HomeMy WebLinkAboutContract Bid Documents - CAG-25-278Project No.: TED4004242
Contract Provisions
100% Submittal
Contract No:
Award Amount: ___________________
Award Date: ___________________
Award To: ___________________
___________________
___________________
OAK ESDALE AVE SW PAVEMENT PRESERVATION
Federal Aid # _____________
City Project # TED4004242
Volume 1 of 2
General Bid Information:
Builders Exchange of Washington, Inc.
(425) 258-1303
City Contact: Keith Woolley, (425) 430-7318
Consultant Contact: Brett Schock, (425) 896-5229
Approved for Bid
____________________________ ______________
City of Renton Date
Approved for Construction
____________________________ ______________
City of Renton Date
Prepared by:
Public Works Department
Transportation Systems Division
1055 South Grady Way, Renton, Washington 98057
08/28/2025
STBGUL-1277(002)
CAG-25-278
CAG-25-278
Contract Documents Page 1
Oakesdale Ave SW Pavement Preservation August 2025
CITY OF RENTON
Oakesdale Ave SW Pavement Preservation
SW 34th St to SW 16th St
Table of Contents
VOLUME I
I. INVITATION TO BID
II. INSTRUCTIONS AND CHECKLIST FOR BIDDERS
1. Instructions and checklist for bidders
2. Summary of Fair Practices Policy, City of Renton
3. Summary of Americans with Disabilities Act Policy, City of Renton
III. PROJECT PROPOSAL (SUBMIT AS PART OF THE BID)
1. Project proposal cover sheet
2. Proposal
3. Schedule of prices
4. Local agency certification for federal aid contracts (WSDOT 272-040A)
5. Non-collusion declaration (WSDOT 272-036I)
6. Subcontractor list (WSDOT 271-015LP)
7. Proposal for incorporating recycled materials into the project
8. Contractor certification, Wage Law compliance (WSDOT 272-009)
9. DBE Utilization Certification (WSDOT 272-056)
10. DBE Written Confirmation (WSDOT 422-031)
11. DBE Bid Item Breakdown (WSDOT 272-054)
12. DBE Trucking Credit Form (WSDOT 272-058)
13. DBE Bidder Questionnaire (WSDOT 272-022)
14. Proposal signature page
15. Proposal bid bond
IV. AGREEMENT FORMS (SUBMIT WITHIN 10 DAYS AFTER NOTICE OF AWARD)
1. Agreement
2. Contract bond to the City of Renton
3. Fair Practices and Non-Discrimination Policy Declaration
V. REQUIRED CONTRACT PROVISIONS FOR FEDERAL-AID CONSTRUCTION
CONTRACTS (FHWA 1273)
VI. SPECIAL PROVISIONS
VII. WAGE RATES
VOLUME II - PLANS
September 2025
Contract Documents Page 2
Oakesdale Ave SW Pavement Preservation August 2025
City of Renton
Contract Provisions for
Oakesdale Ave SW Pavement Preservation
I. INVITATION TO BID
September 2025
Contract Documents Page 3
Oakesdale Ave SW Pavement Preservation September 2025
CITY OF RENTON
Oakesdale Ave SW Pavement Preservation
SW 34th St to SW 16th St
Federal Aid # STBGUL-1277(002)
Project No. CAG-25-278
INVITATION TO BID
Sealed Bids will be received by the City of Renton, at the City Clerk's Office, located on the 7th floor
of Renton City Hall until 11:00 AM on the ___ of __________, 20___. Bid packages will be opened
and publicly read at 11:00 AM on the _____ of ____________, 20___ in the Conferencing Center,
room #726, located on the 7th floor of Renton City Hall. Renton City Hall is located at 1055 South
Grady Way, Renton, WA, 98057.
Approved Plans, Specifications, Addenda, and Plan Holders List for this project are available on- line
through Builders Exchange of Washington, Inc., at http://www.bxwa.com. Click on bxwa.com; Posted
Projects; Public Works; City of Renton; Projects Bidding. (Note: Bidders are encouraged to Register
as a Bidder, in order to receive automatic email notification of future Addenda and to be placed on
the Bidders List), contact Builders Exchange of Washington at 425-258-1303 should you require
further assistance.
All Bid Proposals shall be accompanied by a Bid Proposal deposit (certified check or Surety bond) in
an amount equal to five percent (5%) of the amount of such Bid Proposal. Should the successful
Bidder fail to enter into such Contract and furnish satisfactory performance bond within the time
stated in the Specifications, the Bid Proposal deposit shall be forfeited to the City of Renton.
The City of Renton 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, Code of Federal Regulations, Department of
Transportation, subtitle A, Office of the Secretary, Part 21, nondiscrimination in Federally
assisted programs of the Department of Transportation issued pursuant to such Act, hereby
notifies all Bidders that it will affirmatively insure 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 improvement for which Bids will be received is described below:
Construct the Oakesdale Ave SW Pavement Preservation project. The work includes but is not
limited to: resurfacing the roadway along Oakesdale Ave SW from SW 34th St to SW 16th St;
installing bike lanes; updating channelization through restriping; upgrading intersection ramps to
current ADA standards; adjusting or evaluating replacement of existing features affected by
resurfacing such as monuments, catch basins, or drainage grates; temporary traffic control; property
protection and restoration; and all other Work necessary to complete the Work as specified and
shown in the Contract Provisions.
Jason A. Seth, City Clerk
Published: Daily Journal of Commerce: _______________, _______________
Renton Reporter: _______________, _______________
Contract Documents Page 4
Oakesdale Ave SW Pavement Preservation August 2025
City of Renton
Contract Provisions for
Oakesdale Ave SW Pavement Preservation
II. INSTRUCTIONS AND CHECKLIST FOR BIDDERS
September 2025
Contract Documents Page 5
Oakesdale Ave SW Pavement Preservation August 2025
INSTRUCTIONS AND CHECKLIST FOR BIDDERS
The following supplements the information in the Call for Bids:
1. Special Project Information. The Contract Documents, including Standard
Specifications, and all applicable laws and regulations apply to this project. The following
items particular to this project are repeated here for emphasis:
a. Wages. This project includes federal funding. The State Prevailing Wages and
Federal Wage Rates in effect at time of Advertisement are provided in Appendix
A. It is the Bidder’s responsibility to obtain wage information for any work
classifications that are not included.
b. Traffic Control and Hours of Work. This project is on an arterial roadway in the
City. Traffic control and the safety of the traveling public will be paramount. The
Contractor will be required to keep lanes open to traffic during the day per the
construction channelization plans, except when approved by the City during
intersection closures. Night work may be required to meet the construction
schedule; at night, additional lane closures will be permitted.
2. Any prospective Bidder desiring an explanation or interpretation of the Bid Documents,
shall request the explanation or interpretation in writing by the close of business five (5)
business days preceding the bid opening to allow a written reply to reach all prospective
Bidders before the submission of their Bids. Oral explanations, interpretations, or
instructions given by anyone before the Award of Contract will not be binding on the City
of Renton.
3. If a bidder has any questions regarding the project, the bidder may either:
a. Submit questions in writing to Renton City Hall – Transportation Systems, 1055 S
Grady Way, Renton, WA 98057, Attn: Keith Woolley, or
b. Submit questions via e-mail to: kwoolley@rentonwa.gov. The subject line
should include “Oakesdale Ave SW Pavement Preservation”.
c. No other type of inquiry will be accepted.
4. All bids must be self-explanatory. Partial bids will not be accepted. No opportunity will be
offered for oral explanation except as the City may request further information on
particular points. The bidder shall, upon request, furnish information to the City of
Renton as to their financial and practical ability to satisfactorily perform the work.
5. The construction contract will be awarded by the City of Renton to the lowest
responsible, responsive bidder. The total bid amount of all schedules combined will be
used to determine the low bidder.
6. The City of Renton reserves the right to reject any and all bids or waive any and/or all
informalities.
7. Payment for this work will be made in cash warrants.
September 2025
Contract Documents Page 6
Oakesdale Ave SW Pavement Preservation August 2025
8. Bidders are not required to be in possession of a current City of Renton business license
in order to bid on City projects. However, Contractors and all subcontractors of all tiers
must be in possession of a current City business license while conducting work in the
City.
9. Bidding Checklist
Each bid must be submitted in a sealed envelope bearing on the outside the name and
address of the Bidder, and the name and number of the project for which the bid is
submitted. It is the responsibility of each bidder to ascertain if all the documents listed
below and in the Table of Contents are included in their copy of the Contract Provisions.
If documents are missing, it is the sole responsibility of the Bidder to contact the City of
Renton to obtain the missing documents prior to the date and time bids are due.
The following documents shall be submitted with the bid.
Project Proposal Cover Sheet – The form included in these Bid Documents must
be used; no substitute will be accepted.
Proposal – The form included in these Bid Documents must be used; no
substitute will be accepted.
Schedule of Prices – The form(s) included in these Bid Documents must be used;
no substitute will be accepted. Bidders must bid on all schedules and items
shown on the Schedule of Prices. If any unit price is left blank, it will be
considered no charge for that bid item, regardless of what has been placed in the
extension column.
Local Agency Certification for Federal-Aid Contracts.
Non-Collusion Declaration – The form included in these Bid Documents must be
used; no substitute will be accepted.
Local Agency Subcontractor List – This form is available at
https://wsdot.wa.gov/forms/pdfForms.html. Bidder may download, print and
complete the form to include with Bid. The DOT form, DOT Form Number and
revision date must match the form included in these Bid Documents, otherwise
the Bid will be considered irregular and non-responsive and the Bid will be
rejected.
Proposal for Incorporating Recycled Materials into the Project – The form
included in these Bid Documents must be used; no substitute will be accepted.
Contractor Certification, Wage Law Compliance – Responsibility Criteria,
Washington State Public Works Contracts – This form is available at
https://wsdot.wa.gov/forms/pdfForms.html. Bidder may download, complete,
print, and sign the form to include with Bid. The DOT form, DOT Form Number
and revision date must match the form included in these Bid Documents,
otherwise the Bid will be considered irregular and non-responsive and the Bid will
be rejected.
DBE Utilization Form – This form is available at
https://wsdot.wa.gov/forms/pdfForms.html. The form included in these Bid
Documents must be used; no substitute will be accepted.
September 2025
Contract Documents Page 7
Oakesdale Ave SW Pavement Preservation August 2025
DBE Written Confirmation Form – This form is available at
https://wsdot.wa.gov/forms/pdfForms.html. The form included in these Bid
Documents must be used; no substitute will be accepted.
DBE Trucking Credit Form – This form is available at
https://wsdot.wa.gov/forms/pdfForms.html. The form included in these Bid
Documents must be used; no substitute will be accepted.
DBE Bid Item Breakdown Form – This form is available at
https://wsdot.wa.gov/forms/pdfForms.html. The form included in these Bid
Documents must be used; no substitute will be accepted.
Proposal Signature Page - The form included in these Bid Documents must be
used; no substitute will be accepted. Evidence of signatory’s authority to sign
the Proposal on behalf of the business entity shall be submitted with the
Bid. Otherwise, the submitted Bid will be considered irregular and non-
responsive and the Bid will be rejected.
Proposal Bid Bond – The form included in these Bid Documents must be used;
no substitute will be accepted. If an attorney-in-fact signs bond, the power of
attorney authorizing such execution must be current and enforceable, be properly
executed by the Surety in accordance with the Surety’s by-laws or other
applicable rules and resolutions, and include all necessary corporate seals,
signatures, and notaries.
10. Contract Checklist
The following forms are to be executed by the successful Bidder after the Contract is
awarded.
Agreement – The form included in these Bid Documents must be used; no
substitute will be accepted. Two originals shall be executed by the successful
Bidder.
Contract Bond – The form included in these Bid Documents must be used; no
substitute will be accepted. Two originals shall be executed by the successful
Bidder and its surety company. This bond covers successful completion of all
work and payment of all laborers, subcontractors, suppliers, etc. If an attorney-in-
fact signs bond, the power of attorney authorizing such execution must be
current and enforceable, be properly executed by the Surety in accordance with
the Surety’s by-laws or other applicable rules and resolutions, and include all
necessary corporate seals, signatures, and notaries.
Fair Practices Policy Affidavit of Compliance - The form included in these Bid
Documents must be used; no substitute will be accepted.
Certificates of Insurance – To be executed by an insurance company acceptable
to the Owner, on ACORD Forms. Required coverages are listed in Section 1-
07.18 of the Special Provisions. The City of Renton shall be named as
“Additional Insureds” on the insurance policies as well as the entities listed in
Section 1-07.18(2) of the Special Provisions.
September 2025
Contract Documents Page 8
Oakesdale Ave SW Pavement Preservation August 2025
September 2025
Contract Documents Page 9
Oakesdale Ave SW Pavement Preservation August 2025
September 2025
Contract Documents Page 10
Oakesdale Ave SW Pavement Preservation August 2025
City of Renton
Contract Provisions for
Oakesdale Ave SW Pavement Preservation
III. PROJECT PROPOSAL
September 2025
Contract Documents Page 11
Oakesdale Ave SW Pavement Preservation August 2025
PROJECT PROPOSAL
Project: Oakesdale Ave SW Pavement Preservation
Federal Aid No: ______________
City Contract Number: TED4004242
Company: _____________________________________________________________
Address: _____________________________________________________________
_____________________________________________________________
_____________________________________________________________
Phone Number: _____________________________________________________________
Fax Number: _____________________________________________________________
Total Bid Amount: $ __________________________________________________
(Total of Bid Schedule)
STBGUL-1277(002)
September 2025
CAG-25-278
Contract Documents Page 12
Oakesdale Ave SW Pavement Preservation August 2025
PROPOSAL
Oakesdale Ave SW Pavement Preservation
TO THE CITY OF RENTON
RENTON, WASHINGTON
Ladies and/or Gentlemen:
The undersigned (Bidder) hereby certify that the Bidder has examined the location and construction
details of the proposed work and has read and thoroughly understands the Contract Documents
governing the work, and the nature of the work, and the method by which payment will be made for
said work. Bidder hereby proposes to undertake and complete the work detailed in and in
accordance with these Contract Documents, for the Total Bid Amount shown on the attached
Schedule of prices.
The Bidder understands that the quantities mentioned herein are approximate only and are subject
to increase or decrease, and hereby proposes to perform all quantities of work as either increased
or decreased in accordance with the Contract Documents.
As evidence of good faith, pursuant to RCW 35.23.352(1), an original Bid Proposal Deposit in the
form of (check one)
bid bond, or
cashier's check (made payable to the City of Renton), or
postal money order (made payable to the City of Renton), in an amount equal to five percent
(5%) of the Total Bid Price, is attached hereto.
If a bid bond is signed by an attorney-in-fact, Bidder agrees that the power of attorney authorizing
such execution must be current and enforceable, be properly executed by the Surety in accordance
with the Surety’s by-laws or other applicable rules and resolutions, and include all necessary
corporate seals, signatures, and notaries.
Bidder understands that Contract Award or Bid rejection will occur within 60 calendar days after
the opening of bids, as specified in Section 1-03.2 of the Standard Specifications.
Bidder further understands that should Bidder fail to enter into this contract in accordance with his
or her Bid and furnish a contract bond within a period of ten (10) days from the date at which he or
she is notified that he or she is the successful bidder, the Bid Proposal Deposit shall be forfeited to
the City of Renton, as set forth in RCW 35A.40.200 and RCW 35.23.352.
Bidder hereby agrees to complete the Physical Work in all respects within 80 working days.
Contract time shall begin on the first working day following the Notice to Proceed date.
September 2025
PROPOSAL (BID SCHEDULE – Oakesdale Ave SW, SW 34th St to SW 16th St)
Oakesdale Ave SW Pavement Preservation
ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID
Note: Unit prices for all items, all extensions, and total amount of Bid shall be shown. Enter unit prices in
numerical figures only in dollars and cents, i.e. to two (2) decimal places (including for whole dollar
amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be
rejected as unresponsive. Where conflict occurs between the unit price and the total amount specified for
any item, the unit price shall prevail, and totals shall be corrected to conform thereto.
Contract Documents Page 13
Oakesdale Ave SW Pavement Preservation August 2025
Item
No.
Spec.
Section Description Quantity Unit Unit Price* Amount
1. 1-05 Roadway Surveying 1 LS $ $
2. 1-05 ADA Feature Surveying 1 LS $ $
3. 1-07.15 SPCC Plan 1 LS $ $
4. 1-09 Mobilization 1 LS $ $
5. 1-10 Work Zone Safety Contingency 1 FA $ $
6. 1-10 Pedestrian Traffic Control 1 LS $ $
7. 1-10 Traffic Control Supervisor 603 HR $ $
8. 1-10 Flagger 48 HR $ $
9. 1-10 Other Traffic Control Labor 1205 HR $ $
10. 1-10 Construction Signs Class A 126 SF $ $
11. 1-10 Other Temporary Traffic Control Devices 1 LS $ $
12. 1-10 Sequential Arrow Board 1315 HR $ $
13. 2-01 SP Clearing and Grubbing 1 LS $ $
14. 2-02 GSP Removal of Structures and Obstructions 1 LS $ $
15. 4-04 Crushed Surfacing Top Course 315 TON $ $
16. 5-04 Planing Bituminous Pavement 41500 SY $ $
17. 5-04 SP HMA CL 1/2” , PG 64-22" 4866 TON $ $
18. 7-05 SP Adjust and Replace Utility Lid 4 EA $ $
19. 8-01 Erosion Control and Water Pollution Prevention 1 LS $ $
20. 8-01 Inlet Protection 64 EA $ $
21. 8-02 Seeded Lawn Installation 19 SY $ $
September 2025
PROPOSAL (BID SCHEDULE – Oakesdale Ave SW, SW 34th St to SW 16th St)
Oakesdale Ave SW Pavement Preservation
ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID
Note: Unit prices for all items, all extensions, and total amount of Bid shall be shown. Enter unit prices in
numerical figures only in dollars and cents, i.e. to two (2) decimal places (including for whole dollar
amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be
rejected as unresponsive. Where conflict occurs between the unit price and the total amount specified for
any item, the unit price shall prevail, and totals shall be corrected to conform thereto.
Contract Documents Page 14
Oakesdale Ave SW Pavement Preservation August 2025
Item
No.
Spec.
Section Description Quantity Unit Unit Price* Amount
22. 8-02 SP Topsoil, Type A (8" Depth) 5 CY $ $
23. 8-33 SP Synthetic Turf, Complete 1660 SF $ $
24. 8-22 SP Thermoplastic Stamped Surface 9979 SF $ $
25. 8-04 Cement Conc. Traffic Curb and Gutter 159 LF $ $
26. 8-04 Extruded Curb 4256 LF $ $
27. 8-04 Cement Conc. Pedestrian Curb 121 LF $ $
28. 8-09 Raised Pavement Marker Type 2 6 HUND $ $
29. 8-10 SP Traffic Separator with Flexible Delineator 59 EA $ $
30. 8-14 Cement Conc. Sidewalk 65 SY $ $
31. 8-14 Cement Conc. Curb Ramp Type Combination 2 EA $ $
32. 8-14 Cement Conc. Curb Ramp Type Perpendicular 7 EA $ $
33. 8-14 Cement Conc. Curb Ramp Type Parallel 1 EA $ $
34. 8-14 Cement Conc. Curb Ramp Type Bike 4 EA $ $
35. 8-20 SP Traffic Signal System Modification -
Oakesdale Ave SW & SW 27th St
1 LS $ $
36. 8-20 SP Traffic Signal System Modification -
Oakesdale Ave SW & SW 20th St
1 LS $ $
37. 8-20 SP Traffic Signal System Modification -
Oakesdale Ave SW & SW 16th St
1 LS $ $
38. 8-21 Permanent Signing 1 LS $ $
39. 8-22 Remove Pavement Markings 1 LS $ $
40. 8-23 Temporary Pavement Markings 1 LS $ $
41. 8-22 Plastic Bicycle Lane Symbol 40 EA $ $
42. 8-22 Plastic Traffic Arrow 38 EA $ $
September 2025
PROPOSAL (BID SCHEDULE – Oakesdale Ave SW, SW 34th St to SW 16th St)
Oakesdale Ave SW Pavement Preservation
ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID
Note: Unit prices for all items, all extensions, and total amount of Bid shall be shown. Enter unit prices in
numerical figures only in dollars and cents, i.e. to two (2) decimal places (including for whole dollar
amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be
rejected as unresponsive. Where conflict occurs between the unit price and the total amount specified for
any item, the unit price shall prevail, and totals shall be corrected to conform thereto.
Contract Documents Page 15
Oakesdale Ave SW Pavement Preservation August 2025
Item
No.
Spec.
Section Description Quantity Unit Unit Price* Amount
43. 8-22 Plastic Traffic Letter 14 EA $ $
44. 8-22 Plastic Stop Line 330 LF $ $
45. 8-22 Plastic Crosswalk Line 1100 SF $ $
46. 8-22 SP Plastic Shared Lane Marking 2 EA $ $
47. 8-22 SP MMA Profiled Embossed Line 42000 LF $ $
48. 8-22 SP MMA Crosshatch Marking 6000 LF $ $
49. 8-22 SP MMA Crosswalk Line (Green) 1300 SF $ $
50. 8-22 SP MMA Transit Box (Red) 980 SF $ $
51. 8-22 SP KCM Red and Yellow Curb Paint 90 LF $ $
Total Schedule (Oakesdale Ave SW, SW 34th St to SW 16th St)* $ _____________________
* All applicable sales tax shall be included in the unit and lump sum Bid price per Section 1-07.2(1) and
WAC 458-20-171.
September 2025
Washington State
Department of Transportation Subcontractor List
Prepared in compliance with RCW 39.30.060 as amended
To Be Submitted with the Bid Proposal
Project Name
Failure to list subcontractors with whom the bidder, if awarded the contract, will directly subcontract for performance of the
work of structural steel installation, rebar installation, heating, ventilation and air conditioning, plumbing, as described in
Chapter 18.106 RCW, and electrical, as described in Chapter 19.28 RCW or naming more than one subcontractor to perform
the same work will result in your bid being non-responsive and therefore void.
Subcontractor(s) with whom the bidder will directly subcontract that are proposed to perform the work of structural steel installation,
rebar installation, heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as
described in Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name.
If RCW 39.30.060 requires a proof of license, the license number of that Subcontractor is required. To the extent the Project
includes one or more categories of work referenced in RCW 39.30.060, and no subcontractor is listed below to perform such
work, the bidder certifies that the work will either (i) be performed by the bidder itself, or (ii) be performed by a lower tier
subcontractor who will not contract directly with the bidder.
Subcontractor Name
(and License Number if required)
Work to be performed
Subcontractor Name
(and License Number if required)
Work to be performed
Subcontractor Name
(and License Number if required)
Work to be performed
Subcontractor Name
(and License Number if required)
Work to be performed
Subcontractor Name
(and License Number if required)
Work to be performed
* Bidder’s are notified that it is the opinion of the enforcement agency that PVC or metal conduit, junction boxes, etc, are considered
electrical equipment and therefore considered part of electrical work, even if the installation is for future use and no wiring or electrical
current is connected during the project.
DOT Form 271-015 Revised 06/2025 ● Previous Versions Obsolete ●
APWA-WA Division 1 Committee rev. 5/13/2022
Proposal for Incorporating Recycled Materials into the Project
In compliance with RCW 70A.205.700, the Bidder shall propose below, the total percent of
construction aggregate and concrete materials to be incorporated into the Project that are
recycled materials. Calculated percentages must be within the amounts allowed in Section
9-03.21(1)E, Table on Maximum Allowable Percent (By Weight) of Recycled Material, of the
Standard Specifications.
Proposed total percentage: _____________________________ percent.
Note: Use of recycled materials is highly encouraged within the limits shown above, but does
not constitute a Bidder Preference, and will not affect the determination of award, unless two or
more lowest responsive Bid totals are exactly equal, in which case proposed recycling
percentages will be used as a tie-breaker, per the APWA GSP in Section 1-03.1 of the Special
Provisions. Regardless, the Bidder’s stated proposed percentages will become a goal the
Contractor should do its best to accomplish. Bidders will be required to report on recycled
materials actually incorporated into the Project, in accordance with the APWA GSP in Section
1-06.6 of the Special Provisions.
Bidder:
Signature of Authorized Official:
Date:
Contractor Certification
Wage Law Compliance - Responsibility Criteria
Washington State Public Works Contracts
FAILURE TO RETURN THIS CERTIFICATION AS PART OF THE BID PROPOSAL PACKAGE WILL
MAKE THIS BID NONRESPONSIVE AND INELIGIBLE FOR AWARD
I hereby certify, under penalty of perjury under the laws of the State of Washington, on behalf of the firm
identified below that, to the best of my knowledge and belief, this firm has NOT been determined by a final
and binding citation and notice of assessment issued by the Washington State Department of Labor and
Industries or through a civil judgment entered by a court of limited or general jurisdiction to have willfully
violated, as defined in RCW 49.48.082, any provision of RCW chapters 49.46, 49.48, or 49.52 within three
(3) years prior to the date of the Call for Bids.
Bidder Name:
Name of Contractor/Bidder - Print full legal entity name of firm
By:
Signature of authorized person Print Name of person making certifications for firm
Title:
Title of person signing certificate
Place:
Print city and state where signed
Date:
Form 272-009
08/2017
regardi
Washington State
Department of Transportation Disadvantaged BusinessEnterprise Utilization Certification
To be eligible for Award of this Contract the Bidder shall fill out and submit, as a supplement to its sealed Bid Proposal,
a Disadvantaged Business Enterprise (DBE) Utilization Certification. The Contracting Agency shall consider as non-
responsive and shall reject any Bid Proposal that does not contain a DBE Utilization Certification which properly
demonstrates that the Bidder will meet the DBE participation requirements in one of the manners provided for in the
proposed Contract. Refer to the instructions on Page 2 when filling out this form or the Bid may be rejected. An
example form has been provided on Page 3. The successful Bidder’s DBE Utilization Certification shall be deemed a
part of the resulting Contract.
Box 1: certifies that the DBE firms listed below have been contacted ng participation on this project. If this Bidder is successful on this project and is awarded the Contract, it shallassure that subcontracts or supply agreements are executed with named DBEs. (If necessary, use additional sheets.)
Box 2:
Column 1
Name of DBE
(See instructions)
Column 2
Project Role
(See instructions)
Column 3
Description of Work
(See instructions)
Column 4
Dollar Amount
Subcontracted
to DBE
(See instructions)
Column 5
Dollar Amount
to be Applied
Towards Goal
(See instructions)
Disadvantaged Business Enterprise
Condition of Award Contract Goal Box 3
Total DBE Commitment Dollar Amount
Box 4
5 By checking Box 5 the Bidder is stating that their attempts to solicit sufficient DBE participation to meet
the COA Contract goal has been unsuccessful and good faith effort will be submitted in accordance with
Section 1-02.9 of the Contract
DOT Form 272-056
Revised 03/2018 C
Instructions for Disadvantaged BusinessEnterprise Utilization Certification Form
Box 1: Name of Bidder (Proposal holder) submitting Bid.
Box 2: Name of the Project.
Column 1: Name of the Disadvantaged Business Enterprise (DBE). DBE firms can be found using the Diversity Management and Compliance System web page: https://wsdot.diversitycompliance.com. Repeat the name ofthe DBE for each Project Role that will be performed.
Column 2: The Project Role that the DBE will be performing as follows;
• Prime Contractor
• Subcontractor
• Subcontractor (Force Account)
• Work sublet as Force Account must be listed separately.
• Manufacturer
• Regular Dealer
• Work sublet to a Regular Dealer must be listed separately.
• Regular Dealer status must be approved prior to Bid submittal by the Office of Equal Opportunity,Washington State Department of Transportation, on each Contract.
• Broker
• Work sublet to a Broker must be listed separately.
List each project role to be performed by a single DBE individually on a separate row. The role is used to determine what portion of the amount to be subcontracted (Column 4) may be applied toward meeting the goal(column 5).
Column 3: Provide a description of work to be performed by the DBE. The work to be performed must be consistent with the Certified Business Description of the DBE provided at the Diversity Management and Compliance Systemweb page https://wsdot.diversitycompliance.com
• A Bidder subletting a portion of a bid item shall state “Partial” and describe the Work that is included.
• For example; “Electrical (Partial) – Trenching”.
• “Mobilization” will not be accepted as a description of Work.
Column 4: List the total amount to be subcontracted to each DBE for each Project Role they are performing.
Column 5: This is the dollar amount for each line listed in the certification that the prime intends to apply towards meeting the COA Contract goal. It may be that only a portion of the amount subcontracted to a DBE in Column 4 is eligible to be credited toward meeting the goal See Note 1, Note 2, Note 3. The Contracting Agency will utilize the sum of this column (Box 4) to determine whether or not the bidder has met the goal. In the event of anarithmetic error in summing column 5 or an error in making appropriate reductions in the amounts in columnfour, See Note 1, Note 2, Note 3, then the mathematics will be corrected and the total (Box 4) will be revisedaccordingly.
Note 1: For Work sublet as Force Account the bidder may only claim 50% of the amount subcontracted (Column 4)towards meeting the goal (Column 5). This information will be used to demonstrate that the DBE contract goalis met at the time that the bidder submits their bid. For example; amount sublet as force account = $100,000(Column 4) equates to ($100,000 X 50%) = $50,000 (Column 5) to be applied towards the goal.
Note 2: For Work sublet to a Regular Dealer the bidder may only claim 60% of the cost of the materials or supplies(Column 4) towards meeting the goal (Column 5). For example; Material cost = $100,000 (Column 4) equatesto ($100,000 X 60%) = $60,000 (Column 5) to be applied towards the goal
Note 3: For Work sublet to a Broker the bidder may only claim the fees paid to a Broker towards meeting thegoal (Column 4). For example; amount sublet to a broker = $100,000 (Column 4) equates to ($100,000 Xreasonable fee %) = $ (Column 5) to be applied towards the goal.
Box 3: Box 3 is the COA Contract goal which is the minimum required DBE participation. The goal stated in the Contract will be in terms of a dollar amount or a percentage in the Contract. When expressed as a percentageyou must multiply the percentage times the sum total of all bid items as submitted in the Bidder ’s Proposal to determine the dollar goal and write it in Box 3. In the event of an error in this box, the Contracting Agency will revise the amount accordingly.
Box 4: Box 4 is the sum of the values in column 5. This value must equal or exceed the COA Contract goal amount written in Box 3 or;
Box 5: Check Box 5 if insufficient DBE Participation has been achieved and a good faith effort is required. Refer to thesubsection titled, Selection of Successful Bidder/Good Faith Efforts (GFE) in the Contract.
See the Disadvantaged Business Enterprise Participation specification in the Contract for moreinformation.
DOT Form 22056
Revised 032018
□
EXAMPL
E
Disadvantaged BusinessEnterprise Utilization Certification
To be eligible for Award of this Contract the Bidder shall fill out and submit, as a supplement to its sealed Bid Proposal,
a Disadvantaged Business Enterprise (DBE) Utilization Certification. The Contracting Agency shall consider as non-
responsive and shall reject any Bid Proposal that does not contain a DBE Utilization Certification which properly
demonstrates that the Bidder will meet the DBE participation requirements in one of the manners provided for in the
proposed Contract. Refer to the instructions on Page 2 when filling out this form or the Bid may be rejected. An
example form has been provided on Page 3. The successful Bidder’s DBE Utilization Certification shall be deemed a
part of the resulting Contract.
Box 1: A Plus Construction Company certifies that the DBE firms listed below have been contacted regarding participation on this project. If this Bidder is successful on this project 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: US 395, Spokane City Limits to Stevens County Line - Paving and Safety
Column 1
Name of DBE
See instructions)
A Plus Construction
Company
Column 2
Project Role
See instructions)
Prime
Column 3
Description of Work
See instructions)
Asphalt and concrete paving, asphalt milling, preleveling
and pavement repair
Column 4
Dollar Amount
Subcontracted
to DBE
See instructions)
N/A
Column 5
Dollar Amount
to be Applied
Towards Goal
See instructions)
900,000
In the Line Services, Inc. Subcontractor (Force
Account)
Crack sealing 20,000 10,000
In the Line Services, Inc. Subcontractor Guideposts, joint seal, pavement markers, temporary
signage, construction sign installation 200,000 200,000
The
Everything Guys, LLC
Regular Dealer Rental and sales of highway construction and related
equipment and materials 100,000 60,000
Optimus Prime Trucking,
Inc.
Subcontractor Dump Trucking 50,000 50,000
Metalheads, Inc. Manufacturer Dowel Bars 75,000 75,000
Erosion Under Control
Co.
Broker Erosion control blankets, straw bales and wattles, sand bags 15,000 250
Disadvantaged Business Enterprise 356,968.16 Condition of Award Contract Goal Box 3
Total DBE Commitment Dollar Amount 1,295,250
Box 4
5 By checking Box 5 the Bidder is stating that their attempts to solicit sufficient DBE participation to meetthe COA Contract goal has been unsuccessful and good faith effort will be submitted in accordance with Section 1-02.9 of the Contract
DOT Form 272-056
Revised 03/2018
Disadvantaged Business Enterprise (DBE)
Written Confirmation Document
See Contract Provisions: DBE Document Submittal Requirements
Disadvantaged Business Enterprise Participation
THIS FORM SHALL ONLY BE SUBMITTED TO A DBE THAT IS LISTED ON THE CONTRACTOR’S
DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION CERTIFICATION.
THE CONTRACTOR SHALL COMPLETE PART A PRIOR TO SENDING TO THE DBE.
PART A: To be completed by the bidder
The entries below shall be consistent with what is shown on the Bidder’s Disadvantaged Business Enterprise
Utilization Certification. Failure to do so will result in Bid rejection.
Contract Title:
Bidder’s Business Name:
DBE’s Business Name:
Description of DBE’s Work:
Dollar Amount to be Applied Towards DBE Goal:
Dollar Amount to be Subcontracted to DBE*:
*Optional Field
PART B: To be completed by the Disadvantaged Business Enterprise
As an authorized representative of the Disadvantaged Business Enterprise, I confirm that we have been
contacted by the Bidder with regard to the referenced project for the purpose of performing the Work described
above. If the Bidder is awarded the Contract, we will enter into an agreement with the Bidder to participate in
the project consistent with the information provided in Part A of this form.
Name (printed):
Signature:
Title:
Address: Date:
DOT Form 422-031
Revised 0 /201
Revised 09/2020
Disadvantaged Business Enterprise (DBE) Bid Item Breakdown Form
1. Contract Number 2. Contract Name
3. Prime Contractor 4. Prime Contractor Representative Name
5. Prime Contractor Representative Phone Number 6. Prime Contractor Representative Email
Column 1
Name of UDBE
(See Instructions)
Column 2
Bid Item #
(See Instructions)
Column 3
Full/Partial
(See Instructions)
Column 4
Quantity
(See Instructions)
Column 5
Description
(See Instructions)
Column 6
Unit Price
(See Instructions)
Column 7
Total Unit
Cost
(See Instructions)
Column 8
Dollar Amount
to be Applied
Towards Goal
(See Instructions)
Subtotal:
Name of UDBE Bid Item # Full/Partial Quantity Description Unit Price
Total Unit
Cost
Dollar Amount
to be Applied
Towards Goal
Subtotal:
Name of UDBE Bid Item # Full/Partial Quantity Description Unit Price
Total Unit
Cost
Dollar Amount
to be Applied
Towards Goal
Subtotal:
Name of UDBE Bid Item # Full/Partial Quantity Description Unit Price
Total Unit
Cost
Dollar Amount
to be Applied
Towards Goal
Subtotal:
TOTAL UDBE Dollar Amount:
DOT Form 272-054
Revised 09/2020
Instructions for Disadvantaged Business Enterprise (DBE) Bid Item Breakdown Form
Box 1: Provide the Contract Number as stated in the project information webpage.
Box 2: Provide the Name of the project as stated in the project information webpage.
Box 3: Provide the Name of the bidder (Proposal holder) submitting Bid.
Box 4: Provide the name of the prime contractor’s representative available to contact regarding this form.
Box 5: Provide the phone number of the prime contractor’s representative available to contact regarding this form.
Box 6: Provide the email of the prime contractor’s representative available to contact regarding this form.
Column 1: Provide the Name of the Disadvantaged Business Enterprise (DBE) Firm. DBE Firms can be IRXQGXVLQJWKH
VHDUFKWRROVXQGHUWKH)LUP&HUWLILFDWLRQVHFWLRQRIWKH'LYHUVLW\0DQDJHPHQWDQG&RPSOLDQFH6\VWHP
'0&6ZHESDJHKWWSVZVGRWGLYHUVLW\FRPSOLDQFHFRP.
Column 2: Provide the Bid Item Number (as it appears in the engineer’s estimate bid check report) available on the project
information webpage.
&ROXPQ,IWKH'%(LVSHUIRUPLQJRQO\SDUWRIWKHELGLWHPPDUN³3DUWLDO´,IWKH'%(LVSHUIRUPLQJWKHHQWLUHELGLWHP
PDUN³&RPSOHWH´
&ROXPQ3URYLGHWKHHVWLPDWHGTXDQWLW\IRUWKHVSHFLILFELGLWHP)RUWUXFNLQJILUPVXVHKRXURUDQRWKHUXQLWRIPHDVXUH
&ROXPQ3URYLGHDGHVFULSWLRQRIWKHZRUNWREHSHUIRUPHGE\WKH'%(
&ROXPQ3URYLGHWKHSULFHSHUXQLWDQGVSHFLI\WKHW\SHRIXQLWXVHG)RUWUXFNLQJ¿UPVXVHKRXURUDQRWKHUXQLWRI
measure.
Column 7: Provide the estimated total unit cost amount per bid item.
&ROXPQ3URYLGHWKHDPRXQWRIWKHELGLWHPEHLQJXVHGWRIXOILOWKH'%(JRDO7KHZRUNWREHSHUIRUPHGPXVW
EHFRQVLVWHQWZLWKWKH&HUWLILHG%XVLQHVV'HVFULSWLRQRIWKH'%(SURYLGHGLQWKH'0&6ZHESDJHhttps://wsdot.
GLYHUVLW\FRPSOLDQFHFRP0RELOL]DWLRQXSWRLVDFFHSWDEOH,IPRELOL]DWLRQLVPRUHWKDQDGGLWLRQDOLQIRUPDWLRQ
DQGRUMXVWL¿FDWLRQPD\EHUHTXHVWHG7KHWRWDODPRXQWVKRZQIRUHDFK'%(VKDOOPDWFKWKHDPRXQWVKRZQRQWKH'%(
8WLOL]DWLRQ&HUWL¿FDWLRQ)RUP
Use Additional Sheets if necessary.
DOT Form 272-054
DOT Form 272-058
Revised 09/2020
Disadvantaged Business Enterprise
(DBE)Trucking Credit Form
PART A: TO BE COMPLETED BY THE BIDDER
7KLV IRUP LV LQ VXSSRUW RI WKH WUXFNLQJ FRPPLWPHQW LGHQWLILHG RQ WKH '%( 8WLOL]DWLRQ &HUWLILFDWLRQ )RUP VXEPLWWHG ZLWK WKH SURSRVDO.
3OHDVH QRWH WKDW '%(¶V PXVW EH FHUWLILHG SULRU WR WLPH RI VXEPLWWDO.
)HGHUDO $LG &RQWUDFW 3URMHFW 1DPH
,I OLVWLQJ LWHPV E\ KRXUV RU E\ OXPS VXP DPRXQWV SOHDVH SURYLGH FDOFXODWLRQV WR VXEVWDQWLDWH WKH TXDQWLWLHV OLVWHG.
%LG ,WHP ,WHP 'HVFULSWLRQ
Use additional sheets as necessary.
%LGGHU 1DPH7LWOH SOHDVH SULQW
Phone )D[6LJQDWXUH
$GGUHVV
, FHUWLI\ WKDW WKH DERYH LQIRUPDWLRQ LV FRPSOHWH DQG DFFXUDWH.
(PDLO 'DWH
PART B: TO BE COMPLETED BY THE DBE TRUCKING FIRM
Note: '%( WUXFNLQJ ILUP SDUWLFLSDWLRQ PD\ RQO\ EH FUHGLWHG DV '%( SDUWLFLSDWLRQ IRU WKH YDOXH RI WKH KDXOLQJ VHUYLFHV QRW IRU WKH
PDWHULDOV EHLQJ KDXOHG XQOHVV WKH WUXFNLQJ ILUP LV DOVR UHFRJQL]HG DV D VXSSOLHU RI WKH PDWHULDOV XVHG RQ WKH SURMHFW DQG DSSURYHG
IRU WKLV SURMHFW DV D UHJXODU GHDOHU.
7UDFWRUWUDLOHUV 'XPS WUXFNV
7UDFWRUWUDLOHUV 'XPS WUXFNV
1.7\SH RI 0DWHULDO H[SHFWHG WR EH
KDXOHG"
2.1XPEHU RI IXOO\ RSHUDWLRQDO WUXFNV
H[SHFWHG WR EH XVHG RQ WKLV SURMHFW"
3.1XPEHU RI WUXFNV DQG WUDLOHUV RZQHG E\
WKH '%( WKDW ZLOO EH XVHG RQ WKLV
SURMHFW"
4.1XPEHU RI WUXFNV DQG WUDLOHUV OHDVHG E\
WKH '%( WKDW ZLOO EH XVHG RQ WKLV
SURMHFW"
7UDFWRUWUDLOHUV 'XPS WUXFNV
'%( )LUP 1DPH 1DPH7LWOH SOHDVH SULQW
&HUWL¿FDWLRQ 1XPEHU
Phone )D[6LJQDWXUH
$GGUHVV
, FHUWLI\ WKDW WKH DERYH LQIRUPDWLRQ LV FRPSOHWH DQG DFFXUDWH.
(PDLO 'DWH
Revised 09/2020
6XEPLWWKLVIRUPWRLQDFFRUGDQFHZLWKVHFWLRQ029RIWKH&RQWUDFW
,QVWUXFWLRQWR%LGGHU7KH%LGGHUVKDOOFRPSOHWHDQGVXEPLWWKH'LVDGYDQWDJHG%XVLQHVV(QWHUSULVH'%(7UXFNLQJ&UHGLW
)RUPLQDFFRUGDQFHZLWK6HFWLRQ029RIWKH&RQWUDFW
INSTRUCTIONS
Please note – All Fields are required
PART A: TO BE COMPLETED BY THE BIDDER
Federal Aid:,QFOXGHWKHSURMHFWIHGHUDODLGQXPEHU
County:6SHFLI\WKH&RXQW\ZKHUHWKHSURMHFWZLOOWDNHSODFH
Contract #: 6SHFLI\WKH3URMHFW&RQWUDFW1XPEHUZKLFKFDQEHIRXQGLQWKH(QJLQHHU¶VHVWLPDWHELGFKHFNUHSRUW
Bid Item:3URYLGHWKH%LG,WHP1XPEHUDVLWDSSHDUVLQWKHHQJLQHHU¶VHVWLPDWHELGFKHFNUHSRUWIRUZKLFKWUXFNLQJ
VHUYLFHVZLOOEHXWLOL]HG
Item Description:3URYLGHGHVFULSWLRQRIWKHELGLWHPDVLWDSSHDUVLQWKHHQJLQHHU ¶VHVWLPDWHELGFKHFNUHSRUWIRUZKLFK
WUXFNLQJZLOOEHXWLOL]HG
Bidder:,QWKLVVHFWLRQSURYLGHWKHELGGHU¶VOHJDOQDPHWLWOH%XVLQHVVDGGUHVV3KRQHDQGHPDLO
The bidder’s representative signature is required in addition to the date the form was signed.
PART B: TO BE COMPLETED BY THE DBE TRUCKING FIRM
4XHVWLRQ6SHFLI\W\SHRIPDWHULDOWKDWZLOOEHKDXOHGLH6DQG+0$JUDYHO
4XHVWLRQ26SHFLI\WKHWRWDOQXPEHURIRSHUDWLRQDOWUXFNVWKDWZLOOEHXVHGRQWKHSURMHFW
4XHVWLRQ6SHFLI\WKHWRWDOQXPEHURIRSHUDWLRQDOWUXFNVDQGWUDLOHUVRZQHGE\WKH'%(WKDWZLOOEHXVHGRQWKHSURMHFW
4XHVWLRQ6SHFLI\WKHWRWDOQXPEHURIRSHUDWLRQDOWUXFNVDQGWUDLOHUVOHDVHGE\WKH'%(WKDWZLOOEHXVHGRQWKHSURMHFW
'%()LUP,QWKLVVHFWLRQSURYLGHWKH'%()LUP¶VOHJDOQDPH'%()LUP¶VUHSUHVHQWDWLYHOHJDOQDPHDQGWLWOHFHUWLILFDWLRQ
1XPEHU)RXQGLQWKHILUP¶V20:%(3URILOHSDJHLQWKH20:%(GLUHFWRU\%XVLQHVVDGGUHVV3KRQHID[DQGHPDLO
The DBE Firm’s representative signature is required in addition to the date the form was signed.
DOT Form 272-058
Wa
s
h
i
n
g
t
o
n
St
a
t
e
De
p
a
r
t
m
e
n
t
of
Tr
a
n
s
p
o
r
t
a
t
i
o
n
Bi
d
d
e
r
Q
u
e
s
t
i
o
n
n
a
i
r
e
Ag
e
n
c
y
N
a
m
e
Fe
d
e
r
a
l
A
i
d
N
u
m
b
e
r
Pr
i
m
e
C
o
n
t
r
a
c
t
o
r
N
a
m
e
Co
n
t
r
a
c
t
N
u
m
b
e
r
Co
n
t
r
a
c
t
N
a
m
e
Fi
r
m
/
Su
b
c
o
n
t
r
a
c
t
o
r
Na
m
e
Ad
d
r
e
s
s
(i
n
c
l
.
Z
i
p
c
o
d
e
)
DB
E
St
a
t
u
s
Ra
c
e
Ge
n
d
e
r
NA
I
C
S
Co
d
e
s
Sc
o
p
e
o
f
W
or
k
Fi
r
m
A
g
e
Fi
r
m
G
r
o
s
s
R
e
c
e
i
p
t
s
If
y
o
u
h
a
v
e
a
d
d
i
t
i
o
n
a
l
F
i
r
m
s
o
r
S
u
b
c
o
n
t
r
a
c
t
o
r
s
t
h
a
t
s
u
b
m
i
t
t
e
d
B
i
d
s
,
p
l
e
a
s
e
c
o
m
p
l
e
t
e
a
d
d
i
t
i
o
n
a
l
f
o
r
m
s
.
Pr
i
m
e
C
o
n
t
r
a
c
t
o
r
Re
p
r
e
s
e
n
t
a
t
i
v
e
Ti
t
l
e
Da
t
e
DOT
F
o
r
m
2
7
2
-
0
2
2
R
e
v
i
s
e
d
0
9/2024
●
Pr
e
v
i
o
u
s
V
e
r
s
i
o
n
s
O
b
s
o
l
e
t
e
●
Fo
r
m
I
n
s
t
r
u
c
t
i
o
n
s
Th
e
f
o
l
l
o
w
i
n
g
i
n
f
o
r
m
a
t
i
o
n
o
n
e
a
c
h
f
i
r
m
t
h
a
t
s
u
b
m
i
t
t
e
d
a
b
i
d
i
s
r
e
q
u
i
r
e
d
a
s
p
a
r
t
o
f
p
a
r
t
o
f
4
9
C
F
R
2
6
.
1
1(
c
)
(
2
)
:
Fi
r
m
/
S
u
b
c
o
n
t
r
a
c
t
o
r
N
a
m
e
:
E
n
t
e
r
t
h
e
n
a
m
e
o
f
e
a
c
h
f
i
r
m
o
r
s
u
b
c
o
n
t
r
a
c
t
o
r
w
h
o
s
u
b
m
i
t
t
e
d
a
q
u
o
t
e
o
r
a
b
i
d
o
n
t
h
e
c
o
n
t
r
a
c
t
.
Ad
d
r
e
s
s
:
E
n
t
e
r
t
h
e
d
a
t
e
t
h
e
m
a
i
n
a
d
d
r
e
s
s
o
f
t
h
e
f
i
r
m
/
s
u
b
c
o
n
t
r
a
c
t
o
r
.
I
n
c
l
u
d
e
t
h
e
z
i
p
c
o
d
e
.
DB
E
S
t
a
t
u
s
:
E
n
t
e
r
t
h
e
D
B
E
s
t
a
t
u
s
.
Op
t
i
o
n
s
a
r
e
D
B
E
a
n
d
N
o
n
-
D
B
E
.
Ra
c
e
:
En
t
e
r
t
h
e
r
a
c
e
o
f
t
h
e
m
a
j
o
r
i
t
y
O
w
n
e
r
.
Op
t
i
o
n
s
a
r
e
“
B
l
a
c
k
A
m
e
r
i
c
a
n
”
,
“
H
i
s
p
a
n
i
c
A
m
e
r
i
c
a
n
”
,
“
N
a
t
i
v
e
A
m
e
r
i
c
a
n
”
,
“
A
s
i
a
n
-
P
a
c
i
ic
A
m
e
r
i
c
a
n
”
,
“
S
u
b
c
o
n
t
i
n
e
n
t
A
s
i
a
n
Am
e
r
i
c
a
n
”
,
a
n
d
“
W
h
i
t
e
”
.
N/
A
s
h
o
u
l
d
o
n
l
y
b
e
u
s
e
d
i
f
t
h
e
r
e
i
s
n
o
t
a
m
a
j
o
r
i
t
y
o
w
n
e
r
s
u
c
h
a
s
w
h
e
n
t
h
e
F
i
r
m
i
s
a
c
o
r
p
o
r
a
t
i
o
n
.
Ge
n
d
e
r
:
E
n
t
e
r
t
h
e
g
e
n
d
e
r
o
f
t
h
e
m
a
j
o
r
i
t
y
O
w
n
e
r
.
Op
t
i
o
n
s
a
r
e
“
F
e
m
a
l
e
”
a
n
d
“
M
a
l
e
”
.
N/
A
s
h
o
u
l
d
o
n
l
y
b
e
u
s
e
d
i
f
t
h
e
r
e
i
s
n
o
t
a
m
a
j
o
r
i
t
y
o
w
n
e
r
s
u
c
h
a
s
w
h
e
n
t
h
e
F
i
r
m
i
s
a
co
r
p
o
r
a
t
i
o
n
.
NA
I
C
S
C
o
d
e
s
:
E
n
t
e
r
t
h
e
a
p
p
r
o
p
r
i
a
t
e
N
A
I
C
S
C
o
d
e
s
f
o
r
t
h
e
w
o
r
k
t
h
e
b
i
d
w
a
s
s
u
b
m
i
t
t
e
d
.
Sc
o
p
e
o
f
W
o
r
k
:
E
n
t
e
r
t
h
e
s
c
o
p
e
o
f
t
h
e
w
o
r
k
t
h
e
b
i
d
w
a
s
s
u
b
m
i
t
t
e
d
f
o
r
.
Fi
r
m
A
g
e
:
E
n
t
e
r
t
h
e
a
g
e
o
f
t
h
e
F
i
r
m
.
Fi
r
m
G
r
o
s
s
R
e
c
e
i
p
t
s
:
E
n
t
e
r
t
h
e
a
n
n
u
a
l
g
r
o
s
s
r
e
c
e
i
p
t
s
.
Op
t
i
o
n
s
a
r
e
“
L
e
s
s
t
h
a
n
$
1
m
i
l
l
i
o
n
”
,
“
$
1
-
$
3
m
i
l
l
i
o
n
”
,
“
$
3
-
$
6
m
i
l
l
i
o
n
”
,
“
$
6
-
$
1
0
m
i
l
l
i
o
n
”
,
“
$
1
0
-
$
2
0
m
i
l
l
i
o
n
”
,
“
$
2
0
-
$3
0
.
7
2
m
i
l
l
i
o
n
”
,
“
G
r
e
a
t
e
r
t
h
a
n
$
3
0
.
7
2
m
i
l
l
i
o
n
”
.
Pr
i
m
e
C
o
n
t
r
a
c
t
o
r
R
e
p
r
e
s
e
n
t
a
t
i
v
e
:
T
h
e
n
a
m
e
o
f
t
h
e
p
e
r
s
o
n
w
h
o
f
i
l
l
e
d
o
u
t
t
h
e
f
o
r
m
.
DO
T
F
o
r
m
2
7
2
-
0
2
2
R
e
v
i
s
e
d
0
/2024
Ɣ
Pr
e
v
i
o
u
s
V
e
r
s
i
o
n
s
O
b
s
o
l
e
t
e
Ɣ
Contract Documents Page 31
Oakesdale Ave SW Pavement Preservation August 2025
PROPOSAL SIGNATURE PAGE
By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the
Bid Documents:
Addendum No. Date of Receipt Addendum No. Date of Receipt
1 4
2 5
3 6
Note: a Proposal may be considered irregular and may be rejected if the receipt of Addenda is not
acknowledged.
The Bidder is hereby advised that by signature of this proposal, he/she is deemed to have
acknowledged all requirements and signed all certificates contained herein.
__________________________________________
[Signature of Authorized Official]*
__________________________________________
[Printed Name]
__________________________________________
[Title]
__________________________________________
[Date]
__________________________________________
[Business Name]
__________________________________________
[Address Line 1]
__________________________________________
[Address Line 2]
__________________________________________
[Telephone Number]
*Note: Evidence of the signatory’s authority to sign the Proposal on behalf of the business entity
shall be submitted with the Bid. Otherwise, the submitted Bid will be considered irregular and non-
responsive and the Bid will be rejected.
Note: The address and phone number listed will be used for all communications regarding this Proposal.
Type of business entity (e.g. corporation, partnership, etc.)
State of Incorporation, or State where business entity was formed:
September 2025
Contract Documents Page 32
Oakesdale Ave SW Pavement Preservation August 2025
WA State Contractor’s Registration # ____________________________________________________
UBI # ____________________________________________________
Industrial Insurance Account # ____________________________________________________
Employment Security Department # ____________________________________________________
State Excise Tax Registration # ____________________________________________________
DUNS # ____________________________________________________
The Surety Company which will furnish the required Contract Bond is:
__________________________________________
[Surety]
__________________________________________
[Telephone Number]
__________________________________________
[Address Line 1]
__________________________________________
[Address Line 2]
September 2025
Contract Documents Page 33
Oakesdale Ave SW Pavement Preservation August 2025
PROPOSAL BID BOND TO THE CITY OF RENTON
KNOW ALL MEN BY THESE PRESENTS, That we, [Bidder] _______________________________________
of [address] _____________________________________________________________________________
as Principal, and [Surety] ___________________________________________________________________
a corporation organized and existing under the laws of the State of ______________________________
as a surety corporation, and qualified under the laws of the State of Washington to become surety
upon bonds of contractors with municipal corporations, as Surety, are jointly and severally held and
firmly bound unto the City of Renton in the full sum of five (5) percent of the total amount of the
proposal of said Principal for the work hereinafter described, for the payment of which, well and truly
to be made, we bind ourselves and our heirs, executors, administrators and assigns, and successors
and assigns, jointly and severally, firmly by these presents.
The condition of this bond is such, that whereas the Principal herein is herewith submitting his/her
or its sealed proposal for the following public works construction project, to wit:
Oakesdale Ave SW Pavement Preservation
said bid and proposal, by reference thereto, being made a part hereof.
NOW, THEREFORE, if the said proposal bid by said Principal be accepted, and the contract be
awarded to said Principal, and if said Principal shall duly make and enter into and execute said
contract and shall furnish contract bond as required by the City of Renton within a period of ten
(10) days from and after said award, exclusive of the day of such award, then this obligation shall be
null and void, otherwise it shall remain and be in full force and effect.
IN THE EVENT, the Principal, following award, fails to execute an Agreement with the City of Renton
in accordance with the terms of the Proposal and furnish a contract bond with Surety or Sureties
approved by the City of Renton within ten (10) days from and after said award, then Principal shall
forfeit the Bid Bond/Bid Proposal Deposit or Surety shall immediately pay and forfeit to the City of
Renton the amount of the Proposal Bid Bond, as set forth in RCW 35A.40.200 and RCW 35.23.352.
This Proposal Bid Bond shall be governed and construed by the State of Washington, and venue shall
be in King County, Washington.
IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be signed and
sealed this _____________ day of, _______________________ 20 ______
September 2025
Contract Documents Page 34
Oakesdale Ave SW Pavement Preservation August 2025
PRINCIPAL
__________________________________________
[PRINCIPAL]
__________________________________________
[Signature of Authorized Official]
__________________________________________
[Printed Name]
__________________________________________
[Title]
__________________________________________
[Date]
SURETY
__________________________________________
[SURETY]
__________________________________________
[Signature of Authorized Official]
__________________________________________
[Printed Name]
__________________________________________
[Title]
__________________________________________
[Date]
Name and address of local office of
Agent and/or SURETY Company:
__________________________________________
__________________________________________
__________________________________________
Telephone:________________________________
Surety WAOIC #
Surety NAIC #
__________________________________________
__________________________________________
September 2025
Contract Documents Page 35
Oakesdale Ave SW Pavement Preservation August 2025
City of Renton
Contract Provisions for
Oakesdale Ave SW Pavement Preservation
IV. AGREEMENT FORMS
September 2025
Contract Documents Page 36
Oakesdale Ave SW Pavement Preservation August 2025
AGREEMENT
CONTRACT NO. TED4004242
THIS AGREEMENT, made and entered into this day of , 20
by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of
Washington, hereinafter referred to as “City” and ,
hereinafter referred to as "Contractor."
WITNESSETH: That in consideration of the terms and conditions contained herein and attached and
made a part of this agreement, the parties hereto covenant and agree as follows:
1. The Contractor shall do all work and furnish all tools, materials, and equipment for:
Oakesdale Ave SW Pavement Preservation in accordance with and as described in the
attached plans and specifications, and the 2025 Standard Specifications for Road, Bridge,
and Municipal Construction, as prepared by the Washington State Department of
Transportation (WSDOT) and the Washington State Chapter of the American Public Works
Association (APWA) which are by this reference incorporated herein and made part of
hereof and, shall perform any changes in the work in accord with the Contract Documents.
The Contractor shall provide and bear the expense of all equipment, work and labor, of any
sort whatsoever that may be required for the transfer of materials and for constructing and
completing the work provided for in these Contract Documents except those items
mentioned therein to be furnished by the City.
2. The City hereby promises and agrees with the Contractor to employ, and does employ the
Contractor to provide the materials and to do and cause to be done the above described
work and to complete and furnish the same in accord with the attached plans and
specifications and the terms and conditions herein contained and hereby contracts to pay
for the same according to the attached specifications and the schedule of unit or itemized
prices at the time and in the manner and upon the conditions provided for in this contract.
The sum total of all progress payments is not to exceed the Total Bid Amount listed in the
Schedule of Prices incorporated into this contract, unless the Total Bid Amount is amended
by change order(s) prepared and executed in accordance with these Contract Documents.
3. The Contractor for himself/herself, and for his/her heirs, executors, administrators,
successors, and assigns, does hereby agree to full performance of all covenants required of
the Contractor in the contract.
4. It is further provided that no liability shall attach to the City by reason of entering into this
contract, except as provided herein.
5. In the event litigation is commenced to enforce this contract, the prevailing party shall be
entitled to recover its costs, including reasonable attorney’s and expert witness fees.
September 2025
CAG-25-278
Contract Documents Page 37
Oakesdale Ave SW Pavement Preservation August 2025
6. This Contract is executed in two (2) identical counterparts, by the parties, each of which
shall for all purposes be deemed an original.
IN WITNESS WHEREOF, the Contractor has executed this instrument, on the day and year first
below written and the Mayor has caused this instrument to be executed by and in the name of the
City of Renton the day and year first above written.
CONTRACTOR
__________________________________________
[Signature of Authorized OAicial]*
__________________________________________
[Title]
__________________________________________
[Business Name]
__________________________________________
[Date]
CITY OF RENTON
__________________________________________
Armondo Pavone, Mayor
ATTEST
__________________________________________
Jason Seth, City Clerk
*NOTE: Evidence of the signatory’s authority to sign the Agreement on behalf of the
business entity shall be submitted.
CONTRACTOR ADDRESS
FOR GIVING NOTICES
__________________________________________
__________________________________________
__________________________________________
__________________________________________
CITY OF RENTON ADDRESS
FOR GIVING NOTICES
Transportation Systems Division
Renton City Hall – 5th Floor
1055 South Grady Way
Renton, WA 98057
September 2025
Contract Documents Page 38
Oakesdale Ave SW Pavement Preservation August 2025
CONTRACT BOND TO THE CITY OF RENTON
Bond No.
KNOW ALL MEN BY THESE PRESENTS, That we, (CONTRACTOR/PRINCIPAL)
of [address] as PRINCIPAL , and (SURETY)
a corporation organized and existing under the laws of the State of as a
SURETY corporation, and qualified under the laws of the State of Washington to become SURETY
upon bonds of contractors with municipal corporations, as SURETY , are jointly and severally held
and firmly bound to the City of Renton (CITY/OWNER) in the sum of
US Dollars ($ ) Total Contract Amount, for the payment of which sum on demand
we bind ourselves and our heirs, successors, assigns, executors, administrators and personal
representatives, as the case may be. This obligation is entered into pursuant to the laws of the State
of Washington and the ordinances of the City of Renton.
Dated at , Washington, this day of , 20 .
NOW, THEREFORE THE CONDITIONS OF THE ABOVE OBLIGATION ARE AS FOLLOWS:
WHEREAS, under and pursuant to Contract No. CAG -24-268 providing for construction of the
Oakesdale Ave SW Pavement Preservation Project; the PRINCIPAL has accepted, or is about to
accept, the Contract, and undertake to perform the Work therein provided for in the manner and
within the time set forth.
• The SURETY indemnifies, defends, and protects and holds the CITY/OWNER, its officers,
agents, and assigns harmless from and against all claims, liabilities, causes of action,
damages, and costs for such payments for labor, equipment, and materials by satisfying all
claims and demands incurred under the Contract, and reimbursing and paying
CITY/OWNER all expenses that CITY/OWNER may incur in making good any default by
PRINCIPAL; and, against any claim of direct or indirect loss resulting from the failure of the
PRINCIPAL, its heirs, executors, administrators, successors, or assigns, (or the
subcontractors or lower tier subcontractors of the PRINCIPAL) to pay all laborers,
mechanics, subcontractors, lower tier subcontractors material persons, and all persons
who shall supply such contractor or subcontractors with provisions and supplies for the
carrying on of such work; and, against any claim of direct or indirect loss resulting from the
failure of the PRINCIPAL, its heirs, executors, administrators, successors, or assigns (or any
of the employees, subcontractors, or lower tier subcontractors of the PRINCIPAL) to
faithfully perform the Contract.
September 2025
CAG-25-278
Contract Documents Page 39
Oakesdale Ave SW Pavement Preservation August 2025
• The indemnities to CITY/OWNER shall also inure to the benefit of the Consulting Engineers
and other design professionals retained by OWNER in connection with the Project.
• No change, extension of time, alteration, or addition to the terms of the Contract or to the
Work to be performed under the Contract shall in any way affect SURETY 's obligation on the
Contract Bond. SURETY , for value received, hereby waives notice of any change, extension
of time, alteration, or addition to the terms of the Contract or the Work to be performed
thereunder and 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 Contract Bond and notice to SURETY is not
required for such increased obligation.
• This Contract Bond shall be governed and construed by the laws of the State of Washington,
and venue shall be in King County, Washington.
FURTHERMORE, this Contract Bond shall be satisfied and released only upon the conditions that
PRINCIPAL or SURETY:
• Faithfully performs all provisions of the Contract and changes authorized by CITY/OWNER
in the manner and within the time specified as may be extended under the Contract;
• Pay, in accordance with Chapters 39.08, 39.12 and 60.28 Revised Code of Washington
(RCW), the sums due all workers, laborers, mechanics, subcontractors, lower tier
subcontractors, material suppliers, and all other persons or agents who supply labor,
equipment, or materials for carrying on of such work under the Contract;
• Pay all taxes, increases and penalties, if any, incurred on or related to the Contract under
Titles 50 and 51 Revised Code of Washington (RCW) and any and all taxes imposed on the
Principle under Title 82 RCW or any other law;
• Receives a written discharge/release of bond from CITY, signed by the Mayor or by a duly
authorized representative of CITY.
This Contract Bond shall be executed in two (2) original counterparts, and shall be signed by the
parties’ duly authorized officers. This Contract Bond will only be accepted if is accompanied by a
fully executed and original power of attorney for the office executing on behalf of the SURETY.
PRINCIPAL
__________________________________________
[PRINCIPAL]
__________________________________________
[Signature of Authorized Official]
__________________________________________
[Printed Name]
__________________________________________
SURETY
__________________________________________
[SURETY]
__________________________________________
[Signature of Authorized Official]
__________________________________________
[Printed Name]
__________________________________________
September 2025
Contract Documents Page 40
Oakesdale Ave SW Pavement Preservation August 2025
[Title]
__________________________________________
[Date]
[Title]
__________________________________________
[Date]
Name and address of local office of
Agent and/or SURETY Company:
__________________________________________
__________________________________________
__________________________________________
Telephone:________________________________
September 2025
Contract Documents Page 41
Oakesdale Ave SW Pavement Preservation August 2025
FAIR PRACTICES AND NON-DISCRIMINATION
POLICY DECLARATION
I, by signing the Agreement, hereby declare, under penalty of perjury under the laws of the
United States that the following statements are true and correct:
1. That the undersigned person(s), firm, association or corporation affirms and subscribes to
the Fair Practices and Non-discrimination policies set forth by the law and by City of Renton
policy, adopted by Resolution No. 4085.
2. That by signing the signature page of this Agreement, I am deemed to have signed and to
have agreed to the provisions of this declaration.
September 2025
September 2025
Contract Documents Page 42
Oakesdale Ave SW Pavement Preservation August 2025
City of Renton
Contract Provisions for
Oakesdale Ave SW Pavement Preservation
V. REQUIRED CONTRACT PROVISIONS FOR FEDERAL-AID
CONSTRUCTION CONTRACTS
September 2025
1
FHWA-1273 – Revised October 23, 2023
REQUIRED CONTRACT PROVISIONS
FEDERAL-AID CONSTRUCTION CONTRACTS
I. General
II. Nondiscrimination
III. Non-segregated Facilities
IV. Davis-Bacon and Related Act Provisions
V. Contract Work Hours and Safety Standards Act
Provisions
VI. Subletting or Assigning the Contract
VII. Safety: Accident Prevention
VIII. False Statements Concerning Highway Projects
IX. Implementation of Clean Air Act and Federal Water
Pollution Control Act
X. Certification Regarding Debarment, Suspension,
Ineligibility and Voluntary Exclusion
XI. Certification Regarding Use of Contract Funds for
Lobbying
XII. Use of United States-Flag Vessels:
ATTACHMENTS
A. Employment and Materials Preference for Appalachian
Development Highway System or Appalachian Local Access
Road Contracts (included in Appalachian contracts only)
I. GENERAL
1. Form FHWA-1273 must be physically incorporated in each
construction contract funded under title 23, United States
Code, as required in 23 CFR 633.102(b) (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). 23 CFR
633.102(e).
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. 23
CFR 633.102(e).
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) in accordance with 23 CFR 633.102. 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
solicitation-for-bids or request-for-proposals 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). 23 CFR 633.102(b).
2. Subject to the applicability criteria noted in the following
sections, these contract provisions shall apply to all work
performed on the contract by the contractor's own organization
and with the assistance of workers under the contractor's
immediate superintendence and to all work performed on the
contract by piecework, station work, or by subcontract. 23
CFR 633.102(d).
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. 23 U.S.C. 114(b).
The term Federal-aid highway does not include roadways
functionally classified as local roads or rural minor collectors.
23 U.S.C. 101(a).
II. NONDISCRIMINATION (23 CFR 230.107(a); 23 CFR Part
230, Subpart A, Appendix A; EO 11246)
The provisions of this section related to 23 CFR Part 230,
Subpart A, Appendix A 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
Part 60, 29 CFR Parts 1625-1627, 23 U.S.C. 140, Section 504
of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794),
Title VI of the Civil Rights Act of 1964, as amended (42 U.S.C.
2000d et seq.), 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 Part 60,
and 29 CFR Parts 1625-1627. The contracting agency and
the FHWA have the authority and the responsibility to ensure
compliance with 23 U.S.C. 140, Section 504 of the
Rehabilitation Act of 1973, as amended (29 U.S.C. 794), and
Title VI of the Civil Rights Act of 1964, as amended (42 U.S.C.
2000d et seq.), 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 Part 230,
Subpart A, Appendix A, with appropriate revisions to conform
to the U.S. Department of Labor (US DOL) and FHWA
requirements.
2
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 (see 28 CFR
Part 35, 29 CFR Part 1630, 29 CFR Parts 1625-1627, 41 CFR
Part 60 and 49 CFR Part 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 Part 35 and 29 CFR Part 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. 23 CFR 230.409 (g)(4) & (5).
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,
sexual orientation, gender identity, 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 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 or other knowledgeable company official.
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, sexual
orientation, gender identity, national origin, age or disability.
The following procedures shall be followed:
a. The contractor will conduct periodic inspections of project
sites to ensure that working conditions and employee facilities
do not indicate discriminatory treatment of project site
personnel.
b. The contractor will periodically evaluate the spread of
wages paid within each classification to determine any
evidence of discriminatory wage practices.
c. The contractor will periodically review selected personnel
actions in depth to determine whether there is evidence of
discrimination. Where evidence is found, the contractor will
promptly take corrective action. If the review indicates that the
discrimination may extend beyond the actions reviewed, such
corrective action shall include all affected persons.
d. The contractor will promptly investigate all complaints of
alleged discrimination made to the contractor in connection
with its obligations under this contract, will attempt to resolve
such complaints, and will take appropriate corrective action
3
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. 23 CFR
230.409. 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, sexual orientation,
gender identity, 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, sexual
orientation, gender identity, 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
thereunder. 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, sexual
orientation, gender identity, 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,
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. Assurances Required:
a. The requirements of 49 CFR Part 26 and the State
DOT’s FHWA-approved Disadvantaged Business Enterprise
(DBE) program are incorporated by reference.
b. 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.
c. The Title VI and nondiscrimination provisions of U.S.
DOT Order 1050.2A at Appendixes A and E are incorporated
by reference. 49 CFR Part 21.
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:
4
(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.
III. NONSEGREGATED FACILITIES
This provision is applicable to all Federal-aid construction
contracts and to all related construction subcontracts of more
than $10,000. 41 CFR 60-1.5.
As prescribed by 41 CFR 60-1.8, 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, sexual orientation, gender identity, 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), in
accordance with 29 CFR 5.5. The requirements apply to all
projects located within the right-of-way of a roadway that is
functionally classified as Federal-aid highway. 23 U.S.C. 113.
This excludes roadways functionally classified as local roads
or rural minor collectors, which are exempt. 23 U.S.C. 101.
Where applicable law requires that projects be treated as a
project on a Federal-aid highway, the provisions of this subpart
will apply regardless of the location of the project. Examples
include: Surface Transportation Block Grant Program projects
funded under 23 U.S.C. 133 [excluding recreational trails
projects], the Nationally Significant Freight and Highway
Projects funded under 23 U.S.C. 117, and National Highway
Freight Program projects funded under 23 U.S.C. 167.
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 (29 CFR 5.5)
a. Wage rates and fringe benefits. All laborers and
mechanics employed or working upon the site of the work (or
otherwise working in construction or development of the
project under a development statute), 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 basic hourly
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. As provided in paragraphs (d) and (e) of 29
CFR 5.5, the appropriate wage determinations are effective by
operation of law even if they have not been attached to the
contract. Contributions made or costs reasonably anticipated
for bona fide fringe benefits under the Davis-Bacon Act (40
U.S.C. 3141(2)(B)) on behalf of laborers or mechanics are
considered wages paid to such laborers or mechanics, subject
to the provisions of paragraph 1.e. 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 must be paid the
appropriate wage rate and fringe benefits on the wage
determination for the classification(s) of work actually
performed, without regard to skill, except as provided in
paragraph 4. of this section. 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 classifications and wage rates conformed under
paragraph 1.c. of this section) and the Davis-Bacon poster
(WH–1321) must 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. Frequently recurring classifications. (1) In addition to wage
and fringe benefit rates that have been determined to be
prevailing under the procedures set forth in 29 CFR part 1, a
wage determination may contain, pursuant to § 1.3(f), wage
and fringe benefit rates for classifications of laborers and
mechanics for which conformance requests are regularly
submitted pursuant to paragraph 1.c. of this section, provided
that:
(i) The work performed by the classification is not
performed by a classification in the wage determination for
which a prevailing wage rate has been determined;
5
(ii) The classification is used in the area by the
construction industry; and
(iii) The wage rate for the classification bears a reasonable
relationship to the prevailing wage rates contained in the
wage determination.
(2) The Administrator will establish wage rates for such
classifications in accordance with paragraph 1.c.(1)(iii) of this
section. Work performed in such a classification must be paid
at no less than the wage and fringe benefit rate listed on the
wage determination for such classification.
c. Conformance. (1) The contracting officer must 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 be classified in conformance with
the wage determination. Conformance of an additional
classification and wage rate and fringe benefits is appropriate
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 used 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) The conformance process may not be used to split,
subdivide, or otherwise avoid application of classifications
listed in the wage determination.
(3) 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 will be sent by the contracting officer by email to
DBAconformance@dol.gov. 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.
(4) 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
will, by email to DBAconformance@dol.gov, refer the
questions, including the views of all interested parties and the
recommendation of the contracting officer, to the Administrator
for determination. The 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.
(5) The contracting officer must promptly notify the
contractor of the action taken by the Wage and Hour Division
under paragraphs 1.c.(3) and (4) of this section. The contractor
must furnish a written copy of such determination to each
affected worker or it must be posted as a part of the wage
determination. The wage rate (including fringe benefits where
appropriate) determined pursuant to paragraph 1.c.(3) or (4) of
this section must 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.
d. Fringe benefits not expressed as an hourly rate.
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 may
either pay the benefit as stated in the wage determination or
may pay another bona fide fringe benefit or an hourly cash
equivalent thereof.
e. Unfunded plans. 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, in accordance with the criteria set forth in
§ 5.28, 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.
f. Interest. In the event of a failure to pay all or part of the
wages required by the contract, the contractor will be required
to pay interest on any underpayment of wages.
2. Withholding (29 CFR 5.5)
a. Withholding requirements. The contracting agency may,
upon its own action, or must, upon written request of an
authorized representative of the Department of Labor, withhold
or cause to be withheld from the contractor so much of the
accrued payments or advances as may be considered
necessary to satisfy the liabilities of the prime contractor or any
subcontractor for the full amount of wages and monetary relief,
including interest, required by the clauses set forth in this
section for violations of this contract, or to satisfy any such
liabilities required by any other Federal contract, or federally
assisted contract subject to Davis-Bacon labor standards, that
is held by the same prime contractor (as defined in § 5.2). The
necessary funds may be withheld from the contractor under
this contract, any other Federal contract with the same prime
contractor, or any other federally assisted contract that is
subject to Davis-Bacon labor standards requirements and is
held by the same prime contractor, regardless of whether the
other contract was awarded or assisted by the same agency,
and such funds may be used to satisfy the contractor liability
for which the funds were withheld. In the event of a
contractor's failure to pay any laborer or mechanic, including
any apprentice or helper working on the site of the work all or
part of the wages required by the contract, or upon the
contractor's failure to submit the required records as discussed
in paragraph 3.d. of this section, the contracting agency may
on its own initiative and 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.
b. Priority to withheld funds. The Department has priority to
funds withheld or to be withheld in accordance with paragraph
6
2.a. of this section or Section V, paragraph 3.a., or both, over
claims to those funds by:
(1) A contractor's surety(ies), including without limitation
performance bond sureties and payment bond sureties;
(2) A contracting agency for its reprocurement costs;
(3) A trustee(s) (either a court-appointed trustee or a U.S.
trustee, or both) in bankruptcy of a contractor, or a contractor's
bankruptcy estate;
(4) A contractor's assignee(s);
(5) A contractor's successor(s); or
(6) A claim asserted under the Prompt Payment Act, 31
U.S.C. 3901–3907.
3. Records and certified payrolls (29 CFR 5.5)
a. Basic record requirements (1) Length of record retention.
All regular payrolls and other basic records must be
maintained by the contractor and any subcontractor during the
course of the work and preserved for all laborers and
mechanics working at the site of the work (or otherwise
working in construction or development of the project under a
development statute) for a period of at least 3 years after all
the work on the prime contract is completed.
(2) Information required. Such records must contain the
name; Social Security number; last known address, telephone
number, and email address of each such worker; each
worker's correct classification(s) of work actually performed;
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 40 U.S.C.
3141(2)(B) of the Davis-Bacon Act); daily and weekly number
of hours actually worked in total and on each covered contract;
deductions made; and actual wages paid.
(3) Additional records relating to fringe benefits. Whenever
the Secretary of Labor has found under paragraph 1.e. of this
section 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 40 U.S.C.
3141(2)(B) of the Davis-Bacon Act, the contractor must
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.
(4) Additional records relating to apprenticeship. Contractors
with apprentices working under approved programs must
maintain written evidence of the registration of apprenticeship
programs, the registration of the apprentices, and the ratios
and wage rates prescribed in the applicable programs.
b. Certified payroll requirements (1) Frequency and method
of submission. The contractor or subcontractor must submit
weekly, for each week in which any DBA- or Related Acts-
covered work is performed, certified payrolls to the contracting
agency. The prime contractor is responsible for the submission
of all certified payrolls by all subcontractors. A contracting
agency or prime contractor may permit or require contractors
to submit certified payrolls through an electronic system, as
long as the electronic system requires a legally valid electronic
signature; the system allows the contractor, the contracting
agency, and the Department of Labor to access the certified
payrolls upon request for at least 3 years after the work on the
prime contract has been completed; and the contracting
agency or prime contractor permits other methods of
submission in situations where the contractor is unable or
limited in its ability to use or access the electronic system.
(2) Information required. The certified payrolls submitted
must set out accurately and completely all of the information
required to be maintained under paragraph 3.a.(2) of this
section, except that full Social Security numbers and last
known addresses, telephone numbers, and email addresses
must not be included on weekly transmittals. Instead, the
certified payrolls need only include an individually identifying
number for each worker ( e.g., the last four digits of the
worker's Social Security number). The required weekly
certified payroll information may be submitted using Optional
Form WH–347 or in any other format desired. Optional Form
WH–347 is available for this purpose from the Wage and Hour
Division website at https://www.dol.gov/sites/dolgov/files/WHD/
legacy/files/wh347/.pdf or its successor website. It is not a
violation of this section for a prime contractor to require a
subcontractor to provide full Social Security numbers and last
known addresses, telephone numbers, and email addresses to
the prime contractor for its own records, without weekly
submission by the subcontractor to the contracting agency.
(3) Statement of Compliance. Each certified payroll
submitted must be accompanied by a “Statement of
Compliance,” signed by the contractor or subcontractor, or the
contractor's or subcontractor's agent who pays or supervises
the payment of the persons working on the contract, and must
certify the following:
(i) That the certified payroll for the payroll period contains
the information required to be provided under paragraph 3.b.
of this section, the appropriate information and basic records
are being maintained under paragraph 3.a. of this section,
and such information and records are correct and complete;
(ii) That each laborer or mechanic (including each helper
and apprentice) working 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 29 CFR part 3; and
(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(s) of work actually
performed, as specified in the applicable wage determination
incorporated into the contract.
(4) Use of Optional Form WH–347. The weekly submission
of a properly executed certification set forth on the reverse
side of Optional Form WH–347 will satisfy the requirement for
submission of the “Statement of Compliance” required by
paragraph 3.b.(3) of this section.
7
(5) Signature. The signature by the contractor,
subcontractor, or the contractor's or subcontractor's agent
must be an original handwritten signature or a legally valid
electronic signature.
(6) Falsification. The falsification of any of the above
certifications may subject the contractor or subcontractor to
civil or criminal prosecution under 18 U.S.C. 1001 and 31
U.S.C. 3729.
(7) Length of certified payroll retention. The contractor or
subcontractor must preserve all certified payrolls during the
course of the work and for a period of 3 years after all the work
on the prime contract is completed.
c. Contracts, subcontracts, and related documents. The
contractor or subcontractor must maintain this contract or
subcontract and related documents including, without
limitation, bids, proposals, amendments, modifications, and
extensions. The contractor or subcontractor must preserve
these contracts, subcontracts, and related documents during
the course of the work and for a period of 3 years after all the
work on the prime contract is completed.
d. Required disclosures and access (1) Required record
disclosures and access to workers. The contractor or
subcontractor must make the records required under
paragraphs 3.a. through 3.c. of this section, and any other
documents that the contracting agency, the State DOT, the
FHWA, or the Department of Labor deems necessary to
determine compliance with the labor standards provisions of
any of the applicable statutes referenced by § 5.1, available for
inspection, copying, or transcription by authorized
representatives of the contracting agency, the State DOT, the
FHWA, or the Department of Labor, and must permit such
representatives to interview workers during working hours on
the job.
(2) Sanctions for non-compliance with records and worker
access requirements. If the contractor or subcontractor fails to
submit the required records or to make them available, or
refuses to permit worker interviews during working hours on
the job, the Federal agency may, after written notice to the
contractor, sponsor, applicant, owner, or other entity, as the
case may be, that maintains such records or that employs
such workers, 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, or to permit
worker interviews during working hours on the job, may be
grounds for debarment action pursuant to § 5.12. In addition,
any contractor or other person that fails to submit the required
records or make those records available to WHD within the
time WHD requests that the records be produced will be
precluded from introducing as evidence in an administrative
proceeding under 29 CFR part 6 any of the required records
that were not provided or made available to WHD. WHD will
take into consideration a reasonable request from the
contractor or person for an extension of the time for
submission of records. WHD will determine the
reasonableness of the request and may consider, among other
things, the location of the records and the volume of
production.
(3) Required information disclosures. Contractors and
subcontractors must maintain the full Social Security number
and last known address, telephone number, and email address
of each covered worker, and must provide them upon request
to the contracting agency, the State DOT, the FHWA, the
contractor, or the Wage and Hour Division of the Department
of Labor for purposes of an investigation or other compliance
action.
4. Apprentices and equal employment opportunity (29 CFR
5.5)
a. Apprentices (1) Rate of pay. Apprentices will be permitted
to work at less than the predetermined rate for the work they
perform 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 (OA), or with a State
Apprenticeship Agency recognized by the OA. A person who is
not individually registered in the program, but who has been
certified by the OA or a State Apprenticeship Agency (where
appropriate) to be eligible for probationary employment as an
apprentice, will be permitted to work at less than the
predetermined rate for the work they perform in the first 90
days of probationary employment as an apprentice in such a
program. In the event the OA or a State Apprenticeship
Agency recognized by the OA withdraws approval of an
apprenticeship program, the contractor will no longer be
permitted to use apprentices at less than the applicable
predetermined rate for the work performed until an acceptable
program is approved.
(2) Fringe benefits. Apprentices must 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,
fringe benefits must be paid in accordance with that
determination.
(3) Apprenticeship ratio. The allowable ratio of apprentices to
journeyworkers on the job site in any craft classification must
not be greater than the ratio permitted to the contractor as to
the entire work force under the registered program or the ratio
applicable to the locality of the project pursuant to paragraph
4.a.(4) of this section. Any worker listed on a payroll at an
apprentice wage rate, who is not registered or otherwise
employed as stated in paragraph 4.a.(1) of this section, must
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 this section must be paid
not less than the applicable wage rate on the wage
determination for the work actually performed.
(4) Reciprocity of ratios and wage rates. Where a contractor
is performing construction on a project in a locality other than
the locality in which its program is registered, the ratios and
wage rates (expressed in percentages of the journeyworker's
hourly rate) applicable within the locality in which the
construction is being performed must be observed. If there is
no applicable ratio or wage rate for the locality of the project,
the ratio and wage rate specified in the contractor's registered
program must be observed.
b. Equal employment opportunity. The use of apprentices
and journeyworkers under this part must be in conformity with
8
the equal employment opportunity requirements of Executive
Order 11246, as amended, and 29 CFR part 30.
c. 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.
23 CFR 230.111(e)(2). 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 journeyworkers 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 as
provided in 29 CFR 5.5.
6. Subcontracts. The contractor or subcontractor must insert
FHWA-1273 in any subcontracts, along with the applicable
wage determination(s) and such other clauses or contract
modifications as the contracting agency may by appropriate
instructions require, and a clause requiring the subcontractors
to include these clauses and wage determination(s) in any
lower tier subcontracts. The prime contractor is responsible for
the compliance by any subcontractor or lower tier
subcontractor with all the contract clauses in this section. In
the event of any violations of these clauses, the prime
contractor and any subcontractor(s) responsible will be liable
for any unpaid wages and monetary relief, including interest
from the date of the underpayment or loss, due to any workers
of lower-tier subcontractors, and may be subject to debarment,
as appropriate. 29 CFR 5.5.
7. Contract termination: debarment. A breach of the
contract clauses in 29 CFR 5.5 may be grounds for termination
of the contract, and for debarment as a contractor and a
subcontractor as provided in 29 CFR 5.12.
8. Compliance with Davis-Bacon and Related Act
requirements. All rulings and interpretations of the Davis-
Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5
are herein incorporated by reference in this contract as
provided in 29 CFR 5.5.
9. Disputes concerning labor standards. As provided in 29
CFR 5.5, 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 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 40
U.S.C. 3144(b) or § 5.12(a).
b. No part of this contract shall be subcontracted to any
person or firm ineligible for award of a Government contract by
virtue of 40 U.S.C. 3144(b) or § 5.12(a).
c. The penalty for making false statements is prescribed in
the U.S. Code, Title 18 Crimes and Criminal Procedure, 18
U.S.C. 1001.
11. Anti-retaliation. It is unlawful for any person to discharge,
demote, intimidate, threaten, restrain, coerce, blacklist, harass,
or in any other manner discriminate against, or to cause any
person to discharge, demote, intimidate, threaten, restrain,
coerce, blacklist, harass, or in any other manner discriminate
against, any worker or job applicant for:
a. Notifying any contractor of any conduct which the worker
reasonably believes constitutes a violation of the DBA, Related
Acts, this part, or 29 CFR part 1 or 3;
b. Filing any complaint, initiating or causing to be initiated
any proceeding, or otherwise asserting or seeking to assert on
behalf of themselves or others any right or protection under the
DBA, Related Acts, this part, or 29 CFR part 1 or 3;
c. Cooperating in any investigation or other compliance
action, or testifying in any proceeding under the DBA, Related
Acts, this part, or 29 CFR part 1 or 3; or
d. Informing any other person about their rights under the
DBA, Related Acts, this part, or 29 CFR part 1 or 3.
V. CONTRACT WORK HOURS AND SAFETY STANDARDS
ACT
Pursuant to 29 CFR 5.5(b), 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 watchpersons 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. 29 CFR
5.5.
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 and interest from the date of the underpayment.
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
9
mechanic, including watchpersons and guards, employed in
violation of the clause set forth in paragraph 1. of this section,
in the sum currently provided in 29 CFR 5.5(b)(2)* for each
calendar day on which such individual was required or
permitted to work in excess of the standard workweek of forty
hours without payment of the overtime wages required by the
clause set forth in paragraph 1. of this section.
* $31 as of January 15, 2023 (See 88 FR 88 FR 2210) as may
be adjusted annually by the Department of Labor, pursuant to
the Federal Civil Penalties Inflation Adjustment Act of 1990.
3. Withholding for unpaid wages and liquidated damages
a. Withholding process. The FHWA or the contracting
agency may, upon its own action, or must, upon written
request of an authorized representative of the Department of
Labor, withhold or cause to be withheld from the contractor so
much of the accrued payments or advances as may be
considered necessary to satisfy the liabilities of the prime
contractor or any subcontractor for any unpaid wages;
monetary relief, including interest; and liquidated damages
required by the clauses set forth in this section on this
contract, 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 that is held
by the same prime contractor (as defined in § 5.2). The
necessary funds may be withheld from the contractor under
this contract, any other Federal contract with the same prime
contractor, or any other federally assisted contract that is
subject to the Contract Work Hours and Safety Standards Act
and is held by the same prime contractor, regardless of
whether the other contract was awarded or assisted by the
same agency, and such funds may be used to satisfy the
contractor liability for which the funds were withheld.
b. Priority to withheld funds. The Department has priority to
funds withheld or to be withheld in accordance with Section IV
paragraph 2.a. or paragraph 3.a. of this section, or both, over
claims to those funds by:
(1) A contractor's surety(ies), including without limitation
performance bond sureties and payment bond sureties;
(2) A contracting agency for its reprocurement costs;
(3) A trustee(s) (either a court-appointed trustee or a U.S.
trustee, or both) in bankruptcy of a contractor, or a contractor's
bankruptcy estate;
(4) A contractor's assignee(s);
(5) A contractor's successor(s); or
(6) A claim asserted under the Prompt Payment Act, 31
U.S.C. 3901–3907.
4. Subcontracts. The contractor or subcontractor must insert
in any subcontracts the clauses set forth in paragraphs 1.
through 5. of this section and a clause requiring the
subcontractors to include these clauses in any lower tier
subcontracts. The prime contractor is responsible for
compliance by any subcontractor or lower tier subcontractor
with the clauses set forth in paragraphs 1. through 5. In the
event of any violations of these clauses, the prime contractor
and any subcontractor(s) responsible will be liable for any
unpaid wages and monetary relief, including interest from the
date of the underpayment or loss, due to any workers of lower-
tier subcontractors, and associated liquidated damages and
may be subject to debarment, as appropriate.
5. Anti-retaliation. It is unlawful for any person to discharge,
demote, intimidate, threaten, restrain, coerce, blacklist, harass,
or in any other manner discriminate against, or to cause any
person to discharge, demote, intimidate, threaten, restrain,
coerce, blacklist, harass, or in any other manner discriminate
against, any worker or job applicant for:
a. Notifying any contractor of any conduct which the worker
reasonably believes constitutes a violation of the Contract
Work Hours and Safety Standards Act (CWHSSA) or its
implementing regulations in this part;
b. Filing any complaint, initiating or causing to be initiated
any proceeding, or otherwise asserting or seeking to assert on
behalf of themselves or others any right or protection under
CWHSSA or this part;
c. Cooperating in any investigation or other compliance
action, or testifying in any proceeding under CWHSSA or this
part; or
d. Informing any other person about their rights under
CWHSSA or this part.
VI. SUBLETTING OR ASSIGNING THE CONTRACT
This provision is applicable to all Federal-aid construction
contracts on the National Highway System pursuant to 23 CFR
635.116.
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” in
paragraph 1 of Section VI 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: (based on longstanding interpretation)
(1) the prime contractor maintains control over the
supervision of the day-to-day activities of the leased
employees;
(2) the prime contractor remains responsible for the quality
of the work of the leased employees;
10
(3) the prime contractor retains all power to accept or
exclude individual employees from work on the project; and
(4) the prime contractor remains ultimately responsible for
the 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. 23 CFR 635.102.
2. Pursuant to 23 CFR 635.116(a), 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. Pursuant to 23 CFR 635.116(c), 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. (based on long-
standing interpretation of 23 CFR 635.116).
5. The 30-percent self-performance requirement of paragraph
(1) is not applicable to design-build contracts; however,
contracting agencies may establish their own self-performance
requirements. 23 CFR 635.116(d).
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 Part 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. 23 CFR 635.108.
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 Part 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). 29 CFR 1926.10.
3. Pursuant to 29 CFR 1926.3, it is a condition of this contract
that the Secretary of Labor or authorized representative
thereof, shall have right of entry to any site of contract
performance to inspect or investigate the matter of compliance
with the construction safety and health standards and to carry
out the duties of the Secretary under Section 107 of the
Contract Work Hours and Safety Standards Act (40 U.S.C.
3704).
VIII. 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 Part 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 11, 1916, (39 Stat. 355), as
amended and supplemented;
Shall be fined under this title or imprisoned not more than 5
years or both."
11
IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL
WATER POLLUTION CONTROL ACT (42 U.S.C. 7606; 2
CFR 200.88; EO 11738)
This provision is applicable to all Federal-aid construction
contracts in excess of $150,000 and to all related
subcontracts. 48 CFR 2.101; 2 CFR 200.327.
By submission of this bid/proposal or the execution of this
contract or subcontract, as appropriate, the bidder, proposer,
Federal-aid construction contractor, subcontractor, supplier, or
vendor agrees to comply with all applicable standards, orders
or regulations issued pursuant to the Clean Air Act (42 U.S.C.
7401-7671q) and the Federal Water Pollution Control Act, as
amended (33 U.S.C. 1251-1387). Violations must be reported
to the Federal Highway Administration and the Regional Office
of the Environmental Protection Agency. 2 CFR Part 200,
Appendix II.
The contractor agrees to include or cause to be included the
requirements of this Section in every subcontract, and further
agrees to take such action as the contracting agency may
direct as a means of enforcing such requirements. 2 CFR
200.327.
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. 2 CFR 180.220 and
1200.220.
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. 2 CFR 180.320.
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. 2 CFR
180.325.
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. 2 CFR 180.345 and 180.350.
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, Subpart I, 180.900-180.1020, and 1200.
“First Tier Covered Transactions” refers to any covered
transaction between a recipient or subrecipient 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 recipient or
subrecipient 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. 2
CFR 180.330.
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. 2 CFR
180.220 and 180.300.
h. A participant in a covered transaction may rely upon a
certification of a prospective participant in a lower tier covered
transaction that is not debarred, suspended, ineligible, or
voluntarily excluded from the covered transaction, unless it
knows that the certification is erroneous. 2 CFR 180.300;
180.320, and 180.325. A participant is responsible for
ensuring that its principals are not suspended, debarred, or
otherwise ineligible to participate in covered transactions. 2
CFR 180.335. 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 System for
Award Management website (https://www.sam.gov/). 2 CFR
180.300, 180.320, and 180.325.
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 CFR 180.325.
* * * * *
12
2. Certification Regarding Debarment, Suspension,
Ineligibility and Voluntary Exclusion – First Tier
Participants:
a. The prospective first tier participant certifies to the best of
its knowledge and belief, that it and its principals:
(1) Are not presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded from
participating in covered transactions by any Federal
department or agency, 2 CFR 180.335;.
(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, 2 CFR 180.800;
(3) Are not presently indicted for or otherwise criminally or
civilly charged by a governmental entity (Federal, State or
local) with commission of any of the offenses enumerated in
paragraph (a)(2) of this certification, 2 CFR 180.700 and
180.800; 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. 2
CFR 180.335(d).
(5) Are not a corporation that has been convicted of a felony
violation under any Federal law within the two-year period
preceding this proposal (USDOT Order 4200.6 implementing
appropriations act requirements); and
(6) Are not a corporation with any unpaid Federal tax liability
that has been assessed, for which all judicial and
administrative remedies have been exhausted, or have lapsed,
and that is not being paid in a timely manner pursuant to an
agreement with the authority responsible for collecting the tax
liability (USDOT Order 4200.6 implementing appropriations act
requirements).
b. Where the prospective participant is unable to certify to
any of the statements in this certification, such prospective
participant should attach an explanation to this proposal. 2
CFR 180.335 and 180.340.
* * * * *
3. 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). 2 CFR 180.220 and 1200.220.
a. By signing and submitting this proposal, the prospective
lower tier participant 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. 2 CFR 180.365.
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, Subpart I, 180.900 – 180.1020, 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 recipient or subrecipient 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
recipient or subrecipient of Federal funds (such as the prime or
general contractor). “Lower Tier Participant” refers any
participant who has entered into a covered transaction with a
First Tier Participant or other Lower Tier Participants (such as
subcontractors and suppliers).
e. The prospective lower tier participant agrees by
submitting this proposal that, should the proposed covered
transaction be entered into, it shall not knowingly enter into
any lower tier covered transaction with a person who is
debarred, suspended, declared ineligible, or voluntarily
excluded from participation in this covered transaction, unless
authorized by the department or agency with which this
transaction originated. 2 CFR 1200.220 and 1200.332.
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. 2 CFR 180.220 and 1200.220.
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 System for
Award Management website (https://www.sam.gov/), which is
compiled by the General Services Administration. 2 CFR
180.300, 180.320, 180.330, and 180.335.
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
13
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. 2 CFR 180.325.
* * * * *
4. Certification Regarding Debarment, Suspension,
Ineligibility and Voluntary Exclusion--Lower Tier
Participants:
a. The prospective lower tier participant certifies, by
submission of this proposal, that neither it nor its principals:
(1) is presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded from
participating in covered transactions by any Federal
department or agency, 2 CFR 180.355;
(2) is a corporation that has been convicted of a felony
violation under any Federal law within the two-year period
preceding this proposal (USDOT Order 4200.6 implementing
appropriations act requirements); and
(3) is a corporation with any unpaid Federal tax liability that
has been assessed, for which all judicial and administrative
remedies have been exhausted, or have lapsed, and that is
not being paid in a timely manner pursuant to an agreement
with the authority responsible for collecting the tax liability.
(USDOT Order 4200.6 implementing appropriations act
requirements)
b. Where the prospective lower tier participant is unable to
certify to any of the statements in this certification, such
prospective participant should attach an explanation to this
proposal.
* * * * *
XI. CERTIFICATION REGARDING USE OF CONTRACT
FUNDS FOR LOBBYING
This provision is applicable to all Federal-aid construction
contracts and to all related subcontracts which exceed
$100,000. 49 CFR Part 20, App. A.
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 $100,000 for each such failure.
3. The prospective participant also agrees by submitting its
bid or proposal that the participant shall require that the
language of this certification be included in all lower tier
subcontracts, which exceed $100,000 and that all such
recipients shall certify and disclose accordingly.
XII. USE OF UNITED STATES-FLAG VESSELS:
This provision is applicable to all Federal-aid construction
contracts, design-build contracts, subcontracts, lower-tier
subcontracts, purchase orders, lease agreements, or any other
covered transaction. 46 CFR Part 381.
This requirement applies to material or equipment that is
acquired for a specific Federal-aid highway project. 46 CFR
381.7. It is not applicable to goods or materials that come into
inventories independent of an FHWA funded-contract.
When oceanic shipments (or shipments across the Great
Lakes) are necessary for materials or equipment acquired for a
specific Federal-aid construction project, the bidder, proposer,
contractor, subcontractor, or vendor agrees:
1. To utilize privately owned United States-flag commercial
vessels to ship at least 50 percent of the gross tonnage
(computed separately for dry bulk carriers, dry cargo liners,
and tankers) involved, whenever shipping any equipment,
material, or commodities pursuant to this contract, to the
extent such vessels are available at fair and reasonable rates
for United States-flag commercial vessels. 46 CFR 381.7.
2. To furnish within 20 days following the date of loading for
shipments originating within the United States or within 30
working days following the date of loading for shipments
originating outside the United States, a legible copy of a rated,
‘on-board’ commercial ocean bill-of-lading in English for each
shipment of cargo described in paragraph (b)(1) of this section
to both the Contracting Officer (through the prime contractor in
the case of subcontractor bills-of-lading) and to the Office of
Cargo and Commercial Sealift (MAR-620), Maritime
Administration, Washington, DC 20590. (MARAD requires
copies of the ocean carrier's (master) bills of lading, certified
onboard, dated, with rates and charges. These bills of lading
may contain business sensitive information and therefore may
be submitted directly to MARAD by the Ocean Transportation
Intermediary on behalf of the contractor). 46 CFR 381.7.
14
ATTACHMENT A - EMPLOYMENT AND MATERIALS
PREFERENCE FOR APPALACHIAN DEVELOPMENT
HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS
ROAD CONTRACTS (23 CFR 633, Subpart B, Appendix B)
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 (1c) 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 (1c)
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.
Contract Documents Page 57
Oakesdale Ave SW Pavement Preservation August 2025
City of Renton
Contract Provisions for
Oakesdale Ave SW Pavement Preservation
VI. SPECIAL PROVISIONS
September 2025
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-1 PROJECT #CAG-25-278
INTRODUCTION TO THE SPECIAL PROVISIONS 1
2
(January 4, 2024 APWA GSP) 3
4
The work on this project shall be accomplished in accordance with the Standard Specifications 5
for Road, Bridge and Municipal Construction, 2025 edition, as issued by the Washington State 6
Department of Transportation (WSDOT) and the American Public Works Association (APWA), 7
Washington State Chapter (hereafter “Standard Specifications”). The Standard Specifications, as 8
modified or supplemented by these Special Provisions, all of which are made a part of the 9
Contract Documents, shall govern all of the Work. 10
11
These Special Provisions are made up of both General Special Provisions (GSPs) from various 12
sources, which may have project-specific fill-ins; and project-specific Special Provisions. Each 13
Provision either supplements, modifies, or replaces the comparable Standard Specification, or is 14
a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of 15
the Standard Specifications is meant to pertain only to that particular portion of the section, and 16
in no way should it be interpreted that the balance of the section does not apply. 17
18
The GSPs are labeled under the headers of each GSP, with the effective date of the GSP and its 19
source. For example: 20
21
(March 8, 2013 APWA GSP) 22
(April 1, 2013 WSDOT GSP) 23
(July 28, 2023 COR GSP) 24
25
Project specific special provisions are labeled without a date as such: 26
(******) 27
28
Also incorporated into the Contract Documents by reference are: 29
• Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted 30
edition, with Washington State modifications, if any 31
• Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current 32
edition 33
• City of Renton Standard Details, City of Renton Public Works Department, current edition 34
• Revised Draft Guidelines for Accessible Public Rights-of-Way, August 8, 2023 (commonly 35
referred to as the 2023 PROWAG) 36
• National Electric Code, current edition 37
38
Contractor shall obtain copies of these publications, at Contractor’s own expense. 39
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-2 PROJECT #CAG-25-278
TABLE OF CONTENTS 1
2
DIVISION 1 3
DESCRIPTION OF WORK ............................................................................................................................5 4
1-01 DEFINITIONS AND TERMS .................................................................................................................5 5
1-01.3 DEFINITIONS .....................................................................................................................................5 6
1-02 BID PROCEDURES AND CONDITIONS .............................................................................................7 7
1-02.1 PREQUALIFICATION OF BIDDERS .......................................................................................................7 8
1-02.1 QUALIFICATIONS OF BIDDER .............................................................................................................7 9
1-02.2 PLANS AND SPECIFICATIONS .............................................................................................................7 10
1-02.4 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE WORK ..............................................................7 11
1-02.4(1) General ..................................................................................................................................7 12
1-02.5 PROPOSAL FORMS.......................................................................................................................7 13
1-02.6 PREPARATION OF PROPOSAL .......................................................................................................8 14
1-02.6(1) RECYCLED MATERIALS PROPOSAL ............................................................................................ 10 15
1-02.7 BID DEPOSIT ................................................................................................................................. 10 16
1-02.9 DELIVERY OF PROPOSAL ............................................................................................................... 10 17
1-02.10 WITHDRAWING, REVISING, OR SUPPLEMENTING PROPOSAL .......................................................... 11 18
1-02.13 IRREGULAR PROPOSALS ....................................................................................................... 12 19
1-02.14 DISQUALIFICATION OF BIDDERS .................................................................................................... 13 20
1-03 AWARD AND EXECUTION OF CONTRACT ................................................................................... 16 21
1-03.1 CONSIDERATION OF BIDS ............................................................................................................... 16 22
1-03.1(1) Identical Bid Totals .............................................................................................................. 16 23
1-03.3 EXECUTION OF CONTRACT ............................................................................................................. 17 24
1-03.4 CONTRACT BOND .......................................................................................................................... 17 25
1-03.7 JUDICIAL REVIEW .......................................................................................................................... 18 26
1-04 SCOPE OF THE WORK .................................................................................................................... 18 27
1-04.2 COORDINATION OF CONTRACT DOCUMENTS, PLANS, SPECIAL PROVISIONS, SPECIFICATIONS, AND 28
ADDENDA ................................................................................................................................................. 18 29
1-04.4 CHANGES ...................................................................................................................................... 18 30
1-05 CONTROL OF WORK ....................................................................................................................... 19 31
1-05.4 CONFORMITY WITH AND DEVIATIONS FROM PLANS AND STAKES ..................................................... 19 32
1-05.7 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK ..................................................................... 23 33
1-05.11 FINAL INSPECTION ....................................................................................................................... 23 34
1-05.11 FINAL INSPECTIONS AND OPERATIONAL TESTING .......................................................................... 23 35
1-05.11(1) Substantial Completion Date ............................................................................................ 23 36
1-05.11(2) Final Inspection and Physical Completion Date ............................................................... 24 37
1-05.11(3) Operational Testing ........................................................................................................... 24 38
1-05.13 SUPERINTENDENTS, LABOR AND EQUIPMENT OF CONTRACTOR ..................................................... 25 39
1-05.15 METHOD OF SERVING NOTICES .................................................................................................... 25 40
1-05.16 WATER AND POWER .................................................................................................................... 25 41
1-05.18 RECORD DRAWINGS .................................................................................................................... 25 42
1-06 CONTROL OF MATERIAL ................................................................................................................ 27 43
1-06.6 RECYCLED MATERIALS .................................................................................................................. 31 44
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ................................................. 32 45
1-07.1 LAWS TO BE OBSERVED................................................................................................................. 32 46
1-07.2 STATE SALES TAX ......................................................................................................................... 32 47
1-07.7 LOAD LIMITS ................................................................................................................................. 34 48
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-3 PROJECT #CAG-25-278
1-07.8 HIGH VISIBILITY APPAREL .............................................................................................................. 34 1
1-07.8(1) TRAFFIC CONTROL PERSONNEL ................................................................................................. 34 2
1-07.9 WAGES ......................................................................................................................................... 34 3
1-07.9(1) General ............................................................................................................................... 35 4
1-07.9(5)A Required Documents ........................................................................................................ 35 5
1-07.11 REQUIREMENTS FOR NONDISCRIMINATION .................................................................................... 35 6
1-07.12 FEDERAL AGENCY INSPECTION .................................................................................................... 55 7
1-07.16 PROTECTION AND RESTORATION OF PROPERTY ............................................................................ 56 8
1-07.16(2) Vegetation Protection and Restoration ............................................................................. 56 9
1-07.17 UTILITIES AND SIMILAR FACILITIES ............................................................................................... 56 10
1-07.18 PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE ................................................................ 57 11
1-07.18 INSURANCE ................................................................................................................................. 57 12
1-07.18(1) General Requirements ...................................................................................................... 57 13
1-07.18(2) Additional Insured ........................................................................................................... 58 14
1-07.18(3) Subcontractors .................................................................................................................. 58 15
1-07.18(4) Verification of Coverage .................................................................................................... 59 16
1-07.18(5) Coverages and Limits ....................................................................................................... 59 17
1-07.18(5)A Commercial General Liability ......................................................................................... 60 18
1-07.18(5)B Automobile Liability ......................................................................................................... 60 19
1-07.18(5)C Workers’ Compensation ................................................................................................. 60 20
1-07.23 PUBLIC CONVENIENCE AND SAFETY ............................................................................................. 60 21
1-07.23(1) Construction Under Traffic ................................................................................................ 60 22
1-08 PROSECUTION AND PROGRESS ................................................................................................... 61 23
1-08.0 PRELIMINARY MATTERS ................................................................................................................. 62 24
1-08.0(2) Hours of Work ..................................................................................................................... 62 25
1-08.1 SUBCONTRACTING ......................................................................................................................... 63 26
1-08.1(9) Submittal of Executed Subcontracts ............................................................................... 64 27
1-08.3 PROGRESS SCHEDULE ................................................................................................................... 64 28
1-08.3(2)B Type B Progress Schedule ............................................................................................... 64 29
1-08.3(2)F Pre-Activity Meeting .......................................................................................................... 64 30
1-08.4 PROSECUTION OF WORK ................................................................................................................ 65 31
1-08.4 NOTICE TO PROCEED AND PROSECUTION OF WORK ........................................................................ 65 32
1-08.5 TIME FOR COMPLETION .................................................................................................................. 65 33
1-08.9 LIQUIDATED DAMAGES ................................................................................................................... 66 34
1-09 MEASUREMENT AND PAYMENT .................................................................................................... 67 35
1-09.2(1) General Requirements for Weighing Equipment ............................................................ 67 36
1-09.2(5) Measurement ...................................................................................................................... 67 37
1-09.6 FORCE ACCOUNT .......................................................................................................................... 67 38
1-09.8 PAYMENT FOR MATERIAL ON HAND ................................................................................................ 68 39
1-09.9 PAYMENTS ............................................................................................................................... 68 40
1-09.9(1) Retainage ............................................................................................................................ 69 41
1-09.11 DISPUTES AND CLAIMS ................................................................................................................ 69 42
1-09.11(3) Time Limitation and Jurisdiction ....................................................................................... 69 43
1-09.13 CLAIM RESOLUTION ..................................................................................................................... 69 44
1-09.13(3)A Arbitration General ......................................................................................................... 69 45
1-09.13(4) Venue for Litigation ..................................................................................................... 70 46
1-10 TEMPORARY TRAFFIC CONTROL ................................................................................................. 70 47
1-10.2 TRAFFIC CONTROL MANAGEMENT .................................................................................................. 70 48
1-10.2(1) General ............................................................................................................................... 70 49
1-10.4 MEASUREMENT ....................................................................................................................... 71 50
1-10.4(3).GR1 Reinstating Unit Items with Lump Sum Traffic Control ............................................... 71 51
1-10.5 PAYMENT ...................................................................................................................................... 71 52
1-10.5(1).GR1 Lump Sum Bid for Project (No Unit Items) .............................................................. 71 53
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-4 PROJECT #CAG-25-278
1-10.5(2) Item Bids with Lump Sum for Incidentals ............................................................................ 72 1
2
DIVISION 2 3
2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP ................................................................... 73 4
2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS .................................................................... 73 5
6
DIVISION 5 7
5-04 HOT MIX ASPHALT ........................................................................................................................... 75 8
9
DIVISION 7 10
7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS .......................................................... 103 11
12
DIVISION 8 13
8-02 ROADSIDE RESTORATION ............................................................................................................ 105 14
8-04 CURBS, GUTTERS AND SPILLWAYS ........................................................................................... 107 15
8-10 GUIDEPOSTS ................................................................................................................................... 107 16
8-14 CEMENT CONCRETE SIDEWALKS ............................................................................................... 108 17
8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION SYSTEMS, 18
AND ELECTRICAL ................................................................................................................................... 109 19
8-21 PERMANENT SIGNING ................................................................................................................... 117 20
8-22 PAVEMENT MARKING .................................................................................................................... 118 21
22
DIVISION 9 23
9-29 ILLUMINATION, SIGNAL, ELECTRICAL ........................................................................................ 120 24
25
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-5 PROJECT #CAG-25-278
DIVISION 1 1
GENERAL REQUIREMENTS 2
3
DESCRIPTION OF WORK 4
(March 13, 1995 WSDOT GSP) 5
6
This Contract provides for the improvement of the Oakesdale Avenue SW Pavement Preservation 7
and other work, all in accordance with the attached Contract Plans, these Contract Provisions, 8
and the Standard Specifications. The work includes but is not limited to: plane and overlay; 9
buffered bike lanes; curb ramps; pavement markings; and video/radar detection systems. 10
11
1-01 DEFINITIONS AND TERMS 12
13
1-01.3 Definitions 14
(January 19, 2022 APWA GSP) 15
16
Delete the heading Completion Dates and the three paragraphs that follow it, and replace them 17
with the following: 18
19
Dates 20
Bid Opening Date 21
The date on which the Contracting Agency publicly opens and reads the Bids. 22
Award Date 23
The date of the formal decision of the Contracting Agency to accept the lowest responsible 24
and responsive Bidder for the Work. 25
Contract Execution Date 26
The date the Contracting Agency officially binds the Agency to the Contract. 27
Notice to Proceed Date 28
The date stated in the Notice to Proceed on which the Contract time begins. 29
Substantial Completion Date 30
The day the Engineer determines the Contracting Agency has full and unrestricted use 31
and benefit of the facilities, both from the operational and safety standpoint, any remaining 32
traffic disruptions will be rare and brief, and only minor incidental work, replacement of 33
temporary substitute facilities, plant establishment periods, or correction or repair remains 34
for the Physical Completion of the total Contract. 35
Physical Completion Date 36
The day all of the Work is physically completed on the project. All documentation 37
required by the Contract and required by law does not necessarily need to be furnished 38
by the Contractor by this date. 39
Completion Date 40
The day all the Work specified in the Contract is completed and all the obligations of the 41
Contractor under the contract are fulfilled by the Contractor. All documentation required 42
by the Contract and required by law must be furnished by the Contractor before 43
establishment of this date. 44
Final Acceptance Date 45
The date on which the Contracting Agency accepts the Work as complete. 46
47
Supplement this Section with the following: 48
49
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-6 PROJECT #CAG-25-278
All references in the Standard Specifications, Amendments, or WSDOT General Special 1
Provisions, to the terms “Department of Transportation”, “Washington State 2
Transportation Commission”, “Commission”, “Secretary of Transportation”, “Secretary”, 3
“Headquarters”, and “State Treasurer” shall be revised to read “Contracting Agency.” 4
5
All references to the terms “State” or “state” shall be revised to read “Contracting Agency” 6
unless the reference is to an administrative agency of the State of Washington, a State 7
statute or regulation, or the context reasonably indicates otherwise. 8
9
All references to “State Materials Laboratory” shall be revised to read “Contracting Agency 10
designated location.” 11
12
All references to “final contract voucher certification” shall be interpreted to mean the 13
Contracting Agency form(s) by which final payment is authorized, and final completion and 14
acceptance granted. 15
16
Additive 17
A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, 18
which may, at the discretion of the Contracting Agency, be awarded in addition to the base 19
bid. 20
21
Alternate 22
One of two or more units of work or groups of bid items, identified separately in the Bid 23
Proposal, from which the Contracting Agency may make a choice between different 24
methods or material of construction for performing the same work. 25
26
Business Day 27
A business day is any day from Monday through Friday except holidays as listed in Section 28
1-08.5. 29
30
Contract Bond 31
The definition in the Standard Specifications for “Contract Bond” applies to whatever bond 32
form(s) are required by the Contract Documents, which may be a combination of a 33
Payment Bond and a Performance Bond. 34
35
Contract Documents 36
See definition for “Contract.” 37
38
Contract Time 39
The period of time established by the terms and conditions of the Contract within which 40
the Work must be physically completed. 41
42
Notice of Award 43
The written notice from the Contracting Agency to the successful Bidder signifying the 44
Contracting Agency’s acceptance of the Bid Proposal. 45
46
Notice to Proceed 47
The written notice from the Contracting Agency or Engineer to the Contractor authorizing 48
and directing the Contractor to proceed with the Work and establishing the date on which 49
the Contract time begins. 50
51
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-7 PROJECT #CAG-25-278
Traffic 1
Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and 2
equestrian traffic. 3
4
1-02 BID PROCEDURES AND CONDITIONS 5
6
1-02.1 Prequalification of Bidders 7
Delete this Section and replace it with the following: 8
9
1-02.1 Qualifications of Bidder 10
(January 24, 2011 APWA GSP) 11
12
Before award of a public works contract, a bidder must meet at least the minimum 13
qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to 14
be awarded a public works project. 15
16
1-02.2 Plans and Specifications 17
(June 27, 2011 APWA GSP) 18
19
Delete this section and replace it with the following: 20
21
Information as to where Bid Documents can be obtained or reviewed can be found in the 22
Call for Bids (Advertisement for Bids) for the work. 23
24
After award of the Contract, Plans and specifications will be issued to the Contractor at no 25
cost as detailed below: 26
27
To Prime Contractor No. of
Sets Basis of Distribution
Reduced Plans (11" x 17") 5 Furnished automatically upon award.
Contract Provisions 5 Furnished automatically upon award.
Large Plans (e.g. 22" x 34") 1 Furnished only upon request.
28
Additional Plans and Contract Provisions may be obtained by the Contractor from the 29
source stated in the Call for Bids, at the Contractor’s own expense. 30
31
1-02.4 Examination of Plans, Specifications, and Site Work 32
33
1-02.4(1) General 34
(December 30, 2022 APWA GSP, Option B) 35
36
The first sentence of the ninth paragraph, beginning with “Prospective Bidder desiring…”, 37
is revised to read: 38
39
Prospective Bidders desiring an explanation or interpretation of the Bid 40
Documents, shall request the explanation or interpretation in writing by close of 41
business three (3) business days preceding the bid opening to allow a written reply 42
to reach all prospective Bidders before the submission of their Bids. 43
44
1-02.5 Proposal Forms 45
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-8 PROJECT #CAG-25-278
(November 25, 2024 APWA GSP) 1
2
Delete this section and replace it with the following: 3
4
The Proposal Form will identify the project and its location and describe the work. It will also 5
list estimated quantities, units of measurement, the items of work, and the materials to be 6
furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that 7
call for, but are not limited to, unit prices; extensions; summations; the total bid amount; 8
signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; 9
the bidder’s name, address, telephone number, and signature; the bidder’s DBE 10
commitment, if applicable; a State of Washington Contractor’s Registration Number; and a 11
Business License Number, if applicable. Bids shall be in legible figures (not words) written in 12
ink or typed and expressed in U.S. dollars. The required certifications are included as part of 13
the Proposal Form. 14
15
The Contracting Agency reserves the right to arrange the proposal forms with alternates and 16
additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all 17
alternates and additives set forth in the Proposal Form unless otherwise specified. 18
19
1-02.6 Preparation of Proposal 20
(April 22, 2025 APWA GSP, Option A) 21
22
The first sentence of the second paragraph is revised to read as follows: 23
All prices shall be in legible figures (not words) written in ink or typed, and expressed in U.S. 24
dollars. 25
26
Supplement the second paragraph with the following: 27
4. If a minimum bid amount has been established for any item, the unit or lump sum price 28
must equal or exceed the minimum amount stated. 29
30
Delete the last two paragraphs, and replace them with the following: 31
The Bidder shall submit with their Bid a completed Contractor Certification Wage Law 32
Compliance form, provided by the Contracting Agency. Failure to return this certification as 33
part of the Bid Proposal package will make this Bid Nonresponsive and ineligible for Award. 34
A Contractor Certification of Wage Law Compliance form is included in the Proposal Forms. 35
The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. 36
A bid by a corporation shall be executed in the corporate name, by the president or a vice 37
president (or other corporate officer accompanied by evidence of authority to sign). 38
A bid by a partnership shall be executed in the partnership name and signed by a partner. A 39
copy of the partnership agreement shall be submitted with the Bid Form if any DBE 40
requirements are to be satisfied through such an agreement. 41
A bid by a joint venture shall be executed in the joint venture name and signed by a member 42
of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid 43
Form if any DBE requirements are to be satisfied through such an agreement. 44
45
The Bidder shall submit the following supplemental documents with the Bid in accordance 46
with 1-02.9: 47
1) Disadvantaged Business Enterprise Utilization Certification (WSDOT Form 272-056) 48
2) DBE Written Confirmation Form (WSDOT Form 422-031) - For each and every DBE firm 49
listed on the Bidder’s completed Disadvantaged Business Enterprise Utilization 50
Certification, the Bidder shall submit written confirmation from that DBE firm that the 51
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-9 PROJECT #CAG-25-278
DBE is in agreement with the DBE participation commitment that the Bidder has made 1
in the Bidder’s completed Disadvantaged Business Enterprise Utilization Certification. 2
3) Good Faith Effort Documentation - Bidder must submit good faith effort documentation 3
with the Disadvantaged Business Enterprise Utilization Certification ONLY In the Event 4
the bidder’s efforts to solicit sufficient DBE participation have been unsuccessful. 5
4) DBE Item Breakdown (WSDOT Form 272-054) The Bidder shall submit a DBE Item 6
Breakdown form defining the scope of work to be performed by each DBE listed on the 7
DBE Utilization Certification. 8
Directions for delivery of the Disadvantaged Business Enterprise, Written Confirmation 9
Documents, and Disadvantaged Business Enterprise Good Faith Effort documentation are 10
included in Sections 1-02.9 and 1-02.10. 11
12
Bidder Questionnaire 13
(September 3, 2024 WSDOT GSP, Option 7) 14
15
Section 1-02.6 is supplemented with the following: 16
17
The Bidder shall submit with their Bid a completed Bidder Questionnaire form (WSDOT Form 18
#272-022). This shall be filled out for each firm who submitted a bid or quote in attempt to 19
participate in the project whether they were successful or not and include the following 20
information: 21
1. Firm name; 22
2. Firm address including ZIP code; 23
3. Firm’s status as a DBE or non-DBE; 24
4. Race and gender information for the firm’s majority owner; 25
5. NAICS code applicable to each scope of work the firm sought to perform in its bid; 26
6. Age of the firm; and 27
7. The annual gross receipts of the firm. The Bidder may obtain this information by asking 28
each firm to indicate into what gross receipts bracket they fit (less than $1 million; $1-3 29
million; $3-6 million; $6-10 million; etc.) rather than requesting an exact figure from the 30
firm. 31
Failure to return this completed form as part of the Bid Proposal package will cause this Bid to be 32
considered irregular in accordance with Section 1-02.13. A copy of this form is included in the 33
Proposal Forms. 34
35
Subcontractor’s List 36
(June 11, 2025 APWA GSP, Option C) 37
38
The fourth paragraph of Section 1-02.6 is revised to read: 39
40
The Bidder shall submit with the Bid the completed Subcontractor List included in the 41
Contracting Agency Proposal Package. If a Subcontractor List Form is not included in the 42
package, use DOT Form 271-015LP. The Form shall contain the following: 43
44
1. Subcontractors who will perform the work of structural steel installation, rebar 45
installation, heating, ventilation, air conditioning, and plumbing as described in 46
RCW 18.106 and electrical as described in RCW 19.28, 47
48
2. The Work those subcontractors will perform on the Contract and the proof of license 49
when required as described in RCW 39.30.060; and 50
51
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-10 PROJECT #CAG-25-278
3. No more than one subcontractor for each category of work identified, except, when 1
subcontractors vary with Bid alternates, in which case the Bidder shall identify which 2
subcontractor will be used for which alternate. 3
4
Add the following new section: 5
6
1-02.6(1) Recycled Materials Proposal 7
(January 4, 2016 APWA GSP) 8
9
The Bidder shall submit with the Bid, its proposal for incorporating recycled 10
materials into the project, using the form provided in the Contract Provisions. 11
12
13
1-02.7 Bid Deposit 14
(March 8, 2013 APWA GSP) 15
16
Supplement this section with the following: 17
18
Bid bonds shall contain the following: 19
1. Contracting Agency-assigned number for the project; 20
2. Name of the project; 21
3. The Contracting Agency named as obligee; 22
4. The amount of the bid bond stated either as a dollar figure or as a percentage 23
which represents five percent of the maximum bid amount that could be awarded; 24
5. Signature of the bidder’s officer empowered to sign official statements. The 25
signature of the person authorized to submit the bid should agree with the 26
signature on the bond, and the title of the person must accompany the said 27
signature; 28
6. The signature of the surety’s officer empowered to sign the bond and the power of 29
attorney. 30
31
If so stated in the Contract Provisions, bidder must use the bond form included in the 32
Contract Provisions. 33
34
If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 35
36
1-02.9 Delivery of Proposal 37
(April 22, 2025 APWA GSP, OPTION A) 38
39
Delete this section and replace it with the following: 40
41
GENERAL 42
Each Proposal shall be submitted in a sealed envelope, with the Project Name and Project 43
Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as 44
otherwise required in the Bid Documents, to ensure proper handling and delivery. 45
To be considered responsive on a FHWA-funded project, the Bidder may be required to submit 46
the following items, as required by Section 1-02.6: 47
• DBE Utilization Certification 48
• DBE Written Confirmation Document (from each DBE firm listed on the Bidder’s 49
completed DBE Utilization Certification 50
• Good Faith Effort (GFE) Documentation (if applicable) 51
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-11 PROJECT #CAG-25-278
• DBE Bid Item Breakdown 1
Proposals that are received as required will be publicly opened and read as specified in 2
Section 1-02.12. The Contracting Agency will not open or consider any Bid Proposal that is 3
received after the time specified in the Call for Bids for receipt of Bid Proposals or received 4
in a location other than that specified in the Call for Bids. The Contracting Agency will not 5
open or consider any “Supplemental Information” (Written Confirmations Documents, or 6
GFE Documentation) that is received after the time specified, or received in a location other 7
than that specified in the Call for Bids. 8
If an emergency or unanticipated event interrupts normal work processes of the Contracting 9
Agency so that Proposals cannot be received at the office designated for receipt of bids as 10
specified in Section 1-02.12 the time specified for receipt of the Proposal will be deemed to 11
be extended to the same time of day specified in the solicitation on the first work day on 12
which the normal work processes of the Contracting Agency resume. 13
Supplemental bid information submitted after the Proposal submittal but within 48 hours of 14
the time specified for receipt of Proposals, shall be submitted in a sealed envelope labeled 15
the same as for the Proposal, with “Supplemental Information” added. 16
17
DBE DOCUMENT SUBMITTAL REQUIREMENTS 18
DBE Utilization Certification (WSDOT Form 272-056) 19
The DBE Utilization Certification shall be received at the same location and no later than the 20
time required for delivery of the Proposal. The Contracting Agency will not open or consider 21
any Proposal when the DBE Utilization Certification is received after the time specified for 22
receipt of Proposals or received in a location other than that specified for receipt of 23
Proposals. The DBE Utilization Certification may be submitted in the same envelope as the 24
Bid deposit. 25
26
DBE Written Confirmation Document (WSDOT Form 422-031) and/or GFE 27
Documentation, (if applicable) 28
The DBE Written Confirmation Documents and/or GFE Documentation are not required to 29
be submitted with the Proposal. The DBE Written Confirmation Document(s) and/or GFE 30
Documentation (if applicable) shall be received either with the Bid Proposal or as a 31
Supplement to the Bid. Written Confirmation and/or GFE Documentation shall be received 32
no later than 48 hours (not including Saturdays, Sundays and Holidays) after the time for 33
delivery of the Proposal. To be considered responsive, Bidders shall submit a Written 34
Confirmation Document from each DBE firm listed on the Bidder’s completed DBE Utilization 35
Certification and/or the GFE Documentation as required by Section 1-02.6. 36
37
DBE Bid Item Breakdown Form (WSDOT Form 272-054) 38
The DBE Bid Item Breakdown shall be received either with the Bid Proposal or as a 39
Supplement to the Bid. The documents shall be received no later than 48 hours (not 40
including Saturdays, Sundays and Holidays) after the time for delivery of the Proposal. To 41
be considered responsive, Bidders shall submit a completed DBE Bid Item Breakdown, 42
however, the Contractor may correct minor errors to the DBE Bid Item Breakdown for a 43
period up to five calendar days after bid opening (not including Saturdays, Sundays and 44
Holidays). DBE Bid Item Breakdowns that are still incorrect after the correction period will be 45
determined to be non-responsive. 46
The DBE Bid Item Breakdown will not be included as part of the executed Contract. 47
48
1-02.10 Withdrawing, Revising, or Supplementing Proposal 49
(July 23, 2015 APWA GSP) 50
51
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-12 PROJECT #CAG-25-278
Delete this section, and replace it with the following: 1
2
After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may 3
withdraw, revise, or supplement it if: 4
1. The Bidder submits a written request signed by an authorized person and 5
physically delivers it to the place designated for receipt of Bid Proposals, 6
and 7
2. The Contracting Agency receives the request before the time set for receipt 8
of Bid Proposals, and 9
3. The revised or supplemented Bid Proposal (if any) is received by the 10
Contracting Agency before the time set for receipt of Bid Proposals. 11
12
If the Bidder’s request to withdraw, revise, or supplement its Bid Proposal is received 13
before the time set for receipt of Bid Proposals, the Contracting Agency will return the 14
unopened Proposal package to the Bidder. The Bidder must then submit the revised or 15
supplemented package in its entirety. If the Bidder does not submit a revised or 16
supplemented package, then its bid shall be considered withdrawn. 17
18
Late revised or supplemented Bid Proposals or late withdrawal requests will be date 19
recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed 20
requests to withdraw, revise, or supplement a Bid Proposal are not acceptable. 21
22
1-02.13 Irregular Proposals 23
(September 3, 2024 APWA GSP) 24
25
Delete this section and replace it with the following: 26
27
1. A Proposal will be considered irregular and will be rejected if: 28
a. The Bidder is not prequalified when so required; 29
b. The Bidder adds provisions reserving the right to reject or accept the Award, or 30
enter into the Contract; 31
c. A price per unit cannot be determined from the Bid Proposal; 32
d. The Proposal form is not properly executed; 33
e. The Bidder fails to submit or properly complete a subcontractor list (WSDOT 34
Form 271-015), if applicable, as required in Section 1-02.6; 35
f. The Bidder fails to submit or properly complete a Disadvantaged Business 36
Enterprise Certification (WSDOT Form 272-056), if applicable, as required in 37
Section 1-02.6; 38
g. The Bidder fails to submit Written Confirmations (WSDOT Form 422-031) from 39
each DBE firm listed on the Bidder’s completed DBE Utilization Certification that 40
they are in agreement with the bidder’s DBE participation commitment, if 41
applicable, as required in Section 1-02.6, or if the written confirmation that is 42
submitted fails to meet the requirements of the Special Provisions; 43
h. The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as 44
required in Section 1-02.6, or if the documentation that is submitted fails to 45
demonstrate that a Good Faith Effort to meet the Condition of Award in 46
accordance with Section 1-07.11; 47
i. The Bidder fails to submit a DBE Bid Item Breakdown (WSDOT Form 272-054), if 48
applicable, as required in Section 1-02.6, or if the documentation that is 49
submitted fails to meet the requirements of the Special Provisions; 50
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-13 PROJECT #CAG-25-278
j. The Bidder fails to submit the Bidder Questionnaire (DOT Form 272-022), if 1
applicable as required by Section 1-02.6, or if the documentation that is 2
submitted fails to meet the requirements of the Special Provisions; or 3
k. The Bid Proposal does not constitute a definite and unqualified offer to meet the 4
material terms of the Bid invitation. 5
6
2. A Proposal may be considered irregular and may be rejected if: 7
a. The Proposal does not include a unit price for every Bid item; 8
b. Any of the unit prices are excessively unbalanced (either above or below the 9
amount of a reasonable Bid) to the potential detriment of the Contracting Agency; 10
c. The authorized Proposal Form furnished by the Contracting Agency is not used 11
or is altered; 12
d. The completed Proposal form contains unauthorized additions, deletions, 13
alternate Bids, or conditions; 14
e. Receipt of Addenda is not acknowledged; 15
f. A member of a joint venture or partnership and the joint venture or partnership 16
submit Proposals for the same project (in such an instance, both Bids may be 17
rejected); or 18
g. If Proposal form entries are not made in ink. 19
20
1-02.14 Disqualification of Bidders 21
(May 17, 2018 APWA GSP, OPTION B) 22
23
Delete this section and replace it with the following: 24
25
A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder 26
responsibility criteria in RCW 39.04.350(1), as amended; or does not meet Supplemental 27
Criteria 1-7 listed in this Section. 28
29
Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility 30
criteria in RCW 39.04.350(1), and Supplemental Criteria 1-2. Evidence that the Bidder 31
meets Supplemental Criteria 3-7 shall be provided by the Bidder as stated later in this 32
Section. 33
34
1. Delinquent State Taxes 35
A. Criterion: The Bidder shall not owe delinquent taxes to the Washington State 36
Department of Revenue without a payment plan approved by the Department 37
of Revenue. 38
39
B. Documentation: The Bidder, if and when required as detailed below, shall sign 40
a statement (on a form to be provided by the Contracting Agency) that the 41
Bidder does not owe delinquent taxes to the Washington State Department of 42
Revenue, or if delinquent taxes are owed to the Washington State Department 43
of Revenue, the Bidder must submit a written payment plan approved by the 44
Department of Revenue, to the Contracting Agency by the deadline listed 45
below. 46
47
2. Federal Debarment 48
A. Criterion: The Bidder shall not currently be debarred or suspended by the 49
Federal government. 50
51
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-14 PROJECT #CAG-25-278
B. Documentation: The Bidder shall not be listed as having an “active exclusion” 1
on the U.S. government’s “System for Award Management” database 2
(www.sam.gov). 3
4
3. Subcontractor Responsibility 5
A. Criterion: The Bidder’s standard subcontract form shall include the 6
subcontractor responsibility language required by RCW 39.06.020, and the 7
Bidder shall have an established procedure which it utilizes to validate the 8
responsibility of each of its subcontractors. The Bidder’s subcontract form shall 9
also include a requirement that each of its subcontractors shall have and 10
document a similar procedure to determine whether the sub-tier subcontractors 11
with whom it contracts are also “responsible” subcontractors as defined by 12
RCW 39.06.020. 13
14
B. Documentation: The Bidder, if and when required as detailed below, shall 15
submit a copy of its standard subcontract form for review by the Contracting 16
Agency, and a written description of its procedure for validating the 17
responsibility of subcontractors with which it contracts. 18
19
4. Claims Against Retainage and Bonds 20
A. Criterion: The Bidder shall not have a record of excessive claims filed against 21
the retainage or payment bonds for public works projects in the three years 22
prior to the bid submittal date, that demonstrate a lack of effective management 23
by the Bidder of making timely and appropriate payments to its subcontractors, 24
suppliers, and workers, unless there are extenuating circumstances and such 25
circumstances are deemed acceptable to the Contracting Agency. 26
27
B. Documentation: The Bidder, if and when required as detailed below, shall 28
submit a list of the public works projects completed in the three years prior to 29
the bid submittal date that have had claims against retainage and bonds and 30
include for each project the following information: 31
32
• Name of project 33
• The owner and contact information for the owner; 34
• A list of claims filed against the retainage and/or payment bond for any of 35
the projects listed; 36
• A written explanation of the circumstances surrounding each claim and the 37
ultimate resolution of the claim. 38
39
5. Public Bidding Crime 40
A. Criterion: The Bidder and/or its owners shall not have been convicted of a crime 41
involving bidding on a public works contract in the five years prior to the bid 42
submittal date. 43
44
B. Documentation: The Bidder, if and when required as detailed below, shall sign 45
a statement (on a form to be provided by the Contracting Agency) that the 46
Bidder and/or its owners have not been convicted of a crime involving bidding 47
on a public works contract. 48
49
6. Termination for Cause / Termination for Default 50
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-15 PROJECT #CAG-25-278
A. Criterion: The Bidder shall not have had any public works contract terminated 1
for cause or terminated for default by a government agency in the five years 2
prior to the bid submittal date unless there are extenuating circumstances and 3
such circumstances are deemed acceptable to the Contracting Agency. 4
5
B. Documentation: The Bidder, if and when required as detailed below, shall sign 6
a statement (on a form to be provided by the Contracting Agency) that the 7
Bidder has not had any public works contract terminated for cause or 8
terminated for default by a government agency in the five years prior to the bid 9
submittal date; or if Bidder was terminated, describe the circumstances. . 10
11
7. Lawsuits 12
A. Criterion: The Bidder shall not have lawsuits with judgments entered against 13
the Bidder in the five years prior to the bid submittal date that demonstrate a 14
pattern of failing to meet the terms of contracts, unless there are extenuating 15
circumstances and such circumstances are deemed acceptable to the 16
Contracting Agency 17
18
B. Documentation: The Bidder, if and when required as detailed below, shall sign 19
a statement (on a form to be provided by the Contracting Agency) that the 20
Bidder has not had any lawsuits with judgments entered against the Bidder in 21
the five years prior to the bid submittal date that demonstrate a pattern of failing 22
to meet the terms of contracts, or shall submit a list of all lawsuits with 23
judgments entered against the Bidder in the five years prior to the bid submittal 24
date, along with a written explanation of the circumstances surrounding each 25
such lawsuit. The Contracting Agency shall evaluate these explanations to 26
determine whether the lawsuits demonstrate a pattern of failing to meet of 27
terms of construction related contracts 28
29
As evidence that the Bidder meets the Supplemental Criteria stated above, the apparent 30
low Bidder must submit to the Contracting Agency by 12:00 P.M. (noon) of the second 31
business day following the bid submittal deadline, a written statement verifying that the 32
Bidder meets the supplemental criteria together with supporting documentation (sufficient 33
in the sole judgment of the Contracting Agency) demonstrating compliance with the 34
Supplemental Criteria. The Contracting Agency reserves the right to request further 35
documentation as needed from the low Bidder and documentation from other Bidders as 36
well to assess Bidder responsibility and compliance with all bidder responsibility criteria. 37
The Contracting Agency also reserves the right to obtain information from third-parties and 38
independent sources of information concerning a Bidder’s compliance with the mandatory 39
and supplemental criteria, and to use that information in their evaluation. The Contracting 40
Agency may consider mitigating factors in determining whether the Bidder complies with 41
the requirements of the supplemental criteria. 42
43
The basis for evaluation of Bidder compliance with these mandatory and supplemental 44
criteria shall include any documents or facts obtained by Contracting Agency (whether 45
from the Bidder or third parties) including but not limited to: (i) financial, historical, or 46
operational data from the Bidder; (ii) information obtained directly by the Contracting 47
Agency from others for whom the Bidder has worked, or other public agencies or private 48
enterprises; and (iii) any additional information obtained by the Contracting Agency which 49
is believed to be relevant to the matter. 50
51
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-16 PROJECT #CAG-25-278
If the Contracting Agency determines the Bidder does not meet the bidder responsibility 1
criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify 2
the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with 3
this determination, it may appeal the determination within two (2) business days of the 4
Contracting Agency’s determination by presenting its appeal and any additional 5
information to the Contracting Agency. The Contracting Agency will consider the appeal 6
and any additional information before issuing its final determination. If the final 7
determination affirms that the Bidder is not responsible, the Contracting Agency will not 8
execute a contract with any other Bidder until at least two business days after the Bidder 9
determined to be not responsible has received the Contracting Agency’s final 10
determination. 11
12
Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders with 13
concerns about the relevancy or restrictiveness of the Supplemental Bidder Responsibility 14
Criteria may make or submit requests to the Contracting Agency to modify the criteria. 15
Such requests shall be in writing, describe the nature of the concerns, and propose 16
specific modifications to the criteria. Bidders shall submit such requests to the Contracting 17
Agency no later than five (5) business days prior to the bid submittal deadline and address 18
the request to the Project Engineer or such other person designated by the Contracting 19
Agency in the Bid Documents. 20
21
1-03 AWARD AND EXECUTION OF CONTRACT 22
23
1-03.1 Consideration of Bids 24
(December 30, 2022 APWA GSP) 25
26
Revise the first paragraph to read: 27
28
After opening and reading proposals, the Contracting Agency will check them for 29
correctness of extensions of the prices per unit and the total price. If a discrepancy exists 30
between the price per unit and the extended amount of any bid item, the price per unit will 31
control. If a minimum bid amount has been established for any item and the bidder’s unit 32
or lump sum price is less than the minimum specified amount, the Contracting Agency will 33
unilaterally revise the unit or lump sum price, to the minimum specified amount and 34
recalculate the extension. The total of extensions, corrected where necessary, including 35
sales taxes where applicable and such additives and/or alternates as selected by the 36
Contracting Agency, will be used by the Contracting Agency for award purposes and to fix 37
the Awarded Contract Price amount and the amount of the contract bond. 38
39
1-03.1(1) Identical Bid Totals 40
(December 30, 2022 APWA GSP) 41
42
Revise this section to read: 43
44
After opening Bids, if two or more lowest responsive Bid totals are exactly equal, 45
then the tie-breaker will be the Bidder with an equal lowest bid, that proposed to 46
use the highest percentage of recycled materials in the Project, per the form 47
submitted with the Bid Proposal. If those percentages are also exactly equal, then 48
the tie-breaker will be determined by drawing as follows: Two or more slips of paper 49
will be marked as follows: one marked “Winner” and the other(s) marked 50
“unsuccessful.” The slips will be folded to make the marking unseen. The slips will 51
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-17 PROJECT #CAG-25-278
be placed inside a box. One authorized representative of each Bidder shall draw 1
a slip from the box. Bidders shall draw in alphabetic order by the name of the firm 2
as registered with the Washington State Department of Licensing. The slips shall 3
be unfolded and the firm with the slip marked “Winner” will be determined to be the 4
successful Bidder and eligible for Award of the Contract. Only those Bidders who 5
submitted a Bid total that is exactly equal to the lowest responsive Bid, and with a 6
proposed recycled materials percentage that is exactly equal to the highest 7
proposed recycled materials amount, are eligible to draw. 8
9
1-03.3 Execution of Contract 10
(July 8, 2024 APWA GSP, OPTION B) 11
12
This section is supplemented with the following: 13
14
No later than 5 calendar days after the Award date (not including Saturdays, Sundays and 15
Holidays), the successful Bidder shall provide DBE Trucking Credit Form(s) (WSDOT Form 16
272-058) when trucking appears on the DBE Utilization Certificate (WSDOT Form 272-056). 17
The DBE Trucking Credit Form shall document how the DBE Trucking firm will be able to 18
perform the scope of work subcontracted to them. 19
20
Trucking forms will be returned for correction. Trucking Credit Form(s) will not be included 21
as part of the executed Contract. 22
23
DBE Trucking Credit Forms shall be submitted to NWRegionOEO@WSDOT.wa.gov and in 24
one of the following ways: 25
1) By E-mail to Keith Woolley, kwoolley@rentonwa.gov or 26
2) By Mail to: Keith Woolley, 1055 S Grady Way, Renton, WA 98057 27
28
1-03.4 Contract Bond 29
(July 23, 2015 APWA GSP) 30
31
Delete the first paragraph and replace it with the following: 32
33
The successful bidder shall provide executed payment and performance bond(s) for the 34
full contract amount. The bond may be a combined payment and performance bond; or 35
be separate payment and performance bonds. In the case of separate payment and 36
performance bonds, each shall be for the full contract amount. The bond(s) shall: 37
1. Be on Contracting Agency-furnished form(s); 38
2. Be signed by an approved surety (or sureties) that: 39
a. Is registered with the Washington State Insurance Commissioner, 40
and 41
b. Appears on the current Authorized Insurance List in the State of 42
Washington published by the Office of the Insurance 43
Commissioner, 44
3. Guarantee that the Contractor will perform and comply with all obligations, 45
duties, and conditions under the Contract, including but not limited to the 46
duty and obligation to indemnify, defend, and protect the Contracting 47
Agency against all losses and claims related directly or indirectly from any 48
failure: 49
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-18 PROJECT #CAG-25-278
a. Of the Contractor (or any of the employees, subcontractors, or 1
lower tier subcontractors of the Contractor) to faithfully perform and 2
comply with all contract obligations, conditions, and duties, or 3
b. Of the Contractor (or the subcontractors or lower tier subcontractors 4
of the Contractor) to pay all laborers, mechanics, subcontractors, 5
lower tier subcontractors, material person, or any other person who 6
provides supplies or provisions for carrying out the work; 7
4. Be conditioned upon the payment of taxes, increases, and penalties 8
incurred on the project under titles 50, 51, and 82 RCW; and 9
5. Be accompanied by a power of attorney for the Surety’s officer empowered 10
to sign the bond; and 11
6. Be signed by an officer of the Contractor empowered to sign official 12
statements (sole proprietor or partner). If the Contractor is a corporation, 13
the bond(s) must be signed by the president or vice president, unless 14
accompanied by written proof of the authority of the individual signing the 15
bond(s) to bind the corporation (i.e., corporate resolution, power of 16
attorney, or a letter to such effect signed by the president or vice president). 17
18
1-03.7 Judicial Review 19
(December 30, 2022 APWA GSP) 20
21
Revise this section to read: 22
23
All decisions made by the Contracting Agency regarding the Award and execution of the 24
Contract or Bid rejection shall be conclusive subject to the scope of judicial review 25
permitted under Washington Law. Such review, if any, shall be timely filed in the Superior 26
Court of the county where the Contracting Agency headquarters is located, provided that 27
where an action is asserted against a county, RCW 36.01.050 shall control venue and 28
jurisdiction. 29
30
1-04 SCOPE OF THE WORK 31
32
1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and 33
Addenda 34
(December 30, 2022 APWA GSP) 35
36
Revise the second paragraph to read: 37
38
Any inconsistency in the parts of the contract shall be resolved by following this order of 39
precedence (e.g. 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 40
1. Addenda, 41
2. Proposal Form, 42
3. Special Provisions, 43
4. Contract Plans, 44
5. Standard Specifications, 45
6. Contracting Agency’s Standard Plans or Details (if any), and 46
7. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 47
48
1-04.4 Changes 49
(January 19, 2022 APWA GSP) 50
51
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-19 PROJECT #CAG-25-278
The first two sentences of the last paragraph of Section 1-04.4 are deleted. 1
2
1-05 CONTROL OF WORK 3
1-05.1 Authority of the Engineer 4
5
Requests for Information (RFI) 6
7
The fourth paragraph of Section 1-05.1(2) is revised to read: 8
9
(November 4, 2024 WSDOT GSP, OPTION 1 2026) 10
The Contractor may submit a RFI for one of the following reasons: 11
12
1. The Contractor believes there is information missing from the Contract 13
Documents (Missing Information). 14
15
2. The Contractor believes a clarification of one or more of the Contract 16
requirements is necessary (Clarification). 17
18
3. The Contractor needs to substitute a material that provides an equal or better 19
level of performance as the one specified in the Contract (RFC - Material 20
Substitution). Requests shall indicate the location(s), quantity, and shall describe 21
how the material provides an equal or better level of performance as the material 22
originally specified. 23
24
4. The Contractor requests a change to the Contract requirements for a reason 25
other than one listed in items 1-3 of this Section (RFC - Other). To be considered, 26
the request must not meet the requirements of a Value Engineering Change 27
Proposal. To be considered, the request shall qualify as a Minor Change in 28
accordance with Section 1-04.4(1) and shall describe how the change is 29
beneficial to the project. 30
31
1-05.4 Conformity With and Deviations from Plans and Stakes 32
33
Section 1-05.4 is supplemented with the following: 34
35
Contractor Surveying – Roadway 36
(January 13, 2021 WSDOT GSP, OPTION 2) 37
38
The Contracting Agency has provided primary survey control in the Plans. 39
40
The Contractor shall be responsible for setting, maintaining, and resetting all alignment 41
stakes, slope stakes, and grades necessary for the construction of the roadbed, drainage, 42
surfacing, paving, channelization, and pavement marking, illumination and signals, 43
guardrails, and barriers, and signing. Except for the survey control data to be furnished by 44
the Contracting Agency, calculations, surveying, and measuring required for setting and 45
maintaining the necessary lines and grades shall be the Contractor's responsibility. 46
47
The Contractor shall inform the Engineer when monuments are discovered that were not 48
identified in the Plans and construction activity may disturb or damage the monuments. 49
All monuments noted on the plans “DO NOT DISTURB” shall be protected throughout the 50
length of the project or be replaced at the Contractors expense. 51
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-20 PROJECT #CAG-25-278
1
Detailed survey records shall be maintained, including a description of the work performed 2
on each shift, the methods utilized, and the control points used. The record shall be 3
adequate to allow the survey to be reproduced. A copy of each day's record shall be 4
provided to the Engineer within three working days after the end of the shift. 5
6
The meaning of words and terms used in this provision shall be as listed in "Definitions of 7
Surveying and Associated Terms" current edition, published by the American Congress on 8
Surveying and Mapping and the American Society of Civil Engineers. 9
10
The survey work shall include but not be limited to the following: 11
12
1. Verify the primary horizontal and vertical control furnished by the Contracting 13
Agency, and expand into secondary control by adding stakes and hubs as well as 14
additional survey control needed for the project. Provide descriptions of secondary 15
control to the Contracting Agency. The description shall include coordinates and 16
elevations of all secondary control points. 17
18
2. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks on 19
centerline or on offsets to centerline at all curve points (PCs, PTs, and PIs) and at 20
points on the alignments spaced no further than 50 feet. 21
22
3. Establish clearing limits, placing stakes at all angle points and at intermediate 23
points not more than 50 feet apart. The clearing and grubbing limits shall be 5 24
feet beyond the toe of a fill and 10 feet beyond the top of a cut unless otherwise 25
shown in the Plans. 26
27
4. Establish grading limits, placing slope stakes at centerline increments not more 28
than 50 feet apart. Establish offset reference to all slope stakes. If Global 29
Positioning Satellite (GPS) Machine Controls are used to provide grade control, 30
then slope stakes may be omitted at the discretion of the Contractor 31
32
5. Establish the horizontal and vertical location of all drainage features, placing offset 33
stakes to all drainage structures and to pipes at a horizontal interval not greater 34
than 25 feet. 35
36
6. Establish roadbed and surfacing elevations by placing stakes at the top of 37
subgrade and at the top of each course of surfacing. Subgrade and surfacing 38
stakes shall be set at horizontal intervals not greater than 50 feet in tangent 39
sections, 25 feet in curve sections with a radius less than 300 feet, and at 10-foot 40
intervals in intersection radii with a radius less than 10 feet. Transversely, stakes 41
shall be placed at all locations where the roadway slope changes and at additional 42
points such that the transverse spacing of stakes is not more than 12 feet. If GPS 43
Machine Controls are used to provide grade control, then roadbed and surfacing 44
stakes may be omitted at the discretion of the Contractor. 45
46
7. Establish intermediate elevation benchmarks as needed to check work throughout 47
the project. 48
49
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-21 PROJECT #CAG-25-278
8. Provide references for paving pins at 25-foot intervals or provide simultaneous 1
surveying to establish location and elevation of paving pins as they are being 2
placed. 3
4
9. For all other types of construction included in this provision, (including but not 5
limited to channelization and pavement marking, illumination and signals, 6
guardrails, and barriers, and signing) provide staking and layout as necessary to 7
adequately locate, construct, and check the specific construction activity. 8
9
10. Contractor shall determine if changes are needed to the profiles or roadway 10
sections shown in the Contract Plans in order to achieve proper smoothness and 11
drainage where matching into existing features, such as a smooth transition from 12
new pavement to existing pavement. The Contractor shall submit these changes 13
to the Engineer for review and approval 10 days prior to the beginning of work. 14
15
The Contractor shall provide the Contracting Agency copies of any calculations and 16
staking data when requested by the Engineer. 17
18
The Contractor shall ensure a surveying accuracy within the following tolerances: 19
20
Vertical Horizontal 21
Slope stakes ±0.10 feet ±0.10 feet 22
Subgrade grade stakes set 23
0.04 feet below grade ±0.01 feet ±0.5 feet 24
(parallel to alignment) 25
±0.1 feet 26
(normal to alignment) 27
28
Stationing on roadway N/A ±0.1 feet 29
Alignment on roadway N/A ±0.04 feet 30
Surfacing grade stakes ±0.01 feet ±0.5 feet 31
(parallel to alignment) 32
±0.1 feet 33
(normal to alignment) 34
35
Roadway paving pins for 36
surfacing or paving ±0.01 feet ±0.2 feet 37
(parallel to alignment) 38
±0.1 feet 39
(normal to alignment) 40
41
The Contracting Agency may spot-check the Contractor's surveying. These spot-checks 42
will not change the requirements for normal checking by the Contractor. 43
44
When staking roadway alignment and stationing, the Contractor shall perform 45
independent checks from different secondary control to ensure that the points staked are 46
within the specified survey accuracy tolerances. 47
48
The Contractor shall calculate coordinates for the alignment. The Contracting Agency will 49
verify these coordinates prior to issuing approval to the Contractor for commencing with 50
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-22 PROJECT #CAG-25-278
the work. The Contracting Agency will require up to seven calendar days from the date the 1
data is received. 2
3
Contract work to be performed using contractor-provided stakes shall not begin until the 4
stakes are approved by the Contracting Agency. Such approval shall not relieve the 5
Contractor of responsibility for the accuracy of the stakes. 6
7
Stakes shall be marked in accordance with Standard Plan A10.10. When stakes are 8
needed that are not described in the Plans, then those stakes shall be marked, at no 9
additional cost to the Contracting Agency as ordered by the Engineer. 10
11
Payment 12
Payment will be made for the following bid item when included in the proposal: 13
14
"Roadway Surveying", lump sum. 15
16
The lump sum contract price for "Roadway Surveying" shall be full pay for all labor, 17
equipment, materials, and supervision utilized to perform the Work specified, including 18
any resurveying, checking, correction of errors, replacement of missing or damaged 19
stakes, and coordination efforts. 20
21
Contractor Surveying – ADA Features 22
(April 22, 2025 APWA GSP, Option D) 23
24
ADA Feature Staking Requirements 25
The Contractor shall be responsible for setting, maintaining, and resetting all alignment 26
stakes, and grades necessary for the construction of the ADA features. Calculations, 27
surveying, and measuring required for setting and maintaining the necessary lines and 28
grades shall be the Contractor’s responsibility. The Contractor shall build the ADA 29
features within the specifications in the Standard Plans and contract documents. 30
31
ADA Feature Contract Compliance 32
The Contractor shall be responsible for completing measurements to verify all ADA 33
features comply with the Contract in the presence of the Engineer. 34
35
ADA Feature Measurements 36
The Contractor shall be responsible for providing the latitude and longitude of each ADA 37
feature as indicated on the ADA Post Inspection Form(s) (WSDOT Form 224-020LP). 38
The completed ADA Post Inspection Form(s) (WSDOT Form 224-020LP) shall be 39
submitted as a Type 3 Working Drawing and transmitted to the Engineer within 30 calendar 40
days of completing the ADA feature. After acceptance, the Contracting Agency will retain 41
the final form(s) for their records. 42
43
Payment 44
Payment will be made for the following bid item that is included in the Proposal: 45
“ADA Feature Surveying”, lump sum. 46
47
The lump sum Contract price for “ADA Feature Surveying” shall be full pay for all the 48
Work as specified. 49
50
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-23 PROJECT #CAG-25-278
In the instance where an ADA feature does not meet accessibility requirements, all work 1
to replace non-compliant work and then to measure, record the measurements, and 2
transmit the electronic forms to the Engineer shall be completed at no additional cost to 3
the Contracting Agency. 4
5
1-05.7 Removal of Defective and Unauthorized Work 6
(October 1, 2005 APWA GSP) 7
8
Supplement this section with the following: 9
10
If the Contractor fails to remedy defective or unauthorized work within the time specified 11
in a written notice from the Engineer, or fails to perform any part of the work required by 12
the Contract Documents, the Engineer may correct and remedy such work as may be 13
identified in the written notice, with Contracting Agency forces or by such other means as 14
the Contracting Agency may deem necessary. 15
16
If the Contractor fails to comply with a written order to remedy what the Engineer 17
determines to be an emergency situation, the Engineer may have the defective and 18
unauthorized work corrected immediately, have the rejected work removed and replaced, 19
or have work the Contractor refuses to perform completed by using Contracting Agency 20
or other forces. An emergency situation is any situation when, in the opinion of the 21
Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of 22
loss or damage to the public. 23
24
Direct or indirect costs incurred by the Contracting Agency attributable to correcting and 25
remedying defective or unauthorized work, or work the Contractor failed or refused to 26
perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from 27
monies due, or to become due, the Contractor. Such direct and indirect costs shall include 28
in particular, but without limitation, compensation for additional professional services 29
required, and costs for repair and replacement of work of others destroyed or damaged 30
by correction, removal, or replacement of the Contractor’s unauthorized work. 31
32
No adjustment in Contract time or compensation will be allowed because of the delay in 33
the performance of the work attributable to the exercise of the Contracting Agency’s rights 34
provided by this section. 35
36
The rights exercised under the provisions of this section shall not diminish the Contracting 37
Agency’s right to pursue any other avenue for additional remedy or damages with respect 38
to the Contractor’s failure to perform the work as required. 39
40
1-05.11 Final Inspection 41
(October 1, 2005 APWA GSP) 42
43
Delete this section and replace it with the following: 44
45
1-05.11 Final Inspections and Operational Testing 46
47
1-05.11(1) Substantial Completion Date 48
When the Contractor considers the work to be substantially complete, the Contractor shall 49
so notify the Engineer and request the Engineer establish the Substantial Completion 50
Date. The Contractor’s request shall list the specific items of work that remain to be 51
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-24 PROJECT #CAG-25-278
completed in order to reach physical completion. The Engineer will schedule an inspection 1
of the work with the Contractor to determine the status of completion. The Engineer may 2
also establish the Substantial Completion Date unilaterally. 3
4
If, after this inspection, the Engineer concurs with the Contractor that the work is 5
substantially complete and ready for its intended use, the Engineer, by written notice to 6
the Contractor, will set the Substantial Completion Date. If, after this inspection the 7
Engineer does not consider the work substantially complete and ready for its intended 8
use, the Engineer will, by written notice, so notify the Contractor giving the reasons 9
therefore. 10
11
Upon receipt of written notice concurring in or denying substantial completion, whichever 12
is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized 13
interruption, the work necessary to reach Substantial and Physical Completion. The 14
Contractor shall provide the Engineer with a revised schedule indicating when the 15
Contractor expects to reach substantial and physical completion of the work. 16
17
The above process shall be repeated until the Engineer establishes the Substantial 18
Completion Date and the Contractor considers the work physically complete and ready for 19
final inspection. 20
21
1-05.11(2) Final Inspection and Physical Completion Date 22
When the Contractor considers the work physically complete and ready for final 23
inspection, the Contractor by written notice, shall request the Engineer to schedule a final 24
inspection. The Engineer will set a date for final inspection. The Engineer and the 25
Contractor will then make a final inspection and the Engineer will notify the Contractor in 26
writing of all particulars in which the final inspection reveals the work incomplete or 27
unacceptable. The Contractor shall immediately take such corrective measures as are 28
necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, 29
diligently, and without interruption until physical completion of the listed deficiencies. This 30
process will continue until the Engineer is satisfied the listed deficiencies have been 31
corrected. 32
33
If action to correct the listed deficiencies is not initiated within 7 days after receipt of the 34
written notice listing the deficiencies, the Engineer may, upon written notice to the 35
Contractor, take whatever steps are necessary to correct those deficiencies pursuant to 36
Section 1-05.7. 37
38
The Contractor will not be allowed an extension of Contract time because of a delay in the 39
performance of the work attributable to the exercise of the Engineer’s right hereunder. 40
41
Upon correction of all deficiencies, the Engineer will notify the Contractor and the 42
Contracting Agency, in writing, of the date upon which the work was considered physically 43
complete. That date shall constitute the Physical Completion Date of the Contract, but 44
shall not imply acceptance of the work or that all the obligations of the Contractor under 45
the Contract have been fulfilled. 46
47
1-05.11(3) Operational Testing 48
It is the intent of the Contracting Agency to have at the Physical Completion Date a 49
complete and operable system. Therefore when the work involves the installation of 50
machinery or other mechanical equipment; street lighting, electrical distribution or signal 51
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-25 PROJECT #CAG-25-278
systems; irrigation systems; buildings; or other similar work it may be desirable for the 1
Engineer to have the Contractor operate and test the work for a period of time after final 2
inspection but prior to the physical completion date. Whenever items of work are listed in 3
the Contract Provisions for operational testing they shall be fully tested under operating 4
conditions for the time period specified to ensure their acceptability prior to the Physical 5
Completion Date. During and following the test period, the Contractor shall correct any 6
items of workmanship, materials, or equipment which prove faulty, or that are not in first 7
class operating condition. Equipment, electrical controls, meters, or other devices and 8
equipment to be tested during this period shall be tested under the observation of the 9
Engineer, so that the Engineer may determine their suitability for the purpose for which 10
they were installed. The Physical Completion Date cannot be established until testing and 11
corrections have been completed to the satisfaction of the Engineer. 12
13
The costs for power, gas, labor, material, supplies, and everything else needed to 14
successfully complete operational testing, shall be included in the unit Contract prices 15
related to the system being tested, unless specifically set forth otherwise in the Proposal. 16
17
Operational and test periods, when required by the Engineer, shall not affect a 18
manufacturer’s guaranties or warranties furnished under the terms of the Contract. 19
20
1-05.13 Superintendents, Labor and Equipment of Contractor 21
(August 14, 2013 APWA GSP) 22
23
Delete the sixth and seventh paragraphs of this section. 24
25
26
1-05.15 Method of Serving Notices 27
(January 4, 2024 APWA GSP) 28
29
Revise the second paragraph to read: 30
31
All correspondence from the Contractor shall be served and directed to the Engineer. All 32
correspondence from the Contractor constituting any notification, notice of protest, notice 33
of dispute, or other correspondence constituting notification required to be furnished under 34
the Contract, must be written in paper format, hand delivered or sent via certified mail 35
delivery service with return receipt requested to the Engineer's office. Electronic copies 36
such as e-mails or electronically delivered copies of correspondence will not constitute 37
such notice and will not comply with the requirements of the Contract. 38
39
Add the following new section: 40
41
1-05.16 Water and Power 42
(October 1, 2005 APWA GSP) 43
44
The Contractor shall make necessary arrangements, and shall bear the costs for power 45
and water necessary for the performance of the work unless the Contract includes power 46
and water as a pay item. 47
48
Add the following new section: 49
50
1-05.18 Record Drawings 51
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-26 PROJECT #CAG-25-278
(March 8, 2013 APWA GSP) 1
2
The Contractor shall maintain one set of full size plans for Record Drawings, updated 3
with clear and accurate red-lined field revisions on a daily basis, and within 2 business 4
days after receipt of information that a change in Work has occurred. The Contractor 5
shall not conceal any work until the required information is recorded. 6
7
This Record Drawing set shall be used for this purpose alone, shall be kept separate 8
from other Plan sheets, and shall be clearly marked as Record Drawings. These Record 9
Drawings shall be kept on site at the Contractor’s field office, and shall be available for 10
review by the Contracting Agency at all times. The Contractor shall bring the Record 11
Drawings to each progress meeting for review. 12
13
The preparation and upkeep of the Record Drawings is to be the assigned responsibility 14
of a single, experienced, and qualified individual. The quality of the Record Drawings, in 15
terms of accuracy, clarity, and completeness, is to be adequate to allow the Contracting 16
Agency to modify the computer-aided drafting (CAD) Contract Drawings to produce a 17
complete set of Record Drawings for the Contracting Agency without further investigative 18
effort by the Contracting Agency. 19
20
The Record Drawing markups shall document all changes in the Work, both concealed 21
and visible. Items that must be shown on the markups include but are not limited to: 22
23
• Actual dimensions, arrangement, and materials used when different than shown in 24
the Plans. 25
• Changes made by Change Order or Field Order. 26
• Changes made by the Contractor. 27
• Accurate locations of storm sewer, sanitary sewer, water mains and other water 28
appurtenances, structures, conduits, light standards, vaults, width of roadways, 29
sidewalks, landscaping areas, building footprints, channelization, and pavement 30
markings, etc. Include pipe invert elevations, top of castings (manholes, inlets, 31
etc.). 32
33
If the Contract calls for the Contracting Agency to do all surveying and staking, the 34
Contracting Agency will provide the elevations at the tolerances the Contracting Agency 35
requires for the Record Drawings. 36
37
When the Contract calls for the Contractor to do the surveying/staking, the applicable 38
tolerance limits include, but are not limited to the following: 39
Vertical Horizontal
As-built sanitary & storm invert and grate
elevations
± 0.01 foot ± 0.01 foot
As-built monumentation ± 0.001 foot ± 0.001 foot
As-built waterlines, inverts, valves,
hydrants
± 0.10 foot ± 0.10 foot
As-built ponds/swales/water features ± 0.10 foot ± 0.10 foot
As-built buildings (fin. Floor elev.) ± 0.01 foot ± 0.10 foot
As-built gas lines, power, TV, Tel, Com ± 0.10 foot ± 0.10 foot
As-built signs, signals, etc. N/A ± 0.10 foot
40
Making Entries on the Record Drawings: 41
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-27 PROJECT #CAG-25-278
1
• Use erasable colored pencil (not ink) for all markings on the Record Drawings, 2
conforming to the following color code: 3
• Additions - Red 4
• Deletions - Green 5
• Comments - Blue 6
• Dimensions - Graphite 7
• Provide the applicable reference for all entries, such as the change order number, 8
the request for information (RFI) number, or the approved shop drawing number. 9
• Date all entries. 10
• Clearly identify all items in the entry with notes similar to those in the Contract 11
Drawings (such as pipe symbols, centerline elevations, materials, pipe joint 12
abbreviations, etc.). 13
14
The Contractor shall certify on the Record Drawings that said drawings are an accurate 15
depiction of built conditions, and in conformance with the requirements detailed above. 16
The Contractor shall submit final Record Drawings to the Contracting Agency. 17
Contracting Agency acceptance of the Record Drawings is one of the requirements for 18
achieving Physical Completion. 19
20
Payment 21
Payment will be made for the following bid item: 22
23
Record Drawings
(Minimum Bid $ 5,000)
Lump Sum
24
Payment for this item will be made on a prorated monthly basis for work completed in 25
accordance with this section up to 75% of the lump sum bid. The final 25% of the lump 26
sum item will be paid upon submittal and approval of the completed Record Drawings 27
set prepared in conformance with these Special Provisions. 28
29
A minimum bid amount has been entered in the Bid Proposal for this item. The 30
Contractor must bid at least that amount. 31
32
1-06 CONTROL OF MATERIAL 33
34
Section 1-06 is supplemented with the following: 35
36
Buy America Requirements 37
(March 20, 2025) 38
General Requirements 39
In accordance with Buy America requirements contained in 23 CFR 635.410 and 2 CFR 184, 40
the following materials must be produced in the United States: 41
42
1. All Iron or Steel Products used in the project. This means all manufacturing 43
processes, from the initial melting stage through the application of coatings, 44
occurred in the United States. 45
46
2. All Manufactured Products used in the project. This means the manufactured 47
product was manufactured in the United States. 48
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-28 PROJECT #CAG-25-278
1
3. All Construction Materials used in the project. This means that all manufacturing 2
processes for the construction material occurred in the United States. 3
4
An article, material, or supply will be classified in one of four categories: 1) Iron or Steel 5
Product, 2) Manufactured Product, 3) Construction Material, or 4) Excluded Material. Only a 6
single category will apply to an item except as follows: 7
8
1. With respect to precast concrete products that are classified as Manufactured 9
Products, the components of precast concrete products that consist wholly or 10
predominantly of iron, steel, or combination of both shall meet the requirements for 11
and be tracked as an Iron or Steel Product. The item shall also meet the 12
requirements for a Manufactured Product, and the cost of the iron or steel 13
components shall be included in determining if the Manufactured Product was 14
produced in the United States. 15
16
2. With respect to intelligent transportation systems and other electronic hardware 17
systems that are classified as Manufactured Products, the cabinets or other 18
enclosures of such systems that consist wholly or predominantly of iron, steel, or a 19
combination of both, shall meet the requirements for and be tracked as an Iron or 20
Steel Products. The item shall also meet the requirements for a Manufactured 21
Product and the cost of the iron or steel components shall be included in 22
determining if the manufactured product was produced in the United States. 23
24
Some contract items are composed of multiple parts that may fall into different categories. 25
Individual components will be categorized as a Construction Material, a Manufactured 26
Product, an Iron or Steel Product, or an excluded material based on their composition when 27
they arrive at the staging area or work site. 28
29
Definitions 30
1. Construction Material: Defined as any article, material, or supply brought to the 31
construction site for incorporation into the final product. Construction materials include 32
an article, material, or supply that is or consists primarily of: 33
34
a. Non-ferrous metals including all manufacturing processes, from initial smelting or 35
melting through final shaping, coating, and assembly; 36
37
b. Plastic and polymer-based products including all manufacturing processes, from 38
initial combination of constituent plastic or polymer-based inputs, or, where 39
applicable, constituent composite materials, until the item is in its final form); 40
41
c. Glass including all manufacturing processes, from initial batching and melting of raw 42
materials through annealing, cooling, and cutting); 43
44
d. Fiber optic cable (includes drop cable) including all manufacturing processes, from 45
initial ribboning (if applicable), through buffering, fiber stranding and jacketing, (fiber 46
optic cable also includes the standards for glass and optical fiber); 47
48
e. Optical fiber including all manufacturing processes, from the initial preform 49
fabrication stage, though the completion of the draw; 50
51
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-29 PROJECT #CAG-25-278
f. Lumber including all manufacturing processes, from initial debarking through 1
treatment and planing; 2
3
g. Drywall including all manufacturing processes, from initial blending of mined or 4
synthetic gypsum plaster and additives through cutting and drying of sandwiched 5
panels; or 6
7
h. Engineered wood including all manufacturing processes from the initial combination 8
of constituent materials until the wood product is in its final form. 9
10
If a Construction Material is not manufactured in the United States it shall be considered 11
a Foreign Construction Material. 12
13
2. Excluded Material: A material where Buy America requirements do not apply. This 14
includes the following: 15
16
a. Materials excluded by Section 70917(c) of the Buy America, Build America Act with 17
respect to aggregates this includes cement and cementitious materials, aggregates 18
such as stone, sand, or gravel or aggregate binding agents or additives. These 19
materials shall be classified as excluded materials based on the composition when 20
brought to the work site. It also includes combinations of these excluded materials 21
when mixtures of Excluded Materials are delivered to the work site without final form 22
for incorporation into the project (i.e. wet concrete and HMA). If they are formed 23
prior to delivery, they are a Manufactured Product and not an Excluded Material. 24
25
b. Temporary materials that are not being permanently incorporated into the project. 26
27
c. Raw or minimal processed materials where the article, material, or supply does not 28
fall into any of the categories, as it is not a Manufactured Product, an Iron or Steel 29
Product, or a Construction Material and when these materials are delivered to the 30
work site without final form for incorporation into the product (i.e. seed mix and 31
topsoil). If they are formed prior to delivery, they are a Manufactured Product and 32
not an Excluded Material. 33
34
3. Iron or Steel Product: An article, material, or supply that consist of wholly or 35
predominantly of iron or steel or a combination of both. To be considered predominantly 36
of iron or steel or a combination of both means that the cost of the iron and steel content 37
exceeds 50 percent of the total cost of all its components. The cost of iron and steel is 38
based on a good faith estimate of the cost of the iron or steel components. 39
40
4. Manufactured Product: A Manufactured Product includes any item produced as a result 41
of the manufacturing process. Items that should be treated as a manufactured product 42
(rather than a construction material) are: 1) items that consist of two or more of the listed 43
construction materials that have been combined together through a manufacturing 44
process, and 2) items that include at least one of the listed construction materials as 45
defined above, combined with a material that is not listed through a manufacturing 46
process. 47
48
If a product is not an Iron or Steel Product, a Construction Material, or an Excluded 49
Material, it is a Manufactured Product. 50
51
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-30 PROJECT #CAG-25-278
5. United States: To further define the coverage, a domestic product is a manufactured 1
steel construction material that was produced in one of the 50 states, the District of 2
Columbia, Puerto Rico, or in the territories and possessions of the United States. 3
4
Iron or Steel Product Requirements 5
Iron or Steel Products that are permanently incorporated into the project shall consist of 6
American-made materials only. Buy America requirements do not apply to temporary steel or 7
iron items, e.g., temporary sheet piling, temporary bridges, steel scaffolding and falsework. 8
9
Minor amounts of foreign steel and iron may be utilized in this project provided the cost of 10
the foreign material used does not exceed one-tenth of one percent of the total contract cost 11
or $2,500.00, whichever is greater. 12
13
American-made material is defined as material having all manufacturing processes occurring 14
domestically. 15
16
If domestically produced steel billets or iron ingots are exported outside of the United States, 17
as defined above, for any manufacturing process then the resulting product does not conform 18
to the Buy America requirements. Additionally, products manufactured domestically from 19
foreign source steel billets or iron ingots do not conform to the Buy America requirements 20
because the initial melting and mixing of alloys to create the material occurred in a foreign 21
country. 22
23
Manufacturing begins with the initial melting and mixing and continues through the coating 24
stage. Any process which modifies the chemical content, the physical size or shape, or the 25
final finish is considered a manufacturing process. The processes include rolling, extruding, 26
machining, bending, grinding, drilling, welding, and coating. The action of applying a coating 27
to steel or iron is deemed a manufacturing process. Coating includes epoxy coating, 28
galvanizing, aluminizing, painting, and any other coating that protects or enhances the value 29
of steel or iron. Any process from the original reduction from ore to the finished product 30
constitutes a manufacturing process for iron. 31
32
Due to a nationwide waiver, Buy America requirements do not apply to raw materials (iron 33
ore and alloys), scrap (recycled steel or iron), and pig iron ore processed, pelletized, and 34
reduced iron ore. 35
36
The following are considered to be steel manufacturing processes: 37
38
1. Production of steel by any of the following processes: 39
40
a. Open hearth furnace. 41
42
b. Basic oxygen. 43
44
c. Electric furnace. 45
46
d. Direct reduction. 47
48
2. Rolling, heat treating, and any other similar processing. 49
50
3. Fabrication of the products: 51
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-31 PROJECT #CAG-25-278
1
a. Spinning wire into cable or strand. 2
3
b. Corrugating and rolling into culverts. 4
5
c. Shop fabrication. 6
7
A certification of materials origin will be required for all iron or steel products prior to such 8
items being incorporated into the permanent work. The Contractor will not receive payment 9
until the certification is received by the Engineer. The certification shall be on WSDOT Form 10
350-109 provided by the Engineer, or such other form the Contractor chooses, provided it 11
contains the same information as WSDOT Form 350-109. 12
13
Manufactured Products 14
Due to a nationwide waiver, Buy America requirements do not apply to Manufactured 15
Products except as follows: 16
17
1. When a precast concrete product is classified as a Manufactured Product, the 18
components that are an Iron or Steel Product shall follow the “Iron and Steel 19
Requirements” of this Specification. 20
21
2. When an electronic hardware system such as an intelligent transportation system 22
is classified as a Manufactured Product, the cabinets and the other enclosures of 23
such systems that are an Iron or Steel Product shall follow the “Iron and Steel 24
Requirements” of this Specification. 25
26
Construction Material Requirements 27
A Contractor provided certification of materials origin will be required before each progress 28
estimate or payment. The Contractor will not receive payment until the certification is received 29
by the Engineer. The Contractor shall certify that all Construction Materials installed during 30
the current progress estimate period meet the Buy America requirements. The certification 31
shall be on WSDOT Form 350-111 provided by the Engineer, or such other form the 32
Contractor chooses, provided it contains the same information as WSDOT Form 350-111. 33
34
Waiver for De Minimis Costs 35
Minor amounts of Foreign Construction Materials may be utilized in this project, provided that 36
the total cost of the Foreign Construction Materials does not exceed $1,000,000 and does 37
not exceed 5 percent of the total applicable material costs calculated as follows: 38
39
< 0.05 40
41
The total applicable material costs shall be the sum of the costs all Construction Materials, 42
all Iron or Steel Products, and all Manufactured Products. Total applicable material costs 43
does not include Excluded Materials. 44
45
1-06.6 Recycled Materials 46
(January 4, 2016 APWA GSP) 47
48
Delete this section, including its subsections, and replace it with the following: 49
50
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-32 PROJECT #CAG-25-278
The Contractor shall make their best effort to utilize recycled materials in the construction 1
of the project. Approval of such material use shall be as detailed elsewhere in the Standard 2
Specifications. 3
4
Prior to Physical Completion the Contractor shall report the quantity of recycled materials 5
that were utilized in the construction of the project for each of the items listed in Section 6
9-03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled 7
glass, steel furnace slag and other recycled materials (e.g. utilization of on-site material 8
and aggregates from concrete returned to the supplier). The Contractor’s report shall be 9
provided on DOT form 350-075 Recycled Materials Reporting. 10
11
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 12
13
1-07.1 Laws to be Observed 14
(October 1, 2005 APWA GSP) 15
16
Supplement this section with the following: 17
18
In cases of conflict between different safety regulations, the more stringent regulation shall 19
apply. 20
21
The Washington State Department of Labor and Industries shall be the sole and 22
paramount administrative agency responsible for the administration of the provisions of 23
the Washington Industrial Safety and Health Act of 1973 (WISHA). 24
25
The Contractor shall maintain at the project site office, or other well-known place at the 26
project site, all articles necessary for providing first aid to the injured. The Contractor shall 27
establish, publish, and make known to all employees, procedures for ensuring immediate 28
removal to a hospital, or doctor’s care, persons, including employees, who may have been 29
injured on the project site. Employees should not be permitted to work on the project site 30
before the Contractor has established and made known procedures for removal of injured 31
persons to a hospital or a doctor’s care. 32
33
The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the 34
Contractor’s Plant, appliances, and methods, and for any damage or injury resulting from 35
their failure, or improper maintenance, use, or operation. The Contractor shall be solely 36
and completely responsible for the conditions of the project site, including safety for all 37
persons and property in the performance of the work. This requirement shall apply 38
continuously, and not be limited to normal working hours. The required or implied duty of 39
the Engineer to conduct construction review of the Contractor’s performance does not, 40
and shall not, be intended to include review and adequacy of the Contractor’s safety 41
measures in, on, or near the project site. 42
43
1-07.2 State Sales Tax 44
45
Delete this section, including its sub-sections, in its entirety and replace it with the following: 46
1-07.2 State Sales Tax 47
(June 27, 2011 APWA GSP) 48
49
The Washington State Department of Revenue has issued special rules on the State 50
sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. 51
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-33 PROJECT #CAG-25-278
The Contractor should contact the Washington State Department of Revenue for 1
answers to questions in this area. The Contracting Agency will not adjust its payment 2
if the Contractor bases a bid on a misunderstood tax liability. 3
4
The Contractor shall include all Contractor-paid taxes in the unit bid prices or other 5
contract amounts. In some cases, however, state retail sales tax will not be included. 6
Section 1-07.2(2) describes this exception. 7
8
The Contracting Agency will pay the retained percentage (or release the Contract 9
Bond if a FHWA-funded Project) only if the Contractor has obtained from the 10
Washington State Department of Revenue a certificate showing that all contract-11
related taxes have been paid (RCW 60.28.051). The Contracting Agency may 12
deduct from its payments to the Contractor any amount the Contractor may owe the 13
Washington State Department of Revenue, whether the amount owed relates to this 14
contract or not. Any amount so deducted will be paid into the proper State fund. 15
16
1-07.2(1) State Sales Tax — Rule 171 17
18
WAC 458-20-171, and its related rules, apply to building, repairing, or improving 19
streets, roads, etc., which are owned by a municipal corporation, or political 20
subdivision of the state, or by the United States, and which are used primarily for foot 21
or vehicular traffic. This includes storm or combined sewer systems within and 22
included as a part of the street or road drainage system and power lines when such 23
are part of the roadway lighting system. For work performed in such cases, the 24
Contractor shall include Washington State Retail Sales Taxes in the various unit bid 25
item prices, or other contract amounts, including those that the Contractor pays on the 26
purchase of the materials, equipment, or supplies used or consumed in doing the work. 27
28
1-07.2(2) State Sales Tax — Rule 170 29
30
WAC 458-20-170, and its related rules, apply to the constructing and repairing of new 31
or existing buildings, or other structures, upon real property. This includes, but is not 32
limited to, the construction of streets, roads, highways, etc., owned by the state of 33
Washington; water mains and their appurtenances; sanitary sewers and sewage 34
disposal systems unless such sewers and disposal systems are within, and a part of, 35
a street or road drainage system; telephone, telegraph, electrical power distribution 36
lines, or other conduits or lines in or above streets or roads, unless such power lines 37
become a part of a street or road lighting system; and installing or attaching of any 38
article of tangible personal property in or to real property, whether or not such personal 39
property becomes a part of the realty by virtue of installation. 40
41
For work performed in such cases, the Contractor shall collect from the Contracting 42
Agency, retail sales tax on the full contract price. The Contracting Agency will 43
automatically add this sales tax to each payment to the Contractor. For this reason, 44
the Contractor shall not include the retail sales tax in the unit bid item prices, or in any 45
other contract amount subject to Rule 170, with the following exception. 46
47
Exception: The Contracting Agency will not add in sales tax for a payment the 48
Contractor or a subcontractor makes on the purchase or rental of tools, machinery, 49
equipment, or consumable supplies not integrated into the project. Such sales taxes 50
shall be included in the unit bid item prices or in any other contract amount. 51
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-34 PROJECT #CAG-25-278
1
1-07.2(3) Services 2
3
The Contractor shall not collect retail sales tax from the Contracting Agency on any 4
contract wholly for professional or other services (as defined in Washington State 5
Department of Revenue Rules 138 and 244). 6
7
8
1-07.7 Load Limits 9
(March 13, 1995 WSDOT GSP, OPTION 6) 10
11
Section 1-07.7 is supplemented with the following: 12
13
If the sources of materials provided by the Contractor necessitate hauling over roads other 14
than State Highways, the Contractor shall, at the Contractor's expense, make all 15
arrangements for the use of the haul routes. 16
17
1-07.8 High Visibility Apparel 18
(November 4, 2024 WSDOT GSP, OPTION 1.2026) 19
20
The third and fourth paragraphs of Section 1-07.8 are revised to read: 21
22
High-visibility garments shall always be the outermost garments worn in a manner to ensure 23
360 degrees of uninterrupted background and retroreflective material encircling the torso. 24
High-visibility garments shall be labeled as, and in a condition compliant with the ANSI/ISEA 25
107-2015 publication entitled “American National Standard for High-Visibility Safety Apparel 26
and Accessories,” or equivalent revisions. 27
28
1-07.8(1) Traffic Control Personnel 29
(November 4, 2024 WSDOT GSP, OPTION 1.2026) 30
31
Section 1-07.8(1) is revised to read: 32
33
All personnel performing the Work described in Section 1-10 (including traffic control 34
supervisors, flaggers, and others performing traffic control labor of any kind) shall comply with 35
the following: 36
1. During daylight hours with clear visibility, workers shall wear a high-visibility 37
ANSI/ISEA 107 Type R Class 2 or 3 garment with background material that are 38
fluorescent yellow-green, fluorescent orange-red, or fluorescent red in color; and a 39
high visibility hardhat that is white, yellow, yellow-green, orange, or red in color; and 40
2. During hours of darkness (½ hour before sunset to ½ hour after sunrise) or other 41
low-visibility conditions (snow, fog, etc.), workers shall wear a high-visibility 42
ANSI/ISEA 107 Type R Class 2 or 3 garment with background material that are 43
fluorescent yellow-green, fluorescent orange-red, or fluorescent red in color; a high-44
visibility lower garment meeting ANSI/ISEA 107 Class E, and a high visibility hardhat 45
marked with at least 12 square inches of retroreflective material applied to provide 46
360 degrees of visibility. 47
48
1-07.9 Wages 49
50
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-35 PROJECT #CAG-25-278
1-07.9(1) General 1
(January 6, 2025 WSDOT GSP, OPTION 1) 2
3
Section 1-07.9(1) is supplemented with the following: 4
5
The Federal wage rates incorporated in this contract have been established by the 6
Secretary of Labor under United States Department of Labor General Decision No. 7
WA20250001. 8
9
The State rates incorporated in this contract are applicable to all construction activities 10
associated with this contract. 11
12
1-07.9(5)A Required Documents 13
(July 8, 2024 APWA GSP) 14
15
This section is revised to read as follows: 16
17
All Statements of Intent to Pay Prevailing Wages, Affidavits of Wages Paid and Certified 18
Payrolls, including a signed Statement of Compliance for Federal-aid projects, shall be 19
submitted to the Engineer and to the State L&I online Prevailing Wage Intent & Affidavit 20
(PWIA) system. When apprenticeship is a requirement of the contract, include in PWIA 21
all apprentices. 22
23
1-07.11 Requirements for Nondiscrimination 24
(May 5, 2025 WSDOT GSP, OPTION 1) 25
26
Section 1-07.11 is supplemented with the following: 27
28
Requirement for Affirmative Action to Ensure Equal Employment Opportunity 29
In accordance with 41 CFR § 60-4.2, the clauses contained in 1-4 below are required to be 30
included in this Contract. Nothing in this contract alters the Contractor’s responsibility to 31
comply with all applicable Federal regulations, including but not limited to 41 CFR part 60 as 32
currently existing or later amended. 33
34
1. The Contractor's attention is called to the “Equal Opportunity Clause and the Standard 35
Federal Equal Employment Opportunity Construction Contract Specifications” set forth 36
herein. 37
2. The goals and timetables for minority and female participation set by the Office of 38
Federal Contract Compliance Programs, expressed in percentage terms for the 39
Contractor's aggregate work force in each construction craft and in each trade on all 40
construction work in the covered area, are as follows: 41
42
Women - Statewide 43
44
Timetable Goal 45
46
Until further notice 6.9% 47
Minorities - by Standard Metropolitan Statistical Area (SMSA) 48
49
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-36 PROJECT #CAG-25-278
Spokane, WA: 1
SMSA Counties: 2
Spokane, WA 2.8 3
WA Spokane. 4
Non-SMSA Counties 3.0 5
WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield; WA Lincoln, 6
WA Pend Oreille; WA Stevens; WA Whitman. 7
8
Richland, WA 9
SMSA Counties: 10
Richland Kennewick, WA 5.4 11
WA Benton; WA Franklin. 12
Non-SMSA Counties 3.6 13
WA Walla Walla. 14
15
Yakima, WA: 16
SMSA Counties: 17
Yakima, WA 9.7 18
WA Yakima. 19
Non-SMSA Counties 7.2 20
WA Chelan; WA Douglas; WA Grant; WA Kittitas; WA Okanogan. 21
22
Seattle, WA: 23
SMSA Counties: 24
Seattle Everett, WA 7.2 25
WA King; WA Snohomish. 26
Tacoma, WA 6.2 27
WA Pierce. 28
Non-SMSA Counties 6.1 29
WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA Kitsap; WA 30
Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA Thurston; 31
WA Whatcom. 32
33
Portland, OR: 34
SMSA Counties: 35
Portland, OR-WA 4.5 36
WA Clark. 37
Non-SMSA Counties 3.8 38
WA Cowlitz; WA Klickitat; WA Skamania; WA Wahkiakum. 39
40
These goals are applicable to each nonexempt Contractor’s total on-site construction 41
workforce, regardless of whether or not part of that workforce is performing work on a 42
Federal, or federally assisted project, contract, or subcontract until further notice. 43
Compliance with these goals and timetables is enforced by the Office of Federal 44
Contract compliance Programs. 45
46
The Contractor's compliance with the Executive Order and the regulations in 41 CFR 47
Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific 48
affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), 49
and its efforts to meet the goals. The hours of minority and female employment and 50
training must be substantially uniform throughout the length of the contract, in each 51
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-37 PROJECT #CAG-25-278
construction craft and in each trade, and the Contractor shall make a good faith effort to 1
employ minorities and women evenly on each of its projects. The transfer of minority or 2
female employees or trainees from Contractor to Contractor or from project to project for 3
the sole purpose of meeting the Contractor's goals shall be a violation of the contract, 4
the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals 5
will be measured against the total work hours performed. 6
7
3. The Contractor shall provide written notification to the Office of Federal Contract 8
Compliance Programs (OFCCP) within 10 working days of award of any construction 9
subcontract in excess of $10,000 or more that are Federally funded, at any tier for 10
construction work under the contract resulting from this solicitation. The notification shall 11
list the name, address and telephone number of the subcontractor; employer 12
identification number of the subcontractor; estimated dollar amount of the subcontract; 13
estimated starting and completion dates of the subcontract; and the geographical area 14
in which the contract is to be performed. The notification shall be sent to: 15
16
U.S. Department of Labor 17
Office of Federal Contract Compliance Programs Pacific Region 18
Attn: Regional Director 19
San Francisco Federal Building 20
90 – 7th Street, Suite 18-300 21
San Francisco, CA 94103(415) 625-7800 Phone 22
(415) 625-7799 Fax 23
24
4. As used in this Notice, and in the contract resulting from this solicitation, the Covered 25
Area is as designated herein. 26
27
In accordance with 41 CFR § 60-4.3, the clauses contained in 1-15 below are required to be 28
included in this Contract. Nothing in this Contract alters the Contractor’s responsibility to 29
comply with all applicable Federal regulations, including but not limited to 41 CFR part 60 as 30
currently existing or later amended. 31
32
Standard Federal Equal Employment Opportunity Construction Contract Specifications 33
1. As used in these specifications: 34
a. “Covered Area” means the geographical area described in the solicitation from 35
which this contract resulted; 36
b. “Director” means Director, Office of Federal Contract Compliance Programs, United 37
States Department of Labor, or any person to whom the Director delegates 38
authority; 39
40
c. “Employer Identification Number” means the Federal Social Security number used 41
on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 42
941; 43
44
d. “Minority” includes: 45
(1) Black (all persons having origins in any of the Black African racial groups not 46
of Hispanic origin); 47
(2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central American, 48
South American, or other Spanish culture or origin, regardless of race); 49
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-38 PROJECT #CAG-25-278
(3) Asian and Pacific Islander (all persons having origins in any of the original 1
peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific 2
Islands); and 3
(4) American Indian or Alaskan Native (all persons having origins in any of the 4
original peoples of North America and maintaining identifiable tribal affiliations 5
through membership and participation or community identification.) 6
7
2. Whenever the Contractor, or any subcontractor at any tier, subcontracts a portion of the 8
work involving any construction trade, it shall physically include in each subcontract in 9
excess of $10,000 the provisions of these specifications and the Notice which contains 10
the applicable goals for minority and female participation and which is set forth in the 11
solicitations from which this contract resulted. 12
13
3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan 14
approved by the U.S. Department of Labor in the covered area either individually or 15
through an association, its affirmative action obligations on all work in the Plan area 16
(including goals and timetables) shall be in accordance with that Plan for those trades 17
which have unions participating in the Plan. Contractors must be able to demonstrate 18
their participation in and compliance with the provisions of any such Hometown Plan. 19
Each Contractor or subcontractor participating in an approved Plan is individually 20
required to comply with its obligations under the EEO clause, and to make a good faith 21
effort to achieve each goal under the Plan in each trade in which it has employees. The 22
overall good faith performance by other Contractors or subcontractors toward a goal in 23
an approved Plan does not excuse any covered Contractor's or subcontractor's failure 24
to take good faith efforts to achieve the Plan goals and timetables. 25
26
4. The Contractor shall implement the specific affirmative action standards provided in 27
paragraphs 7a through 7p of this Special Provision. The goals set forth in the solicitation 28
from which this contract resulted are expressed as percentages of the total hours of 29
employment and training of minority and female utilization the Contractor should 30
reasonably be able to achieve in each construction trade in which it has employees in 31
the covered area. Covered construction contractors performing construction work in 32
geographical areas where they do not have a Federal or federally assisted construction 33
contract shall apply the minority and female goals established for the geographical area 34
where the work is being performed. The Contractor is expected to make substantially 35
uniform progress in meeting its goals in each craft during the period specified. 36
37
5. Neither the provisions of any collective bargaining agreement, nor the failure by a union 38
with whom the Contractor has a collective bargaining agreement, to refer either 39
minorities or women shall excuse the Contractor's obligations under these 40
specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 41
42
6. In order for the nonworking training hours of apprentices and trainees to be counted in 43
meeting the goals, such apprentices and trainees must be employed by the Contractor 44
during the training period, and the Contractor must have made a commitment to employ 45
the apprentices and trainees at the completion of their training, subject to the availability 46
of employment opportunities. Trainees must be trained pursuant to training programs 47
approved by the U.S. Department of Labor. 48
49
7. The Contractor shall take specific affirmative actions to ensure equal employment 50
opportunity. The evaluation of the Contractor's compliance with these specifications shall 51
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-39 PROJECT #CAG-25-278
be based upon its effort to achieve maximum results from its actions. The Contractor 1
shall document these efforts fully, and shall implement affirmative action steps at least 2
as extensive as the following: 3
a. Ensure and maintain a working environment free of harassment, intimidation, 4
and coercion at all sites, and in all facilities at which the Contractor's employees 5
are assigned to work. The Contractor, where possible, will assign two or more 6
women to each construction project. The Contractor shall specifically ensure 7
that all foremen, superintendents, and other on-site supervisory personnel are 8
aware of and carry out the Contractor's obligation to maintain such a working 9
environment, with specific attention to minority or female individuals working at 10
such sites or in such facilities. 11
12
b. Establish and maintain a current list of minority and female recruitment 13
sources, provide written notification to minority and female recruitment sources 14
and to community organizations when the Contractor or its unions have 15
employment opportunities available, and maintain a record of the 16
organizations' responses. 17
18
c. Maintain a current file of the names, addresses and telephone numbers of each 19
minority and female off-the-street applicant and minority or female referral from 20
a union, a recruitment source or community organization and of what action 21
was taken with respect to each such individual. If such individual was sent to 22
the union hiring hall for referral and was not referred back to the Contractor by 23
the union or, if referred, not employed by the Contractor, this shall be 24
documented in the file with the reason therefor, along with whatever additional 25
actions the Contractor may have taken. 26
27
d. Provide immediate written notification to the Director when the union or unions 28
with which the Contractor has a collective bargaining agreement has not 29
referred to the Contractor a minority person or woman sent by the Contractor, 30
or when the Contractor has other information that the union referral process 31
has impeded the Contractor's efforts to meet its obligations. 32
33
e. Develop on-the-job training opportunity and/or participate in training programs 34
for the area which expressly include minorities and women, including 35
upgrading programs and apprenticeship and trainee programs relevant to the 36
Contractor's employment needs, especially those programs funded or 37
approved by the U.S. Department of Labor. The Contractor shall provide 38
notice of these programs to the sources compiled under 7b above. 39
40
f. Disseminate the Contractor's EEO policy by providing notice of the policy to 41
unions and training programs and requesting their cooperation in assisting the 42
Contractor in meeting its EEO obligations; by including it in any policy manual 43
and collective bargaining agreement; by publicizing it in the company 44
newspaper, annual report, etc.; by specific review of the policy with all 45
management personnel and with all minority and female employees at least 46
once a year; and by posting the company EEO policy on bulletin boards 47
accessible to all employees at each location where construction work is 48
performed. 49
50
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-40 PROJECT #CAG-25-278
g. Review, at least annually, the company's EEO policy and affirmative action 1
obligations under these specifications with all employees having any 2
responsibility for hiring, assignment, layoff, termination or other employment 3
decisions including specific review of these items with on-site supervisory 4
personnel such as Superintendents, General Foremen, etc., prior to the 5
initiation of construction work at any job site. A written record shall be made 6
and maintained identifying the time and place of these meetings, persons 7
attending, subject matter discussed, and disposition of the subject matter. 8
9
h. Disseminate the Contractor's EEO policy externally by including it in any 10
advertising in the news media, specifically including minority and female news 11
media, and providing written notification to and discussing the Contractor's 12
EEO policy with other Contractors and Subcontractors with whom the 13
Contractor does or anticipates doing business. 14
15
i. Direct its recruitment efforts, both oral and written, to minority, female and 16
community organizations, to schools with minority and female students and to 17
minority and female recruitment and training organizations serving the 18
Contractor's recruitment area and employment needs. Not later than one 19
month prior to the date for the acceptance of applications for apprenticeship or 20
other training by any recruitment source, the Contractor shall send written 21
notification to organizations such as the above, describing the openings, 22
screening procedures, and tests to be used in the selection process. 23
24
j. Encourage present minority and female employees to recruit other minority 25
persons and women and where reasonable, provide after school, summer and 26
vacation employment to minority and female youth both on the site and in other 27
areas of a Contractor's work force. 28
29
k. Validate all tests and other selection requirements where there is an obligation 30
to do so under 41 CFR Part 60-3. 31
32
l. Conduct, at least annually, an inventory and evaluation of all minority and 33
female personnel for promotional opportunities and encourage these 34
employees to seek or to prepare for, through appropriate training, etc., such 35
opportunities. 36
37
m. Ensure that seniority practices, job classifications, work assignments and other 38
personnel practices, do not have a discriminatory effect by continually 39
monitoring all personnel and employment related activities to ensure that the 40
EEO policy and the Contractor's obligations under these specifications are 41
being carried out. 42
43
n. Ensure that all facilities and company activities are nonsegregated except that 44
separate or single-user toilet and necessary changing facilities shall be 45
provided to assure privacy between the sexes. 46
47
o. Document and maintain a record of all solicitations of offers for subcontracts 48
from minority and female construction contractors and suppliers, including 49
circulation of solicitations to minority and female contractor associations and 50
other business associations. 51
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-41 PROJECT #CAG-25-278
1
p. Conduct a review, at least annually, of all supervisors' adherence to and 2
performance under the Contractor's EEO policies and affirmative action 3
obligations. 4
5
8. Contractors are encouraged to participate in voluntary associations which assist in 6
fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of 7
a contractor association, joint contractor-union, contractor-community, or other similar 8
group of which the Contractor is a member and participant, may be asserted as fulfilling 9
any one or more of the obligations under 7a through 7p of this Special Provision provided 10
that the Contractor actively participates in the group, makes every effort to assure that 11
the group has a positive impact on the employment of minorities and women in the 12
industry, ensure that the concrete benefits of the program are reflected in the 13
Contractor's minority and female work-force participation, makes a good faith effort to 14
meet its individual goals and timetables, and can provide access to documentation which 15
demonstrate the effectiveness of actions taken on behalf of the Contractor. The 16
obligation to comply, however, is the Contractor's and failure of such a group to fulfill an 17
obligation shall not be a defense for the Contractor's noncompliance. 18
19
9. A single goal for minorities and a separate single goal for women have been established. 20
The Contractor, however, is required to provide equal employment opportunity and to 21
take affirmative action for all minority groups, both male and female, and all women, both 22
minority and non-minority. Consequently, the Contractor may be in violation of the 23
Executive Order if a particular group is employed in substantially disparate manner (for 24
example, even though the Contractor has achieved its goals for women generally, the 25
Contractor may be in violation of the Executive Order if a specific minority group of 26
women is underutilized). 27
28
10. The Contractor shall not use the goals and timetables or affirmative action standards to 29
discriminate against any person because of race, color, religion, sex, sexual orientation, 30
gender identity, or national origin. 31
32
11. The Contractor shall not enter into any subcontract with any person or firm debarred 33
from Government contracts pursuant to Executive Order 11246. 34
35
12. The Contractor shall carry out such sanctions and penalties for violation of these 36
specifications and of the Equal Opportunity Clause, including suspensions, terminations 37
and cancellations of existing subcontracts as may be imposed or ordered pursuant to 38
Executive Order 11246, as amended, and its implementing regulations, by the Office of 39
Federal Contract Compliance Programs. Any Contractor who fails to carry out such 40
sanctions and penalties shall be in violation of these specifications and Executive Order 41
11246, as amended. 42
43
13. The Contractor, in fulfilling its obligations under these specifications, shall implement 44
specific affirmative action steps, at least as extensive as those standards prescribed in 45
paragraph 7 of this Special Provision, so as to achieve maximum results from its efforts 46
to ensure equal employment opportunity. If the Contractor fails to comply with the 47
requirements of the Executive Order, the implementing regulations, or these 48
specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 49
50
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-42 PROJECT #CAG-25-278
14. The Contractor shall designate a responsible official to monitor all employment related 1
activity to ensure that the company EEO policy is being carried out, to submit reports 2
relating to the provisions hereof as may be required by the government and to keep 3
records. Records shall at least include, for each employee, their name, address, 4
telephone numbers, construction trade, union affiliation if any, employee identification 5
number when assigned, social security number, race, sex, status (e.g., mechanic, 6
apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per 7
week in the indicated trade, rate of pay, and locations at which the work was performed. 8
Records shall be maintained in an easily understandable and retrievable form; however, 9
to the degree that existing records satisfy this requirement, the Contractors will not be 10
required to maintain separate records. 11
12
15. Nothing herein provided shall be construed as a limitation upon the application of other 13
laws which establish different standards of compliance or upon the application of 14
requirements for the hiring of local or other area residents (e.g., those under the Public 15
Works Employment Act of 1977 and the Community Development Block Grant 16
Program). 17
Additional assistance for Federal Construction Contractors on contracts administered by 18
Washington State Department of Transportation or by Local Agencies may be found at: 19
20
Washington State Dept. of Transportation 21
Office of Equity and Civil Rights 22
PO Box 47314 23
310 Maple Park Ave. SE 24
Olympia WA 25
98504-7314 26
Ph: 360-705-7090 27
Fax: 360-705-6801 28
http://www.wsdot.wa.gov/equalopportunity/default.htm 29
30
(September 3, 2024, APWA GSP, OPTION B) 31
32
Section 1-07.11 is supplemented with the following: 33
34
Disadvantaged Business Enterprise Participation 35
36
General 37
The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR Part 26 and 38
USDOT’s official interpretations (i.e., Questions & Answers) apply to this Contract. 39
Demonstrating compliance with these Specifications is a Condition of Award (COA) of 40
this Contract. Failure to comply with the requirements of this Specification may result in 41
your Bid being found to be irregular in accordance with Section 1-02.13 resulting in 42
rejection or other sanctions as provided by the Contract. 43
44
DBE Abbreviations and Definitions 45
46
Certified Business Description – The approved business description that 47
supplements the North American Industry Classification System (NAICS) code listed 48
in OMWBE’s directory of certified firms. 49
50
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-43 PROJECT #CAG-25-278
Certified Business Directory – A database of all Minority, Women, and 1
Disadvantaged Business Enterprises currently certified by Washington State. The 2
on-line Directory is available to Bidders for their use in identifying and soliciting 3
interest from DBE firms. The database is located under the Firm Certification section 4
of the Diversity Management and Compliance System web page at: 5
https://omwbe.diversitycompliance.com. 6
7
Commercially Useful Function (CUF) – 8
A firm performs a commercially useful function when it is responsible for execution 9
of the work of the contract and is carrying out its responsibilities by performing, 10
managing, and supervising the work involved as defined in 49 CFR 26.55(c)(1). To 11
perform a commercially useful function, the firm must also be responsible, with 12
respect to materials and supplies used on the contract, for ordering, negotiating 13
price, paying for, determining quality and quantity, and installing (where applicable) 14
for the material itself. 15
16
The DBE firm does not perform a CUF if its role is limited to that of an extra 17
participant in a transaction, contract, or Project through which the funds are passed 18
to obtain the appearance of DBE participation. 19
Consultant, DBE – An individual, partnership, firm, or corporation who meet the 20
definition of a DBE which has been retained under a contract to provide technical or 21
professional services. 22
23
DBE Commitment – The dollar amount and scope of work the Bidder indicates on 24
each line of their DBE Utilization Certification (DOT Form 272-056) for each DBE 25
firm. These Commitments will be incorporated into the Contract and shall be 26
considered Contract requirements. 27
28
DBE Condition of Award (COA) Goal – An assigned numerical amount specified 29
as a percentage of the Contract. At Bid, this is the minimum amount that the Bidder 30
must commit to by submission of the DBE Utilization Certification form and, if 31
necessary, by GFE Documentation. 32
33
Disadvantaged Business Enterprise (DBE) – A business that is owned and 34
operated independently from other businesses and is certified by the Washington 35
State Office of Minority and Women’s Business Enterprises, as meeting the criteria 36
outlined in 49 CFR 26 regarding DBE certification 37
. 38
Force Account Work – Work measured and paid in accordance with Section 1-09.6. 39
40
Good Faith Efforts (GFE)– Efforts to achieve the DBE COA Goal or other 41
requirements of this Provision which, by their scope, intensity, and appropriateness 42
to the objective, can reasonably be expected to fulfill the program requirement. 43
44
Good Faith Efforts (GFE) Documentation - The documentation of the Good Faith 45
Effort. GFE Documentation is only required in the event that the Contractor is 46
unable to fulfill the program requirements and shall follow the guidance of 49 CFR 47
Part 26 Appendix A. 48
49
Subcontractor, DBE – An individual, partnership, firm, corporation, or joint venture 50
who meet the definition of a DBE and who is sublet part of the Contract. 51
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-44 PROJECT #CAG-25-278
1
Supplier, DBE – A Manufacturer, Regular Dealer, Distributor, or Transaction 2
Facilitator who provides supplies or materials for the Contract. The role a Supplier 3
performs is determined on a contract-by contact basis. 4
5
Manufacturer, DBE – A DBE firm that operates or maintains a factory or 6
establishment that produces on the premises the materials, supplies, articles, or 7
equipment required under the Contract. A DBE Manufacturer shall produce 8
finished goods or products from raw or unfinished material or purchase and 9
substantially alters goods and materials to make them suitable for construction 10
use before reselling them. 11
12
Regular Dealer, DBE – A DBE firm that owns, operates, or maintains a store, 13
warehouse, or other establishment in which the materials or supplies required 14
for the performance of a Contract are bought, kept in stock, and regularly sold 15
to the public in the usual course of business. To be a Regular Dealer, the DBE 16
firm must be an established regular business that engages in as its principal 17
business and in its own name the purchase and sale of the products in question. 18
A Regular Dealer in such items as steel, cement, gravel, stone, and petroleum 19
products need not own, operate or maintain a place of business if it both owns 20
and operates distribution equipment for the products. Any supplementing of 21
regular dealers’ own distribution equipment shall be by long-term formal lease 22
agreements and not on an ad-hoc basis. Brokers, packagers, manufacturers’ 23
representatives, or other persons who arrange or expedite transactions shall not 24
be regarded as Regular Dealers within the meaning of this definition. 25
26
Distributor, DBE –An established DBE firm that engages in the regular sale or 27
lease of the items specified by the contract. A DBE Distributor assumes 28
responsibility for the items it purchases once they leave the point of origin, 29
making it liable for any loss or damage not covered by the carrier’s insurance. 30
The Distributor must demonstrate ownership of the items in question and assure 31
all risk for loss or damage during transportation, evidenced by the terms of the 32
purchase order or bill of lading from a third party, indicating Free on Board (FOB) 33
at the point of origin or similar terms that transfer responsibility of the items in 34
question to the DBE distributors. 35
36
Transaction Facilitator, DBE – A DBE firm (packagers, brokers, 37
manufacturer’s representatives, etc.) who provides a bona fide service 38
arranging, facilitating, or expediting transactions but does not qualify as a 39
Manufacturer, a Regular Dealer, or a Distributor 40
41
DBE COA Goal 42
The Contracting Agency has established a DBE COA Goal for this Contract in the amount 43
of: 13% which applies to the final Contract amount. 44
45
If the Contractor cannot meet the DBE COA Goal, GFE Documentation is required. 46
Demonstrating compliance with the DBE COA Goal is a Condition of Award of this 47
Contract. 48
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-45 PROJECT #CAG-25-278
1
Procedures Prior to Award 2
3
Approval of Regular Dealer and Distributors 4
DBE firms proposed to be used as either a Regular Dealer or a Distributor must be 5
approved before being listed as a COA/used on a project. The Approved Regular 6
Dealer list published on WSDOT’s Office of Equity and Civil Rights (OECR) web site 7
must include the specific project for which approval is being requested. For purposes 8
of the DBE COA Goal participation, the Regular Dealer/Distributor must submit the 9
DBE Regular Dealer/Distributor Affirmation Form (USDOT OMB Control 508v3)a 10
minimum of five calendar days prior to bid opening. The DBE Regular 11
Dealer/Distributor Affirmation Form is located at: 12
https://www.transportation.gov/mission/civil-rights/dbe-regular-dealer-distributor-13
affirmation 14
15
Requests to be listed as a Regular Dealer/Distributor will only be processed if the 16
requesting firm is a material supplier certified by the Office of Minority and Women’s 17
Business Enterprises in a NAICS code that falls within the 42XXXX NAICS 18
Wholesale code section. 19
20
Disadvantaged Business Enterprise Utilization 21
To be eligible for award of the Contract, the Bidder shall properly complete and 22
submit a Disadvantaged Business Enterprise (DBE) Utilization Certification with the 23
Bidder’s sealed Bid Proposal, as specified in Section 1-02.9 Delivery of Proposal. 24
The Bidder’s DBE Utilization Certification must clearly demonstrate how the Bidder 25
intends to meet the DBE COA Goal. A DBE Utilization Certification (WSDOT Form 26
272-056) is included in the Proposal package for this purpose as well as instructions 27
on how to properly fill out the form. 28
29
The Bidder is advised that the items listed below when listed in the Utilization 30
Certification must have their amounts reduced to the percentages shown and those 31
reduced amounts will be the amount applied towards meeting the DBE COA Goal. 32
1. Force account at 50% of the total amount to be subcontracted 33
2. Regular dealer at 60% of the cost of the materials or supplies 34
3. Distributor at 40% of the cost of the materials or supplies 35
4. Transaction Facilitator not more than 5% of the goods or services 36
37
In the event of arithmetic errors in completing the DBE Utilization Certification, the 38
amount listed to be applied towards the DBE COA Goal for each DBE shall govern 39
and the DBE total amount shall be adjusted accordingly. 40
Bid Proposals submitted that do not contain a DBE Utilization Certification Form that 41
demonstrates how the Bidder intends to meet the DBE COA Goal will be considered 42
irregular in accordance with Section make the Proposal considered to be irregular in 43
accordance with Section 1-02.13 and will be rejected. 44
45
Disadvantaged Business Enterprise Written Confirmation Document(s) 46
The Bidder shall submit a Disadvantaged Business Enterprise (DBE) Written 47
Confirmation Document (completed and signed by the DBE) for each DBE firm listed 48
in the Bidder’s completed DBE Utilization Certification. Failure to do so will result in 49
the associated participation being disallowed, which will cause the Bid to be 50
considered irregular in accordance with Section 1-02.13 and will be rejected. 51
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-46 PROJECT #CAG-25-278
1
The Confirmation Documents provide confirmation from the DBEs that they are 2
participating in the Contract as provided in the Bidder’s Commitment. The 3
Confirmation Documents must be consistent with the Utilization Certification. 4
A DBE Written Confirmation Document (WSDOT Form 422-031) is included in the 5
Proposal package for this purpose. The form(s) shall be received as specified in the 6
special provisions for Section 1-02.9 Delivery of Proposal. 7
8
It is prohibited for the Bidder to require a DBE to submit a Written Confirmation 9
Document with any part of the form left blank. Should the Contracting Agency 10
determine that an incomplete Written Confirmation Document was signed by a DBE, 11
the associated DBE participation may not be allowed. 12
13
DBE Bid Item Breakdown 14
The Bidder shall submit a DBE Bid Item Breakdown Form (DOT Form 272-054) as 15
specified in the Special Provisions for Section 1-02.9, Delivery of Proposal. 16
17
Selection of Successful Bidder/Good Faith Efforts (GFE) 18
The successful Bidder shall be selected on the basis of having submitted the lowest 19
responsive Bid, which demonstrates a good faith effort to achieve the DBE COA 20
Goal. The Contracting Agency, at any time during the selection process, may request 21
a breakdown of the bid items and amounts that are counted towards the overall 22
contract goal for any of the DBEs listed on the DBE Utilization Certification. 23
24
GFE to achieve the DBE COA Goal may be accomplished in one of two ways: 25
26
1. By meeting the DBE COA Goal 27
Submission of the DBE Utilization Certification, supporting DBE Written 28
Confirmation Document(s) showing the Bidder has obtained enough DBE 29
participation to meet or exceed the DBE COA Goal and the DBE Bid Item 30
Breakdown 31
2. By documentation that the Bidder made adequate GFE to meet the DBE 32
COA Goal 33
The Bidder may demonstrate a GFE in whole or part through GFE 34
Documentation only in the event a Bidder’s efforts to solicit sufficient DBE 35
participation have been unsuccessful. The Bidder must supply GFE 36
Documentation in addition to the DBE Utilization Certification, supporting 37
DBE Written Confirmation Document(s) and the DBE Bid Item Breakdown 38
form. 39
40
In the case where a Bidder is awarded the contract based on demonstrating 41
adequate GFE Documentation, the advertised DBE COA Goal will not be reduced. 42
The Bidder shall demonstrate a GFE during the life of the Contract to attain the 43
advertised DBE COA Goal. 44
The Contracting Agency will review the GFE Documentation and will determine if the 45
Bidder made an adequate good faith effort. 46
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-47 PROJECT #CAG-25-278
1
Procedures between Award and Execution 2
3
DBE Trucking Credit Form 4
The successful Bidder shall submit a DBE Trucking Credit Form (WSDOT Form 272-5
058), as specified in the Special Provisions for Section 1-03.3, Execution of Contract. 6
The DBE Trucking Credit Form is required for all DBE Firms performing as a 7
subcontractor for “Trucking” or “Hauling” and are performing a part of a bid item. 8
For example, if the item of Work is Structure Excavation including Haul, and another 9
firm is doing the excavation and the DBE Trucking firm is doing the haul, the form is 10
required. For a DBE subcontractor that is responsible for an entire item of work that 11
may require some use of trucks, the form is not required. 12
13
Procedures after Execution 14
15
Commercially Useful Function (CUF) 16
The Contractor may only take credit for the payments made for Work performed by 17
a DBE that is determined to be performing a CUF. Payment must be commensurate 18
with the work actually performed by the DBE. This applies to all DBEs performing 19
Work on a project, whether or not the DBEs are COA, if the Contractor wants to 20
receive credit for their participation. The Engineer will conduct CUF reviews to 21
ascertain whether DBEs are performing a CUF. A DBE performs a CUF when it is 22
carrying out its responsibilities of its contract by actually performing, managing, and 23
supervising the Work involved. The DBE must be responsible for negotiating price; 24
determining quality and quantity; ordering the material, installing (where applicable); 25
and paying for the material itself. If a DBE does not perform “all” of these functions 26
on a furnish-and-install contract, it has not performed a CUF and the cost of materials 27
cannot be counted toward DBE COA Goal. Leasing of equipment from a leasing 28
company is allowed. However, leasing/purchasing equipment from the Contractor is 29
not allowed. Lease agreements shall be provided prior to the subcontractor 30
beginning Work. Any use of the Contractor’s equipment by a DBE will not be credited 31
as countable participation. 32
33
The DBE does not perform a CUF if its role is limited to that of an extra participant 34
in a transaction, contract, or project through which the funds are passed in order to 35
obtain the appearance of DBE participation. 36
37
In order for a DBE traffic control company to be considered to be performing a CUF, 38
the DBE must be in control of its work inclusive of supervision. The DBE shall 39
employ a Traffic Control Supervisor who is directly involved in the management and 40
supervision of the traffic control employees and services. 41
42
The following are some of the factors that the Engineer will use in determining 43
whether a DBE trucking company is performing a CUF: 44
1. The DBE shall be responsible for the management and supervision of the 45
entire trucking operation for which it is responsible on the contract. The 46
owner demonstrates business related knowledge, shows up on site and is 47
determined to be actively running the business. 48
2. The DBE itself shall own and operate at least one fully licensed, insured, 49
and operational truck used on the Contract. The drivers of the trucks owned 50
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-48 PROJECT #CAG-25-278
and leased by the DBE must be exclusively employed by the DBE and 1
reflected on the DBE’s payroll. 2
3. Lease agreements for trucks shall indicate that the DBE has exclusive use 3
of and control over the truck(s). This does not preclude the leased truck 4
from working for others provided it is with the consent of the DBE and the 5
lease provides the DBE absolute priority for use of the leased truck. 6
4. Leased trucks shall display the name and identification number of the DBE. 7
8
Truck Unit Listing Log 9
In addition to the subcontracting requirements of Section 1-08.1, each DBE trucking 10
firm shall submit supplemental information consisting of a completed primary 11
DBE/FSBE Truck Unit Listing Log (DOT Form 350-077) and all Rental/Lease 12
agreements (if applicable). The supplemental information shall be submitted in an 13
electronic format to the Engineer prior to any trucking services being performed for 14
DBE credit. Incomplete or incorrect supplemental information will be returned for 15
correction. The corrected Primary Truck Unit Listing Log and any Updated Primary 16
Truck Unit Listing Logs shall be submitted and accepted by the Engineer no later 17
than ten calendar days of utilizing applicable trucks. Failure to submit or update the 18
DBE Truck Unit Listing Log may result in trucks not being credited as DBE 19
participation. 20
21
Each DBE trucking firm shall complete a daily DBE/FSBE Truck Unit Listing Log 22
(DOT Form 350-077) for each day that the DBE performs trucking services for DBE 23
credit. The Daily Truck Unit Listing Log forms shall be submitted by Friday of the 24
week after the Work was performed by email to the following email addresses. 25
NWRegionOEO@wsdot.wa.gov 26
27
Joint Checking 28
A joint check is a check between a subcontractor and the Contractor to the supplier 29
of materials/supplies. The check is issued by the Contractor as payer to the 30
subcontractor and the material supplier jointly for items to be incorporated into the 31
project. The DBE must release the check to the supplier, while the Contractor acts 32
solely as the guarantor. 33
34
A joint check agreement must be approved by the Engineer and requested by the 35
DBE involved using the DBE Joint Check Request Form (WSDOT Form 272-053) 36
prior to its use. The form must accompany the DBE Joint Check Agreement 37
between the parties involved, including the conditions of the arrangement and 38
expected use of the joint checks. 39
40
The approval to use joint checks and the use will be closely monitored by the 41
Engineer. To receive DBE credit for performing a CUF with respect to obtaining 42
materials and supplies, a DBE must “be responsible for negotiating price, 43
determining quality and quantity, ordering the material, installing and paying for the 44
material itself.” The Contractor shall submit DBE Joint Check Request Form to the 45
Engineer and be in receipt of written approval prior to using a joint check. 46
47
Material costs paid by the Contractor directly to the material supplier are not allowed. 48
If proper procedures are not followed or the Engineer determines that the 49
arrangement results in lack of independence for the DBE involved, no DBE credit 50
will be given for the DBE’s participation as it relates to the material cost. 51
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-49 PROJECT #CAG-25-278
1
Prompt Payment 2
Prompt payment to all subcontractors shall be in accordance with Section 1-08.1. 3
Prompt payment requirements apply to progress payments as well as return of 4
retainage. 5
6
Reporting 7
The Contractor and all subcontractors of any tier, suppliers, service providers, and 8
professional services that utilize DBEs to perform work on the project, shall maintain 9
appropriate records that will enable the Engineer to verify DBE participation 10
throughout the life of the project. 11
Refer to Section 1-08.1 for additional reporting requirements associated with this 12
Contract. 13
14
Crediting DBE Participation 15
16
General 17
Subcontractors proposed as COA must be certified prior to the due date for bids on 18
the Contract. All non-COA DBE subcontractors shall be certified before the 19
subcontract on which they are participating is executed. 20
DBE participation is only credited upon payment to the DBE. 21
22
DBE Prime Contractor and Subcontractor Participation 23
Only take credit for the Work that the DBE contractor performs with its own forces 24
and is certified to perform. 25
26
If the Prime Contractor, subcontractor, or lower tier subcontractor DBE subcontracts 27
a portion of the Work of its contract to another firm, the value of the subcontracted 28
Work may be counted toward the DBE Commitments only if the lower-tier 29
subcontractor is also a DBE. 30
31
Work subcontracted to a lower-tier subcontractor that is a DBE may be counted 32
toward the DBE Commitments only if the lower-tier subcontractor self performs a 33
minimum of 30 percent of the Work subcontracted to them. 34
Work subcontracted by a DBE contractor to a non-DBE does not count towards the 35
DBE COA Goal. 36
37
DBE Subcontract and Lower Tier Subcontract Documents 38
39
DBE Consultants 40
A DBE firm providing a bona fide service, such as professional, technical, or 41
managerial services, specifically required for the performance of the contract will be 42
credited as DBE participation 43
44
Force Account Work 45
When the Bidder elects to utilize force account Work to meet the DBE COA Goal, as 46
demonstrated by listing this force account Work on the DBE Utilization Certification 47
form, for the purposes of meeting DBE COA Goal, only 50% of the Proposal amount 48
shall be credited toward the Bidder’s Commitment to meet the DBE COA Goal. 49
50
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-50 PROJECT #CAG-25-278
One hundred percent of the actual amounts paid to the DBE for the force account 1
Work shall be credited towards the DBE COA Goal or DBE participation. 2
3
Temporary Traffic Control Participation 4
If the DBE firm only provides “Flagging”, the DBE firm must provide a traffic control 5
supervisor (TCS) and flagger(s), which are under the direct control of the DBE. The 6
DBE firm shall also provide all flagging equipment for its employees (e.g., paddles, 7
hard hats, and vests). 8
9
If the DBE firm provides “Traffic Control Services”, the DBE firm must provide a TCS, 10
flaggers, and traffic control items (e.g., cones, barrels, signs, etc.) and be in total 11
control of all items in implementing the traffic control for the project. 12
13
Trucking Participation 14
DBE trucking firm participation may only be credited as DBE participation for the 15
value of the hauling services, not for the materials being hauled unless the trucking 16
firm is also certified as a supplier of those materials. In situations where the DBE’s 17
work is priced per ton, the value of the hauling service must be calculated separately 18
from the value of the materials in order to determine DBE credit for hauling 19
20
The DBE trucking firm must own and operate at least one licensed, insured and 21
operational truck on the contract. The truck must be of the type that is necessary to 22
perform the hauling duties required under the contract. The DBE receives credit for 23
the value of the transportation services it provides on the Contract using trucks it 24
owns or leases, licenses, insures, and operates with drivers it employs. 25
26
The DBE may lease additional trucks from another DBE firm. The DBE who leases 27
additional trucks from another DBE firm receives credit for the value of the 28
transportation services the lessee DBE provides on the Contract. 29
30
The trucking Work subcontracted to any non-DBE trucking firm will not receive credit 31
for Work done on the project. 32
33
The DBE may lease trucks from a truck leasing company (recognized truck rental 34
center) but can only receive credit towards DBE participation if the DBE uses its own 35
employees as drivers. 36
37
DBE Supplier 38
The credit of a DBE Supplier is decided on a contract-by-contract basis based on 39
what the role the proposed DBE Supplier will be performing. OECR will make 40
determinations on whether a Supplier qualifies as a Regular Dealer, Distributor, or 41
Transaction Facilitator based on their role for the Contract. 42
Manufacturer - One hundred percent (100%) of the cost of the manufactured 43
product obtained from a DBE manufacturer may count towards the DBE COA 44
Goal. 45
46
Regular Dealer - Sixty percent (60%) of the cost of materials or supplies 47
purchased from a DBE Regular Dealer may be credited toward the DBE Goal. 48
49
Distributor – Forty percent (40%) of the cost of materials or supplies purchased 50
from a DBE Distributor may be credited toward the DBE Goal. 51
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-51 PROJECT #CAG-25-278
1
Transaction Facilitator - only the fees or commissions charged for assistance 2
in the procurement of the materials and supplies, or fees or transportation 3
charges for the delivery of materials or supplies required on the job site, may 4
toward the DBE COA Goal provided the fees are not excessive as compared 5
with fees customarily allowed for similar services. The reasonable fee shall not 6
exceed 5 percent of the total cost of the goods or services. Documentation will 7
be required to support the fee/commission charged by the DBE. The cost of the 8
materials and supplies themselves cannot be counted toward the DBE Goal. 9
10
Changes in COA Work Committed to DBE 11
The Contractor shall utilize the COA DBEs to perform the work and supply the materials 12
for which each is committed unless prior written approval by the Engineer has been 13
received by the Contractor. The Contractor shall not be entitled to any payment for work 14
or material completed by the Contractor or subcontractors that was committed to be 15
completed by the COA DBEs in the DBE Utilization Certification form. 16
17
Changes 18
In the event a change results in a reduction to Work committed to a COA DBE, the 19
Contractor shall substitute other remaining Work to that COA DBE if possible, to 20
avoid a change to the total dollar amount to be applied towards the goal committed 21
to that COA DBE. If there is a reduction to the total dollar amount to be applied 22
towards the goal for a COA DBE Commitment, regardless of the reason, it shall be 23
viewed as DBE termination, and subject to the termination procedures below. A 24
notification to the DBE shall occur as soon as possible but no later than two weeks 25
after the Contractor is aware of the upcoming change. 26
27
Original Quantity Underruns 28
In the event that Work committed to a DBE firm as part of the COA underruns the 29
original planned quantities the Contractor may be required to substitute other 30
remaining Work to another DBE. 31
32
Contractor Proposed DBE Substitutions 33
Requests to substitute a COA DBE must be for good cause (see DBE termination 34
process below) and requires prior written approval of the Engineer. After receiving 35
a termination with good cause approval, the Contractor may only replace a DBE with 36
another certified DBE. When changes between Contract Award and Execution 37
result in a substitution of COA DBE, the substitute DBE shall be certified prior to the 38
bid opening on the Contract. 39
40
DBE Termination 41
Termination of a COA DBE (or an approved substitute DBE) is only allowed in whole 42
or in part for good cause and with prior written approval of the Contracting Agency. 43
If the Contractor terminates a COA DBE without the prior written approval of the 44
Contracting Agency, the Contractor shall not be entitled to payment for work or 45
material committed to, but not performed/supplied by the COA DBE. In addition, 46
sanctions may apply as described elsewhere in this specification. 47
48
Prior to requesting approval to terminate a COA DBE, the Contractor shall give notice 49
in writing to the DBE with a copy to the Engineer of its intent to request to terminate 50
DBE Work and the reasons for doing so. The DBE shall have five days to respond 51
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-52 PROJECT #CAG-25-278
to the Contractor’s notice. The DBE’s response shall either support the termination 1
or advise the Engineer and the Contractor of the reasons it objects to the termination 2
of its subcontract. 3
4
If the request for termination is approved, the Contractor is required to substitute with 5
another DBE to perform at least the same amount of work as the DBE that was 6
terminated (or provide GFE Documentation). A plan to replace the COA DBE 7
Commitment amount shall be submitted to the Engineer within 2 days of the approval 8
of termination. The plan to replace the Commitment shall provide the same detail as 9
that required in the DBE Utilization Certification. 10
11
As mentioned above, the Contractor must have good cause to terminate a COA DBE. 12
13
Good cause typically includes situations where the DBE subcontractor is unable or 14
unwilling to perform the work of its subcontract. Good cause may exist if: 15
1. The DBE fails or refuses to execute a written contract. 16
2. The DBE fails or refuses to perform the Work of its subcontract in a way 17
consistent with normal industry standards. 18
3. The DBE fails or refuses to meet the Contractor’s reasonable 19
nondiscriminatory bond requirements. 20
4. The DBE becomes bankrupt, insolvent, or exhibits credit unworthiness. 21
5. The DBE is ineligible to work on public works projects because of 22
suspension and debarment proceedings pursuant to federal law or 23
applicable State law. 24
6. The DBE is ineligible to receive DBE credit for the type of work involved. 25
7. The DBE voluntarily withdraws from the project and provides written notice 26
of its withdrawal. 27
8. The DBE’s work is deemed unsatisfactory by the Engineer and not in 28
compliance with the Contract. 29
9. The DBE’s owner dies or becomes disabled with the result that the DBE is 30
unable to complete its Work on the Contract. 31
32
Good cause does not exist if: 33
1. The Contractor seeks to terminate a COA DBE so that the Contractor can 34
self-perform the Work. 35
2. The Contractor seeks to terminate a COA DBE so the Contractor can 36
substitute another DBE contractor or non-DBE contractor after Contract 37
Award. 38
3. The failure or refusal of the COA DBE to perform its Work on the 39
subcontract results from the bad faith or discriminatory action of the 40
Contractor (e.g., the failure of the Contractor to make timely payments or 41
the unnecessary placing of obstacles in the path of the DBE’s Work). 42
43
Decertification 44
When a DBE is “decertified” from the DBE program during the course of the Contract, 45
the participation of that DBE shall continue to count as DBE participation as long as 46
the subcontract with the DBE was executed prior to the decertification notice. The 47
Contractor is obligated to substitute when a DBE does not have an executed 48
subcontract agreement at the time of decertification. 49
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-53 PROJECT #CAG-25-278
1
Good Faith Effort (GFE) Documentation 2
GFE Documentation is required and will be evaluated whenever the Contractor is unable 3
to fulfill the program requirement. This evaluation may need to be repeated when: 4
1. Determining award of a Contract that has COA goal, 5
2. When a COA DBE is terminated and substitution is required, and 6
3. Prior to Physical Completion when determining whether the Contractor has 7
satisfied its DBE commitments. 8
9
49 CFR Part 26, Appendix A is intended as general guidance and does not, in itself, 10
demonstrate adequate good faith efforts. The following is a list of types of actions, which 11
would be considered as part of the Bidder’s GFE Documentation to achieve DBE 12
participation. It is not intended to be a mandatory checklist, nor is it intended to be 13
exclusive or exhaustive. Other factors or types of efforts may be relevant in appropriate 14
cases. 15
1. Soliciting through all reasonable and available means (e.g. attendance at pre-16
bid meetings, advertising and/or written notices) the interest of all certified DBEs 17
who have the capability to perform the Work of the Contract. The Bidder must 18
solicit this interest within sufficient time to allow the DBEs to respond to the 19
solicitation. The Bidder must determine with certainty if the DBEs are interested 20
by taking appropriate steps to follow up initial solicitations. 21
2. Selecting portions of the Work to be performed by DBEs in order to increase the 22
likelihood that the DBE COA Goal will be achieved. This includes, where 23
appropriate, breaking out contract Work items into economically feasible units 24
to facilitate DBE participation, even when the Bidder might otherwise prefer to 25
perform these Work items with its own forces. 26
3. Providing interested DBEs with adequate information about the Plans, 27
Specifications, and requirements of the Contract in a timely manner to assist 28
them in responding to a solicitation. 29
a. Negotiating in good faith with interested DBEs. It is the Bidder’s 30
responsibility to make a portion of the Work available to DBE 31
subcontractors and suppliers and to select those portions of the Work or 32
material needs consistent with the available DBE subcontractors and 33
suppliers, so as to facilitate DBE participation. Evidence of such negotiation 34
includes the names, addresses, and telephone numbers of DBEs that were 35
considered; a description of the information provided regarding the Plans 36
and Specifications for the Work selected for subcontracting; and evidence 37
as to why additional agreements could not be reached for DBEs to perform 38
the Work. 39
b. A Bidder using good business judgment would consider a number of factors 40
in negotiating with subcontractors, including DBE subcontractors, and 41
would take a firm’s price and capabilities as well as the DBE COA Goal into 42
consideration. However, the fact that there may be some additional costs 43
involved in finding and using DBEs is not in itself sufficient reason for a 44
Bidder’s failure to meet the DBE COA Goal, as long as such costs are 45
reasonable. Also, the ability or desire of a Bidder to perform the Work of a 46
Contract with its own organization does not relieve the Bidder of the 47
responsibility to make Good Faith Efforts. Bidders are not, however, 48
required to accept higher quotes from DBEs if the price difference is 49
excessive or unreasonable. 50
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-54 PROJECT #CAG-25-278
4. Not rejecting DBEs as being unqualified without sound reasons based on a 1
thorough investigation of their capabilities. The Bidder’s standing within its 2
industry, membership in specific groups, organizations, or associations and 3
political or social affiliations (for example union vs. non-union employee status) 4
are not legitimate causes for the rejection or non-solicitation of bids in the 5
Bidder’s efforts to meet the DBE COA Goal. 6
5. Making efforts to assist interested DBEs in obtaining bonding, lines of credit, or 7
insurance as required by the recipient or Bidder. 8
6. Making efforts to assist interested DBEs in obtaining necessary equipment, 9
supplies, materials, or related assistance or services. 10
7. Effectively using the services of available minority/women community 11
organizations; minority/women contractors’ groups; local, State, and Federal 12
minority/women business assistance offices; and other organizations as 13
allowed on a case-by-case basis to provide assistance in the recruitment and 14
placement of DBEs. 15
8. GFE Documentation must include copies of each DBE and non-DBE 16
subcontractor quotes submitted to the Bidder when a non-DBE subcontractor is 17
selected over a DBE for Work on the Contract. (ref. updated DBE regulations 18
– 26.53(b)(2)(vi) & App. A) 19
20
Administrative Reconsideration of GFE Documentation 21
A Bidder has the right to request reconsideration if the GFE Documentation 22
submitted with their Bid was determined to be inadequate or without merit. If, 23
during the life of the Contract, the Contractor submits an additional GFE 24
Documentation and the Contracting Agency’s GFE Documentation review 25
determines a GFE Documentation is inadequate or has no merit, the Contractor has 26
the right to request reconsideration of the Contracting Agency’s determination. 27
1. The Bidder must request reconsideration within 48 hours of notification of 28
GFE Documentation being inadequate or without merit, or the Bidder 29
forfeits the right to reconsideration. 30
2 The reconsideration decision on the adequacy or merit of the Bidder’s GFE 31
Documentation shall be made by an official who did not take part in the 32
original determination. 33
3 Only original GFE Documentation submitted as a supplement to the Bid will 34
be considered. The Bidder shall not introduce new documentation at the 35
reconsideration hearing. 36
4 The Bidder shall have the opportunity to meet in person with the official for 37
the purpose of setting forth the Bidder’s position as to why the GFE 38
Documentation demonstrates a sufficient effort. 39
•5 The reconsideration official shall provide the Bidder with a written decision 40
on reconsideration within five working days of the hearing explaining the 41
basis for their finding. 42
43
Consequences of Non-Compliance 44
45
Breach of Contract 46
Each contract with a Contractor (and each subcontract the Contractor signs with a 47
subcontractor) must include the following assurance clause: 48
49
The Contractor, subrecipient, or subcontractor shall not discriminate on the basis of 50
race, color, national origin, or sex in the performance of this contract. The 51
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-55 PROJECT #CAG-25-278
Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award 1
and administration of DOT-assisted contracts. Failure by the Contractor to carry 2
out these requirements is a material breach of this Contract, which may result in the 3
termination of this Contract or such other remedy as the recipient deems appropriate, 4
which may include, but is not limited to: 5
(1) Withholding monthly progress payments; 6
(2) Assessing sanctions; 7
(3) Liquidated damages; and/or 8
(4) Disqualifying the Contractor from future bidding as non-responsible. 9
10
If the Contractor or any subcontractor of any tier, supplier, service providers, or 11
professional services is deemed to be in non-compliance, the Contractor will be 12
informed in writing by the Engineer that sanctions will be imposed for failure to meet 13
the DBE COA Commitment and/or submit documentation of good faith efforts. The 14
notice will state the specific sanctions to be imposed which may include impacting a 15
Contractor or other entity’s ability to participate in future contracts. 16
17
Sanctions 18
If it is determined that the Contractor’s failure to meet all or part of the DBE COA 19
Commitment is due to the Contractor’s inadequate good faith efforts throughout the 20
life of the Contract, including failure to submit timely, required Good Faith Efforts 21
information and documentation, the Contractor may be required to pay DBE penalty 22
equal to the amount of the unmet Commitment, in addition to the sanctions outlined 23
in Section 1-07.11(5). 24
Payment 25
Compensation for all costs involved with complying with the conditions of this 26
Specification and any other associated DBE requirements is included in payment for the 27
associated Contract items of Work, except otherwise provided in the Specifications. 28
29
1-07.12 Federal Agency Inspection 30
(October 3, 2023 WSDOT GSP, OPTION 1) 31
32
Section 1-07.12 is supplemented with the following: 33
34
Required Federal Aid Provisions 35
The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) 36
Revised October 23, 2023 and the amendments thereto supersede any conflicting 37
provisions of the Standard Specifications and are made a part of this Contract; provided, 38
however, that if any of the provisions of FHWA 1273, as amended, are less restrictive than 39
Washington State Law, then the Washington State Law shall prevail. 40
41
The provisions of FHWA 1273, as amended, included in this Contract require that the 42
Contractor insert the FHWA 1273 and amendments thereto in each Subcontract, together 43
with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall 44
be included in each Subcontract requiring the Subcontractors to insert the FHWA 1273 45
and amendments thereto in any lower tier Subcontracts, together with the wage rates. The 46
Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, 47
is inserted in each Subcontract for Subcontractors and lower tier Subcontractors. For this 48
purpose, upon request to the Engineer, the Contractor will be provided with extra copies 49
of the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special 50
Provision. 51
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-56 PROJECT #CAG-25-278
1
1-07.16 Protection and Restoration of Property 2
3
1-07.16(2) Vegetation Protection and Restoration 4
(August 2, 2010 WSDOT GSP, OPTION 1) 5
6
Section 1-07.16(2) is supplemented with the following: 7
8
Vegetation and soil protection zones for trees shall extend out from the trunk to a 9
distance of 1 foot radius for each inch of trunk diameter at breast height, except as 10
noted in the plans. 11
12
Vegetation and soil protection zones for shrubs shall extend out from the stems at 13
ground level to twice the radius of the shrub. 14
15
Vegetation and soil protection zones for herbaceous vegetation shall extend to 16
encompass the diameter of the plant as measured from the outer edge of the plant. 17
18
1-07.17 Utilities and Similar Facilities 19
(April 2, 2007 WSDOT GSP, OPTION 1) 20
21
Section 1-07.17 is supplemented with the following: 22
23
Locations and dimensions shown in the Plans for existing facilities are in accordance with 24
available information obtained without uncovering, measuring, or other verification. 25
26
The following addresses and telephone numbers of utility companies known or suspected of 27
having facilities within the project limits are supplied for the Contractor's convenience: 28
29
Puget Sound Energy (power)
Contact: Dustin Weller
(206) 379-4347
Dustin.Weller@pse.com
Puget Sound Energy (gas)
Contact: Dustin Weller
(206) 379-4347
Dustin.Weller@pse.com
Comcast
Contact: Todd Zimny
Todd_Zimny@comcast.com
Lumen (Local)
Contact: Kaleb Hernandez
Kaleb.ConkleHernandez@lumen.com
Lumen (National)
Contact: Glen Williams
(503) 650-6041 x216
Glen_Williams@kbmail.net
City of Renton - Surface Water
Contact: Joe Farah
(425) 430-7293
JFarah@Rentonwa.gov
City of Renton - Water
Contact: Abdoul Gafour
City of Renton - Sewer
Joe Stowell
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-57 PROJECT #CAG-25-278
(425) 430-7210
AGafour@Rentonwa.gov
(425) 430-7212
JStowell@Rentonwa.gov
King County Metro Sewer
Contact:
BP Petroleum
Contact:
1
1-07.18 Public Liability and Property Damage Insurance 2
Delete this section in its entirety, and replace it with the following: 3
4
1-07.18 Insurance 5
(January 4, 2024 APWA GSP) 6
7
1-07.18(1) General Requirements 8
A. The Contractor shall procure and maintain the insurance described in all subsections 9
of section 1-07.18 of these Special Provisions, from insurers with a current A. M. 10
Best rating of not less than A-: VII and licensed to do business in the State of 11
Washington. The Contracting Agency reserves the right to approve or reject the 12
insurance provided, based on the insurer’s financial condition. 13
14
B. The Contractor shall keep this insurance in force without interruption from the 15
commencement of the Contractor’s Work through the term of the Contract and for 16
thirty (30) days after the Physical Completion date, unless otherwise indicated below. 17
18
C. If any insurance policy is written on a claims-made form, its retroactive date, and that 19
of all subsequent renewals, shall be no later than the effective date of this Contract. 20
The policy shall state that coverage is claims made and state the retroactive date. 21
Claims-made form coverage shall be maintained by the Contractor for a minimum of 22
36 months following the Completion Date or earlier termination of this Contract, and 23
the Contractor shall annually provide the Contracting Agency with proof of renewal. 24
If renewal of the claims made form of coverage becomes unavailable, or 25
economically prohibitive, the Contractor shall purchase an extended reporting period 26
(“tail”) or execute another form of guarantee acceptable to the Contracting Agency 27
to assure financial responsibility for liability for services performed. 28
29
D. The Contractor’s Automobile Liability, Commercial General Liability and Excess or 30
Umbrella Liability insurance policies shall be primary and non-contributory insurance 31
as respects the Contracting Agency’s insurance, self-insurance, or self-insured pool 32
coverage. Any insurance, self-insurance, or self-insured pool coverage maintained 33
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-58 PROJECT #CAG-25-278
by the Contracting Agency shall be excess of the Contractor’s insurance and shall 1
not contribute with it. 2
3
E. The Contractor shall provide the Contracting Agency and all additional insureds with 4
written notice of any policy cancellation, within two business days of their receipt of 5
such notice. 6
7
F. The Contractor shall not begin work under the Contract until the required insurance 8
has been obtained and approved by the Contracting Agency 9
10
G. Failure on the part of the Contractor to maintain the insurance as required shall 11
constitute a material breach of contract, upon which the Contracting Agency may, 12
after giving five business days’ notice to the Contractor to correct the breach, 13
immediately terminate the Contract or, at its discretion, procure or renew such 14
insurance and pay any and all premiums in connection therewith, with any sums so 15
expended to be repaid to the Contracting Agency on demand, or at the sole 16
discretion of the Contracting Agency, offset against funds due the Contractor from 17
the Contracting Agency. 18
19
H. All costs for insurance shall be incidental to and included in the unit or lump sum 20
prices of the Contract and no additional payment will be made. 21
22
I. Under no circumstances shall a wrap up policy be obtained, for either initiating or 23
maintaining coverage, to satisfy insurance requirements for any policy required 24
under this Section. A “wrap up policy” is defined as an insurance agreement or 25
arrangement under which all the parties working on a specified or designated project 26
are insured under one policy for liability arising out of that specified or designated 27
project. 28
29
1-07.18(2) Additional Insured 30
All insurance policies, with the exception of Workers Compensation, and of Professional 31
Liability and Builder’s Risk (if required by this Contract) shall name the following listed 32
entities as additional insured(s) using the forms or endorsements required herein: 33
the Contracting Agency and its officers, elected officials, employees, agents, 34
and volunteers 35
36
The above-listed entities shall be additional insured(s) for the full available limits of liability 37
maintained by the Contractor, irrespective of whether such limits maintained by the 38
Contractor are greater than those required by this Contract, and irrespective of whether 39
the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4) describes 40
limits lower than those maintained by the Contractor. 41
42
For Commercial General Liability insurance coverage, the required additional insured 43
endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing 44
operations and CG 20 37 10 01 for completed operations. 45
46
1-07.18(3) Subcontractors 47
The Contractor shall cause each subcontractor of every tier to provide insurance coverage 48
that complies with all applicable requirements of the Contractor-provided insurance as set 49
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-59 PROJECT #CAG-25-278
forth herein, except the Contractor shall have sole responsibility for determining the limits 1
of coverage required to be obtained by subcontractors. 2
3
The Contractor shall ensure that all subcontractors of every tier add all entities listed in 4
1-07.18(2) as additional insureds, and provide proof of such on the policies as required by 5
that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO 6
CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. 7
8
Upon request by the Contracting Agency, the Contractor shall forward to the Contracting 9
Agency evidence of insurance and copies of the additional insured endorsements of each 10
subcontractor of every tier as required in 1-07.18(4) Verification of Coverage. 11
12
1-07.18(4) Verification of Coverage 13
The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and 14
endorsements for each policy of insurance meeting the requirements set forth herein when 15
the Contractor delivers the signed Contract for the work. Failure of Contracting Agency to 16
demand such verification of coverage with these insurance requirements or failure of 17
Contracting Agency to identify a deficiency from the insurance documentation provided 18
shall not be construed as a waiver of Contractor’s obligation to maintain such insurance. 19
20
Verification of coverage shall include: 21
1. An ACORD certificate or a form determined by the Contracting Agency to be 22
equivalent. 23
2. Copies of all endorsements naming Contracting Agency and all other entities listed 24
in 1-07.18(2) as additional insured(s), showing the policy number. The 25
Contractor may submit a copy of any blanket additional insured clause from its 26
policies instead of a separate endorsement. 27
3. Any other amendatory endorsements to show the coverage required herein. 28
4. A notation of coverage enhancements on the Certificate of Insurance shall not 29
satisfy these requirements – actual endorsements must be submitted. 30
31
Upon request by the Contracting Agency, the Contractor shall forward to the Contracting 32
Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is 33
required on this Project, a full and certified copy of that policy is required when the 34
Contractor delivers the signed Contract for the work. 35
36
1-07.18(5) Coverages and Limits 37
The insurance shall provide the minimum coverages and limits set forth below. 38
Contractor’s maintenance of insurance, its scope of coverage, and limits as required 39
herein shall not be construed to limit the liability of the Contractor to the coverage provided 40
by such insurance, or otherwise limit the Contracting Agency’s recourse to any remedy 41
available at law or in equity. 42
43
All deductibles and self-insured retentions must be disclosed and are subject to approval 44
by the Contracting Agency. The cost of any claim payments falling within the deductible 45
or self-insured retention shall be the responsibility of the Contractor. In the event an 46
additional insured incurs a liability subject to any policy’s deductibles or self-insured 47
retention, said deductibles or self-insured retention shall be the responsibility of the 48
Contractor. 49
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-60 PROJECT #CAG-25-278
1
1-07.18(5)A Commercial General Liability 2
Commercial General Liability insurance shall be written on coverage forms at least as 3
broad as ISO occurrence form CG 00 01, including but not limited to liability arising from 4
premises, operations, stop gap liability, independent contractors, products-completed 5
operations, personal and advertising injury, and liability assumed under an insured 6
contract. There shall be no exclusion for liability arising from explosion, collapse, or 7
underground property damage. 8
9
The Commercial General Liability insurance shall be endorsed to provide a per project 10
general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement. 11
12
Contractor shall maintain Commercial General Liability Insurance arising out of the 13
Contractor’s completed operations for at least three years following Substantial 14
Completion of the Work. 15
16
Such policy must provide the following minimum limits: 17
$2,000,000 Each Occurrence 18
$3,000,000 General Aggregate 19
$3,000,000 Products & Completed Operations Aggregate 20
$2,000,000 Personal & Advertising Injury each offence 21
$2,000,000 Stop Gap / Employers’ Liability each accident 22
23
1-07.18(5)B Automobile Liability 24
Automobile Liability shall cover owned, non-owned, hired, and leased vehicles; and shall 25
be written on a coverage form at least as broad as ISO form CA 00 01. If the work involves 26
the transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99 27
48 endorsements. 28
29
Such policy must provide the following minimum limit: 30
$1,000,000 Combined single limit each accident 31
32
1-07.18(5)C Workers’ Compensation 33
The Contractor shall comply with Workers’ Compensation coverage as required by the 34
Industrial Insurance laws of the State of Washington. 35
36
1-07.23 Public Convenience and Safety 37
38
1-07.23(1) Construction Under Traffic 39
40
(May 2, 2017 APWA GSP) 41
42
Revise the third sentence of the second paragraph to read: 43
Accessibility to existing or temporary pedestrian push buttons shall not be 44
impaired; if approved by the Contracting Agency activating pedestrian recall 45
timing or other accommodation may be allowed during construction. 46
47
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-61 PROJECT #CAG-25-278
1
1-07.24 Rights of Way 2
(April 22, 2025 APWA GSP) 3
4
Delete this section and replace it with the following: 5
6
Street Right of Way lines, limits of easements, and limits of construction permits are 7
indicated in the Plans. The Contractor’s construction activities shall be confined within 8
these limits unless arrangements for use of private property are made as described below. 9
Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way 10
and easements, both permanent and temporary, necessary for carrying out the work. 11
Exceptions to this are noted in the Bid Documents or will be brought to the Contractor’s 12
attention by a duly issued Addendum. 13
14
Whenever any of the work is accomplished on or through property other than public Right of 15
Way, the Contractor shall meet and fulfill all covenants and stipulations of any easement 16
agreement obtained by the Contracting Agency from the owner of the private property. 17
Copies of the easement agreements may be included in the Contract Provisions or made 18
available to the Contractor as soon as practical after they have been obtained by the 19
Engineer. 20
21
Whenever easements or rights of entry have not been acquired prior to advertising, these 22
areas are so noted in the Plans. The Contractor shall not proceed with any portion of the 23
work in areas where right of way, easements or rights of entry have not been acquired until 24
the Engineer certifies to the Contractor that the right of way or easement is available or that 25
the right of entry has been received. If the Contractor is delayed due to acts of omission on 26
the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the 27
Contractor will be entitled to an extension of time. The Contractor agrees that such delay 28
shall not be a breach of contract. 29
30
Each property owner shall be given 48 hours’ notice prior to entry by the Contractor. This 31
includes entry onto easements and private property where private improvements must be 32
adjusted. 33
34
The Contractor shall be responsible for providing, without expense or liability to the 35
Contracting Agency, any additional land and access thereto that the Contractor may desire 36
for temporary construction facilities, storage of materials, or other Contractor needs. 37
However, before using any private property, whether adjoining the work or not, the 38
Contractor shall file with the Engineer a written permission of the private property owner, 39
and, upon vacating the premises, a written release from the property owner of each property 40
disturbed or otherwise interfered with by reasons of construction pursued under this 41
contract. The statement shall be signed by the private property owner, or proper authority 42
acting for the owner of the private property affected, stating that permission has been 43
granted to use the property and all necessary permits have been obtained or, in the case of 44
a release, that the restoration of the property has been satisfactorily accomplished. The 45
statement shall include the parcel number, address, and date of signature. Written 46
releases must be filed with the Engineer before the Completion Date will be established. 47
48
1-08 PROSECUTION AND PROGRESS 49
50
Add the following new section: 51
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-62 PROJECT #CAG-25-278
1
1-08.0 Preliminary Matters 2
(May 25, 2006 APWA GSP) 3
4
Add the following new section: 5
6
1-08.0(1) Preconstruction Conference 7
(July 8, 2024 APWA GSP) 8
9
Prior to the Contractor beginning the work, a preconstruction conference will be held 10
between the Contractor, the Engineer and such other interested parties as may be invited. 11
The purpose of the preconstruction conference will be: 12
1. To review the initial progress schedule; 13
2. To establish a working understanding among the various parties associated or affected 14
by the work; 15
3. To establish and review procedures for progress payment, notifications, approvals, 16
submittals, etc.; 17
4. To review DBE Requirements, Training Plans, and Apprenticeship Plans, when 18
applicable. 19
5. To establish normal working hours for the work; 20
6. To review safety standards and traffic control; and 21
7. To discuss such other related items as may be pertinent to the work. 22
23
The Contractor shall prepare and submit at the preconstruction conference the following: 24
1. A breakdown of all lump sum items; 25
2. A preliminary schedule of working drawing submittals; and 26
3. A list of material sources for approval if applicable. 27
28
1-08.0(2) Hours of Work 29
(December 8, 2014 APWA GSP) 30
31
Add the following new section: 32
33
Except in the case of emergency or unless otherwise approved by the Engineer, the 34
normal working hours for the Contract shall be any consecutive 8-hour period between 35
7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch break. If the 36
Contractor desires different than the normal working hours stated above, the request 37
must be submitted in writing prior to the preconstruction conference, subject to the 38
provisions below. The working hours for the Contract shall be established at or prior 39
to the preconstruction conference. 40
41
All working hours and days are also subject to local permit and ordinance conditions 42
(such as noise ordinances). 43
44
If the Contractor wishes to deviate from the established working hours, the Contractor 45
shall submit a written request to the Engineer for consideration. This request shall 46
state what hours are being requested, and why. Requests shall be submitted for review 47
no later than 12 o’clock noon on the working day prior to the day(s) the Contractor is 48
requesting to change the hours. 49
50
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-63 PROJECT #CAG-25-278
If the Contracting Agency approves such a deviation, such approval may be subject to 1
certain other conditions, which will be detailed in writing. For example: 2
1. On non-Federal aid projects, requiring the Contractor to reimburse the 3
Contracting Agency for the costs in excess of straight-time costs for 4
Contracting Agency representatives who worked during such times. (The 5
Engineer may require designated representatives to be present during the 6
work. Representatives who may be deemed necessary by the Engineer 7
include, but are not limited to: survey crews; personnel from the Contracting 8
Agency’s material testing lab; inspectors; and other Contracting Agency 9
employees or third party consultants when, in the opinion of the Engineer, such 10
work necessitates their presence.) 11
2. Considering the work performed on Saturdays, Sundays, and holidays as 12
working days with regard to the contract time. 13
3. Considering multiple work shifts as multiple working days with respect to 14
contract time even though the multiple shifts occur in a single 24-hour period. 15
4. If a 4-10 work schedule is requested and approved the non-working day for the 16
week will be charged as a working day. 17
5. If Davis Bacon wage rates apply to this Contract, all requirements must be met 18
and recorded properly on certified payroll. 19
20
1-08.1 Subcontracting 21
(December 30, 2022 APWA GSP, OPTION A) 22
23
Section 1-08.1 is supplemented with the following: 24
25
Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall 26
submit to the Engineer a certification (WSDOT Form 420-004) that a written agreement 27
between the Contractor and the subcontractor or between the subcontractor and any lower 28
tier subcontractor has been executed. This certification shall also guarantee that these 29
subcontract agreements include all the documents required by the Special Provision 30
Federal Agency Inspection. 31
32
A Subcontractor or lower tier subcontractor will not be permitted to perform any work under 33
the contract until the following documents have been completed and submitted to the 34
Engineer: 35
1. Request to Sublet Work (Form 421-012), and 36
37
2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for 38
Federal-aid Projects (Form 420-004). 39
40
The Contractor shall submit to the Engineer a completed Monthly Retainage Report 41
(WSDOT Form 272-065) within 15 calendar days after receipt of every monthly progress 42
payment until every subcontractor and lower tier subcontractor’s retainage has been 43
released. 44
45
The Contractor’s records pertaining to the requirements of this Special Provision shall be 46
open to inspection or audit by representatives of the Contracting Agency during the life of 47
the contract and for a period of not less than three years after the date of acceptance of 48
the contract. The Contractor shall retain these records for that period. The Contractor shall 49
also guarantee that these records of all subcontractors and lower tier subcontractors shall 50
be available and open to similar inspection or audit for the same time period. 51
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-64 PROJECT #CAG-25-278
1
1-08.1(9) Submittal of Executed Subcontracts 2
(May 27, 2025 APWA GSP, Option A) 3
4
Section 1-08.1(9) content and title are deleted and replaced with the following: 5
6
Submittal of Executed DBE Subcontracts 7
Prior to a DBE performing Work on the Contract, an executed subcontract between the DBE 8
and the Contractor shall be submitted to the Engineer. The executed subcontracts shall be 9
submitted to the following email addresses: 10
11
WSDOT OECR Representative: NWRegionOEO@wsdot.wa.gov 12
13
1-08.3 Progress Schedule 14
15
1-08.3(2)B Type B Progress Schedule 16
(January 4, 2024 APWA GSP) 17
18
Revise the first paragraph to read: 19
20
The Contractor shall submit a preliminary Type B Progress Schedule at or prior to 21
the preconstruction conference. The preliminary Type B Progress Schedule shall 22
comply with all of these requirements and the requirements of Section 1-08.3(2), 23
except that it may be limited to only those activities occurring within the first 60-24
working days of the project. 25
26
Revise the first sentence of the second paragraph to read: 27
28
The Contractor shall submit 2 copies of a Type B Progress Schedule depicting 29
the entire project no later than 21-calendar days after the preconstruction 30
conference. 31
32
(*****) 33
34
Add the following new section: 35
36
1-08.3(2)F Pre-Activity Meeting 37
The Contractor shall request a pre-activity meeting with the Engineer to be held 5 working 38
days before any work can start on major definable features of work. This includes 39
excavation for roadway, cement concrete pavement, HMA paving, and channelization. 40
Those attending the pre-activity meeting shall include: 41
1. The Contractor and Subcontractor in charge of the work. 42
2. Engineer (or representative) and Project Inspectors for the work. 43
44
The purpose of the pre-activity meeting will be: 45
1. To establish a working understanding among the various parties associated or 46
affected by the work; 47
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-65 PROJECT #CAG-25-278
2. To establish and review procedures for progress payment, notifications, 1
approvals, submittals, etc. 2
3. To review Submittals for all materials related per task. These submittals shall be 3
submitted and approved or agreed upon by all meeting attendees to be 4
approved, prior to start of work. 5
4. To review traffic control. 6
7
1-08.4 Prosecution of Work 8
Delete this section and replace it with the following: 9
10
1-08.4 Notice to Proceed and Prosecution of Work 11
(July 23, 2015 APWA GSP) 12
13
Notice to Proceed will be given after the contract has been executed and the contract bond 14
and evidence of insurance have been approved and filed by the Contracting Agency. The 15
Contractor shall not commence with the work until the Notice to Proceed has been given 16
by the Engineer. The Contractor shall commence construction activities on the project site 17
within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The 18
Contractor shall diligently pursue the work to the physical completion date within the time 19
specified in the contract. Voluntary shutdown or slowing of operations by the Contractor 20
shall not relieve the Contractor of the responsibility to complete the work within the time(s) 21
specified in the contract. 22
23
When shown in the Plans, the first order of work shall be the installation of high visibility 24
fencing to delineate all areas for protection or restoration, as described in the Contract. 25
Installation of high visibility fencing adjacent to the roadway shall occur after the placement 26
of all necessary signs and traffic control devices in accordance with 1-10.1(2). Upon 27
construction of the fencing, the Contractor shall request the Engineer to inspect the fence. 28
No other work shall be performed on the site until the Contracting Agency has accepted 29
the installation of high visibility fencing, as described in the Contract. 30
31
1-08.5 Time for Completion 32
33
Section 1-08.5 is supplemented with the following: 34
35
(March 13, 1995 WSDOT GSP, OPTION 7) 36
This project shall be physically completed within 80 working days. 37
38
(November 25, 2024 APWA GSP, Option A) 39
40
Revise the third and fourth paragraphs to read: 41
42
Contract time shall begin on the first working day following the Notice to Proceed Date. 43
44
Each working day shall be charged to the contract as it occurs, until the contract work is 45
physically complete. If substantial completion has been granted and all the authorized 46
working days have been used, charging of working days will cease. Each week the Engineer 47
will provide the Contractor a statement that shows the number of working days: (1) charged 48
to the contract the week before; (2) specified for the physical completion of the contract; and 49
(3) remaining for the physical completion of the contract. The statement will also show the 50
nonworking days and all partial or whole days the Engineer declares as unworkable The 51
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-66 PROJECT #CAG-25-278
statement will be identified as a Written Determination by the Engineer. If the Contractor 1
does not agree with the Written Determination of working days, the Contractor shall pursue 2
the protest procedures in accordance with Section 1-04.5. By failing to follow the procedures 3
of Section 1-04.5, the Contractor shall be deemed as having accepted the statement as 4
correct. If the Contractor is approved to work 10 hours a day and 4 days a week (a 4-10 5
schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be 6
charged as a working day then the fifth day of that week will be charged as a working day 7
whether or not the Contractor works on that day. 8
9
Revise the sixth paragraph to read: 10
11
The Engineer will give the Contractor written notice of the completion date of the contract 12
after all the Contractor’s obligations under the contract have been performed by the 13
Contractor. The following events must occur before the Completion Date can be 14
established: 15
1. The physical work on the project must be complete; and 16
2. The Contractor must furnish all documentation required by the contract and required by 17
law, to allow the Contracting Agency to process final acceptance of the contract. The 18
following documents must be received by the Project Engineer prior to establishing a 19
completion date: 20
a. Certified Payrolls (per Section 1-07.9(5)). 21
b. Material Acceptance Certification Documents 22
c. Monthly Reports in DMCS of the amounts paid including the final payment 23
confirmation to all firms required by Section 1-08.1(7)A if applicable 24
d. Final Contract Voucher Certification 25
e. Copies of the approved “Affidavit of Prevailing Wages Paid” for the Contractor and all 26
Subcontractors 27
f. A copy of the Notice of Termination sent to the Washington State Department of 28
Ecology (Ecology); the elapse of 30 calendar days from the date of receipt of the 29
Notice of Termination by Ecology; and no rejection of the Notice of Termination by 30
Ecology. This requirement will not apply if the Construction Stormwater General 31
Permit is transferred back to the Contracting Agency in accordance with Section 8-32
01.3(16). 33
g. Property owner releases per Section 1-07.24 34
35
1-08.9 Liquidated Damages 36
(March 3, 2021 APWA GSP, OPTION A) 37
38
Replace Section 1-08.9 with the following: 39
40
Time is of the essence of the Contract. Delays inconvenience the traveling public, obstruct 41
traffic, interfere with and delay commerce, and increase risk to Highway users. Delays 42
also cost tax payers undue sums of money, adding time needed for administration, 43
engineering, inspection, and supervision. 44
45
Accordingly, the Contractor agrees: 46
1. To pay liquidated damages in the amount of $$$ $4,150 per day $$$ for 47
each working day beyond the number of working days established for 48
Physical Completion, and 49
50
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-67 PROJECT #CAG-25-278
2. To authorize the Engineer to deduct these liquidated damages from any 1
money due or coming due to the Contractor. 2
3
When the Contract Work has progressed to Substantial Completion as defined in the 4
Contract, the Engineer may determine the Contract Work is Substantially Complete. The 5
Engineer will notify the Contractor in writing of the Substantial Completion Date. For 6
overruns in Contract time occurring after the date so established, liquidated damages 7
identified above will not apply. For overruns in Contract time occurring after the Substantial 8
Completion Date, liquidated damages shall be assessed on the basis of direct engineering 9
and related costs assignable to the project until the actual Physical Completion Date of all 10
the Contract Work. The Contractor shall complete the remaining Work as promptly as 11
possible. Upon request by the Project Engineer, the Contractor shall furnish a written 12
schedule for completing the physical Work on the Contract. 13
14
Liquidated damages will not be assessed for any days for which an extension of time is 15
granted. No deduction or payment of liquidated damages will, in any degree, release the 16
Contractor from further obligations and liabilities to complete the entire Contract. 17
18
1-09 MEASUREMENT AND PAYMENT 19
20
1-09.2(1) General Requirements for Weighing Equipment 21
(November 25, 2024 APWA GSP, Option B) 22
23
Revise item 4 of the fifth paragraph to read: 24
25
4. Test results and scale weight records for each day’s hauling operations are provided to 26
the Engineer daily. Reporting shall utilize WSDOT form 422-027LP, Scaleman’s Daily 27
Report, unless the printed ticket contains the same information that is on the Scaleman’s 28
Daily Report Form. The scale operator must provide AM and/or PM tare weights for 29
each truck on the printed ticket. 30
31
1-09.2(5) Measurement 32
(December 30, 2022 APWA GSP) 33
34
Revise the first paragraph to read: 35
36
Scale Verification Checks – At the Engineer’s discretion, the Engineer may perform 37
verification checks on the accuracy of each batch, hopper, or platform scale used in 38
weighing contract items of Work. 39
40
1-09.6 Force Account 41
(December 30, 2022 APWA GSP) 42
43
Supplement this section with the following: 44
45
The Contracting Agency has estimated and included in the Proposal, dollar amounts for 46
all items to be paid per force account, only to provide a common proposal for Bidders. All 47
such dollar amounts are to become a part of Contractor's total bid. However, the 48
Contracting Agency does not warrant expressly or by implication, that the actual amount 49
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-68 PROJECT #CAG-25-278
of work will correspond with those estimates. Payment will be made on the basis of the 1
amount of work actually authorized by the Engineer. 2
3
1-09.8 Payment for Material on Hand 4
(August 3, 2009 WSDOT GSP, OPTION 1) 5
6
The last paragraph of Section 1-09.8 is revised to read: 7
8
The Contracting Agency will not pay for material on hand when the invoice cost is less 9
than $2,000. As materials are used in the work, credits equaling the partial payments 10
for them will be taken on future estimates. Each month, no later than the estimate 11
due date, the Contractor shall submit a letter to the Engineer that clearly states: 1) 12
the amount originally paid on the invoice (or other record of production cost) for the 13
items on hand, 2) the dollar amount of the material incorporated into each of the 14
various work items for the month, and 3) the amount that should be retained in material 15
on hand items. If work is performed on the items and the Contractor does not submit 16
a letter, all of the previous material on hand payment will be deducted on the estimate. 17
Partial payment for materials on hand shall not constitute acceptance. Any material 18
will be rejected if found to be faulty even if partial payment for it has been made. 19
20
1-09.9 Payments 21
(July 8, 2024, APWA GSP, Option B) 22
23
Delete the fourth paragraph and replace it with the following: 24
25
Progress payments for completed work and material on hand will be based upon progress 26
estimates prepared by the Engineer. A progress estimate cutoff date will be established at 27
the preconstruction conference. 28
29
The initial progress estimate will be made not later than 30 days after the Contractor 30
commences the work, and successive progress estimates will be made every month 31
thereafter until the Completion Date. Progress estimates made during progress of the work 32
are tentative, and made only for the purpose of determining progress payment. The 33
progress estimates are subject to change at any time prior to the calculation of the Final 34
Payment. 35
36
The value of the progress estimate will be the sum of the following: 37
1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of 38
work completed multiplied by the unit price. 39
2. Lump Sum Items in the Bid Form — based on the approved Contractor’s lump sum 40
breakdown for that item, or absent such a breakdown, based on the Engineer’s 41
determination. 42
3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or 43
other storage area approved by the Engineer. 44
4. Change Orders — entitlement for approved extra cost or completed extra work as 45
determined by the Engineer. 46
47
Progress payments will be made in accordance with the progress estimate less: 48
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-69 PROJECT #CAG-25-278
1. Retainage per Section 1-09.9(1), on non FHWA-funded projects; 1
2. The amount of Progress Payments previously made; and 2
3. Funds withheld by the Contracting Agency for disbursement in accordance with the 3
Contract Documents. 4
5
Progress payments for work performed shall not be evidence of acceptable performance or 6
an admission by the Contracting Agency that any work has been satisfactorily completed. 7
The determination of payments under the contract will be final in accordance with Section 8
1-05.1. 9
10
1-09.9(1) Retainage 11
(June 27, 2011 WSDOT GSP, OPTION 1) 12
13
Section 1-09.9(1) content and title is deleted and replaced with the following: 14
15
Vacant 16
17
1-09.11 Disputes and Claims 18
19
1-09.11(3) Time Limitation and Jurisdiction 20
(December 30, 2022 APWA GSP) 21
22
Revise this section to read: 23
24
For the convenience of the parties to the Contract it is mutually agreed by the 25
parties that all claims or causes of action which the Contractor has against the 26
Contracting Agency arising from the Contract shall be brought within 180 calendar 27
days from the date of final acceptance (Section 1-05.12) of the Contract by the 28
Contracting Agency; and it is further agreed that all such claims or causes of action 29
shall be brought only in the Superior Court of the county where the Contracting 30
Agency headquarters is located, provided that where an action is asserted against 31
a county, RCW 36.01.050 shall control venue and jurisdiction. The parties 32
understand and agree that the Contractor’s failure to bring suit within the time 33
period provided, shall be a complete bar to all such claims or causes of action. It 34
is further mutually agreed by the parties that when claims or causes of action which 35
the Contractor asserts against the Contracting Agency arising from the Contract 36
are filed with the Contracting Agency or initiated in court, the Contractor shall 37
permit the Contracting Agency to have timely access to all records deemed 38
necessary by the Contracting Agency to assist in evaluating the claims or action. 39
40
1-09.13 Claim Resolution 41
42
1-09.13(3)A Arbitration General 43
(January 19, 2022 APWA GSP) 44
45
Revise the third paragraph to read: 46
47
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-70 PROJECT #CAG-25-278
The Contracting Agency and the Contractor mutually agree to be bound by the 1
decision of the arbitrator, and judgment upon the award rendered by the arbitrator 2
may be entered in the Superior Court of the county in which the Contracting 3
Agency’s headquarters is located, provided that where claims subject to arbitration 4
are asserted against a county, RCW 36.01.050 shall control venue and jurisdiction 5
of the Superior Court. The decision of the arbitrator and the specific basis for the 6
decision shall be in writing. The arbitrator shall use the Contract as a basis for 7
decisions. 8
9
1-09.13(4) Venue for Litigation 10
(December 30, 2022 APWA GSP) 11
12
Revise this section to read: 13
14
Litigation shall be brought in the Superior Court of the county in which the 15
Contracting Agency’s headquarters is located, provided that where claims are 16
asserted against a county, RCW 36.01.050 shall control venue and jurisdiction of 17
the Superior Court. It is mutually agreed by the parties that when litigation occurs, 18
the Contractor shall permit the Contracting Agency to have timely access to all 19
records deemed necessary by the Contracting Agency to assist in evaluating the 20
claims or action. 21
22
1-10 TEMPORARY TRAFFIC CONTROL 23
24
1-10.2 Traffic Control Management 25
(November 2, 2022 WSDOT GSP, OPTION 1) 26
27
Section 1-10.2 is supplemented with the following: 28
29
Work Zone Safety Contingency 30
Enhancements to improve the effectiveness of the accepted traffic control plans to 31
increase the safety of the work zones shall be discussed on a weekly basis between the 32
Contractor and the Contracting Agency. Enhancements shall be mutually agreed upon by 33
the Contractor and Engineer prior to performing any Work to implement the enhancement. 34
35
Enhancements do not include the use of Uniformed Police Officers or WSP, address 36
changes to the allowed work hour restrictions, or changes to the staging plans in the 37
Contract (if applicable). If allowed by the Engineer, these items will be addressed in 38
accordance with Section 1-04.4. 39
40
The Contractor shall be solely responsible for submitting any traffic control plan revision 41
to implement the enhancement in accordance with Section 1-10.2(2). 42
43
1-10.2(1) General 44
(October 3, 2022 WSDOT GSP, OPTION 1) 45
46
Section 1-10.2(1) is supplemented with the following: 47
48
The Traffic Control Supervisor shall be certified by one of the following: 49
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-71 PROJECT #CAG-25-278
1
The Northwest Laborers-Employers Training Trust 2
27055 Ohio Ave. 3
Kingston, WA 98346 4
(360) 297-3035 5
https://www.nwlett.edu 6
7
Evergreen Safety Council 8
12545 135th Ave. NE 9
Kirkland, WA 98034-8709 10
1-800-521-0778 11
https://www.esc.org 12
13
The American Traffic Safety Services Association 14
15 Riverside Parkway, Suite 100 15
Fredericksburg, Virginia 22406-1022 16
Training Dept. Toll Free (877) 642-4637 17
Phone: (540) 368-1701 18
https://altssa.com/training 19
20
Integrity Safety 21
13912 NE 20th Ave 22
Vancouver, WA 98686 23
(360) 574-6071 24
https://www.integritysafety.com 25
26
US Safety Alliance 27
(904)705-5660 28
https://www.ussafetyalliance.com 29
30
K&D Services Inc. 31
2719 Rockefeller Ave. 32
Everett, WA 98201 33
(800) 343-4049 34
https://www.kndservices.net 35
36
1-10.4 Measurement 37
1-10.4(3).GR1 Reinstating Unit Items with Lump Sum Traffic Control 38
(March 20, 2025) 39
40
The Bid Proposal may establish the project as lump sum, in accordance with 41
Section 1-10.4(1) and also include one or more of the items included above in 42
Section 1-10.4(2). 43
44
1-10.5 Payment 45
46
1-10.5(1).GR1 Lump Sum Bid for Project (No Unit Items) 47
(November 4, 2024) 48
49
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-72 PROJECT #CAG-25-278
The lump sum Contract payment shall be full compensation for all costs incurred 1
by the Contractor in performing the Contract Work defined in Section 1-10 except 2
for costs compensated by Bid Proposal items reinstated as described in Section 3
1-10.5(3). 4
1-10.5(2) Item Bids with Lump Sum for Incidentals 5
(November 2, 2022 WSDOT GSP, OPTION 7) 6
7
Section 1-10.5(2) is supplemented with the following: 8
9
“Work Zone Safety Contingency”, by force account. 10
11
All costs as authorized by the Engineer will be paid for by force account as 12
specified in Section 1-09.6. 13
14
For purpose of providing a common proposal for all bidders, the Contracting 15
Agency has entered an amount for the item “Work Zone Safety Contingency” in 16
the Proposal to become a part of the Contractor’s total bid. 17
18
The Engineer may choose to use existing bid items for the implementation of the 19
agreed upon enhancement. 20
21
END OF DIVISION 1 22
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-73 PROJECT #CAG-25-278
DIVISION 2 1
EARTHWORK 2
3
2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 4
5
2-01.4 Measurement 6
(******) 7
8
Section 2-01.4 is supplemented with the following: 9
10
Activities required for tree protection shall be incidental to “Clearing and Grubbing” item 11
and shall be included in lump sum measurement. 12
13
2-01.5 Payment 14
(******) 15
16
Section 2-01.4 is supplemented with the following: 17
18
Activities required for tree protection shall be incidental to “Clearing and Grubbing” item 19
and shall be included in in lump sum payment. 20
21
2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 22
23
2-02.3 Construction Requirements 24
(September 7, 2021 WSDOT GSP, OPTION 1) 25
26
Section 2-02.3 is supplemented with the following: 27
28
Removal of Obstructions 29
The following miscellaneous Obstructions shall be removed and disposed of: 30
31
Asphalt Removal Incl. Haul 310 SF 32
Concrete Removal Incl. Haul 724 SF 33
Sawcut 218 LF 34
35
(******) 36
37
Section 2-02.3 is supplemented with the following: 38
39
This work shall consist of sawcutting pavement the full depth of the pavement section 40
where shown in the Plans and designated by the Engineer. The location of sawcuts shall 41
be along the limits of excavation or as needed to facility construction of the project. 42
Pavement shall be sawcut prior to excavation work. 43
44
Sawcuts shall produce a clean vertical edge. 45
46
The Contractor is responsible for protecting the pavement edge after sawcutting. If the 47
asphalt cracks near the sawcut, a second sawcut will be required at no additional 48
compensation. The limits of the second sawcut will be established by the Engineer. The 49
Contractor is hereby advised that depths of existing pavement are inconsistent. 50
CITY OF RENTON
100% SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-74 PROJECT #CAG-25-278
1
Contractor shall follow Ecology Stormwater Management Manual (2014) guidelines 2
pertaining to sawcutting shown below. Any additional equipment, labor, or materials 3
required to meet the requirements below shall be considered incidental to the contract. 4
5
Slurry and cuttings shall be vacuumed during cutting and surfacing operations. 6
7
Slurry and cuttings shall not remain on permanent concrete or asphalt pavement 8
overnight. 9
10
Slurry and cuttings shall not drain to any natural or constructed drainage conveyance. 11
12
Collected slurry and cuttings shall be disposed of in a manner that does not violate 13
groundwater or surface water quality standards. 14
15
Process water that is generated during hydro-demolition, surface roughening, or similar 16
operations shall not drain to any natural or constructed drainage conveyance and shall be 17
disposed of in a manner that does not violate groundwater or surface water quality 18
standards. 19
20
Cleaning waste material and demolition debris shall be handled and disposed of in a 21
manner that does not cause contamination of water. If the area is swept with a pick-up 22
sweeper, the material must be hauled out of the area to an appropriate disposal site. 23
24
The Contractor shall continually monitor operations to determine whether slurry, cuttings, 25
or process water could enter waters of the state. If inspections show that a violation of 26
water quality standards could occur, stop operations and immediately implement 27
preventive measures such as berms, barriers, secondary containment, and vacuum 28
trucks. The Contractor shall satisfy themselves of the nature of the pavement cuts to be 29
made, and no additional allowance will be allowed regardless of depth or materials 30
encountered. 31
32
For the purposes of bidding, the contractor is to assume the existing pavement sections 33
are up to 12" of asphalt. 34
35
END OF DIVISION 236
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-75 PROJECT #CAG-25-278
DIVISION 5 1
SURFACE TREATMENTS AND PAVEMENTS 2
3
5-04 HOT MIX ASPHALT 4
(*****) 5
6
Delete Section 5-04, Hot Mix Asphalt and replace it with the following: 7
8
5-04.1 Description 9
10
This Work shall consist of providing and placing one or more layers of plant-mixed hot mix 11
asphalt (HMA) on a prepared foundation or base in accordance with these Specifications and 12
the lines, grades, thicknesses, and typical cross-sections shown in the Plans. The Contractor 13
shall maintain the existing street surface contours (e.g. street profile and cross section, etc.), 14
unless otherwise directed by the Engineer. The manufacture of HMA may include warm mix 15
asphalt (WMA) processes in accordance with these Specifications. WMA processes include 16
organic additives, chemical additives, and foaming. 17
18
HMA shall be composed of asphalt binder and mineral materials as may be required, mixed 19
in the proportions specified to provide a homogeneous, stable, and workable mixture. 20
21
5-04.2 Materials 22
23
Materials shall meet the requirements of the following sections: 24
Asphalt Binder 9-02.1(4) 25
Cationic Emulsified Asphalt 9-02.1(6) 26
Anti-Stripping Additive 9-02.4 27
HMA Additive 9-02.5 28
Aggregates 9-03.8 29
Recycled Asphalt Pavement 9-03.8(3)B 30
Mineral Filler 9-03.8(5) 31
Recycled Material 9-03.21 32
Portland Cement 9-01 33
Sand 9-03.1(2) 34
(As noted in 5-04.3(5)C for crack sealing) 35
Joint Sealant 9-04.2 36
Foam Backer Rod 9-04.2(3)A 37
38
The Contract documents may establish that the various mineral materials required for the 39
manufacture of HMA will be furnished in whole or in part by the Contracting Agency. If the 40
documents do not establish the furnishing of any of these mineral materials by the Contracting 41
Agency, the Contractor shall be required to furnish such materials in the amounts required for 42
the designated mix. Mineral materials include coarse and fine aggregates, and mineral filler. 43
44
The Contractor may choose to utilize recycled asphalt pavement (RAP) in the production of 45
HMA. The RAP may be from pavements removed under the Contract, if any, or pavement 46
material from an existing stockpile. 47
48
The Contractor may use up to 20 percent RAP by total weight of HMA with no additional 49
sampling or testing of the RAP. The RAP shall be sampled and tested at a frequency of one 50
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-76 PROJECT #CAG-25-278
sample for every 1,000 tons produced and not less than ten samples per project. The asphalt 1
content and gradation test data shall be reported to the Contracting Agency when submitting 2
the mix design for approval on the QPL. The Contractor shall include the RAP as part of the 3
mix design as defined in these Specifications. 4
5
The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder 6
from different sources is not permitted. 7
8
The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA 9
with 20 percent or less RAP by total weight of HMA. The Contractor shall submit to the 10
Engineer for approval the process that is proposed and how it will be used in the manufacture 11
of HMA. 12
13
Production of aggregates shall comply with the requirements of Section 3-01. 14
15
Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates 16
from stockpiles shall comply with the requirements of Section 3-02. 17
18
Section 5-04.2 is supplemented with the following: 19
20
Pavement Reinforcing Fibers 9-19 21
22
23
5-04.2(1) How to Get an HMA Mix Design on the QPL 24
25
If the contractor wishes to submit a mix design for inclusion in the Qualified Products List 26
(QPL), please follow the WSDOT process as follows: 27
28
Comply with each of the following: 29
30
• Develop the mix design in accordance with WSDOT SOP 732. 31
• Develop a mix design that complies with Sections 9-03.8(2) and 9-03.8(6). 32
• Develop a mix design no more than 6 months prior to submitting it for QPL evaluation. 33
• Submit mix designs to the WSDOT State Materials Laboratory in Tumwater, including 34
WSDOT Form 350-042. 35
• Include representative samples of the materials that are to be used in the HMA 36
production as part of the mix design submittal. 37
• Identify the brand, type, and percentage of anti-stripping additive in the mix design 38
submittal. 39
• Include with the mix design submittal a certification from the asphalt binder supplier that 40
the anti-stripping additive is compatible with the crude source and the formulation of 41
asphalt binder proposed for use in the mix design. 42
• Do not include warm mix asphalt (WMA) additives when developing a mix design or 43
submitting a mix design for QPL evaluation. The use of warm mix asphalt (WMA) additives 44
is not part of the process for obtaining approval for listing a mix design on the QPL. Refer 45
to Section 5-04.2(2)B. 46
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-77 PROJECT #CAG-25-278
1
5-04.2(1)A Vacant 2
3
5-04.2(2) Mix Design – Obtaining Project Approval 4
5
No paving shall begin prior to the approval of the mix design by the Engineer. 6
7
Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the 8
contract documents. 9
10
Commercial evaluation will be used for Commercial HMA and for other classes of HMA in 11
the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, 12
prelevel, and pavement repair. Other nonstructural applications of HMA accepted by 13
commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of 14
HMA accepted by commercial evaluation will be at the option of the Project Engineer. The 15
Proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the 16
quantities used in the determination of nonstatistical evaluation. 17
18
Nonstatistical Mix Design. Fifteen days prior to the first day of paving the contractor shall 19
provide one of the following mix design verification certifications for Contracting Agency 20
review; 21
22
• The WSDOT Mix Design Evaluation Report from the current WSDOT QPL, or one of 23
the mix design verification certifications listed below. 24
• The proposed HMA mix design on WSDOT Form 350-042 with the seal and 25
certification (stamp & sig-nature) of a valid licensed Washington State Professional 26
Engineer. 27
• The Mix Design Report for the proposed HMA mix design developed by a qualified 28
City or County laboratory that is within one year of the approval date.** 29
30
The mix design shall be performed by a lab accredited by a national authority such as 31
Laboratory Accredita-tion Bureau, L-A-B for Construction Materials Testing, The Construction 32
Materials Engineering Council (CMEC’s) ISO 17025 or AASHTO Accreditation Program 33
(AAP) and shall supply evidence of participation in the AASHTO: resource proficiency sample 34
program. 35
36
Mix designs for HMA accepted by Nonstatistical evaluation shall; 37
38
• Have the aggregate structure and asphalt binder content determined in accordance 39
with WSDOT Standard Operating Procedure 732 and meet the requirements of 40
Sections 9-03.8(2), except that Hamburg testing for ruts and stripping are at the 41
discretion of the Engineer, and 9-03.8(6). 42
• Have anti-strip requirements, if any, for the proposed mix design determined in 43
accordance with AASHTO T 283 or T 324, or based on historic anti-strip and aggregate 44
source compatibility from previous WSDOT lab testing. 45
46
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-78 PROJECT #CAG-25-278
At the discretion of the Engineer, agencies may accept verified mix designs older than 12 1
months from the original verification date with a certification from the Contractor that the 2
materials and sources are the same as those shown on the original mix design. 3
4
Commercial Evaluation. Approval of a mix design for “Commercial Evaluation” will be 5
based on a review of the Contractor’s submittal of WSDOT Form 350-042 (For commercial 6
mixes, AASHTO T 324 evaluation is not required) or a Mix Design from the current WSDOT 7
QPL or from one of the processes allowed by this section. Testing of the HMA by the 8
Contracting Agency for mix design approval is not required. 9
10
For the Bid Item Commercial HMA, the Contractor shall select a class of HMA and design 11
level of Equivalent Single Axle Loads (ESAL’s) appropriate for the required use. 12
13
ESAL's 14
The number of ESAL's for the design and acceptance of the HMA shall be *** 4 *** million. 15
16
5-04.2(2)B Using Warm Mix Asphalt Processes 17
18
The Contractor may elect to use additives that reduce the optimum mixing temperature or 19
serve as a compaction aid for producing HMA. Additives include organic additives, chemical 20
additives and foaming processes. The use of Additives is subject to the following: 21
22
• Do not use additives that reduce the mixing temperature more than allowed in Section 23
5-04.3(6) in the production of mixtures. 24
• Before using additives, obtain the Engineer’s approval using WSDOT Form 350-076 to 25
describe the proposed additive and process. 26
27
5-04.3 Construction Requirements 28
29
5-04.3(1) Weather Limitations 30
Do not place HMA for wearing course on any Traveled Way beginning October 1st through 31
March 31st of the following year without written concurrence from the Engineer. 32
33
Do not place HMA on any wet surface, or when the average surface temperatures are less 34
than those specified below, or when weather conditions otherwise prevent the proper handling 35
or finishing of the HMA. 36
37
Minimum Surface Temperature for Paving 38
Compacted Thickness
(Feet) Wearing Course Other Courses
Less than 0.10 55◦F 45◦F
0.10 to .20 45◦F 35◦F
More than 0.20 35◦F 35◦F
39
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-79 PROJECT #CAG-25-278
5-04.3(2) Paving Under Traffic 1
2
When the Roadway being paved is open to traffic, the requirements of this Section shall apply. 3
4
The Contractor shall keep intersections open to traffic at all times except when paving the 5
intersection or paving across the intersection. During such time, and provided that there has 6
been an advance warning to the public, the intersection may be closed for the minimum time 7
required to place and compact the mixture. In hot weather, the Engineer may require the 8
application of water to the pavement to accelerate the finish rolling of the pavement and to 9
shorten the time required before reopening to traffic. 10
11
Before closing an intersection, advance warning signs shall be placed and signs shall also be 12
placed marking the detour or alternate route. 13
14
During paving operations, temporary pavement markings shall be maintained throughout the 15
project. Temporary pavement markings shall be installed on the Roadway prior to opening to 16
traffic. Temporary pavement markings shall be in accordance with Section 8-23. 17
18
All costs in connection with performing the Work in accordance with these requirements, 19
except the cost of temporary pavement markings, shall be included in the unit Contract prices 20
for the various Bid items involved in the Contract. 21
22
5-04.3(3) Equipment 23
24
5-04.3(3)A Mixing Plant 25
Plants used for the preparation of HMA shall conform to the following requirements: 26
27
1. Equipment for Preparation of Asphalt Binder – Tanks for the storage of asphalt 28
binder shall be equipped to heat and hold the material at the required temperatures. 29
The heating shall be accomplished by steam coils, electricity, or other approved means 30
so that no flame shall be in contact with the storage tank. The circulating system for 31
the asphalt binder shall be designed to ensure proper and continuous circulation 32
during the operating period. A valve for the purpose of sampling the asphalt binder 33
shall be placed in either the storage tank or in the supply line to the mixer. 34
35
2. Thermometric Equipment – An armored thermometer, capable of detecting 36
temperature ranges expected in the HMA mix, shall be fixed in the asphalt binder feed 37
line at a location near the charging valve at the mixer unit. The thermometer location 38
shall be convenient and safe for access by Inspectors. The plant shall also be 39
equipped with an approved dial-scale thermometer, a mercury actuated thermometer, 40
an electric pyrometer, or another approved thermometric instrument placed at the 41
discharge chute of the drier to automatically register or indicate the temperature of the 42
heated aggregates. This device shall be in full view of the plant operator. 43
44
3. Heating of Asphalt Binder – The temperature of the asphalt binder shall not exceed 45
the maximum recommended by the asphalt binder manufacturer nor shall it be below 46
the minimum temperature required to maintain the asphalt binder in a homogeneous 47
state. The asphalt binder shall be heated in a manner that will avoid local variations in 48
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-80 PROJECT #CAG-25-278
heating. The heating method shall provide a continuous supply of asphalt binder to the 1
mixer at a uniform average temperature with no individual variations exceeding 25°F. 2
Also, when a WMA additive is included in the asphalt binder, the temperature of the 3
asphalt binder shall not exceed the maximum recommended by the manufacturer of 4
the WMA additive. 5
6
4. Sampling and Testing of Mineral Materials – The HMA plant shall be equipped with 7
a mechanical sampler for the sampling of the mineral materials. The mechanical 8
sampler shall meet the requirements of Section 1-05.6 for the crushing and screening 9
operation. The Contractor shall provide for the setup and operation of the field testing 10
facilities of the Contracting Agency as provided for in Section 3-01.2(2). 11
12
5. Sampling HMA – The HMA plant shall provide for sampling HMA by one of the 13
following methods: 14
a. A mechanical sampling device attached to the HMA plant. 15
b. Platforms or devices to enable sampling from the hauling vehicle without 16
entering the hauling vehicle. 17
18
5-04.3(3)B Hauling Equipment 19
20
Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a 21
cover of canvas or other suitable material of sufficient size to protect the mixture from adverse 22
weather. Whenever the weather conditions during the work shift include, or are forecast to 23
include, precipitation or an air temperature less than 45°F or when time from loading to 24
unloading exceeds 30 minutes, the cover shall be securely attached to protect the HMA. 25
26
The contractor shall provide an environmentally benign means to prevent the HMA mixture 27
from adhering to the hauling equipment. Excess release agent shall be drained prior to filling 28
hauling equipment with HMA. Petroleum derivatives or other coating material that contaminate 29
or alter the characteristics of the HMA shall not be used. For live bed trucks, the conveyer 30
shall be in operation during the process of applying the release agent. 31
32
5-04.3(3)C Pavers 33
34
HMA pavers shall be self-contained, power-propelled units, provided with an internally heated 35
vibratory screed and shall be capable of spreading and finishing courses of HMA plant mix 36
material in lane widths required by the paving section shown in the Plans. 37
38
The HMA paver shall be in good condition and shall have the most current equipment 39
available from the manufacturer for the prevention of segregation of the HMA mixture installed, 40
in good condition, and in working order. The equipment certification shall list the make, model, 41
and year of the paver and any equipment that has been retrofitted. 42
43
The screed shall be operated in accordance with the manufacturer’s recommendations and 44
shall effectively produce a finished surface of the required evenness and texture without 45
tearing, shoving, segregating, or gouging the mixture. A copy of the manufacturer’s 46
recommendations shall be provided upon request by the Contracting Agency. Extensions will 47
be allowed provided they produce the same results, including ride, density, and surface 48
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-81 PROJECT #CAG-25-278
texture as obtained by the primary screed. Extensions without augers and an internally heated 1
vibratory screed shall not be used in the Traveled Way. 2
3
When specified in the Contract or required by the Engineer, reference lines for vertical control 4
will be required. Lines shall be placed on both outer edges of the Traveled Way of each 5
Roadway. Horizontal control utilizing the reference line will be permitted. The grade and slope 6
for intermediate lanes shall be controlled automatically from reference lines or by means of a 7
mat referencing device and a slope control device. When the finish of the grade prepared for 8
paving is superior to the established tolerances and when, in the opinion of the Engineer, 9
further improvement to the line, grade, cross-section, and smoothness can best be achieved 10
without the use of the reference line, a mat referencing device may be substituted for the 11
reference line. Substitution of the device will be subject to the continued approval of the 12
Engineer. A joint matcher may be used subject to the approval of the Engineer. The reference 13
line may be removed after the completion of the first course of HMA when approved by the 14
Engineer. Whenever the Engineer determines that any of these methods are failing to provide 15
the necessary vertical control, the reference lines will be reinstalled by the Contractor. 16
17
The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and 18
accessories necessary for satisfactory operation of the automatic control equipment. 19
20
If the paving machine in use is not providing the required finish, the Engineer may suspend 21
Work as allowed by Section 1-08.6. Any cleaning or solvent type liquids spilled on the 22
pavement shall be thoroughly removed before paving proceeds. 23
24
5-04.3(3)D Material Transfer Device or Material Transfer Vehicle 25
26
A Material Transfer Device/Vehicle (MTD/V) shall only be used with the Engineer’s approval, 27
unless other-wise required by the contract. A MTD/V is not required for this contract. 28
29
Where an MTD/V is required by the contract, the Engineer may approve paving without an 30
MTD/V, at the request of the Contractor. The Engineer will determine if an equitable 31
adjustment in cost or time is due. 32
33
When used, the MTD/V shall mix the HMA after delivery by the hauling equipment and prior 34
to laydown by the paving machine. Mixing of the HMA shall be sufficient to obtain a uniform 35
temperature throughout the mixture. If a windrow elevator is used, the length of the windrow 36
may be limited in urban areas or through intersections, at the discretion of the Engineer. 37
38
To be approved for use, an MTV: 39
40
6. Shall be self-propelled vehicle, separate from the hauling vehicle or paver. 41
7. Shall not be connected to the hauling vehicle or paver. 42
8. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 43
9. Shall mix the HMA after delivery by the hauling equipment and prior to placement 44
into the paving machine. 45
10. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the 46
mixture. 47
48
To be approved for use, an MTD: 49
50
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-82 PROJECT #CAG-25-278
1. Shall be positively connected to the paver. 1
2. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 2
3. Shall mix the HMA after delivery by the hauling equipment and prior to placement 3
into the paving machine. 4
4. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the 5
mixture. 6
7
5-04.3(3)E Rollers 8
9
Rollers shall be of the steel wheel, vibratory, oscilatory, or pneumatic tire type, in good 10
condition and capable of reversing without backlash. Operation of the roller shall be in 11
accordance with the manufacturer’s recommendations. When ordered by the Engineer for any 12
roller planned for use on the project, the Contractor shall provide a copy of the manufacturer’s 13
recommendation for the use of that roller for compaction of HMA. The number and weight of 14
rollers shall be sufficient to compact the mixture in compliance with the requirements of 15
Section 5-04.3(10). The use of equipment that results in crushing of the aggregate will not be 16
permitted. Rollers producing pickup, washboard, uneven compaction of the surface, 17
displacement of the mixture or other undesirable results shall not be used. 18
19
5-04.3(4) Preparation of Existing Paved Surfaces 20
21
When the surface of the existing pavement or old base is irregular, the Contractor shall bring 22
it to a uniform grade and cross-section as shown on the Plans or approved by the Engineer. 23
24
Preleveling of uneven or broken surfaces over which HMA is to be placed may be 25
accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as 26
approved by the Engineer. 27
28
Compaction of preleveling HMA shall be to the satisfaction of the Engineer and may require 29
the use of small steel wheel rollers, plate compactors, or pneumatic rollers to avoid bridging 30
across preleveled areas by the compaction equipment. Equipment used for the compaction 31
of preleveling HMA shall be approved by the Engineer. 32
33
Before construction of HMA on an existing paved surface, the entire surface of the pavement 34
shall be clean. All fatty asphalt patches, grease drippings, and other objectionable matter shall 35
be entirely removed from the existing pavement. All pavements or bituminous surfaces shall 36
be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. All holes 37
and small depressions shall be filled with an appropriate class of HMA. The surface of the 38
patched area shall be leveled and compacted thoroughly. Prior to the application of tack 39
coat, or paving, the condition of the surface shall be approved by the Engineer. 40
41
A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is 42
to be placed or abutted; except that tack coat may be omitted from clean, newly paved 43
surfaces at the discretion of the Engineer. Tack coat shall be uniformly applied to cover the 44
existing pavement with a thin film of residual asphalt free of streaks and bare spots at a rate 45
between 0.02 and 0.10 gallons per square yard of retained asphalt. The rate of application 46
shall be approved by the Engineer. A heavy application of tack coat shall be applied to all 47
joints. For Roadways open to traffic, the application of tack coat shall be limited to surfaces 48
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-83 PROJECT #CAG-25-278
that will be paved during the same working shift. The spreading equipment shall be equipped 1
with a thermometer to indicate the temperature of the tack coat material. 2
3
Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the 4
Contractor’s operation damages the tack coat it shall be repaired prior to placement of the 5
HMA. 6
7
The tack coat shall be CSS-1, or CSS-1h emulsified asphalt. The CSS-1 and CSS-1h 8
emulsified asphalt may be diluted once with water at a rate not to exceed one part water to 9
one part emulsified asphalt. The tack coat shall have sufficient temperature such that it may 10
be applied uniformly at the specified rate of application and shall not exceed the maximum 11
temperature recommended by the emulsified asphalt manufacturer. 12
13
All utility appurtenances (e.g. manhole covers, valve covers, etc.) located within the paving 14
limits shall be coated with a biodegradable soap to prevent the tack coat and HMA from 15
sticking to them. Diesel shall not be used for this purpose. After application of the 16
biodegradable soap, all catch basins shall be covered to prevent tack and HMA from entering 17
into them. 18
19
5-04.3(4)A Crack Sealing 20
21
5-04.3(4)A1 General 22
23
When the Proposal includes a pay item for crack sealing, seal all cracks ¼ inch in width and 24
greater. 25
26
Cleaning: Ensure that cracks are thoroughly clean, dry and free of all loose and foreign 27
material when filling with crack sealant material. Use a hot compressed air lance to dry and 28
warm the pavement surfaces within the crack immediately prior to filling a crack with the 29
sealant material. Do not overheat pavement. Do not use direct flame dryers. Routing cracks 30
is not required. 31
32
Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly mix the components 33
and pour the mixture into the cracks until full. Add additional CSS-1 cationic emulsified asphalt 34
to the sand slurry as needed for workability to ensure the mixture will completely fill the cracks. 35
Strike off the sand slurry flush with the existing pavement surface and allow the mixture to 36
cure. Top off cracks that were not completely filled with additional sand slurry. Do not place 37
the HMA overlay until the slurry has fully cured. 38
39
The sand slurry shall consist of approximately 20 percent CSS-1 emulsified asphalt, 40
approximately 2 percent portland cement, water (if required), and the remainder clean Class 41
1 or 2 fine aggregate per section 9-03.1(2). The components shall be thoroughly mixed and 42
then poured into the cracks and joints until full. The following day, any cracks or joints that are 43
not completely filled shall be topped off with additional sand slurry. After the sand slurry is 44
placed, the filler shall be struck off flush with the existing pavement surface and allowed to 45
cure. The HMA overlay shall not be placed until the slurry has fully cured. The requirements 46
of Section 1-06 will not apply to the portland cement and sand used in the sand slurry. 47
48
In areas where HMA will be placed, use sand slurry to fill the cracks. 49
50
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-84 PROJECT #CAG-25-278
In areas where HMA will not be placed, fill the cracks as follows: 1
2
1. Cracks ¼ inch to 1 inch in width - fill with hot poured sealant. 3
2. Cracks greater than 1 inch in width – fill with sand slurry. 4
5
Hot Poured Sealant: For cracks that are to be filled with hot poured sealant, apply the material 6
in accordance with these requirements and the manufacturer’s recommendations. Furnish a 7
Type 1 Working Drawing of the manufacturer’s product information and recommendations to 8
the Engineer prior to the start of work, including the manufacturer’s recommended heating 9
time and temperatures, allowable storage time and temperatures after initial heating, 10
allowable reheating criteria, and application temperature range. Confine hot poured sealant 11
material within the crack. Clean any overflow of sealant from the pavement surface. If, in the 12
opinion of the Engineer, the Contractor’s method of sealing the cracks with hot poured sealant 13
results in an excessive amount of material on the pavement surface, stop and correct the 14
operation to eliminate the excess material. 15
16
5-04.3(4)A2 Crack Sealing Areas Prior to Paving 17
18
In areas where HMA will be placed, use sand slurry to fill the cracks. 19
20
5-04.3(4)A3 Crack Sealing Areas Not to be Paved 21
22
In areas where HMA will not be placed, fill the cracks as follows: 23
24
A. Cracks ¼ inch to 1 inch in width - fill with hot poured sealant. 25
B. Cracks greater than 1 inch in width – fill with sand slurry. 26
5-04.3(4)B Vacant 27
5-04.3(4)C Pavement Repair 28
29
The Contractor shall excavate pavement repair areas and shall backfill these with HMA in 30
accordance with the details shown in the Plans and as marked in the field. The Contractor 31
shall conduct the excavation operations in a manner that will protect the pavement that is to 32
remain. Pavement not designated to be removed that is damaged as a result of the 33
Contractor’s operations shall be repaired by the Contractor to the satisfaction of the Engineer 34
at no cost to the Contracting Agency. The Contractor shall excavate only within one lane at a 35
time unless approved otherwise by the Engineer. The Contractor shall not excavate more area 36
than can be completely finished during the same shift, unless approved by the Engineer. 37
38
Unless otherwise shown in the Plans or determined by the Engineer, excavate to a depth of 39
1.0 feet. The Engineer will make the final determination of the excavation depth required. The 40
minimum width of any pavement repair area shall be 40 inches unless shown otherwise in the 41
Plans. Before any excavation, the existing pavement shall be sawcut or shall be removed by 42
a pavement grinder. Excavated materials will become the property of the Contractor and shall 43
be disposed of in a Contractor-provided site off the Right of Way or used in accordance with 44
Sections 2-02.3(3) or 9-03.21. 45
46
Asphalt for tack coat shall be required as specified in Section 5-04.3(4). A heavy application 47
of tack coat shall be applied to all surfaces of existing pavement in the pavement repair area. 48
49
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-85 PROJECT #CAG-25-278
Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35-foot 1
compacted depth. Lifts that exceed 0.35-foot of compacted depth may be accomplished with 2
the approval of the Engineer. Each lift shall be thoroughly compacted by a mechanical tamper 3
or a roller. 4
5
5-04.3(5) Producing/Stockpiling Aggregates and RAP 6
7
Aggregates and RAP shall be stockpiled according to the requirements of Section 3-02. 8
Sufficient storage space shall be provided for each size of aggregate and RAP. Materials shall 9
be removed from stockpile(s) in a manner to ensure minimal segregation when being moved 10
to the HMA plant for processing into the final mixture. Different aggregate sizes shall be kept 11
separated until they have been delivered to the HMA plant. 12
13
5-04.3(5)A Vacant 14
15
5-04.3(6) Mixing 16
17
After the required amount of mineral materials, asphalt binder, recycling agent and anti-18
stripping additives have been introduced into the mixer the HMA shall be mixed until complete 19
and uniform coating of the particles and thorough distribution of the asphalt binder throughout 20
the mineral materials is ensured. 21
22
When discharged, the temperature of the HMA shall not exceed the optimum mixing 23
temperature by more than 25°F as shown on the reference mix design report or as approved 24
by the Engineer. Also, when a WMA additive is included in the manufacture of HMA, the 25
discharge temperature of the HMA shall not exceed the maximum recommended by the 26
manufacturer of the WMA additive. A maximum water content of 2 percent in the mix, at 27
discharge, will be allowed providing the water causes no problems with handling, stripping, or 28
flushing. If the water in the HMA causes any of these problems, the moisture content shall be 29
reduced as directed by the Engineer. 30
31
Storing or holding of the HMA in approved storage facilities will be permitted with approval of 32
the Engineer, but in no event shall the HMA be held for more than 24 hours. HMA held for 33
more than 24 hours after mixing shall be rejected. Rejected HMA shall be disposed of by the 34
Contractor at no expense to the Contracting Agency. The storage facility shall have an 35
accessible device located at the top of the cone or about the third point. The device shall 36
indicate the amount of material in storage. No HMA shall be accepted from the storage facility 37
when the HMA in storage is below the top of the cone of the storage facility, except as the 38
storage facility is being emptied at the end of the working shift. 39
40
Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior to 41
entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there is 42
evidence of the recycled asphalt pavement not breaking down during the heating and mixing 43
of the HMA, the Contractor shall immediately suspend the use of the RAP until changes have 44
been approved by the Engineer. After the required amount of mineral materials, RAP, new 45
asphalt binder and asphalt rejuvenator have been introduced into the mixer the HMA shall be 46
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-86 PROJECT #CAG-25-278
mixed until complete and uniform coating of the particles and thorough distribution of the 1
asphalt binder throughout the mineral materials, and RAP is ensured. 2
3
5-04.3(7) Spreading and Finishing 4
5
The mixture shall be laid upon an approved surface, spread, and struck off to the grade and 6
elevation established. HMA pavers complying with Section 5-04.3(3) shall be used to 7
distribute the mixture. Unless otherwise directed by the Engineer, the nominal compacted 8
depth of any layer of any course shall not exceed the following: 9
10
HMA Class 1” 0.35 feet 11
HMA Class ¾” and HMA Class ½” 12
wearing course 0.30 feet 13
other courses 0.35 feet 14
HMA Class ⅜” 0.15 feet 15
16
On areas where irregularities or unavoidable obstacles make the use of mechanical spreading 17
and finishing equipment impractical, the paving may be done with other equipment or by hand. 18
19
When more than one JMF is being utilized to produce HMA, the material produced for each 20
JMF shall be placed by separate spreading and compacting equipment. The intermingling of 21
HMA produced from more than one JMF is prohibited. Each strip of HMA placed during a work 22
shift shall conform to a single JMF established for the class of HMA specified unless there is 23
a need to make an adjustment in the JMF. 24
25
All cast off rock from raking shall be removed prior to compaction of final HMA lift. 26
27
5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA 28
29
For HMA accepted by nonstatistical evaluation the aggregate properties of sand equivalent, 30
uncompacted void content and fracture will be evaluated in accordance with Section 3-04. 31
Sampling and testing of aggregates for HMA accepted by commercial evaluation will be at the 32
option of the Engineer. 33
34
5-04.3(9) HMA Mixture Acceptance 35
36
Acceptance of HMA shall be as provided under nonstatistical, or commercial evaluation. 37
38
Nonstatistical evaluation will be used for the acceptance of HMA unless Commercial 39
Evaluation is specified. 40
41
Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the 42
following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, 43
prelevel, temporary pavement, and pavement repair. Other nonstructural applications of HMA 44
accepted by commercial evaluation shall be as approved by the Engineer. Sampling and 45
testing of HMA accepted by commercial evaluation will be at the option of the Engineer. 46
47
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-87 PROJECT #CAG-25-278
The mix design will be the initial JMF for the class of HMA. The Contractor may request a 1
change in the JMF. Any adjustments to the JMF will require the approval of the Engineer and 2
may be made in accordance with this section. 3
4
HMA Tolerances and Adjustments 5
6
1. Job Mix Formula Tolerances – The constituents of the mixture at the time of acceptance 7
shall be within tolerance. The tolerance limits will be established as follows: 8
9
For Asphalt Binder and Air Voids (Va), the acceptance limits are determined by 10
adding the tolerances below to the approved JMF values. These values will also 11
be the Upper Specification Limit (USL) and Lower Specification Limit (LSL) 12
required in Section 1-06.2(2)D2 13
Property Non-Statistical Evaluation Commercial Evaluation
Asphalt Binder +/- 0.5% +/- 0.7%
Air Voids, Va 2.5% min. and 5.5% max N/A
14
For Aggregates in the mixture: 15
16
a. First, determine preliminary upper and lower acceptance limits by applying 17
the following tolerances to the approved JMF. 18
19
Aggregate Percent Passing Non-Statistical
Evaluation
Commercial Evaluation
1”, ¾”, ½”, and 3/8” sieves +/- 6% +/- 8%
No. 4 sieve +/-6% +/- 8%
No. 8 Sieve +/- 6% +/-8%
No. 200 sieve +/- 2.0% +/- 3.0%
20
b. Second, adjust the preliminary upper and lower acceptance limits 21
determined from step (a) the minimum amount necessary so that none of 22
the aggregate properties are outside the control points in Section 9-03.8(6). 23
The resulting values will be the upper and lower acceptance limits for 24
aggregates, as well as the USL and LSL required in Section 1-06.2(2)D2. 25
26
2. Job Mix Formula Adjustments – An adjustment to the aggregate gradation or asphalt 27
binder content of the JMF requires approval of the Engineer. Adjustments to the JMF will 28
only be considered if the change produces material of equal or better quality and may 29
require the development of a new mix design if the adjustment exceeds the amounts listed 30
below. 31
32
a. Aggregates –2 percent for the aggregate passing the 1½″, 1″, ¾″, ½″, ⅜″, and the 33
No. 4 sieves, 1 percent for aggregate passing the No. 8 sieve, and 0.5 percent for 34
the aggregate passing the No. 200 sieve. The adjusted JMF shall be within the 35
range of the control points in Section 9-03.8(6). 36
37
b. Asphalt Binder Content – The Engineer may order or approve changes to 38
asphalt binder content. The maximum adjustment from the approved mix design 39
for the asphalt binder content shall be 0.3 percent 40
41
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-88 PROJECT #CAG-25-278
5-04.3(9)B Vacant 1
5-04.3(9)C Mixture Acceptance – Nonstatistical Evaluation 2
HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the 3
Contracting Agency by dividing the HMA tonnage into lots. 4
5-04.3(9)C1 Mixture Nonstatistical Evaluation – Lots and Sublots 5
A lot is represented by randomly selected samples of the same mix design that will be tested 6
for acceptance. A lot is defined as the total quantity of material or work produced for each Job 7
Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day’s 8
production or 800 tons, whichever is less except that the final sublot will be a minimum of 400 9
tons and may be increased to 1200 tons. 10
11
All of the test results obtained from the acceptance samples from a given lot shall be evaluated 12
collectively. If the Contractor requests a change to the JMF that is approved, the material 13
produced after the change will be evaluated on the basis of the new JMF for the remaining 14
sublots in the current lot and for acceptance of subsequent lots. For a lot in progress with a 15
CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is 16
satisfied that material conforming to the Specifications can be produced. 17
18
Sampling and testing for evaluation shall be performed on the frequency of one sample per 19
sublot. 20
5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling 21
Samples for acceptance testing shall be obtained by the Contractor when ordered by the 22
Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer and 23
in accordance with AASH-TO T 168. A minimum of three samples should be taken for each 24
class of HMA placed on a project. If used in a structural application, at least one of the three 25
samples shall to be tested. 26
27
Sampling and testing HMA in a Structural application where quantities are less than 400 tons 28
is at the discretion of the Engineer. 29
30
For HMA used in a structural application and with a total project quantity less than 800 tons 31
but more than 400 tons, a minimum of one acceptance test shall be performed. In all cases, 32
a minimum of 3 samples will be obtained at the point of acceptance, a minimum of one of the 33
three samples will be tested for conformance to the JMF: 34
35
• If the test results are found to be within specification requirements, additional testing 36
will be at the Engineer’s discretion. 37
• If test results are found not to be within specification requirements, additional testing of 38
the remaining samples to determine a Composite Pay Factor (CPF) shall be performed. 39
5-04.3(9)C3 Mixture Nonstatistical Evaluation – Acceptance Testing 40
Testing of HMA for compliance of Va will at the option of the Contracting Agency. If tested, 41
compliance of Va will use WSDOT SOP 731. Testing of HMA for compliance of Va will not be 42
performed by the Contracting Agency for this contract. 43
44
Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. 45
46
Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11. 47
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-89 PROJECT #CAG-25-278
5-04.3(9)C4 Mixture Nonstatistical Evaluation – Pay Factors 1
For each lot of material falling outside the tolerance limits in 5-04.3(9), the Contracting Agency 2
will determine a Composite Pay Factor (CPF) using the following price adjustment factors: 3
4
Table of Price Adjustment Factors
Constituent Factor “f”
All aggregate passing: 1½″, 1″, ¾″, ½″,
⅜″ and No.4 sieves
2
All aggregate passing No. 8 sieve 15
All aggregate passing No. 200 sieve 20
Asphalt binder 40
Air Voids (Va) (where applicable) 20
5
Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling 6
within the tolerance limits of the job mix formula shall be accepted at the unit Contract price 7
with no further evaluation. When one or more constituents fall outside the nonstatistical 8
tolerance limits in the Job Mix Formula shown in Table of Price Adjustment Factors, the lot 9
shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The 10
nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF 11
shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or 12
samples from the Roadway shall be tested to provide a minimum of three sets of results for 13
evaluation. 14
15
5-04.3(9)C5 Vacant 16
17
5-04.3(9)C6 Mixture Nonstatistical Evaluation – Price Adjustments 18
19
For each lot of HMA mix produced under Nonstatistical Evaluation when the calculated CPF 20
is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals 21
the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The total job mix 22
compliance price adjustment will be calculated as the product of the NCMF, the quantity of 23
HMA in the lot in tons, and the unit Contract price per ton of mix. 24
25
If a constituent is not measured in accordance with these Specifications, its individual pay 26
factor will be considered 1.00 in calculating the Composite Pay Factor (CPF). 27
28
5-04.3(9)C7 Mixture Nonstatistical Evaluation – Retests 29
30
The Contractor may request a sublot be retested. To request a retest, the Contractor shall 31
submit a written request within 7 calendar days after the specific test results have been 32
received. A split of the original acceptance sample will be retested. The split of the sample will 33
not be tested with the same tester that ran the original acceptance test. The sample will be 34
tested for a complete gradation analysis, asphalt binder content, and, at the option of the 35
agency, Va. The results of the retest will be used for the acceptance of the HMA in place of 36
the original sublot sample test results. The cost of testing will be deducted from any monies 37
due or that may come due the Contractor under the Contract at the rate of $500 per sample. 38
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-90 PROJECT #CAG-25-278
1
5-04.3(9)D Mixture Acceptance – Commercial Evaluation 2
3
If sampled and tested, HMA produced under Commercial Evaluation and having all 4
constituents falling within the tolerance limits of the job mix formula shall be accepted at the 5
unit Contract price with no further evaluation. When one or more constituents fall outside the 6
commercial tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot shall be 7
evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The 8
commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF 9
shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or 10
samples from the street shall be tested to provide a minimum of three sets of results for 11
evaluation. 12
13
For each lot of HMA mix produced and tested under Commercial Evaluation when the 14
calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. 15
The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The 16
Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the 17
quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. 18
19
If a constituent is not measured in accordance with these Specifications, its individual pay 20
factor will be considered 1.00 in calculating the Composite Pay Factor (CPF). 21
22
5-04.3(10) HMA Compaction Acceptance 23
24
HMA mixture accepted by nonstatistical evaluation that is used in traffic lanes, including lanes 25
for intersections, ramps, truck climbing, weaving, and speed change, and having a specified 26
compacted course thickness greater than 0.10-foot, shall be compacted to a specified level 27
of relative density. The specified level of relative density shall be a Composite Pay Factor 28
(CPF) of not less than 0.75 when evaluated in accordance with Section 1-06.2, using a LSL 29
of 92.0 (minimum of 92 percent of the maximum density). The maximum density shall be 30
determined by WSDOT FOP for AASHTO T 729. The specified level of density attained will 31
be determined by the evaluation of the density of the pavement. The density of the pavement 32
shall be determined in accordance with WSDOT FOP for WAQTC TM 8, except that gauge 33
correlation will be at the discretion of the Engineer, when using the nuclear density gauge and 34
WSDOT SOP 736 when using cores to determine density. 35
36
Tests for the determination of the pavement density will be taken in accordance with the 37
required procedures for measurement by a nuclear density gauge or roadway cores after 38
completion of the finish rolling. 39
40
If the Contracting Agency uses a nuclear density gauge to determine density the test 41
procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the mix 42
is placed and prior to opening to traffic. 43
44
Roadway cores for density may be obtained by either the Contracting Agency or the 45
Contractor in accordance with WSDOT SOP 734. The core diameter shall be 4-inches 46
minimum, unless otherwise approved by the Engineer. Roadway cores will be tested by the 47
Contracting Agency in accordance with WSDOT FOP for AASHTO T 166. 48
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-91 PROJECT #CAG-25-278
1
If the Contract includes the Bid item “Roadway Core” the cores shall be obtained by the 2
Contractor in the presence of the Engineer on the same day the mix is placed and at locations 3
designated by the Engineer. If the Contract does not include the Bid item “Roadway Core” the 4
Contracting Agency will obtain the cores. 5
6
For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request 7
after the Engineer is satisfied that material conforming to the Specifications can be produced. 8
9
HMA mixture accepted by commercial evaluation and HMA constructed under conditions 10
other than those listed above shall be compacted on the basis of a test point evaluation of the 11
compaction train. The test point evaluation shall be performed in accordance with instructions 12
from the Engineer. The number of passes with an approved compaction train, required to 13
attain the maximum test point density, shall be used on all subsequent paving. 14
15
HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling wheel 16
rutting shall be compacted with a pneumatic tire roller unless otherwise approved by the 17
Engineer. 18
19
Test Results 20
For a sublot that has been tested with a nuclear density gauge that did not meet the minimum 21
of 92 percent of the reference maximum density in a compaction lot with a CPF below 1.00 22
and thus subject to a price reduction or rejection, the Contractor may request that a core be 23
used for determination of the relative density of the sublot. The relative density of the core will 24
replace the relative density determined by the nuclear density gauge for the sublot and will be 25
used for calculation of the CPF and acceptance of HMA compaction lot. 26
27
When cores are taken by the Contracting Agency at the request of the Contractor, they shall 28
be requested by noon of the next workday after the test results for the sublot have been 29
provided or made available to the Contractor. Core locations shall be outside of wheel paths 30
and as determined by the Engineer. Traffic control shall be provided by the Contractor as 31
requested by the Engineer. Failure by the Contractor to provide the requested traffic control 32
will result in forfeiture of the request for cores. When the CPF for the lot based on the results 33
of the HMA cores is less than 1.00, the cost for the coring will be deducted from any monies 34
due or that may become due the Contractor under the Contract at the rate of $200 per core 35
and the Contractor shall pay for the cost of the traffic control. 36
37
5-04.3(10)A HMA Compaction – General Compaction Requirements 38
39
Compaction shall take place when the mixture is in the proper condition so that no undue 40
displacement, cracking, or shoving occurs. Areas inaccessible to large compaction equipment 41
shall be compacted by other mechanical means. Any HMA that becomes loose, broken, 42
contaminated, shows an excess or deficiency of asphalt, or is in any way defective, shall be 43
removed and replaced with new hot mix that shall be immediately compacted to conform to 44
the surrounding area. 45
46
The type of rollers to be used and their relative position in the compaction sequence shall 47
generally be the Contractor’s option, provided the specified densities are attained. Unless the 48
Engineer has approved otherwise, rollers shall only be operated in the static mode when the 49
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-92 PROJECT #CAG-25-278
internal temperature of the mix is less than 175°F. Regardless of mix temperature, a roller 1
shall not be operated in a mode that results in checking or cracking of the mat. 2
3
On bridge decks and on roadway approaches within five feet of a bridge/back of pavement 4
seat, rollers shall not be operated in a vibratory mode, defined as a mode in which the drum 5
vibrates vertically. However, unless otherwise noted on the plans, rollers may be operated in 6
an oscillartory mode, defined as a mode in which the drum vibrates in the horizontal direction 7
only. Refer to contract drawings for HMA Paving Train requirements and restrictions (e.g. 8
equipment spacing, weight limits, etc.). 9
10
5-04.3(10)B HMA Compaction – Cyclic Density 11
12
Low cyclic density areas are defined as spots or streaks in the pavement that are less than 13
90 percent of the theoretical maximum density. At the Engineer’s discretion, the Engineer may 14
evaluate the HMA pavement for low cyclic density, and when doing so will follow WSDOT 15
SOP 733. A $500 Cyclic Density Price Adjustment will be assessed for any 500-foot section 16
with two or more density readings below 90 percent of the theoretical maximum density. 17
18
5-04.3(10)C Vacant 19
20
5-04.3(10)D HMA Nonstatistical Compaction 21
22
5-04.3(10)D1 HMA Nonstatistical Compaction – Lots and Sublots 23
24
HMA compaction which is accepted by nonstatistical evaluation will be based on acceptance 25
testing performed by the Contracting Agency dividing the project into compaction lots. 26
27
A lot is represented by randomly selected samples of the same mix design that will be tested 28
for acceptance. A lot is defined as the total quantity of material or work produced for each Job 29
Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day’s 30
production or 400 tons, whichever is less except that the final sublot will be a minimum of 200 31
tons and may be increased to 800 tons. Testing for compaction will be at the rate of 5 tests 32
per sublot per WSDOT T 738. 33
34
The sublot locations within each density lot will be determined by the Engineer. For a lot in 35
progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the 36
Engineer is satisfied that material conforming to the Specifications can be produced. 37
38
HMA mixture accepted by commercial evaluation and HMA constructed under conditions 39
other than those listed above shall be compacted on the basis of a test point evaluation of the 40
compaction train. The test point evaluation shall be performed in accordance with instructions 41
from the Engineer. The number of passes with an approved compaction train, required to 42
attain the maximum test point density, shall be used on all subsequent paving. 43
44
HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel ruts 45
shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. 46
47
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-93 PROJECT #CAG-25-278
5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation – Acceptance Testing 1
2
The location of the HMA compaction acceptance tests will be randomly selected by the 3
Engineer from within each sublot, with one test per sublot. 4
5
5-04.3(10)D3 HMA Nonstatistical Compaction – Price Adjustments 6
7
For each compaction lot with one or two sublots, having all sublots attain a relative density 8
that is 92 percent of the reference maximum density the HMA shall be accepted at the unit 9
Contract price with no further evaluation. When a sublot does not attain a relative density that 10
is 92 percent of the reference maximum density, the lot shall be evaluated in accordance with 11
Section 1-06.2 to determine the appropriate CPF. The maximum CPF shall be 1.00, however, 12
lots with a calculated CPF in excess of 1.00 will be used to offset lots with CPF values below 13
1.00 but greater than 0.90. Lots with CPF lower than 0.90 will be evaluated for compliance 14
per 5-04.3(11). Additional testing by either a nuclear moisture-density gauge or cores will be 15
completed as required to provide a minimum of three tests for evaluation. 16
17
For compaction below the required 92% a Non-Conforming Compaction Factor (NCCF) will 18
be determined. The NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 19
40 percent. The Compaction Price Adjustment will be calculated as the product of CPF, the 20
quantity of HMA in the compaction control lot in tons, and the unit Contract price per ton of 21
mix. 22
23
5-04.3(11) Reject Work 24
25
5-04.3(11)A Reject Work General 26
27
Work that is defective or does not conform to Contract requirements shall be rejected. The 28
Contractor may propose, in writing, alternatives to removal and replacement of rejected 29
material. Acceptability of such alternative proposals will be determined at the sole discretion 30
of the Engineer. HMA that has been rejected is subject to the requirements in Section 1-31
06.2(2) and this specification, and the Contractor shall submit a corrective action proposal to 32
the Engineer for approval. 33
34
5-04.3(11)B Rejection by Contractor 35
36
The Contractor may, prior to sampling, elect to remove any defective material and replace it 37
with new material. Any such new material will be sampled, tested, and evaluated for 38
acceptance. 39
40
5-04.3(11)C Rejection Without Testing (Mixture or Compaction) 41
42
The Engineer may, without sampling, reject any batch, load, or section of Roadway that 43
appears defective. Material rejected before placement shall not be incorporated into the 44
pavement. Any rejected section of Roadway shall be removed. 45
46
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-94 PROJECT #CAG-25-278
No payment will be made for the rejected materials or the removal of the materials unless the 1
Contractor requests that the rejected material be tested. If the Contractor elects to have the 2
rejected material tested, a minimum of three representative samples will be obtained and 3
tested. Acceptance of rejected material will be based on conformance with the nonstatistical 4
acceptance Specification. If the CPF for the rejected material is less than 0.75, no payment 5
will be made for the rejected material; in addition, the cost of sampling and testing shall be 6
borne by the Contractor. If the CPF is greater than or equal to 0.75, the cost of sampling and 7
testing will be borne by the Contracting Agency. If the material is rejected before placement 8
and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at 9
a CPF of 0.75. If rejection occurs after placement and the CPF is greater than or equal to 10
0.75, compensation for the rejected material will be at the calculated CPF with an addition of 11
25 percent of the unit Contract price added for the cost of removal and disposal. 12
13
5-04.3(11)D Rejection - A Partial Sublot 14
15
In addition to the random acceptance sampling and testing, the Engineer may also isolate 16
from a normal sublot any material that is suspected of being defective in relative density, 17
gradation or asphalt binder content. Such isolated material will not include an original sample 18
location. A minimum of three random samples of the suspect material will be obtained and 19
tested. The material will then be statistically evaluated as an independent lot in accordance 20
with Section 1-06.2(2). 21
22
5-04.3(11)E Rejection - An Entire Sublot 23
24
An entire sublot that is suspected of being defective may be rejected. When a sublot is 25
rejected a minimum of two additional random samples from this sublot will be obtained. These 26
additional samples and the original sublot will be evaluated as an independent lot in 27
accordance with Section 1-06.2(2). 28
29
5-04.3(11)F Rejection - A Lot in Progress 30
31
The Contractor shall shut down operations and shall not resume HMA placement until such 32
time as the Engineer is satisfied that material conforming to the Specifications can be 33
produced: 34
35
1. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and the 36
Contractor is taking no corrective action, or 37
2. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95 38
and the Contractor is taking no corrective action, or 39
3. When either the PFi for any constituent or the CPF of a lot in progress is less than 40
0.75. 41
42
5-04.3(11)G Rejection - An Entire Lot (Mixture or Compaction) 43
44
An entire lot with a CPF of less than 0.75 will be rejected. 45
46
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-95 PROJECT #CAG-25-278
5-04.3(12) Joints 1
2
5-04.3(12)A HMA Joints 3
4
5-04.3(12)A1 Transverse Joints 5
6
The Contractor shall conduct operations such that the placing of the top or wearing course is 7
a continuous operation or as close to continuous as possible. Unscheduled transverse joints 8
will be allowed and the roller may pass over the unprotected end of the freshly laid mixture 9
only when the placement of the course must be discontinued for such a length of time that the 10
mixture will cool below compaction temperature. When the Work is resumed, the previously 11
compacted mixture shall be cut back to produce a slightly beveled edge for the full thickness 12
of the course. 13
14
A temporary wedge of HMA constructed on a 20H:1V shall be constructed where a transverse 15
joint as a result of paving or planing is open to traffic. The HMA in the temporary wedge shall 16
be separated from the permanent HMA by strips of heavy wrapping paper or other methods 17
approved by the Engineer. The wrapping paper shall be removed and the joint trimmed to a 18
slightly beveled edge for the full thickness of the course prior to resumption of paving. 19
20
The material that is cut away shall be wasted and new mix shall be laid against the cut. Rollers 21
or tamping irons shall be used to seal the joint. 22
23
All transverse (butt) joints between new and existing asphalt shall be milled to the full 24
overlay depth. 25
26
All transverse (butt) joints shall be sealed after paving. See Section 5-04.3(17) for 27
requirements. 28
29
5-04.3(12)A2 Longitudinal Joints 30
31
The longitudinal joint in any one course shall be offset from the course immediately below by 32
not more than 6 inches nor less than 2 inches. All longitudinal joints constructed in the wearing 33
course shall be located at a lane line or an edge line of the Traveled Way. A notched wedge 34
joint shall be constructed along all longitudinal joints in the wearing surface of new HMA unless 35
otherwise approved by the Engineer. The notched wedge joint shall have a vertical edge of 36
not less than the maximum aggregate size or more than ½ of the compacted lift thickness and 37
then taper down on a slope not steeper than 4H:1V. The sloped portion of the HMA notched 38
wedge joint shall be uniformly compacted. 39
40
5-04.3(12)B1 HMA Sawcut and Seal 41
42
Prior to placing HMA on the bridge deck, establish sawcut alignment points at both ends of 43
the bridge paving joint seals to be placed at the bridge ends, and at interior joints within the 44
bridge deck when and where shown in the Plans. Establish the sawcut alignment points in a 45
manner that they remain functional for use in aligning the sawcut after placing the overlay. 46
47
Submit a Type 1 Working Drawing consisting of the sealant manufacturer’s application 48
procedure. 49
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-96 PROJECT #CAG-25-278
1
Construct the bridge paving joint seal as specified on the Plans and in accordance with the 2
detail shown in the Standard Plans. Construct the sawcut in accordance with the detail shown 3
in the Standard Plan. Construct the sawcut in accordance with Section 5-05.3(8)B and the 4
manufacturer’s application procedure. 5
6
5-04.3(12)B2 Paved Panel Joint Seal 7
8
Construct the paved panel joint seal in accordance with the requirements specified in section 9
5-04.3(12)B1 and the following requirement: 10
11
1. Clean and seal the existing joint between concrete panels in accordance with Section 12
5-01.3(8) and the details shown in the Standard Plans. 13
14
5-04.3(13) Surface Smoothness 15
16
The completed surface of all courses shall be of uniform texture, smooth, uniform as to crown 17
and grade, and free from defects of all kinds. The completed surface of the wearing course 18
shall not vary more than ¼ inch from the lower edge of a 10-foot straightedge placed on the 19
surface parallel to the centerline. The transverse slope of the completed surface of the wearing 20
course shall vary not more than ¼ inch in 10 feet from the rate of transverse slope shown in 21
the Plans. 22
23
When deviations in excess of the above tolerances are found that result from a high place in 24
the HMA, the pavement surface shall be corrected by one of the following methods: 25
26
1. Removal of material from high places by grinding with an approved grinding machine, 27
or 28
2. Removal and replacement of the wearing course of HMA, or 29
3. By other method approved by the Engineer. 30
31
Correction of defects shall be carried out until there are no deviations anywhere greater than 32
the allowable tolerances. 33
34
Deviations in excess of the above tolerances that result from a low place in the HMA and 35
deviations resulting from a high place where corrective action, in the opinion of the Engineer, 36
will not produce satisfactory results will be accepted with a price adjustment. The Engineer 37
shall deduct from monies due or that may become due to the Contractor the sum of $500.00 38
for each and every section of single traffic lane 100 feet in length in which any excessive 39
deviations described above are found. 40
41
When utility appurtenances such as manhole covers and valve boxes are located in the 42
traveled way, the utility appurtenances shall be adjusted to the finished grade prior to paving. 43
This requirement may be waived when requested by the Contractor, at the discretion of the 44
Engineer or when the adjustment details provided in the project plan or specifications call for 45
utility appurtenance adjustments after the completion of paving. 46
47
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-97 PROJECT #CAG-25-278
Utility appurtenance adjustment discussions will be included in the Pre-Paving planing (5-1
04.3(14)B3). Submit a written request to waive this requirement to the Engineer prior to the 2
start of paving. 3
4
5-04.3(14) Planing (Milling) Bituminous Pavement 5
6
The planing plan must be approved by the Engineer and a pre planing meeting must be held 7
prior to the start of any planing. See Section 5-04.3(14)B2 for information on planing 8
submittals. 9
10
Locations of existing surfacing to be planed are as shown in the Drawings. 11
12
Where planing an existing pavement is specified in the Contract, the Contractor must remove 13
existing surfacing material and to reshape the surface to remove irregularities. The finished 14
product must be a prepared surface acceptable for receiving an HMA overlay. 15
Use the cold milling method for planing unless otherwise specified in the Contract. Do not use 16
the planer on the final wearing course of new HMA. 17
18
Conduct planing operations in a manner that does not tear, break, burn, or otherwise damage 19
the surface which is to remain. The finished planed surface must be slightly grooved or 20
roughened and must be free from gouges, deep grooves, ridges, or other imperfections. The 21
Contractor must repair any damage to the sur-face by the Contractor’s planing equipment, 22
using an Engineer approved method. 23
24
Repair or replace any metal castings and other surface improvements damaged by planing, 25
as deter-mined by the Engineer. 26
27
After planing is complete, planed surfaces must be swept, cleaned, and if required by the 28
Contract or directed by the Engineer, patched and preleveled. 29
30
The Engineer may direct additional depth planing. Before performing this additional depth 31
planing, the Contractor must conduct a hidden metal in pavement detection survey as 32
specified in Section 5-04.3(14)A. 33
34
5-04.3(14)A Pre-Planing Metal Detection Check 35
36
Before starting planing of pavements, and before any additional depth planing required by the 37
Engineer, the Contractor must conduct a physical survey of existing pavement to be planed 38
with equipment that can identify hidden metal objects. 39
40
Should such metal be identified, promptly notify the Engineer. 41
42
See Section 1-07.16(1) regarding the protection of survey monumentation that may be hidden 43
in pavement. 44
45
The Contractor is solely responsible for any damage to equipment resulting from the 46
Contractor’s failure to conduct a pre-planing metal detection survey, or from the Contractor’s 47
failure to notify the Engineer of any hidden metal that is detected. 48
49
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-98 PROJECT #CAG-25-278
5-04.3(14)B Paving and Planing Under Traffic 1
2
5-04.3(14)B1 General 3
4
In addition the requirements of Section 1-07.23 and the traffic controls required in Section 1-5
10, and unless the Contract specifies otherwise or the Engineer approves, the Contractor 6
must comply with the following: 7
8
1. Intersections: 9
a. Keep intersections open to traffic at all times, except when paving or planing 10
operations through an intersection requires closure. Such closure must be kept 11
to the minimum time required to place and compact the HMA mixture, or plane 12
as appropriate. For paving, schedule such closure to individual lanes or 13
portions thereof that allows the traffic volumes and schedule of traffic volumes 14
required in the approved traffic control plan. Schedule work so that adjacent 15
intersections are not impacted at the same time and comply with the traffic 16
control restrictions required by the Traffic Engineer. Each individual 17
intersection closure or partial closure, must be addressed in the traffic control 18
plan, which must be submitted to and accepted by the Engineer, see Section 19
1-10.2(2). 20
21
b. When planing or paving and related construction must occur in an intersection, 22
consider scheduling and sequencing such work into quarters of the 23
intersection, or half or more of an intersection with side street detours. Be 24
prepared to sequence the work to individual lanes or portions thereof. 25
26
c. Should closure of the intersection in its entirety be necessary, and no trolley 27
service is impacted, keep such closure to the minimum time required to place 28
and compact the HMA mixture, plane, remove asphalt, tack coat, and as 29
needed. 30
31
d. Any work in an intersection requires advance warning in both signage and a 32
number of Working Days advance notice as determined by the Engineer, to 33
alert traffic and emergency services of the intersection closure or partial 34
closure. 35
36
e. Allow new compacted HMA asphalt to cool to ambient temperature before any 37
traffic is allowed on it. Traffic is not allowed on newly placed asphalt until 38
approval has been obtained from the Engineer. 39
40
2. Temporary centerline marking, post-paving temporary marking, temporary stop bars, 41
and maintaining temporary pavement marking must comply with Section 8-23. 42
43
3. Permanent pavement marking must comply with Section 8-22. 44
45
5-04.3(14)B2 Submittals – Planing Plan and HMA Paving Plan 46
47
The Contractor must submit a separate planing plan and a separate paving plan to the 48
Engineer at least 5 Working Days in advance of each operation’s activity start date. These 49
plans must show how the moving operation and traffic control are coordinated, as they will be 50
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-99 PROJECT #CAG-25-278
discussed at the pre-planing briefing and pre-paving briefing. When requested by the 1
Engineer, the Contractor must provide each operation’s traffic control plan on 24 x 36 inch or 2
larger size Shop Drawings with a scale showing both the area of operation and sufficient detail 3
of traffic beyond the area of operation where detour traffic may be required. The scale on the 4
Shop Drawings is 1 inch = 20 feet, which may be changed if the Engineer agrees sufficient 5
detail is shown. 6
7
The planing operation and the paving operation include, but are not limited to, metal detection, 8
removal of asphalt and temporary asphalt of any kind, tack coat and drying, staging of supply 9
trucks, paving trains, rolling, scheduling, and as may be discussed at the briefing. 10
11
When intersections will be partially or totally blocked, provide adequately sized and noticeable 12
signage alerting traffic of closures to come, a minimum 2 Working Days in advance. The traffic 13
control plan must show where peace officers will be stationed when signalization is or may 14
be, countermanded, and show ar-eas where flaggers are proposed. 15
16
At a minimum, the planing and the paving plan must include: 17
18
1. A copy of the accepted traffic control plan, see Section 1-10.2(2), detailing each day’s 19
traffic control as it relates to the specific requirements of that day’s planing and paving. 20
Briefly describe the se-quencing of traffic control consistent with the proposed planing 21
and paving sequence, and scheduling of placement of temporary pavement markings 22
and channelizing devices after each day’s planing, and paving. 23
2. A copy of each intersection’s traffic control plan. 24
3. Haul routes from Supplier facilities, and locations of temporary parking and staging 25
areas, including return routes. Describe the complete round trip as it relates to the 26
sequencing of paving operations. 27
4. Names and locations of HMA Supplier facilities to be used. 28
5. List of all equipment to be used for paving. 29
6. List of personnel and associated job classification assigned to each piece of paving 30
equipment. 31
7. Description (geometric or narrative) of the scheduled sequence of planing and of 32
paving, and intended area of planing and of paving for each day’s work, must include 33
the directions of proposed planing and of proposed paving, sequence of adjacent lane 34
paving, sequence of skipped lane paving, intersection planing and paving scheduling 35
and sequencing, and proposed notifications and coordinations to be timely made. The 36
plan must show HMA joints relative to the final pavement marking lane lines. 37
8. Names, job titles, and contact information for field, office, and plant supervisory 38
personnel. 39
9. A copy of the approved Mix Designs. 40
10. Tonnage of HMA to be placed each day. 41
11. Approximate times and days for starting and ending daily operations. 42
43
5-04.3(14)B3 Pre-Paving and Pre-Planing Briefing 44
45
At least 2 Working Days before the first paving operation and the first planing operation, or as 46
scheduled by the Engineer for future paving and planing operations to ensure the Contractor 47
has adequately prepared for notifying and coordinating as required in the Contract, the 48
Contractor must be prepared to discuss that day’s operations as they relate to other entities 49
and to public safety and convenience, including driveway and business access, garbage truck 50
operations, Metro transit operations and working around energized overhead wires, school 51
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-100 PROJECT #CAG-25-278
and nursing home and hospital and other accesses, other contractors who may be operating 1
in the area, pedestrian and bicycle traffic, and emergency services. The Contractor, and 2
Subcontractors that may be part of that day’s operations, must meet with the Engineer and 3
discuss the proposed operation as it relates to the submitted planing plan and paving plan, 4
approved traffic control plan, and public convenience and safety. Such discussion includes, 5
but is not limited to: 6
7
1. General for both Paving Plan and for Planing Plan: 8
a. The actual times of starting and ending daily operations. 9
b. In intersections, how to break up the intersection, and address 10
traffic control and signalization for that operation, including use 11
of peace officers. 12
c. The sequencing and scheduling of paving operations and of 13
planing operations, as applicable, as it relates to traffic control, 14
to public convenience and safety, and to other con-tractors who 15
may operate in the Project Site. 16
d. Notifications required of Contractor activities, and coordinating 17
with other entities and the public as necessary. 18
e. Description of the sequencing of installation and types of 19
temporary pavement markings as it relates to planning and to 20
paving. 21
f. Description of the sequencing of installation of, and the removal 22
of, temporary pavement patch material around exposed 23
castings and as may be needed 24
g. Description of procedures and equipment to identify hidden 25
metal in the pavement, such as survey monumentation, 26
monitoring wells, street car rail, and castings, before planning, 27
see Section 5-04.3(14)B2. 28
h. Description of how flaggers will be coordinated with the planing, 29
paving, and related operations. 30
i. Description of sequencing of traffic controls for the process of 31
rigid pavement base repairs. 32
j. Other items the Engineer deems necessary to address. 33
34
2. Paving – additional topics: 35
a. When to start applying tack and coordinating with paving. 36
b. Types of equipment and numbers of each type equipment to be 37
used. If more pieces of equipment than personnel are proposed, 38
describe the sequencing of the personnel operating the types of 39
equipment. Discuss the continuance of operator personnel for 40
each type equip-ment as it relates to meeting Specification 41
requirements. 42
c. Number of JMFs to be placed, and if more than one JMF how 43
the Contractor will ensure different JMFs are distinguished, how 44
pavers and MTVs are distinguished if more than one JMF is 45
being placed at the time, and how pavers and MTVs are cleaned 46
so that one JMF does not adversely influence the other JMF. 47
d. Description of contingency plans for that day’s operations such 48
as equipment breakdown, rain out, and Supplier shutdown of 49
operations. 50
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-101 PROJECT #CAG-25-278
e. Number of sublots to be placed, sequencing of density testing, 1
and other sampling and testing. 2
3
5-04.3(15) Sealing Pavement Surfaces 4
5
Apply a fog seal where shown in the plans. Construct the fog seal in accordance with Section 6
5-02.3. Unless otherwise approved by the Engineer, apply the fog seal prior to opening to 7
traffic. 8
9
5-04.3(16) HMA Road Approaches 10
11
HMA approaches shall be constructed at the locations shown in the Plans or where staked by 12
the Engineer. The Work shall be performed in accordance with Section 5-04. 13
14
5-04.3(17) Construction Joint Sealing 15
16
Transverse Joints - Joints between new and existing asphalt shall be sealed within five (5) 17
calendar days after final rolling of the final lift of HMA. The seal shall be CSS-1 emulsified 18
asphalt. The emulsified asphalt shall be placed in a way to be smooth and flush with roadway 19
surface with minimal overbanding. This work is considered incidental to the bid item “Fiber 20
Reinforced HMA CL. ½” PG 64-22”. 21
22
5-04.3(18) Incidental Uses for HMA 23
24
Incidental uses for HMA shall consist of restoration and adjustment to paved areas and ther 25
such uses as directed by the Engineer. Incidental uses for HMA shall be measured and paid 26
under the “HMA CL. ½” PG 64-22” bid item. 27
28
5-04.3(19) Vacant 29
30
5-04.3(20) Vacant 31
32
5-04.3(21) Temporary Pavement 33
Temporary Pavement is required to open areas to traffic during construction. These areas 34
include paving over excavated roadway and utility trenches, to provide paved access to 35
private properties, and ramps for pedestrian access. All temporary paving shall be placed 36
with a minimum thickness of 2 inches. All temporary paving shall be approved by the 37
Engineer before placement. Any areas of temporary pavement to be removed and replaced 38
shall also be approved by the Engineer before placement. This work shall also include the 39
removal of the temporary pavement prior to paving of final asphalt concrete pavement. 40
41
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-102 PROJECT #CAG-25-278
Temporary Pavement, hot mix asphalt, will be used for any trench restoration within the 1
traveled way. Whether temporary or permanent, sawcut and treat edges with CSS-1 asphalt 2
emulsion. 3
4
Temporary Pavement, cold mix asphalt is allowed for any temporary paving outside the 5
traveled way. The cold mix shall be approved by the Engineer and placed with a minimum 6
thickness of 2 inches. Placement of temporary pavement without prior approval of the 7
Engineer shall be considered as a benefit of the Contractor and no cost to the owner. Any 8
areas of temporary pavement to be removed and replaced require prior approval by the 9
Engineer. This work shall include the removal of the temporary pavement prior to paving of 10
final asphalt concrete pavement. 11
12
The Contractor shall excavate and remove temporary pavement to the required subgrade 13
depth to construct and install the proposed pavement section. Excavation and removal of 14
temporary pavement, to subgrade depth, shall be considered included in the unit cost for 15
“HMA CL. ½” PG 64-22”. 16
17
5-04.4 Measurement 18
“HMA CL. ½” PG 64-22’, will be measured by the ton in accordance with Section 1-09.2, with 19
no deduction being made for the weight of asphalt binder, mineral filler, or any other 20
component of the mixture. If the Contractor elects to remove and replace mix as allowed by 21
Section 5-04.3(11), the material removed will not be measured. 22
23
HMA will be measured by the ton in accordance with Section 1-09.2, with no deduction being 24
made for the weight of asphalt binder, blending sand, mineral filler, or any other component 25
of the HMA. 26
27
5-04.5 Payment 28
Section 5-04.5 is supplemented with the following: 29
30
Payment will be made for each of the following Bid items that are included in the Proposal: 31
32
The unit Contract price per ton for “HMA CL. ½” PG 64-22”, shall be full compensation for all 33
costs, including anti-stripping additive, incurred to carry out the requirements of Section 5-04 34
except for those costs included in other items which are included in this Subsection and which 35
are included in the Proposal. 36
37
END OF DIVISION 538
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-103 PROJECT #CAG-25-278
DIVISION 7 1
DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, 2
WATER MAINS, AND CONDUITS 3
4
7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 5
6
7-05.3(1) Adjusting Manholes and Catch Basins to Grade 7
(*****) 8
9
Section 7-05.3(1) is supplemented with the following: 10
11
Where shown in the Plans or where directed by the Engineer, existing utility covers, 12
including water valves, water meter covers and other utilities shall be adjusted to 13
the final grade as staked or otherwise designated by the Engineer. Existing cast 14
iron rings, plastic or fiberglass utility basins and covers on utilities shall first be 15
removed and thoroughly cleaned for reinstalling at the new elevation, unless 16
covers shall fall, in the final condition, in a sidewalk, dedicated bike facility or other 17
walking or cycling surface. If covers shall fall within a shared use path, bicycle path, 18
or pedestrian accessibility route, covers shall be replaced, as necessary, with the 19
Slip-Resistant Lid described in these Specifications. If covers fall within a 20
landscaping area, the covers shall be replaced, as necessary, with the Solid 21
Locking Lid described in these Specifications. 22
23
From that point, the existing utility Structure shall be raised or lowered to the 24
required elevation. The materials and method of construction shall conform to the 25
requirements specified above, and the finished Structure shall conform to the 26
requirements of the Standard Plans except as approved by the Engineer. 27
28
7-05.3(5) Slip-Resistant Lids and Frames 29
(*****) 30
31
Section 7-05.3(5) is added as follows: 32
33
Both the slip-resistant lid and slip-resistant frame shall be treated with one of the 34
following products, or approved equal: 35
36
1. Mebac#1 as manufactured by IKG industries 37
38
2. SlipNOT Grade 3-coarse as manufactured by W.S. Molnar Co. 39
40
Where the exposed portion of the frame is ½ inch wide or less the slip-resistant 41
treatment may be omitted on that portion of the frame. The slip-resistant lid shall 42
be identified with permanent marking on the underside indicating the type of 43
surface treatment and the year manufactured. The permanent marking shall be 44
1⁄8 inch line thickness formed with a mild steel weld bead. 45
46
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-104 PROJECT #CAG-25-278
1
7-05.4 Measurement 2
(*****) 3
4
Section 7-05.4 is supplemented with the following: 5
6
“Adjust and Replace Utility Lid” will be measured per each. 7
8
9
7-05.5 Payment 10
(*****) 11
12
Section 7-05.5 is supplemented with the following: 13
14
“Adjust and Replace Utility Lid” per each shall be full compensation for all costs for 15
procurement, adjustment, and placement of the lid as shown on the Plans. 16
17
END OF DIVISION 718
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-105 PROJECT #CAG-25-278
DIVISION 8 1
MISCELLANEOUS CONSTRUCTION 2
3
8-02 ROADSIDE RESORATION 4
5
8-02.2 Materials 6
Section 8-02.2 is supplemented with the following: 7
Topsoil Type A Section 9-14.2(1) 8
Seed Section 9-14.3 9
10
8-02.3(1) Responsibility During Construction 11
12
Section 8-02.3(1) is supplemented with the following: 13
14
Dumping or stockpiling of topsoil shall not be allowed on roadway surfaces. 15
16
The Contractor shall locate all underground utilities (both new and existing) prior to starting 17
work and shall not disturb or damage them. Promptly notify the Engineer of any conflict 18
between the proposed work and any obstructions. The Contractor shall be responsible for 19
making any and all repairs for damage caused by his or her activities. 20
21
8-02.3(2)A Roadside Work Plan 22
23
Section 8-02.3(2)A is supplemented with the following: 24
25
The Contractor shall submit to the Contracting Agency a Roadside Work Plan meeting the 26
requirements of the Standard Specifications a minimum of 30 calendar days prior to 27
commencing the installation of topsoil, bark mulch, irrigation systems, and / or landscape 28
materials. 29
30
8-02.3(4) Topsoil 31
32
Section 8-02.3(4) is supplemented with the following: 33
34
Thoroughly scarify subgrade in all areas to be planted or seeded, including Roadway and 35
Median planter areas, back-of-walk restoration areas and Tree Grate areas, to a minimum 36
depth of eight inches (8”), unless otherwise noted on the plans. Scarified subgrade shall be 37
inspected and approved by the Engineer prior to the placement of topsoil. Remove all 38
construction debris and rocks over two-inches (2”) in diameter prior to placing topsoil. 39
40
Areas within 6” of curbs and sidewalk shall not be cultivated and care shall be taken to avoid 41
undermining base materials. In addition, areas around existing trees to remain shall not be 42
cultivated within the dripline of the tree or any other areas which appear to have a significant 43
number of existing tree roots. 44
45
Topsoil Type A shall be used in any areas requiring additional soil to bring subgrade up to 46
grade, prior to the placement of required depth of Topsoil Type A as noted on the plans. 47
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-106 PROJECT #CAG-25-278
Upon approval of the subgrade, Topsoil Type A shall be installed in two lifts. The first four-1
inch (4”) lift shall be incorporated into the top eight inches (8”) of the subgrade by rototilling. 2
Then the remaining topsoil shall be installed to achieve the minimum compacted depth 3
detailed on the Plans. 4
5
Remove rocks and debris over one (1) inch diameter in all planted and seeded areas. Lightly 6
compact soil to a compaction rate of no more than 85% and establish a smooth and uniform 7
finished grade to allow surface drainage and prevent ponding. 8
9
Any additional fine grading to get a firm smooth surface in all planted and seeded areas shall 10
be considered incidental to and included in the unit contract price for placement and 11
installation of Topsoil Type A. 12
13
The costs of removing all excess material and debris shall be considered incidental to and 14
included in the unit contract prices of other items in this contract. 15
16
8-02.3(4)A Topsoil Type A 17
18
Section 8-02.3(4)A is supplemented with the following: 19
20
Topsoil Type A shall conform to Section 9-14.2(1) of these Special Provisions and shall be 21
supplied by a Contractor's supplied source, and as approved by the Engineer. 22
23
Add New Section 8-02.3(18) as follows: 24
25
8-02.3(18) Submittals 26
27
The Contractor shall submit samples for verification for each of the following: 28
29
Topsoil Type A: 1-gallon volume in sealed plastic bags labeled with composition of materials 30
by percentage of volume and sources. Sample shall be typical of the lot of material to be 31
furnished; provide an accurate representation of color, texture, and organic makeup. 32
33
The Contractor shall submit Material Test Reports according to the Standard Specification for 34
Topsoil Used for Landscaping and Construction Purposes ASTM D 5268 topsoil. Existing 35
native surface topsoil, existing in-place surface soil, and imported or manufactured topsoil. 36
Provide copies of lab accreditation and certification. 37
38
8-02.4 Measurement 39
40
Section 8-02.4 is supplemented with the following: 41
42
The pay quantities for the plant materials will be determined by count of the number of 43
satisfactory installed trees, shrubs, groundcover and other landscape materials accepted by 44
the Engineer. 45
46
“Topsoil Type A” will be measured at the depth indicated in the pay item, by the cubic yard in 47
the haul conveyance at the point of delivery. 48
49
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-107 PROJECT #CAG-25-278
“Seeded Lawn Installation” will be measured by the square yard along the ground slope line 1
of lawn installed and accepted by the Engineer. 2
3
8-02.5 Payment 4
5
Section 8-02.5 is supplemented with the following: 6
7
“Topsoil Type A (8” Depth)”, per cubic yard 8
9
“Seeded Lawn Installation”, per square yard 10
11
8-04 CURBS, GUTTERS, AND SPILLWAYS 12
13
8-04.2 Materials 14
(*****) 15
16
Section 8-04.2 is supplemented with the following: 17
18
Materials for all cement concrete may not contain fly ash. 19
20
8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways 21
(*****) 22
23
Section 8-04.3(1), revise the first paragraph as follows: 24
25
Cement concrete curb, curb and gutter, gutter, and spillway shall be constructed with air entrained 26
concrete Class 4000 conforming to the requirement of Section 6-02. 27
28
8-10 GUIDE POSTS AND BARRIER DELINEATORS 29
30
8-10.1 Description 31
(*****) 32
33
Section 8-10.1 is supplemented with the following: 34
35
This Work shall consist of furnishing and placing white traffic separator curb with an 36
integral color-matched reflective flexible guide post in the locations indicated on the Plans 37
or where designated by the Engineer. 38
39
8-10.2 Description 40
(*****) 41
42
Section 8-10.2 is supplemented with the following: 43
44
The color and size of the traffic separator with flexible delineator shall meet what is 45
indicated on the Plans or where designated by the Engineer. Reflectivity and specifications 46
of flexible guide posts shall meet the requirements of Section 8-10.2. Adhesives for 47
surface mounting shall meet the requirements of the manufacturer 48
49
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-108 PROJECT #CAG-25-278
8-10.3 Construction Requirements 1
(*****) 2
3
Section 8-10.3 is supplemented with the following: 4
5
Traffic separator with flexible delineator shall be installed according to manufacturer’s 6
recommendations. The Contractor shall confirm the manufacturer’s recommendations 7
with the Engineer for compliance with the installation sites indicated on the Plans. 8
9
8-10.4 Measurement 10
(*****) 11
12
Section 8-10.4 is supplemented with the following: 13
14
“Traffic separator with flexible delineator” will be measured by the unit for each post 15
furnished and installed per the manufacturer’s instructions. 16
17
8-10.5 Payment 18
(*****) 19
20
Section 8-10.5 is supplemented with the following: 21
22
“Traffic separator with flexible delineator,” per each. 23
24
8-14 CEMENT CONCRETE SIDEWALKS 25
26
8-14.2 Materials 27
(*****) 28
29
Section 8-14.2 is supplemented with the following: 30
31
Materials for all cement concrete sidewalks and curb ramps may not contain fly ash. 32
33
34
8-14.3 Construction Requirements 35
(*****) 36
37
Section 8-14.3, revise the first paragraph as follows: 38
39
The concrete in the sidewalks and curb ramps shall be air entrained concrete Class 4000 40
in accordance with the requirements of Section 6-02 and without the use of fly ash. 41
42
(October 3, 2022 WSDOT GSP, OPTION 1) 43
44
The Contractor shall request a pre-construction meeting with the Engineer to be held two to five 45
working days before any work can start on cement concrete sidewalks, curb ramps or other 46
pedestrian access routes to discuss construction requirements. Those attending shall include: 47
48
1. The Contractor and subcontractor in charge of constructing forms, and placing, and 49
finishing the cement concrete. 50
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-109 PROJECT #CAG-25-278
2. Engineer (or representative) and Project Inspectors for the cement concrete sidewalk, curb 1
ramp or pedestrian access route Work. 2
3
Items to be discussed in this meeting shall include, at a minimum, the following: 4
5
1. Slopes shown on the Plans. 6
2. Inspection 7
3. Traffic control 8
4. Pedestrian control, access routes and delineation 9
5. Accommodating utilities 10
6. Form work 11
7. Installation of detectable warning surfaces 12
8. Contractor ADA survey and ADA Feature as-built requirements 13
9. Cold Weather Protection 14
15
(January 7, 2019 WSDOT GSP, OPTION 3) 16
17
Section 8-14.3 is supplemented with the following: 18
19
Layout and Conformance to Grades 20
Using the information provided in the Contract documents, the Contractor shall lay out, 21
grade, and form each new curb ramp, sidewalk, and curb and gutter. 22
23
8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION 24
SYSTEMS, AND ELECTRICAL 25
26
8-20.1 Description 27
(*****) 28
29
Section 8-20.1 is supplemented with the following: 30
31
All work shall be performed as shown in the Plans in accordance with applicable 32
Standard Specifications, Standard Plans, City Standards, and Puget Sound Energy 33
Standards included herein and the following Special Provisions. 34
35
The Work shall also include providing a complete, functional traffic signal systems. 36
37
The Work shall also include the supply, testing, and installation of all traffic signal 38
hardware and equipment, including but not limited to video/radar detection cameras, 39
poles, junction boxes, conduits, wiring, and all associated equipment. 40
41
The Work shall also include removing existing loop detectors and all necessary 42
associated equipment where applicable to complete the Work. 43
44
The existing traffic signal and lighting circuits shall remain in operation until the new 45
system is in place and ready for transfer. Transfer shall be conducted in the shortest time 46
possible, not to exceed one 8-hour workday. The exact work plan and schedule must be 47
pre-approved by the Engineer. Work shall include all other items as shown in the Plans 48
or in these Special Provisions. Existing lighting levels shall be maintained at all times 49
unless specified otherwise by the City Transportation Operations Manager. 50
51
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-110 PROJECT #CAG-25-278
8-20.1(1) Regulations and Code 1
(*****) 2
3
Section 8-20.1(1) is supplemented with the following: 4
5
All materials and methods required under this section, unless otherwise superseded 6
herein, shall conform to the 2025 edition of the Washington State Department of 7
Transportation Standard Specifications for Road, Bridge, and Municipal Construction, to 8
the latest edition of the State of Washington Standard Plans for Road, Bridge, and 9
Municipal Construction (herein referred to as the Standard Plans), to the State of 10
Washington Sign Fabrication Manual, to the City of Renton Standards and Details, to the 11
latest edition of the National Electric Code (NEC), and to the current edition of the 12
Manual on Uniform Traffic Control Devices (MUTCD) as adopted by the State of 13
Washington. 14
15
Delete the first sentence of the first paragraph of Section 8-20.1(1) and replace with the 16
following: 17
18
All electrical equipment shall conform to the standards of the National Electrical 19
Manufacturers Association (NEMA), FHWA IP-78-16, the Radio Manufacturers 20
Association, the American Society for Testing and Materials (ASTM), the American 21
Association of State Highway and Transportation Officials (AASHTO), the American 22
National Standards Institute (ANSI), the National Electrical Safety Code (NESC), the 23
International Municipal Signal Association (IMSA), whichever is applicable, and to other 24
codes listed herein. 25
26
Where applicable, materials shall conform to the latest requirements of the Washington 27
State Department of Labor and Industries and Puget Sound Energy 28
29
8-20.1(2) Industry Codes and Standards 30
(*****) 31
32
Section 8-20.1(2) is supplemented with the following: 33
34
National Electrical Safety Code (NESC), Secretary NESC, NESC Committee, IEEE Post 35
Office Box 1331, 445 Hoes Lane, Piscataway, NJ 08855-1331. 36
37
8-20.1(3) Permitting and Inspections 38
(*****) 39
40
Section 8-20.1(3) is supplemented with the following: 41
42
The Contractor will be responsible for coordinating, obtaining, and paying for all permits, 43
including electrical service applications, necessary to complete this work in a timely 44
fashion. All costs to obtain and comply with electrical permits shall be included in the 45
applicable bid items for the work involved. All required electrical permits shall be obtained 46
before beginning trench excavation. 47
48
The City of Renton Electrical Inspector shall inspect and approve the electrical portions of 49
the project. The Contractor shall notify the Electrical Inspector at least 24 hours in advance 50
of required field inspection. Before work begins, the Contractor shall contact the Electrical 51
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-111 PROJECT #CAG-25-278
Inspector to coordinate a schedule of electrical inspections (call the request line at 425-1
430-7275). This project shall be accomplished in compliance with WAC 296-46B-010 2
Traffic Management Systems and shall conform to the current adopted version of the NEC. 3
4
Prior to PSE energizing service cabinets, a Transportation Maintenance and electrical 5
inspection must be passed with a copy of the electrical control permit and inspection 6
sticker inside cabinets. 7
8
8-20.1(4) Restrictions on the Schedule of Work 9
(*****) 10
11
Section 8-20.1(4) is supplemented with the following: 12
13
Work in Roadway 14
All work in the roadway is subject to the traffic control requirements specified in Section 1-15
10. 16
17
8-20.1(5) Traffic Control During Construction 18
(*****) 19
20
Section 8-20.1(5) is supplemented with the following: 21
22
The Contractor shall include in the submitted traffic control plan, detailed plan during 23
roadway trenching, erection of mast arms, installation of vehicle detection, and other 24
activities requiring lane closures or detours. See Section 1-10 for traffic control 25
requirements and uniformed police officer requirements. 26
27
Traffic signal systems shall remain fully operational at each existing signalized 28
intersection. During the construction, existing traffic signal systems shall be modified or 29
removed and temporary traffic signal systems shall be operated until the new traffic signal 30
systems are completed and become operational. A uniformed police officer shall direct 31
traffic on the day of changeover to new signal system. 32
33
The duration of traffic signal down time during changeovers and the construction 34
sequencing shall be coordinated with the City. Complete temporary traffic control system 35
plans shall be submitted by the Contractor prior to any intersection down time. 36
37
8-20.1(6) Permits 38
(*****) 39
40
Section 8-20.1(6) is supplemented with the following: 41
42
The Contractor will be responsible for coordinating, obtaining, and paying for all permits, 43
including electrical service applications, necessary to complete this work in a timely 44
fashion. All costs to obtain and comply with electrical permits shall be included in the 45
applicable bid items for the work involved. All required electrical permits shall be obtained 46
before beginning trench excavation. 47
48
The Electrical Inspector shall inspect and approve the electrical portions of the project. 49
The Contractor shall notify the Electrical Inspector at least 24 hours in advance of required 50
field inspection. Before work begins, the Contractor shall contact the City of Renton 51
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-112 PROJECT #CAG-25-278
Electrical Inspector to coordinate a schedule of electrical inspection (call the request line 1
at 425-430- 7275). This project shall be accomplished in compliance with WAC 296-46B-2
010 Traffic Management Systems and shall conform to the current adopted version of the 3
NEC. 4
5
Prior to PSE energizing service cabinets, an electrical inspection must be passed with a 6
copy of the electrical control permit and inspection sticker inside cabinets. 7
8
8-20.1(7) Errors and Omissions 9
(*****) 10
11
Section 8-20.1(7) is supplemented with the following: 12
13
The Contractor shall immediately notify the Engineer upon discovery of any errors or 14
omissions in the Contract Documents, in the layout as given by survey points and 15
instructions, or of any discrepancy between the Contract Documents and the physical 16
conditions of the locality. If deemed necessary, the Engineer shall rectify the matter and 17
advise the Contractor accordingly. Any work done after such discovery without 18
authorization by the Engineer will be done at the Contractor’s risk. 19
20
8-20.2 Materials 21
22
Section 8-20.2 is supplemented with the following: 23
24
Material requirements for traffic signal systems are contained in Section 9-29 of the 25
Standard Specifications and Section 9-29 of these Special Provisions. 26
27
The Engineer reserves the right to inspect the manufacturing process of all materials. Final 28
inspection and acceptance of the installed materials will not be given until final installation 29
and testing has been completed on the systems. Approval to install materials and 30
equipment must be obtained from the Engineer at the job site before installation. 31
32
8-20.3 Construction Requirements 33
(*****) 34
35
Section 8-20.3 is supplemented with the following: 36
37
Signal Installation Coordination with the City 38
The Contractor shall coordinate with City of Renton Transportation Maintenance Manager 39
(contact person: Eric Cutshall at 425-430-7423) for all required signal installation work and 40
testing. 41
42
8-20.3(1)B Signalization Requirements During Construction 43
(*****) 44
45
Section 8-20.3(1)B is added as follows: 46
47
Signal system shall remain fully operational during construction. Contractor shall follow 48
the Construction Sequencing and Pedestrian Detour Plans to the extent allowed by site 49
conditions. Modifications to the existing signals must be approved by the Engineer in the 50
field prior to re-channelization for construction staging. Modifications shall be provided at 51
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-113 PROJECT #CAG-25-278
the Contractor’s expense. The costs for any changes to the signal systems required for 1
compliance with maintenance of traffic during construction shall be incidental to the lump 2
sum price of Signal Systems. 3
4
5
8-20.3(2) Excavating and Backfilling 6
(*****) 7
8
Section 8-20.3(2) is supplemented with the following: 9
Underground utilities of record will be shown on the Plans insofar as information is 10
available. These, however, are shown for convenience only and the City assumes no 11
responsibility for improper locations or failure to show utility locations on the construction 12
plans. 13
14
The location of existing underground utilities, when shown on the Plans, is approximate 15
only, and the Contractor shall be responsible for determining their exact location. The 16
Contractor shall check with the utility companies concerning any possible conflict prior to 17
commencing excavation in any area, as not all utilities may be shown on the Plans. 18
19
The Contractor shall be responsible for potholing for conflicts with underground utility 20
locations. Prior to construction, if any conflicts are expected, it shall be brought to the 21
attention of the Engineer for resolution. 22
23
The Contractor shall be entirely responsible for coordination with the utility companies and 24
arranging for the movement or adjustment, either temporary or permanent, of their 25
facilities within the project limits. 26
27
If a conflict is identified, the Contractor shall contact the Engineer. The Contractor and City 28
shall locate alternative locations for poles, cabinet, or junction boxes. The Contractor shall 29
get approval from the Engineer prior to installation. The Contractor may consider changing 30
depth or alignment of conduit to avoid utility conflicts. 31
32
The Contractor shall not attempt to adjust the location of an existing utility unless 33
specifically agreed to by the utility owner. 34
35
36
8-20.3(3) Removing and Replacing Improvements 37
(*****) 38
39
Section 8-20.3(3) is supplemented with the following: 40
41
Salvaged Equipment 42
All existing equipment that is to be removed shall not be stockpiled within the job site 43
without the Engineer's approval. The following signal equipment shall remain the property 44
of the Contracting Agency and shall be disconnected, dismantled, stacked separately and 45
delivered to the Contracting Agency unless otherwise directed by Transportation 46
Maintenance Manager: 47
• Loop Detectors 48
49
The Contractor shall give the Engineer fourteen (14) calendar days advance written notice 50
prior to delivery of removed materials to the City of Renton Signal Shop. 51
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-114 PROJECT #CAG-25-278
1
All removed equipment which remains the property of Renton shall be delivered to Renton 2
Corporate Yard between the hours of 8:30am and 2:30pm: 3
4
City of Renton Signal Shop 5
3555 NE 2nd Street BLDG B 6
Renton, WA 98056 7
Phone: 425-430-7423 8
9
Non-Salvaged Electrical Equipment The Contractor shall: 10
• Remove all wires for discontinued circuits from the conduit system. 11
• Remove elbow sections of abandoned conduit entering junction boxes. 12
• Remove abandoned conduit that is less than 24 inches finished grade, unless 13
otherwise indicated in the Plans. 14
15
If the Contractor’s operation causes damage to a removed equipment, it shall be repaired 16
or replaced by the Contractor to the Engineer’s satisfaction at no additional cost to the 17
Contracting Agency. The Contractor shall remove and dispose properly all debris and 18
signal equipment not identified for return to the Contracting Agency. 19
20
21
8-20.3(8) Wiring 22
(*****) 23
24
Section 8-20.3(8) is supplemented with the following: 25
26
All stranded wires terminated at a terminal block shall have an open end, crimp style 27
solderless terminal connector, and all solid wires terminated at a terminal block shall have 28
an open end soldered terminal connector. All terminals shall be installed with a tool 29
designed for the installation of the correct type of connector and crimping with pliers, wire 30
cutters, etc., will not be allowed. All wiring inside the controller cabinet shall be trimmed 31
and cabled together to make a neat, clean appearing installation. No splicing of any traffic 32
signal conductor shall be permitted. All conductor runs shall be attached to appropriate 33
signal terminal boards with pressure type binding posts. 34
35
For installing new cables in existing occupied or empty conduit, the Contractor shall be 36
responsible for the following steps: 37
1) Install a new pull rope using a rod/fish tape in the conduit for pulling in the new 38
cabling if a pull rope does not already exist. 39
2) If the Contractor cannot get the rod/fish tape to pass through the conduit, the 40
Contractor shall blow air through the conduit to remove any debris blocking the 41
rod/fish tape path. The Contractor shall be careful not to blow air into controller or 42
service cabinets. 43
3) If the rod/fish tape still does not pass through the conduit after blowing air, the 44
Contractor shall disconnect a single existing wire as agreed to by the Engineer (if 45
the conduit is occupied) and use that wire to pull the new wiring plus a new cable 46
to replace the existing cable that is being used for pulling. 47
4) If no existing wire can be used to pull in the new wire, the Contractor shall try 48
another conduit run if one exists, or pull out all existing wiring from the conduit and 49
use to pull in the new wiring plus all new cabling to replace existing cabling. 50
Rodding, fish taping, blowing air, and disconnecting/ reconnecting cable shall be 51
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-115 PROJECT #CAG-25-278
the Contractor’s cost responsibility. In an event that none of these steps led to 1
successful wire installation, the Contractor shall install new conduit as directed by 2
the Engineer. 3
4
8-20.3(18) Vehicle Detection System 5
(*****) 6
7
Section 8-20.3(18) is a new section: 8
9
Vehicle detection system and associated equipment shall be furnished and installed by 10
the Contractor at the following intersections: 11
12
• Oakesdale Ave SW & SW 27th St 13
• Oakesdale Ave SW & SW 20th St 14
• Oakesdale Ave SW & SW 16th St 15
16
Vehicle detection shall utilize NoTraffic AI mobility platform detection system or approved 17
equal. Each video detection system shall consist of the following: 18
19
• Sensor and equipment necessary for installation 20
• Mounting bracket 21
• Cabinet interface unit 22
• Sensor power assembly 23
• Cabinet interface power & communications assembly 24
• Antenna 25
• Programming devices and/or software 26
• Remote management software 27
• All other equipment necessary for a fully operational video/radar vehicle detector 28
system 29
30
Vehicle detection system shall conform to the details shown on the Plans and Engineer’s 31
directives in the field. The Contractor shall install the equipment in the presence of City of 32
Renton Transportation Maintenance Department Representative. Contractor shall notify 33
the Engineer 48 hours in advance of changes that will require modifications to the vehicle 34
detection system. 35
36
8-20.4 Measurement 37
(*****) 38
39
Section 8-20.4 is supplemented with the following: 40
41
The lump sum Contract price for “Traffic Signal System Modification – ”, shall be full pay 42
for construction of the complete traffic signal system. All items and labor necessary to 43
supply, install, and test the conduit, vehicle detection system, connections with existing 44
conduit and junction boxes, restore facilities destroyed or damaged during construction, 45
salvage existing materials, and all other components necessary to make a complete traffic 46
signal system shall be included within the lump sum measurement. This includes and is 47
not limited to all work related to the removal of existing signal equipment, the installation 48
of the temporary video detection system, the installation of the temporary signal system, 49
relocation of temporary signal equipment (vehicle heads, pre-emption, pedestrian heads, 50
pedestrian push buttons, video detection) to accommodate construction phasing 51
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-116 PROJECT #CAG-25-278
throughout the project. Removal of an existing signal system or existing signal 1
components shall be included within the lump sum measurement. After construction is 2
complete, it is Contractor’s responsibility to adjust, relocate, and reposition all traffic signal 3
heads to their final position as shown on the Contract Documents, and shall be considered 4
incidental to the lump sum measurement. All painting of components shall be considered 5
incidental to the lump sum measurement. No specific unit of measurement shall apply, but 6
measurement will be made for the sum total of all items to be furnished and installed. 7
8
8-20.5 Payment 9
(*****) 10
11
Section 8-20.4 is deleted and replaced with the following: 12
13
“Traffic Signal System Modification – Oakesdale Ave SW & SW 27th St”, per lump sum. 14
15
“Traffic Signal System Modification – Oakesdale Ave SW & SW 20th St”, per lump sum. 16
17
“Traffic Signal System Modification – Oakesdale Ave SW & SW 16th St”, per lump sum. 18
19
All costs for installing junction boxes and conduit containing traffic signal system wiring 20
shall be incidental to the bid items per this section and Section 8-20.4 and no additional 21
compensation will be made. 22
23
All costs for painting shall be incidental and included in the bid items included in this 24
section and no additional compensation will be made. 25
26
Adjustment of junction boxes shall be incidental and included in the bid items included in 27
this section and no additional compensation will be made. 28
29
Restoration of facilities destroyed or damaged during construction shall be considered 30
incidental to the bid items included in this section and no additional compensation will be 31
made. 32
33
8-21 PERMANENT SIGNING 34
35
8-21.2 Materials 36
37
8-21.2(9-06.16) Roadside Sign Structures 38
(January 3, 2011 WSDOT GSP, OPTION 1) 39
40
Section 9-06.16 is supplemented with the following: 41
42
Perforated Steel Square Sign Post System 43
Where noted in the Plans, steel sign post systems shall be square, pre-punched 44
galvanized steel tubing, that are NCHRP 350 Test Level 3 Certified and FHWA approved. 45
The steel sign post system shall include all anchor sleeves, and other 6 hardware required 46
for a complete sign installation. 47
48
System Acceptance Systems listed in the current QPL will be accepted per the QPL 49
approval code. Systems not listed in the QPL will be accepted based on a Supplier’s 50
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-117 PROJECT #CAG-25-278
Certificate of Compliance. The Supplier’s Certificate of Compliance will be a contract 1
specific letter from the supplier stating the system is NCHRP 350 Test Level 3 compliant. 2
3
8-21.2(9-28.14) Sign Support Structures 4
(September 8, 2020 WSDOT GSP, OPTION 1) 5
6
Section 9-28.14 is supplemented with the following: 7
8
Manufacturers for Steel Roadside Sign Supports 9
The Standard Plans lists several steel sign support types. These supports are patented 10
devices and many are sole-source. All of the sign support types listed below are 11
acceptable when shown in the Plans. 12
13
Steel Sign Support Type Manufacturer 14
Type TP-A & TP-B Transpo Industries, Inc. 15
16
Type PL, PL-T & PL-U Northwest Pipe Co. 17
18
Type AS Transpo Industries, Inc. 19
20
Type AP Transpo Industries, Inc. 21
22
Type ST 1, ST 2, ST 3, & ST 4 Ultimate Highway Solutions, Inc., 23
Allied Tube & Conduit Corp. (Mechanical 24
Division), 25
Trinity Highway Products, LLC. 26
27
Type SB-1, SB-2, & SB-3 Ultimate Highway Solutions, Inc., 28
Xcessories Squared Development and 29
Manufacturing Incorporated, 30
Trinity Highway Products, LLC. 31
32
8-22 PAVEMENT MARKING 33
34
8-22.1 Description 35
(*****) 36
37
Section 8-22.1 is supplemented with the following: 38
39
This Work consists of furnishing and installing pavement markings upon raised median 40
island surfaces in accordance with the Plans at locations shown in the Contract or as 41
ordered by the Engineer in accordance with Section 1-04.4 42
43
8-22.2 Materials 44
(*****) 45
46
Section 8-22.2 is supplemented with the following: 47
48
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-118 PROJECT #CAG-25-278
Marking materials noted as “MMA” shall be Type D Liquid Cold Applied Methyl 1
Methacrylate meeting the requirements of Section 9-34.2 of the WSDOT Standard 2
Specifications, and conform to the details shown on the Plans. 3
4
Marking materials noted as “Thermoplastic Stamped Surface” shall be ISO 9001-2008 5
certified, thermoplastic with a stamped pattern and coloration meeting the requirements 6
of Section 8-22.3. 7
8
8-22.3 Construction Requirements 9
10
8-22.3(3)A Marking Colors 11
(*****) 12
13
Section 8-22.3(3)A is supplemented with the following: 14
15
Thermoplastic stamped surface shall be a red/brown clay color, approved prior to 16
installation. Samples of selected colors shall be provided for review and approval by the 17
Engineer. 18
19
8-22.3(3)C Line Surfaces 20
(*****) 21
22
Section 8-22.3(3)C is supplemented with the following: 23
24
Thermoplastic stamped surface shall be a Frisco Cobble pattern, or approved equal, 25
approved prior to installation. Samples of selected stamp pattern shall be provided for 26
review and approval by the Engineer. 27
28
8-22.4 Measurement 29
(*****) 30
31
Section 8-22.4 is supplemented with the following: 32
33
The measurement for “Remove Pavement Markings” shall be inclusive of all plastic, 34
painted and raised pavement marker markings indicated for removal on the plans, and in 35
accordance with Section 8-22.3(6) as a lump sum. 36
37
The measurement for “Plastic Shared Lane Marking” shall be per each, measured in-place 38
as shown on the Plans. 39
40
The measurement for “Thermoplastic Stamped Asphalt” shall be per each, measured in-41
place as shown on the Plans. 42
43
The measurement for “MMA Profiled Embossed Line” shall be per linear foot, measured 44
in-place as shown on the Plans. 45
46
The measurement for “MMA Crosshatch Marking” shall be per linear foot, measured in-47
place as shown on the Plans. 48
49
The measurement for “MMA Crosswalk Line (Green)” shall be per square foot, measured 50
in-place as shown on the Plans. 51
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-119 PROJECT #CAG-25-278
1
The measurement for “MMA Transit Box (Red)” shall be per square foot, measured in-2
place as shown on the Plans. 3
4
The measurement for “KCM Red and Yellow Curb Paint” shall be per linear foot, measured 5
in-place as shown on the Plans. 6
7
The measurement for “Thermoplastic stamped surface” shall be inclusive of all plastic and 8
installation tools and materials per the manufacturers recommendations, per square foot, 9
measured in-place as shown on the Plans. 10
11
8-22.5 Payment 12
(*****) 13
14
Section 8-22.5 is supplemented with the following: 15
16
“Remove Pavement Markings”, per lump sum. 17
18
“Plastic Shared Lane Marking”, per each. 19
20
“Thermoplastic Stamped Surface”, per square foot 21
22
“MMA Profiled Embossed Line”, per linear foot. 23
24
“MMA Crosshatch Marking”, per linear foot. 25
26
“MMA Crosswalk Line (Green)”, per square foot. 27
28
“MMA Transit Box (Red)”, per square foot. 29
30
“KCM Red and Yellow Curb Paint”, per linear foot. 31
32
“Thermoplastic stamped surface”, per square foot 33
34
35
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-120 PROJECT #CAG-25-278
(New Section) 1
8-33 SYNTHETIC TURF 2
3
8-33.1 Description 4
5
This Work consists of furnishing and installing synthetic turf, including fasteners and fill 6
materials, in accordance with the Plans, these Specifications, manufacturer 7
recommendations for installation and as ordered by the Engineer in accordance with 8
Section 1-04.4. 9
10
Synthetic turf consists of a simulated grass blade, with a pile depth meeting the 11
requirements of the Plans, and base mat, with fill material for weighting and maintenance, 12
and anchors of a type, spacing and depth as specified on the Plans, and per the 13
manufacturer's recommendations, for the purpose of providing a visually appealing and 14
delineated surface for traffic median fills without the need for regular watering, weeding 15
and mowing to maintain the surface treatment. 16
17
8-33.2 Materials 18
19
Synthetic turf materials, including the polyethylene turf, mat, fill material, and anchors shall 20
be rated for commercial use. The pile height shall meet or exceed the requirements of the 21
Plans. 22
23
Materials are not intended to experience traffic loads. 24
25
Fibers and Thatch colors shall be Field or Lawn Green or approved equal. 26
27
Roll width shall exceed the maximum median island application width shown on the Plans 28
to avoid seams in the median islands at application. 29
30
Material submittals shall be provided for approval of the Engineer prior to installation. 31
32
8-33.3 Construction Requirements 33
34
8-33.3(1) Synthetic Turf 35
36
Synthetic turf shall be installed following the manufacturer's recommendations for 37
installation, and meeting the horizontal and vertical dimensional requirements of the Plans. 38
39
Synthetic turf shall be installed in median islands without linear seams (in the direction of 40
traffic). A single roll shall be used for each island and trimmed to match the island shape 41
per the manufacturer’s recommendations for cutting and trimming of the synthetic turf and 42
mat. Transverse seams (perpendicular to the direction of traffic) are to be avoided if 43
possible, but may be approved by the Engineer if requested. 44
45
8-33.3(2) Synthetic Turf Infill 46
47
Infill materials meeting the depth and material type specified on the Plans and following 48
the manufacturer's recommendations shall be placed over the synthetic turf mat and 49
blades. Where conflicts between the requirements of the Plans and the manufacturer's 50
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-121 PROJECT #CAG-25-278
recommendations exist, the manufacturer’s recommendations shall control. The Engineer 1
shall be notified of any conflicts prior to installation of the synthetic turf. 2
3
8-33.3(3) Mechanical Fasteners 4
5
Mechanical fasteners or turf nails shall be placed meeting the manufacturer's 6
recommendations and the requirements of the Plans. Spacing of fasteners and length of 7
fasteners shall meet the requirements of the Plans and the manufacturer's 8
recommendations. Where conflicts between the requirements of the Plans and the 9
manufacturer's recommendations exist, the manufacturer’s recommendations shall 10
control. The Engineer shall be notified of any conflicts prior to installation of the synthetic 11
turf. 12
13
8-33.4 Measurement 14
15
Measurement of “Synthetic Turf, Complete” will be by the square foot of installed and 16
completed synthetic turf, inclusive of infill materials, mechanical fasteners and any other 17
installation-specific materials and tools as required by the manufacturer’s 18
recommendations. 19
20
8-33.5 Payment 21
22
Payment will be made for each of the following Bid items that are included in the Proposal: 23
24
“Synthetic Turf, Complete”, per square foot. 25
26
Infill materials, mechanical fasteners and other installation-specific materials and tools as 27
required by the manufacturer’s recommendations to complete the installation of the 28
synthetic turf will be considered incidental to the “Synthetic Turf, Complete” Bid item. 29
30
31
END OF DIVISION 8 32
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-122 PROJECT #CAG-25-278
DIVISION 9 1
MATERIALS 2
3
9-29 ILLUMINATION, SIGNAL, ELECTRICAL 4
5
6
Section 9-29 is supplemented with the following: 7
(*****) 8
9
General 10
11
All bolts, nuts, washers, and other fasteners shall be stainless steel unless otherwise 12
specified herein. 13
Where applicable, all materials, equipment, and installation procedures shall conform to 14
the current requirements and standards of the State of Washington Department of Labor 15
and Industries. 16
17
9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable 18
19
9-29.3(2) Electrical Conductors and Cable 20
(*****) 21
22
Section 9-29.3(2) is supplemented with the following: 23
24
Each wire shall be numbered at each terminal end with a wrap-around type numbering 25
strip bearing the circuit number shown on the Plans. 26
27
The Contractor shall provide and install all the necessary wiring, fuses and fittings so as 28
to complete the installation of the signal equipment as shown on the Plans. All materials 29
and installation methods, except as noted otherwise herein, shall comply with applicable 30
sections of the National Electrical Code. 31
32
9-29.18 Vehicle Detector 33
34
9-29.18(3) Video Detection System 35
(*****) 36
37
Section 9-29.18(3) is a new section: 38
39
40
AI Mobility Platform 41
42
This specification defines the minimum requirements for an AI mobility platform 43
("Platform") that provides non-intrusive detection of traffic at signalized intersections using 44
hybrid sensors that fuse video and radar, a cloud portal, 24/7 live monitoring & support, 45
remote connectivity, and a variety of ITS applications for stop bar, advance, dilemma, 46
bicycle, and pedestrian detection, traffic counts, real-time optimization, signal performance 47
measures, and safety analytics. 48
49
1. Hardware 50
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-123 PROJECT #CAG-25-278
a. General 1
The Platform shall comprise two primary hardware components, the 2
Sensor and the cabinet interface unit ("Nexus"). All hardware and material 3
shall be new. All fasteners exposed to the elements shall be Type 304 4
or Type 316 passivated stainless steel. Primary hardware components 5
shall have permanent labels that bear the name of the manufacturer, 6
description, part number, date of manufacture, and serial number. All 7
hardware shall comply with the environmental and operating 8
requirements of NEMA TS 2 Section 2.1.5 (Temperature & Humidity), 9
Section 2.1.6 (Transients, Power Service), Section 2.1.8 (Nondestructive 10
Transient Immunity), Section 2.1.9 (Vibration), and Section 2.1.10 11
(Shock) and shall have been tested by an independent third-party 12
laboratory using the procedures defined in Section 2.2.7 (Transients, 13
Temperature, Voltage, and Humidity), Section 2.2.8 (Vibration), and 14
Section 2.2.9 (Shock/Impact). 15
b. Sensor 16
The Sensor shall comprise a video sensor and a radar sensor housed in 17
a single enclosure that mounts on traffic signal structures (mast arms, 18
strain poles, posts, etc.). The Platform shall be supplied with one 19
Sensor per approach including at least one Sensor Type 2 and the 20
remainder Sensor Type 1, or in quantities specified by the contract 21
documents. 22
Sensor Type 1 shall include a 1080p HD video camera, 60 GHz radar, 23
Nvidia processor, one 8P8C Ethernet receptacle, and Wi-Fi 24
communications. Sensors employing radar frequencies such as 24 GHz 25
that are susceptible to interference from 5G communications are not 26
compliant with this specification. 27
Sensor Type 2 shall comprise Sensor Type 1 plus a C-V2X module and 28
two external omnidirectional V2X antennas. Sensor Type 2 shall comply 29
with FCC regulations for C-V2X roadside units (RSUs). 30
Sensor enclosures shall be rated for IP67 and MIL-STD-810G. Sensors 31
shall operate over a nominal input voltage range of 89 to 264 VAC at 50 32
or 60 Hz and shall have three internal terminals for the line, neutral, and 33
ground conductors of standard, off-the-shelf power cable such as IMSA 34
signal cable. Sensors that require proprietary power cable are not 35
compliant with this specification. Sensors shall be powered from the 36
transportation field cabinet or from street light luminaires as specified by 37
the contract documents. 38
c. Nexus 39
The Nexus shall consist of a ruggedized, field hardened computing device 40
that mounts in and interfaces with transportation field cabinets. The 41
Platform shall be supplied with one Nexus per intersection or in quantities 42
specified by the contract documents. Nexus units shall support up to 10 43
Sensors per intersection in any combination of Sensor Type 1 and Sensor 44
Type 2. 45
Nexus units shall include an Nvidia processor, two 8P8C Ethernet 46
receptacles, Wi-Fi communications, one DA-15 synchronous serial 47
communications port conformant to NEMA TS 2 Section 3.3.1 (Port 1 48
Physical and Protocol), and a front panel menu-driven user interface with 49
a backlit display and navigation buttons. The Nexus shall interoperate 50
with NEMA TS 1, NEMA TS 2, Model 33x, ITS, and ATC transportation 51
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-124 PROJECT #CAG-25-278
field cabinets and support the NEMA TS 2 and ITS/ATC cabinet 1
synchronous serial bus protocols. It shall be capable of logging all 2
communications on the synchronous serial bus including frames 3
transmitted by other secondary stations, detect the cabinet I/O protocol 4
currently in use (TS 2 or ITS/ATC) in order to automatically configure the 5
synchronous serial port, and detect any other I/O interface units (BIUs or 6
SIUs) currently in use in order to prevent duplicate synchronous serial 7
bus address assignments. 8
d. Auxiliary Components 9
i. Nexus Power & Communications Assembly 10
The Nexus Power & Communications Assembly shall reside in the 11
transportation field cabinet. It shall comprise a DIN rail to which 12
the following components are mounted: 13
• Terminal blocks for utility power 14
• Power supply for Nexus 15
• Cellular modem 16
• Firewall router 17
The cellular modem shall be capable of switching between all major 18
mobile network operators without changing the SIM card. 19
ii. Sensor Power Assembly 20
The Sensor Power Assembly shall reside in the transportation 21
field cabinet to protect and condition power for either 4 or 6 22
Sensors. It shall comprise a DIN rail to which the following 23
components are mounted: 24
• Terminal blocks 25
• Surge suppressor 26
• Circuit breakers 27
• Web relay 28
iii. Antenna 29
The Antenna shall facilitate all wireless communications at the 30
transportation field cabinet, including Wi-Fi, cellular, and GPS. It 31
shall comprise nine antennas housed in a single IP67 enclosure 32
that creates a weathertight seal when mounted to the 33
transportation field cabinet, and nine cables terminated with SMA 34
male connectors. 35
36
2. Software 37
a. Embedded Software 38
Embedded software shall support over-the-air (OTA) updates. 39
b. Nexus User Interface 40
Nexus units shall provide a browser user interface for viewing real-time 41
data, viewing historical data, and editing configuration data. The browser 42
user interface shall be compatible with the current versions of browsers 43
based on the Webkit (Safari), Blink (Chrome, Edge), and Gecko (Firefox) 44
rendering engines. Access to the Nexus browser user interface shall be 45
restricted to designated users using username and password 46
authentication. 47
c. Mobility OS 48
The Platform shall include a cloud portal ("Mobility OS"). Mobility OS 49
shall be hosted on AWS in the US or Canada using discrete servers for 50
each infrastructure owner/operator (IOO). The IOO's server shall not 51
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-125 PROJECT #CAG-25-278
contain any other IOO's data, and none of the IOO's data shall reside on 1
any other IOO's server. Cloud portals that combine data from multiple 2
IOOs on a single server are not compliant with this specification. 3
Mobility OS shall provide a browser user interface for viewing real-time 4
data, viewing historical data, and editing configuration data. The browser 5
user interface shall be compatible with the current versions of browsers 6
based on the Webkit (Safari), Blink (Chrome, Edge), and Gecko (Firefox) 7
rendering engines. Access to Mobility OS shall be restricted to designed 8
users using username and password authentication. Mobility OS shall 9
support single sign on (SSO) from the IOO's directory. The Platform shall 10
include Mobility OS for five years or for the term otherwise specified by 11
the contract documents. 12
d. Communications 13
All data transmitted by the Platform between Sensors, Nexus units, and 14
Mobility OS shall occur over virtual private networks (VPNs) using AES-15
256 encryption. Wi-Fi communications shall employ WPA2-AES 16
security. Sensor-Nexus communications shall use Wi-Fi or Ethernet as 17
specified by the contract documents. 18
3. Functionality 19
a. Detection 20
The Platform shall detect the passage and presence of traffic in zones 21
located between 30 ft and 720 ft from the Sensors and report the 22
occupancy of each zone via inputs of transportation field cabinets. It shall 23
be possible to associate each detection zone with one or more inputs, 24
and it shall be possible to associate multiple detection zones with the 25
same input. When a detection zone is occupied by traffic of the selected 26
characteristics (class, speed, etc.), it shall be considered actuated, and its 27
inputs shall be ON; otherwise, its inputs shall be OFF. 28
The Platform shall support the full input functionality of NEMA TS 1, 29
NEMA TS 2, Model 33x, ITS, and ATC transportation field cabinets, such 30
that inputs can be mapped in actuated signal controllers to detectors, 31
programmable logic, or any other input function supported by the 32
controller. To minimize Sensor-Nexus communications, all processing 33
required to detect, classify, and track objects shall occur in the Sensor. 34
Detection accuracy shall be at least 98% under typical environmental 35
conditions, where "detection accuracy" is time with no false calls or 36
missed calls versus total time, expressed as a percentage. The Platform's 37
detection accuracy shall have been evaluated at a minimum of six traffic 38
control signals, each owned and operated by a different IOO on roadways 39
open to the public. Evaluations performed at test beds, closed tracks, 40
academic institutions, research laboratories, signal maintenance shops, 41
and other such facilities and environments not open to public travel shall 42
not be used to satisfy this requirement. Upon request, the Manufacturer 43
shall provide engineering reports for the evaluations that include 44
descriptions of their methodologies and results. The reports shall be 45
attested by a licensed Professional Engineer employed by the 46
Manufacturer. 47
i. Sensor Fusion 48
The Sensor shall fuse video and radar, continually evaluating and 49
comparing video and radar data to achieve optimal detection for 50
the current environmental conditions, traffic, and detection zones. 51
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-126 PROJECT #CAG-25-278
Detection shall not be affected by a loss of either video alone or 1
radar alone, whether due to environmental conditions, 2
malfunctions, or otherwise. Platforms with separate video 3
detection zones and radar detection zones or those that otherwise 4
treat video and radar as independent, non-fused sensors are not 5
compliant with this specification. 6
ii. Classification 7
The Platform shall classify each object as an automobile, truck, 8
bus, motorcycle, bicycle, or pedestrian. 9
iii. Tracking 10
The Platform shall track the position (lane, phase, and distance to 11
stop line) and trajectory (direction and speed) of each object. 12
iv. Intelligent False Call Rejection 13
The Platform shall not actuate detection zones occupied by 14
vehicles that are not moving with the prevailing flow of traffic, 15
including vehicles that are performing road work, disabled, or 16
illegally parked. This functionality prevents these vehicles from 17
registering demand and unnecessarily calling or extending 18
phases. 19
v. Failsafe Operation 20
Upon any anomaly that affects its ability to provide accurate 21
detection, including but not limited to hardware or communications 22
failures, the Platform shall default to a safe condition via constant 23
calls or other mechanism supported by the transportation field 24
cabinet. 25
b. V2X 26
The Platform shall support connected vehicle applications and connected 27
intersection operation in accordance with relevant industry standards and 28
guidelines including CTI 4001, CTI 4501, J2735, J2745, NTCIP 1202, and 29
NTCIP 1218. It shall be capable of generating SPaT data for all makes 30
and models of actuated signal controllers and transportation field 31
cabinets, including those without built-in SPaT or TSCBM generation 32
capabilities, and SDSMs for non-connected road users per SAE J3224. 33
c. Turning Movement Counts 34
The Platform shall detect maneuvers made by traffic at the intersection 35
("Turning Movement Counts") and classify them as right turns, through 36
movements, left turns, U-turns, and pedestrian crossings. Turning 37
Movement Counts shall be generated automatically upon installation of 38
the Platform from object detection rather than detection zone actuations 39
so as not to require setup or configuration of detection zones specifically 40
for counts. Turning Movement Counts shall be uploaded to Mobility OS. A 41
graphical user interface (GUI) for retrieval and analysis of Turning 42
Movement Counts shall be provided in Mobility OS. The GUI shall support 43
filtering Turning Movement Counts by date/time for either a single period 44
or two periods (for side-by-side comparisons), by maneuver (left, through, 45
right, etc.), by class (car, truck, bus, etc.), and by approach. The GUI shall 46
support downloads of Turning Movement Counts in CSV and PDF 47
formats aggregated in 15 minute, 1 hour, and 1 day bins. 48
d. Dilemma Zone Detection 49
The Platform shall detect vehicles in the dilemma zone ("Dilemma Zone 50
Detection"). Dilemma Zone Detection shall be implemented via Dilemma 51
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-127 PROJECT #CAG-25-278
Detection Zones, where a Dilemma Detection Zone has a user-defined 1
location (upstream and downstream distances from the stop line), speed 2
range, and extension time. Each Dilemma Detection Zone shall be 3
capable of being associated with one or more inputs in the transportation 4
field cabinet. When a vehicle enters a Dilemma Detection Zone and the 5
speed of the vehicle is within the range of speeds for said Dilemma 6
Detection Zone, the Platform shall actuate the inputs associated with the 7
Dilemma Detection Zone for the associated extension time. By 8
associating the inputs with extension detectors in the actuated signal 9
controller, phases can be extended until vehicles are clear of the dilemma 10
zone. 11
e. Pedestrian Protection 12
The Platform shall detect pedestrians in the crosswalk ("Ped Protection"). 13
Ped Protection shall be implemented via Ped Protection Zones drawn 14
over crosswalks. Each Ped Protection Zone shall be capable of being 15
associated with one or more inputs in the transportation field cabinet. The 16
Platform shall actuate the inputs associated with the Ped Protection Zone 17
when the zone is occupied by a pedestrian. By associating the inputs with 18
detectors in the actuated signal controller, vehicle phases, pedestrian 19
phases, and signal intervals can be extended, and custom logic can be 20
implemented to enable other responses. 21
f. Automated Traffic Signal Performance Measures 22
The Platform shall provide automated traffic signal performance 23
measures (ATSPMs). ATSPMs shall be generated automatically upon 24
installation of the Platform from object detection rather than detection 25
zone actuations so as not to require setup or configuration of detection 26
zones specifically for ATSPMs. ATSPMs shall be supported for all 27
makes and models of actuated signal controllers and transportation field 28
cabinets, including those that do not natively support high-resolution data 29
logging. ATSPMs shall run in parallel with and not interfere with any third-30
party ATSPMS that use the high-resolution data logging facilities of the 31
actuated signal controller. 32
A GUI for retrieval and analysis of ATSPMs shall be provided in Mobility 33
OS. The GUI shall support filtering ATSPMs by date/time for either a 34
single period or two periods (for side-by-side comparisons) and by 35
classification (car, truck, bus, etc.). The GUI shall support downloads of 36
ATSPMs in CSV and PDF formats. The following ATSPMs shall be 37
provided: 38
• Average vehicle delay 39
• Maximum vehicle delay 40
• Pedestrian delay 41
• Level of service 42
• Arrivals on green/red 43
• Purdue phase termination 44
• Split monitor 45
• Peak hour, peak hour factor, design hour factor, and directional 46
factor 47
g. Incident Detection 48
The Platform shall detect incidents that disrupt the normal flow of traffic, 49
including but not limited to crashes, road work, and disabled vehicles. A 50
time-stamped log of incidents shall be available in Mobility OS, and the 51
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-128 PROJECT #CAG-25-278
Platform shall provide notifications of incidents via Mobility OS, email, 1
text, and/or phone call. The means of delivering notifications shall be 2
user customizable per incident type. 3
h. Timing Optimization 4
The Platform shall provide real-time, distributed adaptive signal control 5
("Timing Optimization"). Timing Optimization shall be supported for all 6
makes and models of actuated signal controllers and transportation field 7
cabinets. Timing Optimization shall use data from object detection rather 8
than detection zone actuations so as not to require setup or configuration 9
of detection zones specifically for optimization. Timing Optimization shall 10
support a variety of intersection-level and corridor-level strategies 11
including balanced delay reduction, progression, crossing arterial 12
coordination, queue management during oversaturation, transit 13
prioritization, pedestrian prioritization, maximal throughput, queue 14
management on freeway off ramps, optimization of non-through 15
movements, preemption recovery, and tightly spaced intersection 16
management. Multiple strategies shall be capable of being in effect 17
simultaneously. Cycle lengths shall be optimized and implemented on a 18
per-Intersection basis so as not to require a common cycle length along 19
the corridor. A GUI for configuring, controlling, and monitoring Timing 20
Optimization shall be provided in Mobility OS. 21
i. Red Light Running Analytics 22
The Platform shall collect and store data about vehicles that enter the 23
intersection (cross the stop line) on yellow and red including classification 24
(car, truck, or bus), movement, approach, signal interval (yellow change 25
interval, red clearance interval, or red phase off interval), distance, speed, 26
and time after yellow. A GUI for retrieval and analysis of the data shall be 27
provided in Mobility OS. The GUI shall provide side-by-side comparisons 28
of data from two periods facilitating before/after comparisons, a variety of 29
textual and graphical views, and video clips of each event. 30
j. Remote Controller Access 31
The Platform shall provide access in Mobility OS to the browser user 32
interface of actuated signal controllers and all functionality thereof as 33
implemented by the manufacturer of the actuated signal controller such 34
as status monitoring, timing parameter editing, configuration load/save, 35
and controller front panel emulation. 36
k. Streaming Video 37
The Platform shall provide high-definition RTSP video streams in H.264 38
AVC and H.265 HEVC encodings for each Sensor and a quad view that 39
combines streams from four Sensors. Detection zone boundaries 40
(outlines) shall be displayed in the video streams using one of two colors 41
depending on whether the zone is actuated. Traffic signal state shall be 42
displayed in the video streams using icons located on the downstream 43
(intersection) side of the stop line at each approach lane. The color of the 44
signal state icons shall reflect the state of the associated phase, and the 45
icons shall be labeled with the phase number. 46
l. Cellular Connectivity 47
The Platform shall include cellular data for five years or for the term 48
specified by the contract documents. 49
4. Service & Support 50
a. Live Monitoring 51
CITY OF RENTON
BID SUBMITTAL
OAKESDALE AVENUE SW
PAVEMENT PRESERVATION
SEPTEMBER 2025 SP-129 PROJECT #CAG-25-278
The Manufacturer shall provide live, continuously staffed 24/7 monitoring 1
of the Platform for five years or the term specified by the contract 2
documents. The Platform shall be monitored for abnormalities, anomalies, 3
performance, reliability, faults, incidents, alarms, and severe weather 4
events. Monitoring by personnel who are on call during personal time, 5
performing other tasks, or otherwise not solely dedicated to monitoring is 6
not compliant with this specification. Personnel shall be knowledgeable in 7
the principles and practices of traffic engineering, traffic control devices, 8
and traffic signal equipment. 9
b. Installation Support 10
The Manufacturer or their designated representative shall provide on-site 11
turn-on assistance, Monday through Friday, with a minimum one-week 12
advance notice. 13
c. Technical Support 14
The Manufacturer shall provide 24/7 technical support via email and 15
telephone for five years or the term specified by the contract documents. 16
d. Documentation 17
The Manufacturer shall provide electronic manuals in PDF or HTML 18
formats that include installation, configuration, operation, troubleshooting, 19
and maintenance information. 20
e. Training 21
The Manufacturer shall provide a maximum of two virtual training 22
sessions per IOO of a maximum of three hours per session. The sessions 23
shall include installation, configuration, operation, troubleshooting, and 24
maintenance information. Instructors shall be certified by the 25
Manufacturer. 26
f. Software Updates 27
The Platform shall include updates to the embedded and cloud software 28
for five years or the term specified by the contract documents. 29
5. Warranty 30
The Manufacturer shall warrant that all Manufacturer-supplied equipment and 31
material is free from material and workmanship defects for five years or the term 32
specified by the contract documents ("Hardware Warranty Period"). The Hardware 33
Warranty Period shall start when the equipment is received by the IOO. During the 34
Hardware Warranty Period, the Manufacturer or their designated representative shall 35
repair or replace, at no cost to the IOO, defective equipment and material. The 36
Manufacturer or their designated representative shall maintain an adequate inventory 37
of equipment and material to support warranty claims. 38
6. Manufacturer Certifications 39
The Manufacturer shall maintain SOC 2 Type II and ISO 27001 (Information Security 40
Management) certifications and provide them on request. 41
42
END OF DIVISION 9 43
Contract Documents Page 228
Oakesdale Ave SW Pavement Preservation August 2025
City of Renton
Contract Provisions for
Oakesdale Ave SW Pavement Preservation
VII. WAGE RATES
187
September 2025
Co
u
n
t
y
T
r
a
d
e
J
o
b
C
l
a
s
s
i
f
i
c
a
t
i
o
n
W
a
g
e
Ho
l
i
d
a
y
O
v
e
r
t
i
m
e
N
o
t
e
s
Ki
n
g
A
s
b
e
s
t
o
s
A
b
a
t
e
m
e
n
t
W
o
r
k
e
r
s
J
o
u
r
n
e
y
L
e
v
e
l
$
6
7
.
3
9
5
D
1H
Ki
n
g
B
o
i
l
e
r
m
a
k
e
r
s
J
o
u
r
n
e
y
L
e
v
e
l
$
7
8
.
8
9
5
N
1
C
Ki
n
g
B
r
i
c
k
M
a
s
o
n
J
o
u
r
n
e
y
L
e
v
e
l
$
7
6
.
0
7
7
E
1
N
Ki
n
g
B
r
i
c
k
M
a
s
o
n
P
o
i
n
t
e
r
-
C
a
u
l
k
e
r
-
C
l
e
a
n
e
r
$
7
6
.
0
7
7
E
1
N
Ki
n
g
B
u
i
l
d
i
n
g
S
e
r
v
i
c
e
E
m
p
l
o
y
e
e
s
J
a
n
i
t
o
r
$
3
0
.
3
3
5
S
2
F
Ki
n
g
B
u
i
l
d
i
n
g
S
e
r
v
i
c
e
E
m
p
l
o
y
e
e
s
T
r
a
v
e
l
i
n
g
W
a
x
e
r
/
S
h
a
m
p
oo
e
r
$
3
0
.
7
8
5
S
2
F
Ki
n
g
B
u
i
l
d
i
n
g
S
e
r
v
i
c
e
E
m
p
l
o
y
e
e
s
W
i
n
d
o
w
C
l
e
a
n
e
r
(
N
o
n
-
S
ca
f
f
o
l
d
)
$
3
2
.
9
3
5
S
2
F
Ki
n
g
B
u
i
l
d
i
n
g
S
e
r
v
i
c
e
E
m
p
l
o
y
e
e
s
W
i
n
d
o
w
C
l
e
a
n
e
r
(
S
c
a
f
f
ol
d
)
$
3
3
.
9
3
5
S
2
F
Ki
n
g
C
a
b
i
n
e
t
M
a
k
e
r
s
(
I
n
S
h
o
p
)
J
o
u
r
n
e
y
L
e
v
e
l
$
2
2
.
7
4
1
Ki
n
g
C
a
r
p
e
n
t
e
r
s
A
c
o
u
s
t
i
c
a
l
W
o
r
k
e
r
$
8
3
.
2
1
1
5
J
1
1
U
Ki
n
g
C
a
r
p
e
n
t
e
r
s
B
r
i
d
g
e
D
o
c
k
a
n
d
W
h
a
r
f
C
a
r
p
e
n
t
e
r
$
8
4
.
8
1
15
J
1
1
U
9
L
Ki
n
g
C
a
r
p
e
n
t
e
r
s
F
l
o
o
r
L
a
y
e
r
&
F
l
o
o
r
F
i
n
i
s
h
e
r
$
8
3
.
2
1
1
5
J
11
U
Ki
n
g
C
a
r
p
e
n
t
e
r
s
G
e
n
e
r
a
l
C
a
r
p
e
n
t
e
r
$
8
3
.
2
1
1
5
J
1
1
U
Ki
n
g
C
a
r
p
e
n
t
e
r
s
S
c
a
f
f
o
l
d
E
r
e
c
t
o
r
$
8
3
.
2
1
1
5
J
1
1
U
Ki
n
g
C
e
m
e
n
t
M
a
s
o
n
s
A
p
p
l
i
c
a
t
i
o
n
o
f
a
l
l
C
o
m
p
o
s
i
t
i
o
n
M
a
s
ti
c
$
8
1
.
8
7
1
5
J
4
U
Ki
n
g
C
e
m
e
n
t
M
a
s
o
n
s
A
p
p
l
i
c
a
t
i
o
n
o
f
a
l
l
E
p
o
x
y
M
a
t
e
r
i
a
l
$
81
.
3
6
1
5
J
4
U
Ki
n
g
C
e
m
e
n
t
M
a
s
o
n
s
A
p
p
l
i
c
a
t
i
o
n
o
f
a
l
l
P
l
a
s
t
i
c
M
a
t
e
r
i
a
l
$
8
1
.
8
7
1
5
J
4
U
Ki
n
g
C
e
m
e
n
t
M
a
s
o
n
s
A
p
p
l
i
c
a
t
i
o
n
o
f
S
e
a
l
i
n
g
C
o
m
p
o
u
n
d
$
8
1
.3
6
1
5
J
4
U
Ki
n
g
C
e
m
e
n
t
M
a
s
o
n
s
A
p
p
l
i
c
a
t
i
o
n
o
f
U
n
d
e
r
l
a
y
m
e
n
t
$
8
1
.
8
7
1
5J
4
U
Ki
n
g
C
e
m
e
n
t
M
a
s
o
n
s
B
u
i
l
d
i
n
g
G
e
n
e
r
a
l
$
8
1
.
3
6
1
5
J
4
U
Ki
n
g
C
e
m
e
n
t
M
a
s
o
n
s
C
o
m
p
o
s
i
t
i
o
n
o
r
K
a
l
m
a
n
F
l
o
o
r
s
$
8
1
.
8
7
15
J
4
U
Ki
n
g
C
e
m
e
n
t
M
a
s
o
n
s
C
o
n
c
r
e
t
e
P
a
v
i
n
g
$
8
1
.
3
6
1
5
J
4
U
Ki
n
g
C
e
m
e
n
t
M
a
s
o
n
s
C
u
r
b
&
G
u
t
t
e
r
M
a
c
h
i
n
e
$
8
1
.
8
7
1
5
J
4
U
Ki
n
g
C
e
m
e
n
t
M
a
s
o
n
s
C
u
r
b
&
G
u
t
t
e
r
,
S
i
d
e
w
a
l
k
s
$
8
1
.
3
6
1
5
J
4
U
Ki
n
g
C
e
m
e
n
t
M
a
s
o
n
s
C
u
r
i
n
g
C
o
n
c
r
e
t
e
$
8
1
.
3
6
1
5
J
4
U
Ki
n
g
C
e
m
e
n
t
M
a
s
o
n
s
F
i
n
i
s
h
C
o
l
o
r
e
d
C
o
n
c
r
e
t
e
$
8
1
.
8
7
1
5
J
4
U
Ki
n
g
C
e
m
e
n
t
M
a
s
o
n
s
F
l
o
o
r
G
r
i
n
d
i
n
g
$
8
1
.
8
7
1
5
J
4
U
Ki
n
g
C
e
m
e
n
t
M
a
s
o
n
s
F
l
o
o
r
G
r
i
n
d
i
n
g
/
P
o
l
i
s
h
e
r
$
8
1
.
3
6
1
5
J
4
U
Ki
n
g
C
e
m
e
n
t
M
a
s
o
n
s
G
r
e
e
n
C
o
n
c
r
e
t
e
S
a
w
,
s
e
l
f
-
p
o
w
e
r
e
d
$
8
1.
8
7
1
5
J
4
U
Ki
n
g
C
e
m
e
n
t
M
a
s
o
n
s
G
r
o
u
t
i
n
g
o
f
a
l
l
P
l
a
t
e
s
$
8
1
.
3
6
1
5
J
4
U
Ki
n
g
C
e
m
e
n
t
M
a
s
o
n
s
G
r
o
u
t
i
n
g
o
f
a
l
l
T
i
l
t
-
u
p
P
a
n
e
l
s
$
8
1
.
36
1
5
J
4
U
Ki
n
g
C
e
m
e
n
t
M
a
s
o
n
s
G
u
n
i
t
e
N
o
z
z
l
e
m
a
n
$
8
1
.
8
7
1
5
J
4
U
Ki
n
g
C
e
m
e
n
t
M
a
s
o
n
s
H
a
n
d
P
o
w
e
r
e
d
G
r
i
n
d
e
r
$
8
1
.
8
7
1
5
J
4
U
Ki
n
g
C
e
m
e
n
t
M
a
s
o
n
s
J
o
u
r
n
e
y
L
e
v
e
l
$
8
1
.
3
6
1
5
J
4
U
Ki
n
g
C
e
m
e
n
t
M
a
s
o
n
s
P
a
t
c
h
i
n
g
C
o
n
c
r
e
t
e
$
8
1
.
3
6
1
5
J
4
U
Ki
n
g
C
e
m
e
n
t
M
a
s
o
n
s
P
n
e
u
m
a
t
i
c
P
o
w
e
r
T
o
o
l
s
$
8
1
.
8
7
1
5
J
4
U
Ki
n
g
C
e
m
e
n
t
M
a
s
o
n
s
P
o
w
e
r
C
h
i
p
p
i
n
g
&
B
r
u
s
h
i
n
g
$
8
1
.
8
7
1
5
J
4U
Ki
n
g
C
e
m
e
n
t
M
a
s
o
n
s
S
a
n
d
B
l
a
s
t
i
n
g
A
r
c
h
i
t
e
c
t
u
r
a
l
F
i
n
i
s
h
$8
1
.
8
7
1
5
J
4
U
Ki
n
g
C
e
m
e
n
t
M
a
s
o
n
s
S
c
r
e
e
d
&
R
o
d
d
i
n
g
M
a
c
h
i
n
e
$
8
1
.
8
7
1
5
J
4
U
Ki
n
g
C
e
m
e
n
t
M
a
s
o
n
s
S
p
a
c
k
l
i
n
g
o
r
S
k
i
m
C
o
a
t
C
o
n
c
r
e
t
e
$
8
1
.3
6
1
5
J
4
U
Ki
n
g
C
e
m
e
n
t
M
a
s
o
n
s
T
r
o
w
e
l
i
n
g
M
a
c
h
i
n
e
O
p
e
r
a
t
o
r
$
8
1
.
8
7
1
5
J
4
U
Ki
n
g
C
e
m
e
n
t
M
a
s
o
n
s
T
r
o
w
e
l
i
n
g
M
a
c
h
i
n
e
O
p
e
r
a
t
o
r
o
n
C
o
l
o
re
d
S
l
a
b
s
$
8
1
.
8
7
1
5
J
4
U
Ki
n
g
C
e
m
e
n
t
M
a
s
o
n
s
T
u
n
n
e
l
W
o
r
k
e
r
s
$
8
1
.
8
7
1
5
J
4
U
Ki
n
g
D
i
v
e
r
s
&
T
e
n
d
e
r
s
B
e
l
l
/
V
e
h
i
c
l
e
/
S
u
b
m
e
r
s
i
b
l
e
O
p
e
r
a
t
or
(
n
o
t
u
n
d
e
r
p
r
e
s
s
u
r
e
)
$
1
4
4
.
7
2
1
5
J
1
1
T
9
I
Ki
n
g
D
i
v
e
r
s
&
T
e
n
d
e
r
s
D
i
v
e
S
u
p
e
r
v
i
s
o
r
$
1
4
6
.
2
2
1
5
J
1
1
T
9
I
Ki
n
g
D
i
v
e
r
s
&
T
e
n
d
e
r
s
D
i
v
e
r
$
1
4
4
.
7
2
1
5
J
1
1
T
9
I
Ki
n
g
C
o
u
n
t
y
-
P
r
e
v
a
i
l
i
n
g
w
a
g
e
s
A
s
o
f
9
/
4
/
2
5
W
G
-
1
Co
u
n
t
y
T
r
a
d
e
J
o
b
C
l
a
s
s
i
f
i
c
a
t
i
o
n
W
a
g
e
Ho
l
i
d
a
y
O
v
e
r
t
i
m
e
N
o
t
e
s
Ki
n
g
D
i
v
e
r
s
&
T
e
n
d
e
r
s
D
i
v
e
r
T
e
n
d
e
r
$
9
1
.
0
5
1
5
J
1
1
T
9
I
Ki
n
g
D
i
v
e
r
s
&
T
e
n
d
e
r
s
H
y
p
e
r
b
a
r
i
c
W
o
r
k
e
r
-
C
o
m
p
r
e
s
s
e
d
Ai
r
W
o
r
k
e
r
0
-
3
0
.
0
0
P
S
I
$
1
1
4
.
7
3
1
5
J
1
1
U
Ki
n
g
D
i
v
e
r
s
&
T
e
n
d
e
r
s
H
y
p
e
r
b
a
r
i
c
W
o
r
k
e
r
-
C
o
m
p
r
e
s
s
e
d
Ai
r
W
o
r
k
e
r
3
0
.
0
1
-
4
4
.
0
0
P
S
I
$
1
2
4
.
2
8
1
5
J
1
1
U
Ki
n
g
D
i
v
e
r
s
&
T
e
n
d
e
r
s
H
y
p
e
r
b
a
r
i
c
W
o
r
k
e
r
-
C
o
m
p
r
e
s
s
e
d
Ai
r
W
o
r
k
e
r
4
4
.
0
1
-
5
4
.
0
0
P
S
I
$
1
3
3
.
8
2
1
5
J
1
1
U
Ki
n
g
D
i
v
e
r
s
&
T
e
n
d
e
r
s
H
y
p
e
r
b
a
r
i
c
W
o
r
k
e
r
-
C
o
m
p
r
e
s
s
e
d
Ai
r
W
o
r
k
e
r
5
4
.
0
1
-
6
0
.
0
0
P
S
I
$
1
4
3
.
3
7
1
5
J
1
1
U
Ki
n
g
D
i
v
e
r
s
&
T
e
n
d
e
r
s
H
y
p
e
r
b
a
r
i
c
W
o
r
k
e
r
-
C
o
m
p
r
e
s
s
e
d
Ai
r
W
o
r
k
e
r
6
0
.
0
1
-
6
4
.
0
0
P
S
I
$
1
5
2
.
9
1
1
5
J
1
1
U
Ki
n
g
D
i
v
e
r
s
&
T
e
n
d
e
r
s
H
y
p
e
r
b
a
r
i
c
W
o
r
k
e
r
-
C
o
m
p
r
e
s
s
e
d
Ai
r
W
o
r
k
e
r
6
4
.
0
1
-
6
8
.
0
0
P
S
I
$
1
6
2
.
4
6
1
5
J
1
1
U
Ki
n
g
D
i
v
e
r
s
&
T
e
n
d
e
r
s
H
y
p
e
r
b
a
r
i
c
W
o
r
k
e
r
-
C
o
m
p
r
e
s
s
e
d
Ai
r
W
o
r
k
e
r
6
8
.
0
1
-
7
0
.
0
0
P
S
I
$
1
7
2
.
0
0
1
5
J
1
1
U
Ki
n
g
D
i
v
e
r
s
&
T
e
n
d
e
r
s
H
y
p
e
r
b
a
r
i
c
W
o
r
k
e
r
-
C
o
m
p
r
e
s
s
e
d
Ai
r
W
o
r
k
e
r
7
0
.
0
1
-
7
2
.
0
0
P
S
I
$
1
8
1
.
5
5
1
5
J
1
1
U
Ki
n
g
D
i
v
e
r
s
&
T
e
n
d
e
r
s
H
y
p
e
r
b
a
r
i
c
W
o
r
k
e
r
-
C
o
m
p
r
e
s
s
e
d
Ai
r
W
o
r
k
e
r
7
2
.
0
1
-
7
4
.
0
0
P
S
I
$
1
9
1
.
0
9
1
5
J
1
1
U
Ki
n
g
D
i
v
e
r
s
&
T
e
n
d
e
r
s
L
e
a
d
D
i
v
e
r
(
D
i
v
e
M
a
s
t
e
r
)
$
1
0
5
.
5
1
15
J
1
1
T
9
I
Ki
n
g
D
i
v
e
r
s
&
T
e
n
d
e
r
s
M
a
n
i
f
o
l
d
O
p
e
r
a
t
o
r
(
L
i
f
e
S
u
p
p
o
r
t
T
e
c
h
n
i
c
i
a
n
)
$
9
6
.
0
5
1
5
J
1
1
U
9
I
Ki
n
g
D
i
v
e
r
s
&
T
e
n
d
e
r
s
R
e
m
o
t
e
O
p
e
r
a
t
e
d
V
e
h
i
c
l
e
O
p
e
r
a
t
o
r/
T
e
c
h
n
i
c
i
a
n
$
9
1
.
0
5
1
5
J
1
1
U
9
I
Ki
n
g
D
i
v
e
r
s
&
T
e
n
d
e
r
s
R
e
m
o
t
e
O
p
e
r
a
t
e
d
V
e
h
i
c
l
e
O
p
e
r
a
t
o
r/
T
e
c
h
n
i
c
i
a
n
$
9
1
.
0
5
1
5
J
1
1
T
9
I
Ki
n
g
D
i
v
e
r
s
&
T
e
n
d
e
r
s
R
e
m
o
t
e
O
p
e
r
a
t
e
d
V
e
h
i
c
l
e
T
e
n
d
e
r
$
84
.
7
5
1
5
J
1
1
T
9
I
Ki
n
g
D
i
v
e
r
s
&
T
e
n
d
e
r
s
S
t
a
n
d
-
b
y
D
i
v
e
r
$
1
0
0
.
5
1
1
5
J
1
1
T
9
I
Ki
n
g
D
r
e
d
g
e
W
o
r
k
e
r
s
A
s
s
i
s
t
a
n
t
E
n
g
i
n
e
e
r
$
8
9
.
4
7
5
D
3
F
Ki
n
g
D
r
e
d
g
e
W
o
r
k
e
r
s
A
s
s
i
s
t
a
n
t
M
a
t
e
(
D
e
c
k
h
a
n
d
)
$
8
8
.
7
8
5
D
3F
Ki
n
g
D
r
e
d
g
e
W
o
r
k
e
r
s
B
o
a
t
m
e
n
$
8
9
.
4
7
5
D
3
F
Ki
n
g
D
r
e
d
g
e
W
o
r
k
e
r
s
E
n
g
i
n
e
e
r
W
e
l
d
e
r
$
9
1
.
2
0
5
D
3
F
Ki
n
g
D
r
e
d
g
e
W
o
r
k
e
r
s
L
e
v
e
r
m
a
n
,
H
y
d
r
a
u
l
i
c
$
9
3
.
0
3
5
D
3
F
Ki
n
g
D
r
e
d
g
e
W
o
r
k
e
r
s
M
a
t
e
s
$
8
9
.
4
7
5
D
3
F
Ki
n
g
D
r
e
d
g
e
W
o
r
k
e
r
s
O
i
l
e
r
$
8
8
.
7
8
5
D
3
F
Ki
n
g
D
r
y
w
a
l
l
A
p
p
l
i
c
a
t
o
r
J
o
u
r
n
e
y
L
e
v
e
l
$
8
1
.
7
1
1
5
O
1
1
S
Ki
n
g
D
r
y
w
a
l
l
T
a
p
e
r
s
J
o
u
r
n
e
y
L
e
v
e
l
$
8
1
.
7
1
1
5
O
1
1
S
Ki
n
g
E
l
e
c
t
r
i
c
a
l
F
i
x
t
u
r
e
M
a
i
n
t
e
n
a
n
c
e
W
o
r
k
e
r
s
J
o
u
r
n
e
y
L
ev
e
l
$
4
0
.
6
9
5
L
1
E
Ki
n
g
E
l
e
c
t
r
i
c
i
a
n
s
-
I
n
s
i
d
e
C
a
b
l
e
S
p
l
i
c
e
r
$
1
1
7
.
2
7
7
C
4
E
Ki
n
g
E
l
e
c
t
r
i
c
i
a
n
s
-
I
n
s
i
d
e
C
a
b
l
e
S
p
l
i
c
e
r
(
t
u
n
n
e
l
)
$
1
2
5
.8
8
7
C
4
E
Ki
n
g
E
l
e
c
t
r
i
c
i
a
n
s
-
I
n
s
i
d
e
C
e
r
t
i
f
i
e
d
W
e
l
d
e
r
$
1
1
3
.
3
5
7
C
4
E
Ki
n
g
E
l
e
c
t
r
i
c
i
a
n
s
-
I
n
s
i
d
e
C
e
r
t
i
f
i
e
d
W
e
l
d
e
r
(
t
u
n
n
e
l
)
$
12
1
.
5
7
7
C
4
E
Ki
n
g
E
l
e
c
t
r
i
c
i
a
n
s
-
I
n
s
i
d
e
C
o
n
s
t
r
u
c
t
i
o
n
S
t
o
c
k
P
e
r
s
o
n
$
54
.
0
3
7
C
4
E
Ki
n
g
E
l
e
c
t
r
i
c
i
a
n
s
-
I
n
s
i
d
e
J
o
u
r
n
e
y
L
e
v
e
l
$
1
0
9
.
4
4
7
C
4
E
Ki
n
g
E
l
e
c
t
r
i
c
i
a
n
s
-
I
n
s
i
d
e
J
o
u
r
n
e
y
L
e
v
e
l
(
t
u
n
n
e
l
)
$
1
1
7
.2
7
7
C
4
E
Ki
n
g
E
l
e
c
t
r
i
c
i
a
n
s
-
M
o
t
o
r
S
h
o
p
J
o
u
r
n
e
y
L
e
v
e
l
$
4
8
.
6
8
5
A
1
B
Ki
n
g
E
l
e
c
t
r
i
c
i
a
n
s
-
P
o
w
e
r
l
i
n
e
C
o
n
s
t
r
u
c
t
i
o
n
C
a
b
l
e
S
p
l
i
ce
r
$
1
0
2
.
4
2
5
A
4
D
Ki
n
g
E
l
e
c
t
r
i
c
i
a
n
s
-
P
o
w
e
r
l
i
n
e
C
o
n
s
t
r
u
c
t
i
o
n
C
e
r
t
i
f
i
e
d
Li
n
e
W
e
l
d
e
r
$
9
3
.
9
9
5
A
4
D
Ki
n
g
E
l
e
c
t
r
i
c
i
a
n
s
-
P
o
w
e
r
l
i
n
e
C
o
n
s
t
r
u
c
t
i
o
n
G
r
o
u
n
d
p
e
r
s
on
$
5
9
.
3
0
5
A
4
D
Ki
n
g
E
l
e
c
t
r
i
c
i
a
n
s
-
P
o
w
e
r
l
i
n
e
C
o
n
s
t
r
u
c
t
i
o
n
H
e
a
v
y
L
i
n
e
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
$
9
3
.
9
9
5
A
4
D
Ki
n
g
E
l
e
c
t
r
i
c
i
a
n
s
-
P
o
w
e
r
l
i
n
e
C
o
n
s
t
r
u
c
t
i
o
n
J
o
u
r
n
e
y
L
e
ve
l
L
i
n
e
p
e
r
s
o
n
$
9
3
.
9
9
5
A
4
D
Ki
n
g
E
l
e
c
t
r
i
c
i
a
n
s
-
P
o
w
e
r
l
i
n
e
C
o
n
s
t
r
u
c
t
i
o
n
L
i
n
e
E
q
u
i
p
me
n
t
O
p
e
r
a
t
o
r
$
8
0
.
9
6
5
A
4
D
Ki
n
g
E
l
e
c
t
r
i
c
i
a
n
s
-
P
o
w
e
r
l
i
n
e
C
o
n
s
t
r
u
c
t
i
o
n
M
e
t
e
r
I
n
s
t
al
l
e
r
$
5
9
.
3
0
5
A
4
D
8
W
Ki
n
g
E
l
e
c
t
r
i
c
i
a
n
s
-
P
o
w
e
r
l
i
n
e
C
o
n
s
t
r
u
c
t
i
o
n
P
o
l
e
S
p
r
a
y
er
$
9
3
.
9
9
5
A
4
D
Ki
n
g
E
l
e
c
t
r
i
c
i
a
n
s
-
P
o
w
e
r
l
i
n
e
C
o
n
s
t
r
u
c
t
i
o
n
P
o
w
d
e
r
p
e
r
s
on
$
6
9
.
8
4
5
A
4
D
Ki
n
g
E
l
e
c
t
r
o
n
i
c
T
e
c
h
n
i
c
i
a
n
s
J
o
u
r
n
e
y
L
e
v
e
l
$
7
1
.
1
9
7
E
1
E
Ki
n
g
E
l
e
v
a
t
o
r
C
o
n
s
t
r
u
c
t
o
r
s
M
e
c
h
a
n
i
c
$
1
1
5
.
1
4
7
D
4
A
Ki
n
g
E
l
e
v
a
t
o
r
C
o
n
s
t
r
u
c
t
o
r
s
M
e
c
h
a
n
i
c
I
n
C
h
a
r
g
e
$
1
2
4
.
5
3
7
D
4
A
Ki
n
g
C
o
u
n
t
y
-
P
r
e
v
a
i
l
i
n
g
w
a
g
e
s
A
s
o
f
9
/
4
/
2
5
W
G
-
2
Co
u
n
t
y
T
r
a
d
e
J
o
b
C
l
a
s
s
i
f
i
c
a
t
i
o
n
W
a
g
e
Ho
l
i
d
a
y
O
v
e
r
t
i
m
e
N
o
t
e
s
Ki
n
g
F
a
b
r
i
c
a
t
e
d
P
r
e
c
a
s
t
C
o
n
c
r
e
t
e
P
r
o
d
u
c
t
s
A
l
l
C
l
a
s
s
i
f
ic
a
t
i
o
n
s
-
I
n
-
F
a
c
t
o
r
y
W
o
r
k
O
n
l
y
$
2
1
.
3
4
5
B
1
R
Ki
n
g
F
e
n
c
e
E
r
e
c
t
o
r
s
F
e
n
c
e
E
r
e
c
t
o
r
$
5
7
.
6
6
1
5
J
1
1
P
8
Y
Ki
n
g
F
e
n
c
e
E
r
e
c
t
o
r
s
F
e
n
c
e
L
a
b
o
r
e
r
$
5
7
.
6
6
1
5
J
1
1
P
8
Y
Ki
n
g
F
l
a
g
g
e
r
s
J
o
u
r
n
e
y
L
e
v
e
l
$
5
7
.
6
6
1
5
J
1
1
P
8
Y
Ki
n
g
G
l
a
z
i
e
r
s
J
o
u
r
n
e
y
L
e
v
e
l
$
8
5
.
1
6
7
L
1
Y
Ki
n
g
H
e
a
t
&
F
r
o
s
t
I
n
s
u
l
a
t
o
r
s
A
n
d
A
s
b
e
s
t
o
s
W
o
r
k
e
r
s
J
o
u
rn
e
y
L
e
v
e
l
$
9
6
.
4
2
1
5
H
1
1
C
Ki
n
g
H
e
a
t
i
n
g
E
q
u
i
p
m
e
n
t
M
e
c
h
a
n
i
c
s
J
o
u
r
n
e
y
L
e
v
e
l
$
1
0
5
.
4
2
7F
1
E
Ki
n
g
H
o
d
C
a
r
r
i
e
r
s
&
M
a
s
o
n
T
e
n
d
e
r
s
J
o
u
r
n
e
y
L
e
v
e
l
$
7
1
.
0
9
15
J
1
1
P
8
Y
Ki
n
g
I
n
d
u
s
t
r
i
a
l
P
o
w
e
r
V
a
c
u
u
m
C
l
e
a
n
e
r
J
o
u
r
n
e
y
L
e
v
e
l
$
1
6
.6
6
1
Ki
n
g
I
n
l
a
n
d
B
o
a
t
m
e
n
B
o
a
t
O
p
e
r
a
t
o
r
$
7
1
.
2
8
5
B
1
K
Ki
n
g
I
n
l
a
n
d
B
o
a
t
m
e
n
C
o
o
k
$
6
9
.
7
0
5
B
1
K
Ki
n
g
I
n
l
a
n
d
B
o
a
t
m
e
n
D
e
c
k
h
a
n
d
$
7
0
.
0
0
5
B
1
K
Ki
n
g
I
n
l
a
n
d
B
o
a
t
m
e
n
D
e
c
k
h
a
n
d
E
n
g
i
n
e
e
r
$
6
9
.
5
5
5
B
1
K
Ki
n
g
I
n
l
a
n
d
B
o
a
t
m
e
n
L
a
u
n
c
h
O
p
e
r
a
t
o
r
$
7
1
.
2
3
5
B
1
K
Ki
n
g
I
n
l
a
n
d
B
o
a
t
m
e
n
M
a
t
e
$
8
9
.
1
2
5
B
1
K
Ki
n
g
In
s
p
e
c
t
i
o
n
/
C
l
e
a
n
i
n
g
/
S
e
a
l
i
n
g
O
f
S
e
w
e
r
&
W
a
t
e
r
S
y
s
t
e
m
s
B
y
R
e
m
o
t
e
Co
n
t
r
o
l
C
l
e
a
n
e
r
O
p
e
r
a
t
o
r
$
5
4
.
5
6
1
5
M
1
1
O
Ki
n
g
In
s
p
e
c
t
i
o
n
/
C
l
e
a
n
i
n
g
/
S
e
a
l
i
n
g
O
f
S
e
w
e
r
&
W
a
t
e
r
S
y
s
t
e
m
s
B
y
R
e
m
o
t
e
Co
n
t
r
o
l
F
o
a
m
e
r
O
p
e
r
a
t
o
r
$
5
4
.
5
6
1
5
M
1
1
O
Ki
n
g
In
s
p
e
c
t
i
o
n
/
C
l
e
a
n
i
n
g
/
S
e
a
l
i
n
g
O
f
S
e
w
e
r
&
W
a
t
e
r
S
y
s
t
e
m
s
B
y
R
e
m
o
t
e
Co
n
t
r
o
l
G
r
o
u
t
T
r
u
c
k
O
p
e
r
a
t
o
r
$
5
4
.
5
6
1
5
M
1
1
O
Ki
n
g
In
s
p
e
c
t
i
o
n
/
C
l
e
a
n
i
n
g
/
S
e
a
l
i
n
g
O
f
S
e
w
e
r
&
W
a
t
e
r
S
y
s
t
e
m
s
B
y
R
e
m
o
t
e
Co
n
t
r
o
l
H
e
a
d
O
p
e
r
a
t
o
r
$
5
2
.
4
0
1
5
M
1
1
O
Ki
n
g
In
s
p
e
c
t
i
o
n
/
C
l
e
a
n
i
n
g
/
S
e
a
l
i
n
g
O
f
S
e
w
e
r
&
W
a
t
e
r
S
y
s
t
e
m
s
B
y
R
e
m
o
t
e
Co
n
t
r
o
l
T
e
c
h
n
i
c
i
a
n
$
4
5
.
9
7
1
5
M
1
1
O
Ki
n
g
In
s
p
e
c
t
i
o
n
/
C
l
e
a
n
i
n
g
/
S
e
a
l
i
n
g
O
f
S
e
w
e
r
&
W
a
t
e
r
S
y
s
t
e
m
s
B
y
R
e
m
o
t
e
Co
n
t
r
o
l
T
V
T
r
u
c
k
O
p
e
r
a
t
o
r
$
4
9
.
2
0
1
5
M
1
1
O
Ki
n
g
I
n
s
u
l
a
t
i
o
n
A
p
p
l
i
c
a
t
o
r
s
J
o
u
r
n
e
y
L
e
v
e
l
$
8
3
.
2
1
1
5
J
1
1
U
Ki
n
g
I
r
o
n
w
o
r
k
e
r
s
J
o
u
r
n
e
y
m
a
n
$
9
2
.
8
2
1
5
K
1
1
N
Ki
n
g
L
a
b
o
r
e
r
s
A
i
r
,
G
a
s
O
r
E
l
e
c
t
r
i
c
V
i
b
r
a
t
i
n
g
S
c
r
e
e
d
$
6
7.
3
9
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
A
i
r
t
r
a
c
D
r
i
l
l
O
p
e
r
a
t
o
r
$
6
9
.
3
7
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
B
a
l
l
a
s
t
R
e
g
u
l
a
r
M
a
c
h
i
n
e
$
6
7
.
3
9
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
B
a
t
c
h
W
e
i
g
h
m
a
n
$
5
7
.
6
6
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
B
r
i
c
k
P
a
v
e
r
s
$
6
7
.
3
9
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
B
r
u
s
h
C
u
t
t
e
r
$
6
7
.
3
9
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
B
r
u
s
h
H
o
g
F
e
e
d
e
r
$
6
7
.
3
9
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
B
u
r
n
e
r
$
6
7
.
3
9
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
C
a
i
s
s
o
n
W
o
r
k
e
r
$
6
9
.
3
7
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
C
a
r
p
e
n
t
e
r
T
e
n
d
e
r
$
6
7
.
3
9
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
C
e
m
e
n
t
D
u
m
p
e
r
-
p
a
v
i
n
g
$
6
8
.
5
6
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
C
e
m
e
n
t
F
i
n
i
s
h
e
r
T
e
n
d
e
r
$
6
7
.
3
9
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
C
h
a
n
g
e
H
o
u
s
e
O
r
D
r
y
S
h
a
c
k
$
6
7
.
3
9
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
C
h
i
p
p
i
n
g
G
u
n
(
3
0
L
b
s
.
A
n
d
O
v
e
r
)
$
6
8
.
5
6
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
C
h
i
p
p
i
n
g
G
u
n
(
U
n
d
e
r
3
0
L
b
s
.
)
$
6
7
.
3
9
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
C
h
o
k
e
r
S
e
t
t
e
r
$
6
7
.
3
9
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
C
h
u
c
k
T
e
n
d
e
r
$
6
7
.
3
9
1
5
J
1
1
P
8
Y
Ki
n
g
C
o
u
n
t
y
-
P
r
e
v
a
i
l
i
n
g
w
a
g
e
s
A
s
o
f
9
/
4
/
2
5
W
G
-
3
Co
u
n
t
y
T
r
a
d
e
J
o
b
C
l
a
s
s
i
f
i
c
a
t
i
o
n
W
a
g
e
Ho
l
i
d
a
y
O
v
e
r
t
i
m
e
N
o
t
e
s
Ki
n
g
L
a
b
o
r
e
r
s
C
l
a
r
y
P
o
w
e
r
S
p
r
e
a
d
e
r
$
6
8
.
5
6
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
C
l
e
a
n
-
u
p
L
a
b
o
r
e
r
$
6
7
.
3
9
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
C
o
n
c
r
e
t
e
D
u
m
p
e
r
/
C
h
u
t
e
O
p
e
r
a
t
o
r
$
6
8
.
5
6
1
5
J
11
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
C
o
n
c
r
e
t
e
F
o
r
m
S
t
r
i
p
p
e
r
$
6
7
.
3
9
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
C
o
n
c
r
e
t
e
P
l
a
c
e
m
e
n
t
C
r
e
w
$
6
8
.
5
6
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
C
o
n
c
r
e
t
e
S
a
w
O
p
e
r
a
t
o
r
/
C
o
r
e
D
r
i
l
l
e
r
$
6
8
.
5
6
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
C
r
u
s
h
e
r
F
e
e
d
e
r
$
5
7
.
6
6
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
C
u
r
i
n
g
L
a
b
o
r
e
r
$
6
7
.
3
9
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
D
e
m
o
l
i
t
i
o
n
:
W
r
e
c
k
i
n
g
&
M
o
v
i
n
g
(
I
n
c
l
.
C
h
ar
r
e
d
M
a
t
e
r
i
a
l
)
$
6
7
.
3
9
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
D
i
t
c
h
D
i
g
g
e
r
$
6
7
.
3
9
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
D
i
v
e
r
$
6
9
.
3
7
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
D
r
i
l
l
O
p
e
r
a
t
o
r
(
H
y
d
r
a
u
l
i
c
,
D
i
a
m
o
n
d
)
$
6
8
.
56
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
D
r
y
S
t
a
c
k
W
a
l
l
s
$
6
7
.
3
9
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
D
u
m
p
P
e
r
s
o
n
$
6
7
.
3
9
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
E
p
o
x
y
T
e
c
h
n
i
c
i
a
n
$
6
7
.
3
9
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
E
r
o
s
i
o
n
C
o
n
t
r
o
l
W
o
r
k
e
r
$
6
7
.
3
9
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
F
a
l
l
e
r
&
B
u
c
k
e
r
C
h
a
i
n
S
a
w
$
6
8
.
5
6
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
F
i
n
e
G
r
a
d
e
r
s
$
6
7
.
3
9
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
F
i
r
e
w
a
t
c
h
$
5
7
.
6
6
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
F
o
r
m
S
e
t
t
e
r
$
6
8
.
5
6
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
G
a
b
i
a
n
B
a
s
k
e
t
B
u
i
l
d
e
r
s
$
6
7
.
3
9
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
G
e
n
e
r
a
l
L
a
b
o
r
e
r
$
6
7
.
3
9
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
G
r
a
d
e
C
h
e
c
k
e
r
&
T
r
a
n
s
i
t
P
e
r
s
o
n
$
7
1
.
0
9
1
5
J
11
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
G
r
i
n
d
e
r
s
$
6
7
.
3
9
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
G
r
o
u
t
M
a
c
h
i
n
e
T
e
n
d
e
r
$
6
7
.
3
9
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
G
r
o
u
t
m
e
n
(
P
r
e
s
s
u
r
e
)
I
n
c
l
u
d
i
n
g
P
o
s
t
T
e
n
s
io
n
B
e
a
m
s
$
6
8
.
5
6
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
G
u
a
r
d
r
a
i
l
E
r
e
c
t
o
r
$
6
7
.
3
9
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
H
a
z
a
r
d
o
u
s
W
a
s
t
e
W
o
r
k
e
r
(
L
e
v
e
l
A
)
$
6
9
.
3
7
1
5J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
H
a
z
a
r
d
o
u
s
W
a
s
t
e
W
o
r
k
e
r
(
L
e
v
e
l
B
)
$
6
8
.
5
6
1
5J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
H
a
z
a
r
d
o
u
s
W
a
s
t
e
W
o
r
k
e
r
(
L
e
v
e
l
C
)
$
6
7
.
3
9
1
5J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
H
i
g
h
S
c
a
l
e
r
$
6
9
.
3
7
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
J
a
c
k
h
a
m
m
e
r
$
6
8
.
5
6
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
L
a
s
e
r
b
e
a
m
O
p
e
r
a
t
o
r
$
6
8
.
5
6
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
M
a
i
n
t
e
n
a
n
c
e
P
e
r
s
o
n
$
6
7
.
3
9
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
M
a
n
h
o
l
e
B
u
i
l
d
e
r
-
M
u
d
m
a
n
$
6
8
.
5
6
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
M
a
t
e
r
i
a
l
Y
a
r
d
P
e
r
s
o
n
$
6
7
.
3
9
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
M
o
l
d
A
b
a
t
e
m
e
n
t
W
o
r
k
e
r
$
6
7
.
3
9
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
M
o
t
o
r
m
a
n
-
D
i
n
k
y
L
o
c
o
m
o
t
i
v
e
$
7
1
.
1
9
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
no
z
z
l
e
m
a
n
(
c
o
n
c
r
e
t
e
p
u
m
p
,
g
r
e
e
n
c
u
t
t
e
r
w
h
e
n
u
s
i
n
g
c
om
b
i
n
a
t
i
o
n
o
f
h
i
g
h
p
r
e
s
s
u
r
e
a
i
r
&
wa
t
e
r
o
n
c
o
n
c
r
e
t
e
&
r
o
c
k
,
s
a
n
d
b
l
a
s
t
,
g
u
n
i
t
e
,
s
h
o
t
c
r
et
e
,
w
a
t
e
r
b
l
a
s
t
e
r
,
v
a
c
u
u
m
b
l
a
s
t
e
r
)
$
7
1
.
0
9
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
P
a
v
e
m
e
n
t
B
r
e
a
k
e
r
$
6
8
.
5
6
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
P
i
l
o
t
C
a
r
$
5
7
.
6
6
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
P
i
p
e
L
a
y
e
r
(
L
e
a
d
)
$
7
1
.
0
9
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
P
i
p
e
L
a
y
e
r
/
T
a
i
l
o
r
$
6
8
.
5
6
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
P
i
p
e
P
o
t
T
e
n
d
e
r
$
6
8
.
5
6
1
5
J
1
1
P
8
Y
Ki
n
g
C
o
u
n
t
y
-
P
r
e
v
a
i
l
i
n
g
w
a
g
e
s
A
s
o
f
9
/
4
/
2
5
W
G
-
4
Co
u
n
t
y
T
r
a
d
e
J
o
b
C
l
a
s
s
i
f
i
c
a
t
i
o
n
W
a
g
e
Ho
l
i
d
a
y
O
v
e
r
t
i
m
e
N
o
t
e
s
Ki
n
g
L
a
b
o
r
e
r
s
P
i
p
e
R
e
l
i
n
e
r
$
6
8
.
5
6
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
P
i
p
e
W
r
a
p
p
e
r
$
6
8
.
5
6
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
P
o
t
T
e
n
d
e
r
$
6
7
.
3
9
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
P
o
w
d
e
r
m
a
n
$
6
9
.
3
7
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
P
o
w
d
e
r
m
a
n
'
s
H
e
l
p
e
r
$
6
7
.
3
9
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
P
o
w
e
r
J
a
c
k
s
$
6
8
.
5
6
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
P
o
w
e
r
W
a
s
h
e
r
$
6
7
.
3
9
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
R
a
i
l
r
o
a
d
S
p
i
k
e
P
u
l
l
e
r
-
P
o
w
e
r
$
6
8
.
5
6
1
5
J
1
1P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
R
a
k
e
r
-
A
s
p
h
a
l
t
$
7
1
.
0
9
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
R
e
-
t
i
m
b
e
r
m
a
n
$
6
9
.
3
7
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
R
e
m
o
t
e
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
$
6
8
.
5
6
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
R
i
g
g
e
r
/
S
i
g
n
a
l
P
e
r
s
o
n
$
6
8
.
5
6
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
R
i
p
R
a
p
P
e
r
s
o
n
$
6
7
.
3
9
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
R
i
v
e
t
B
u
s
t
e
r
$
6
8
.
5
6
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
R
o
d
d
e
r
$
6
8
.
5
6
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
S
c
a
f
f
o
l
d
E
r
e
c
t
o
r
$
6
7
.
3
9
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
S
c
a
l
e
P
e
r
s
o
n
$
6
7
.
3
9
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
S
l
o
p
e
r
(
O
v
e
r
2
0
)
"
$
6
8
.
5
6
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
S
l
o
p
e
r
S
p
r
a
y
e
r
$
6
7
.
3
9
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
S
p
r
e
a
d
e
r
(
C
o
n
c
r
e
t
e
)
$
6
8
.
5
6
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
S
t
a
k
e
H
o
p
p
e
r
$
6
7
.
3
9
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
S
t
o
c
k
P
i
l
e
r
$
6
7
.
3
9
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
S
w
i
n
g
i
n
g
S
t
a
g
e
/
B
o
a
t
s
w
a
i
n
C
h
a
i
r
$
5
7
.
6
6
1
5
J
11
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
T
a
m
p
e
r
&
S
i
m
i
l
a
r
E
l
e
c
t
r
i
c
,
A
i
r
&
G
a
s
O
p
er
a
t
e
d
T
o
o
l
s
$
6
8
.
5
6
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
T
a
m
p
e
r
(
M
u
l
t
i
p
l
e
&
S
e
l
f
-
p
r
o
p
e
l
l
e
d
)
$
6
8
.
5
6
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
T
i
m
b
e
r
P
e
r
s
o
n
-
S
e
w
e
r
(
L
a
g
g
e
r
,
S
h
o
r
e
r
&
C
r
i
b
b
e
r
)
$
6
8
.
5
6
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
T
o
o
l
r
o
o
m
P
e
r
s
o
n
(
a
t
J
o
b
s
i
t
e
)
$
6
7
.
3
9
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
T
o
p
p
e
r
$
6
7
.
3
9
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
T
r
a
c
k
L
a
b
o
r
e
r
$
6
7
.
3
9
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
T
r
a
c
k
L
i
n
e
r
(
P
o
w
e
r
)
$
6
8
.
5
6
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
T
r
a
f
f
i
c
C
o
n
t
r
o
l
L
a
b
o
r
e
r
$
6
1
.
4
1
1
5
J
1
1
P
9
C
Ki
n
g
L
a
b
o
r
e
r
s
T
r
a
f
f
i
c
C
o
n
t
r
o
l
S
u
p
e
r
v
i
s
o
r
$
6
4
.
8
6
1
5
J
1
1
P
9
C
Ki
n
g
L
a
b
o
r
e
r
s
T
r
u
c
k
S
p
o
t
t
e
r
$
6
7
.
3
9
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
T
u
g
g
e
r
O
p
e
r
a
t
o
r
$
6
8
.
5
6
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
T
u
n
n
e
l
W
o
r
k
-
C
o
m
p
r
e
s
s
e
d
A
i
r
W
o
r
k
e
r
0
-
3
0
ps
i
$
2
2
5
.
3
2
1
5
J
1
1
P
9
B
Ki
n
g
L
a
b
o
r
e
r
s
T
u
n
n
e
l
W
o
r
k
-
C
o
m
p
r
e
s
s
e
d
A
i
r
W
o
r
k
e
r
3
0
.
0
1
-4
4
.
0
0
p
s
i
$
2
3
0
.
3
5
1
5
J
1
1
P
9
B
Ki
n
g
L
a
b
o
r
e
r
s
T
u
n
n
e
l
W
o
r
k
-
C
o
m
p
r
e
s
s
e
d
A
i
r
W
o
r
k
e
r
4
4
.
0
1
-5
4
.
0
0
p
s
i
$
2
3
4
.
0
3
1
5
J
1
1
P
9
B
Ki
n
g
L
a
b
o
r
e
r
s
T
u
n
n
e
l
W
o
r
k
-
C
o
m
p
r
e
s
s
e
d
A
i
r
W
o
r
k
e
r
5
4
.
0
1
-6
0
.
0
0
p
s
i
$
2
3
9
.
7
3
1
5
J
1
1
P
9
B
Ki
n
g
L
a
b
o
r
e
r
s
T
u
n
n
e
l
W
o
r
k
-
C
o
m
p
r
e
s
s
e
d
A
i
r
W
o
r
k
e
r
6
0
.
0
1
-6
4
.
0
0
p
s
i
$
2
4
1
.
8
5
1
5
J
1
1
P
9
B
Ki
n
g
L
a
b
o
r
e
r
s
T
u
n
n
e
l
W
o
r
k
-
C
o
m
p
r
e
s
s
e
d
A
i
r
W
o
r
k
e
r
6
4
.
0
1
-6
8
.
0
0
p
s
i
$
2
4
6
.
9
5
1
5
J
1
1
P
9
B
Ki
n
g
L
a
b
o
r
e
r
s
T
u
n
n
e
l
W
o
r
k
-
C
o
m
p
r
e
s
s
e
d
A
i
r
W
o
r
k
e
r
6
8
.
0
1
-7
0
.
0
0
p
s
i
$
2
4
8
.
8
5
1
5
J
1
1
P
9
B
Ki
n
g
L
a
b
o
r
e
r
s
T
u
n
n
e
l
W
o
r
k
-
C
o
m
p
r
e
s
s
e
d
A
i
r
W
o
r
k
e
r
7
0
.
0
1
-7
2
.
0
0
p
s
i
$
2
5
0
.
8
5
1
5
J
1
1
P
9
B
Ki
n
g
L
a
b
o
r
e
r
s
T
u
n
n
e
l
W
o
r
k
-
C
o
m
p
r
e
s
s
e
d
A
i
r
W
o
r
k
e
r
7
2
.
0
1
-7
4
.
0
0
p
s
i
$
2
5
2
.
8
5
1
5
J
1
1
P
9
B
Ki
n
g
L
a
b
o
r
e
r
s
T
u
n
n
e
l
W
o
r
k
-
G
u
a
g
e
a
n
d
L
o
c
k
T
e
n
d
e
r
$
7
1
.
1
9
15
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
T
u
n
n
e
l
W
o
r
k
-
M
i
n
e
r
$
7
1
.
1
9
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
V
i
b
r
a
t
o
r
$
6
8
.
5
6
1
5
J
1
1
P
8
Y
Ki
n
g
C
o
u
n
t
y
-
P
r
e
v
a
i
l
i
n
g
w
a
g
e
s
A
s
o
f
9
/
4
/
2
5
W
G
-
5
Co
u
n
t
y
T
r
a
d
e
J
o
b
C
l
a
s
s
i
f
i
c
a
t
i
o
n
W
a
g
e
Ho
l
i
d
a
y
O
v
e
r
t
i
m
e
N
o
t
e
s
Ki
n
g
L
a
b
o
r
e
r
s
V
i
n
y
l
S
e
a
m
e
r
$
6
7
.
3
9
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
W
a
t
c
h
m
a
n
$
5
2
.
7
3
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
W
e
l
d
e
r
$
6
8
.
5
6
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
W
e
l
l
P
o
i
n
t
L
a
b
o
r
e
r
$
6
8
.
5
6
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
W
i
n
d
o
w
W
a
s
h
e
r
/
C
l
e
a
n
e
r
$
5
2
.
7
3
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
W
a
t
e
r
G
e
n
e
r
a
l
L
a
b
or
e
r
&
T
o
p
m
a
n
$
6
7
.
3
9
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
b
o
r
e
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
W
a
t
e
r
P
i
p
e
L
a
y
e
r
$
68
.
5
6
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
n
d
s
c
a
p
e
C
o
n
s
t
r
u
c
t
i
o
n
L
a
n
d
s
c
a
p
e
C
o
n
s
t
r
u
c
t
i
o
n
/
L
a
nd
s
c
a
p
i
n
g
O
r
P
l
a
n
t
i
n
g
L
a
b
o
r
e
r
s
$
5
2
.
7
3
1
5
J
1
1
P
8
Y
Ki
n
g
L
a
n
d
s
c
a
p
e
C
o
n
s
t
r
u
c
t
i
o
n
L
a
n
d
s
c
a
p
e
O
p
e
r
a
t
o
r
$
9
0
.
8
1
1
5J
1
1
G
8
X
Ki
n
g
L
a
n
d
s
c
a
p
e
M
a
i
n
t
e
n
a
n
c
e
G
r
o
u
n
d
s
k
e
e
p
e
r
$
1
7
.
8
7
1
Ki
n
g
L
a
t
h
e
r
s
J
o
u
r
n
e
y
L
e
v
e
l
$
8
1
.
7
1
1
5
O
1
1
S
Ki
n
g
M
a
r
b
l
e
S
e
t
t
e
r
s
J
o
u
r
n
e
y
L
e
v
e
l
$
7
6
.
0
7
7
E
1
N
Ki
n
g
M
e
t
a
l
F
a
b
r
i
c
a
t
i
o
n
(
I
n
S
h
o
p
)
F
i
t
t
e
r
/
C
e
r
t
i
f
i
e
d
W
e
l
de
r
$
4
2
.
1
7
1
5
I
1
1
E
Ki
n
g
M
e
t
a
l
F
a
b
r
i
c
a
t
i
o
n
(
I
n
S
h
o
p
)
G
e
n
e
r
a
l
L
a
b
o
r
e
r
$
3
0
.
0
7
1
5
I
1
1
E
Ki
n
g
M
e
t
a
l
F
a
b
r
i
c
a
t
i
o
n
(
I
n
S
h
o
p
)
M
e
c
h
a
n
i
c
$
4
3
.
6
3
1
5
I
1
1
E
Ki
n
g
M
e
t
a
l
F
a
b
r
i
c
a
t
i
o
n
(
I
n
S
h
o
p
)
W
e
l
d
e
r
/
B
u
r
n
e
r
$
3
9
.
2
8
1
5I
1
1
E
Ki
n
g
M
i
l
l
w
r
i
g
h
t
J
o
u
r
n
e
y
L
e
v
e
l
$
8
4
.
4
4
5
A
1
B
Ki
n
g
M
o
d
u
l
a
r
B
u
i
l
d
i
n
g
s
C
a
b
i
n
e
t
A
s
s
e
m
b
l
y
$
1
6
.
6
6
1
Ki
n
g
M
o
d
u
l
a
r
B
u
i
l
d
i
n
g
s
E
l
e
c
t
r
i
c
i
a
n
$
1
6
.
6
6
1
Ki
n
g
M
o
d
u
l
a
r
B
u
i
l
d
i
n
g
s
E
q
u
i
p
m
e
n
t
M
a
i
n
t
e
n
a
n
c
e
$
1
6
.
6
6
1
Ki
n
g
M
o
d
u
l
a
r
B
u
i
l
d
i
n
g
s
P
l
u
m
b
e
r
$
1
6
.
6
6
1
Ki
n
g
M
o
d
u
l
a
r
B
u
i
l
d
i
n
g
s
P
r
o
d
u
c
t
i
o
n
W
o
r
k
e
r
$
1
6
.
6
6
1
Ki
n
g
M
o
d
u
l
a
r
B
u
i
l
d
i
n
g
s
T
o
o
l
M
a
i
n
t
e
n
a
n
c
e
$
1
6
.
6
6
1
Ki
n
g
M
o
d
u
l
a
r
B
u
i
l
d
i
n
g
s
U
t
i
l
i
t
y
P
e
r
s
o
n
$
1
6
.
6
6
1
Ki
n
g
M
o
d
u
l
a
r
B
u
i
l
d
i
n
g
s
W
e
l
d
e
r
$
1
6
.
6
6
1
Ki
n
g
P
a
i
n
t
e
r
s
J
o
u
r
n
e
y
L
e
v
e
l
$
5
6
.
0
9
6
Z
1
1
J
Ki
n
g
P
i
l
e
D
r
i
v
e
r
C
r
e
w
T
e
n
d
e
r
$
8
0
.
5
0
1
5
J
1
1
U
9
L
Ki
n
g
P
i
l
e
D
r
i
v
e
r
J
o
u
r
n
e
y
L
e
v
e
l
$
8
4
.
8
1
1
5
J
1
1
U
Ki
n
g
P
l
a
s
t
e
r
e
r
s
J
o
u
r
n
e
y
L
e
v
e
l
$
7
8
.
6
0
7
Q
1
R
Ki
n
g
P
l
a
s
t
e
r
e
r
s
N
o
z
z
l
e
m
a
n
$
8
2
.
7
0
7
Q
1
R
Ki
n
g
P
l
a
y
g
r
o
u
n
d
&
P
a
r
k
E
q
u
i
p
m
e
n
t
I
n
s
t
a
l
l
e
r
s
J
o
u
r
n
e
y
L
ev
e
l
$
1
6
.
6
6
1
Ki
n
g
P
l
u
m
b
e
r
s
&
P
i
p
e
f
i
t
t
e
r
s
J
o
u
r
n
e
y
L
e
v
e
l
$
1
0
7
.
5
9
6
Z
1
G
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
A
s
p
h
a
l
t
P
l
a
n
t
O
p
e
r
a
t
o
r
s
$
9
3
.
3
6
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
A
s
s
i
s
t
a
n
t
E
n
g
i
n
e
e
r
$
8
7
.
77
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
B
a
r
r
i
e
r
M
a
c
h
i
n
e
(
z
i
p
p
e
r)
$
9
2
.
5
2
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
B
a
t
c
h
P
l
a
n
t
O
p
e
r
a
t
o
r
:
co
n
c
r
e
t
e
$
9
2
.
5
2
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
B
o
a
t
O
p
e
r
a
t
o
r
$
9
1
.
7
3
7
A
1
1H
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
B
o
b
c
a
t
$
8
7
.
7
7
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
B
r
o
k
k
-
R
e
m
o
t
e
D
e
m
o
l
i
t
io
n
E
q
u
i
p
m
e
n
t
$
8
7
.
7
7
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
B
r
o
o
m
s
$
8
7
.
7
7
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
B
u
m
p
C
u
t
t
e
r
$
9
2
.
5
2
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
C
a
b
l
e
w
a
y
s
$
9
3
.
3
6
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
C
h
i
p
p
e
r
$
9
2
.
5
2
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
C
o
m
p
r
e
s
s
o
r
$
8
7
.
7
7
1
5
J
1
1
G
8X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
C
o
n
c
r
e
t
e
F
i
n
i
s
h
M
a
c
h
i
n
e
-
L
a
s
e
r
S
c
r
e
e
d
$
8
7
.
7
7
1
5
J
1
1
G
8
X
Ki
n
g
C
o
u
n
t
y
-
P
r
e
v
a
i
l
i
n
g
w
a
g
e
s
A
s
o
f
9
/
4
/
2
5
W
G
-
6
Co
u
n
t
y
T
r
a
d
e
J
o
b
C
l
a
s
s
i
f
i
c
a
t
i
o
n
W
a
g
e
Ho
l
i
d
a
y
O
v
e
r
t
i
m
e
N
o
t
e
s
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
C
o
n
c
r
e
t
e
P
u
m
p
-
M
o
u
n
t
e
d
O
r
T
r
a
i
l
e
r
H
i
g
h
P
r
e
s
s
u
r
e
L
i
n
e
P
u
m
p
,
P
u
m
p
H
i
g
h
P
r
e
ss
u
r
e
$
9
0
.
8
1
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
C
o
n
c
r
e
t
e
P
u
m
p
:
T
r
u
c
k
M
ou
n
t
W
i
t
h
B
o
o
m
A
t
t
a
c
h
m
e
n
t
O
v
e
r
4
2
M
$
9
3
.
3
6
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
C
o
n
c
r
e
t
e
P
u
m
p
:
T
r
u
c
k
M
ou
n
t
W
i
t
h
B
o
o
m
A
t
t
a
c
h
m
e
n
t
U
p
T
o
4
2
m
$
9
2
.
5
2
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
C
o
n
v
e
y
o
r
s
$
9
0
.
8
1
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
C
r
a
n
e
s
F
r
i
c
t
i
o
n
:
2
0
0
t
on
s
a
n
d
o
v
e
r
$
9
4
.
8
5
7
A
1
1
H
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
C
r
a
n
e
s
,
A
-
f
r
a
m
e
:
1
0
t
o
ns
a
n
d
u
n
d
e
r
$
8
6
.
6
0
7
A
1
1
H
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
C
r
a
n
e
s
:
1
0
0
t
o
n
s
t
h
r
o
u
gh
1
9
9
t
o
n
s
,
o
r
1
5
0
'
o
f
b
o
o
m
(
i
n
c
l
u
d
i
n
g
j
i
b
w
i
t
h
a
t
ta
c
h
m
e
n
t
s
)
$
9
2
.
9
8
7
A
1
1
H
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
C
r
a
n
e
s
:
2
0
t
o
n
s
t
h
r
o
u
g
h
4
4
t
o
n
s
w
i
t
h
a
t
t
a
c
h
m
e
n
t
s
$
9
1
.
2
5
7
A
1
1
H
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
C
r
a
n
e
s
:
2
0
0
t
o
n
s
-
2
9
9
to
n
s
,
o
r
2
5
0
'
o
f
b
o
o
m
i
n
c
l
u
d
i
n
g
j
i
b
w
i
t
h
a
t
t
a
c
h
m
e
n
t
s
$
9
3
.
9
5
7
A
1
1
H
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
C
r
a
n
e
s
:
3
0
0
t
o
n
s
a
n
d
o
ve
r
o
r
3
0
0
'
o
f
b
o
o
m
i
n
c
l
u
d
i
n
g
j
i
b
w
i
t
h
a
t
t
a
c
h
m
e
n
t
s
$
94
.
8
5
7
A
1
1
H
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
C
r
a
n
e
s
:
4
5
t
o
n
s
t
h
r
o
u
g
h
9
9
t
o
n
s
,
u
n
d
e
r
1
5
0
'
o
f
b
o
o
m
(
i
n
c
l
u
d
i
n
g
j
i
b
w
i
t
h
a
t
ta
c
h
m
e
n
t
s
)
$
9
1
.
7
3
7
A
1
1
H
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
C
r
a
n
e
s
:
F
r
i
c
t
i
o
n
c
r
a
n
e
s
t
h
r
o
u
g
h
1
9
9
t
o
n
s
$
9
3
.
9
5
7
A
1
1
H
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
C
r
a
n
e
s
:
t
h
r
o
u
g
h
1
9
t
o
n
s
w
i
t
h
a
t
t
a
c
h
m
e
n
t
s
,
a
-
f
r
a
m
e
o
v
e
r
1
0
t
o
n
s
$
9
0
.
5
5
7
A
1
1
H
8X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
C
r
u
s
h
e
r
$
9
2
.
5
2
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
D
e
c
k
E
n
g
i
n
e
e
r
/
D
e
c
k
W
i
n
ch
e
s
(
p
o
w
e
r
)
$
9
2
.
5
2
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
D
e
r
r
i
c
k
s
,
O
n
B
u
i
l
d
i
n
g
Wo
r
k
$
9
1
.
7
3
7
A
1
1
H
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
D
o
z
e
r
s
D
-
9
&
U
n
d
e
r
$
9
0
.
81
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
D
r
i
l
l
O
i
l
e
r
s
:
A
u
g
e
r
T
y
pe
,
T
r
u
c
k
O
r
C
r
a
n
e
M
o
u
n
t
$
9
0
.
8
1
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
D
r
i
l
l
i
n
g
M
a
c
h
i
n
e
$
9
4
.
3
0
15
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
E
l
e
v
a
t
o
r
a
n
d
m
a
n
-
l
i
f
t
:
p
e
r
m
a
n
e
n
t
a
n
d
s
h
a
f
t
t
y
p
e
$
8
7
.
7
7
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
F
i
n
i
s
h
i
n
g
M
a
c
h
i
n
e
,
B
i
d
we
l
l
A
n
d
G
a
m
a
c
o
&
S
i
m
i
l
a
r
E
q
u
i
p
m
e
n
t
$
9
2
.
5
2
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
F
o
r
k
l
i
f
t
:
3
0
0
0
l
b
s
a
n
d
o
v
e
r
w
i
t
h
a
t
t
a
c
h
m
e
n
t
s
$
9
0
.
8
1
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
F
o
r
k
l
i
f
t
s
:
u
n
d
e
r
3
0
0
0
lb
s
.
w
i
t
h
a
t
t
a
c
h
m
e
n
t
s
$
8
7
.
7
7
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
G
r
a
d
e
E
n
g
i
n
e
e
r
:
U
s
i
n
g
Bl
u
e
P
r
i
n
t
s
,
C
u
t
S
h
e
e
t
s
,
E
t
c
$
9
2
.
5
2
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
G
r
a
d
e
c
h
e
c
k
e
r
/
S
t
a
k
e
m
a
n
$
87
.
7
7
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
G
u
a
r
d
r
a
i
l
P
u
n
c
h
$
9
2
.
5
2
1
5J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
H
a
r
d
T
a
i
l
E
n
d
D
u
m
p
A
r
t
ic
u
l
a
t
i
n
g
O
f
f
-
R
o
a
d
E
q
u
i
p
m
e
n
t
4
5
Y
a
r
d
s
.
&
O
v
e
r
$
9
3
.
3
6
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
H
a
r
d
T
a
i
l
E
n
d
D
u
m
p
A
r
t
ic
u
l
a
t
i
n
g
O
f
f
-
r
o
a
d
E
q
u
i
p
m
e
n
t
U
n
d
e
r
4
5
Y
a
r
d
s
$
9
2
.
5
2
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
H
o
r
i
z
o
n
t
a
l
/
D
i
r
e
c
t
i
o
n
a
l
D
r
i
l
l
L
o
c
a
t
o
r
$
9
0
.
8
1
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
H
o
r
i
z
o
n
t
a
l
/
D
i
r
e
c
t
i
o
n
a
l
D
r
i
l
l
O
p
e
r
a
t
o
r
$
9
2
.
5
2
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
H
y
d
r
a
l
i
f
t
s
/
B
o
o
m
T
r
u
c
k
s
O
v
e
r
1
0
T
o
n
s
$
9
0
.
5
5
7
A
1
1
H
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
H
y
d
r
a
l
i
f
t
s
/
b
o
o
m
t
r
u
c
k
s
:
1
0
t
o
n
s
a
n
d
u
n
d
e
r
$
8
6
.
6
0
7
A
1
1
H
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
L
e
v
e
r
m
a
n
$
9
5
.
2
8
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
L
o
a
d
e
r
,
O
v
e
r
h
e
a
d
,
6
Y
a
rd
s
.
B
u
t
N
o
t
I
n
c
l
u
d
i
n
g
8
Y
a
r
d
s
$
9
3
.
3
6
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
L
o
a
d
e
r
s
,
O
v
e
r
h
e
a
d
U
n
d
e
r
6
Y
a
r
d
s
$
9
2
.
5
2
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
L
o
a
d
e
r
s
,
P
l
a
n
t
F
e
e
d
$
9
2
.5
2
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
L
o
a
d
e
r
s
:
E
l
e
v
a
t
i
n
g
T
y
p
e
B
e
l
t
$
9
0
.
8
1
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
L
o
c
o
m
o
t
i
v
e
s
,
A
l
l
$
9
2
.
5
2
15
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
M
a
t
e
r
i
a
l
T
r
a
n
s
f
e
r
D
e
v
i
ce
$
9
2
.
5
2
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
M
e
c
h
a
n
i
c
s
:
A
l
l
(
L
e
a
d
m
e
n
-
$
0
.
5
0
p
e
r
h
o
u
r
o
v
e
r
m
e
c
h
a
n
i
c
)
$
9
4
.
3
0
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
M
o
t
o
r
P
a
t
r
o
l
G
r
a
d
e
r
s
$
9
3.
3
6
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
M
u
c
k
i
n
g
M
a
c
h
i
n
e
,
M
o
l
e
,
T
u
n
n
e
l
D
r
i
l
l
,
B
o
r
i
n
g
,
R
o
a
d
H
e
a
d
e
r
A
n
d
/
o
r
S
h
i
e
l
d
$
9
3
.3
6
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
O
i
l
D
i
s
t
r
i
b
u
t
o
r
s
,
B
l
o
w
er
D
i
s
t
r
i
b
u
t
i
o
n
&
M
u
l
c
h
S
e
e
d
i
n
g
O
p
e
r
a
t
o
r
$
8
7
.
7
7
1
5
J
1
1
G
8
X
Ki
n
g
C
o
u
n
t
y
-
P
r
e
v
a
i
l
i
n
g
w
a
g
e
s
A
s
o
f
9
/
4
/
2
5
W
G
-
7
Co
u
n
t
y
T
r
a
d
e
J
o
b
C
l
a
s
s
i
f
i
c
a
t
i
o
n
W
a
g
e
Ho
l
i
d
a
y
O
v
e
r
t
i
m
e
N
o
t
e
s
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
O
u
t
s
i
d
e
H
o
i
s
t
s
(
E
l
e
v
a
t
or
s
a
n
d
M
a
n
l
i
f
t
s
)
,
A
i
r
T
u
g
g
e
r
s
,
S
t
r
a
t
o
$
9
0
.
8
1
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
O
v
e
r
h
e
a
d
,
b
r
i
d
g
e
t
y
p
e
Cr
a
n
e
:
2
0
t
o
n
s
t
h
r
o
u
g
h
4
4
t
o
n
s
$
9
1
.
2
5
7
A
1
1
H
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
O
v
e
r
h
e
a
d
,
b
r
i
d
g
e
t
y
p
e
:
1
0
0
t
o
n
s
a
n
d
o
v
e
r
$
9
2
.
9
8
7
A
1
1
H
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
O
v
e
r
h
e
a
d
,
b
r
i
d
g
e
t
y
p
e
:
4
5
t
o
n
s
t
h
r
o
u
g
h
9
9
t
o
n
s
$
9
1
.
7
3
7
A
1
1
H
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
P
a
v
e
m
e
n
t
B
r
e
a
k
e
r
$
8
7
.
7
7
15
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
P
i
l
e
D
r
i
v
e
r
(
o
t
h
e
r
T
h
a
n
C
r
a
n
e
M
o
u
n
t
)
$
9
2
.
5
2
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
P
l
a
n
t
O
i
l
e
r
-
A
s
p
h
a
l
t
,
C
r
u
s
h
e
r
$
9
0
.
8
1
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
P
o
s
t
h
o
l
e
D
i
g
g
e
r
,
M
e
c
h
a
ni
c
a
l
$
8
7
.
7
7
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
P
o
w
e
r
P
l
a
n
t
$
8
7
.
7
7
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
P
u
m
p
s
-
W
a
t
e
r
$
8
7
.
7
7
1
5
J
11
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
Q
u
a
d
9
,
H
d
4
1
,
D
1
0
A
n
d
O
v
e
r
$
9
3
.
3
6
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
Q
u
i
c
k
T
o
w
e
r
:
n
o
c
a
b
,
u
nd
e
r
1
0
0
f
e
e
t
i
n
h
e
i
g
h
t
b
a
s
e
t
o
b
o
o
m
$
9
2
.
5
2
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
R
e
m
o
t
e
C
o
n
t
r
o
l
O
p
e
r
a
t
o
r
O
n
R
u
b
b
e
r
T
i
r
e
d
E
a
r
t
h
M
o
v
i
n
g
E
q
u
i
p
m
e
n
t
$
9
3
.
3
6
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
R
i
g
g
e
r
a
n
d
B
e
l
l
m
a
n
$
8
6
.
60
7
A
1
1
H
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
R
i
g
g
e
r
/
S
i
g
n
a
l
P
e
r
s
o
n
,
Be
l
l
m
a
n
(
C
e
r
t
i
f
i
e
d
)
$
9
0
.
5
5
7
A
1
1
H
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
R
o
l
l
a
g
o
n
$
9
3
.
3
6
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
R
o
l
l
e
r
,
O
t
h
e
r
T
h
a
n
P
l
a
nt
M
i
x
$
8
7
.
7
7
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
R
o
l
l
e
r
,
P
l
a
n
t
M
i
x
O
r
M
ul
t
i
-
l
i
f
t
M
a
t
e
r
i
a
l
s
$
9
0
.
8
1
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
R
o
t
o
-
m
i
l
l
,
R
o
t
o
-
g
r
i
n
d
e
r
$
9
2
.
5
2
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
S
a
w
s
-
C
o
n
c
r
e
t
e
$
9
0
.
8
1
1
5J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
S
c
r
a
p
e
r
,
S
e
l
f
P
r
o
p
e
l
l
e
d
U
n
d
e
r
4
5
Y
a
r
d
s
$
9
2
.
5
2
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
S
c
r
a
p
e
r
s
-
C
o
n
c
r
e
t
e
&
Ca
r
r
y
A
l
l
$
9
0
.
8
1
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
S
c
r
a
p
e
r
s
,
S
e
l
f
-
p
r
o
p
e
l
l
ed
:
4
5
Y
a
r
d
s
A
n
d
O
v
e
r
$
9
3
.
3
6
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
S
e
r
v
i
c
e
E
n
g
i
n
e
e
r
s
:
E
q
u
ip
m
e
n
t
$
9
0
.
8
1
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
S
h
o
t
c
r
e
t
e
/
G
u
n
i
t
e
E
q
u
i
p
me
n
t
$
8
7
.
7
7
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
S
h
o
v
e
l
,
E
x
c
a
v
a
t
o
r
,
B
a
c
kh
o
e
,
T
r
a
c
t
o
r
s
U
n
d
e
r
1
5
M
e
t
r
i
c
T
o
n
s
$
9
0
.
8
1
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
S
h
o
v
e
l
,
E
x
c
a
v
a
t
o
r
,
B
a
c
kh
o
e
:
O
v
e
r
3
0
M
e
t
r
i
c
T
o
n
s
T
o
5
0
M
e
t
r
i
c
T
o
n
s
$
9
3
.
3
6
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
S
h
o
v
e
l
,
E
x
c
a
v
a
t
o
r
,
B
a
c
kh
o
e
s
,
T
r
a
c
t
o
r
s
:
1
5
T
o
3
0
M
e
t
r
i
c
T
o
n
s
$
9
2
.
5
2
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
S
h
o
v
e
l
,
E
x
c
a
v
a
t
o
r
,
B
a
c
kh
o
e
s
:
O
v
e
r
5
0
M
e
t
r
i
c
T
o
n
s
T
o
9
0
M
e
t
r
i
c
T
o
n
s
$
9
4
.
3
0
1
5J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
S
h
o
v
e
l
,
E
x
c
a
v
a
t
o
r
,
B
a
c
kh
o
e
s
:
O
v
e
r
9
0
M
e
t
r
i
c
T
o
n
s
$
9
5
.
2
8
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
S
l
i
p
f
o
r
m
P
a
v
e
r
s
$
9
3
.
3
6
1
5J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
S
p
r
e
a
d
e
r
,
T
o
p
s
i
d
e
r
&
S
cr
e
e
d
m
a
n
$
9
3
.
3
6
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
S
u
b
g
r
a
d
e
r
T
r
i
m
m
e
r
$
9
2
.
5
2
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
T
o
w
e
r
B
u
c
k
e
t
E
l
e
v
a
t
o
r
s
$9
0
.
8
1
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
T
o
w
e
r
C
r
a
n
e
:
o
v
e
r
1
7
5
'
t
h
r
o
u
g
h
2
5
0
'
i
n
h
e
i
g
h
t
,
b
a
s
e
t
o
b
o
o
m
$
9
3
.
9
5
7
A
1
1
H
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
T
o
w
e
r
c
r
a
n
e
:
u
p
t
o
1
7
5
'
i
n
h
e
i
g
h
t
b
a
s
e
t
o
b
o
o
m
$
9
2
.
9
8
7
A
1
1
H
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
T
o
w
e
r
C
r
a
n
e
s
:
o
v
e
r
2
5
0
'
i
n
h
e
i
g
h
t
f
r
o
m
b
a
s
e
t
o
b
o
o
m
$
9
4
.
8
5
7
A
1
1
H
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
T
r
a
n
s
p
o
r
t
e
r
s
,
A
l
l
T
r
a
c
k
O
r
T
r
u
c
k
T
y
p
e
$
9
3
.
3
6
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
T
r
e
n
c
h
i
n
g
M
a
c
h
i
n
e
s
$
9
0
.
81
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
T
r
u
c
k
C
r
a
n
e
O
i
l
e
r
/
D
r
i
v
er
:
1
0
0
t
o
n
s
a
n
d
o
v
e
r
$
9
1
.
2
5
7
A
1
1
H
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
T
r
u
c
k
c
r
a
n
e
o
i
l
e
r
/
d
r
i
v
er
:
u
n
d
e
r
1
0
0
t
o
n
s
$
9
0
.
5
5
7
A
1
1
H
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
T
r
u
c
k
M
o
u
n
t
P
o
r
t
a
b
l
e
C
on
v
e
y
o
r
$
9
2
.
5
2
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
V
a
c
T
r
u
c
k
(
V
a
c
t
o
r
G
u
z
z
le
r
,
H
y
d
r
o
E
x
c
a
v
a
t
o
r
)
$
9
2
.
5
2
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
W
e
l
d
e
r
$
9
3
.
3
6
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
W
h
e
e
l
T
r
a
c
t
o
r
s
,
F
a
r
m
a
l
l
T
y
p
e
$
8
7
.
7
7
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
Y
o
Y
o
P
a
y
D
o
z
e
r
$
9
2
.
5
2
1
5J
1
1
G
8
X
Ki
n
g
C
o
u
n
t
y
-
P
r
e
v
a
i
l
i
n
g
w
a
g
e
s
A
s
o
f
9
/
4
/
2
5
W
G
-
8
Co
u
n
t
y
T
r
a
d
e
J
o
b
C
l
a
s
s
i
f
i
c
a
t
i
o
n
W
a
g
e
Ho
l
i
d
a
y
O
v
e
r
t
i
m
e
N
o
t
e
s
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
A
s
p
h
a
l
t
P
l
a
n
t
O
p
e
r
a
t
o
r
s
$
9
3
.
3
6
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
A
s
s
i
s
t
a
n
t
E
n
g
i
n
e
e
r
$
8
7
.
7
7
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
B
a
r
r
i
e
r
M
a
c
h
i
n
e
(
z
i
p
p
e
r
)
$
9
2
.
5
2
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
B
a
t
c
h
P
l
a
n
t
O
p
e
r
a
t
o
r
,
C
o
n
c
r
e
t
e
$
9
2
.
5
2
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
B
o
a
t
O
p
e
r
a
t
o
r
$
9
1
.
7
3
7
A
1
1
H
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
B
o
b
c
a
t
$
8
7
.
7
7
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
B
r
o
k
k
-
R
e
m
o
t
e
D
e
m
o
l
i
t
i
o
n
E
q
u
i
p
m
e
n
t
$
8
7
.
7
7
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
B
r
o
o
m
s
$
8
7
.
7
7
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
B
u
m
p
C
u
t
t
e
r
$
9
2
.
5
2
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
C
a
b
l
e
w
a
y
s
$
9
3
.
3
6
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
C
h
i
p
p
e
r
$
9
2
.
5
2
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
C
o
m
p
r
e
s
s
o
r
$
8
7
.
7
7
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
C
o
n
c
r
e
t
e
F
i
n
i
s
h
M
a
c
h
i
n
e
-
L
a
s
e
r
S
c
r
e
e
d
$
8
7
.
7
7
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
C
o
n
c
r
e
t
e
P
u
m
p
-
M
o
u
n
t
e
d
O
r
T
r
a
i
l
e
r
H
i
g
h
P
r
e
s
s
u
re
L
i
n
e
P
u
m
p
,
P
u
m
p
H
i
g
h
P
r
e
s
s
u
r
e
$
9
0
.
8
1
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
C
o
n
c
r
e
t
e
P
u
m
p
:
T
r
u
c
k
M
o
u
n
t
W
i
t
h
B
o
o
m
A
t
t
a
c
h
m
e
n
t
O
v
e
r
4
2
M
$
9
3
.
3
6
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
C
o
n
c
r
e
t
e
P
u
m
p
:
T
r
u
c
k
M
o
u
n
t
W
i
t
h
B
o
o
m
A
t
t
a
c
h
m
e
n
t
U
p
T
o
4
2
m
$
9
2
.
5
2
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
C
o
n
v
e
y
o
r
s
$
9
0
.
8
1
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
C
r
a
n
e
s
F
r
i
c
t
i
o
n
:
2
0
0
t
o
n
s
a
n
d
o
v
e
r
$
9
4
.
8
5
7
A
1
1
H
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
C
r
a
n
e
s
,
A
-
f
r
a
m
e
:
1
0
t
o
n
s
a
n
d
u
n
d
e
r
$
8
6
.
6
0
7
A
1
1
H
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
C
r
a
n
e
s
:
1
0
0
t
o
n
s
t
h
r
o
u
g
h
1
9
9
t
o
n
s
,
o
r
1
5
0
'
o
f
bo
o
m
(
i
n
c
l
u
d
i
n
g
j
i
b
w
i
t
h
a
t
t
a
c
h
m
e
n
t
s
)
$
9
2
.
9
8
7
A
1
1
H
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
C
r
a
n
e
s
:
2
0
t
o
n
s
t
h
r
o
u
g
h
4
4
t
o
n
s
w
i
t
h
a
t
t
a
c
h
m
e
n
ts
$
9
1
.
2
5
7
A
1
1
H
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
C
r
a
n
e
s
:
2
0
0
t
o
n
s
-
2
9
9
t
o
n
s
,
o
r
2
5
0
'
o
f
b
o
o
m
i
n
cl
u
d
i
n
g
j
i
b
w
i
t
h
a
t
t
a
c
h
m
e
n
t
s
$
9
3
.
9
5
7
A
1
1
H
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
C
r
a
n
e
s
:
3
0
0
t
o
n
s
a
n
d
o
v
e
r
o
r
3
0
0
'
o
f
b
o
o
m
i
n
c
l
ud
i
n
g
j
i
b
w
i
t
h
a
t
t
a
c
h
m
e
n
t
s
$
9
4
.
8
5
7
A
1
1
H
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
C
r
a
n
e
s
:
4
5
t
o
n
s
t
h
r
o
u
g
h
9
9
t
o
n
s
,
u
n
d
e
r
1
5
0
'
o
f
b
o
o
m
(
i
n
c
l
u
d
i
n
g
j
i
b
w
i
t
h
a
t
t
a
c
h
m
e
n
t
s
)
$
9
1
.
7
3
7
A
1
1
H
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
C
r
a
n
e
s
:
F
r
i
c
t
i
o
n
c
r
a
n
e
s
t
h
r
o
u
g
h
1
9
9
t
o
n
s
$
9
3
.
9
5
7A
1
1
H
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
C
r
a
n
e
s
:
t
h
r
o
u
g
h
1
9
t
o
n
s
w
i
t
h
a
t
t
a
c
h
m
e
n
t
s
,
a
-
f
r
am
e
o
v
e
r
1
0
t
o
n
s
$
9
0
.
5
5
7
A
1
1
H
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
C
r
u
s
h
e
r
$
9
2
.
5
2
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
D
e
c
k
E
n
g
i
n
e
e
r
/
D
e
c
k
W
i
n
c
h
e
s
(
p
o
w
e
r
)
$
9
2
.
5
2
1
5
J
1
1
G
8X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
D
e
r
r
i
c
k
s
,
O
n
B
u
i
l
d
i
n
g
W
o
r
k
$
9
1
.
7
3
7
A
1
1
H
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
D
o
z
e
r
s
D
-
9
&
U
n
d
e
r
$
9
0
.
8
1
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
D
r
i
l
l
O
i
l
e
r
s
:
A
u
g
e
r
T
y
p
e
,
T
r
u
c
k
O
r
C
r
a
n
e
M
o
u
n
t
$9
0
.
8
1
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
D
r
i
l
l
i
n
g
M
a
c
h
i
n
e
$
9
4
.
3
0
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
E
l
e
v
a
t
o
r
a
n
d
m
a
n
-
l
i
f
t
:
p
e
r
m
a
n
e
n
t
a
n
d
s
h
a
f
t
t
y
p
e
$
8
7
.
7
7
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
F
i
n
i
s
h
i
n
g
M
a
c
h
i
n
e
,
B
i
d
w
e
l
l
A
n
d
G
a
m
a
c
o
&
S
i
m
i
l
a
r
E
q
u
i
p
m
e
n
t
$
9
2
.
5
2
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
F
o
r
k
l
i
f
t
:
3
0
0
0
l
b
s
a
n
d
o
v
e
r
w
i
t
h
a
t
t
a
c
h
m
e
n
t
s
$
9
0.
8
1
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
F
o
r
k
l
i
f
t
s
:
u
n
d
e
r
3
0
0
0
l
b
s
.
w
i
t
h
a
t
t
a
c
h
m
e
n
t
s
$
8
7
.7
7
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
G
r
a
d
e
E
n
g
i
n
e
e
r
:
U
s
i
n
g
B
l
u
e
P
r
i
n
t
s
,
C
u
t
S
h
e
e
t
s
,
E
t
c
$
9
2
.
5
2
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
G
r
a
d
e
c
h
e
c
k
e
r
/
S
t
a
k
e
m
a
n
$
8
7
.
7
7
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
G
u
a
r
d
r
a
i
l
P
u
n
c
h
$
9
2
.
5
2
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
H
a
r
d
T
a
i
l
E
n
d
D
u
m
p
A
r
t
i
c
u
l
a
t
i
n
g
O
f
f
-
R
o
a
d
E
q
u
i
pm
e
n
t
4
5
Y
a
r
d
s
.
&
O
v
e
r
$
9
3
.
3
6
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
H
a
r
d
T
a
i
l
E
n
d
D
u
m
p
A
r
t
i
c
u
l
a
t
i
n
g
O
f
f
-
r
o
a
d
E
q
u
i
p
me
n
t
U
n
d
e
r
4
5
Y
a
r
d
s
$
9
2
.
5
2
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
H
o
r
i
z
o
n
t
a
l
/
D
i
r
e
c
t
i
o
n
a
l
D
r
i
l
l
L
o
c
a
t
o
r
$
9
0
.
8
1
1
5
J
1
1G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
H
o
r
i
z
o
n
t
a
l
/
D
i
r
e
c
t
i
o
n
a
l
D
r
i
l
l
O
p
e
r
a
t
o
r
$
9
2
.
5
2
1
5
J
11
G
8
X
Ki
n
g
C
o
u
n
t
y
-
P
r
e
v
a
i
l
i
n
g
w
a
g
e
s
A
s
o
f
9
/
4
/
2
5
W
G
-
9
Co
u
n
t
y
T
r
a
d
e
J
o
b
C
l
a
s
s
i
f
i
c
a
t
i
o
n
W
a
g
e
Ho
l
i
d
a
y
O
v
e
r
t
i
m
e
N
o
t
e
s
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
H
y
d
r
a
l
i
f
t
s
/
b
o
o
m
t
r
u
c
k
s
:
1
0
t
o
n
s
a
n
d
u
n
d
e
r
$
8
6
.
6
0
7
A
1
1
H
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
H
y
d
r
a
l
i
f
t
s
/
b
o
o
m
t
r
u
c
k
s
:
o
v
e
r
1
0
t
o
n
s
$
9
0
.
5
5
7
A
1
1
H
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
L
e
v
e
r
m
a
n
$
9
5
.
2
8
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
L
o
a
d
e
r
,
O
v
e
r
h
e
a
d
,
6
Y
a
r
d
s
.
B
u
t
N
o
t
I
n
c
l
u
d
i
n
g
8
Y
a
r
d
s
$
9
3
.
3
6
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
L
o
a
d
e
r
s
,
O
v
e
r
h
e
a
d
U
n
d
e
r
6
Y
a
r
d
s
$
9
2
.
5
2
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
L
o
a
d
e
r
s
,
P
l
a
n
t
F
e
e
d
$
9
2
.
5
2
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
L
o
a
d
e
r
s
:
E
l
e
v
a
t
i
n
g
T
y
p
e
B
e
l
t
$
9
0
.
8
1
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
L
o
c
o
m
o
t
i
v
e
s
,
A
l
l
$
9
2
.
5
2
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
M
a
t
e
r
i
a
l
T
r
a
n
s
f
e
r
D
e
v
i
c
e
$
9
2
.
5
2
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
M
e
c
h
a
n
i
c
s
:
A
l
l
(
L
e
a
d
m
e
n
-
$
0
.
5
0
p
e
r
h
o
u
r
o
v
e
r
me
c
h
a
n
i
c
)
$
9
4
.
3
0
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
M
o
t
o
r
P
a
t
r
o
l
G
r
a
d
e
r
s
$
9
3
.
3
6
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
M
u
c
k
i
n
g
M
a
c
h
i
n
e
,
M
o
l
e
,
T
u
n
n
e
l
D
r
i
l
l
,
B
o
r
i
n
g
,
R
oa
d
H
e
a
d
e
r
A
n
d
/
o
r
S
h
i
e
l
d
$
9
3
.
3
6
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
O
i
l
D
i
s
t
r
i
b
u
t
o
r
s
,
B
l
o
w
e
r
D
i
s
t
r
i
b
u
t
i
o
n
&
M
u
l
c
h
Se
e
d
i
n
g
O
p
e
r
a
t
o
r
$
8
7
.
7
7
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
O
u
t
s
i
d
e
H
o
i
s
t
s
(
E
l
e
v
a
t
o
r
s
a
n
d
M
a
n
l
i
f
t
s
)
,
A
i
r
T
ug
g
e
r
s
,
S
t
r
a
t
o
$
9
0
.
8
1
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
O
v
e
r
h
e
a
d
,
b
r
i
d
g
e
t
y
p
e
C
r
a
n
e
:
2
0
t
o
n
s
t
h
r
o
u
g
h
4
4
t
o
n
s
$
9
1
.
2
5
7
A
1
1
H
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
O
v
e
r
h
e
a
d
,
b
r
i
d
g
e
t
y
p
e
:
1
0
0
t
o
n
s
a
n
d
o
v
e
r
$
9
2
.
9
8
7A
1
1
H
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
O
v
e
r
h
e
a
d
,
b
r
i
d
g
e
t
y
p
e
:
4
5
t
o
n
s
t
h
r
o
u
g
h
9
9
t
o
n
s
$9
1
.
7
3
7
A
1
1
H
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
P
a
v
e
m
e
n
t
B
r
e
a
k
e
r
$
8
7
.
7
7
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
P
i
l
e
D
r
i
v
e
r
(
o
t
h
e
r
T
h
a
n
C
r
a
n
e
M
o
u
n
t
)
$
9
2
.
5
2
1
5
J
1
1G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
P
l
a
n
t
O
i
l
e
r
-
A
s
p
h
a
l
t
,
C
r
u
s
h
e
r
$
9
0
.
8
1
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
P
o
s
t
h
o
l
e
D
i
g
g
e
r
,
M
e
c
h
a
n
i
c
a
l
$
8
7
.
7
7
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
P
o
w
e
r
P
l
a
n
t
$
8
7
.
7
7
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
P
u
m
p
s
-
W
a
t
e
r
$
8
7
.
7
7
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
Q
u
a
d
9
,
H
d
4
1
,
D
1
0
A
n
d
O
v
e
r
$
9
3
.
3
6
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
Q
u
i
c
k
T
o
w
e
r
:
n
o
c
a
b
,
u
n
d
e
r
1
0
0
f
e
e
t
i
n
h
e
i
g
h
t
ba
s
e
t
o
b
o
o
m
$
9
2
.
5
2
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
R
e
m
o
t
e
C
o
n
t
r
o
l
O
p
e
r
a
t
o
r
O
n
R
u
b
b
e
r
T
i
r
e
d
E
a
r
t
h
Mo
v
i
n
g
E
q
u
i
p
m
e
n
t
$
9
3
.
3
6
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
R
i
g
g
e
r
a
n
d
B
e
l
l
m
a
n
$
8
6
.
6
0
7
A
1
1
H
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
R
i
g
g
e
r
/
S
i
g
n
a
l
P
e
r
s
o
n
,
B
e
l
l
m
a
n
(
C
e
r
t
i
f
i
e
d
)
$
9
0
.
5
5
7A
1
1
H
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
R
o
l
l
a
g
o
n
$
9
3
.
3
6
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
R
o
l
l
e
r
,
O
t
h
e
r
T
h
a
n
P
l
a
n
t
M
i
x
$
8
7
.
7
7
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
R
o
l
l
e
r
,
P
l
a
n
t
M
i
x
O
r
M
u
l
t
i
-
l
i
f
t
M
a
t
e
r
i
a
l
s
$
9
0
.
8
1
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
R
o
t
o
-
m
i
l
l
,
R
o
t
o
-
g
r
i
n
d
e
r
$
9
2
.
5
2
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
S
a
w
s
-
C
o
n
c
r
e
t
e
$
9
0
.
8
1
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
S
c
r
a
p
e
r
,
S
e
l
f
P
r
o
p
e
l
l
e
d
U
n
d
e
r
4
5
Y
a
r
d
s
$
9
2
.
5
2
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
S
c
r
a
p
e
r
s
-
C
o
n
c
r
e
t
e
&
C
a
r
r
y
A
l
l
$
9
0
.
8
1
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
S
c
r
a
p
e
r
s
,
S
e
l
f
-
p
r
o
p
e
l
l
e
d
:
4
5
Y
a
r
d
s
A
n
d
O
v
e
r
$
9
3
.3
6
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
S
h
o
t
c
r
e
t
e
/
G
u
n
i
t
e
E
q
u
i
p
m
e
n
t
$
8
7
.
7
7
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
S
h
o
v
e
l
,
E
x
c
a
v
a
t
o
r
,
B
a
c
k
h
o
e
,
T
r
a
c
t
o
r
s
U
n
d
e
r
1
5
Me
t
r
i
c
T
o
n
s
$
9
0
.
8
1
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
S
h
o
v
e
l
,
E
x
c
a
v
a
t
o
r
,
B
a
c
k
h
o
e
:
O
v
e
r
3
0
M
e
t
r
i
c
T
o
n
s
T
o
5
0
M
e
t
r
i
c
T
o
n
s
$
9
3
.
3
6
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
S
h
o
v
e
l
,
E
x
c
a
v
a
t
o
r
,
B
a
c
k
h
o
e
s
,
T
r
a
c
t
o
r
s
:
1
5
T
o
3
0
M
e
t
r
i
c
T
o
n
s
$
9
2
.
5
2
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
S
h
o
v
e
l
,
E
x
c
a
v
a
t
o
r
,
B
a
c
k
h
o
e
s
:
O
v
e
r
5
0
M
e
t
r
i
c
T
o
ns
T
o
9
0
M
e
t
r
i
c
T
o
n
s
$
9
4
.
3
0
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
S
h
o
v
e
l
,
E
x
c
a
v
a
t
o
r
,
B
a
c
k
h
o
e
s
:
O
v
e
r
9
0
M
e
t
r
i
c
T
o
ns
$
9
5
.
2
8
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
S
l
i
p
f
o
r
m
P
a
v
e
r
s
$
9
3
.
3
6
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
S
p
r
e
a
d
e
r
,
T
o
p
s
i
d
e
r
&
S
c
r
e
e
d
m
a
n
$
9
3
.
3
6
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
S
u
b
g
r
a
d
e
r
T
r
i
m
m
e
r
$
9
2
.
5
2
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
T
o
w
e
r
B
u
c
k
e
t
E
l
e
v
a
t
o
r
s
$
9
0
.
8
1
1
5
J
1
1
G
8
X
Ki
n
g
C
o
u
n
t
y
-
P
r
e
v
a
i
l
i
n
g
w
a
g
e
s
A
s
o
f
9
/
4
/
2
5
W
G
-
1
0
Co
u
n
t
y
T
r
a
d
e
J
o
b
C
l
a
s
s
i
f
i
c
a
t
i
o
n
W
a
g
e
Ho
l
i
d
a
y
O
v
e
r
t
i
m
e
N
o
t
e
s
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
T
o
w
e
r
C
r
a
n
e
:
o
v
e
r
1
7
5
'
t
h
r
o
u
g
h
2
5
0
'
i
n
h
e
i
g
h
t
,
b
a
s
e
t
o
b
o
o
m
$
9
3
.
9
5
7
A
1
1
H
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
T
o
w
e
r
c
r
a
n
e
:
u
p
t
o
1
7
5
'
i
n
h
e
i
g
h
t
b
a
s
e
t
o
b
o
o
m
$9
2
.
9
8
7
A
1
1
H
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
T
o
w
e
r
C
r
a
n
e
s
:
o
v
e
r
2
5
0
'
i
n
h
e
i
g
h
t
f
r
o
m
b
a
s
e
t
o
b
o
o
m
$
9
4
.
8
5
7
A
1
1
H
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
T
r
a
n
s
p
o
r
t
e
r
s
,
A
l
l
T
r
a
c
k
O
r
T
r
u
c
k
T
y
p
e
$
9
3
.
3
6
1
5
J
11
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
T
r
e
n
c
h
i
n
g
M
a
c
h
i
n
e
s
$
9
0
.
8
1
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
T
r
u
c
k
C
r
a
n
e
O
i
l
e
r
/
D
r
i
v
e
r
:
1
0
0
t
o
n
s
a
n
d
o
v
e
r
$
9
1
.2
5
7
A
1
1
H
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
T
r
u
c
k
c
r
a
n
e
o
i
l
e
r
/
d
r
i
v
e
r
:
u
n
d
e
r
1
0
0
t
o
n
s
$
9
0
.
5
5
7A
1
1
H
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
T
r
u
c
k
M
o
u
n
t
P
o
r
t
a
b
l
e
C
o
n
v
e
y
o
r
$
9
2
.
5
2
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
V
a
c
T
r
u
c
k
(
V
a
c
t
o
r
G
u
z
z
l
e
r
,
H
y
d
r
o
E
x
c
a
v
a
t
o
r
)
$
9
2
.5
2
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
W
e
l
d
e
r
$
9
3
.
3
6
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
W
h
e
e
l
T
r
a
c
t
o
r
s
,
F
a
r
m
a
l
l
T
y
p
e
$
8
7
.
7
7
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
s
-
U
n
d
e
r
g
r
o
u
n
d
S
e
w
e
r
&
Wa
t
e
r
Y
o
Y
o
P
a
y
D
o
z
e
r
$
9
2
.
5
2
1
5
J
1
1
G
8
X
Ki
n
g
P
o
w
e
r
L
i
n
e
C
l
e
a
r
a
n
c
e
T
r
e
e
T
r
i
m
m
e
r
s
J
o
u
r
n
e
y
L
e
v
e
l
I
n
C
h
a
r
g
e
$
6
5
.
2
0
5
A
4
A
Ki
n
g
P
o
w
e
r
L
i
n
e
C
l
e
a
r
a
n
c
e
T
r
e
e
T
r
i
m
m
e
r
s
S
p
r
a
y
P
e
r
s
o
n
$
61
.
7
4
5
A
4
A
Ki
n
g
P
o
w
e
r
L
i
n
e
C
l
e
a
r
a
n
c
e
T
r
e
e
T
r
i
m
m
e
r
s
T
r
e
e
E
q
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
$
6
5
.
0
0
5
A
4
A
Ki
n
g
P
o
w
e
r
L
i
n
e
C
l
e
a
r
a
n
c
e
T
r
e
e
T
r
i
m
m
e
r
s
T
r
e
e
T
r
i
m
m
e
r
$
58
.
2
9
5
A
4
A
Ki
n
g
P
o
w
e
r
L
i
n
e
C
l
e
a
r
a
n
c
e
T
r
e
e
T
r
i
m
m
e
r
s
T
r
e
e
T
r
i
m
m
e
r
Gr
o
u
n
d
p
e
r
s
o
n
$
4
3
.
0
5
5
A
4
A
Ki
n
g
R
e
f
r
i
g
e
r
a
t
i
o
n
&
A
i
r
C
o
n
d
i
t
i
o
n
i
n
g
M
e
c
h
a
n
i
c
s
J
o
u
r
ne
y
L
e
v
e
l
$
1
0
0
.
3
5
6
Z
1
G
Ki
n
g
R
e
s
i
d
e
n
t
i
a
l
B
r
i
c
k
M
a
s
o
n
J
o
u
r
n
e
y
L
e
v
e
l
$
7
6
.
0
7
7
E
1
N
Ki
n
g
R
e
s
i
d
e
n
t
i
a
l
C
a
r
p
e
n
t
e
r
s
J
o
u
r
n
e
y
L
e
v
e
l
$
6
5
.
8
8
1
Ki
n
g
R
e
s
i
d
e
n
t
i
a
l
C
e
m
e
n
t
M
a
s
o
n
s
J
o
u
r
n
e
y
L
e
v
e
l
$
4
6
.
6
4
1
Ki
n
g
R
e
s
i
d
e
n
t
i
a
l
D
r
y
w
a
l
l
A
p
p
l
i
c
a
t
o
r
s
J
o
u
r
n
e
y
L
e
v
e
l
$
7
8
.7
6
1
5
J
4
C
Ki
n
g
R
e
s
i
d
e
n
t
i
a
l
D
r
y
w
a
l
l
T
a
p
e
r
s
J
o
u
r
n
e
y
L
e
v
e
l
$
8
1
.
7
1
1
5
O
1
1
S
Ki
n
g
R
e
s
i
d
e
n
t
i
a
l
E
l
e
c
t
r
i
c
i
a
n
s
J
o
u
r
n
e
y
L
e
v
e
l
$
4
8
.
8
0
1
Ki
n
g
R
e
s
i
d
e
n
t
i
a
l
G
l
a
z
i
e
r
s
J
o
u
r
n
e
y
L
e
v
e
l
$
3
8
.
7
0
1
Ki
n
g
R
e
s
i
d
e
n
t
i
a
l
I
n
s
u
l
a
t
i
o
n
A
p
p
l
i
c
a
t
o
r
s
J
o
u
r
n
e
y
L
e
v
e
l
$7
0
.
5
4
1
Ki
n
g
R
e
s
i
d
e
n
t
i
a
l
L
a
b
o
r
e
r
s
J
o
u
r
n
e
y
L
e
v
e
l
$
2
9
.
7
3
1
Ki
n
g
R
e
s
i
d
e
n
t
i
a
l
M
a
r
b
l
e
S
e
t
t
e
r
s
J
o
u
r
n
e
y
L
e
v
e
l
$
2
7
.
3
8
1
Ki
n
g
R
e
s
i
d
e
n
t
i
a
l
P
a
i
n
t
e
r
s
J
o
u
r
n
e
y
L
e
v
e
l
$
3
3
.
7
7
1
Ki
n
g
R
e
s
i
d
e
n
t
i
a
l
P
l
u
m
b
e
r
s
&
P
i
p
e
f
i
t
t
e
r
s
J
o
u
r
n
e
y
L
e
v
e
l
$6
1
.
8
7
1
Ki
n
g
R
e
s
i
d
e
n
t
i
a
l
R
e
f
r
i
g
e
r
a
t
i
o
n
&
A
i
r
C
o
n
d
i
t
i
o
n
i
n
g
M
e
ch
a
n
i
c
s
J
o
u
r
n
e
y
L
e
v
e
l
$
1
0
5
.
4
2
7
F
1
E
Ki
n
g
R
e
s
i
d
e
n
t
i
a
l
S
h
e
e
t
M
e
t
a
l
W
o
r
k
e
r
s
J
o
u
r
n
e
y
L
e
v
e
l
$
1
0
5.
4
2
7
F
1
E
Ki
n
g
R
e
s
i
d
e
n
t
i
a
l
S
o
f
t
F
l
o
o
r
L
a
y
e
r
s
J
o
u
r
n
e
y
L
e
v
e
l
$
4
9
.
9
1
1
5
J
4
C
Ki
n
g
R
e
s
i
d
e
n
t
i
a
l
S
p
r
i
n
k
l
e
r
F
i
t
t
e
r
s
(
F
i
r
e
P
r
o
t
e
c
t
i
o
n
)
Jo
u
r
n
e
y
L
e
v
e
l
$
6
3
.
6
1
1
Ki
n
g
R
e
s
i
d
e
n
t
i
a
l
S
t
o
n
e
M
a
s
o
n
s
J
o
u
r
n
e
y
L
e
v
e
l
$
7
6
.
0
7
7
E
1
N
Ki
n
g
R
e
s
i
d
e
n
t
i
a
l
T
e
r
r
a
z
z
o
W
o
r
k
e
r
s
J
o
u
r
n
e
y
L
e
v
e
l
$
7
0
.
6
1
7E
1
N
Ki
n
g
R
e
s
i
d
e
n
t
i
a
l
T
e
r
r
a
z
z
o
/
T
i
l
e
F
i
n
i
s
h
e
r
s
J
o
u
r
n
e
y
L
e
v
e
l
$
2
4
.
3
9
1
Ki
n
g
R
e
s
i
d
e
n
t
i
a
l
T
i
l
e
S
e
t
t
e
r
s
J
o
u
r
n
e
y
L
e
v
e
l
$
2
1
.
0
4
1
Ki
n
g
R
o
o
f
e
r
s
J
o
u
r
n
e
y
L
e
v
e
l
$
6
7
.
4
5
5
A
3
H
Ki
n
g
R
o
o
f
e
r
s
U
s
i
n
g
I
r
r
i
t
a
b
l
e
B
i
t
u
m
i
n
o
u
s
M
a
t
e
r
i
a
l
s
$
7
0
.
45
5
A
3
H
Ki
n
g
S
h
e
e
t
M
e
t
a
l
W
o
r
k
e
r
s
J
o
u
r
n
e
y
L
e
v
e
l
(
F
i
e
l
d
o
r
S
h
o
p
)
$
1
0
5
.
4
2
7
F
1
E
Ki
n
g
S
h
i
p
b
u
i
l
d
i
n
g
&
S
h
i
p
R
e
p
a
i
r
N
e
w
C
o
n
s
t
r
u
c
t
i
o
n
B
o
i
l
er
m
a
k
e
r
$
6
1
.
0
7
7
X
4
J
Ki
n
g
S
h
i
p
b
u
i
l
d
i
n
g
&
S
h
i
p
R
e
p
a
i
r
N
e
w
C
o
n
s
t
r
u
c
t
i
o
n
C
a
r
p
en
t
e
r
$
5
1
.
8
5
7
X
4
J
Ki
n
g
S
h
i
p
b
u
i
l
d
i
n
g
&
S
h
i
p
R
e
p
a
i
r
N
e
w
C
o
n
s
t
r
u
c
t
i
o
n
C
r
a
n
e
O
p
e
r
a
t
o
r
$
4
4
.
2
9
7
V
1
Ki
n
g
S
h
i
p
b
u
i
l
d
i
n
g
&
S
h
i
p
R
e
p
a
i
r
N
e
w
C
o
n
s
t
r
u
c
t
i
o
n
E
l
e
c
tr
i
c
i
a
n
$
6
1
.
1
2
7
X
4
J
Ki
n
g
S
h
i
p
b
u
i
l
d
i
n
g
&
S
h
i
p
R
e
p
a
i
r
N
e
w
C
o
n
s
t
r
u
c
t
i
o
n
H
e
a
t
&
F
r
o
s
t
I
n
s
u
l
a
t
o
r
$
9
6
.
4
2
1
5
H
1
1
C
Ki
n
g
C
o
u
n
t
y
-
P
r
e
v
a
i
l
i
n
g
w
a
g
e
s
A
s
o
f
9
/
4
/
2
5
W
G
-
1
1
Co
u
n
t
y
T
r
a
d
e
J
o
b
C
l
a
s
s
i
f
i
c
a
t
i
o
n
W
a
g
e
Ho
l
i
d
a
y
O
v
e
r
t
i
m
e
N
o
t
e
s
Ki
n
g
S
h
i
p
b
u
i
l
d
i
n
g
&
S
h
i
p
R
e
p
a
i
r
N
e
w
C
o
n
s
t
r
u
c
t
i
o
n
L
a
b
o
re
r
$
6
0
.
7
3
7
X
4
J
Ki
n
g
S
h
i
p
b
u
i
l
d
i
n
g
&
S
h
i
p
R
e
p
a
i
r
N
e
w
C
o
n
s
t
r
u
c
t
i
o
n
M
a
c
h
in
i
s
t
$
6
0
.
9
3
7
X
4
J
Ki
n
g
S
h
i
p
b
u
i
l
d
i
n
g
&
S
h
i
p
R
e
p
a
i
r
N
e
w
C
o
n
s
t
r
u
c
t
i
o
n
O
p
e
r
at
i
n
g
E
n
g
i
n
e
e
r
$
4
4
.
2
9
7
V
1
Ki
n
g
S
h
i
p
b
u
i
l
d
i
n
g
&
S
h
i
p
R
e
p
a
i
r
N
e
w
C
o
n
s
t
r
u
c
t
i
o
n
P
a
i
n
te
r
$
6
0
.
9
3
7
X
4
J
Ki
n
g
S
h
i
p
b
u
i
l
d
i
n
g
&
S
h
i
p
R
e
p
a
i
r
N
e
w
C
o
n
s
t
r
u
c
t
i
o
n
P
i
p
e
fi
t
t
e
r
$
6
1
.
2
1
7
X
4
J
Ki
n
g
S
h
i
p
b
u
i
l
d
i
n
g
&
S
h
i
p
R
e
p
a
i
r
N
e
w
C
o
n
s
t
r
u
c
t
i
o
n
R
i
g
g
er
$
6
1
.
0
7
7
X
4
J
Ki
n
g
S
h
i
p
b
u
i
l
d
i
n
g
&
S
h
i
p
R
e
p
a
i
r
N
e
w
C
o
n
s
t
r
u
c
t
i
o
n
S
h
e
e
t
M
e
t
a
l
$
6
0
.
9
4
7
X
4
J
Ki
n
g
S
h
i
p
b
u
i
l
d
i
n
g
&
S
h
i
p
R
e
p
a
i
r
N
e
w
C
o
n
s
t
r
u
c
t
i
o
n
S
h
i
p
wr
i
g
h
t
$
5
1
.
8
5
7
X
4
J
Ki
n
g
S
h
i
p
b
u
i
l
d
i
n
g
&
S
h
i
p
R
e
p
a
i
r
N
e
w
C
o
n
s
t
r
u
c
t
i
o
n
W
a
r
e
ho
u
s
e
/
T
e
a
m
s
t
e
r
$
4
4
.
2
9
7
V
1
Ki
n
g
S
h
i
p
b
u
i
l
d
i
n
g
&
S
h
i
p
R
e
p
a
i
r
N
e
w
C
o
n
s
t
r
u
c
t
i
o
n
W
e
l
d
er
/
B
u
r
n
e
r
$
6
1
.
0
7
7
X
4
J
Ki
n
g
S
h
i
p
b
u
i
l
d
i
n
g
&
S
h
i
p
R
e
p
a
i
r
S
h
i
p
R
e
p
a
i
r
B
o
i
l
e
r
m
a
k
er
$
6
1
.
0
7
7
X
4
J
Ki
n
g
S
h
i
p
b
u
i
l
d
i
n
g
&
S
h
i
p
R
e
p
a
i
r
S
h
i
p
R
e
p
a
i
r
C
a
r
p
e
n
t
e
r
$5
1
.
8
5
7
X
4
J
Ki
n
g
S
h
i
p
b
u
i
l
d
i
n
g
&
S
h
i
p
R
e
p
a
i
r
S
h
i
p
R
e
p
a
i
r
C
r
a
n
e
O
p
e
ra
t
o
r
$
4
5
.
0
6
7
Y
4
K
Ki
n
g
S
h
i
p
b
u
i
l
d
i
n
g
&
S
h
i
p
R
e
p
a
i
r
S
h
i
p
R
e
p
a
i
r
E
l
e
c
t
r
i
c
i
an
$
6
1
.
1
2
7
X
4
J
Ki
n
g
S
h
i
p
b
u
i
l
d
i
n
g
&
S
h
i
p
R
e
p
a
i
r
S
h
i
p
R
e
p
a
i
r
H
e
a
t
&
F
r
os
t
I
n
s
u
l
a
t
o
r
$
9
6
.
4
2
1
5
H
1
1
C
Ki
n
g
S
h
i
p
b
u
i
l
d
i
n
g
&
S
h
i
p
R
e
p
a
i
r
S
h
i
p
R
e
p
a
i
r
L
a
b
o
r
e
r
$
6
0.
7
3
7
X
4
J
Ki
n
g
S
h
i
p
b
u
i
l
d
i
n
g
&
S
h
i
p
R
e
p
a
i
r
S
h
i
p
R
e
p
a
i
r
M
a
c
h
i
n
i
s
t
$6
0
.
9
3
7
X
4
J
Ki
n
g
S
h
i
p
b
u
i
l
d
i
n
g
&
S
h
i
p
R
e
p
a
i
r
S
h
i
p
R
e
p
a
i
r
O
p
e
r
a
t
i
n
g
E
n
g
i
n
e
e
r
$
4
5
.
0
6
7
Y
4
K
Ki
n
g
S
h
i
p
b
u
i
l
d
i
n
g
&
S
h
i
p
R
e
p
a
i
r
S
h
i
p
R
e
p
a
i
r
P
a
i
n
t
e
r
$
6
0.
9
3
7
X
4
J
Ki
n
g
S
h
i
p
b
u
i
l
d
i
n
g
&
S
h
i
p
R
e
p
a
i
r
S
h
i
p
R
e
p
a
i
r
P
i
p
e
f
i
t
t
e
r
$
6
1
.
2
1
7
X
4
J
Ki
n
g
S
h
i
p
b
u
i
l
d
i
n
g
&
S
h
i
p
R
e
p
a
i
r
S
h
i
p
R
e
p
a
i
r
R
i
g
g
e
r
$
6
1
.0
7
7
X
4
J
Ki
n
g
S
h
i
p
b
u
i
l
d
i
n
g
&
S
h
i
p
R
e
p
a
i
r
S
h
i
p
R
e
p
a
i
r
S
h
e
e
t
M
e
t
al
$
6
0
.
9
4
7
X
4
J
Ki
n
g
S
h
i
p
b
u
i
l
d
i
n
g
&
S
h
i
p
R
e
p
a
i
r
S
h
i
p
R
e
p
a
i
r
S
h
i
p
w
r
i
g
h
t
$
5
1
.
8
5
7
X
4
J
Ki
n
g
S
h
i
p
b
u
i
l
d
i
n
g
&
S
h
i
p
R
e
p
a
i
r
S
h
i
p
R
e
p
a
i
r
W
a
r
e
h
o
u
s
e
/
T
e
a
m
s
t
e
r
$
4
5
.
0
6
7
Y
4
K
Ki
n
g
S
i
g
n
M
a
k
e
r
s
&
I
n
s
t
a
l
l
e
r
s
(
E
l
e
c
t
r
i
c
a
l
)
J
o
u
r
n
e
y
L
e
ve
l
$
6
0
.
4
6
0
1
Ki
n
g
S
i
g
n
M
a
k
e
r
s
&
I
n
s
t
a
l
l
e
r
s
(
N
o
n
-
E
l
e
c
t
r
i
c
a
l
)
J
o
u
r
n
e
y
L
e
v
e
l
$
3
8
.
5
3
0
1
Ki
n
g
S
o
f
t
F
l
o
o
r
L
a
y
e
r
s
J
o
u
r
n
e
y
L
e
v
e
l
$
6
3
.
2
9
1
5
J
4
C
Ki
n
g
S
o
l
a
r
C
o
n
t
r
o
l
s
F
o
r
W
i
n
d
o
w
s
J
o
u
r
n
e
y
L
e
v
e
l
$
1
6
.
6
6
1
Ki
n
g
S
p
r
i
n
k
l
e
r
F
i
t
t
e
r
s
(
F
i
r
e
P
r
o
t
e
c
t
i
o
n
)
J
o
u
r
n
e
y
L
e
v
e
l
$
1
0
3
.
1
9
5
C
1
X
Ki
n
g
S
t
a
g
e
R
i
g
g
i
n
g
M
e
c
h
a
n
i
c
s
(
N
o
n
S
t
r
u
c
t
u
r
a
l
)
J
o
u
r
n
e
y
L
e
v
e
l
$
1
6
.
6
6
1
Ki
n
g
S
t
o
n
e
M
a
s
o
n
s
J
o
u
r
n
e
y
L
e
v
e
l
$
7
6
.
0
7
7
E
1
N
Ki
n
g
S
t
r
e
e
t
A
n
d
P
a
r
k
i
n
g
L
o
t
S
w
e
e
p
e
r
W
o
r
k
e
r
s
J
o
u
r
n
e
y
L
ev
e
l
$
1
9
.
0
9
1
Ki
n
g
S
u
r
v
e
y
o
r
s
A
s
s
i
s
t
a
n
t
C
o
n
s
t
r
u
c
t
i
o
n
S
i
t
e
S
u
r
v
e
y
o
r
$
9
0.
5
5
7
A
1
1
H
8
X
Ki
n
g
S
u
r
v
e
y
o
r
s
C
h
a
i
n
m
a
n
$
8
6
.
6
0
7
A
1
1
H
8
X
Ki
n
g
S
u
r
v
e
y
o
r
s
C
o
n
s
t
r
u
c
t
i
o
n
S
i
t
e
S
u
r
v
e
y
o
r
$
9
1
.
7
3
7
A
1
1
H
8
X
Ki
n
g
S
u
r
v
e
y
o
r
s
D
r
o
n
e
O
p
e
r
a
t
o
r
(
w
h
e
n
u
s
e
d
i
n
c
o
n
j
u
n
c
t
i
on
w
i
t
h
s
u
r
v
e
y
w
o
r
k
o
n
l
y
)
$
8
6
.
6
0
7
A
1
1
H
8
X
Ki
n
g
S
u
r
v
e
y
o
r
s
G
r
o
u
n
d
P
e
n
e
t
r
a
t
i
n
g
R
a
d
a
r
O
p
e
r
a
t
o
r
$
8
6
.
6
0
7
A
1
1
H
8
X
Ki
n
g
T
e
l
e
c
o
m
m
u
n
i
c
a
t
i
o
n
T
e
c
h
n
i
c
i
a
n
s
J
o
u
r
n
e
y
L
e
v
e
l
$
7
1
.
1
9
7
E
1
E
Ki
n
g
T
e
l
e
p
h
o
n
e
L
i
n
e
C
o
n
s
t
r
u
c
t
i
o
n
-
O
u
t
s
i
d
e
C
a
b
l
e
S
p
l
i
ce
r
$
4
2
.
6
2
5
A
2
B
Ki
n
g
T
e
l
e
p
h
o
n
e
L
i
n
e
C
o
n
s
t
r
u
c
t
i
o
n
-
O
u
t
s
i
d
e
H
o
l
e
D
i
g
g
e
r/
G
r
o
u
n
d
P
e
r
s
o
n
$
2
7
.
9
7
5
A
2
B
Ki
n
g
T
e
l
e
p
h
o
n
e
L
i
n
e
C
o
n
s
t
r
u
c
t
i
o
n
-
O
u
t
s
i
d
e
T
e
l
e
p
h
o
n
e
Eq
u
i
p
m
e
n
t
O
p
e
r
a
t
o
r
(
L
i
g
h
t
)
$
3
5
.
6
0
5
A
2
B
Ki
n
g
T
e
l
e
p
h
o
n
e
L
i
n
e
C
o
n
s
t
r
u
c
t
i
o
n
-
O
u
t
s
i
d
e
T
e
l
e
p
h
o
n
e
Li
n
e
p
e
r
s
o
n
$
4
0
.
2
8
5
A
2
B
Ki
n
g
T
e
r
r
a
z
z
o
W
o
r
k
e
r
s
J
o
u
r
n
e
y
L
e
v
e
l
$
7
0
.
6
1
7
E
1
N
Ki
n
g
T
i
l
e
S
e
t
t
e
r
s
J
o
u
r
n
e
y
L
e
v
e
l
$
6
8
.
6
1
7
E
1
N
Ki
n
g
T
i
l
e
,
M
a
r
b
l
e
&
T
e
r
r
a
z
z
o
F
i
n
i
s
h
e
r
s
F
i
n
i
s
h
e
r
$
5
9
.
4
4
7E
1
N
Ki
n
g
C
o
u
n
t
y
-
P
r
e
v
a
i
l
i
n
g
w
a
g
e
s
A
s
o
f
9
/
4
/
2
5
W
G
-
1
2
Co
u
n
t
y
T
r
a
d
e
J
o
b
C
l
a
s
s
i
f
i
c
a
t
i
o
n
W
a
g
e
Ho
l
i
d
a
y
O
v
e
r
t
i
m
e
N
o
t
e
s
Ki
n
g
T
r
a
f
f
i
c
C
o
n
t
r
o
l
S
t
r
i
p
e
r
s
A
l
l
c
l
e
a
n
u
p
r
e
q
u
i
r
e
d
i
n
c
o
n
n
e
c
t
i
o
n
w
i
t
h
t
r
a
f
f
i
c
c
o
n
t
r
o
l
s
t
r
i
p
e
r
s
w
o
r
k
(
G
r
o
up
1
)
$
9
5
.
4
1
1
5
L
1
K
Ki
n
g
T
r
a
f
f
i
c
C
o
n
t
r
o
l
S
t
r
i
p
e
r
s
Ha
n
d
l
i
n
g
,
p
a
i
n
t
i
n
g
a
n
d
i
n
s
t
a
l
l
i
n
g
o
f
a
l
l
c
a
r
s
t
o
p
s
,
s
t
o
p
s
i
g
n
s
a
n
d
a
n
y
o
t
h
e
r
t
y
p
e
s
i
g
n
(G
r
o
u
p
2
)
$
6
2
.
6
9
1
5
L
1
K
Ki
n
g
T
r
a
f
f
i
c
C
o
n
t
r
o
l
S
t
r
i
p
e
r
s
I
n
s
t
a
l
l
a
t
i
o
n
o
f
g
u
a
r
d
r
ai
l
a
n
d
p
o
s
t
s
a
n
d
s
i
m
i
l
a
r
p
r
o
t
e
c
t
i
v
e
d
e
v
i
c
e
s
(
G
r
o
u
p
2
)
$
6
2
.
6
9
1
5
L
1
K
Ki
n
g
T
r
a
f
f
i
c
C
o
n
t
r
o
l
S
t
r
i
p
e
r
s
In
s
t
a
l
l
a
t
i
o
n
o
f
p
a
r
k
i
n
g
g
a
t
e
s
,
t
i
c
k
e
t
s
p
i
t
t
e
r
s
a
n
d
ot
h
e
r
m
e
c
h
a
n
i
c
a
l
a
n
d
a
u
t
o
m
a
t
i
c
c
o
n
t
r
o
l
de
v
i
c
e
s
(
G
r
o
u
p
2
)
$
6
2
.
6
9
1
5
L
1
K
Ki
n
g
T
r
a
f
f
i
c
C
o
n
t
r
o
l
S
t
r
i
p
e
r
s
In
s
t
a
l
l
a
t
i
o
n
o
f
p
l
a
s
t
i
c
m
e
t
a
l
o
r
c
o
m
p
o
s
i
t
i
o
n
b
u
t
t
o
n
,
o
r
l
i
n
e
s
u
s
e
d
i
n
s
t
e
a
d
o
f
p
a
i
n
t
(
G
r
o
u
p
1)
$
9
5
.
4
1
1
5
L
1
K
Ki
n
g
T
r
a
f
f
i
c
C
o
n
t
r
o
l
S
t
r
i
p
e
r
s
L
i
n
e
r
e
m
o
v
a
l
;
c
h
e
m
i
c
a
l
sa
n
d
a
n
d
h
y
d
r
o
-
b
l
a
s
t
,
p
a
i
n
t
a
n
d
b
u
t
t
o
n
(
G
r
o
u
p
1
)
$
9
5
.4
1
1
5
L
1
K
Ki
n
g
T
r
a
f
f
i
c
C
o
n
t
r
o
l
S
t
r
i
p
e
r
s
Ma
n
u
f
a
c
t
u
r
i
n
g
a
n
d
i
n
s
t
a
l
l
a
t
i
o
n
o
f
a
l
l
c
a
r
s
t
o
p
s
a
n
d
c
o
n
t
r
o
l
d
e
v
i
c
e
s
a
n
d
s
i
m
i
l
a
r
t
r
a
f
f
i
c
re
g
u
l
a
t
o
r
s
(
G
r
o
u
p
2
)
$
6
2
.
6
9
1
5
L
1
K
Ki
n
g
T
r
a
f
f
i
c
C
o
n
t
r
o
l
S
t
r
i
p
e
r
s
Ma
n
u
f
a
c
t
u
r
i
n
g
,
p
a
i
n
t
i
n
g
,
s
t
e
n
c
i
l
i
n
g
,
s
e
r
v
i
c
i
n
g
,
r
e
p
ai
r
i
n
g
,
p
l
a
c
i
n
g
a
n
d
r
e
m
o
v
a
l
o
f
t
r
a
f
f
i
c
sa
f
e
t
y
a
n
d
c
o
n
t
r
o
l
d
e
v
i
c
e
s
/
b
a
r
r
i
c
a
d
e
s
(
G
r
o
u
p
2
)
$
6
2
.
69
1
5
L
1
K
Ki
n
g
T
r
a
f
f
i
c
C
o
n
t
r
o
l
S
t
r
i
p
e
r
s
Pa
i
n
t
i
n
g
a
n
d
i
n
s
t
a
l
l
i
n
g
l
i
n
e
s
,
a
r
r
o
w
s
,
b
u
m
p
e
r
s
,
c
u
r
bs
,
e
t
c
.
,
o
n
p
a
r
k
i
n
g
l
o
t
s
,
a
i
r
f
i
e
l
d
s
,
hi
g
h
w
a
y
s
,
g
a
m
e
c
o
u
r
t
s
(
G
r
o
u
p
1
)
$
9
5
.
4
1
1
5
L
1
K
Ki
n
g
T
r
a
f
f
i
c
C
o
n
t
r
o
l
S
t
r
i
p
e
r
s
P
r
e
p
a
r
a
t
i
o
n
a
n
d
m
a
i
n
t
e
n
an
c
e
o
f
a
l
l
s
u
r
f
a
c
e
s
(
G
r
o
u
p
1
)
$
9
5
.
4
1
1
5
L
1
K
Ki
n
g
T
r
a
f
f
i
c
C
o
n
t
r
o
l
S
t
r
i
p
e
r
s
S
e
a
l
c
o
a
t
i
n
g
,
s
l
u
r
r
y
c
o
at
i
n
g
a
n
d
o
t
h
e
r
s
u
r
f
a
c
e
p
r
o
t
e
c
t
i
o
n
(
G
r
o
u
p
2
)
$
6
2
.
6
9
1
5L
1
K
Ki
n
g
T
r
u
c
k
D
r
i
v
e
r
s
A
s
p
h
a
l
t
M
i
x
O
v
e
r
1
6
Y
a
r
d
s
$
8
2
.
9
5
1
5
J
11
M
8
L
Ki
n
g
T
r
u
c
k
D
r
i
v
e
r
s
A
s
p
h
a
l
t
M
i
x
T
o
1
6
Y
a
r
d
s
$
8
2
.
1
1
1
5
J
1
1
M
8
L
Ki
n
g
T
r
u
c
k
D
r
i
v
e
r
s
D
u
m
p
T
r
u
c
k
$
8
2
.
1
1
1
5
J
1
1
M
8
L
Ki
n
g
T
r
u
c
k
D
r
i
v
e
r
s
D
u
m
p
T
r
u
c
k
&
T
r
a
i
l
e
r
$
8
2
.
9
5
1
5
J
1
1
M
8
L
Ki
n
g
T
r
u
c
k
D
r
i
v
e
r
s
O
t
h
e
r
T
r
u
c
k
s
$
8
2
.
9
5
1
5
J
1
1
M
8
L
Ki
n
g
T
r
u
c
k
D
r
i
v
e
r
s
-
R
e
a
d
y
M
i
x
T
r
a
n
s
i
t
M
i
x
$
8
2
.
9
5
1
5
J
1
1
M
8
L
Ki
n
g
W
e
l
l
D
r
i
l
l
e
r
s
&
I
r
r
i
g
a
t
i
o
n
P
u
m
p
I
n
s
t
a
l
l
e
r
s
I
r
r
i
g
at
i
o
n
P
u
m
p
I
n
s
t
a
l
l
e
r
$
1
7
.
7
1
1
Ki
n
g
W
e
l
l
D
r
i
l
l
e
r
s
&
I
r
r
i
g
a
t
i
o
n
P
u
m
p
I
n
s
t
a
l
l
e
r
s
O
i
l
e
r
$1
6
.
6
6
1
Ki
n
g
We
l
l
D
r
i
l
l
e
r
s
&
I
r
r
i
g
a
t
i
o
n
P
u
m
p
I
n
s
t
a
l
l
e
r
s
We
l
l
D
r
i
l
l
e
r
$1
8
.
0
0
1
Ki
n
g
C
o
u
n
t
y
-
P
r
e
v
a
i
l
i
n
g
w
a
g
e
s
A
s
o
f
9
/
4
/
2
5
W
G
-
1
3