- DSa�o t > xVW: aaa m>W 0 za J>a a ¢m OOr ��a _L O� Y m w c0?U-W zx J "k\fW Uw r 03w .S-A ma z _ \• LU n \ _ cV Z a T a w * T �O Zw P K Z W r a 0 --- - -- - - -- - o 0 w o w o o � ¢ U m W a • ., .- - - w O� w Z u m Oa �W ,0 U a rwn ¢ a r� ar Z w O D >JNy jo .0'Z oy °U Ov w� Z p zwzl4>aU O O f o w Q m p z alo .zn 0 z 00<2 "kV1H .TJLZ j F 0 0,.w U ❑ a w o 3i M z a o W X `c (C10000 SSVIO) "W4 0 x O N w 0 OVId-NI-AV1S add 1V13W t O31V0f ddoo V NIHAM 1SVO 913HON00 F 3 W ! 0, H1d30'NOd aOd 31HV1336 z z w 30 Oz x _0 z m Y ❑ r m ? UZ Z— a ❑ W W Y a w❑owNOZZN(oO mat Z r ❑o m Orc�FO JO mwKrw MO j �% Oynm Q❑ IO O mW 000WOO NZ =0w Z m OZ LL z OrN z3OU 3.S ,u X xZ -'w = wZ z= cUj az (D waa w g¢ amp m ww Zo SOU l ^(7 'y❑F W w tH ON zawW'Uw0 \\1 ��LL U w ow as OO-aO_. Oom%VYi� OLO a tt za �t x-00, U U m�z ¢U r J ❑ OOU cgiw Ozusm Boa t Um< F3f Z xw �7{pryy xtiw mz Z< W G O O 0t� Z,O > _ Ow W _ f Z m _ W m ❑3 L) ❑ v� a-- -- F- N �a Z r Z 2 � ��� ;; qq A�' � I < yJr.l_ l� v Ox 7 Lu- z 3� ❑a J J O'C Uc •al0 00 aw p Z> mw aH .0 ZO ow Oy oa❑z 3z MU wa �Kw = zOpU w I�ZU �O 'alU w C) O j .Z/I l U a w w m (d000t SSVIO) 1dVHS 03I1Ia0 0 09N0 "7(W)..Z/LZ HIHV3 a3eanlSIONO ISNIVOV U A7103aIO 1SVO 31380NOO ..0.. Hl dOpfJO'� aOd 319V1 3 1130011 Na3d :A6 NMV)J0 G 19 Q Z QZ F NO Ja Q0 Z01 Z Np �.% LL LL LL a 19 F. o T. m z z z a z z- -- m N LL 0 0 0^ ry LL 0 0 �y NO Y o p O II O Y o 0 0 0 m = ^ x Z ZO Z 'm > X � Z z- 8 o 0 0� m 0 0 o o^ m W z 8 8 8 LL a cn a U U U _ N a r a a d^ a r a a^ o o rc w a m m o w r m m o= o < o Zo a w e H,' n Zm Na0 w - - U� w - - - II H O J Z m 0 K II r m 2 O ❑ w ❑ z z ❑ w ❑ Z z ❑ w ❑ z m z ❑ ❑ z 2 0 0 Z Z ❑ ❑ 2 2 U m ¢ ay O Q O ¢¢ 0 0 O O a O m Z m j ¢ a O O tt O O K K¢ O O K �olJ O zF O o m - m¢ - m a 0� Ow z� ❑ - o - w J I... lL N N � O _ v _ _ i' _ _ �' U LL (� v ` m za wa IL a 0. U m a.o gam WC, m rm w r V+ w p } em w a in a m a I.,W aw a,- g6 a a r ao� F v mm NU a. mm. Nw r I~i ° oa � vo a n oa f �o IL am �m H p :� a w may 2m _ LL W ❑ Z uj rA O_ �w Jo ao r o m m U,o Q N N bb' Q Z n7b O W O W - LL M Z U) LLJ - = _ - _ _ _ = - LU J� LL N F X F- X r > az 5 m zIL �z a W- LL c a ` J a O W a W a w a w - o oHa owwz FaQLL' m bOKm bZz a z ^❑Ko z Z ❑ 0 z ObKm Oo O s Z 0 0 0 0 0 wO Os0 O O O O OCm O ? c m 0 ¢ 0 c a z O O aw aw HN rm JW Wa d d W dr W m Jw Wm 4 y L W to Ww mm ow a mU Ex az ^ vo az 3z �o o< oa oa w Q w am N 0 U m m ai mum o _ t S 'T C m W 3 O O E--W`ymE m E YW3ya a m W nsylcv3 J y D a m 0 m O a m Y N U N N m a L m$ m m� E 0'.3Y E a 3 rn cv�aciLE E ❑� EL E aG U m .L- N lEEV m m YJ O C �` O C O C O N x m rn7s a- I'N E rnN w 0,.-. O z N -- C m�ff 16 a 3 C m>m N C W c �mD o` W E a LmUmrn.-. x a E y umit-7o h Fuy�y c NL r N N �mL cc C O N V� o u Na}Eam xm c ac E Z w x y t 0,E m n N y E W hc0�� w vy m � a Fw.. ¢ mar O N v V 2 m - O N c!J m 'm y a 3 m -S o d d 32 pa n U m m U wo � m m E _m a •E a n m u) C L i 3 Jo m O O m Ui OI E r E m of U c y N m C C W x m a -lt E-E E w m T N va m3 v � ❑ m N ym m ym Q co ❑ NaN a� - U O U C c f0' h 6 o N a c ¢ .o � F 3 n� A rn c m Wa y m0 JE eEjrov N N 16 1Uma u) m N c L O m N � ��° r m •1 w W a � N uJ a � O v = XO x O z m m X m W Z O o z W ❑ z o l E Z ? z U ❑ O w w > > m =oa o k ❑ z O O Z❑ ! ggZ.a o r 1 z o o wi: I z ❑ U F w ❑_ ❑.� 3 a D O N y Z 2: ❑ n z. 7 I a U Haaw x;m o ❑ W w� I .ot w 1 1 _ > o N � w❑J c7Ww ca7z~ oa" jp [ z N O a� w w O W Z �y QHQ r e ° z vy w a K O m x 0 O - N�a v wx mz� ❑❑o zZia,m wZa Z0" ? a oaa tD Zo ❑iFa- mO a~ - y OUO3AO V4C1 A9 NMVUO }} a Ot �g a 2a v Z J WV z °m u w< aw zo o z w w ON _ I D C m U O w a O m N m C a yL _N N C ay O E m m n 3 o c J-3¢ yN o n O W o UW�;iT v m NpCp X m 'C m a d OI m 3 f0 U o m ' nay > O m L m N L a o o T N m m C N O N. E m O N a m W' U d> EE- I - 95 ' E3 c'my� O U c C U pl m m N m Ul y E�D L =acit0 [C O C E IJ,J X -6 om` W U a m u`y� o S" N m6.m 4) E> r3= E c 'g aa�Ya i43mJn m y Y3 m m O V a 02 m e �°v�y mOV% um) m U m m y D m o rU� L � ?� C m m m N N m C% C O aL OM um C 2 co tLtl 00 0 o Ewa n 3 c M t E m �' c L. L �LLC- IX❑ o E U mmO aN E c ccLi OC o 0 c 0 ¢Em m=��_ m'X E � Q2 C L.. mmN OE Nm�� CON �.'q S .2 m m m>a L N N m O U) S£U) d ->? a y N c Stt J a m a N N i . N °.E ❑ q- o N cm v 1 :i7iY.dAYI,' N' � �ma wo� r ; wU<o � -� •�' f >iOWC w2C LLWWSI N :QW ,^- l [ } w > j w i oaf F_ a to w m a <❑jzO oz WNw Ow ❑aV7 =w =s of m 3 A ow a � p Q c r Q O � Z Z Q o e N� F ca w 7 y3 u r 2Q H a• ti�i�. sf; � r p v W J w f � YSvgx. o JZWa 4� 3 d w 'o -N �f�aHJ Z ~ a N a Y p V 0 Z - 3 O O �� 7 N J W W F W JJQ Na is m� z O H H W ❑ N Z O F_ � �O w Vi.�... U) U hj aa.w mw 3SUf10035V9 do doi z? O4 uj 3{f1MOII�Y1f1wHJIW .hs as 0 <0- aoi Z.m 3 ❑ y Yo QZi \ w¢m E tn�o z zE o o oaw OVz ao O QD� Z wp4U R ~ w Z O y Z Y o �, L) 1; J Mwo So w & � U w v� _ 00 r v� �l �z NH FIWO -0 wam 0Ow zv 2�w =� Q v�>LL OpaZ- z- Oti� 'Ir0, 2NS a aN. O z2 zruti aw i„ =i❑ONN��w U_POpz aln $`a H N Ow UN wZ -mow 0WN c7^ Zz Z"'y¢F ZJ.-. amFawow-w a Z okw ❑ m- u1 ci+z ❑U�?H u �! 2�UNv0UZ N Z- vw~ w w �T.PJI l a ❑ Hw -7❑W OOw❑ U 3?nDG.3HSINU 3H1 J O a Z i164739 t�ff4VfYIW _92 O Os:. 10 N QQQQ F- ! I iz. Iz _ W=,v .4i1' ??zin ZN azZNS rQ w o 0 'F "oz oa�Ua um��3 zk °z KQ w = N� 2N wfN f/ln� vS xvi N eGLL mo hx FZ N J� -.i Qo Ij ❑ Y W S N a x4 w Z F LL z Q Z S wN x V r a N U y W a �? ra W N r U z a ^❑ r za z zW CxO n S❑ z a rw 30 a J ❑ r J uj ❑ ¢ a 0 wg ZO Na Za mJ-v m _ U.❑WK ❑I w ¢W¢W ¢O =¢� w Zo 3w ¢ Zux wWc mH xr x¢w w3 as iO? 30 0o caw xr aLL �z _ zZ 3 ul— wQQw d �C `m xZ _ ¢ ?I" rU� ma n8 xz evxiw �a� �m ^ W w co J � lti % Z � v r LU Ow wr 04 W Iwo ¢aV 3�aw Wa 3J 0 o8-z O �S w r 3 3N r 2 Z m row, z Zh > 00, Z SJ aWz 0 w4 7Tz O I-�r NSw V OUP m o JN x mew 3 S a N 16 l •�� � 3 W 1 � l CC) W� --I wvi a4 _ l7w zo v v NH =w (a7a wLa r N ❑ bW o q ¢ c r � O m IRJO�,Q VSII ��e ru�,var z Vr > O J a♦`��.li1 NPayFi :ff - W �'�• �1 A N n � 4 ...._ i i 1�.BrL .4.L Ly �.ZIL z x8 _ WK Wa FU mm Zk.Q pr. aa� " 5� ac xw �r SOmz row Z ¢o , z OM Z R >OQ ua ON �Z>Q 0?Z x m az Laoforcaa J`; < Z v~1U �2 a'�wU mU? ow U Z Z Z o J N �JZZ w N a Q a w a i La ^ zw N : O mZ z ^a z Lu ti n =' Z< I.41C L-'' .4lL zw La Ei E .VIf1 ~ AL JJ J W W W I W0<0 lz=z � .4lC Z=0¢LL cw aw i �Ha Wx wr r0� - ¢x, O wZw ¢Q U_ Z� °_ �qy�; m<° La W� j NTv N v wIN N_� vie ? '._ 1>0 fv[ m llh\ Z 1 J Oar l y ❑ro rW r G SfN No a 'a W. 2 V a N mw ^ > ^ r ZZ i w� C z a U 3 r ZZLL I U• OZa yC Z¢ U maw ¢4 Zmv�. < rZ �0S iN v J �❑ w N x�m Zuu� aZz o- a> nma Zq 7❑3 =i2 w r Ow mN z O,o •oN 0�= a� Ny �u� -w xua me La 5 ^> Z 1 ❑i= // J7, 'Q a 4�I� WLL z _ ❑ l � �r� ¢ �� f1 oaw w o 1 J Zu W Z� f ❑ W W �a Q r z d w a vi z f J w r z 5 z 3 o N S ¢ a w Z J W a z !' < co w . wf ao NZ Z 3 ❑ �F pJx Ow r LU Z ❑ ¢ r i 1 � 1• _1 wg .•�r Na za .0 w❑❑ '❑Ow �i aw mJce OU iOw ma0 ulw S N N 2 3 Z❑aW- W 3 VO d w W ;'Oa az Sa m m m = m y a m o ? No c 1 a3- ❑ .'�- -E c arm _❑o w dam cLic =wu @gym �co n 3ya OW CJJN SUN Tyd @,5y ol �o� oc .52mN E w@E cOa o.@m m y 91 mom° NON o m NJ mE m �L o f � m m mX LO❑ � �' � � ai -o u N ❑3mm Hw �vNm t�•E m�� Ycm_.+ �g`v N N y ti m rm j �o t6 =❑ m U .0 J m ymj Z a w m v m J- m u m> m m o R .E E m a F w�£o� m a ==:o wan zN U��c O z 4 N n V W IL I HL r U_ J H Q <r < W O J z UO 2' ~ r Q W J J F W U) L Z W ro D Of O O J O s a O o w = J L u LU J d d w ❑.2 w - - - H ° - O G 3 O H 1� Vl 3 o w w J r a = ui LL❑^ a0 W d Fa> ❑zm Z Wfn o vaio y w i-a wF Wz ,a �� ro �3 a ¢ n>a a°a a FJ U 03 W x r W >W U Sao OLU Z O w of 'L = W ❑ Z❑ U Q �Z O a Z = ey w x `❑ ofmyJN yN❑ W O� 03 w �, a ww3 > L) N o I rc r w d a» Q O 55 w Z U Z Fx0 3 Z"uQ'r w r w r y -r y � O oEl) J W W a' 2 I W J rz 7 U) ❑ O zZ 0 U 0O Jax mz3 wwa wrr yza a❑, azQ oar raw °O❑ ZUW Z w ? O ZO W Uy W W w 3 w c z w 3 w i� z a z w a J ❑a z waa N NaN Q 0 Q � W W .Z❑ Uoz ZU? w O W W � o Z f W W y w w J U W \' J ixW 2 O a. J fA w a U U O J w jr0 2 w U fn W w w w y Jw 3 O U' 2 Q 7 a N J O? N z a f g 1134011 NaGJ :A9 NAAVH(I J J 3NV1 3NVl � t i I 7 I I U I r _ 3 � O LL I t<il I I � � • o I I I I I I. I I _ I � � I I m I I I t I I I I I � <oz w� ¢Or I Z � w W 3 N SQ N N ? � I i V � 1 1 i � I l • 1 1 t I I 1 i 1 I � 1 3NV'1313IH3A 3NV1310IH3A Pd1LLVHitlIM 3NV1 t l i I � V 0 1 1 I 0 t I p V I . 1 1 , 1 1 - � I I t m I � 1 I I I I I I I I i I I I I I 3NIl dO1S U < U i Z Q J a fro -a w O U N a O O N $ O T $ J O N o Z r I< - O x Q J o a Q n. a Z in w 'w _ 0' o e LU G < S a Z F W � �1► 1130011 NN3a :AB NMV2J0 c c E D UO ° p C p p` p-z m y y �� ms a n N �i _' � •:d _ c l% 4c oim% o o N c :9 LLi �n °0 POD >Up E� S a a n �Li o W ¢ t"', p a vi a L] tiff N Of w0 co b az fi �C»U _C YXp C i�Q pX01 w rim U I�i wU M o N: 4. U ii.2 o O z D �° 313k13tK13 W SV37 i j Ido 17419dsv 20 Hla^-7 'XWf .E-'NIr1.81.Z inomvs JO :41dw D> � <1� w �p¢t�g On'Zi� 4 O u K g r z O 3 u ur P- C, f ;�N � y � w o � 3 o �! w rs < ?_ D H 12 313NONDO 1N3{N3D z do ll'JHdSV d0 HLd30 O 1f1D,NYS d0 HLJ30 Y1 w }_ O z U 0, O noC �a �N� a cc s a LG ZF Y »FF zc LSF D G 0Z a� _ 00 LL$ n ❑z� Z5„ 6 w 317�071001t13r13D .1 HD SlYHd5`7 210 RlLria[3 O ZO ."Z 'x"IVX. -KINP- wd' r/iN� Of ar 1l1OJdiYS JO HLd70 � V m M on LY 0� d Z f- U V 2U W Q1 rN u wl7a as o OOoS O a 0z ry yy i 0 O I� E cvnwa- t-w0 �r�yiL UW O �rV? 44C �LL174 a � �LL �U F. J C F T 0 z Val' 8 r w in o v, F � Vz IL R O Z G �>>�Rgz y� a�Y O 76, Y0arts p&o`��'• N �€ r N O z G J zw Z � W E W L1»-¢¢' 7.1_1' XQ tzw iOw uw II auYi T p j�lj�7' UQo Oow I`fj,}I cwioo ° s z O H U LU 8 z LU N U (n D in •O m O y c > N Ca J { cI m D co •4 @Ln D b n aEi'" o �F'�y o .• ms µ, iN CR 0.�3 U� �`' 17d d rW z o {Y F VD �> `E Lm. O Y OJ lu — •� m L U SCcD U m C$ O M'R - C O µ O � m 0 N .-. V m U •il Op -•� Op � Y OCR O{ 4� i•� +� a F ry t� � b Q a C m m C ? m a m N YI m� L C =� 7 �• __ �1j eia W W v . �L L •v > X iL C D m G OL m '0.0o y O C Ln N .IS m 9 m o a a m/�J• ��flJ. �g 4� ' Dd L1 E a F o m e n L �yyE > o o � � =o n .c �3£ dm aua7 co, C 0— N m a0 E ti •.ter•^ ` ' O m L`m�s o $Z o W c or _ n" ac o� SFi o0 0 y _ m� c CLq D n NO 5~ ,A'c woi 3N �clro cu mo my EL= �ol�u ='ticocaDm oz _ mO mm D a is _ m... NC� n N D °:� L tl nm��— 4 .c a m oZ m vl 7^ m« C �� N O ro CC �SL5pp yvl C�Q O 16m E G .—m m=— 30 m� OL Z C i 0 ti' O E �NI C p— m 'r m91R PEE .L..OL m U E� tl C .- U W m dl1. L i »� m Ypp N yy�a m rr W N 'A_ ro N- L C O> m •ry?ry f ro m N'..i ►- '33 Q Ca0 me me 8 oC DD a a� � �O CN a `E m mDo 3�Dm ,ovO� ¢'O D>- �r� ♦liN '•'� �- Cs ca YNK�� 1� �i E _ 00 �Ei0�7?N.Qcrn j 70N �O m� 3 CEO t`� fY�mm ="m0 3c �1a J�m�c•/�r 0•C Nay FU,-moc �o rt$n �ygm5o� a=,E'mv = m m ut a d N F E .O roO [ AQa X LL' N tG FF C m O m Q Q N m J z5 �C y W �z SV, Vp 4 a j 7p � W C 0. =or 0 mCem 0 �y >WO a� m 00 0 w 4� F 4� °r w� �ay J ° W O Fva s` ado VU oo$ We 35� '0a QdQEf as W�L C0 r 'NUN .6Z O m O z� I 4 h LO r E 0 0 d Q z f 2 !84 w W a J m d H i- 1L w a. 0 j Z O O mz z w c'L.] x• 0 m 0 r U Z i 0 N m E ' to~ O n wd `o o, mmp vi m� C,°pL� $c�E"m ZQ ° p .Q L- C Q, O C d'LL pLJ a mr;, ❑v o ;, F'ay z a E ° -2 'o14 m`mm ��rnLU tc �on�°��� � �LI:1 TI��'r '_('j ti r p e �E m`m Eo,m umm Ema19i�t ma�¢in ^la' p'j. �Q`Z' _ e S1 C C l0 Y N E E Eo =' a A �w~%J3mU Z(L�N f0 E UL O nQ� N UE NF L E C C OI1.1"'�'y�_�-Y.'! GO� -C, S O N C N m 0 N C U O C n 'a 0 N OV ` v C C C] QO C 'J N �� a W❑ .0 H `� �z n� M O,m � P � � � N L � N A O "�+' y2 NL 'y� yfs 4!h = i I 0 U t dL C C m T m 6 N rn N J N O N 0-6 C? d t G V N a _ a d.o c� 5m map ncpom 0) tea- -(�am =60mo� = i<Ec n5 e= moron LLNp cm w Z 3 r (n L Q N 3 W .- 10 Q'� Y .� i/J .� m E r N -- .- O O L E a N W z y C7 m 0 y L3N3i313 A8103 :AE NM"Cl 0 � w J =ZO 4i Z :3 N F L ag❑ JK rW u) V� O N J W d W a EL F i - ,i 49 0-8 n a U N VN1 j W J Z aW 2 1 V z °U 11 `VA Z F U 0 w VU1 ❑W w W W w WOarc O w> 3 � z ° W s= z z z❑ wa K w w .0 o x 11JJ N. z �❑ ° ° oJa 'q0 �� F QN W 1J SZ J❑ 0 a 'Z' z° w w z w oo ¢i� o i pQ KJ c~i o ar ! 3 w K Om y r N wyj O J Z, 10 O C = w U T N OJ O O O w w= N U¢U F as W w O p Z Z Z I �n K O w a y N¢ o f << s o c tt W a r p a n G ? a m 0 w x U> OwO0u5in = CNF m'ww Z o Z� z ° 5Z0 1 C w o w zLLw�Fo`?iNcw7zz W W H FNN N Q9Q a� o CZ--. G Z WZ Z C,.. `. ❑ Lp '-' = -¢ z z wZ w C¢ titia ¢< o ❑ waa i i O V i� .poJE,;�- w LL W C.0 „g < : 2 E O i o in i w x? 7 aso . ... y m.• Z m O i 3 LL• LL C e ¢? w Wow Y rL mt mm nm a �nd� Z No a L m °L 'gym mE°� Q� N Om bU L Z 9 10 m" m NO aw On, N-oF mm C'U1 z r Z Z mE m m m 3 E o O CJLL,v Ewa= p ��1L.1:2' k,3y4r ?�Z n rnm Lrn mm me i dm �EyFmm Savo m {c*d F �� o w c 0 0L �° ao m mN NG3CN0 n°O�_ o F �.L �AI— ..td r2F0= pc �.. ad �,c o $,c d, moat m�a crwi r;r� m e >. m C U «p C m c D m U C .� C y N Y I.t�n'- r Q G 0d. c >N > qm ``%" � o�mctmZ Srn-L .- :� o' gW d L w Dl U _ o o O' m N? m y N_ U_ ♦y F o y N -E 8E o� °v ^� 00 om8Emom N Q ° o ` 3 3 c m c �' m m f° o x o m CL U ���Qr7 4�q�w J �; Q N a - ca saav=pO a0 �� z `IG 3 o°d ay.�ti-m=c Inc- mLL �Fa I 1� > > > m t A m a N m ... a d t 3° � E o y Q Eo Ea E>� E� cm m$m cEn�`oa�i� $N�o� o NON N �o �.� �,tm Z� Nn Em 8m'a �mm- z m- m-J m=c °'- �j amv m�mct U.m21 -�c �t� W F N F f0 F N N F N (n L a m V: N E N TJ ❑N E fp f0 H O z (V M c u 1D r m J 0( 8 r l 2ya� Lij } On:Wa ca �' r. _U 72 a Nk z /^A -� y -� Z o z — - f a 00 a c o x 1 ` ` 7J •' Or ¢ U H N CZN ✓ S Z ? ` V¢ I LON N. W - Z I/rJ 2Q ? W ~ w N=C S O W ¢ c W VJ Z C Z w z Asti zz NZZ W LI ZN Y ZW V - ME N O J LL N N y¢y11Z ¢ Z 1 J ryG N T cui •' S 5 H p U U HY? W N;J� o� z ❑�N W Z O C U yCw N a u' u E¢ T w a J LL w N Z U J s¢ I[ W 7 c W N U W W 5? a F x¢¢ G ✓~i O O Q O V ¢ H G> w Z G 2 Z W O Z_ C SS IwU VU U Y W F Q 6 ~> S <C< Z J <- s� H 6¢N w 4 O x y 3 ? Z¢ N c$ •¢'JAG o N y 2 Q V F W 1 2 C V 7 1 S �Wi1 o U - w < �- '<o r�� `G>o < Q 0 y�� 5 °s. ` G3 s s �= o 12J1 O¢ Z W W Q C YAW K 6 C V <z'z3 wmx�x� '0 < LL: Q F p� N QCL ¢ ❑ oZ C� T E a: ? oi�iG 2� Z� F C�9wC<?o W F- O =-�¢N•,�N�Gp i- W S• 2 m io?`"w. C h O¢ .0 C .. i�u¢o • C. • . O• • o~ S w e C� u C C' r y t~ii N Y �: '���'•J\�n ^��i OL:\-)a L3H�l3ld ABlO� •A6 NM'd?JO O x m 0 z z g� Yg m° 0 z z i of n I l f ! 5 G E) (3 0 c ZQ(3 o a Z2F- r F ORE a e w MyC Z � Q a b 92W400 P w = t25 o w =� yi Q J' Q N a m g Q IL viaaN U) ov�o wofWaa 3Nt7� U,wuj awaa �r�: n fl� C] _- Q LU O c�15 /J w J s W PP aza aw V) C. r r b3HOi313 AGIOD :AB WA"O City of Federal Way Contract Provisions Variable Lane Use Control Project #213 / RFB #20-002 FHWA 1273 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS FHWA-1273 -- Revised May 1, 2012 I. General 11. Nondiscrimination 111. Nonsegregated Facilities IV. Davis -Bacon and Related Act Provisions V. Contract Work Hours and Safety Standards Act Provisions VI. Subletting or Assigning the Contract VIL Safety: Accident Prevention Vlll. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water Pollution Control Act X. Compliance with Governmentwide Suspension and Debarment Requirements XI. Certification Regarding Use of Contract Funds for Lobbying ATTACHMENTS A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (included in Appalachian contracts only) GENERAL 1. Form FHWA-1273 must be physically incorporated in each construction contract funded under Title 23 (excluding emergency contracts solely intended for debris removal). The contractor (or subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services). The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower -tier subcontractor or service provider. Form FHWA-1273 must be included in all Federal -aid design -build contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services). The design -builder shall be responsible for compliance by any subcontractor, lower -tier subcontractor or service provider. Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower -tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a construction contract). 2. Subject to the applicability criteria noted in the following sections, these contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractors immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract. 3. A breach of any of the stipulations contained in these Required Contract Provisions may be sufficient grounds for withholding of progress payments, withholding of final payment, termination of the contract, suspension / debarment or any other action determined to be appropriate by the contracting agency and FHWA. 4. Selection of Labor: During the performance of this contract, the contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal -aid highway unless it is labor performed by convicts who are on parole, supervised release, or probation. The term Federal -aid highway does not include roadways functionally classified as local roads or rural minor collectors. NONDISCRIMINATION The provisions of this section related to 23 CFR Part 230 are applicable to all Federal -aid construction contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR 60, 29 CFR 1625-1627, Title. 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 60-1.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3. Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR 60, and 29 CFR 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), and Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The following provision is adopted from 23 CFR 230, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements. 1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 27) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract, The provisions of the Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the contracting agency and the Federal Government to ensure that it has made every good faith effort to provide equal opportunity with respect to all of its terms and conditions of employment and in their review of activities under the contract. b. The contractor will accept as its operating policy the following statement: "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre -apprenticeship, and/or on-the-job training." 2. EEO Officer: The contractor will designate and make known to the contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active EEO program and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual responsibilities to provide EEO in each,grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer. b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minorities and women. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means_ 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minorities and women in the area from which the project work force would normally be derived. a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minorities and women. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority and women applicants may be referred to the contractor for employment consideration. b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, the contractor is expected to observe the provisions of that agreement to the extent that the system meets the contractor's compliance with EEO contract provisions. Where implementation of such an agreement has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Federal nondiscrimination provisions. c. The contractor will encourage its present employees to refer minorities and women as applicants for employment. Information and procedures with regard to referring such applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory freatment of project site personnel. b, The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination, Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. if the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of their avenues of appeal. 6. Training and Promotion: a, The contractor will assist in locating, qualifying, and increasing the skills of minorities and women who are applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved. b, Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contracting agency may reserve training positions for persons who receive welfare assistance in accordance with 23 U,S.C, 140(a). c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. d. The contractor will periodically review the training and promotion potential of employees who are minorities and women and will encourage eligible employees to apply for such training and promotion. 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. Actions by the contractor, either directly or through a contractor's association acting as agent, will include the procedures set forth below: a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment. b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the contracting agency and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the contractor with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the requirements of this paragraph. In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the contracting agency. 8. Reasonable Accommodation for Applicants / Employees with Disabilities: The contractor must be familiar with the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established there under. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an undue hardship. 9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract. a. The contractor shall notify all potential subcontractors and suppliers and lessors of their EEO obligations under this contract. b. The contractor will use good faith efforts to ensure subcontractor compliance with their EEO obligations. 10. Assurance Required by 49 CFR 26.13(b): a. The requirements of 49 CFR Part 26 and the State DOT's U.S. DOT -approved DBE program are incorporated by reference. b. The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT -assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the contracting agency deems appropriate. 11. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the contractor for all contract work and shall be available at reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA. a. The records kept by the contractor shall document the following: (1) The number and work hours of minority and non -minority group members and women employed in each work classification on the project: (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; and (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minorities and women: b. The contractors and subcontractors will submit an annual report to the contracting agency each July for the duration of the project, indicating the number of minority, women, and non - minority group employees currently engaged in each work classification required by the contract work_ This information is to be reported on Form FHWA-1391. The staffing data should represent the project work force on board in all or any part of the last payroll period preceding the end of July. If on-the-job training is being required by special provision, the contractor will be required to collect and report training data. The employment data should reflect the work force on board during all or any part of the last payroll period preceding the end of July. Ill. NONSEGREGATED FACILITIES This provision is applicable to all Federal -aid construction contracts and to all related construction subcontracts of $10,000 or more. The contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate. such use by employee custom. The contractor's obligation extends further to ensure that its employees are not assigned to perform their services at any location, under the contractor's control, where the facilities are segregated. The term "facilities" includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees. The contractor shall provide separate or single -user restrooms and necessary dressing or sleeping areas to assure privacy between sexes. IV. DAVIS-BACON AND RELATED ACT PROVISIONS This section is applicable to all Federal -aid construction projects exceeding $2,000 and to all related subcontracts and lower -tier subcontracts (regardless of subcontract size). The requirements apply to all projects located within the right-of-way of a roadway that is functionally classified as Federal -aid highway. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. Contracting agencies may elect to apply these requirements to other projects. The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5 "Contract provisions and related matters" with minor revisions to conform to the FHWA-1273 format and FHWA program requirements. 1. Minimum wages a. All laborers and mechanics employed or working upon the site of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph 1.d. of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph 1.b. of this section) and the Davis -Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. b. (1) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (i) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (ii) The classification is utilized in the area by the construction industry; and (iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (2) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (3) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. The Wage and Hour Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (4) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs 1.b.(2) or 1.b.(3) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. c. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. d. If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 2. Withholding The contracting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract, or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the contracting agency may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3. Payrolls and basic records a. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. b. (1) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the contracting agency, The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5,5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee ( e.g. , the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site at http:/Iwww.dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the contracting agency for transmission to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. it is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the contracting agency.. (2) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (i) That the payroll for the payroll period contains the information required to be provided under §5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under §5.5 (a)(3)(1) of Regulations, 29 CFR part 5, and that such information is correct and .complete; (ii) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (3) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph 3.b.(2) of this section. (4) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. c. The contractor or subcontractor shall make the records required under paragraph 3.a. of this section available for inspection, copying, or transcription by authorized representatives of the contracting agency, the State DOT, the FHWA, or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the FHWA may, 1G after written notice to the contractor, the contracting agency or the State DOT, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and trainees a. Apprentices (programs of the USDOL). Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. b. Trainees (programs of the USDOL). Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage deteriination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the: Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c. Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. d. Apprentices and Trainees (programs of the U.S. DOT). Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal - aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. 6. Subcontracts. The contractor or subcontractor shall insert Form FHWA-1273 in any subcontracts and also require the subcontractors to include Form FHWA-1273 in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. 7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12, 12 8. Compliance with Davis -Bacon and Related Act requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 10. Certification of eligibility. a. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). c. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT The following clauses apply to any Federal -aid construction contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards. 1. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2. Violation; liability for unpaid wages;, liquidated damages. In the event of any violation of the clause set forth in paragraph (1.) of this section; the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1.) of this section, in the sum of $10 for each calendar day on which such individual 13 was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1.) of this section. 3. Withholding for unpaid wages and liquidated damages. The FHWA or the contacting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2.) of this section. 4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1.) through (4.) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1.) through (4.) of this section. VI. SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal -aid construction contracts on the National Highway System. 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635.116). a. The term "perform work with its own organization" refers to workers employed or leased by the prime contractor, and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or lower tier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be included in this term if the prime contractor meets all of the following conditions: (1) the prime contractor maintains control over the supervision of the day-to-day activities of the teased employees; (2) the prime contractor remains responsible for the quality of the work of the leased employees; (3) the prime contractor retains all power to accept or exclude individual employees from work on the project; and 14 (4) the prime contractor remains ultimately responsible for the payment of predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirements. b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract. 2. The contract amount upon which the requirements set forth in paragraph (1) of Section VI is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the contracting agency has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. 5. The 30% self -performance requirement of paragraph (1) is not applicable to design -build contracts; however, contracting agencies may establish their own self -performance requirements. VII. SAFETY: ACCIDENT PREVENTION This provision is applicable to all Federal -aid construction contracts and to all related subcontracts. 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract, 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704), 15 3, Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of tabor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C.3704). Vtll. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS This provision is applicable to all Federal -aid construction contracts and to all related subcontracts. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal -aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law_ To prevent any misunderstanding regarding the seriousness of these and similar acts, Form FHWA-1022 shall be posted on each Federal -aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project: 18 U.S.C. 1020 reads as follows: "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal -aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined under this title or imprisoned not more than 5 years or both. IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT This provision is applicable to all Federal -aid construction contracts and to all related subcontracts. 16 By submission of this bid/proposal or the execution of this contract, or subcontract, as appropriate, the bidder, proposer, Federal -aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an award due to a violation of Section 508 of the Clean Water Act or Section 306 of the Clean Air Act. 2. That the contractor agrees to include or cause to be included the requirements of paragraph (1) of this Section X in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements. X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION This provision is applicable to all Federal -aid construction contracts, design -build contracts, subcontracts, lower -tier subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA approval or that is estimated to cost $25,000 or more — as defined in 2 CFR parts 180 and 1200. 1. Instructions for Certification — First Tier Participants; a. By signing and submitting this proposal, the prospective first tier participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective first tier participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. c. The certification in this clause is a material representation of fact upon which reliance was placed when the contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of default. d. The prospective first tier participant shall provide immediate written notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or 17 general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier Participant' refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). f. The prospective first tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. g. The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered: Transactions," provided by the department or contracting agency, entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. In. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (hLtos://www.epls.-govl), which is compiled by the General Services Administration. i. Nothing contained in the foregoing shall be construed to require the establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of the prospective participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph (f) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. 2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion — First Tier Participants: a. The prospective first tier participant certifies to the best of its knowledge and belief, that it and its principals: (1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency; 18 (2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (8) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification; and (4) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. b. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 2. Instructions for Certification - Lower Tier Participants, (Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions' refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier Participant" refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or 19 voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to; check the Excluded Parties List System website (https://www.epts.gov/), which is compiled by the General Services Administration. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -- Lower Tier Participants: 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 20 XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING This provision is applicable to all Federal -aid construction contracts and to all related subcontracts which exceed $100,000 (49 CFR 20), 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $10.0,000 for each such failure. 3. The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. 21 ATTACHMENT A - EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS This provision is applicable to all Federal -aid projects funded under the Appalachian Regional Development Act of 1965. 1. During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done as on -site work, shall give preference to qualified, persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except: a. To the extent that qualified persons regularly residing in the area are not available. b. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. c. For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that the number of nonresident persons employed under this subparagraph (1 c) shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph (4) below. 2. The contractor shall place a job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees required in each classification, (c) the date on which the participant estimates such employees will be required, and (d) any other pertinent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. If during the course of the contract work, the information submitted by the contractor in the original job order is substantially modified, the participant shall promptly notify the State Employment Service. 3. The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work required. 4. If, within one week following the placing of a job order by the contractor with the State Employment Service, the State Employment Service is unable to refer any qualified job applicants to the contractor, or less than the number requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph (1 c) above. 5.The provisions of 23 CFR 633.207(e) allow the contracting agency to provide a contractual preference for the use of mineral resource materials native to the Appalachian region. 6_ The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on -site work. 22 AMENDMENT REQUIRED CONTRACT PROVISIONS (Exclusive of Appalachian Contracts) FEDERAL -AID CONSTRUCTION CONTRACTS The Federal —Aid provisions are supplemented with the following: XII, Cargo Preference Act 1. U.S. Department of Transportation Federal Highway Administration memorandum dated December 11, 2015 requires that all federal -aid highway programs awarded after February. 15, 2016 must comply with the Cargo Preference Act and its regulation of 46 CFR 381.7 (a)-(b)- Amendment to Form FHWA 1273 Revised January 25, 2016 City of Federal Way Contract Provisions Variable Lane Use Control Project #213 / RFB #20-002 PREVAILING WAGES AND BENEFIT CODE KEY "General Decision Number: WA20200001 03/13/2020 Superseded General Decision Number: WA20190001 State: Washington Construction Type: Highway Counties: Washington Statewide. HIGHWAY (Excludes D.O.E. Hanford Site in Benton and Franklin Counties) Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.80 for calendar year 2020 applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.80 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2020. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate,if it is higher than the conformed wage rate). The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above -mentioned types of contracts entered into by the federal government that are subject to the Davis -Bacon Act itself, but it does not apply to contracts subject only to the Davis -Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/03/2020 1 02/14/2020 2 02/28/2020 3 03/06/2020 4 03/13/2020 1 1 P a g e WA20200001 Modification 4 Federal Wage Determinations for Highway Construction 2 CARP0003-006 06/01/2018 SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT, LEWIS(Piledriver only), PACIFIC (-South of a straight line made by extending the north boundary line of Wahkiakum County west to Willapa Bay to the Pacific Ocean), SKAMANIA, and WAHKIAKUM Counties. Rates Fringes Carpenters: CARPENTERS ..................$ 37.64 16.83 DIVERS TENDERS .............. $ 43.73 16.83 DIVERS ........................ $ 87.73 16.83 DRYWALL ............. ........$ 37.64 16.83 MILLWRIGHTS .................. $ 38.17 16.83 PILEDRIVERS ...............:.$ 38.71 16.83 DEPTH PAY: 50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET 101 TO 150 FEET $1.50 PER FOOT OVER 101 FEET 151 TO 200 FEET $2.00 PER FOOT OVER 151 FEET Zone Differential (Add up Zone 1 rates): Zone 2 - $0.85 Zone 3 - 1.25 Zone 4 - 1.70 Zone 5 - 2.00 Zone 6 - 3.00 BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND VANCOUVER, (NOTE: All dispatches for Washington State Counties: Cowlitz, Wahkiakum and Pacific shall be from Longview Local #1707 and mileage shall be computed from that point.) ZONE 1: Projects located within 30 miles of the respective city hall of the above mentioned cities ZONE 2: Projects located more than 30 miles and less than 40 miles of the respective city of the above mentioned cities ZONE 3: Projects located more than 40 miles and less than 50 miles of the respective city of the above mentioned cities ZONE 4: Projects located more than 50 miles and less than 60 miles of the respective city of the above mentioned cities. ZONE 5: Projects located more than 60 miles and less than 70 miles of the respective city of the above mentioned cities ZONE 6: Projects located more than 70 miles of the respected city of the above mentioned cities 2 1 P a g e WA20200001 Modification 4 Federal Wage Determinations for Highway Construction _P 3 CARP0030-004 06/01/2019 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (North of a.straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM Counties Rates Fringes CARPENTER BRIDGE CARPENTERS ............ $ 45.92 16.52 CARPENTERS ON CREOSOTE MATERIAL ....................$ 46.02 16.52 CARPENTERS ..................$ 45.92 16.52 DIVERS TENDER ..............,$ 50.79 16.52 DIVERS ......................$ 99.68 16.52 MILLWRIGHT AND MACHINE ERECTORS ....................$ 47.42 16.52 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING ........ $ 46.17 16.52 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Olympia Bellingham Auburn Bremerton Anacortes Renton Shelton Yakima Aberdeen-Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside Chelan Pt. Townsend Zone Pay: 0 -25 radius miles Free 26-35 radius miles $1.00/hour 36-45 radius miles $1.15/hour 46-55 radius miles $1.35/hour Over 55 radius miles $1.55/hour (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles Free 26-45 radius miles $ .70/hour Over 45 radius miles $1.50/hour 31Page WA20200001 Modification 4 Federal Wage Determinations for Highway Construction ..- a .-, 4 CARP0059-002 06/01/2019 ADAMS, ASOTIN, BENTON, CHELAN (East of 120th meridian), COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT (East of 120th meridian), KITTITAS (East of 120th meridian), LINCOLN, OKANOGAN (East of 120th meridian), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, and YAKIMA (East of 120th meridian) Counties Rates CARPENTER GROUP 1. .................... $ 35.47 GROUP 2...__ ........... 4$ 47.42 GROUP 3....................:$ 36.66 GROUP 4................ .$ 36.66 GROUP 5.......................$ 83.96 GROUP 6................... .$ 40.23 GROUP 7.............. ....... $ 41.23 GROUP 8................... ....:$ 37.66 GROUP 9.....................$ 44.23 CARPENTER & DIVER CLASSIFICATIONS: GROUP 1: Carpenter GROUP 2: Millwright, Machine Erector Fringes 16.88 18.96 16.88 16.88 16.88 16.88 16.88 16.88 16.88 GROUP 3: Piledriver - includes driving, pulling, cutting, placing collars, setting, welding, or creosote treated material, on all piling GROUP 4: Bridge, Dock, and Wharf carpenters GROUP 5: Diver Wet GROUP 6: Diver Tender, Manifold Operator, ROV Operator GROUP 7: Diver Standby GROUP 8: Assistant Diver Tender, ROV Tender/Technician GROUP 9: Manifold Operator -Mixed Gas ZONE PAY: ZONE 1 0-45 MILES FREE ZONE 2 45-100 $4.00/PER HOUR ZONE 3 OVER 100 MILES $6.00/PER HOUR 4 1 P a g e WA20200001 Modification 4 Federal Wage Determinations for Highway Construction 5 DISPATCH POINTS: CARPENTERS/MILLWRIGHTS: PASCO (515 N Neel Street) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS/PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE.) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: MOSCOW (306 N. JACKSON) or Main Post Office of established residence of employee (Whichever is closest to the worksite). DEPTH PAY FOR DIVERS BELOW WATER SURFACE: 50-100 feet $2.00 per foot 101-150 feet $3.00 per foot 151-220 feet $4.00 per foot 221 feet and deeper $5.00 per foot PREMIUM PAY FOR DIVING IN ENCLOSURES WITH NO VERTICAL ASCENT 0-25 feet Free 26-300 feet $1.00 per Foot SATURATION DIVING: The standby rate applies until saturation starts. The saturation diving rate applies when divers are under pressure continuously until work task and decompression are complete. the diver rate shall be paid for all saturation hours. WORK IN COMBINATION OF CLASSIFICATIONS: Employees working in any combination of classifications within the diving crew (except dive supervisor) in a shift are paid in the classification with the highest rate for that shift. HAZMAT PROJECTS: Anyone working on a HAZMAT job (task), where HAZMAT certification is required, shall be compensated at a premium, in addition to the classification working in as follows: LEVEL D + $.25 per hour - This is the lowest level of protection. No respirator is used and skin protection is minimal. 5 1 rage WA20200001 Modification 4 Federal Wage Determinations for Highway Construction 16 LEVEL C + $.50 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B + $.75 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical ""splash suit"". LEVEL A +$1.00 per hour - This level utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line. ---------------- CARP0770-003 06/01/2019 WEST OF 120TH MERIDIAN FOR THE FOLLOWING COUNTIES: CHELAN, DOUGLAS, GRANT, KITTITAS, OKANOGAN, and YAKIMA Rates Fringes CARPENTER CARPENTERS ON CREOSOTE MATERIAL...... ..............$ 46.02 16.52 CARPENTERS ..................$ 45.92 16.52 DIVERS TENDER ...........::.:..$ 50.79 16.52 DIVERS ......................$ 99.68 16.52 MILLWRIGHT AND MACHINE ERECTORS ....................$ 47.42 16.52 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING ........ $ 46.17 16.52 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Olympia Bellingham Auburn Bremerton Anacortes Renton Shelton Yakima Aberdeen-Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside Chelan Pt. Townsend Zone Pay: 0 -25 radius miles Free 26-35 radius miles $1.00/hour 36-45 radius miles $1.15/hour 46-55 radius miles $1.35/hour Over 55 radius miles $1.55/hour 61Page WA2O2O0001 Modification 4 Federal Wage Determinations for Highway Construction 7 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles Free 26-45 radius miles $ .70/hour Over 45 radius miles $1.50/hour * ELEC0046-001 02/03/2020 CALLAM, JEFFERSON, KING AND KITSAP COUNTIES Rates Fringes CABLE SPLICER ....................$ 59.91 3%+21.46 ELECTRICIAN ......................$ 57.51 3%+22.06 ------------------------------------------------------------ * ELECO048-003 01/01/2020 CLARK, KLICKITAT AND SKAMANIA COUNTIES Rates Fringes CABLE SPLICER ....................$ 44.22 21.50 ELECTRICIAN ............ .......... $ 47.85 24.41 HOURLY ZONE PAY: Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Portland, The Dalles, Hood River, Tillamook, Seaside and Astoria Zone Pay: Zone 1: 31-50 miles $1.50/hour Zone 2: 51-70 miles $3.50/hour Zone 3: 71-90 miles $5.50/hour Zone 4: Beyond 90 miles $9.00/hour *These are not miles driven. Zones are based on Delorrne Street Atlas USA 2006 plus. ELECO048-029 01/01/2020 COWLITZ AND WAHKIAKUM COUNTY Rates Fringes CABLE SPLICER .................,..$ 44.22 21.50 ELECTRICIAN ...................,..._.$ 47.85 24.41 7 1 P a g e WA20200001 Modification 4 Federal Wage Determinations for Highway Construction ELECO073-001 01/01/2020 ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN COUNTIES Rates Fringes CABLE SPLICER ....................$ 34.10 16.68 ELECTRICIAN ......................$ 36.05 19.23 ELECO076-002 08/31/2018 GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES Rates Fringes CABLE SPLICER ....................$ 48.06 23.23 ELECTRICIAN ......................$ 43.69 23.10 ELECO112-005 06/01/2019 ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA, YAKIMA COUNTIES Rates Fringes CABLE SPLICER. ...................$ 48.35 21.13 ELECTRICIAN.......- - ..........$ 46.05 21.06 ELECO191-003 06/01/2019 ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES Rates Fringes CABLE SPLICER ....................$ 44.23 17.73 ELECTRICIAN ........... ........... $ 46.45 23.66 ELECO191-004 06/01/2018 CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES Rates Fringes CABLE SPLICER ............. ....... $ 40.82 17.63 ELECTRICIAN ......................$ 42.45 21.34 -------------------------------------------------- 81 Pa-,e WA20200001 Modification 4 Federal Wage Determinations for Highway Construction * ENGI0302-003 06/01/2019 CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN), SAN JUNA, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE 120TH MERIDIAN) COUNTIES Zone 1 (0-25 radius miles): Rates Fringes POWER EQUIPMENT OPERATOR Group 1A...................$ 46.78 21.22 Group 1AA..................$ 47.46 21.22 Group 1AAA.................$ 48.14 21.22 Group 1.......... ........... $ 46.09 21.22 Group 2.....................$ 45.50 21.22 Group 3.....................$ 44.98 21.22 Group 4.....................$ 42.10 21.22 Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) - $1.00 Zone 3 (Over 45 radius miles) - $1.30 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1AAA - Cranes -over 300 tons, or 300 ft of boom (including jib with attachments) GROUP 1AA - Cranes 200 to 300 tons, or 250 ft of boom (including jib with attachments); Tower crane over 175 ft in height, base to boom GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders -overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments WA20200001 Modification 4 Federal Wage Determinations for Highway Construction 9 9 1 P a g e 10 GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off -road equipment 45 yards and over; Loader- overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9, HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers -self propelled 45 yards and over; Slipform pavers; Transporters, all truck or track type GROUP 2 - Barrier machine (zipper); Batch Plant Operaor- Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane -overhead, bridge type-20 tons through 44 tons; Chipper; Concrete Pump -truck mount with boom attachment; Crusher; Deck Engineer/Deck Winches (power); Drilling machine; Excavator, shovel, backhoe-3yards and under; Finishing Machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Horizontal/directional drill operator; Loaders -overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics -all; Mixers -asphalt plant; Motor patrol graders -finishing; Piledriver (other than crane mount); Roto-mill,roto-grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self propelled, hard tail end dump, articulating off -road equipment -under 45 yards; Subgrade trimmer; Tractors, backhoes-over 75 hp; Transfer material service machine -shuttle buggy, blaw knox-roadtec; Truck crane oiler/driver-100 tons and over; Truck Mount portable conveyor; Yo Yo Pay dozer GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments; A -frame crane over 10 tons; Drill oilers -auger type, truck or crane mount; Dozers-D-9 and under; Forklift-3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside hoists -(elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loader -elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pumps -concrete; Roller, plant mix or multi -lift materials; Saws -concrete; Scrpers-concrete and carry -all; Service engineer -equipment; Trenching machines; Truck Crane Oiler/Driver under 100 tons; Tractors, backhoe 75 hp and under GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete finish mahine-laser screed; Cranes -A frame-10 tons and under; Elevator and Manlift-permanent or shaft type; Gradechecker, Stakehop; Forklifts under 3000 lbs. with attachments; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger, mechanical; Power plant; Pumps, water; Rigger and Bellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator 101Pa WA20200001 Modification 4 Federal Wage Determinations for Highway Construction HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing H-2 Class ""C"" Suit - Base wage rate plus $ .25 per hour. H-3 Class ""B"" Suit - Base wage rate plus $ ..50 per hour. H-4 Class ""A"" Suit - Base wage rate plus $ .75 per hour. ENGI0370-002 07/01/2019 ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN), COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES ZONE 1: Rates Fringes POWER EQUIPMENT OPERATOR GROUP 1................... .$ 28.46 17.25 GROUP 2.....................$ 28.78 17.25 GROUP 3.....................$ 29.39 17.25 GROUP 4.....................$ 29.55 17.25 GROUP 5.....................$ 29.71 17.25 GROUP 6.....................$ 29.99 17.25 GROUP 7.....................$ 30.26 17.25 GROUP 8.....................$ 31.36 17.25 ZONE DIFFERENTIAL (Add to Zone 1'rate): Zone 2 - $2.00 Zone 1: Within 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho Zone 2: Outside 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho 111 Page WA2O2OOOO1 Modification 4 Federal Wage Determinations for Highway Construction 12 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors (under 2000 CFM, gas, diesel, or electric power); Deck Hand; Fireman & Heater Tender; Hydro -seeder, Mulcher, Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine; Pumpman; Rollers, all types on subgrade, including seal and chip coatings (farm type, Case, John Deere & similar, or Compacting Vibrator), except when pulled by Dozer with operable blade; Welding Machine; Crane Oiler -Driver (CLD required) & Cable Tender, Mucking Machine GROUP 2: A -frame Truck (single drum); Assistant Refrigeration Plant (under 1000 ton); Assistant Plant Operator, Fireman or Pugmixer (asphalt); Bagley or Stationary Scraper; Belt Finishing Machine; Blower Operator (cement); Cement Hog; Compressor (2000 CFM or over, 2 or more, gas diesel or electric power); Concrete Saw (multiple cut); Distributor Leverman; Ditch Witch or similar; Elevator Hoisting Materials; Dope Pots (power agitated); Fork Lift or Lumber Stacker, hydra -lift & similar; Gin Trucks (pipeline); Hoist, single drum; Loaders (bucket elevators and conveyors); Longitudinal Float; Mixer (portable -concrete); Pavement Breaker, Hydra -Hammer & similar; Power Broom; Railroad Ballast Regulation Operator (self-propelled); Railroad Power Tamper Operator (self-propelled); Railroad Tamper Jack Operator (self-propelled; Spray Curing Machine (concrete); Spreader Box (self-propelled); Straddle Buggy (Ross & similar on construction job only); Tractor (Farm type R/T with attachment, except Backhoe); Tugger Operator GROUP 3: A -frame Truck (2 or more drums); Assistant Refrigeration Plant & Chiller Operator (over 1000 ton); Backfillers (Cleveland & similar); Batch Plant & Wet Mix Operator, single unit (concrete); Belt -Crete Conveyors with power pack or similar; Belt Loader (Kocal or similar); Bending Machine; Bob Cat (Skid Steer); Boring Machine (earth); Boring Machine (rock under 8 inch bit) (Quarry Master, Joy or similar); Bump Cutter (Wayne, Saginau or similar); Canal Lining Machine (concrete); Chipper (without crane); Cleaning & Doping Machine (pipeline); Deck Engineer; Elevating Belt -type Loader (Euclid, Barber Green & similar); Elevating Grader -type Loader (Dumor, Adams or similar); Generator Plant Engineers (diesel or electric); Gunnite Combination Mixer & Compressor; Locomotive Engineer; Mixermobile; Mucking Machine; Posthole Auger or Punch; Pump (grout or jet); Soil Stabilizer (P & H or similar); Spreader Machine; Dozer/Tractor (up to D-6 or equivalent) and Traxcavator; Traverse Finish Machine; Turnhead Operator 121P WA20200001 Modification 4 Federal Wage Determinations for Highway Construction 113 GROUP 4: Concrete Pumps (squeeze-crete, flow-crete, pump- crete, Whitman & similar); Curb Extruder (asphalt or concrete); Drills (churn, core, calyx or diamond); Equipment Serviceman; Greaser & Oiler; Hoist (2 or more drums or Tower Hoist); Loaders (overhead & front-end, under 4 yds. R/T); Refrigeration Plant Engineer (under 1000 ton); Rubber -tired Skidders (R/T with or without attachments); Surface Heater & Plant Machine; Trenching Machines (under 7 ft. depth capacity); Turnhead (with re -screening); Vacuum Drill (reverse circulation drill under 8 inch bit) GROUP 5: Backhoe (under 45,000 gw); Backhoe & Hoe Ram (under 3/4 yd.); Carrydeck & Boom Truck (under 25 tons); Cranes (25 tons & under), all attachments including clamshell, dragline; Derricks & Stifflegs (under 65 tons); Drilling Equipment(8 inch bit & over) (Robbins, reverse circulation & similar); Hoe Ram; Piledriving Engineers; Paving (dual drum); Railroad Track Liner Operaotr (self-propelled); Refrigeration Plant Engineer (1000 tons & over); Signalman (Whirleys, Highline Hammerheads or similar); Grade Checker GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches & Trimmers)(Autograde, ABC, R.A. Hansen & similar on grade wire); Backhoe (45,000 gw and over to 110,000 gw); Backhoes & Hoe Ram (3/4 yd. to 3 yd.); Batch Plant (over 4 units); Batch & Wet Mix Operator (multiple units, 2 & incl. 4); Blade Operator (motor patrol & attachments); Cable Controller (dispatcher); Compactor (self-propelled with blade); Concrete Pump Boom Truck; Concrete Slip Form Paver; Cranes (over 25 tons, to and including 45 tons), all attachments including clamshell, dragline; Crusher, Grizzle & Screening Plant Operator; Dozer, 834 R/T & similar; Drill Doctor; Loader Operator (front-end & overhead, 4 yds. incl. 8 yds.); Multiple Dozer Units with single blade; Paving Machine (asphalt and concrete); Quad -Track or similar equipment; Rollerman (finishing asphalt pavement); Roto Mill (pavement grinder); Scrapers, all, rubber -tired; Screed Operator; Shovel(under 3 yds.); Trenching Machines (7 ft. depth & over); Tug Boat Operator Vactor guzzler, super sucker; Lime Batch Tank Operator (Recycle Train); Lime Brain Operator (Recycle Train); Mobile Crusher Operator (Recycle Train) 131 P age WA20200001 Modification 4 Federal Wage Determinations for Highway Construction 14 GROUP 7: Backhoe (over 110,000 gw); Backhoes & Hoe Ram (3 yds & over); Blade (finish & bluetop) Automatic, CMI, ABC, Finish Athey & Huber & similar when used as automatic; Cableway Operators; Concrete Cleaning/Decontamination machine operator; Cranes (over 45 tons to but not including 85 tons), all attachments including clamshell and dragine; Derricks & Stiffleys (65 tons & over); Elevating Belt (Holland type); Heavy equipment robotics operator; Loader (360 degrees revolving Koehring Scooper or similar); Loaders (overhead & front-end, over 8 yds. to 10 yds.); Rubber -tired Scrapers (multiple engine with three or more scrapers); Shovels (3 yds. & over); Whirleys & Hammerheads, ALL; H.D. Mechanic; H.D. Welder; Hydraulic Platform Trailers (Goldhofer, Shaurerly andSimilar); Ultra High Pressure Wateriet Cutting Tool System Operator (30,000 psi); Vacuum Blasting Machine Operator GROUP 8: Cranes (85 tons and over, and all climbing, overhead,rail and tower), all attachments including clamshell, dragline; Loaders (overhead and front-end, 10 yards and over); Helicopter Pilot BOOM PAY: (All Cranes, Including Tower) 180 ft to 250 ft $ .50 over scale Over 250 ft $ .80 over scale NOTE: In computing the length of the boom on Tower Cranes, they shall be measured from the base of the Tower to the point of the boom. HAZMAT: Anyone working on HAZMAT jobs, working with supplied air shall receive $1.00 an hour above classification. l ENGI0612-001 09/28/2018 PIERCE County ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. Zone 1 (0-25 radius miles): Rates Fringes POWER EQUIPMENT OPERATOR GROUP 1A...................$ 44.44 19.97 GROUP lAA..................$ 45.09 19.97 GROUP 1AAA.................$ 45.73 19.97 GROUP 1.............._.,$ 43.79 19.97 GROUP 2.....................$ 43.23 19.97 GROUP 3.....................$ 42.74 19.97 GROUP 4.....................$ 40.01 19.97 141Page WA20200001 Modification 4 Federal Wage Determinations for Highway Construction 15 Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) = $1.00 Zone 3 (Over 45 radius miles) - $1.30 BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1 AAA - Cranes -over 300 tons or 300 ft of boom (including jib with attachments) GROUP 1AA - Cranes- 200 tonsto 300 tons, or 250 ft of boom (including jib with attachments; Tower crane over 175 ft in height, bas to boom GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders -overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off -road equipment 45 yards and over; Loader- overhead, 6 yards to, but not including, 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9 HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers - self -propelled 45 yards and over; Slipform pavers; Transporters, all track or truck type GROUP 2 - Barrier machine (zipper); Batch Plant Operator - concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane -Overhead, bridge type, 20 tons through 44 tons; Chipper; Concrete pump -truck mount with boom attachment; Crusher; Deck engineer/deck winches (power); Drilling machine; Excavator, shovel, backhoe-3 yards and under; Finishing machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Loaders, overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics- all; Mixers, asphalt plant; Motor patrol graders, finishing; Piledriver (other than crane mount); Roto-mill, roto- grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self- propelled, hard tail end dump, articulating off -road -equipment- under 45 yards; Subgrader trimmer; Tractors, backhoe over 75 hp; Transfer material service machine -shuttle buggy, Blaw Knox- Roadtec; Truck Crane oiler/driver-100 tons and over; Truck Mount Portable Conveyor; Yo Yo pay 151 Page WA20200001 Modification 4 Federal Wage Determinations for Highway Construction 16 GROUP 3 - Conveyors; Cranes through 19 tons with attachments; Crane -A -frame over 10 tons; Drill oilers -auger type, truck or crane mount; Dozer-D-9 and under; Forklift-3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside Hoists -(elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loaders -elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pump -Concrete; Roller, plant mix or multi-lfit materials; Saws -concrete; Scrapers, concrete and carry all; Service engineers -equipment; Trenching machines; Truck crane oiler/driver under 100 tons; Tractors, backhoe under 75 hp GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete Finish Machine -laser screed; Cranes A -frame 10 tons and under; Elevator and manlift (permanent and shaft type); Forklifts -under 3000 lbs. with attachments; Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger -mechanical; Power plant; Pumps -water; Rigger and Bellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator FOOTNOTE A- Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing, Class ""D"" Suit - Base wage rate plus $ .50 per hour. H-2 Class ""C"" Suit - Base wage rate plus $1.00 per hour. H-3 Class ""B"" Suit - Base wage rate plus $1.50 per hour. H-4 Class ""A"" Suit - Base wage rate plus $2.00 per hour. 161Pabe WA20200001 Modification 4 Federal Wage Determinations for Highway Construction ENGI0612-012 09/28/2018 LEWIS, PACIFIC (portion lying north of a parallel line extending west from the northern boundary of Wahkaikum County to the sea) AND THURSTON COUNTIES ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. Zone 1 (0-25 radius miles): Rates Fringes POWER EQUIPMENT OPERATOR GROUP 1A...................$ 44.44 19.97 GROUP 1AA..................$ 45.09 19.97 GROUP 1AAA.................$ 45.73 19.97 GROUP 1.....................$ 43.79 19.97 GROUP 2.....................$ 43.23 19.97 GROUP 3.....................$ 42.74 19.97 GROUP 4............ 6.6...... $ 40.01 19.97 Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) = $1.00 Zone 3 (Over 45 radius miles) - $1.30 BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1 AAA - Cranes -over 300 tons or 300 ft of boom (including jib with attachments) GROUP 1AA - Cranes- 200 tonsto 300 tons, or 250 ft of boom (including jib with attachments; Tower crane over 175 ft in height, bas to boom GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders -overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off -road equipment 45 yards and over; Loader- overhead, 6 yards to, but not including, 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9 HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers - self -propelled 45 yards and over; Slipform pavers; Transporters, all track or truck type WA20200001 Modification 4 Federal Wage Determinations for Highway Construction 1 17 171 P a o e 1 18 GROUP 2 - Barrier machine (zipper); Batch Plant Operator - concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane -Overhead, bridge type, 20 tons through 44 tons; Chipper; Concrete pump -truck mount with boom attachment; Crusher; Deck engineer/deck winches (power); Drilling machine; Excavator, shovel, backhoe-3 yards and under; Finishing machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Loaders, overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics- all; Mixers, asphalt plant; Motor patrol graders, finishing; Piledriver (other than crane mount); Roto-mill, roto- grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self- propelled, hard tail end dump, articulating off -road equipment- under 45 yards; Subgrader trimmer; Tractors, backhoe over 75 hp; Transfer material service machine -shuttle buggy, Blaw Knox- Roadtec; Truck Crane oiler/driver-100 tons and over; Truck Mount Portable Conveyor; Yo Yo pay GROUP 3 - Conveyors; Cranes through 19 tons with attachments; Crane -A -frame over 10 tons; Drill oilers -auger type, truck or crane mount; Dozer-D-9 and under; Forklift-3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside Hoists -(elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loaders -elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pump -Concrete; Roller, plant mix or multi-lfit materials; Saws -concrete; Scrapers, concrete and carry all; Service engineers -equipment; Trenching machines; Truck crane oiler/driver under 100 tons; Tractors, backhoe under 75 hp GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete Finish Machine -laser screed; Cranes A -frame 10 tons and under;'Elevator and manlift (permanent and shaft type); Forklifts -under 3000 lbs. with attachments; Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger -mechanical; Power plant; Pumps -water; Rigger and Bellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator FOOTNOTE A- Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. Marine projects (docks, wharfs, etc.) less than $150,000. 181P a gc WA20200001 Modification 4 Federal Wage Determinations for Highway Construction 19 HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing, Class ""D"" Suit - Base wage rate plus $ .50 per hour. H-2 Class ""C"" Suit - Base wage rate plus $1.00 per hour. H-3 Class ""B"" Suit - Base wage rate plus $1.50 per hour. H-4 Class ""A"" Suit - Base wage rate plus $2.00 per hour. ENGI0701-002 01/01/2018 CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES POWER RQUIPMENT OPERATORS: ZONE 1 Rates Fringes POWER EQUIPMENT OPERATOR GROUP 1.....................$ 41.65 14.35 GROUP 1A....................$ 43.73 14.35 GROUP 1B....................$ 45.82 14.35 GROUP 2.....................$ 39.74 14.35 GROUP 3............. ........ $ 38.59 14.35 GROUP 4..... ................ $ 37.51 14.35 GROUP 5....... .............. $ 36.27 14.35 GROUP 6......................$ 33.05 14.35 Zone Differential (add to Zone 1 rates): Zone 2 - $3.00 Zone 3 - $6.00 For the following metropolitan counties: MULTNOMAH; CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA; CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS INDICATED: All jobs or projects located in Multnomah, Clackamas and Marion Counties, West of the western boundary of Mt. Hood National Forest and West of Mile Post 30 on Interstate 84 and West of Mile Post 30 on State Highway 26 and West of Mile Post 30 on Highway 22 and all jobs or projects located in Yamhill County, Washington County and Columbia County and all jobs or porjects located in Clark & Cowlitz County, Washington except that portion of Cowlitz County in the Mt. St. Helens ""Blast Zone"" shall receive Zone I pay for all classifications. 191PC9F, WA20200001 Modification 4 Federal Wage Determinations for Highway Construction All jobs or projects located in the area outside the identified boundary above, but less than 50 miles from the Portland City Hall shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the Portland City Hall, but outside the identified border above, shall receive Zone III pay for all classifications. For the following cities: ALBANY; BEND; COOS BAY; EUGENE; GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG All jobs or projects located within 30 miles of the respective city hall of the above mentioned cities shall receive Zone I pay for all classifications. All jobs or projects located more than 30 miles and less than 50 miles from the respective city hall of the above mentioned cities shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the respective city hall of the above mentioned cities shall receive Zone III pay for all classifications. POWER EQUIPMENT OPERATORS CLASSIFICATIONS Group 1 Concrete Batch Plan and or Wet mix three (3) units or more; Crane, Floating one hundred and fifty (150) ton but less than two hundred and fifty (250) ton; Crane, two hundred (200) ton through two hundred ninety nine (299) ton with two hundred foot (2001) boom or less (including jib, inserts and/or attachments); Crane, ninety (90) ton through one hundred ninety nine (199) ton with over two hundred (200') boom Including jib, inserts and/or attachments); Crane, Tower Crane with one hundred seventy five foot (175') tower or less and with less than two hundred foot (200') jib; Crane, Whirley ninety (90) ton and over; Helicopter when used in erecting work Group lA Crane, floating two hundred fifty (250) ton and over; Crane, two hundred (200) ton through two hundred ninety nine (299) ton, with over two hundred foot (200') boom (including jib, inserts and/or attachments); Crane, three hundred (300) ton through three hundred ninety nine (399) ton; Crane, Tower Crane with over one hundred seventy five foot (175') tower or over two hundred foot (200') jib; Crane, tower Crane on rail system or 2nd tower or more in work radius WA20200001 Modification 4 Federal Wage Determinations for Highway Construction 20 201 Page 1 21 Group 1B Crane, three hundred (300) ton through three hundred ninety nine (399) ton, with over two hundred foot (200') boom (including jib, inserts and/or attachments); Floating crane, three hundred fifty (350) ton and over; Crane, four hundred (400) ton and over Group 2 Asphalt Plant (any type); Asphalt Roto-Mill, pavement profiler eight foot (8') lateral cut and over; Auto Grader or ""Trimmer""; Blade, Robotic; Bulldozer, Robotic Equipment (any type); Bulldozer, over one hundred twenty thousand (120,000) lbs. and above; Concrete Batch Plant and/or Wet Mix one (1) and two (2) drum; Concrete Diamond Head Profiler; Canal Trimmer; Concrete, Automatic Slip Form Paver (Assistant to the Operator required); Crane, Boom Truck fifty (50) ton and with over one hundred fifty foot (150') boom and over; Crane, Floating (derrick barge) thirty (30) ton but less than one hundred fifty (150) ton; Crane, Cableway twenty-five (25) ton and over; Crane, Floating Clamshell three (3) cu. Yds. And over; Crane, ninety (90) ton through one hundred ninety nine (199) ton up to and including two hundred foot (200') of boom (including jib inserts and/or attachments); Crane, fifty (50) ton through eighty nine (89) ton with over one hundred fifty foot (1501) boom (including jib inserts and/or attachments); Crane, Whirley under ninety (90) ton; Crusher Plant; Excavator over one hundred thirty thousand (130,000) lbs.; Loader one hundred twenty thousand (120,000) lbs. and above; Remote Controlled Earth Moving Equipment; Shovel, Dragline, Clamshell, five (5) cu. Yds. And over; Underwater Equipment remote or otherwise, when used in construction work; Wheel Excavator any size Group 3 Bulldozer, over seventy thousand (70,000) lbs. up to and including one hundred twenty thousand (120,000) lbs.; Crane, Boom Truck fifty (50) ton and over with less than one hundred fifty foot (150') boom; Crane, fifty (50) ton through eighty nine (89) ton with one hundred fifty foot (150') boom or less (including jib inserts and/or attachments); Crane, Shovel, Dragline or Clamshell three (3) cu. yds. but less than five (5) cu. Yds.; Excavator over eighty thousand (80,000) lbs. through one hundred thirty thousand (130,000) lbs.; Loader sixty thousand (60,000) lbs. and less than one hundred twenty thousand (120,000) lbs. 211 Page WA20200001 Modification 4 Federal Wage Determinations for Highway Construction :. 2 2 Group 4 Asphalt, Screed; Asphalt Paver; Asphalt Roto-Mill, pavement profiler, under eight foot (8') lateral cut; Asphalt, Material Transfer Vehicle Operator; Back Filling Machine; Backhoe, Robotic, track and wheel type up to and including twenty thousand (20,000) lbs. with any attachments; Blade (any type); Boatman; Boring Machine; Bulldozer over twenty thousand (20,000) lbs. and more than one hundred (100) horse up to seventy thousand (70,000) lbs.; Cable -Plow (any type); Cableway up to twenty five (25) ton; Cat Drill (John Henry); Chippers; Compactor, multi -engine; Compactor, Robotic; Compactor with blade self-propelled; Concrete, Breaker; Concrete, Grout Plant; Concrete, Mixer Mobile; Concrete, Paving Road Mixer; Concrete, Reinforced Tank Banding Machine; Crane, Boom Truck twenty (20) ton and under fifty (50) ton; Crane, Bridge Locomotive, Gantry and Overhead; Crane, Carry Deck; Crane, Chicago Boom and similar types; Crane, Derrick Operator, under one hundred (100) ton; Crane, Floating Clamshell, Dragline, etc. Operator, under three (3) cu. yds. Or less than thirty (30) ton; Crane, under fifty (50) ton; Crane, Quick Tower under one hundred foot (100') in height and less than one hundred fifty foot (150') jib (on rail included); Diesel -Electric Engineer (Plant or Floating); Directional Drill over twenty thousand (20,000) lbs. pullback; Drill Cat Operator; Drill Doctor and/or Bit Grinder; Driller, Percussion, Diamond, Core, Cable, Rotary and similar type; Excavator Operator over twenty thousand (20,000) lbs. through eighty thousand (80,000) lbs.; Generator Operator; Grade -all; Guardrail Machines, i.e. punch, auger, etc.; Hammer Operator (Piledriver); Hoist, stiff leg, guy derrick or similar type, fifty (50) ton and over; Hoist, two (2) drums or more; Hydro Axe (loader mounted or similar type); Jack Operator, Elevating Barges, Barge Operator, self -unloading; Loader Operator, front end and overhead, twenty five thousand (25,000) lbs. and less than sixty thousand (60,000) lbs.; Log Skidders; Piledriver Operator (not crane type); Pipe, Bending, Cleaning, Doping and Wrapping Machines; Rail, Ballast Tamper Multi -Purpose; Rubber -tired Dozers and Pushers; Scraper, all types; Side -Boom; Skip Loader, Drag Box; Strump Grinder (loader mounted or similar type); Surface Heater and Planer; Tractor, rubber -tired, over fifty (50) HP Flywheel; Trenching Machine three foot (3') depth and deeper; Tub Grinder (used for wood debris); Tunnel Boring Machine Mechanic; Tunnel, Mucking Machine; Ultra High Pressure Water Jet Cutting Tool System Operator; Vacuum Blasting Machine Operator; Water pulls, Water wagons 22 1 P e WA20200001 Modification 4 Federal Wage Determinations for Highway Construction 23 Group 5 Asphalt, Extrusion Machine; Asphalt, Roller (any asphalt mix); Asphalt, Roto-Mill pavement profiler ground man; Bulldozer, twenty thousand (20,000) lbs. or less, or one hundred (100) horse or less; Cement Pump; Chip Spreading Machine; Churn Drill and Earth Boring Machine; Compactor, self-propelled without blade; Compressor, (any power) one thousand two hundred fifty (1,250) cu. ft. and over, total capacity; Concrete, Batch Plant Quality control; Concrete, Combination Mixer and compressor operator, gunite work; Concrete, Curb Machine, Mechanical Berm, Curb and/or Curb and Gutter; Concrete, Finishing Machine; Concrete, Grouting Machine; Concrete, Internal Full Slab Vibrator Operator; Concrete, Joint Machine; Concrete, Mixer single drum, any capacity; Concrete, Paving Machine eight foot (8') or less; Concrete, Planer; Concrete, Pomp; Concrete, Pump Truck; Concrete, Pumperete Operator (any type); Concrete, Slip Form Pumps, power driven hydraulic lifting device for concrete forms; Conveyored Material Hauler; Crane, Boom Truck under twenty (20) tons; Crane, Boom Type lifting device, five (5) ton capacity or less; Drill, Directional type less than twenty thousand (20,000) lbs. pullback; Fork Lift, over ten (10) ton or Robotic; Helicopter Hoist; Hoist Operator, single drum; Hydraulic Backhoe track type up to and including twenty thousand (20,000) lbs.; Hydraulic Backhoe wheel type (any make); Laser Screed; Loaders, rubber -tired type, less than twenty five thousand (25,000) lbs.; Pavement Grinder and/or Grooving Machine (riding type); Pipe, cast in place Pipe Laying Machine; Pulva-Mixer or similar types; Pump Operator, more than five (5) pumps (any size); Rail, Ballast Compactor, Regulator, or Tamper machines; Service Oiler (Greaser); Sweeper Self -Propelled; Tractor, Rubber -Tired, fifty (50) HP flywheel and under; Trenching Machine Operator, maximum digging capacity three foot (3') depth; Tunnel, Locomotive, Dinkey; Tunnel, Power Jumbo setting slip forms, etc. Group 6 Asphalt, Pugmill (any type); Asphalt, Raker; Asphalt, Truck Mounted Asphalt Spreader, with Screed; Auger Oiler; Boatman; Bobcat, skid steed (less than one (1) yard); Broom, self-propelled; Compressor Operator (any power) under 1,250 cu. ft. total capacity; Concrete Curing Machine (riding type); Concrete Saw; Conveyor Operator or Assistant; Crane, Tugger; Crusher Feederman; Crusher Oiler; Deckhand; Drill, Directional Locator; Fork Lift; Grade Checker; Guardrail Punch Oiler; Hydrographic Seeder Machine, straw, pulp or seed; Hydrostatic Pump Operator; Mixer Box (CTB, dry batch, etc.); Oiler; Plant Oiler; Pump (any power); Rail, Brakeman, Switchman, Motorman; Rail, Tamping Machine, mechanical, self-propelled; Rigger; Roller grading (not asphalt); Truck, Crane Oiler -Driver 231 Page WA20200001 Modification 4 Federal Wage Determinations for Highway Construction IRON0014-005 07/01/2019 ADAMS, ASOTIN, BENTON, COLUMBIA; DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE, STEVENS, WALLA WALLA AND WHITMAN COUNTIES Rates Fringes IRONWORKER...--- ..............$ 33.59 29.26 IRON0029-002 05/01/2018 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM COUNTIES Rates Fringes IRONWORKER .......................$ 37.00 27.87 IRON0086-002 07/01/2019 YAKIMA, KITTITAS AND CHELAN COUNTIES Rates Fringes IRONWORKER .......................$ 33.59 29.26 IRON0086-004 07/01/2019 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES Rates IRONWORKER ....................... $ 42.35 -------------------------------------- WA20200001 Modification 4 Federal Wage Determinations for Highway Construction Fringes 29.56 F.124 241Page 1 25 LAB00238-004 06/01/2019 PASCO AREA: ADAMS, BENTON, COLUMBIA,DOUGLAS (East of 120th Meridian), FERRY, FRANKLIN, GRANT, OKANOGAN, WALLA WALLA SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS & WHITMAN COUNTIES Rates LABORER (PASCO) GROUP 1.....................$ 25.84 GROUP 2......................$ 27.94 GROUP 3.................. .$ 28.21 GROUP 4.... .$ 28.48 GROUP 5....................,$ 28.76 LABORER (SPOKANE) GROUP 1................... ..$ 25;84 GROUP 2.....................$ 27.94 GROUP 3.....................$ 28.21 GROUP 4................... ..$ 28.48 GROUP 5...._.................$ 28.76 Zone Differential (Add to Zone 1 rate): $2.00 BASE POINTS: Spokane, Pasco, Lewiston Fringes 13.00 13.00 13.00 13.00 13.00 13.00 13.00 13.00 13.00 13.00 Zone 1: 0-45 radius miles from the main post office. Zone 2: 45 radius miles and over from the main post office. LABORERS CLASSIFICATIONS GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic Control Maintenance Laborer (to include erection and maintenance of barricades, signs and relief of flagperson); Window Washer/Cleaner (detail cleanup, such as, but not limited to cleaning floors, ceilings, walls, windows, etc. prior to final acceptance by the owner). GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder; Carpenter Tender; Cement Handler; Clean-up Laborer; Concrete Crewman (to include stripping of forms, hand operating jacks on slip form construction, application of concrete curing compounds, pumperete machine, signaling, handling the nozzle of squeezcrete or similar machine,6 inches and smaller); Confined Space Attendant; Concrete Signalman; Crusher Feeder; Demolition (to include clean-up, burning, loading, wrecking and salvage of all material); Dumpman; Fence Erector; Firewatch; Form Cleaning Machine Feeder, Stacker; General Laborer; Grout Machine Header Tender; Guard Rail (to include guard rails, guide and reference posts, sign posts, and right-of-way markers); Hazardous Waste Worker, Level D (no respirator is used and skin protection is minimal); Miner, Class ""A"" (to include 251 Page WA20200001 Modification 4 Federal Wage Determinations for Highway Construction 26 all bull gang, concrete crewman, dumpman and pumperete crewman, including distributing pipe, assembly & dismantle, and nipper); Nipper; Riprap Man; Sandblast Tailhoseman; Scaffold Erector (wood or steel); Stake Jumper; Structural Mover (to include separating foundation, preparation, cribbing, shoring, jacking and unloading of structures); Tailhoseman (water nozzle); Timber Bucker and Faller (by hand); Track Laborer (RR); Truck Loader; Well -Point Man; All Other Work Classifications Not Specially Listed Shall Be Classified As General Laborer GROUP 3: Asphalt Roller, walking; Cement Finisher Tender; Concrete Saw, walking; Demolition Torch; Dope Pot Firemen, non -mechanical; Driller Tender (when required to move and position machine); Form Setter, Paving; Grade Checker using level; Hazardous Waste Worker, Level C (uses a chemical —'splash suit"" and air purifying respirator); Jackhammer Operator; Miner, Class ""B"" (to include brakeman, finisher, vibrator, form setter); Nozzleman (to include squeeze and flo-crete nozzle); Nozzleman, water, air or steam; Pavement Breaker (under 90 lbs.); Pipelayer, corrugated metal culvert; Pipelayer, multi- plate; Pot Tender; Power Buggy Operator; Power Tool Operator, gas, electric, pneumatic; Railroad Equipment, power driven, except dual mobile power spiker or puller; Railroad Power Spiker or Puller, dual mobile; Rodder and Spreader; Tamper (to include operation of Barco, Essex and similar tampers); Trencher, Shawnee; Tugger Operator; Wagon Drills; Water Pipe Liner; Wheelbarrow (power driven) GROUP 4: Air and Hydraulic Track Drill; Aspaalt Raker;Brush Machine (to include horizontal construction joint cleanup brush machine, power propelled); Caisson Worker, free air; Chain Saw Operator and Faller; Concrete Stack (to include laborers when laborers working on free standing concrete stacks for smoke or fume control above 40 feet high); Gunite (to include operation of machine and nozzle); Hazardous Waste Worker, Level B (uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical ""splash suit""); High Scaler; Laser Beam Operator (to include grade checker and elevation control); Miner, Class C (to include miner, nozzleman for concrete, laser beam operator and rigger on tunnels); Monitor Operator (air track or similar mounting); Mortar Mixer; Nozzleman (to include jet blasting nozzleman, over 1,200 lbs., jet blast machine power propelled, sandblast nozzle); Pavement Breaker (90 lbs. and over); Pipelayer (to include working topman, caulker, collarman, jointer, mortarman, rigger, jacker, shorer, valve or meter installer); Pipewrapper; Plasterer Tender; Vibrators (all) GROUP 5 - Drills with Dual Masts; Hazardous Waste Worker, Level A (utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line); Miner Class ""D"", (to include raise and shaft miner, laser beam operator on riases and shafts) 261P,g)e WA20200001 Modification 4 Federal Wage Determinations for Highway Construction LAB00238-006 06/01/2019 COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN Rates Fringes Hod Carrier ......................$ 27.95 12.90 --------------------------------------------------------- LAB00242-003 06/01/2019 KING COUNTY Rates Fringes LABORER GROUP 1............. ....... ..:$ 27.10 11.94 GROUP 2A....................$ 31.03 11.94 GROUP 3.....................$ 38.78 11.94 GROUP 4— .................. $ 39.72 11.94 GROUP 5............ ......... $ 40.36 11.94 Group 6.....................$ 40.36 12.04 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $1.00 ZONE 3 - $1.30 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $2.25 WA20200001 Modification 4 Federal Wage Determinations for Highway Construction 27 2711• a e 28 LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer/Cleaner (detail clean-up, such as but not limited to cleaning floors, ceilings, walls, windows, etc., prior to final acceptance by the owner) GROUP 2A: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender; Clean-up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical ""splash suit"" and air purifying respirator); Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site); Topper-Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper -Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical ""splash suit'—); High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller -Power; Raker -Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and glas operated tool; Timber Person -sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Mortarman and Hodcarrier; Powderman; Re-Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line). Group 6: Miner ------------ 28 1 P e WA20200001 Modification 4 Federal Wage Determinations for Highway Construction LABO0252-010 06/01/2019 CLALLAM, GRAYS HARBOR, JEFFERSON, KITSAP, LEWIS, MASON, PACIFIC (EXCLUDING SOUTHWEST), PIERCE, AND THURSTON COUNTIES Rates Fringes LABORER GROUP 1.....................$ 27,10 11.94 GROUP 2...... ............... $ 31...03 11.94 GROUP 3.4...................$ 38.78 11.94 GROUP 4.....................$ 39.72 11.94 GROUP 5.....................$ 40.36 11.94 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $1.00 ZONE 3 - $1.30 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES); ZONE 2 - $2.25 LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer/Cleaner (detail clean-up, such as but not limited to cleaning floors, ceilings, walls, windows, etc., prior to final acceptance by the owner) GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car WA20200001 Modification 4 Federal Wage Determinations for Highway Construction 29 291Paae 30 GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender; Clean-up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical ""splash suit"" and air purifying respirator); Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site); Topper-Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper -Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical ""splash suit""); Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller -Power; Raker -Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and glas operated tool; Timber Person -sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier; Grade Checker and Transit Person; High Scaler; Powderman; Re-Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line). 301Page WA20200001 Modification 4 Federal Wage Determinations for Highway Construction 31 LABO0292-008 06/01/2019 ISLAND, SAN JUAN, SKAGIT, SNOHOMISH, AND WHATCOM COUNTIES Rates Fringes LABORER GROUP 1................... .$ 27.10 11.94 GROUP 2........... .......... $ 31.03 11.94 GROUP 3............ ......... $ 38.78 11.94 GROUP 4.................._..$ 39.72 11.94 GROUP 5.....................•S 40.36 11.94 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $1.00 ZONE 3 - $1.30 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $2.25 LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer/Cleaner (detail clean-up, such as but not limited to cleaning floors, ceilings, walls, windows, etc., prior to final acceptance by the owner) GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car 311 Page WA2O20OOO1 Modification 4 Federal Wage Determinations for Highway Construction 32 GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender; Clean-up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical ""splash suit"" and air purifying respirator); Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site); Topper-Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper -Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical ""splash suit""); High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller -Power; Raker -Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and glas operated tool; Timber Person -sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier; Powderman; Re-Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line). 32 1 P a e WA20200001 Modification 4 Federal Wage Determinations for Highway Construction 33 LAB00335-001 06/01/2018 CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES Laborers: ZONE 1: GROUP 1.....................$ GROUP 2.....................$ GROUP 3....................$ GROUP 4....................$ GROUP 5.....................$ GROUP 6....................$ GROUP 7.... ................ $ Rates Fringes 31.72 11.49 32.38 11.49 32.87 11.49 33.29 11.49 28.98 11.49 26.31 11.49 22.78 11.49 Zone Differential (Add to Zone 1 rates): Zone 2 $ 0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: LONGVIEW AND VANCOUVER ZONE 1: Projects within 30 miles ZONE 2: More than 30 miles but respective city hall. ZONE 3: More than 40 miles but respective city hall. ZONE 4: More than 50 miles but respective city hall. of the respective city all. less than 40 miles from the less than 50 miles from the less than 80 miles from the ZONE 5: More than 80 miles from the respective city hall. LABORERS CLASSIFICATIONS GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch Weighman; Broomers; Brush Burners and Cutters; Car and Truck Loaders; Carpenter Tender; Change -House Man or Dry Shack Man; Choker Setter; Clean-up Laborers; Curing, Concrete; Demolition, Wrecking and Moving Laborers; Dumpers, road oiling crew; Dumpmen (for grading crew); Elevator Feeders; Median Rail Reference Post, Guide Post, Right of Way Marker; Fine Graders; Fire Watch; Form Strippers (not swinging stages); General Laborers; Hazardous Waste Worker; Leverman or Aggregate Spreader (Flaherty and similar types); Loading Spotters; Material Yard Man (including electrical); Pittsburgh Chipper Operator or Similar Types; Railroad Track Laborers; Ribbon Setters (including steel forms); Rip Rap Man (hand placed); Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers; Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring; Timber Faller and Bucker (hand labor); Toolroom Man (at job site); Tunnel Bullgang (above ground); Weight -Man- Crusher (aggregate when used) 331Page WA20200001 Modification 4 Federal Wage Determinations for Highway Construction 34 GROUP 2: Applicator (including pot power tender for same), applying protective material by hand or nozzle on utility lines or storage tanks on project; Brush Cutters (power saw); Burners; Choker Splicer; Clary Power Spreader and similar types; Clean- up Nozzleman-Green Cutter (concrete, rock, etc.); Concrete Power Buggyman; Concrete Laborer; Crusher Feeder; Demolition and Wrecking Charred Materials; Gunite Nozzleman Tender; Gunite or Sand Blasting Pot Tender; Handlers or Mixers of all Materials of an irritating nature (including cement and lime); Tool Operators (includes but not limited to: Dry Pack Machine; Jackhammer; Chipping Guns; Paving Breakers); Pipe Doping and Wrapping; Post Hole Digger, air, gas or electric; Vibrating Screed; Tampers; Sand Blasting (Wet); Stake -Setter; Tunnel-Muckers, Brakemen, Concrete Crew, Bullgang (underground) GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill Operators, air tracks, cat drills, wagon drills, rubber -mounted drills, and other similar types including at crusher plants; Gunite Nozzleman; High Scalers, Strippers and Drillers (covers work in swinging stages, chairs or belts, under extreme conditions unusual to normal drilling, blasting, barring -down, or sloping and stripping); Manhole Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power Saw Operators (Bucking and Falling); Pumperete Nozzlemen; Sand Blasting (Dry); Sewer Timberman; Track Liners, Anchor Machines, Ballast Regulators, Multiple Tampers, Power Jacks, Tugger Operator; Tunnel -Chuck Tenders, Nippers and Timbermen; Vibrator; Water Blaster GROUP 4: Asphalt Raker; Concrete Saw Operator (walls); Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam (pipelaying)-applicable when employee assigned to move, set up, align; Laser Beam; Tunnel Miners; Motorman -Dinky Locomotive -Tunnel; Powderman-Tunnel; Shield Operator -Tunnel GROUP 5: Traffic Flaggers GROUP 6: Fence Builders GROUP 7: Landscaping or Planting Laborers ----------------------- LAB00335-019 06/01/2018 Rates Fringes Hod Carrier ......................$ 31.72 11.49 341 Page WA20200001 Modification 4 Federal Wage Determinations for Highway Construction LAB00348-003 06/01/2019 CHELAN, DOUGLAS (W OF 12TH MERIDIAN), KITTITAS, AND YAKIMA COUNTIES Rates Fringes LABORER GROUP 1........................$ 23.12 11.94 GROUP 2...................:�,:-�$ 26.51 11.94 GROUP 3...... ................. $ 29.01 11.94 GROUP 4.....................$ 29.7l 11.94 GROUP 5.....................$ 30.22 11.94 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $1.00 ZONE 3 - $1.30 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $2.25 LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer/Cleaner (detail clean-up, such as but not limited to cleaning floors, ceilings, walls, windows, etc., prior to final acceptance by the owner) GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car WA20200001 Modification 4 Federal Wage Determinations for Highway Construction 35 351 Page 36 GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender; Clean-up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical ""splash suit"" and air purifying respirator); Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site); Topper-Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper -Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical ""splash suit""); High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller -Power; Raker -Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and glas operated tool; Timber Person -sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier; Powderman; Re-Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line). 361 Page WA20200001 Modification 4 Federal Wage Determinations for Highway Construction 1 37 PAIN0005-002 07/01/2019 STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Painters: STRIPERS ....................$ 31.61 16.07 PAIN0005-004 03/01/2009 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes PAINTER ...........................$ 20.82 7.44 * PAIN0005-006 07/01/2018 ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE); CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES Rates Fringes PAINTER Application of Cold Tar Products, Epoxies, Polyure thanes, Acids, Radiation Resistant Material, Water and Sandblasting .............. $ 30.19 11.71 Over 30'/Swing Stage Work:;.$ 22.20 7.98 Brush, Roller, Striping, Steam -cleaning and Spray.......$ 22.94 11.61 Lead Abatement, Asbestos Abatement .................:.$ 21.50 7.98 *$.70 shall be paid over and above the basic wage rates listed for work on swing stages and high work of over 30 feet. 371Page WA20200001 Modification 4 Federal Wage Determinations for Highway Construction 10 a = e 1 38 PAIN0055-003 07/01/2019 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes PAINTER Brush & Roller ..............$ 25.14 12.90 Spray and Sandblasting ...... $ 25.14 12.90 All high work over 60 ft. = base rate + $0.75 PAIN0055-006 07/01/2019 CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES Rates Fringes Painters: HIGHWAY & PARKING LOT STRIPER .....................$ 35.45 12.56 PLAS0072-004 06/01/2019 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA COUNTIES Rates Fringes CEMENT MASON/CONCRETE FINISHER ZONE 1..... .............$ 30.21 14.93 Zone Differential (Add to Zone 1 rate): Zone 2 -- $2.00 BASE POINTS: Spokane, Pasco, Lewiston; Wenatchee Zone 1: 0 - 45 radius miles from the main post office Zone 2: Over 45 radius miles from the main post office 381 Page WA20200001 Modification 4 Federal Wage Determinations for Highway Construction .., ... 3 9 PLAS0528-001 06/01/2019 CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES Rates Fringes CEMENT MASON CEMENT MASON ................$ 44.43 18.04 COMPOSITION, TROWEL MACHINE, GRINDER, POWER TOOLS, GUNNITE NOZZLE ....... $ 44.93 18.04 TROWELING MACHINE OPERATOR ON COMPOSITION ..............$ 44.93 18.04 PLAS0555-002 07/01/2019 CLARK, KLICKITAT AND SKAMANIA COUNTIES ZONE 1: Rates Fringes CEMENT MASON CEMENT MASONS DOING BOTH COMPOSITION/POWER MACHINERY AND SUSPENDED/HANGING SCAFFOLD..$ 37.32 18.77 CEMENT MASONS ON SUSPENDED, SWINGING AND/OR HANGING SCAFFOLD ............ $ 36.58 18.77 CEMENT MASONS ...............$ 35.85 18.77 COMPOSITION WORKERS AND POWER MACHINERY OPERATORS...$ 36.58 18.77 Zone Differential (Add To Zone 1 Rates): Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 3.00 BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND, SALEM, THE DALLES, VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall 391 Page WA20200001 Modification 4 Federal Wage Determinations for Highway Construction 140 TEAM0037-002 06/01/2019 CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), SKAMANIA, AND WAHKIAKUM COUNTIES Rates Truck drivers: ZONE 1 GROUP 1— .................. 29.08 GROUP 2....................$ 29.20 GROUP 3— ................. ..$ 29.34 GROUP 4....................$ 29.62 GROUP 5_ .................. $ 29.85 GROUP 6................. .$ 30.03 GROUP 7....................$ 30.24 Zone Differential (Add to Zone 1 Rates): Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 Fringes 15.27 15.27 15.27 15.27 15.27 15.27 15.27 BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. TRUCK DRIVERS CLASSIFICATIONS GROUP 1: A Frame or Hydra lifrt truck w/load bearing surface; Articulated Dump Truck; Battery Rebuilders; Bus or Manhaul Driver; Concrete Buggies (power operated); Concrete Pump Truck; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations there of: up to and including 10 cu. yds.; Lift Jitneys, Fork Lifts (all sizes in loading, unloading and transporting material on job site); Loader and/or Leverman on Concrete Dry Batch Plant (manually operated); Pilot Car; Pickup Truck; Solo Flat Bed and misc. Body Trucks, 0-10 tons; Truck Tender; Truck Mechanic Tender; Water Wagons (rated capacity) up to 3,000 gallons; Transit Mix and Wet or Dry Mix - 5 cu. yds. and under; Lubrication Man, Fuel Truck Driver, Tireman, Wash Rack, Steam Cleaner or combinations; Team Driver; Slurry Truck Driver or Leverman; Tireman 401Page WA20200001 Modification 4 Federal Wage Determinations for Highway Construction 1 41 GROUP 2: Boom Truck/Hydra-lift or Retracting Crane; Challenger; Dumpsters or similar equipment all sizes; Dump Trucks/Articulated Dumps 6 cu to 10 cu.; Flaherty Spreader Driver or Leverman; Lowbed Equipment, Flat Bed Semi -trailer or doubles transporting equipment or wet or dry materials; Lumber Carrier, Driver -Straddle Carrier (used in loading, unloading and transporting of materials on job site); Oil Distributor Driver or Leverman; Transit mix and wet or dry mix trcuks: over 5 cu. yds. and including 7 cu. yds.; Vacuum Trucks; Water truck/Wagons (rated capacity) over 3,000 to 5,000 gallons GROUP 3: Ammonia Nitrate Distributor Driver; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 10 cu. yds. and including 30 cu. yds. includes Articulated Dump Trucks; Self -Propelled Street Sweeper; Transit mix and wet or dry mix truck: over 7 cu yds. and including 11 cu yds.; Truck Mechanic -Welder -Body Repairman; Utility and Clean-up Truck; Water Wagons (rated capacity) over 5,000 to 10,000 gallons GROUP 4: Asphalt Burner; Dump Trucks, side, end and bottom cumps, including Semi -Trucks and Trains or combinations thereof: over 30 cu. yds. and including 50 cu. yds. includes Articulated Dump Trucks; Fire Guard; Transit Mix and Wet or Dry Mix Trucks, over 11 cu. yds. and including 15 cu. yds.; Water Wagon (rated capacity) over 10,000 gallons to 15,000 gallons GROUP 5: Composite Crewman; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 50 cu. yds. and including 60 cu. yds. includes Articulated Dump Trucks GROUP 6: Bulk Cement Spreader w/o Auger; Dry Pre -Batch concrete Mix Trucks; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains of combinations thereof: over 60 cu. yds. and including 80 cu. yds., and includes Articulated Dump Trucks; Skid Truck GROUP 7: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 80 cu. yds. and including 100 cu. yds., includes Articulated Dump Trucks; Industrial Lift Truck (mechanical tailgate) 411Pabe WA20200001 Modification 4 Federal Wage Determinations for Highway Construction 42 * TEAM0174-001 06/01/2019 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes Truck drivers: ZONE A: GROUP 1:.....................$ 40.38 20.46 GROUP 2:................... $ 39.54 20.46 GROUP 3:.................... $ 36.73 20.46 GROUP 4:.,....:............ :$ 31.76 20.46 GROUP 5:._ ..............•.:.$ 39.93 20.46 ZONE B (25-45 miles from center of listed cities*): Add $.70 per hour to Zone A rates. ZONE C (over 45 miles from centr of listed cities*): Add $1.00 per hour to Zone A rates. *Zone pay will be calculated from the city center of the following listed cities: BELLINGHAM CENTRALIA RAYMOND OLYMPIA EVERETT SHELTON ANACORTES BELLEVUE SEATTLE PORT ANGELES MT. VERNON KENT TACOMA PORT TOWNSEND ABERDEEN BREMERTON TRUCK DRIVERS CLASSIFICATIONS GROUP 1 - ""A -frame or Hydralift"" trucks and Boom trucks or similar equipment when ""A"" frame or ""Hydralift"" and Boom truck or similar equipment is used; Buggymobile; Bulk Cement Tanker; Dumpsters and similar equipment, Tournorockers, Tournowagon, Tournotrailer, Cat DW series, Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid Two and Four -Wheeled power tractor with trailer and similar top -loaded equipment transporting material; Dump Trucks, side, end and bottom dump, including semi -trucks and trains or combinations thereof with 16 yards to 30 yards capacity: Over 30 yards $.15 per hour additional for each 10 yard increment; Explosive Truck (field mix) and similar equipment; Hyster Operators (handling bulk loose aggregates); Lowbed and Heavy Duty Trailer; Road Oil Distributor Driver; Spreader, Flaherty Transit mix used exclusively in heavy construction; Water Wagon and Tank Truck-3,000 gallons and over capacity 421 Page WA20200001 Modification 4 Federal Wage Determinations for Highway Construction 43 GROUP 2 - Bulllifts, or similar equipment used in loading or unloading trucks, transporting materials on job site; Dumpsters, and similar equipment, Tournorockers, Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra, Le Tourneau, Westinghouse, Athye wagon, Euclid two and four -wheeled power tractor with trailer and similar top -loaded equipment transporting material: Dump trucks, side, end and bottom dump, including semi -trucks and trains or combinations thereof with less than 16 yards capacity; Flatbed (Dual Rear Axle); Grease Truck, Fuel Truck, Greaser, Battery Service Man and/or Tire Service Man; Leverman and loader at bunkers and batch plants; Oil tank transport; Scissor truck; Slurry Truck; Sno-Go and similar equipment; Swampers; Straddler Carrier (Ross,•Hyster) and similar equipment; Team Driver; Tractor (small, rubber-tired)(when used within Teamster jurisdiction); Vacuum truck; Water Wagon and Tank trucks -less than 3,000 gallons capacity; Winch Truck; Wrecker, Tow truck and similar equipment GROUP 3 - Flatbed (single rear axle); Pickup Sweeper; Pickup Truck. (Adjust Group 3 upward by $2.00 per hour for onsite work only) GROUP 4 - Escort or Pilot Car GROUP 5 - Mechanic HAZMAT PROJECTS Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in addition to the classification working in as follows: LEVEL C: +$.25 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B: +$.50 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical ""splash suit."" LEVEL A: +$.75 per hour - This level utilizes a fully - encapsulated suit with a self-contained breathing apparatus or a supplied air line. ------ r ------ 43 1 P a g e WA20200001 Modification 4 Federal Wage Determinations for Highway Construction 44 TEAM0690-004 01/01/2019 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES Rates Fringes Truck drivers: (AREA 1: SPOKANE ZONE CENTER: Adams, Chelan, Douglas, Ferry, Grant, Kittitas, Lincoln, Okanogan, Pen Oreille, Spokane, Stevens, and Whitman Counties AREA 1: LEWISTON ZONE CENTER: Asotin, Columbia, and Garfield Counties AREA 2: PASCO ZONE CENTER: Benton, Franklin, Walla Walla and Yakima Counties) AREA 1: GROUP 1...... ........... ..:$ 23.91 17.40 GROUP 2...........:.....:::.$ 26.18 17.40 GROUP 3................. .$ 26.68 17.40 GROUP 4.............. - . ..$ 27.01 17.40 GROUP 5...... ............... $ 27.12 17.40 GROUP 6.....................:.$ 27.29 17.40 GROUP 7...................i$ 27.82 17.40 GROUP 8....................$ 28.18 17.40 AREA 2: GROUP 1........ - .........$ 26.05 17.40 GROUP 2................ -.$ 28.69 17.40 GROUP 3.....................:.$ 28.80 17.40 GROUP 4.....................$ 29.13 17.40 GROUP 5........ ............ $ 29.24 17.40 GROUP 6....................$ 29.24 17.40 GROUP 7.....................$ 29.78 17.40 GROUP 8......................$ 30.10 17.40 Zone Differential (Add to Zone 1 rate: Zone 1 + $2.00) BASE POINTS: Spokane, Pasco, Lewiston Zone 1: 0-45 radius miles from the main post office. Zone 2: Outside 45 radius miles from the main post office 441 Page WA20200001 Modification 4 Federal Wage Determinations for Highway Construction TRUCK DRIVERS CLASSIFICATIONS GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power Boat Hauling Employees or Material GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and under); Leverperson (loading trucks at bunkers); Trailer Mounted Hydro Seeder and Mulcher; Seeder & Mulcher; Stationary Fuel Operator; Tractor (small, rubber -tired, pulling trailer or similar equipment) GROUP 3: Auto Crane (2000 lbs. capacity); Buggy Mobile & Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. & under); Flat Bed Truck with Hydraullic System; Fork Lift (3001-16,000 lbs.); Fuel Truck Driver, Steamcleaner & Washer; Power Operated Sweeper; Rubber -tired Tunnel Jumbo; Scissors Truck; Slurry Truck Driver; Straddle Carrier (Ross, Hyster, & similar); Tireperson; Transit Mixers & Truck Hauling Concrete (3 yd. to & including 6 yds.); Trucks, side, end, bottom & articulated end dump (3 yards to and including 6 yds.); Warehouseperson (to include shipping & receiving); Wrecker & Tow Truck GROUP 4: A -Frame; Burner, Cutter, & Welder; Service Greaser; Trucks, side, end, bottom & articulated end dump (over 6 yards to and including 12 yds.); Truck Mounted Hydro Seeder; Warehouseperson; Water Tank truck (0-8,000 gallons) GROUP 5: Dumptor (over 6 yds.); Lowboy (50 tons & under); Self- loading Roll Off; Semi -Truck & Trailer; Tractor with Steer Trailer; Transit Mixers and Trucks Hauling Concrete (over 6 yds. to and including 10 yds.); Trucks, side, end, bottom and end dump (over 12 yds. to & including 20 yds.); Truck -Mounted Crane (with load bearing surface either mounted or pulled, up to 14 ton); Vacuum Truck (super sucker, guzzler, etc.) GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift (over 16,000 lbs.); Dumps (Semi -end); Mechanic (Field); Semi- end Dumps; Transfer Truck & Trailer; Transit Mixers & Trucks Hauling Concrete (over 10 yds. to & including 20 yds.); Trucks, side, end, bottom and articulated end dump (over 20 yds. to & including 40 yds.); Truck and Pup; Tournarocker, DWs & similar with 2 or more 4 wheel -power tractor with trailer, gallonage or yardage scale, whichever is greater Water Tank Truck (8,001- 14,000 gallons); Lowboy(over 50 tons) GROUP 7: Oil Distributor Driver; Stringer Truck (cable oeprated trailer); Transit Mixers & Trucks Hauling Concrete (over 20 yds.); Truck, side, end, bottom end dump (over 40 yds. to & including 100 yds.); Truck Mounted Crane (with load bearing surface either mounted or pulled (16 through 25 tons); WA20200001 Modification 4 Federal Wage Determinations for Highway Construction 45 451Page 46 GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end, bottom and articulated end dump (over 100 yds.); Helicopter Pilot Hauling Employees or Materials Footnote A - Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in additon to the classification working in as follows: LEVEL C-D: - $.50 PER HOUR (This is the lowest level of protection. This level may use an air purifying respirator or additional protective clothing. LEVEL A-B: - $1.00 PER HOUR (Uses supplied air is conjunction with a chemical spash suit or fully encapsulated suit with a self-contained breathing apparatus. Employees shall be paid Hazmat pay in increments of four(4) and eight(8) hours. NOTE: Trucks Pulling Equipment Trailers: shall receive $.15/hour over applicable truck rate WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health -related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health -related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- 461Page WA20200001 Modification 4 Federal Wage Determinations for Highway Construction The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or '­UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. WA20200001 Modification 4 Federal Wage Determinations for Highway Construction 471Page 148 Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 1000 of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.), Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 481Page WA20200001 Modification 4 Federal Wage Determinations for Highway Construction 149 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION" 491Page WA20200001 Modification 4 Federal Wage Determinations for Highway Construction 3/23/2020 about:blank State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 04/24/2020 County. King King King King King King King King King King King King King King King King King Trade Asbestos Abatement Workers Boilermakers ;Brick Mason -Brick Mason Building Service Employees Building Service Employees Building Service Lrnployees Building Service Employees Cabinet Makers (In Shop) Carpenters ;Carpenters Carpenters Carpenters Carpenters Carpenters Carpenters Cement Masons King Cement Masons King Cement Masons King Cement Masons King King King Cement Masons Cement Masons Cement Masons Job Classification Wage Holiday Overtime No Journey Level $50.86 Journey Level $69.29 Journey Level $58.82 Pointer -Caulker -Cleaner $58.82 Janitor $25.58 Traveling Waxer/Shampooer $26.03 Window Cleaner (Non -Scaffold) $29.33 Window Cleaner (Scaffold) $30.33 Journey Level $22.74 Acoustical Worker $62.44 Carpenter $62.44 Carpenters on Stationary Tools $62.57 Creosoted Material $62.54 Floor Finisher $62.44 Floor Layer $62.44 Scaffold Erector $62.44 Application of all Composition $62.97 Mastic Application of all Epoxy Material $62.47 Application of all Plastic $62.97 Material Application of Sealing $62.47 Compound Application of Underlayment $62.97 Building General $62.47 Composition or Kalman Floors $62.97 5D 5N 5A 5A 5S 5S 5S 5S 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A 1H 1C 1M 1M 2F 2F 2F 2F 1 4C 4C 4C 4C 4C 4C 4C 4U 4U 4U *Risk Class View View View View View View View View View View View View View View View View View View View 7A 4U View 7A 4U View 7A 4U View 7A 4U View aboutblank 1/20 3/23/2020 about:blank King Cement Masons Concrete Paving $62.47 7A 4U View King Cement Masons Curb Et Gutter Machine $62.97 7A 4U View King Cement Masons Curb Et Gutter, Sidewalks $62.47 7A 4U View King Cement Masons Curing Concrete $62.47 7A 4U View King Cement Masons Finish Colored Concrete $62.97 7A 4U View King Cement Masons Floor Grinding $62.97 7A 4U View King Cement Masons Floor Grinding/Polisher $62.47 7A 4U View King Cement Masons Green Concrete Saw, self- $62.97 7A 4U View powered King Cement Masons Grouting of all Plates $62.47 7A 4U View King Cement Masons Grouting of allTilt-up Panels $62.47 7A 4U View King Cement Masons Gunite Nozzleman $62.97, 7A 4U View King Cement Masons Hand Powered Grinder $62.97 7A 4U View King Cement Masons Journey Level $62.47 7A 4U View King Cement Masons Patching Concrete $62.47: 7A 4U View King Cement Masons Pneumatic Power Tools $62.97 7A 4U View King Cement Masons Power Chipping Et Brushing $62.97 7A 4U View King Cement Masons Sand Blasting Architectural $62.97 7A 4U View Finish King Cement Masons Screed Et Rodding Machine $62.97 7A 4U View King Cement Masons Spackling or Skim Coat $62.47 7A 4U View Concrete King Cement Masons Troweling Machine Operator $62.97 7A 4U View King Cement Masons Troweling Machine Operator on $62.97 7A 4U View Colored Slabs King Cement Masons Tunnel Workers $62.97 7A 4U View King Divers Fr Tenders Bell/Vehicle or Submersible $116.20 7A 4C View Operator (Not Under Pressure) King Divers Et Tenders Dive Supervisor/Master $79.23 7A 4C View King Divers Et Tenders Diver $116.20 7A 4C 8V View King Divers Et Tenders Diver On Standby $74.23 7A 4C View King Divers Et Tenders Diver Tender $67.31 7A 4C View King Divers Et Tenders Manifold Operator $67.31 7A 4C View King Divers & Tenders Manifold Operator Mixed Gas $72.31 7A 4C View King Divers Et Tenders Remote Operated Vehicle $67.31 7A 4C View Operator/Technician King Divers Et Tenders Remote Operated Vehicle $62.69 7A 4C View Tender King Dredge Workers Assistant Engineer $56.44 5D 3F View King Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F View King Dredge Workers Boatmen $56.44 5D 3F View King Dredge Workers Engineer Welder $57.51 5D 3F View King Dredge Workers Leverman, Hydraulic $58.67 5D 3F View King Dredge Workers Mates $56.44 5D 3F View about:blank 2/20 3/23/2020 about:blank King Dredge Worker's Oiler King Drywall Applicator Journey Level King DrrwallTapers Journey Level King Electrical Fixture MaintenancF_ Journey Level Workers King Electricians - Inside Cable Splicer King Electricians - Inside Cable Splicer (tunnel) King Electri 'ans - Inside Certified Welder King :Electricians - Inside Certified Welder (tunnel) King Electricians - Inside Construction Stock Person King Electricians - Inside Journey Level King Electricians - Inside Journey Level (tunnel) King Electricians - MotorShp Journey Level King Electricians - Powerline Cable Splicer Construction King Electricians - Powerline Certified Line Welder gonstruction King Electricians - Powerline Groundperson Construction $56.00 5D 3F View $62.44 50 1 H View $62.81 5P 1 E View $31.99 5L 1 E View $87.22 7C 4E View $93.74 7C 4E View $84.26 7C 4E View $90-47 7C 4E View $43.18 7C 4E View $81.30 7C 4E View $87.22 7C 4E View $47.53 5A 1 B View $82.39 5A 4D View $75.64 5A 4D View $49.17 5A 4D View King Electricians - Powerline Heavy Line Equipment Operator $75.64 5A 4D View Construction King Electricians - Powerline Journey Level Lineperson $75.64 5A 4D View Construction King Electricians - Powerline Line Equipment Operator $64.54 5A 4D View Construction King Electricians - Powerline Meter Installer $49.17 5A 4D 8W View Construction King Electricians - Powerline Pole Sprayer $75.64 5A 4D View Construction King Electricians - Powerline Powderperson $56.49 5A 4D View Construction King Electronic Technicians Journey Level $53.57 7E 1 E View King Elevator Constructors Mechanic $97.31 7D 4A View King Elevator Constructors Mechanic In Charge $105.06 7D 4A View King Fabricated Precast Cann etc All Classifications - In -Factory $18.25 5B 111 View Products Work Only King Fence Erectors Fence Erector $43.11 7A 4V 8Y View King Fence Erectors Fence Laborer $43.11 7A 4V 8Y View King Raggers Journey Level $43.11 7A 4V 8Y View King Glaziers Journey Level $66.51 7L 1Y View King Heat Et Frost Insulators And Journeyman $76.61 5J 4H View Asbestos Workers King Heating Equipment Mechanics Journey Level $85.88 7F 1 E View King Hod Carriers Et Mason Tenders Journey Level $52.44 7A 4V 8Y View King Industrial Power Vacuum Cleaner Journey Level $13.50 1 View abouttlank 3/20 3/23/2020 about:blank King Inland Boatmen Boat Operator $61.41 5B 1 K View King Inland Boatmen Cook $56.48 5B 1 K View King Inland Boatmen Deckhand $57.48 5B 1K View King Inland Boatmen Deckhand Engineer $58.81 5B 1K View King Inland Boatmen Launch Operator $58.89 5B 1K View King Inland Boatmen Mate $57.31 5B 1K View King Inspectianl -lean!ng/Sealing Of Cleaner Operator, Foamer $31.49 1 View Sewer Et Water Systems By Operator Remote Control King Inspection/C[eanfng/Sealing Of Grout Truck Operator $13.50 1 View Sewer & Water Systems By. Remote Control King Inspection/Cleaning/Sealing Of Head Operator $24.91 1 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Technician $19.33 1 View Sewer Ex Water Systems By Remote Control King InsctionlCleaning/Sealing Of Tv Truck Operator $20.45 1 View Sewer 1t Water Systems By .Remote Control King Insulation Applicators Journey Level $62.44 7A 4C View King I ronworkeM Journeyman $73.73 7N 10 View King Laborers Air, Gas Or Electric Vibrating $50.86 7A 4V 8Y View Screed King Laborers Airtrac Drill Operator $52.44 7A 4V 8Y View King Laborers Ballast Regular Machine $50.86 7A 4V 8Y View King Laborers Batch Weighman $43.11 7A 4V 8Y View King Laborers Brick Pavers $50.86 7A 4V 8Y View King Laborers Brush Cutter $50.86 7A 4V 8Y View King Laborers Brush Hog Feeder $50.86 7A 4V 8Y View King Laborers Burner $50.86 7A 4V 8Y View King Laborers Caisson Worker $52.44 7A 4V 8Y View King Laborers Carpenter Tender $50.86 7A 4V 8Y View King Laborers Cement Dumper -paving $51.80 7A 4V 8Y View King Laborers Cement Finisher Tender $50.86 7A 4V 8Y View King Laborers Change House Or Dry Shack $50.86 7A 4V 8Y View King Laborers Chipping Gun (30 Lbs. And $51.80 7A 4V 8Y View Over) King Laborers Chipping Gun (Under 30 Lbs.) $50.86 7A 4V 8Y View King Laborers Choker Setter $50.86 7A 4V 8Y View King Laborers Chuck Tender $50.86 7A 4V 8Y View King Laborers Clary Power Spreader $51.80 7A 4V 8Y View King Laborers Clean-up Laborer $50.86 7A 4V 8Y View King Laborers Concrete Dumper/Chute $51.80 7A 4V 8Y View about:blank 4/20 3/23/2020 aboutbl ank Operator King Laborers Concrete Form Stripper $50.86 7A 4V 8Y View King Laborers Concrete Placement Crew $51.80, 7A 4V 8Y View King Laborers Concrete Saw Operator/Core $51.80 7A 4V 8Y View Driller King Laborers Crusher Feeder $43.11 7A 4V 8Y View King Laborers Curing Laborer $50.86 7A 4V 8Y ` View King Laborers Demolition: Wrecking Et Moving $50.86 7A 4V View (Intl. Charred Material) King Laborers Ditch Digger $50.86 7A 4V 8Y View King Laborer- Diver $52.44 7A 4V 8Y View King Laborers Drill Operator (Hydraulic, $51.80 7A 4V 8Y View Diamond) King Laborers Dry Stack WalLs $50.86 7A 4V 8Y View King Laborers Dump Person $50.86 7A 4V 8Y View King Laborers Epoxy Technician $50.86 7A 4V 8Y View King Laborers Erosion Control Worker $50.86 7A 4V 8Y View King Laborers Faller Et Bucker Chain Saw $51.80 7A 4V 8Y View King Laborers Fine Graders $50.86 7A 4V 8Y View King Laborers Firewatch $43.11 7A 4V 8Y View King Laborers Form Setter $50.86 7A 4V 8Y View King Laborers Gabian Basket Builders $50.86 7A 4V 8Y View King Laborers General Laborer $50.86 7A 4V 8Y View King Laborers Grade Checker Et Transit Person $52.44 7A 4V 8Y View King `Laborers Grinders $50.86 7A 4V 8Y View King 11,aborers Grout Machine Tender $50.86 7A 4V 8Y View King Laborer Groutmen (Pressure) Including $51.80 7A 4V 8Y View Post Tension Beams King Laborers Guardrail Erector $50.86 7A 4V BY View King Laborers Hazardous Waste Worker (Level $52.44 7A 4V 8Y View A) King Laborers Hazardous Waste Worker (Level $51.80 7A 4V 8Y View B) King Laborers Hazardous Waste Worker (Level $50.86 7A 4V 8Y View C) King Laborers High Scaler $52.44 7A 4V 8Y View King Laborers Jackhammer $51.80 7A 4V 8Y View King Laborers Laserbeam Operator $51.80 7A 4V 8Y View King Laborers Maintenance Person $50.86 7A 4V 8Y View King Laborers Manhole Builder-Mudman $51.80 7A 4V 8Y View King Laborers Material Yard Person $50.86 7A 4V 8Y View King Laborers Motorman -Dinky Locomotive $51.80 7A 4V 8Y View King Laborers Nozzleman (Concrete Pump, $51.80 7A 4V 8Y View Green Cutter When Using aboutblank 5120 3/23/2020 about:blank Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Blaster, Vacuum Blaster) King Laborers Pavement Breaker $51.80 7A 4V 8Y View King Laborers Pilot Car $43.11 7A 4V 8Y View King Laborers Pipe Layer Lead $52.44 7A 4V 8Y View King Laborers Pipe Layer/Tailor $51.80 7A 4V 8Y View King Laborers Pipe Pot Tender $51.80 7A 4V 8Y View King Laborers Pipe Refiner $51.80 7A 4V 8Y View King Laborers Pipe Wrapper $51.80 7A 4V 8Y View King Laborers Pot Tender $50,86 7A 4V 8Y View King Laborers Powderman $52.44 7A 4V 8Y View King Laborers Powderman's Helper $50.86 7A 4V 8Y View King Laborers Power Jacks $51.80 7A 4V 8Y View King Laborers Railroad Spike Puller - Power $51.80 7A 4V 8Y View King Laborers Raker - Asphalt $52.44 7A 4V 8Y View King Laborers Re-timberman $52.44 7A 4V 8Y View King Laborers Remote Equipment Operator $51.80 7A 4V 8Y View King Laborers Rigger/Signal Person $51.80 7A 4V 8Y View King Laborers Rip Rap Person $50.86 7A 4V 8Y View King Laborers Rivet Buster $51.80 7A 4V 8Y View King Laborers Rodder $51.80 7A 4V 8Y View King Laborers Scaffold Erector $50.86 7A 4V 8Y View King Laborers Scale Person $50.86 7A 4V 8Y View King Laborers Sloper (Over 20") $51.80 7A 4V 8Y View King Laborers Sloper Sprayer $50.86 7A 4V BY View King Laborers Spreader (Concrete) $51.80 7A 4V 8Y View King Laborers Stake Hopper $50.86 7A 4V 8Y View King Laborers Stock Piler $50.86 7A 4V BY View King Laborers Swinging Stage/Boatswain $43.11 7A 4V BY View Chair King Laborers Tamper Et Similar Electric, Air Et $51.80 7A 4V 8Y View Gas Operated Tools King Laborers Tamper (Multiple Et Self- $51.80 7A 4V 8Y View propelled) King Laborers Timber Person - Sewer (Lagger, $51.80 7A 4V 8Y View Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $50.86 7A 4V 8Y View King Laborers Topper $50.86 7A 4V 8Y View King Laborers Track Laborer $50.86 7A 4V 8Y View King Laborers Track Liner (Power) $51.80 7A 4V 8Y View King Laborers Traffic Control Laborer $46.10 7A 4V 9C View about:blank 6/20 3/23/2020 about:blank King Laborers Traffic Control Supervisor $46.10 7A 4V 9C View King Laborers Truck Spotter $50.86 7A 4V 8Y View King Laborers Tugger Operator $51.80 7A 4V BY View King Laborers Tunnel Work -Compressed Air $120.61 7A 4V 9B View Worker 0-30 psi King Laborers Tunnel Work -Compressed Air $125.64 7A 4V 9B View Worker 30.01-44.00 psi King Laborers Tunnel Work -Compressed Air $129.32 7A 4V 9B View Worker 44.01-54.00 psi King Laborers Tunnel Work -Compressed Air $135.02 7A 4V 9B View Worker 54.01-60.00 psi King Laborers Tunnel Work -Compressed Air $137.14 7A 4V 9B View Worker 60.01-64.00 psi King LabDferS Tunnel Work -Compressed Air $142.24 7A 4V 9B View Worker 64.01-68.00 psi King Laborers Tunnel Work -Compressed Air $144.14 7A 4V 9B View Worker 68.01-70.00 psi King Laborers Tunnel Work -Compressed Air $146.14 7A 4V 9B View Worker 70.01-72.00 psi King Laborers Tunnel Work -Compressed Air $148. 14 7A 4V 9B View Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $52.54 7A 4V 8Y View Tender King Laborers Tunnel Work -Miner $52.54 7A 4V 8Y View King Laborer's Vibrator $51.80 7A 4V 8Y View King Laborers Vinyl Seamer $50.86 7A 4V 8Y View King Laborers Watchman $39.18 7A 4V 8Y View King Laborers Welder $51.80 7A 4V 8Y View King Laborers Well Point Laborer $51.80 7A 4V 8Y King Laborers Window Washer/Cleaner $39.18 7A 4V 8Y View King Laborers - Underground Sewer 8� General Laborer Et Topman $50.86 7A 4V 8Y View Wa er King Laborers - Underground Sewer & Pipe Layer $51.80 7A 4V 8Y View Water King Landscape Construe ion Landscape $39.18 7A 4V 8Y View Construction/Landscaping Or Planting Laborers King Landscape Construction Landscape Operator $68.02 7A 3K 8X View King Landscape Maintenance Groundskeeper $17.87 1 View King Lathers Journey Level $62.44 5D 1 H View King Marble Setters Journey Level $58.82 5A 1M View King Metal Fabrication (In Shop). Fitter $15.86 1 View King Metal Fabrication (In Shop), Laborer $13.50 1 View King Metal Fabrication (In Shop), Machine Operator $13.50 1 View King Metal Fabrication (In Shop). Painter $13.50 1 View aboutblank 7/20 3/23/2020 about:bl ank King ;Metal Fabrication (In Shop), Welder $15.48 1 View King Millwrigh Journey Level $63.94 7A 4C View King Modular Buitdings Cabinet Assembly $13.50,1 View King Modular Buildings Electrician $13.50,1 View King Modular Buildings Equipment Maintenance $13.50 1 View King Modular Buildings Plumber $11 1 King Modular Buildings Production Worker $13.50 1 View King Modular Buildings Tool Maintenance $13.50 1 View King Modular Buildings Utility Person $13.50 1 View King Modular Buildings Welder $13.50,1 {View King Painters Journey Level $43.40 6Z 2B , View King Pile Driver Crew Tender $67.31. 7A 4C View King =Pi€e Drlver Crew Tender/Technician $67.31 7A 4C View King Pile Driver Hyperbaric Worker - $77.93 7A 4C View Compressed Air Worker 0-30.00 PSI King Pile Driver Hyperbaric Worker - $82. 7A 4C View Compressed Air Worker 30.01 - 44.00 PSI King Pite Driver Hyperbaric Worker - $86.93 7A 4C View Compressed Air Worker 44.01 - 54.00 PSI King File Driver Hyperbaric Worker - $91.93 7A 4C View Compressed Air Worker 54.01 60.00 PSI King Pile Driver Hyperbaric Worker - $94.43 7A 4C View Compressed Air Worker 60.01 - 64.00 PSI King Pite Driver Hyperbaric Worker - $99.43 7A 4C View Compressed Air Worker 64.01 - 68.00 PSI King Pile Driver Hyperbaric Worker - $101.43 7A 4C View Compressed Air Worker 68.01 70.00 PSI King Pile Driver Hyperbaric Worker - $103.43 7A 4C View Compressed Air Worker 70.01 - 72.00 PSI King Pile Driver Hyperbaric Worker - $105.43 7A 4C View Compressed Air Worker 72.01 - 74.00 PSI King Pile Driver Journey Level $62.69 7A 4C View King Plasterers Journey Level $59.42 7Q 1 R View King Playground Et Park Equipment Journey Level $13.50 1 View Installers King Plumbers Et Pipefitters Journey Level $89.19 6Z 1G View King Power Equipment Opp__ ;:.:: Asphalt Plant Operators $69.16 7A 3K 8X View about:blank 8/20 3/23/2020 about:blank King Power Equipment Operators Assistant Engineer $65.05 7A 3K 8X View King Power Equipment Operators Barrier Machine (zipper) $68.55 7A 3K 8X View King Power Equipment Operators Batch Plant Operator: concrete $68.55 7A 3K 8X View King Power Equipment Operators Bobcat $65.05 7A 3K 8X View King Power Equipment Operators Brokk - Remote Demolition $65.05 7A 3K 8X View Equipment King Power Equipment Opera ators Brooms $65.05 7A 3K 8X View King Power Equipment Operators Bump Cutter $68.55 7A 3K 8X View King Power Equipment Operators Cableways $69.16 7A 3K 8X View King Power Equipment Operators Chipper $68.55, 7A 3K 8X View King Power Equipment Operators Compressor $65.05 7A 3K 8X View King Power Equipment Operators Concrete Finish Machine - Laser $65.05 7A 3K 8X View Screed King Power Equipment Operators Concrete Pump - Mounted Or $68.02 7A 3K 8X View Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operator,_ Concrete Pump: Truck Mount $69.16 7A 3K 8X View With Boom Attachment Over 42 M King Power Equipment Operators Concrete Pump: Truck Mount $68.55 7A 3K 8X View With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $68.02 7A 3K 8X View King Power Equipment Operators Cranes friction: 200 tons and $71.26 7A 3K 8X View over King Power Equipment Operators Cranes: 100 tons through 199 $69.85 7A 3K 8X View tons, or 150' of boom (including jib with attachments) King Power Equipment Operators Cranes: 20 Tons Through 44 $68.55 7A 3K 8X View Tons With Attachments King Power Equipment Operators Cranes: 200 tons- 299 tons, or $70.57 7A 3K 8X View 250' of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or $71.26 7A 3K 8X View 300' of boom including jib with attachments King Power Equipment Operators Cranes: 45 Tons Through 99 $69.16 7A 3K 8X View Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A -frame - 10 Tons And $65.05 7A 3K 8X View Under King Power Equipment Operators Cranes: Friction cranes through $70.57 7A 3K 8X View 199 tons King Power Equipment Operators Cranes: through 19 tons with $68.02 7A 3K 8X View attachments, A -frame over 10 tons about; bl ank 9/20 3/23/2020 about:bl ank King Power Equipment Operators Crusher $68.55 7A 3K 8X View King Power Equipment Operators Deck Engineer/Deck Winches $68.55 7A 3K 8X View (power) King Payer Equipment Operators Derricks, On Building Work $69.16 7A 3K 8X View King Power Equipment Operators Dozers D-9 Et Under $68.02 7A 3K 8X View King Poy+er Equipment Operators Drill Oilers: Auger Type, Truck $68.02 7A 3K 8X View Or Crane Mount King Power Equipment Operator's Drilling Machine $69.85 7A 3K 8X View King Power Equipment Operators Elevator And Man -lift: $65.05 7A 3K 8X View Permanent And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell And $68.55 7A 3K 8X View Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over $68.02 7A 3K 8X View With Attachments King Pourer Equipment Operators Forklifts: Under 3000 Lbs. With $65.05 7A 3K 8X View Attachments King Power Equipment Operators Grade Engineer: Using Blue $68.55 7A 3K 8X View Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/Stakeman $65.05 7A 3K 8X View King Power Equipment Operators Guardrail Punch $68.55 7A 3K 8X View King Power Equipment Operators Hard Tail End Dump Articulating $69.16 7A 3K 8X View Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump Articulating $68.55 7A 3K 8X View Off -road Equipment Under 45 Yards King Power Equipment Operators Horizontal/Directional Drill $68.02 7A 3K 8X View Locator King Power Equipment Operators Horizontal/Directional Drill $68.55 7A 3K 8X View Operator King Power Equipment Operators Hydralifts/Boom Trucks Over 10 $68.02 7A 3K 8X View Tons King Power Equipment Operators Hydralifts/Boom Trucks, 10 $65.05 7A 3K 8X View Tons And Under King Power Equipment Operators Loader, Overhead 8 Yards. Et $69.85 7A 3K 8X View Over King Power Equipment Operators Loader, Overhead, 6 Yards. But $69.16 7A 3K 8X View Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $68.55 7A 3K 8X View Yards King Power Equipment Operators Loaders, Plant Feed $68.55 7A 3K 8X View King Power Equipment Operators Loaders: Elevating Type Belt $68.02 7A 3K 8X View King Power Equipment Operators Locomotives, All $68.55 7A 3K 8X View King Power Equipment Operators Material Transfer Device $68.55 7A 3K 8X View King Power Equipment Operators Mechanics, All (leadmen - $0.50 $69.85 7A 3K 8X View Per Hour Over Mechanic) about blank 10120 3/23/2020 about:blank King Power Equipment Operators Motor Patrol Graders $69.16 7A 3K 8X View King Power Equipment Operators Mucking Machine, Mole, Tunnel $69.16 7A 3K 8X View Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $65.05 7A 3K 8X View Distribution Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (Elevators And $68.02 7A 3K 8X View Manlifts), Air Tuggers, Strato King Power Equipment Operators Overhead, Bridge Type Crane: $68.55 7A 3K 8X View 20 Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 $69.85 7A 3K 8X View Tons And Over King Power Equipment Operators Overhead, Bridge Type: 45 Tons $69.16 7A 3K 8X View Through 99 Tons King Power Equipment Operators Pavement Breaker $65.05 7A 3K 8X View King Power Equipment Operators Pile Driver (other Than Crane $68.55 7A 3K 8X View Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $68.02 7A 3K 8X View King Power Equipment Operators Posthole Digger, Mechanical $65.05 7A 3K 8X View King Power Equipment Operators Power Plant $65.05 7A 3K 8X View King Power Equipment Operators Pumps - Water $65.05 7A 3K 8X View King Power Equipment Operators .Quad 9, Hd 41, D10 And Over $69.16 7A 3K 8X View King Power Equipment Operators Quick Tower - No Cab, Under $65.05 7A 3K 8X View 100 Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $69.16 7A 3K 8X View Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger and Beltman $65.05 7A 3K 8X View King Power Equipment Operators Rigger/Signal Person, Bellman $68.02 7A 3K 8X View (Certified) King Power Equipment Operators Rollagon $69.16 7A 3K 8X View King Power Equipment Operators Roller, Other Than Plant Mix $65.05 7A 3K 8X View King Power Equipment Operators Roller, Plant Mix Or Multi -lift $68.02 7A 3K 8X View Materials King Power Equipment Operators Roto-mill, Roto-grinder $68.55 7A 3K 8X View King Power Equipment Operators Saws - Concrete $68.02 7A 3K 8X View King Power Equipment Operators Scraper, Self Propelled Under 45 $68.55 7A 3K 8X View Yards King Power Equipment Operators Scrapers - Concrete Et Carry All $68.02 7A 3K 8X View King Power Equipment Operators Scrapers, Self-propelled: 45 $69.16 7A 3K 8X View Yards And Over King Power Equipment Operators Service Engineers - Equipment $68.02 7A 3K 8X View King Power Equipment Operators Shotcrete/Gunite Equipment $65.05 7A 3K 8X View King Power Equipment Operators Shovel, Excavator, Backhoe, $68.02 7A 3K 8X View abouttlank 11/20 3/23/2020 about:blank Tractors Under 15 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoe: $69.16 7A 3K 8X View Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $68.55 7A 3K 8X View Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $69.85 7A 3K 8X View Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $70.57 7A 3K 8X View Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $69.16 7A 3K 8X View King Power Equipment Operators Spreader, Topsider Et $69.16 7A 3K 8X View Screedman King Power Equipment Operators Subgrader Trimmer $68.55,7A 3K 8X View King Power Equipment Operators Tower Bucket Elevators $68.02 7A 3K SK View King Power Equipment Operators Tower Crane Up To 175' In $69.85 7A 3K 8X View Height Base To Boom King Power Equipment Operators Tower Crane: over 175' through $70.57 7A 3K 8X View 250' in height, base to boom King Power Equipment Operators Tower Cranes: over 250' in $71.26 7A 3K 8X View height from base to boom r King Power Equipment Operators Transporters, All Track Or $69.16 7A 3K 8X i View Truck Type King Power Equipment Operators Trenching Machines $68.02 7A 3K 8X View King Power Equipment Operators Truck Crane Oiler/driver - 100 $68.55 7A 3K 8X View Tons And Over King Power Equipment Operators Truck Crane Oiler/Driver Under $68.02 7A 3K 8X View 100 Tons King Power Equipment Operato s Truck Mount Portable Conveyor $68.55 7A 3K 8X View King Power Equipment Operators Welder $69.16 7A 3K 8X View King Power EquipmentOperators Wheel Tractors, FarmallType $65.05 7A 3K 8X View King Power Equipment Operators Yo Yo Pay Dozer $68.55 7A 3K 8X View King Power Equipment Operators- Asphalt Plant Operators $69.16 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $65.05 7A 3K 8X View Underground Sewer Fx Water King Power Equipment Operators- Barrier Machine (zipper) $68.55 7A 3K 8X View Undergtound Sewer Et Water King Power Equipment Opera tars- Batch Plant Operator, Concrete $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Bobcat $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equiprent Operators- Brokk - Remote Demolition $65.05 7A 3K 8X View Underground Sewer Et Water Equipment King Power Equipment Operators Brooms $65.05 7A 3K 8X View Underground Sewer Et Water about blank 12/20 3/2312020 aboutblank King Power Equipment Operators- Bump Cutter $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Cableways $69.16 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Chipper $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Compressor $65.05 7A 3K 8X View Underground Sewer Et W ter King Power Equipment Operators- Concrete Finish Machine - Laser $65.05 7A 3K 8X View Underground Sewer Et Water Screed King Power Equipment Operators- Concrete Pump - Mounted Or $68.02 7A 3K 8X View Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators- (Concrete Pump: Truck Mount Boom Attachment Over 42 $69.16 7A 3K 8X View Underground Sewer Et Water With M King Power Equipment Operators- Concrete Pump: Truck Mount $68.55 7A 3K 8X View Underground Sewer_Et Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $68.02 7A 3K 8X View Underground Sewer a Water King Power Equipment Operators- Cranes friction: 200 tons and $71.26 7A 3K 8X View Underground Sewer Et Water, over King Power Equipment Operators- Cranes: 100 tons through 199 $69.85 7A 3K 8X View Underground Sewer Et Water tons, or 150' of boom (including ;jib with attachments) King Power Equipment Operators- Cranes: 20 Tons Through 44 $68.55 7A 3K 8X View Underground Sewer Et: Water Tons With Attachments King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $70.57 7A 3K 8X View Underground Sewer Et Water 250' of boom including jib with attachments King Power Equipment Operators- Cranes: 300 tons and over or $71.26 7A 3K 8X View Underground Sewer Et Water 300' of boom including jib with attachments King Power Equipment Operators- Cranes: 45 Tons Through 99 $69.16 7A 3K 8X View Underground Sewer Et Water Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A -frame - 10 Tons And $65.05 7A 3K 8X View Underground Sewer ft Water Under King Power Equipment Operators Cranes: Friction cranes through $70.57 7A 3K 8X View Underground Sewer Et Water 199 tons King Power Equipment Operators- Cranes: through 19 tons with $68.02 7A 3K 8X View Underground Sewer Et Water attachments, A -frame over 10 tons King Rower Equipment Operators- Crusher $68.55 7A 3K 8X View Underground Sewer 8: Water King Power Equipment Operators- Deck Engineer/Deck Winches $68.55 7A 3K 8X View Underground Sewer Et Water (power) about:bl ank 13/20 3/23/2020 aboutblank King Power Equipment Operators- Derricks, On Building Work $69.16 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Dozers D-9 Et Under $68.02 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck $68.02 7A 3K 8X View Underground Sewer Et Water Or Crane Mount King Power Equipment Operators- Drilling Machine $69.85 7A 3K 8X View Underground Sewer Et Water King Power- E-quipment Operators- Elevator And Man -lift: $65.05 7A 3K 8X View Underground Sewer Et Water Permanent And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell And $68.55 7A 3K 8X View Underground Sewer Et Water Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over $68.02 7A 3K 8X View Underground Sewer Et Water With Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. With $65.05 7A 3K 8X View Underground Sevuer Et Water Attachments King Power Equipment Operators- Grade Engineer: Using Blue $68.55 7A 3K 8X View Underground Sewer Et Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/Stakeman $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump Articulating $69.16 7A 3K 8X View Underground Sewer Et Water Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump Articulating $68.55 7A 3K 8X View Underground Sewer Et Water Off -road Equipment Under 45 Yards King Power Equipment Operators- i Horizontal/ Directional Drill $68.02 7A 3K 8X View Underground Sewer Et Water I Locator King Power Equipment Operators- Horizontal/Directional Drill $68.55 7A 3K 8X View Underground Sewer Et Water Operator King Power Equipment Operators- Hydralifts/Boom Trucks Over 10 $68.02 7A 3K 8X View Underground Sewer Et Water Tons King Power Equipment Operators- Hydralifts/Boom Trucks, 10 $65.05 7A 3K 8X View Underground Sewer Et Water Tons And Under King Power Equipment Operators- Loader, Overhead 8 Yards. Et $69.85 7A 3K 8X View Underground Sewer Et Water Over King Power Equipment Ohs- Loader, Overhead, 6 Yards. But $69.16 7A 3K 8X View Underground Sewer Et Water Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $68.55 7A 3K 8X View Underground Sewer Et Water Yards King Power Equipment Operators- Loaders, Plant Feed $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $68.02 7A 3K 8X View Underground Sewer Ei Wager King Power Equipment Operators- Locomotives, All $68.55 7A 3K 8X View Underground Sewer Et Water aboutblank 14/20 3/23/2020 about:blank King Power Equipment Operators- Material Transfer Device $68.55 7A 3K 8X , View Underground Sewer ft Water King Power Equipment Operators- Mechanics, All (leadmen - $0.50 $69.85 7A 3K 8X View Underground Sewer It Water Per Hour Over Mechanic) King Power Equipment Operators- Motor Patrol Graders $69.16 7A 3K 8X View Underground Sewer Ft Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel $69.16 7A 3K 8X View Underground Sewer Et Water Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $65.05 7A 3K 8X View Underground Sewer Et Water Distribution Ct Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (Elevators And $68.02 7A 3K 8X View Underground Sewer & Water Manlifts), Air Tuggers, Strato King Power Equipment Operators- Overhead, Bridge Type Crane: $68.55 7A 3K 8X View Underground Sewer Et Water 20 Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 $69.85 7A 3K 8X View Underground Sewer ft Water Tons And Over King Power Equipment Operators- Overhead, Bridge Type: 45 Tons $69.16 7A 3K 8X View Underground Sewer Et Water Through 99 Tons King Power Equipment Operators- Pavement Breaker $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $68.55 7A 3K 8X View Underground Sewer Et Water Mount) King Power Equipment Opera ors- Plant Oiler - Asphalt, Crusher $68.02 7A 3K 8X View Underground Sewer ft Water i King Pourer Equipment Operators- Posthole Digger, Mechanical $65.05 7A 3K 8X View Underground evrer Et Water King Power Equipment Operators- Power Plant $65.05 7A 3K 8X View Underground Sewxer Et Water King power Equipment Operators- Pumps - Water $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $69.16 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Quick Tower - No Cab, Under $65.05 7A 3K 8X View Underground Sever Et Water 100 Feet In Height Based To Boom King over Equipment Operators- Remote Control Operator On $69.16 7A 3K 8X View Underground $ewer_k Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger and Bellrnan $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Rigger/Signal Person, BeUman $68.02 7A 3K 8X View Underground Semr Et Water (Certified) King Power Equipment Operators- Roltagon $69.16 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $65.05 7A 3K 8X View Underground Sewer ft Water aboutbl ank 15/20 3/23/2020 about:blank King Power Equipment Operators- Roller, Plant Mix Or Multi -lift $68.02 7A 3K 8X View Underground Sewer Et Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $68.55 7A 3K 8X View Underground Sewer It Water King Power Equipment Operators- Saws - Concrete $68.02 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under 45 $68.55 7A 3K 8X View Underground Sewer Et Water Yards King Power Equipment Operators- Scrapers - Concrete Et Carry All $68.02 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Scrapers, Self-propelled: 45 $69.16 7A 3K 8X View Underground Sewer Water Yards And Over King Power Equipment Operators- Service Engineers - Equipment $68.02 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Shotcrete/Gunite Equipment $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Shovel, Excavator, Backhoe, $68.02 7A 3K 8X View Underground Sewer Et Water Tractors Under 15 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoe: $69.16 7A 3K 8X View Underground Sewer E: Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $68.55 7A 3K 8X View Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $69.85 7A 3K 8X View Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $70.57 7A 3K 8X View Underground Sewer Et Water Over 90 Metric Tons King power Equipment Operators- Slipform Pavers $69.16 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et $69.16 7A 3K 8X View Underground Sewer Et Water Screedman King Power Equipment Operators- Subgrader Trimmer $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Bucket Elevators $68.02 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Crane Up To 175' In $69.85 7A 3K 8X View Underground Sewer Et Water Height Base To Boom King Power Equipment Operators- Tower Crane: over 175' through $70.57 7A 3K 8X View Underground Sewer Et Water 250' in height, base to boom King Power Equipment Operators- Tower Cranes: over 250' in $71.26 7A 3K 8X View Underground Sewer Et Water height from base to boom King Power Equipment Operators- Transporters, All Track Or $69.16 7A 3K 8X View Underground Sewer Et Water Truck Type King Power Equipment Operators- Trenching Machines $68.02 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/driver - 100 $68.55 7A 3K 8X View Underground Sewer Et Water Tons And Over abouttl ank 16/20 3/23/2020 about:blank King Power Equipment Operators- Truck Crane Oiler/Driver Under $68.02 7A 3K 8X View UndergrQund Sewer Et Wat . 100 Tons King Power Equipment Operators- Truck Mount Portable Conveyor $68.55 7A 3K 8X View Underground Sewer it Water King Power Equipment Operators- Welder $69.16 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farman Type $65,05 7A 3K 8X View Underground Sewer Ft Water King Power Equipment Operators- Yo Yo Pay Dozer $68.55 7A 3K 8X View Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $53,10 5A 4A View Trimmers King Po er Line Clearance Tree Spray Person $50.40 5A 4A View Trimmers King Power Line Clearance Tree 'Tree Equipment Operator $53.10 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer $47.48 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $36.10 5A 4A View Trimmers King Refrigeration Ft Air Conditioning Journey Level $84.01 6Z 1 G View Mechanics King Residential Brick Mason Journey Level $58.82 5A 1M View King Residential Carpenters Journey Level $32.06 1 View King Residential Cement - .Journey Level v $29.25 1 View King Residential Drywall Applicators Journey Level . -. ......... $46.43. 7A 4C View King Residential Drywall Tapers Journey Level $47.04 5P 1 E View King Residential Electricians Journey Level $36.01 1 View King Residential Glaziers Journey Level $45.90 7L 1 H View King Residential Insulation Journey Level $29.87 1 View Applicators King Residential Laborers Journey Level $26.18 1 View King Residential Marble Setters Journey Level $27.38 1 View King Residential Painters Journey Level $27.80 1 View King Residential Plumbers t Journey Level $39.43 1 View Pipefitters King Residential Refrigeration Et Air Journey Level $54.12 5A 1G View Conditioning Mechanics King Residential Sheet Metal Workers Journey Level (Field or Shop) $51.89 7F 1 R View King Residential Soft Floor Layers Journey Level $51.07 5A 3J View King Residential Sprinkler Fitters Journey Level $50.89 5C 2R View _(Fire Protection), King Residential Stone Masons Journey Level $58.82 5A 1M View King ResidentialTerrazzo Workers Journey Level $54.06 5A 1M View King Residential Terrazzo/Tile Journey Level $24.39 1 View Finishers about:blank 17/20 3/23/2020 about:blank King Residential Tile Setters Journey Level $21.04 1 View King Roofers Journey Level $55.02 5A 3H View King Roofers Using Irritable Bituminous $58.02 5A 3H View Materials King Sheet Metal Workers Journey Level (Field or Shop) $85.88 7F 1 E View King Shipbuilding Et Ship Repair New Construction Boilermaker $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Carpenter $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Crane $36.36 7V 1 View Operator King 5hipbuildir3g Et Ship Repair New Construction Electrician $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Heat Et Frost $76.6-1 5.1 4H View Insulator King Shipbuilding Et Ship Repair New Construction Laborer $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Machinist $36.36 7V 1 View King Shipbuilding Et ShipRepair New Construction Operating $36.36 7V 1 View Engineer King Shipbuilding Et Ship Repair New Construction Painter $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Pipefitter $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Rigger $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Sheet Metal $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Shipfitter $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction $36.36 7V 1 View Warehouse/Teamster King Shipbuilding Et Ship Repair New Construction Welder / $36.36 7V 1 View Burner King Shipbuilding Et Ship Repair Ship Repair Boilermaker $46.15 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Carpenter $44.95 7X 4J View King Shipbui€ding Et Ship Repair Ship Repair Crane Operator $45.06 7Y 4K View King Shipbuilding Et Ship Repair Ship Repair Electrician $46.22 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Heat Et Frost $76.61 5J 4H View Insulator King Shipbuilding Et Ship Repair Ship Repair Laborer $46.15 7X 4.1 View King Shipbuilding Et Ship Repair Ship Repair Machinist $46.15 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Operating Engineer $45.06 7Y 4K View King Shipbuilding Et Ship Repair Ship Repair Painter $46.15 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Pipefitter $46.15 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Rigger $46.15 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Sheet Metal $46.15 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Shipwright $44.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Warehouse / $45.06 7Y 4K View Teamster King Sign Makers R Installers Journey Level $49.44 0 1 View .(Etectr ical). King Sign Makers Et Installers {Non- Journey Level $31.96 0 1 View Electrical). about bi ank 18/20 3/23/2020 about:blank King Soft Floor Layers Journey Level $51.07 5A 3J View King Solar Controls For Window Journey Level $13.50 1 View King Sprinkler Fitters {Fire Journey Level $82.39 5C 1X View Protection), King Stage Rigging Mechanics (Non Journey Level $13, 50 1 View Structural), King Stone Masons Journey Level $58.82 5A 1M View King Street And Parking Lot Sweeper Journey Level $19.09 1 View Workers King Surveyors Assistant Construction Site $68.02 7A 3K 8X View Surveyor King Surveyors Chainman $65.05 7A 3K 8X View King Surveyors Construction Site Surveyor $69.16 7A 3K 8X View King --iTelecommunica Lion Technicians Journey Level $53.57, 7E 1 E View King Telephone Line Construction - Cable Splicer $41.81 5A 2B View Outside King Telephone Line Construction - Hole Digger/Ground Person $23.53 5A 2B View Outside King Telephone Line Construction - Installer (Repairer) $40.09 5A 2B View Outside King Telephone Line Construction Special Aparatus Installer 1 $41.81 5A 2B View Outside King Telephone Line Construction - Special Apparatus Installer II $40.99 5A 2B View Outside King Telephone Line Construction - Telephone Equipment Operator $41.81 5A 2B View Outside (Heavy) King Telephone Line Construction Telephone Equipment Operator $38.92 5A 2B View Outside (Light) King Telephone Line Construction - Telephone Lineperson $38.92 5A 2B View Outside King Telephone Line Construction - Television Groundperson $22.32 5A 2B View Outside King Telephone Line Construction - Television Lineperson/Installer $29.60 5A 2B View Outside King Telephone Line Construction - Television System Technician $35.20 5A 2B View Outside King Telephone Line Construction - Television Technician $31.67 5A 2B View Outside King Telephone Line Construction - Tree Trimmer $38.92 5A 2B View Outside King Terrazzo Workers Journey Level $54.06 5A 1M View King Tile Setters Journey Level $54.06 5A 1M View King Tile, Marble Ft Terrazzo Finisher $44.89 5A 1 B View Finishers King Traffic Control Stripers Journey Level $47.68 7A 1 K View King Truck Drivers Asphalt Mix Over 16 Yards $61.59 5D 4Y 8L View aboutblank 19/20 3/23/2020 about:blank King Truck Drivers Asphalt Mix To 16 Yards $60.75 5D 4Y 8L View King Truck Drivers Dump Truck $60.75, 5D 4Y 8L View King Truck Drivers Dump Truck Et Trailer $61.59 5D 4Y 8L View King Truck Drivers Other Trucks $61.59 5D 4y 8L View King Truck Drivers Ready Mix Transit Mix $61.59 5D 4Y 8L View King Well Drillers Et Irrsgation Pump Irrigation Pump Installer $17.71 1 View Installers King Well Drillers Fx Irrigation Pump Oiler $13.50 1 View Installers King Well Grillers Ft. Irrigation Pump Well Driller $18.00 1 View installers abouttlank 20120 Benefit Code Key — Effective 3/4/2020 thru 9/1/2020 Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D_ The first two (2) hours before or after a five -eight (8) hour workweek day or a four -ten (10) hour workweek day and the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four - ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid atone and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1 Benefit Code Key— Effective 3/4/2020 thru 9/1/2020 Overtime Codes Continued 1. O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid atone and one-half times the hourly rate of wage. All hours worked in excess often (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight -time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. Benefit Code Key — Effective 3/4/2020 thru 9/1/2020 Overtime Codes Continued 2- ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four -day, ten- hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The first eight (8) hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. C. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. 3 Benefit Code Key — Effective 3/4/2020 thru 9/1/2020 Overtime Codes Continued E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half (1-1/2) times the regular rate of pay. J. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on Saturdays shall be paid at a one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. K. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in excess of twelve (12) hours in a single shift shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the eight (8) hours rest period. 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. B. All hours worked over twelve (12) hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay. 4 Benefit Code Key — Effective 3/4/2020 thru 9/1/2020 Overtime Codes Continued D_ All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system, will be paid overtime under the following rates: The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one-half (1-1/2) times the hourly rate of wage. All hours worked in excess of eight (8) hours on Saturday, and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four -day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four - day, ten hour work week, and Saturday shall be paid at one and one half (1'/z) times the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 20% over the hourly rate of wage. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, and all hours on Sunday shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. 1. The First eight (8) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight (8) per day on Saturdays shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. The first eight (8) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight (8) hours on a Saturday shall be paid at double the hourly rate of wage. All hours worked over twelve (12) in a day, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. K. All hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is the sixth consecutive day worked. All hours worked over twelve (12) in a day Monday through Saturday, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. Benefit Code Key — Effective 3/4/2020 thru 9/1/2020 Overtime Codes Continued 4. L. The first twelve (12) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on a Saturday in excess of twelve (12) hours shall be paid at double the hourly rate of pay. All hours worked over twelve (12) in a day Monday through Friday, and all hours worked on Sundays shall be paid at double the hourly rate of wage. All hours worked on a holiday shall be paid at one and one-half times the hourly rate of wage, except that all hours worked on Labor Day shall be paid at double the hourly rate of pay. M. All hours worked on Sunday and Holidays shall be paid at double the hourly rate. Any employee reporting to work less than nine (9) hours from their previous quitting time shall be paid for such time at time and one-half times the hourly rate. N. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays, and all work performed between the hours of midnight (12:00 AM) and eight AM (8:00 AM) every day shall be paid at double the hourly rate of wage. O. All hours worked between midnight Friday to midnight Sunday shall be paid at one and one-half the hourly rate of wage. After an employee has worked in excess of eight (8) continuous hours in any one or more calendar days, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of six (6) hours or more. All hours worked on Holidays shall be paid at double the hourly rate of wage. P. All hours worked on Holidays shall be paid at one and one-half times the hourly rate of wage. Q. The first four (4) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday shall be paid at double the hourly rate. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. R. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is the sixth consecutive day worked. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. S. All hours worked on Saturdays and Holidays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays shall be paid at double the hourly rate of wage. T. The first two (2) hours of overtime for hours worked Monday -Friday shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. For work on Saturday which is scheduled prior to the end of shift on Friday, the first six (6) hours work shall be paid at one and one-half times the hourly rate of wage, and all hours over (6) shall be paid double the hourly rate of wage. For work on Saturday which was assigned following the close of shift on Friday, all work shall be paid at double the hourly rate of wage. U. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. (Except on makeup days if work is lost due to inclement weather, then the first eight (8) hours on Saturday may be paid the regular rate.) All hours worked over twelve (12) hours Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. Benefit Code Key — Effective 3/4/2020 thru 9/1/2020 Overtime Codes Continued 4, V. Work performed in excess of ten (10) hours of straight time per day when four ten (10) hour shifts are established or outside the normal shift (5 am to 6pm), and all work on Saturdays, except for make-up days shall be paid at time and one-half (1 '/z) the straight time rate. In the event the job is down due to weather conditions, then Saturday may, be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All work performed on Sundays and holidays and work in excess of twelve (12) hours per day shall be paid at double (2x) the straight time rate of pay. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. When an employee returns to work without a break of eight (8) hours since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. W. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. X. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. Work performed outside the normal shift of 6 am to 6pm shall be paid at one and one-half the straight time rate, (except for special shifts or three shift operations). All work performed on Sundays and holidays shall be paid at double the hourly rate of wage. Shifts may be established when considered necessary by the Employer. The Employer may establish shifts consisting of eight (8) or ten (10) hours of work (subject to WAC 296-127-022), that shall constitute a normal forty (40) hour work week. The Employer can change from a 5-eight to a 4-ten hour schedule or back to the other. All hours of work on these shifts shall be paid for at the straight time hourly rate. Work performed in excess of eight hours (or ten hours per day (subject to WAC 296-127-022) shall be paid atone and one- half the straight time rate. When due to conditions beyond the control of the Employer, or when contract specifications require that work can only be performed outside the regular day shift, then by mutual agreement a special shift may be worked at the straight time rate, eight (8) hours work for eight (8) hours pay. The starting time shall be arranged to fit such conditions of work. When an employee returns to work without at a break of eight (8) hours since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. Benefit Code Key — Effective 3/4/2020 thru 9/1/2020 Overtime Codes Continued 4. Y. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. All work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. Holidav Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day (8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6). I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6) J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day, And Christmas Day (7). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9). P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Benefit Code Key — Effective 3/4/2020 thru 9/1/2020 Holiday Codes Continued 5. R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, One -Half Day Before Christmas Day, And Christmas Day. (7 1/2). S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, And Christmas Day (7). T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). 6. A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half - Day On Christmas Eve Day. (9 1/2). G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day (11). H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (10). I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (7). T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. wl Benefit Code Key — Effective 3/4/2020 thru 9/1/2020 Holiday Codes Continued 7. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls. on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. I, Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. 10 Benefit Code Key — Effective 3/4/2020 thru 9/1/2020 Holiday Codes Continued Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. R. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. T. Paid Holidays: New Year's Day, the Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and The Day after or before Christmas Day. (10). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. V. Holidays: New Year's Day, President's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, the day before or after Christmas, and the day before or after New Year's Day. If any of the above listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. W. Holidays: New Year's Day, Day After New Year's, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day, the day after Christmas, the day before New Year's Day, and a Floating Holiday. X. Holidays: New Year's Day, Day before or after New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off, then the holiday will be taken on the last normal workday. If the holiday falls on a Monday that is the normal day off or on a Sunday, then the holiday will be taken on the next normal workday. Y. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day. (8) If the holiday falls on a Sunday, then the day observed by the federal government shall be considered a holiday and compensated accordingly. Z. Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 15. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the day before Christmas Day and Christmas Day. (8) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. B. Holidays: New Year's Day, Martin Luther King Jr. Day, President's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, and Christmas Day. (9) C. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the day before Christmas Day and Christmas Day. (8) 11 Benefit Code Key — Effective 3/4/2020 thru 9/1/2020 Holiday Codes Continued 15. D. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, and the day after Christmas. E. Holidays: the day before New Years's Day, New Year's Day, Martin Luther King, Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day. (12) Note Codes 8. D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25. P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, And Class D Suit $0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. S. Effective August 31, 2012 —A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. T. Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. U. Workers on hazmat projects receive additional hourly premiums as follows — Class A Suit: $2.00, Class B Suit: $1.50, And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who do "pioneer" work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional $0.50 per hour. 12 Benefit Code Key — Effective 3/4/2020 thru 9/1/2020 Note Codes Continued V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. Depth premiums apply to depths of fifty feet or more. Over 50' to 100' - $2.00 per foot for each foot over 50 feet. Over 10l' to 150' - $3.00 per foot for each foot over 101 feet. Over 15l' to 220' - $4.00 per foot for each foot over 220 feet. Over 221' - $5.00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent and is measured by the distance travelled from the entrance. 25' to 300' - $1.00 per foot from entrance. 300' to 600' - $1.50 per foot beginning at 300'. Over 600' - $2.00 per foot beginning at 600'. W. Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates would apply to meters not fitting this description. X. Workers on hazmat projects receive additional hourly premiums as follows - Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, and Class D Suit: $0.50. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a government agency or the contract specifications requires that work can only be performed outside the normal 5 am to 6pm shift, then the special shift premium will be applied to the basic hourly rate. When an employee works on a special shift, they shall be paid a special shift premium for each hour worked unless they are in OT or Double-time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Y. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging state or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. Z. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as a contractor), a government agency or the contract specifications require that more than (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they will be paid a special shift premium for each hour worked unless they are in overtime or double- time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) 13 Benefit Code Key — Effective 3/4/2020 thru 9/1/2020 Note Codes Continued A. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a government agency or the contract specifications require that more than four (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they shall be paid a special shift premium for each hour worked unless they are in overtime or double- time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Certified Crane Operator Premium: Crane operators requiring certifications shall be paid $0.50 per hour above their classification rate. Boom Pay Premium: All cranes including tower shall be paid as follows based on boom length: (A) — 130' to 199' — $0.50 per hour over their classification rate. (B) — 200' to 299' — $0.80 per hour over their classification rate. (C) — 300' and over — $1.00 per hour over their classification rate. B. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. C. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. Effective August 31, 2012 —A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012. D. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines, towers, dams, bridges, power generation facilities and manufacturing facilities such as chemical plants, etc., or anywhere abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required. E. Heavy Construction includes construction, repair, alteration or additions to the production, fabrication or manufacturing portions of industrial or manufacturing plants, hydroelectric or nuclear power plants and atomic reactor construction. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25. 14 M.-E RCHANT�S BONDING COMPANY,. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Abigail A Bonney; Andrew P Larsen; Carly C Fehringer; Christin M Hubble; Deanna M French; Elizabeth R Hahn; Guy P Armfield; Jana M Roy; John M Miller; Mariah Sansone; Marie I Matetich; Mason Michael Marks; Mindee L Rankin; Nicholas Fredrickson; Roger Kaltenbach; Ronald J Lange; Sandy L Boswell; Scott A Garcia; Scott Fisher; Scott McGilvray; Susan B Larson; William M Smith their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 24th day of April 2020 •'�10N y............�o •o�'4'RP�►q'�ro MERCHANTS BONDING COMPANY (MUTUAL) MERCHANT NATIONAL BONDING, INC. 2003 40 : y^ 1933 .. c By :d�• : •'�, .mod;. .� +' President STATE OF IOWA `"""`'. . • • • COUNTY OF DALLAS ss. On this 24th day of April 2020 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. �PatA� s POLLY MASON 0 Commission Number 7505760.�p My Commission Expires • /eWW • January 07, 2023 Notary Public (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. ah In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this U day of jLffl�_U .2020 roc, . oRpRq . a ; �:' e� ��' ��'• �j� !' x ' 2003 :�k7? 1933 c' Secretary sa 9 POA 0018 (1/20) •,+ +e+.+ai'J� CITY OF Akt*�, Federal Way BUSINESS REGISTRATION License Number 20-14-105028-00-BL Non -Resident Business Registered: NORTHEAST ELECTRIC LLC 1780 DOWN RIVER DR WOODLAND OR 98674 Expires: 12/31/2019 Category: 1.730 - Contractors- Electrical Work Conditions: This license is non -transferable. Please notify the City Clerk's office of any change in your business such as a new location or business name. City Clerk, City of Federal Way This certifies that the above entity has been issued the registration or license listed. City of Federal Way - Licensing FEDERAL WAY WA 98003 DAN HALBERG NORTHEAST ELECTRIC LL 1780 DOWN RIVER Dr. WOODLAND WA 98674 5/27/2020 Corporations and Charities System BUSINESS INFORMATION Business Name: NORTHEAST ELECTRIC, LLC UBI Number: 602 482 576 Business Type: WA LIMITED LIABILITY COMPANY Business Status: ACTIVE Principal Office Street Address: 1780 DOWN RIVER DR, WOODLAND, WA, 98674-9699, UNITED STATES Principal Office Mailing Address: 1780 DOWN RIVER DR, WOODLAND, WA, 98674-9699, UNITED STATES Expiration Date: 03/31/2021 Jurisdiction: UNITED STATES, WASHINGTON Formation/ Registration Date: 03/11/2005 Period of Duration: PERPETUAL Inactive Date: Nature of Business: OTHER SERVICES, ELECTRICAL CONTRACTOR REGISTERED AGENT INFORMATION Registered Agent Name: DANIEL P HALBERG Street Address: 1780 DOWN RIVER DR, WOODLAND, WA, 98674-9699, UNITED STATES Mailing Address: GOVERNORS Title Governors Type GOVERNOR INDIVIDUAL GOVERNOR INDIVIDUAL GOVERNOR INDIVIDUAL GOVERNOR INDIVIDUAL Entity Name First Name DANIEL BARRI TROY STEVEN Last Name HALBERG HALBERG HALBERG HALBERG https://ccfs.sos.wa.gov/#/BusinessSearch/BusinessInformation 1/1