Loading...
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&6 ZHESDJHKWWSVZVGRWGLYHUVLW\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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¿FDWLRQ 1XPEHU Phone )D[6LJQDWXUH $GGUHVV , FHUWLI\ WKDW WKH DERYH LQIRUPDWLRQ LV FRPSOHWH DQG DFFXUDWH. (PDLO 'DWH Revised 09/2020 6XEPLWWKLVIRUPWRLQDFFRUGDQFHZLWKVHFWLRQ029RIWKH&RQWUDFW ,QVWUXFWLRQWR%LGGHU7KH%LGGHUVKDOOFRPSOHWHDQGVXEPLWWKH'LVDGYDQWDJHG%XVLQHVV(QWHUSULVH '%( 7UXFNLQJ&UHGLW )RUPLQDFFRUGDQFHZLWK6HFWLRQ029RIWKH&RQWUDFW INSTRUCTIONS Please note – All Fields are required PART A: TO BE COMPLETED BY THE BIDDER Federal Aid:,QFOXGHWKHSURMHFWIHGHUDODLGQXPEHU County:6SHFLI\WKH&RXQW\ZKHUHWKHSURMHFWZLOOWDNHSODFH Contract #: 6SHFLI\WKH3URMHFW&RQWUDFW1XPEHUZKLFKFDQEHIRXQGLQWKH(QJLQHHU¶VHVWLPDWHELGFKHFNUHSRUW Bid Item:3URYLGHWKH%LG,WHP1XPEHU DVLWDSSHDUVLQWKHHQJLQHHU¶VHVWLPDWHELGFKHFNUHSRUW IRUZKLFKWUXFNLQJ VHUYLFHVZLOOEHXWLOL]HG Item Description:3URYLGHGHVFULSWLRQRIWKHELGLWHP DVLWDSSHDUVLQWKHHQJLQHHU ¶VHVWLPDWHELGFKHFNUHSRUW IRUZKLFK WUXFNLQJZLOOEHXWLOL]HG Bidder:,QWKLVVHFWLRQSURYLGHWKHELGGHU¶VOHJDOQDPHWLWOH%XVLQHVVDGGUHVV3KRQHDQGHPDLO The bidder’s representative signature is required in addition to the date the form was signed. PART B: TO BE COMPLETED BY THE DBE TRUCKING FIRM 4XHVWLRQ6SHFLI\W\SHRIPDWHULDOWKDWZLOOEHKDXOHG LH6DQG+0$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