Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutContract
Printed on Recycled Paper
Award Date: August 19, 2019 CAG-19-209
Awarded to: Nordvind Sewer Service, LLC
1720 Loraine St
Enumclaw, WA. 98022
City of Renton
Raineir Ave North
Culvert Improvement Project
2019
Project No. SWP-27-4031
July 2019
City of Renton
1055 South Grady Way
Renton WA 98057
Project Manager: Ken Srilofung 425-430-7247
Bidding Requirements, City of Renton
Forms, Contract Forms, Conditions of
the Contract, Plans and Specifications
CITYOFRENTONRENTON,WASHINGTONCONTRACTDOCUMENTSfortheRainierAveNorthCulvertImprovementProject2019PROJECTNO.SWP-27-4031July2019BIDDINGREQUIREMENTSCONTRACTFORMSCONDITIONSOFTHECONTRACTSPECIFICATIONSPLANSCITYOFRENTON1055SouthGradyWayRenton,WA98057PrintedonRecycledPaper
Owner or tradesperson
Principals
Peterson, Eric David, PARTNER/MEMBER
Doing business as
Nordvind Sewer Service LLC
25129 SE Green Valley Rd
AUBURN, WA 98092
360-825-5704
KING County
WA UBI No.
603 478 768
Business type
Limited Liability Company
Construction Contractor Active.
Meets current requirements.
License specialties
GENERAL
License no.
NORDVSS850C7
Effective — expiration
02/27/2015— 02/27/2021
Philadelphia Indemnity Ins Co
Bond account no.
PB00499800104
$12,000.00
Received by L&I
01/23/2019
Effective date
02/26/2019
Expiration date
Until Canceled
Ohio Security Ins Co
Policy no.
BKS59648686
$1,000,000.00
Received by L&I
04/26/2019
Effective date
04/28/2019
Expiration date
04/28/2020
Nordvind Sewer Service LLC
Certifications & Endorsements
OMWBE Certifications
No active certifications exist for this business.
Apprentice Training Agent
Not allowed to have apprentices.
License
Verify the contractor’s active registration / license / certification (depending on trade) and any past violations.
Bond
Bond history
Insurance
Insurance history
Home Español Contact
Safety & Health Claims & Insurance Workplace Rights Trades & Licensing
Help us improve
Search L&I
A-Z Index Help My L&I
Page 1 of 2Nordvind Sewer Service LLC
08/21/2019https://secure.lni.wa.gov/verify/Detail.aspx?UBI=603478768&LIC=NORDVSS850C7&SAW=
L&I Account ID
527,178-00
Account is current.
© Washington State Dept. of Labor & Industries. Use of this site is subject to the laws of the state of Washington.
Savings
No savings accounts during the previous 6 year period.
Lawsuits against the bond or savings
No lawsuits against the bond or savings accounts during the previous 6 year period.
L&I Tax debts
No L&I tax debts are recorded for this contractor license during the previous 6 year period, but some debts
may be recorded by other agencies.
License Violations
No license violations during the previous 6 year period.
Workers’ comp
Do you know if the business has employees? If so, verify the business is up-to-date on workers’ comp premiums.
Doing business as
NORDVIND COMPANY
Estimated workers reported
Quarter 2 of Year 2019 ''7 to 10 Workers''
L&I account contact
T0 / DALE MCMASTER (360)902-5617 - Email: MCMS235@lni.wa.gov
Public Works Requirements
Verify the contractor is eligible to perform work on public works projects.
Required Training– Effective July 1, 2019
Exempt from this requirement.
Contractor Strikes
No strikes have been issued against this contractor.
Contractors not allowed to bid
No debarments have been issued against this contractor.
Workplace safety and health
No inspections during the previous 6 year period.
Help us improve
Page 2 of 2Nordvind Sewer Service LLC
08/21/2019https://secure.lni.wa.gov/verify/Detail.aspx?UBI=603478768&LIC=NORDVSS850C7&SAW=
BusinessLicense1055SouthGradyWayRenton,WA98057(425)430-6851RentonLicense#:42253WAStateUBI#603478768ExpirationDate:1/31/2020NORDVINDSEWERSERVICELLC1720LORAINESTENUMCLAWWA98022-2429LICENSEMUSTBEPOSTEDINTHEPLACEOFBUSINESSFORWHICHITISISSUEDBELOWIBUSINESSLICENSENON-TRANSFERABLENORDVINDSEWERSERVICELLC1720LORAINESTENUMCLAWWA98022RentonBusinessLicense#:42253WAStateUBI#603478768ExpirationDate:1/31/2020Mayor,DanisLawASDAdministrator,JanHawnLicenseehasappliedforaCityofRentonbusinesslicenseinaccordancewithRentonMuniUpalCode(theCode),TitleVBusiness,Chapter5BusinessLicense.TheLicenseeagreestocomplywithallrequirementsoftheCode,aswellasStatelawsandregulationsapplicabletothebusinessactivitylicensed.LICENSEMUSTBEPOSTEDINTHEPLACEOFBUSINESSFORWHICHITISISSUED1055SGradyWay,RentonWA98057(425)430-6851licensingrentonwa.gov
03 Contents-2019-Rainier Ave N\
CITY OF RENTON
Rainier Ave North Culvert Improvement Project 2019
SWP-27-4031
CONTRACT DOCUMENT TABLE OF CONTENTS
Summary of Fair Practices Policy
Summary of Americans with Disability Act Policy
Scope of Work
Project Location
Instructions to Bidders
Call for Bids
Contract Section
*Bid Bond Form
*Dept. of Labor and Industries Certificate Registration
*Proposal and Combined Affidavit & Certificate Form: (Non-Collusion, Anti-Trust Claims, Minimum Wage)
*Schedule of Prices
*Acknowledgement of Receipt of Addenda
*Certification of Compliance with Wage Payment Statues
*Statement of Bidder’s Qualifications
Bond to the City of Renton
Fair Practices Policy Affidavit of Compliance
Contract Agreement (Contracts other than Federal – Aid FHWA)
Retainage Selection
Insurance Requirements
Wash.State Statement of Intent to Pay Prevailing Wages, Affidavit of Prevailing Wages Paid
Wash. State Prevailing Hourly Wage Rates Reference
Renton Certificate of Payment of Prevailing Wages
City of Renton SPECIAL PROVISIONS
WSDOT Amendments Reference
Traffic Control Information
Construction Plans (reduced 11x17)
Documents marked as follows must be submitted at the time noted and must be executed by the
Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be
signed. In the event another person has been duly authorized to execute contracts, a copy of the
corporation minutes establishing this authority must be attached to the bid document.
* Submit with Bid
Submit after Notice of Award
CITY OF RENTON - Public Works Department
06a-Scope 2019\
CITY OF RENTON
Rainier Ave North Culvert Improvement Project 2019
SWP-27-4031
SCOPE OF WORK
The work involved under the terms of this contract document shall be full and complete installation of
the facilities, as shown on the plans and as described in the construction specifications including the
installation of approximately 61 linear feet of 36-inch cured-in-place pipe (CIPP). Other related works
include the installation of temporary stormwater flow bypass, approximately 350 gallons of grout
(Invert Repair), temporay traffic control, stormwater pipe cleaning, closed circuit TV inspection, and site
restorations as necessary
The estimated project cost is $115,000 to $155,000.
A total of 45 working days is allowed for completion of the project.
For Bid Item Descriptions see Special Provisions Section 1-09.14
Any contractor connected with this project shall comply with all federal, state, county, and city codes
and regulations applicable to such work and perform the work in accordance with the plans and
specifications of this contract document.
ProjectLocationLegendCityandCountyLabelsCityandCountyBoundaryAddressesParcelsNetworkStructuresAccessRiserInletManholeUtilityVault.CleanOut•DischargePointsWaterQualityDetentionFacilitiesbPondTankVaultBioswaleWetlandOthertnrmwsterMstinsNotesNone0—I6403264FeetWGS_1984_Web_Mercator_Auxiliary_SphereFinance&ITDivisionInformationTechnology-GISRentonMapSupportRentonwagov7/22/2019ThismapisausergenemtcoiilnuthemmlIIsraelmapprisandisforreferenceonlyDaliiydietappemthismapmayormaynotbecurren-flrjnsreliabisTHISMAPISNOTTOBEUSEDFORNAVIGATION
INSTRUCTIONS TO BIDDERS
1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City
Clerk, Renton City Hall, until the time and date specified in the Call for Bids.
At this time the bids will be publicly opened and read, after which the bids will be considered and the
award made as early as practicable.
No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be
submitted on the forms attached hereto.
2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the
attention of the Project Engineer. Written addenda to clarify questions that arise may then be
issued.
No oral statements by Owner, Engineer, or other representative of the owner shall, in any way,
modify the contract documents, whether made before or after letting the contract.
Questions received less than 4 business days prior to the date of sealed bid submittal may not be
answered. The City will not be responsible for other explanations or interpretations of the bid
documents.
3 The work to be done is shown in the plans and / or specifications. Quantities are understood to be
only approximate. Final payment will be based on actual quantities and at the unit price bid. The City
reserves the right to add or to eliminate portions of that work as deemed necessary.
4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall
satisfy themselves as to the local conditions by inspection of the site.
5. The bid price for any item must include the performance of all work necessary for completion of that
item as described in the specifications.
6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of
errors, the unit price bid will govern. Illegible figures will invalidate the bid.
7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed
advantageous to the City to do so.
8. A certified check or satisfactory bid bond made payable without reservation to the Director of
Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall
accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following
the decision as to award of contract. The check of the successful bidder will be returned provided he
enters into a contract and furnishes a satisfactory performance bond covering the full amount of the
work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse
to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure.
9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the
City may request further information on particular points.
10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability
to satisfactorily perform the work.
11. Payment for this work will be made by check or electronic transfer
12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's
compensation, public liability, and property damage as identified within Special Provisions,
Specification Section 1-07.18 “Public Liability and Property Damage Insurance”.
13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart
type construction schedule for the project.
14. Before starting work under this contract, the Contractor is required to supply information to the City
of Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing
City of Renton Employees.
15. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage”.
16. Basis For Approval
The construction contract will be awarded by the City of Renton to the lowest, responsible,
responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid
forms to be considered responsive for award. The total price of all schedules will be used to
determine the successful low responsive bidder.
Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the
Bid to meet the needs of the City. The intent is to award to only one BIDDER.
17. Trench Excavation Safety Systems
As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a
depth of four feet, any contract therefor shall require adequate safety systems for the trench
excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter
49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs
of trench safety systems shall not be considered as incidental to any other contract item and any
attempt to include the trench safety systems as an incidental cost is prohibited.
18. Payment of Prevailing Wages
In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or
supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this
contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of
work regardless of any contractual relationship which may exist, or be alleged to exist, between the
CONTRACTOR and any laborers, workmen, mechanics or subconsultants.
The most recent issue of the prevailing wage rates are included within these specifications under
section titled “Prevailing Minimum Hourly Wage Rates”. The Contractor is Responsible for obtaining
updated issues of the prevailing wage rate forms as they become available during the duration of the
contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into
for work on this project.
19. Pollution Control Requirements
Work under this contract shall meet all local, state and federal requirements for the prevention of
environmental pollution and the preservation of public natural resources. The CONTRACTOR shall
conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall
comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in
performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air
Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials.
20. Standard Specifications
All work under this contract shall be performed in accordance with the following standard
specifications except as may be exempted or modified by the City of Renton Supplemental
Specifications, Special Provisions other sections of these contract documents. These standard
specifications are hereby made a part of this contract and shall control and guide all activities within
this project whether referred to directly, paragraph by paragraph, or not.
1. WSDOT/APWA "2018 Standard Specifications for Road, Bridge and Municipal Construction" and
"Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard
Specifications."
A. Any reference to "State," "State of Washington," "Department of Transportation,"
"WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified
to read "City of Renton," unless specifically referring to a standard specification or test
method.
B. All references to measurement and payment in the WSDOT/APWA standards shall be
detected and the measurement and payment provisions of Section 1-09.14, Measurement
and Payment (added herein) shall govern.
21. If a soils investigation has been completed, a copy may be included as an appendix to this document.
If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize
themselves adequately with the project site and existing subsurface condition as needed to submit
their bid. Upon approval of the City, the Bidder may make such subsurface explorations and
investigations as they see fit. The Bidder shall be responsible for protection of all existing facilities,
utilities and other buried or surface improvements and shall restore the site to the satisfaction of the
City.
22. Supplemental Responsible bidder Criteria
To be considered a responsible bidder, the bidder shall complete and submit the Statement of Bidder’s
Qualifications Form included in these contract documents. The Engineer may contact the references
listed by the low responsible bidder and the information provided assure that the low responsible
bidder is capable and competent of successfully executing the work under this contract.
23. Bidder’s Checklist
It is the responsibility of each bidder to ascertain if all the documents listed on the attached index
are included in their copy of the bid specifications. 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 bid opening time.
Have you submitted, as part of your bid, all documents marked in the index as “Submit With
Bid”?
Has bid bond or certified check been enclosed?
Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales
tax?
Has the proposal been signed?
Have you bid on ALL ITEMS and ALL SCHEDULES?
Have you submitted Certification of Compliance with Wage Payment Statutes Form?
Have you reviewed the Prevailing Wage Requirements?
Have you submitted Dept. of Labor and Industries Certificate of Registration Form?
Have you certified Receipt of Addenda, if any?
Have you submitted Statement of Bidder’s Qualification Form?
CAG-19-209CITYOFRENTONCALLFORBIDSRainierAveNorthCulvertImprovementProject2019SWP-27-4031Sealedbidswillbereceiveduntil2:30p.m.Monday,August12,2019,attheCityClerk’soffice,7thfloorandwillbeopenedandpubliclyreadinConferenceRoom#511onthe5thfloor,RentonCityHall,1055SouthGradyWay,RentonWA98057,fortheRainierAveNorthCulvertImprovementProject2019.Theworktobeperformedwithin45workingdaysfromthedateofcommencementunderthiscontractshallinclude,butnotbelimitedto:installapproximately61linearfeetof36inchcured-inplacepipe(CIPP).Otherworksincludetheinstallationoftemporarystormwaterflowbypasssystem,approximately350gallonofgrout(InvertRepair),temporarytrafficcontrol,CCWinspection,andsiterestorationasnecessary.Theestimatedprojectcostis$115,000to$155,000.TheCityreservestherighttorejectanyand/orallbidsandtowaiveanyand/orallinformalities.BiddocumentswillbeavailableJuly26,2019.Plans,specifications,addenda,andtheplanholderslistforthisprojectareavailableon-linethroughBuildersExchangeofWashington,Inc.,athttp://www.bxwa.com.Clickon“bxwa.com”;“PostedProjects”,“PublicWorks”,“CityofRenton”,“Project’sBidding”.(Note:Biddersareencouragedto“RegisterasaBidder,”inordertoreceiveautomaticemailnotificationoffutureaddendaandtobeplacedonthe“BiddersList.”).Shouldyourequiredfurtherassistance,contactBuilderExchangeofWashingtonat(425)258-1303.BiddersarenottocontacttheCityofRentonortheEngineertoobtainbiddingdocuments.Questionsabouttheprojectshallbeaddressedto,KenSrilofung,CityofRenton,PublicWorksDept.,1055GradyWay,FifthFloor,Renton,WA,98057,phone(425)430-7247,fax(425)430-7241.Acertifiedcheckorbidbondintheamountoffivepercent(5%)ofthetotalofeachbidmustaccompanyeachbid.Published:DailyJournalofCommerceDailyJournalofCommerceTheCity’sFairPractices,Non-Discrimination,andAmericanswithDisabilityActPoliciesshallapply.ClerkJuly26,2019August2,2019
ProposalBidBondKNOWALLMENBYTHESEPRESENTS,Thatwe,[Contractor]NordvindCompany,LLC____________of[address]1720LoraineSt.,Enumclaw,WA98022asPrincipal,and[Surety]PhiladelphiaIndemnityInsuranceCompanyacorporationdulyorganizedunderthelawsoftheStateofPennsylvaniaandauthorizedtodobusinessintheStateofWashington,asSurety,areheldandfirmlybounduntotheCityofRentoninthesumoffive(5)percentofthetotalamountofthebidproposalofsaidPrincipalfortheworkhereinafterdescribed,forthepaymentofwhich,wellandtrulytobemade,webindourselves,ourheirs,executors,administratorsandassigns,andsuccessorsandassigns,jointlyandseverally,firmlybythesepresents.Theconditionofthisbondissuch,thatwhereasthePrincipalhereinisherewithsubmittinghis/heroritssealedproposalforthefollowingproject,towit:RainierAveNorthCulvertImprovementProject2019SWP-27-4031saidbidandproposal,byreferencethereto,beingmadeaparthereof.NOW,THEREFORE,ifthesaidproposalbidbysaidPrincipalbeaccepted,andthecontractbeawardedtosaidPrincipal,andifsaidPrincipalshalldulymakeandenterintoandexecutesaidcontractandshallfurnishperformancebondasrequiredbytheCityofRentonwithinaperiodoften(10)daysfromandaftersaidaward,exclusiveofthedayofsuchaward,thenthisobligationshallbenullandvoid,otherwiseitshallremainandbeinfullforceandeffect.INTHEEVENTthePrincipal,followingaward,failstoexecuteanAgreementwiththeCityofRentoninaccordancewiththetermsoftheProposalandfurnishaperformancebondwithSuretyorSuretiesapprovedbytheCityofRentonwithinten(10)daysfromandaftersaidaward,thenPrincipalshallforfeittheBidBond/BidProposalDepositorSuretyshallimmediatelypayandforfeittotheCityofRentontheamountoftheProposalBidBond,assetforthinRCW35A.40.200andRCW35.23.352.INTESTIMONYWHEREOF,thePrincipalandSuretyhavecausedthesepresentstobesignedandsealedthis12thdayofAugust,2019NordvindCompany,LLC[Principal]I[Signatureofauthorizedofficial]w4J-[Title]ApprovedbytheCityAttorneyon6/03/13PhiladelphiaIndemnityInsuranceCompany[Surety]oCio[Signatureofauthorizedofficial]By:AliceonA.Keltner[Attorney-in-Fact]14205thAveSuite3510[Address]Seattle,WA98101(206)607-3352[TelephoneNumber]ProvidedtoBuildersExchangeofWA,Inc.ForusageConditionsAgreementseewww.bxwa.com-AlwaysVerifyScal
581PHILADELPHIAINDEMNITYINSURANCECOMPAN\OneBalaPlaza.SuitetOOBalaCynwyd,PA19004-0950PowerofAttorneyKNOWALLPERSONSBYTHESEPRESENTS:ThatPHILADELPHIAINDEMNITYINSURANCECOMPANY(theCompany),acorporationorganizedandexistingunderthelawsoftheCommonwealthofPennsylvania,doesherebyconstituteandappointCarleyEspiritu,ChristopherKinyon,CynthiaLJay,EricA.Zimmerman.JamesB.Binder,JamieL.Marques,KarenC.Swanson,KyleJosephHowat,AliceonA.Keltner,TamaraA.Ringeisen.AnneliesM.Richie,Heather1.AlIen.MaryS.Norrell,JacobT.HaddockandBrandonK.BushofBratrudMiddletonInsuranceBrokers,Inc.dbaPropelInsurance,itstrueandlawfulAttorney-in-factwithfullauthoritytoexecuteonitsbehalfbonds,undertakings,recognizancesandothercontractsofindemnityandwritingsobligatoryinthenaturethereof,issuedinthecourseofitsbusinessandtobindtheCompanythereby,inanamountnottoexceed$50,000,000.ThisPoerofAttorneyiserantedandissignedandsealedbyfacsimileunderandbtheauthorityofthefollowingResolutionadoptedbtheBoardofDirectorsofPHILADELPHIAINDEMNITYINSURANCECOMPANYonthe111ofNovember.2016.RESOLVED:ThattheBoardofDirectorsherebyauthorizesthePresidentoranyVicePresidentoftheCompany:(I)AppointAttomeytslinFactandauthorizetheAttomey(s)inFacttoexecuteonbehalfoftheCompanybondsandundertakings.contractsofndemnitandotherssritingsobligatoryinthenaturethereofandtoattachthesealoftheCompanythereto;and(2)toremove,atanytime,anysuchAttorney-in-Factandrevoketheauthoritygiven.And,beitFURTHERRESOLVED:ThatthesignaturesofsuchofficersandthesealoftheCompanymaybeaffixedtoanysuchPowerofAttorneyorcertificaterelatingtheretobyfacsimile,andanysuchPowerofAttorneysoexecutedandcertifiedbyfacsimilesignaturesandfacsimilesealshallbevalidandbindingupontheCompanyinthefuturewithrespecttoanybondorundertakingtowhichitisattached.INTESTIMONYWHEREOF,PHILADELPHIAINDEMNITYINSURANCECOMPANYHASCAUSEDTHISINSTRUMENTTOBESIGNEDANDITSCORPORATESEALTOBEAFFIXEDBYITSAUTHORIZEDOFFICETHIS27°DAYOFOCTOBER.2017.1927(Seal)RobertD.O’LearyJr.,President&CEOPhiladelphiaIndemnityInsuranceCompanyOnthis271dayofOctober,2017,beforemecametheindividualwhoexecutedtheprecedinginstrument,tomepersonallyknown,andbeingbymedulyswornsaidthatheisthethereindescribedandauthorizedofficerofthePHILADELPHIAINDEMNITYINSURANCECOMPANY;thatthesealaffixedtosaidinstrumentistheCorporatesealofsaidCompany;thatthesaidCorporateSealandhissignatureweredulyaffixed.VMl%’ft,,,“l.rt,T’gl.JIE..1)‘,.‘in.rNNotarPublic,‘\residingat:BalaCynwyd.PA(NotarySeal)Mycommissionexpires:September25.202II,EdwardSayago,CorporateSecretaryofPHILADELPHIAINDEMNITYINSURANCECOMPANY,doherebycertiFythattheforegoingresolutionoftheBoardofDirectorsandthePowerofAttorneyissuedpursuanttheretoonthe271dayofOctober,2017aretrueandcorrectandarestillinfullforceandeffect.IdofurthercertiFythatRobertD.O’LearyJr.,whoexecutedthePowerofAttorneyasPresident,wasonthedateofexecutionoftheattachedPowerofAttorneythedulyelectedPresidentofPHILADELPHIAINDEMNITYINSURANCECOMPANY.InTestimonyWhereofIhavesubscribedmynameandaffixedthefacsimilesealofeachCompanythisIX”dayofIh.M2I...A4—,207—z“.““——“‘‘—1927:EdwardSayago.CorporateSecretaryPHILADELPHIAINDEMNITYINSURANCECOMPANY
DepartmentofLaborandIndustriesCertificateofRegistrationNameonRegistration:RegisationNumber:____________________________________________ExpirationDate:‘_2_iNote:Acopyofthecertilicatewillberequestedaspartofcontractexecutionwhenprojectisawarded.
Proposal-Pagelof2CITYOFRENTONRainierAveNorthCulvertImprovementProject2019SWP-27-4031Proposal&CombinedAffidavit&CertificateFormTOTHECITYOFRENTONRENTON,WASHINGTONLadiesand/orGentlemen:Theundersignedherebycertifythatthebidderhasexaminedthesiteoftheproposedworkandhavereadandthoroughlyunderstandtheplans,specificationsandcontractgoverningtheworkembracedinthisimprovement,andthemethodbywhichpaymentwillbemadeforsaidwork,andherebyproposetoundertakeandcompletetheworkembracedinthisimprovement,orasmuchthereofascanbecompletedwiththemoneyavailable,inaccordancewiththesaidplans,specifications,contractandscheduleofprices.Theundersignedfurthercertifiesandagreestothefollowingprovisions:NON-COLLUSIONAFFIDAVITBeingdulysworn,deposesandsays,thatheistheidenticalpersonwhosubmittedtheforegoingproposalorbid,andthatsuchbidisgenuineandnotshamorcollusiveormadeintheinterestoronbehalfofanypersonnotthereinnamed,andfurther,thatthedeponenthasnotdirectlyinducedorsolicitedanyotherBidderontheforegoingworkorequipmenttoputinashambid,oranyotherpersonorcorporationtorefrainfrombidding,andthatdeponenthasnotinanymannersoughtbycollusiontosecuretohimselfortoanyotherpersonanyadvantageoverotherBidderorBidders.ANDCERTIFICATIONRE:ASSIGNMENTOFANTI-TRUSTCLAIMSTOPURCHASERVendorandpurchaserrecognizethatinactualeconomicpracticeoverchargesresultingfromanti-trustviolationsareinfactusuallybornebythepurchaser.Therefore,vendorherebyassignstopurchaseranyandallclaimsforsuchover-chargesastogoodsandmaterialspurchasedinconnectionwiththisorderorcontract,exceptastooverchargesresultingfromanti-trustviolationscommencingafterthedateofthebid,quotation,orothereventestablishingthepriceunderthisorderorcontract.Inaddition,vendorwarrantsandrepresentsthatsuchofhissuppliersandsubcontractorsshallassignanyandallsuchclaimstopurchaser,subjecttotheaforementionedexception.ANDMINIMUMWAGEAFFIDAVITFORMI,theundersigned,havingbeendulysworn,deposed,sayandcertifythatinconnectionwiththeperformanceoftheworkofthisproject,Iwillpayeachclassificationoflaborer,workman,ormechanicemployedintheperformanceofsuchwork;notlessthantheprevailingrateofwageornotlessthantheminimumrateofwagesasspecifiedintheprincipalcontract.Ihavereadtheaboveandforegoingstatementsandcertificate,knowthecontentsthereofandthesubstanceassetforththereinistruetomyknowledgeandbelief.
Proposal-Page2of2FOR:PROPOSAL,NONCOLLUSIONAFFIDAVIT,ASSIGNMENTOFANTI-TRUSTCLAIMSTOPURCHASERANDMINIMUMWAGEAFFIDAVITr)1putrtpC-oP1r17’NameofBidder’sFirmPrintedName:l2CYfRJ,Or(Signature:______________________________Address:?2-5F./1(J1LAJ14J1ZZContactName(pleaseprint):LLt’91Phone:Email:eu3{ookc0AiNamesofMembersofPartnership:ORv(L-<NameofBeet-ofeorportien—___________________________________________NmoffeuFEtJ?yufCoipujatiuri___________________________________________________CorporationOrganizedunderthelawsof—__________________________________________________WithMainOfficeinStateofWashingtonat_____________________________________________________Subscribedandsworntobeforemeonthis______dayof,2OjNX\Nota3’PublicinandfortheStateofWashingtonNota(Print)\Myappointmentexpires:_________________________p—’c9i%in&LF;fjA/3,LuW1?r1C1I1U(’IC(A(A)
CITYOFRENTONSCHEDULEOFPRICESRainierAveNorthCulvertImprovementProject2019SWP-274031SEESEC11ON1-O914OFTHESPECIALPROVISIONSFORBIDITEMS.Note:ShowUNITPRICEandTOTALAMOUNTinFIGURESonly.ITEMAPPROX.UNITPRICE*TOTALAMOUNT*NO.ITEMWITHUNITPRICEDBIDQUANTITYDollarsCentsDollarsCentsv1MobilizationILSPerLS£‘2TemporaryTrafficControlIti.3,)JJLSPerLSI3BypassPumpingILSPerLS4Grout(InvertRepair)350——GalPerGal536-InchCured-In-PlacePipeLiner61—“33LFPerLF6CCTVInspection15,-LSPerLSt,.,7PropertyRestoration1,iuLSPerLS8MinorChanges1$8000.00$8000.00EST.PerEST.SalesTaxRule171AppliesToThisProject(TaxExempt)TOTAL=$0(,5ScheduleofPricesPage1ofI
CITYOFRENTONRainierAveNorthCulvertImprovementProject2019SWP-27-4031ACKNOWLEDGEMENTOFRECEIPTOFADDENDABysigningbelow,BidderacknowledgesreceiptandunderstandingofthefollowingAddenda:ACKNOWLEDGEMENTOFRECEIPTOfADDENDANO.tDATE:_________________NO._____DATE:________________NO._____DATE:_________________NO._____DATE:_________________NO._____DATE:________________/77SIGNED:_________________________________TITLE:fl’Yl-nMC5C/z-cppNAMEOfCOMPANY:Cp’ADDRESS:I92Lo(iitfle51.CITY!STATE!ZIP:L(AvJW(‘?4OiLTELEPHONE:t‘.?L)
H:\File Sys\SWP - Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-4031 Rainier & Benson Culvert Replacement\1100
Design and Planning\1107 BXWA\Rainier Ave N. Culvert Improvement Project Addendum No.1
Rainier Ave North Culvert Improvement Project, SWP-27-4031
Addendum No. 1
Date of Issue: August 5, 2019
Date of bidding: August 12, 2019
Notice to All Planholders:
Addendum No. 1, containing the following revisions, additions, deletions and/or clarifications, is hereby made
part of the plans and Contract Provisions for the above-named project. Bidders shall take this addendum into
consideration when preparing and submitting their bids and shall be attached to the Contract Provisions.
Bidders shall acknowledge the receipt of this Addendum No. 1 in the place provided in the Acknowledgement of
Receipt of Addenda. Failure to do so may disqualify the bidders from consideration of its bid.
CONTRACT PROVISIONS
Change the word “ Raineir” to “Rainier” for the sheet 1 of 118.
22. Supplemental Responsible bidder Criteria, sheet 10 of 118; replace the word “responsible” with
“responsive” in the first sentence.
STATEMENT OF BIDDER’S QUALIFICATIONS, sheet 20 of 118; replace the word “responsible” with
“responsive.”
STATENEBT OF BIDDER’S QUALIFICATIONS, sheet 20 of 118; replace the word “must complete” with
“must have completed.”
ALL OTHER REQUIREMENTS OF THE CONTRACT PROVISIONS REMAIN IN EFFECT.
Date: August 5, 2019
Ken Srilofung, PE
Project Manager
ThisformmustbesubmittedwiththeBidProposalatthetimefordeliveryoftheBidProposal.CertificationofCompliancewithWagePaymentStatutesThebidderherebycertifiesthat,withinthethree-yearperiodimmediatelyprecedingthebidsolicitationdate,thebidderisnota“willful”violator,asdefinedinRCW49.48.082,ofanyprovisionofchapters49.46,49.48,or49.52RCW,asdeterminedbyafinalandbindingcitationandnoticeofassessmentissuedbytheDepartmentofLaborandIndustriesorthroughaciviljudgmententeredbyacourtoflimitedorgeneraljurisdiction.IcertifyunderpenaltyofperjuryunderthelawsoftheStateofWashingtonthattheforegoingistrueandcorrect.vr)OCAQ..rl’1’Bidder’sBusinessNameIt,‘7SignatureofAuthorizedOfficial*4cPrintedNameftY)ivJCU-TitleDateCityI.k-1L.LPtLAJStateCheckOne:SoleProprietorshipLIPartnershipLIJointVentureLICorporationLIStateofIncorporation,orifnotacorporation,Statewherebusinessentitywasformed:b,fciLLIfaco-partnership,givefirmnameunderwhichbusinessistransacted:*lfacorporation,proposalmustbeexecutedinthecorporatenamebythepresidentorvice-president(oranyothercorporateofficeraccompaniedbyevidenceofauthoritytosign),Ifaco-partnership,proposalmustbeexecutedbyapartner.TemplateUpdated12/29/2017
STATEMENTOFBIDDER’SQUALIFICATIONSTobeconsiderResponsibleBidder,withinten(10)yearspriortoBidOpening,thebidder’sSuperintendentandFormanmustcompleteatleastthreeprojectsthateachincludedconstructionofprojectsofsimilarsizeandmagnitudeoftheworkcontemplatedherein.Thoseprojectsshallbevaluedat$80,000dollarsorgreater,basedontheprojectconstructioncost.Bidder’sSuperintendentName:TSI’(1O’r’ExperienceProjectName/YearIProjectOwnerIContractAmountIOwner/ContactPersonPhoneNumberIProjectDescription(type,size,length,anddiameterofplpe(StormorSanitarySewerC)PPLinerInstallationProjectsC‘“jflpnL-(j121%•uFrch<k1t7D____c:tuIt4V’.ft(”ftt(9(1J,1))))J.p.i4”JtIt11iwfl-).isBidder’sFormanName:)LA.1’fIExperienceProjectName/YearIProjectOwnerContractAmountIOwner/ContactPersonPhoneNumberIProjectDescription(type,size,length,anddiameterofpipe)StormorSanitarySewerCIPPLinerInstallationProjects“
14-CONTRACT SECTION-Maplewd\
CONTRACT SECTION
INFORMATION ONLY
Rainier Ave North Culvert Improvement Project 2019
SWP-27-4031
The contract documents in this section must be executed and submitted by the successful Bidder
within ten (10) days following the Notice of Award.
Bond to the City of Renton
Fair Practices Policy Affidavit of Compliance
Contract Agreement (Contracts other than Federal - Aid FHWA)
Retainage Selection
BondNo.PB00499800157BONDTOTHECITYOFRENTONKNOWALLMENBYTHESEPRESENTS:/iikd‘‘titThatwe,theundersignedNordvind€ompeiy+teasprincipal,andPhiladelphiaIndemnityInsuranceCompanycorporationorganizedandexistingunderthelawsoftheStateofPennsylvaniaasasuretycorporation,andqualifiedunderthelawsoftheStateofWashingtontobecomesuretyuponbondsofcontractorswithmunicipalcorporations,assuretyarejointlyandseverallyheldandfirmlyboundtotheCityofRentoninthepenalsumofS106,75L58forthepaymentofwhichsumondemandwebindourselvesandoursuccessors,heirs,administratorsorpersonrepresentatives,asthecasemaybe.ThisobligationisenteredintoinpursuanceofthestatutesoftheStateofWashington,theOrdinanceoftheCityofRenton.DatedatSeattle,Washington,this19thdayofAugust,2019Nevertheless,theconditionsoftheaboveobligationaresuchthat:WHEREAS,underandpursuanttoPublicWorksConstructionContractCAG-19-209providingforconstructionofRainierAveNorthCulvertImprovementProject2019SWP-27-4031datedJuly2019.theprincipalisrequiredtofurnishabondforthefaithfulperformanceofthecontract;andWHEREAS,theprincipalhasaccepted,orisabouttoaccept,thecontract,andundertaketoperformtheworkthereinprovidedforinthemannerandwithinthetimesetforth;NOW,THEREFORE,iftheprincipalshallfaithfullyperformalloftheprovisionsofsaidcontractinthemannerandwithinthetimethereinsetforth,orwithinsuchextensionsoftimeasmaybegrantedundersaidcontract,andshallpayalllaborers,mechanics,subcontractorsandmaterialmen,andallpersonswhoshallsupplysaidprincipalorsubcontractorswithprovisionsandsuppliesforthecarryingonofsaidwork,andshallholdsaidCityofRentonharmlessfromanylossordamageoccasionedtoanypersonorpropertybyreasonofanycarelessnessornegligenceonthepartofsaidprincipal,oranysubcontractorintheperformanceofsaidwork,andshallindemnifyandholdtheCityofRentonharmlessfromanydamageorexpensebyreasonoffailureofperformanceasspecifiedinthecontractorfromdefectsappearingordevelopinginthematerialorworkmanshipprovidedorperformedunderthecontractwithinaperiodofoneyearafteritsacceptancethereofbytheCityofRenton,thenandinthateventthisobligationshallbevoid;butotherwiseitshallbeandremaininfullforceandeffect.ISignaturePhiladelphiaIndemnityInsuranceCompanySuretySignatureTitleAliceonA.Keltner,Attome”I
586PHILADE1pIJI4INDEMNITYCNSURANCECOMPANYOneBalaPlaza,Suite100BataCynwyd,PA19004-0950PowerofAttorneyKNOWALLPERSONSBYTHESEPRESENTS:ThatPHILADELPHIAINDEMNITYINSURANCECOMPANY(theCompanyLacorporationorganizedandexistingunderthelawsoftheCommonwealthofPennsylvania,doesherebyconstituteandappointCerleyEsoiritu.christopherCynthiaI..Jay,EricA.Zlmrnefrnfl.Jana±Binder.JamieLMarques.KarenC.Swanson.KyleJosephHowat.AliceonA.Keltner.TamaraA.Rineelsen.AnnellesM.RichIe.HeatherLAllen,MaryS.N!TllJacobr.HaddockandBrandonK.BushofBratrudMiddletonInsuranceBrokers.Inc.dbaPropelInsutaiice.itstrueandlawfulAttorney-in-factwithfullauthoritytoexecuteonitsbehalfbonds,undertakings,recognizancesandothercontractsofindemnityandwritingsobligatoryinthenaturethereof,issuedinthecourseofitsbusinessandtobindtheCompanythereby,inanamountnottoexceed$5O.000.000.ThisPowerofAttorneyisgrantedandissignedandsealedbyfacsimileunderandbytheauthorityofthefollowingResolutionadoptedbytheBoardofDirectorsofPHILADELPHIAINDEMNITYINSURANCECOMPANYontheW”ofNovember,2016.RESOL.VED:ThattheBoardofDirectorsherebyauthorizesthePresidentoranyVicePresidentoftheCompany:(I)AppointAttorney(s)inFactandauthorizetheAttorney(s)inFacttoexecuteonbehalfoftheCompanybondsandundertakings,contractsofindemnityandotherwritingsobligatoryinthenaturethereofandtoattachthesealoftheCompanythereto;and(2)toremove,atanytime,anysuchAttorney-in-factandrevoketheauthoritygiven.And,beitFURTHERRESOLVED:ThatthesignaturesofsuchofficersandthesealoftheCompanymaybeaffixedtoanysuchPowerofAttorneyorcertificaterelatingtheretobyfacsimile,andanysuchPowerofAttorneysoexecutedandcertifiedbyfacsimilesignaturesandfacsimilesealshallbevalidandbindingupontheCompanyinthefuturewithrespecttoanybondorundertakingtowhichitisattached.INTESTIMONYWHEREOF,PHILADELPHIAINDEMNITYINSURANCECOMPANYHASCAUSEDTHISINSTRUMENTTOBESIGNEDANDITSCORPORATESEALTOBEAFFIXEDBYITSAUTHORIZEDOFFICETHIS27DAYOFOCTOBER,2017.(Seal)RobertD.O’LearyJr.,President&CEOPhiladelphiaIndemnityInsuranceCompanyOnthis27dayofOctober,2017,beforemecametheindividualwhoexecutedtheprecedinginstrument,tomepersonallyknown,andbeingbymedulyswornsaidthatheisthethereindescribedandauthorizedofficerofthePHILADELPHIAINDEMNITYINSURANCECOMPANY:thatthesealaffixedtosaidinstrumentistheCorporatesealofsaidCompany;thatthesaidCorporateSealandhissignatureweredulyaffixed.NotaryPublic:___________________________________residingat:(Notarysi)mmissionexpires:MycoUBalaCvnwvd,PASeptember25.2021I,EdwardSayago,CorporateSecretaryofPHILADELPHIAINDEMNITYINSURANCECOMPANY,doherebycertiI’thattheforegoingresolutionoftheBoardofDirectorsandthePowerofAttorneyissuedpursuanttheretoonthe27dayofOctober,2017aretrueandcorrectandarestillinfullforceandeffect.IdofurthercertiI’•:thatRobertD.O’LearyJr.,whoexecutedthePowerofAttorneyasPresident,wasonthedateofexecutionoftheattachedPowerofAttorneythedulyelectedPresidentofPHILADELPHIAINDEMNITYINSURANCECOMPANY.InTestimonyWhereofIhavesubscribedmynameandaffixedthefacsimilesealofeachCompanythis)1’”ayof.,20_(f_EdwardSayago,CorporateSecretaryPHILADELPHIAINDEMNITYINSURANCECOMPANYI
CAG-19-209
G Y 0
t
9' NTOr�
AGREEMENT
c CONTRACT NO. 19-209
THIS AGREEMENT,made and entered into this /1, day of X '1,�i;t'r;r;2019 by and between the CITY OF RENTON,
Washington, a municipal corporation of the State of Washington, hereinafter referred to as "City" and Nordvind Sewer
Service, LLC, hereinafter referred to as"Contractor."
Now,therefore the parties agree as follows:
1. Agreement. This agreement incorporates the following documents as if fully set forth herein: the 2018 Standard
Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of
Transportation and the Washington State Chapter of the American Public Works Association,including all published
amendments issued by those organizations ("Standard Specifications"); the City's Contract Bid Documents for the
Project, including but not limited to Addenda, Proposal Form,Special Provisions, Contract Plans, and Amendments
to the Standard Specifications; Contractor's Proposal and all documents submitted therewith in response to the
City's Call for Bids Documents; and any additional documents referenced as comprising the Contract and Contract
Documents in Section 1-04.2 of the Standard Specifications, as revised by the Amendments and Special Provisions
included with the City's Call for Bids and Contract Documents.
2. Project. Contractor shall complete all work and furnish all labor, tools, materials, and equipment for the project
entitled RAINIER AVE NORTH CULVERT IMPROVEMENT PROJECT 2019, SWP-27-4031, including all changes to the
Work and force account work, in accordance with the Contract Documents, as described in Section 1-04.2 of the
Special Provisions.
3. Payments. City shall pay Contractor at the unit and lump sum prices, and by force account as specified in the
Proposal according to the Contract Documents as to time, manner, and condition of payment in a contract amount
not to exceed $106,751.58, unless modified by an approved change order or addendum. The payments to
Contractor include the costs for all labor,tools, materials and equipment for the Work.
4. Completion Date. Contract time shall commence upon City's Notice to Proceed to Contractor. The Work under this
Agreement shall be completed within the time specified in the Contract Bid Documents. If the Physical Work under
this Agreement is not completed within the time specified, Contractor shall pay liquidated damages and all
engineering inspection and supervision costs to City as specified in the Contract Bid Documents.
5. Attorney's Fees. In the event litigation is commenced to enforce this Agreement, the prevailing party shall be
entitled to recover its costs, including reasonable attorney's and expert witness fees.
6. Disclaimer. No liability of Contractor shall attach to City by reason of entering into this Agreement, except as
expressly provided in this Agreement.
7. Counterparts. This Agreement 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 City has caused these presents to be signed by its Mayor and attested by its City Clerk and
the Contractor has hereunto set his hand and seal the day and year first above-written.
CONTRACTOR: CITY OF NTON: `\\\\.� `;, 0���t �+�,,���
s
?. \`\.\
/1/
President/Partner/Owner Denis aw, Mayor *
ATTEST
Q
i`���r/
`NN
tEn`SEp" 6`
nto
0 /4 q �a �
Secretary son Seth,Ci C rk
FIRM INFORMATION
d/b/a Nordvind Sewer Service
CHECK ONE: ® Limited Liability Company ❑ Partnership I ❑ Corporation
STATE OF INCORPORATION: Washington
CONTRACTOR CONTACT INFORMATION: CITY CONTACT INFORMATION:
Nordvind Sewer Service, LLC City of Renton
1720 Loraine St 1055 South Grady Way
Enumclaw, WA 98022 Renton,WA 98057
Phone#360-825-5704 Surface Water Utility, Ken Srilofung,425-430-7247
Email,Fax nordvindsewer@outlook.com ksrilofung@rentonwa.gov Fax:425-430-7241
No Fax Number
Attention:
If business is a CORPORATION,the name of the corporation should be listed in full and both the President and Secretary must sign the
contract. OR, if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the City and made a
part of the contract document.
If the business is a PARTNERSHIP, the full name of each partner should be listed followed by d/b/a (doing business as) and firm or
trade name. Any one partner may sign the contract.
If the business is a limited Liability Company,an authorized managing member or manager must sign followed by his/her title.
Rainier Ave North Culvert Improvement Project 2019,SWP-27-4031 (Enter Agreement Name]
(Enter Date}
�Pye4}
Contract Template Updated 12/29/2017
Project Rainier Ave North Culvert Improvement Project 2019
SWP-4031 Engineers Estimate Nordvind Company Michels Corporation Allied Trenchless Westwater Construction Company
Bid Date August 12,2019,@ 2:30 pm
Item Unit Est. Unit Bid Unit Bid Unit Bid Unit Bid Unit Bid
No. Bid Item Description Quantity i Price Amount Price Amount 1 Price Amount Price Amount Price Amount
1 Mobilization LS 1 14,000.00 14,000.00 5,000.00 5,000.00 38,000.00 38,000.00 20,000.00 20,000.00 15,000.00 15,000.00
2 Temporary Traffic Control LS 1 12,000.00 12,000.00 10,000.00 10,000.00 11,187.00 11,187.00 10,000.00 10,000.00 20,000.00 20,000.00
3 Bypass Pumping LS 1 14,000.00 14,000.00 30,000.00 30,000.00 16,000.00 16,000.00 70,000.00 70,000.00 25,000.00 25,000.00
4 Grout(Invert Repair) Gal 350 110.00 38,500.00 14.29 5,001.50 18.00 6,300.00 5.00 1,750,00 25.00 8,750.00
5 36-inch Cured-In-Place Pipe Liner LF 61 600.00 36,600.00 553.28 33,750.08 650.00 39,650.00 400.00 24,400.00 1,000.00 61,000.00
6 CCTV Inspection LS 1 1,500.00 1,500.00 5,000.00 5,000.00 8,000.00 8,000.00 10,000.00 10,000.00 5,000.00 5,000.00
7 Property Restoration LS 1 3,000.00 3,000.00 10.000.00 10 000.00 7,800.00 7,800.00 500.00 500.00 10,000.00 10,000.00
8 Minor Changes EST. 1 8,000.00 8,000.00 8,000.00 8000.00 8,000.00 8,000.00 8,000.00 8,000.00 8,000.00 8,000.00
Sales Tax Rule 171 Applies(Tax Exempt) Total $127,600.00 Total $106,751.58 11 Total $134,937.00? Total $144,650.00 j Total $152,750.00
By fre-/"-- S53/-97),, r---
Ken Srilofung, Project Manager
Bid Tab-Rainier Ave N-2019 Page 1
CITYOFRENTONFAIRPRACTICESPOLICYAFFIDAVITOFCOMPUANCE—Lw,flsfrt(herebyconfirmsanddeclaresthat:(Nameofcontractor/subcontractor/consultant)I.Itisthepolicyoftheabove-namedcontractor/subcontractor/consultant,toofferequalopportunitytoallqualifiedemployeesandapplicantsforemploymentwithoutregardtotheirrace;religion/creed;nationalorigin;ancestry;sex;thepresenceofaphysical,sensory,ormentaldisability;ageover40;sexualorientationorgenderidentity;pregnancy;HIV/AIDSandHepatitisCstatus;useofaguidedog/serviceanimal;maritalstatus;parental/familystatus;militarystatus;orveteran’sstatus.II.Theabove-namedcontractor/subcontractor/consultantcomplieswithallapplicablefederal,stateandlocallawsgoverningnon-discriminationinemployment.Ill.Whenapplicable,theabove-namedcontractor/subcontractor/consultantwillseekoutandnegotiatewithminorityandwomencontractorsfortheawardofsubcontracts.5Z&.LQ,1]o,>PlPrintAgent/Representative’sNamePrintAgent/Reresentative’sTitleZ..•7Agent/Represenl’ative’sSignatureoijDateSignedInstructions:ThisdocumentMUSTbecompletedbyeachcontractor,subcontractor,consultantand/orsupplier.Includeorattachthisdocument(s)withthecontract.H:\FiIeSys\SWP-SurfaceWaterProjects\SWP-27-SurfaceWaterProjects(cIP)\27-2057MAPLEWOODBASIN\2019PondCleaning\1601SPECS-2019\16-Affidavit-FairPractices-FINAL2011.doc
CITYOFRENTONRainierAveNorthCulvertImprovementProject2019SWP-27-4031RETAINAGESELECTIONPerStandardSpecificationsSection1-09.9(1)Retainage,andRCW60.28,asumof5-percentofthemoniesearnedbytheContractorwillberetainedfromprogressestimates.Theretainagewillbeusedasatrustfundfortheprotectionandpaymentof(1)theStatewithrespecttotaxes,and(2)theclaimsofanypersonarisingundertheContract.RetainageshallbeplacedinafundheldbytheCity(non-interestbearing),unlesstheContractorselectsaoneoftheoptionslistedbelowandcompletesallarrangementsneededforthatoptiontothesatisfactionoftheCity.Otherretainagefundoptions:—1.DepositedbytheCityinanescrowaccount(interestbearing)inabank,mutualsavingsbank,orsavingsandloanassociation.DepositswillbeinthenameoftheCityandarenotallowedtobewithdrawnwithouttheCity’swrittenauthorization,or2.TheCity,atits’option,mayacceptabondfromtheContractorinlieuofretainage.IftheContractorselectsoption1or2itisfullyresponsibleforselectingthebankorassociationtobeused,andformakingallarrangementsandpayingallcostsassociatedwiththatoption.Allarrangementsandformsneededforoption1or2shallbesubmittedtotheCityforreviewandapproval.ReleaseoftheRetainagewillbemade60daysfollowingtheCompletionDateprovidedtheconditionsinSpecialProvisionsSection1-09.9(1),andapplicableStateRegulations,aremet.SIGNED:PRINTNAME:COMPANY:DATE:
BondNo.PB00499800158KNOWALLMENBYTHESEPRESENTS:ThatweNordvindC-eniy1±C(hereinaftercalledPrincipal),andPhiladelphiaIndemnityInsuranceCompanyacorporationorganizedanddoingbusinessunderandbyvirtueofthelawsofthestateofPennsylvaniaanddulylicensedforthepurposeofmaking,guaranteeingorbecomingsolesuretyuponbondsorundertakingsrequiredandauthorizedbytheStateofWashington,(frreinaftercalledSurety),asSurety,areheldfirmlybounduntoCityofRenton,(hereinaftercalledObligee)inthejustandfullsumofFiveThousandThreeHundredThirty-eightAndNo/l005,33$.O0)plus5%ofanyincreasesinthecontractamountthathaveoccurredormayoccur,duetochangeorders,increasesinthequantitiesortheadditionofanynewitemofworkTHECONDITIONSOFTHISOBLIGATIONARESUCHTHAT,Whereas,thesaidPrincipalonthe______dayof________________________enteredintoawrittencontractwiththesaidobligeeforRainierAveNorthCulvertImprovementProject2019SWP-27-4031,(‘AG-I9209whichsaidcontractisherebyreferredtoandmadeaparthereofbyreference.WHEREAS,PursuanttoChapter60.28RCW,theabovenamedPrincipalhasrequestedreleaseofretainedpercentageearnedorwhichmaybeearnedundersaidcontract,and,WHEREAS,theobligeeiswillingtoreleaseretainedpercentageinadvanceofcontracttermsrelatingtopaymentprovidedtheprincipalshallfilebondtoindemnifytheobligeeforallloss,costordamageswhichtheobligeemaysustainbyreasonofpaymentofretainagetotheprincipal,whichbondshallbesubjecttoallclaimsandliensinthesamemannerandsamepriorityasapplytotheretainagepercentagereleased,ortobereleased,NOW,THEREFORE,theconditionofthisobligationissuchthatiftheprincipalshallindemnifytheobligeeforallloss,costordamageswhichtheobligeemaysustainbyreasonofpaymentofretainedpercentagetotheprincipalthenthisobligationshallbenullandvoidunlessotherwisetoremaininfullforceandeffect.INWITNESSWHEREOF,saidprincipalandsaidSuretyhavecausedthesepresentstobedulysignedandsealed‘s_______dayofAugust2019NordvindcomPanY&”7PrincipalPhiladelphiaIndemnityInsuranceCompanyBy:O_Z.O..cciC’_.—AliceonA.KeltnerAttorney-In-Fact:.jçRELEASEOfRETMNAGEBONDOFCONTRACTORL171aI6••..
ThisPoverofAttorneyisgrantedandissivnedandseatedbyfacsimileunderandbytheauthoritofthetbllowingResolutionadoptedbytheBoardofDirectorsofPIIILAI)ELPHIAiNDEMNITYINSURANCECOMPANYonthel4’ofNovember,2016.RESOLVED:ThattheBoardorl)trectorsherehauthorizesthePresidentoranyVecPresidentoftheCompany:(1)AppointAttorney(s)inFactandauthoriretheAttorney(s)inFacttoexecuteonbehalfoftheCompanybondsandundertakings,contractsofindemnityandotherwrttingsobligatoryinthenaturethereofandtoattachthesealoftheCompanythereto;and(2)toremove,atanytime,anysuchAttorney-in-Factandrevoketheauthoritygiven.And,bettThatthesignaturesofsuchotlicersandthesealtftheCompanymaybeaffixedtoanystichPowerofAttorneyorcertificaterelatingtheretobyfacsimile,andanysuchPowerofAttorneysoexecutedandcertifiedbyfacsimilesignaturesandfacsimilesealshallbevalidandhtttdingupontheCompanyinthefuturewithrespecttoanybondorundertakingtov,hichitisattached.INTESTIMONYWHEREOF,PHILADELPHIAINDEMNITYINSURANCECOMPANYHASCAUSEDTHISINSTRUMENTTOBESIGNEDANDITSCORPORATESEALTOBEAFFIXEDBYITSAUTHORIZEDOFFICElS27T0DAYOFOCTOBER,2017.RobertD.OLearyJr..President&CEOPhiladelphiaIndemnityInsuranceCompanyOnthis27thdayofOctober,2017,beforemecametheindividualwhoexecutedtheprecedinginstrument,tomepersonallyknown,andbeingbymedulyswornsaidthatheisthethereindescribedandauthorizedofficerofthePillIAI)ELPII1AINDEMNITYINSURANCECOMPANY;thatthesealaffixedtosaidinstrumentistheCorporatesealofsaidCompany;thatthesaidCorporateSealandhissignatureweredulyaffixed.585PhILADELpHIAINDEMNITYINSURANCECOMPANYOneBajaPlaza,SuitelOt)BalaCynwydPA19004-0950PowerofAttorneyKNOWALLPERSONSBYThESEPRESENTS:ThatPHILADELPHIAINDEMNIWINSURANCECOMPANY(theCompany),acorporationorganizedandexistingunderthejawsoftheCommonwealthofPennsylvania,doesherebyconstituteandappoint.jeyEsplrftu,ChristobberKinyon,CynthiaU.3ev.EricA.Zimmerman.JamesB.JosephHowat,AileeonA.Keltner.Tarnpr?A.RineIsen,AnneIiesM.RlchI,HetherCAMen,Mary,S.tprrell.InsuranceBrokers.Inc.dbaPpelInsuranceitstrueandlawfulAttorney-in-factwithfullauthoritytoexecuteonitsbehalfbonds,undertakings,recognizancesandotherContractsofindemnityandwritingsobligatoryinthenaturethereof,issuedinthecourseofitsbusinessandtobindtheCompanythereby,inanamountnottoexceedFURThERRESOLVED:(Seal).t.s,ffavei,.%I.?.w,tnanm.mua(NotarySeal)NotaryPublic:residingat:BaliCynwyd.PAMycommissionexpires:Settcmber25.2021I,EdwardSayago,CorporateSecretaryofPHILADELPHIAINDEMNITYINSURANCECOMPANY,doherebycertifythattheforegoingresolutionoftheBoardofDirectorsandthePowerofAttorneyissuedpursuanttheretoonthe27dayofOctober,2017aretrueandcorrectandarestillinfullforceandeffect.Idofurthercerti1’thatRobertD.O’LearyJr.,whoexecutedthePowerofAttorneyasPresident,wasonthedateofexecutionoftheattachedPowerofAttorneythedulyelectedPresidentofPHILADELPHIAINDEMNITYINSURANCECOMPANY.InTestimonyWhereofIhavesubscribedmynameandaffixedthefacsimilesealofeachCompanythis“yof.-4\,ACLP—%,-tC,2Oj.EdwardSayago.CorporateSecretaryPHILADELPHIAINDEMNITYINSURANCECOMP
19a-Insurance Reqmts-Revised 6-17\
Insurance Requirements
See City of Renton Insurance Guidelines,
sample Acord Certificate, and sample Endorsement form
following this page.
Also see Special Provisions Section 1-07.18
The ACCORD Certificate holder should be address to:
City of Renton
ATTN: Ken Srilofung, Surface Water Utility
1055 South Grady Way
Renton, WA 98057
Insurance Guidelines for the City of Renton
The City of Renton typically requires current insurance certificates for one or more of
the following lines of coverage and minimum insurance limits:
$1,000,000 per occurrence and $2,000,000 aggregate for Commercial General
Liability (CGL) or Special Event coverage. Limits may be increased for higher than
usual or special liability exposures.
$1,000,000 combined single limit for Auto Liability. Required if a commercial
vehicle will be used in performance of work or delivery of products, beyond normal
commutes.
Proof of Workers’ Compensation coverage, as required by the State of Washington
(provide the Washington L&I or excess coverage policy number).
Excess Liability or Umbrella. Required only if needed to reach minimum CGL or auto
liability coverage limits.
$1,000,000 Professional Liability. Required if professional services (e.g. architect,
engineering, surveying, legal, or medical) are being provided to the city and if those
professional services are excluded from the CGL policy.
$1,000,000 Pollution Liability – Required if work involves a pollution risk to the
environment.
$1,000,000 per occurrence Aircraft Liability (including Property Damage Liability).
Required coverage for aircraft tie-down leases.
Requirements unique to the City of Renton:
Name the City of Renton as a Primary and Non-contributory Additional Insured on
the policy (only applies to Commercial General, Auto Liability, Excess/Umbrella,
Special Event, and Aircraft Liability policies).
The City shall be provided with written notice of any policy cancellation within a
minimum of two business days of receipt of such notice by the policy holder.
The city does not represent that the minimum required insurance coverage or limits
are adequate to protect the vendor/contractor/consultant from all liabilities.
Insurance certificate requirements and minimum limits can only be waived or
modified with Risk Manager approval.
The certificate holder should read:
City of Renton
ATTN: {enter your City contact’s name here and Department}
1055 South Grady Way
Renton, WA. 98057
Direct any questions, comments, or concerns to: Gary B. Lamb, Risk Manager
425.430.7669 - direct
425.430.7665 - fax
glamb@rentonwa.gov
Revised 5/18/17
INSR ADDL SUBR
LTR INSR WVD
DATE (MM/DD/YYYY)
PRODUCER CONTACT
NAME:
FAXPHONE
(A/C, No):(A/C, No, Ext):
E-MAIL
ADDRESS:
INSURER A :
INSURED INSURER B :
INSURER C :
INSURER D :
INSURER E :
INSURER F :
POLICY NUMBER
POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY)
COMMERCIAL GENERAL LIABILITY
AUTOMOBILE LIABILITY
UMBRELLA LIAB
EXCESS LIAB
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
AUTHORIZED REPRESENTATIVE
INSURER(S) AFFORDING COVERAGE NAIC #
Y / N
N / A
(Mandatory in NH)
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED?
EACH OCCURRENCE $
DAMAGE TO RENTED $PREMISES (Ea occurrence)CLAIMS-MADE OCCUR
MED EXP (Any one person)$
PERSONAL & ADV INJURY $
GENERAL AGGREGATE $GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP/OP AGG $
$
PRO-
OTHER:
LOCJECT
COMBINED SINGLE LIMIT
$(Ea accident)
BODILY INJURY (Per person)$ANY AUTO
OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS
AUTOS ONLY
HIRED PROPERTY DAMAGE $AUTOS ONLY (Per accident)
$
OCCUR EACH OCCURRENCE $
CLAIMS-MADE AGGREGATE $
DED RETENTION $$
PER OTH-
STATUTE ER
E.L. EACH ACCIDENT $
E.L. DISEASE - EA EMPLOYEE $
If yes, describe under
E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below
POLICY
NON-OWNED
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s).
COVERAGES CERTIFICATE NUMBER:REVISION NUMBER:
CERTIFICATE HOLDER CANCELLATION
© 1988-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03)
ACORDTM CERTIFICATE OF LIABILITY INSURANCE
Ohio Security Insurance Company
8/16/2019
Propel Insurance
Seattle Commercial Insurance
601 Union Street, Suite 3400
Seattle, WA 98101-1371
Rainey Lindholm
800 499-0933 866 577-1326
rainey.lindholm@propelinsurance.com
Nordvind Sewer Services LLC
1720 Loraine St
Enumclaw WA 98023
24082
A X
X
BKS59648686 04/28/2019 04/28/2020 1,000,000
1,000,000
15,000
1,000,000
2,000,000
2,000,000
A
X
X X
BAS59648686 04/28/2019 04/28/2020 1,000,000
A
N
BKS59648686
WA Stop Gap
04/28/2019 04/28/2020
1,000,000
1,000,000
1,000,000
A Lesed Rented
Equipment
BKS59648686 04/28/2019 04/28/2020 $150,000 Limit
$1,000 Ded
The General Liability, Auto Liability and Umbrella Liability policies include a blanket automatic
additional insured endorsement that provides additional insured status only when there is a written contract
between the named insured and the entity that requires such status.
RE: Bid Opening Rainier Ave North Culvert Improvement Project 2019, SWP-27-4031, CAG-19-209
City of Renton is included as Additionanl Insured per the attached.
City of Renton
Attn: Ken Srilofung
Surface Water Utility Engineer, 5" Floor
1055 S. Grady Way
Renton, WA 98057
1 of 1
#S3758758/M3625462
NORDSEWEClient#: 183963
JMT00
1 of 1
#S3758758/M3625462
This page has been left blank intentionally.
COMMERCIAL GENERAL LIABILITY
CG 88 10 04 13
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
COMMERCIAL GENERAL LIABILITY EXTENSION
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
INDEX
SUBJECT PAGE
NON-OWNED AIRCRAFT 2
NON-OWNED WATERCRAFT 2
PROPERTY DAMAGE LIABILITY – ELEVATORS 2
EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant’s Property Damage) 2
MEDICAL PAYMENTS EXTENSION 3
EXTENSION OF SUPPLEMENTARY PAYMENTS – COVERAGES A AND B 3
ADDITIONAL INSUREDS – BY CONTRACT, AGREEMENT OR PERMIT 3
PRIMARY AND NON-CONTRIBUTORY – ADDITIONAL INSURED EXTENSION 5
ADDITIONAL INSUREDS – EXTENDED PROTECTION OF YOUR “LIMITS OF INSURANCE” 6
WHO IS AN INSURED – INCIDENTAL MEDICAL ERRORS/MALPRACTICE AND WHO IS AN INSURED –
FELLOW EMPLOYEE EXTENSION – MANAGEMENT EMPLOYEES
6
NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES 7
FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES 7
KNOWLEDGE OF OCCURRENCE, OFFENSE, CLAIM OR SUIT 7
LIBERALIZATION CLAUSE 7
BODILY INJURY REDEFINED 7
EXTENDED PROPERTY DAMAGE 8
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US – 8
WHEN REQUIRED IN A CONTRACT OR AGREEMENT WITH YOU
© 2013 Liberty Mutual Insurance
CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 8
With respect to coverage afforded by this endorsement, the provisions of the policy apply unless modified by the
endorsement.
A. NON-OWNED AIRCRAFT
Under Paragraph 2. Exclusions of Section I – Coverage A - Bodily Injury And Property Damage Liability,
exclusion g. Aircraft, Auto Or Watercraft does not apply to an aircraft provided:
1. It is not owned by any insured;
2. It is hired, chartered or loaned with a trained paid crew;
3. The pilot in command holds a currently effective certificate, issued by the duly constituted authority of the
United States of America or Canada, designating her or him a commercial or airline pilot; and
4. It is not being used to carry persons or property for a charge.
However, the insurance afforded by this provision does not apply if there is available to the insured other valid and
collectible insurance, whether primary, excess (other than insurance written to apply specifically in excess of this
policy), contingent or on any other basis, that would also apply to the loss covered under this provision.
B. NON-OWNED WATERCRAFT
Under Paragraph 2. Exclusions of Section I – Coverage A – Bodily Injury And Property Damage Liability,
Subparagraph (2) of exclusion g. Aircraft, Auto Or Watercraft is replaced by the following:
This exclusion does not apply to:
(2) A watercraft you do not own that is:
(a) Less than 52 feet long; and
(b) Not being used to carry persons or property for a charge.
C. PROPERTY DAMAGE LIABILITY – ELEVATORS
1. Under Paragraph 2. Exclusions of Section I – Coverage A – Bodily Injury And Property Damage
Liability, Subparagraphs (3), (4) and (6) of exclusion j. Damage To Property do not apply if such
“property damage” results from the use of elevators. For the purpose of this provision, elevators do not
include vehicle lifts. Vehicle lifts are lifts or hoists used in automobile service or repair operations.
2. The following is added to Section IV – Commercial General Liability Conditions, Condition 4. Other
Insurance, Paragraph b. Excess Insurance:
The insurance afforded by this provision of this endorsement is excess over any property insurance,
whether primary, excess, contingent or on any other basis.
D. EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant’s Property Damage)
If Damage To Premises Rented To You is not otherwise excluded from this Coverage Part:
1. Under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury and Property Damage
Liability:
a. The fourth from the last paragraph of exclusion j. Damage To Property is replaced by the
following:
Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than
damage by fire, lightning, explosion, smoke, or leakage from an automatic fire protection system)
to:
(i) Premises rented to you for a period of 7 or fewer consecutive days; or
(ii) Contents that you rent or lease as part of a premises rental or lease agreement for a
period of more than 7 days.
Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" to contents of
premises rented to you for a period of 7 or fewer consecutive days.
A separate limit of insurance applies to this coverage as described in Section III – Limits of
Insurance.
© 2013 Liberty Mutual Insurance
CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 2 of 8
b. The last paragraph of subsection 2. Exclusions is replaced by the following:
Exclusions c. through n. do not apply to damage by fire, lightning, explosion, smoke or leakage
from automatic fire protection systems to premises while rented to you or temporarily occupied by
you with permission of the owner. A separate limit of insurance applies to Damage To Premises
Rented To You as described in Section III – Limits Of Insurance.
2. Paragraph 6. under Section III – Limits Of Insurance is replaced by the following:
6. Subject to Paragraph 5. above, the Damage To Premises Rented To You Limit is the most we will
pay under Coverage A for damages because of "property damage" to:
a. Any one premise:
(1) W hile rented to you; or
(2) W hile rented to you or temporarily occupied by you with permission of the owner
for damage by fire, lightning, explosion, smoke or leakage from automatic
protection systems; or
b. Contents that you rent or lease as part of a premises rental or lease agreement.
3. As regards coverage provided by this provision D. EXTENDED DAMAGE TO PROPERTY RENTED TO
YOU (Tenant's Property Damage) - Paragraph 9.a. of Definitions is replaced with the following:
9.a. A contract for a lease of premises. However, that portion of the contract for a lease of premises
that indemnifies any person or organization for damage by fire, lightning, explosion, smoke, or
leakage from automatic fire protection systems to premises while rented to you or temporarily
occupied by you with the permission of the owner, or for damage to contents of such premises
that are included in your premises rental or lease agreement, is not an "insured contract".
E. MEDICAL PAYMENTS EXTENSION
If Coverage C Medical Payments is not otherwise excluded, the Medical Payments provided by this policy are
amended as follows:
Under Paragraph 1. Insuring Agreement of Section I – Coverage C – Medical Payments,
Subparagraph (b) of Paragraph a. is replaced by the following:
(b) The expenses are incurred and reported within three years of the date of the accident; and
F. EXTENSION OF SUPPLEMENTARY PAYMENTS – COVERAGES A AND B
1. Under Supplementary Payments – Coverages A and B, Paragraph 1.b. is replaced by the following:
b. Up to $3,000 for cost of bail bonds required because of accidents or traffic law violations arising
out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have
to furnish these bonds.
2. Paragraph 1.d. is replaced by the following:
d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or
defense of the claim or “suit”, including actual loss of earnings up to $500 a day because of time
off from work.
G. ADDITIONAL INSUREDS - BY CONTRACT, AGREEMENT OR PERMIT
1. Paragraph 2. under Section II – Who Is An Insured is amended to include as an insured any person or
organization whom you have agreed to add as an additional insured in a written contract, written
agreement or permit. Such person or organization is an additional insured but only with respect to liability
for “bodily injury”, “property damage” or “personal and advertising injury” caused in whole or in part by:
a. Your acts or omissions, or the acts or omissions of those acting on your behalf, in the
performance of your on going operations for the additional insured that are the subject of the
written contract or written agreement provided that the “bodily injury” or “property damage” occurs,
or the “personal and advertising injury” is committed, subsequent to the signing of such written
contract or written agreement; or
© 2013 Liberty Mutual Insurance
CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 8
b. Premises or facilities rented by you or used by you; or
c. The maintenance, operation or use by you of equipment rented or leased to you by such person
or organization; or
d. Operations performed by you or on your behalf for which the state or political subdivision has
issued a permit subject to the following additional provisions:
(1) This insurance does not apply to “bodily injury”, “property damage”, or “personal and
advertising injury” arising out of the operations performed for the state or political
subdivision;
(2) This insurance does not apply to “bodily injury” or “property damage” included within the
“completed operations hazard”.
(3) Insurance applies to premises you own, rent, or control but only with respect to the
following hazards:
a) The existence, maintenance, repair, construction, erection, or removal of
advertising signs, awnings, canopies, cellar entrances, coal holes, driveways,
manholes, marquees, hoist away openings, sidewalk vaults, street banners, or
decorations and similar exposures; or
(b) The construction, erection, or removal of elevators; or
(c) The ownership, maintenance, or use of any elevators covered by this insurance.
However:
1. The insurance afforded to such additional insured only applies to the extent permitted by law; and
2. If coverage provided to the additional insured is required by a contract or agreement, the insurance
afforded to such additional insured will not be broader than that which you are required by the contract or
agreement to provide for such additional insured.
With respect to Paragraph 1.a. above, a person’s or organization’s status as an additional insured under this
endorsement ends when:
(1) All work, including materials, parts or equipment furnished in connection with such work,
on the project (other than service, maintenance or repairs) to be performed by or on
behalf of the additional insured(s) at the location of the covered operations has been
completed; or
(2) That portion of "your work" out of which the injury or damage arises has been put to its
intended use by any person or organization other than another contractor or subcontractor
engaged in performing operations for a principal as a part of the same project.
With respect to Paragraph 1.b. above, a person’s or organization’s status as an additional insured under this
endorsement ends when their written contract or written agreement with you for such premises or facilities ends.
With respects to Paragraph 1.c. above, this insurance does not apply to any “occurrence” which takes place after
the equipment rental or lease agreement has expired or you have returned such equipment to the lessor.
The insurance provided by this endorsement applies only if the written contract or written agreement is signed
prior to the "bodily injury" or "property damage".
We have no duty to defend an additional insured under this endorsement until we receive written notice of a “suit”
by the additional insured as required in Paragraph b. of Condition 2. Duties In the Event Of Occurrence,
Offense, Claim Or Suit under Section IV – Commercial General Liability Conditions.
© 2013 Liberty Mutual Insurance
CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 4 of 8
2. With respect to the insurance provided by this endorsement, the following are added to Paragraph 2.
Exclusions under Section I - Coverage A - Bodily Injury And Property Damage Liability:
This insurance does not apply to:
a. “Bodily injury” or “property damage” arising from the sole negligence of the additional insured.
b. “Bodily injury” or “property damage” that occurs prior to you commencing operations at the
location where such “bodily injury” or “property damage” occurs.
c. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering
of, or the failure to render, any professional architectural, engineering or surveying services,
including:
(1) The preparing, approving, or failing to prepare or approve, maps, shop drawings,
opinions, reports, surveys, field orders, change orders or drawings and specifications; or
(2) Supervisory, inspection, architectural or engineering activities.
This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the
supervision, hiring, employment, training or monitoring of others by that insured, if the “occurrence” which
caused the “bodily injury” or “property damage”, or the offense which caused the “personal and advertising
injury”, involved the rendering of, or the failure to render, any professional architectural, engineering or
surveying services.
d. "Bodily injury" or "property damage" occurring after:
(1) All work, including materials, parts or equipment furnished in connection with such work,
on the project (other than service, maintenance or repairs) to be performed by or on
behalf of the additional insured(s) at the location of the covered operations has been
completed; or
(2) That portion of "your work" out of which the injury or damage arises has been put to its
intended use by any person or organization other than another contractor or subcontractor
engaged in performing operations for a principal as a part of the same project.
e. Any person or organization specifically designated as an additional insured for ongoing operations
by a separate ADDITIONAL INSURED – OWNERS, LESSEES OR CONTRACTORS
endorsement issued by us and made a part of this policy.
3. With respect to the insurance afforded to these additional insureds, the following is added to Section III –
Limits Of Insurance:
If coverage provided to the additional insured is required by a contract or agreement, the most we will pay
on behalf of the additional insured is the amount of insurance:
a. Required by the contract or agreement; or
b. Available under the applicable Limits of Insurance shown in the Declarations;
whichever is less.
This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations.
H. PRIMARY AND NON-CONTRIBUTORY ADDITIONAL INSURED EXTENSION
This provision applies to any person or organization who qualifies as an additional insured under any form or
endorsement under this policy.
Condition 4. Other Insurance of SECTION IV – COMMERCIAL GENERAL LIABILITY CONDITIONS is
amended as follows:
a. The following is added to Paragraph a. Primary Insurance:
If an additional insured's policy has an Other Insurance provision making its policy excess, and
you have agreed in a written contract or written agreement to provide the additional insured
coverage on a primary and noncontributory basis, this policy shall be primary and we will not seek
contribution from the additional insured's policy for damages we cover.
© 2013 Liberty Mutual Insurance
CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 5 of 8
b. The following is added to Paragraph b. Excess Insurance:
When a written contract or written agreement, other than a premises lease, facilities rental
contract or agreement, an equipment rental or lease contract or agreement, or permit issued by a
state or political subdivision between you and an additional insured does not require this insurance
to be primary or primary and non-contributory, this insurance is excess over any other insurance
for which the additional insured is designated as a Named Insured.
Regardless of the written agreement between you and an additional insured, this insurance is
excess over any other insurance whether primary, excess, contingent or on any other basis for
which the additional insured has been added as an additional insured on other policies.
I. ADDITIONAL INSUREDS - EXTENDED PROTECTION OF YOUR “LIMITS OF INSURANCE”
This provision applies to any person or organization who qualifies as an additional insured under any form or
endorsement under this policy.
1. The following is added to Condition 2. Duties In The Event Of Occurrence, Offense, Claim or Suit:
An additional insured under this endorsement will as soon as practicable:
a. Give written notice of an "occurrence" or an offense that may result in a claim or “suit” under this
insurance to us;
b. Tender the defense and indemnity of any claim or “suit” to all insurers whom also have insurance
available to the additional insured; and
c. Agree to make available any other insurance which the additional insured has for a loss we cover
under this Coverage Part.
d. We have no duty to defend or indemnify an additional insured under this endorsement until we
receive written notice of a "suit" by the additional insured.
2. The limits of insurance applicable to the additional insured are those specified in a written contract or
written agreement or the limits of insurance as stated in the Declarations of this policy and defined in
Section III – Limits of Insurance of this policy, whichever are less. These limits are inclusive of and not
in addition to the limits of insurance available under this policy.
J. WHO IS AN INSURED - INCIDENTAL MEDICAL ERRORS / MALPRACTICE
WHO IS AN INSURED - FELLOW EMPLOYEE EXTENSION - MANAGEMENT EMPLOYEES
Paragraph 2.a.(1) of Section II - Who Is An Insured is replaced with the following:
(1) "Bodily injury" or "personal and advertising injury":
(a) To you, to your partners or members (if you are a partnership or joint venture), to your members
(if you are a limited liability company), to a co-"employee" while in the course of his or her
employment or performing duties related to the conduct of your business, or to your other
"volunteer workers" while performing duties related to the conduct of your business;
(b) To the spouse, child, parent, brother or sister of that co-"employee" or "volunteer worker" as a
consequence of Paragraph (1) (a) above;
(c) For which there is any obligation to share damages with or repay someone else who must pay
damages because of the injury described in Paragraphs (1) (a) or (b) above; or
(d) Arising out of his or her providing or failing to provide professional health care services. However,
if you are not in the business of providing professional health care services or providing
professional health care personnel to others, or if coverage for providing professional health care
services is not otherwise excluded by separate endorsement, this provision (Paragraph (d)) does
not apply.
© 2013 Liberty Mutual Insurance
CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 6 of 8
Paragraphs (a) and (b) above do not apply to “bodily injury” or “personal and advertising injury” caused by an
“employee” who is acting in a supervisory capacity for you. Supervisory capacity as used herein means the
“employee’s” job responsibilities assigned by you, includes the direct supervision of other “employees” of yours.
However, none of these “employees” are insureds for “bodily injury” or “personal and advertising injury” arising out
of their willful conduct, which is defined as the purposeful or willful intent to cause “bodily injury” or “personal and
advertising injury”, or caused in whole or in part by their intoxication by liquor or controlled substances.
The coverage provided by provision J. is excess over any other valid and collectable insurance available to your
“employee”.
K. NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES
Paragraph 3. of Section II - Who Is An Insured is replaced by the following:
3. Any organization you newly acquire or form and over which you maintain ownership or majority interest,
will qualify as a Named Insured if there is no other similar insurance available to that organization.
However:
a. Coverage under this provision is afforded only until the expiration of the policy period in which the
entity was acquired or formed by you;
b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you
acquired or formed the organization; and
c. Coverage B does not apply to "personal and advertising injury" arising out of an offense
committed before you acquired or formed the organization.
d. Records and descriptions of operations must be maintained by the first Named Insured.
No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture
or limited liability company that is not shown as a Named Insured in the Declarations or qualifies as an insured
under this provision.
L. FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES
Under Section IV – Commercial General Liability Conditions, the following is added to Condition 6.
Representations:
Your failure to disclose all hazards or prior “occurrences” existing as of the inception date of the policy
shall not prejudice the coverage afforded by this policy provided such failure to disclose all hazards or
prior “occurrences” is not intentional.
M. KNOWLEDGE OF OCCURRENCE, OFFENSE, CLAIM OR SUIT
Under Section IV – Commercial General Liability Conditions, the following is added to Condition 2. Duties In
The Event of Occurrence, Offense, Claim Or Suit:
Knowledge of an “occurrence”, offense, claim or “suit” by an agent, servant or “employee” of any insured
shall not in itself constitute knowledge of the insured unless an insured listed under Paragraph 1. of
Section II – Who Is An Insured or a person who has been designated by them to receive reports of
“occurrences”, offenses, claims or “suits” shall have received such notice from the agent, servant or
“employee”.
N. LIBERALIZATION CLAUSE
If we revise this Commercial General Liability Extension Endorsement to provide more coverage without additional
premium charge, your policy will automatically provide the coverage as of the day the revision is effective in your
state.
O. BODILY INJURY REDEFINED
Under Section V – Definitions, Definition 3. is replaced by the following:
3. “Bodily Injury” means physical injury, sickness or disease sustained by a person. This includes mental
anguish, mental injury, shock, fright or death that results from such physical injury, sickness or disease.
© 2013 Liberty Mutual Insurance
CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 7 of 8
P. EXTENDED PROPERTY DAMAGE
Exclusion a. of COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY is replaced by the
following:
a. Expected Or Intended Injury
"Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This
exclusion does not apply to "bodily injury" or “property damage” resulting from the use of
reasonable force to protect persons or property.
Q. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US – WHEN REQUIRED IN A
CONTRACT OR AGREEMENT WITH YOU
Under Section IV – Commercial General Liability Conditions, the following is added to Condition 8. Transfer
Of Rights Of Recovery Against Others To Us:
We waive any right of recovery we may have against a person or organization because of payments we make for
injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or
organization and included in the "products-completed operations hazard" provided:
1. You and that person or organization have agreed in writing in a contract or agreement that you waive such
rights against that person or organization; and
2. The injury or damage occurs subsequent to the execution of the written contract or written agreement.
© 2013 Liberty Mutual Insurance
CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 8 of 8
COMMERCIAL GENERAL LIABILITY
CG 88 60 12 08
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
EACH LOCATION GENERAL AGGREGATE LIMIT
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
A. For all sums which the insured becomes legally obligated to pay as damages caused by “occurrences”
under Section I – Coverage A - Bodily Injury And Property Damage Liability, and for all medical
expenses caused by accidents under Section I – Coverage C Medical Payments, which can be
attributed only to operations at a single “location” owned by or rented to you:
1. A separate Each Location General Aggregate Limit applies to each “location”, and that limit is
equal to the amount of the General Aggregate Limit shown in the Declarations.
2. The Each Location General Aggregate Limit is the most we will pay for the sum of all damages
under Coverage A, except damages because of “bodily injury” or “property damage” included in
the “products-completed operations hazard”, and for medical expenses under Coverage C
regardless of the number of:
a. Insureds;
b. Claims made or “suits” brought; or
c. Persons or organizations making claims or bringing “suits”.
3. Any payments made under Coverage A for damages or under Coverage C for medical expenses
shall reduce the Each Location General Aggregate Limit for that “location”. Such payments shall
not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any
other Each Location General Aggregate Limit for any other “location”.
4. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Expense
continue to apply. However, instead of being subject to the General Aggregate Limit shown in the
Declarations, such limits will be subject to the applicable Each Location General Aggregate Limit.
B. For all sums which the insured becomes legally obligated to pay as damages caused by “occurrences”
under Section I – Coverage A - Bodily Injury And Property Damage Liability, and for all medical
expenses caused by accidents under Section I – Coverage C Medical Payments, which cannot be
attributed only to operations at a single “location” owned by or rented to you:
1. Any payments made under Coverage A for damages or under Coverage C for medical expenses
shall reduce the amount available under the General Aggregate Limit or the Products-Completed
Operations Aggregate Limit, whichever is applicable; and
2. Such payments shall not reduce any Each Location General Aggregate Limit.
C. When coverage for liability arising out of the “products-completed operations hazard” is provided, any
payments for damages because of “bodily injury” or “property damage” included in the “products-
completed operations hazard” will reduce the Products-Completed Operations Aggregate Limit, and not
reduce the General Aggregate Limit nor the Each Location General Aggregate Limit.
D. For the purposes of this endorsement, the following definition is added to Section V – Definitions:
“Location” means premises involving the same or connecting lots, or premises whose connection is
interrupted only by a street, roadway, waterway or right-of-way of a railroad.
E. The provisions of Section III - Limits Of Insurance not otherwise modified by this endorsement shall
continue to apply as stipulated.
CG 88 60 12 08 Includes copyrighted material of ISO Properties, Inc., with its permission. Page 1 of 1
This page has been left blank intentionally.
COMMERCIAL AUTO
CA 88 10 01 10
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
BUSINESS AUTO COVERAGE ENHANCEMENT ENDORSEMENT
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
With respect to coverage afforded by this endorsement, the provisions of the policy apply unless modified by the
endorsement.
COVERAGE INDEX
SUBJECT PROVISION NUMBER
ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT 3
ACCIDENTAL AIRBAG DEPLOYMENT 12
AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS 18
AMENDED FELLOW EMPLOYEE EXCLUSION 5
AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE 13
BROAD FORM INSURED 1
BODILY INJURY REDEFINED 21
EMPLOYEES AS INSUREDS (including employee hired auto) 2
EXTENDED CANCELLATION CONDITION 22
EXTRA EXPENSE – BROADENED COVERAGE 10
GLASS REPAIR – WAIVER OF DEDUCTIBLE 15
HIRED AUTO PHYSICAL DAMAGE(including employee hired auto) 6
HIRED AUTO COVERAGE TERRITORY 20
LOAN / LEASE GAP 14
PARKED AUTO COLLISION COVERAGE (WAIVER OF DEDUCTIBLE) 16
PERSONAL EFFECTS COVERAGE 11
PHYSICAL DAMAGE – ADDITIONAL TRANSPORTATION EXPENSE COVERAGE 8
RENTAL REIMBURSEMENT 9
SUPPLEMENTARY PAYMENTS 4
TOWING AND LABOR 7
UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS 17
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US 19
SECTION II – LIABILITY COVERAGE is amended as follows:
1. BROAD FORM INSURED
SECTION II – LIABILITY COVERAGE, paragraph A.1. –WHO IS AN INSURED is amended to include the
following as an insured:
d. Any legally incorporated entity of which you own more than 50 percent of the voting stock during the
policy period. However, “insured” does not include any organization that:
(1) Is a partnership or joint venture; or
(2) Is an insured under any other automobile policy; or
(3) Has exhausted its Limit of Insurance under any other automobile policy.
Paragraph d. (2) of this provision does not apply to a policy written to apply specifically in excess of
this policy.
e. Any organization you newly acquire or form, other than a partnership or joint venture, of which you
own more than 50 percent of the voting stock. This automatic coverage is afforded only for 180 days
from the date of acquisition or formation. However, coverage under this provision does not apply:
(1) If there is similar insurance or a self-insured retention plan available to that organization;
CA 88 10 01 10 ©2010 Liberty Mutual Insurance Company. All rights reserved.
Includes copyrighted material of Insurance Services Office, with its permission. Page 1 of 7
(2) If the Limits of Insurance of any other insurance policy have been exhausted; or
(3) To “bodily injury” or “property damage” that occurred before you acquired or formed the
organization.
2. EMPLOYEES AS INSUREDS
SECTION II – LIABILITY COVERAGE, paragraph A.1. –WHO IS AN INSURED is amended to include the
following as an insured:
f. Any “employee” of yours while using a covered “auto” you do not own, hire or borrow but only for acts
within the scope of their employment by you. Insurance provided by this endorsement is excess over
any other insurance available to any “employee”.
g. An “employee” of yours while operating an “auto” hired or borrowed under a written contract or
agreement in that “employee’s” name, with your permission, while performing duties related to the
conduct of your business and within the scope of their employment. Insurance provided by this
endorsement is excess over any other insurance available to the “employee”.
3. ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT
SECTION II – LIABILITY COVERAGE, paragraph A.1. –WHO IS AN INSURED is amended to include the
following as an insured:
h. Any person or organization with respect to the operation, maintenance or use of a covered “auto”,
provided that you and such person or organization have agreed in a written contract, agreement, or
permit issued to you by governmental or public authority, to add such person, or organization, or
governmental or public authority to this policy as an “insured”.
However, such person or organization is an “insured”:
(1) Only with respect to the operation, maintenance or use of a covered “auto”;
(2) Only for “bodily injury” or “property damage” caused by an “accident” which takes place after you
executed the written contract or agreement, or the permit has been issued to you; and
(3) Only for the duration of that contract, agreement or permit
4. SUPPLEMENTARY PAYMENTS
SECTION II – LIABILITY COVERAGE, Coverage Extensions, 2.a. Supplementary Payments, paragraphs
(2) and (4) are replaced by the following:
(2) Up to $3,000 for cost of bail bonds (including bonds for related traffic violations) required because of
an “accident” we cover. We do not have to furnish these bonds.
(4) All reasonable expenses incurred by the insured at our request, including actual loss of earnings up
to $500 a day because of time off from work.
5. AMENDED FELLOW EMPLOYEE EXCLUSION
In those jurisdictions where, by law, fellow employees are not entitled to the protection afforded to the
employer by the workers compensation exclusivity rule, or similar protection, the following provision is
added:
SECTION II – LIABILITY, exclusion B.5. FELLOW EMPLOYEE does not apply if the “bodily injury” results
from the use of a covered “auto” you own or hire.
SECTION III – PHYSICAL DAMAGE COVERAGE is amended as follows:
6. HIRED AUTO PHYSICAL DAMAGE
Paragraph A.4. Coverage Extensions of SECTION III – PHYSICAL DAMAGE COVERAGE, is amended
by adding the following:
If hired “autos” are covered “autos” for Liability Coverage, and if Comprehensive, Specified Causes of
Loss or Collision coverage are provided under the Business Auto Coverage Form for any “auto” you own,
then the Physical Damage coverages provided are extended to “autos”:
a. You hire, rent or borrow; or
CA 88 10 01 10 ©2010 Liberty Mutual Insurance Company. All rights reserved.
Includes copyrighted material of Insurance Services Office, with its permission. Page 2 of 7
b. Your “employee” hires or rents under a written contract or agreement in that “employee’s” name, but
only if the damage occurs while the vehicle is being used in the conduct of your business,
subject to the following limit and deductible:
A. The most we will pay for “loss” in any one “accident” or “loss” is the smallest of:
(1) $50,000; or
(2) The actual cash value of the damaged or stolen property as of the time of the “loss”; or
(3) The cost of repairing or replacing the damaged or stolen property with other property of like kind
and quality,
minus a deductible.
B. The deductible will be equal to the largest deductible applicable to any owned “auto” for that
coverage.
C. Subject to the limit, deductible and excess provisions described in this provision, we will provide
coverage equal to the broadest coverage applicable to any covered “auto” you own.
D. Subject to a maximum of $750 per “accident”, we will also cover the actual loss of use of the hired
“auto” if it results from an “accident”, you are legally liable and the lessor incurs an actual financial
loss.
E. This coverage extension does not apply to:
(1) Any “auto” that is hired, rented or borrowed with a driver; or
(2) Any “auto” that is hired, rented or borrowed from your “employee”.
For the purposes of this provision, SECTION V – DEFINITIONS is amended by adding the following:
“Total loss” means a “loss” in which the cost of repairs plus the salvage value exceeds the actual cash
value.
7. TOWING AND LABOR
SECTION III – PHYSICAL DAMAGE COVERAGE, paragraph A.2. Towing, is amended by the addition of
the following:
We will pay towing and labor costs incurred, up to the limits shown below, each time a covered “auto”
classified and rated as a private passenger type, “light truck” or “medium truck” is disabled:
a. For private passenger type vehicles, we will pay up to $50 per disablement.
b. For “light trucks”, we will pay up to $50 per disablement. “Light trucks” are trucks that have a gross
vehicle weight (GVW) of 10,000 pounds or less.
c. For “medium trucks” , we will pay up to $150 per disablement. “Medium trucks” are trucks that have a
gross vehicle weight (GVW) of 10,001 – 20,000 pounds.
However, the labor must be performed at the place of disablement.
8. PHYSICAL DAMAGE- ADDITIONAL TRANSPORTATION EXPENSE COVERAGE
Paragraph A.4.a., Coverage Extension of SECTION III – PHYSICAL DAMAGE COVERAGE, is amended
to provide a limit of $50 per day and a maximum limit of $1,500
CA 88 10 01 10 ©2010 Liberty Mutual Insurance Company. All rights reserved.
Includes copyrighted material of Insurance Services Office, with its permission. Page 3 of 7
9. RENTAL REIMBURSEMENT
SECTION III – PHYSICAL DAMAGE COVERAGE, A. COVERAGE, is amended by adding the following:
a. We will pay up to $75 per day for rental reimbursement expenses incurred by you for the rental of an
“auto” because of “accident” or “loss”, to an “auto” for which we also pay a “loss” under
Comprehensive, Specified Causes of Loss or Collision Coverages. We will pay only for those
expenses incurred after the first 24 hours following the “accident” or “loss” to the covered “auto.”
b. Rental Reimbursement will be based on the rental of a comparable vehicle, which in many cases may
be substantially less than $75 per day, and will only be allowed for the period of time it should take to
repair or replace the vehicle with reasonable speed and similar quality, up to a maximum of 30 days.
c. We will also pay up to $500 for reasonable and necessary expenses incurred by you to remove and
replace your tools and equipment from the covered “auto”.
d. This coverage does not apply unless you have a business necessity that other “autos” available for
your use and operation cannot fill.
e. If “loss” results from the total theft of a covered “auto” of the private passenger type, we will pay under
this coverage only that amount of your rental reimbursement expenses which is not already provided
under Paragraph 4. Coverage Extension.
f. No deductible applies to this coverage.
For the purposes of this endorsement provision, materials and equipment do not include “personal
effects” as defined in provision 11.
10. EXTRA EXPENSE - BROADENED COVERAGE
Under SECTION III – PHYSICAL DAMAGE COVERAGE, A. COVERAGE, we will pay for the expense of
returning a stolen covered “auto” to you. The maximum amount we will pay is $1,000.
11. PERSONAL EFFECTS COVERAGE
A. SECTION III – PHYSICAL DAMAGE COVERAGE, A. COVERAGE, is amended by adding the
following:
If you have purchased Comprehensive Coverage on this policy for an “auto” you own and that “auto”
is stolen, we will pay, without application of a deductible, up to $600 for “personal effects” stolen with
the “auto.”
The insurance provided under this provision is excess over any other collectible insurance.
B. SECTION V – DEFINITIONS is amended by adding the following:
For the purposes of this provision, “personal effects” mean tangible property that is worn or carried by
an insured.” “Personal effects” does not include tools, equipment, jewelry, money or securities.
12. ACCIDENTAL AIRBAG DEPLOYMENT
SECTION III – PHYSICAL DAMAGE COVERAGE, B. EXCLUSIONS is amended by adding the following:
If you have purchased Comprehensive or Collision Coverage under this policy, the exclusion for “loss”
relating to mechanical breakdown does not apply to the accidental discharge of an airbag.
Any insurance we provide shall be excess over any other collectible insurance or reimbursement by
manufacturer’s warranty. However, we agree to pay any deductible applicable to the other coverage or
warranty.
13. AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE
SECTION III – PHYSICAL DAMAGE COVERAGE, B. EXCLUSIONS, exception paragraph a. to
exclusions 4.c. and 4.d. is deleted and replaced with the following:
CA 88 10 01 10 ©2010 Liberty Mutual Insurance Company. All rights reserved.
Includes copyrighted material of Insurance Services Office, with its permission. Page 4 of 7
Exclusion 4.c. and 4.d. do not apply to:
a. Electronic equipment that receives or transmits audio, visual or data signals, whether or not designed
solely for the reproduction of sound, if the equipment is permanently installed in the covered “auto” at
the time of the “loss” and such equipment is designed to be solely operated by use of the power from
the “auto’s” electrical system, in or upon the covered “auto” and physical damage coverages are
provided for the covered “auto”; or
If the “loss” occurs solely to audio, visual or data electronic equipment or accessories used with this
equipment, then our obligation to pay for, repair, return or replace damaged or stolen property will be
reduced by a $100 deductible.
14. LOAN / LEASE GAP COVERAGE
A. Paragraph C., LIMIT OF INSURANCE of SECTION III – PHYSICAL DAMAGE COVERAGE is
amended by adding the following:
The most we will pay for a “total loss” to a covered “auto” owned by or leased to you in any one
“accident” is the greater of the:
1. Balance due under the terms of the loan or lease to which the damaged covered “auto” is subject
at the time of the “loss” less the amount of:
a. Overdue payments and financial penalties associated with those payments as of the date of
the “loss”,
b. Financial penalties imposed under a lease due to high mileage, excessive use or abnormal
wear and tear,
c. Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance
purchased with the loan or lease,
d. Transfer or rollover balances from previous loans or leases,
e. Final payment due under a “Balloon Loan”,
f. The dollar amount of any unrepaired damage which occurred prior to the “total loss” of a
covered “auto”,
g. Security deposits not refunded by a lessor,
h. All refunds payable or paid to you as a result of the early termination of a lease agreement or
as a result of the early termination of any warranty or extended service agreement on a
covered “auto”,
i. Any amount representing taxes,
j. Loan or lease termination fees; or
2. The actual cash value of the damage or stolen property as of the time of the “loss”.
An adjustment for depreciation and physical condition will be made in determining the actual cash
value at the time of the “loss”. This adjustment is not applicable in Texas.
B. ADDITIONAL CONDITIONS
This coverage applies only to the original loan for which the covered “auto” that incurred the loss
serves as collateral, or lease written on the covered “auto” that incurred the loss.
C. SECTION V – DEFINTIONS is changed by adding the following:
As used in this endorsement provision, the following definitions apply:
“Total loss” means a “loss” in which the cost of repairs plus the salvage value exceeds the actual
cash value.
A “balloon loan” is one with periodic payments that are insufficient to repay the balance over the term
of the loan, thereby requiring a large final payment.
CA 88 10 01 10 ©2010 Liberty Mutual Insurance Company. All rights reserved.
Includes copyrighted material of Insurance Services Office, with its permission. Page 5 of 7
15. GLASS REPAIR - WAIVER OF DEDUCTIBLE
Paragraph D. Deductible of SECTION III – PHYSICAL DAMAGE COVERAGE is amended by the
addition of the following:
No deductible applies to glass damage if the glass is repaired rather than replaced.
16. PARKED AUTO COLLISION COVERAGE (WAIVER OF DEDUCTIBLE)
Paragraph D. Deductible of SECTION III – PHYSICAL DAMAGE COVERAGE is amended by the
addition of the following:
The deductible does not apply to “loss” caused by collision to such covered “auto” of the private
passenger type or light weight truck with a gross vehicle weight of 10,000 lbs. or less as defined by the
manufacturer as maximum loaded weight the “auto” is designed to carry while it is:
a. In the charge of an “insured”;
b. Legally parked; and
c. Unoccupied.
The “loss” must be reported to the police authorities within 24 hours of known damage.
The total amount of the damage to the covered “auto” must exceed the deductible shown in the
Declarations.
This provision does not apply to any “loss” if the covered “auto” is in the charge of any person or
organization engaged in the automobile business.
SECTION IV – BUSINESS AUTO CONDITIONS is amended as follows:
17. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS
SECTION IV- BUSINESS AUTO CONDITIONS, Paragraph B.2. is amended by adding the following:
If you unintentionally fail to disclose any hazards, exposures or material facts existing as of the inception
date or renewal date of the Business Auto Coverage Form, the coverage afforded by this policy will not
be prejudiced.
However, you must report the undisclosed hazard of exposure as soon as practicable after its discovery,
and we have the right to collect additional premium for any such hazard or exposure.
18. AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT, OR LOSS
SECTION IV – BUSINESS AUTO CONDITIONS, paragraph A.2.a. is replaced in its entirety by the
following:
a. In the event of “accident”, claim, “suit” or “loss”, you must promptly notify us when it is known to:
1. You, if you are an individual;
2. A partner, if you are a partnership;
3. Member, if you are a limited liability company;
4. An executive officer or the “employee” designated by the Named Insured to give such notice, if
you are a corporation.
To the extent possible, notice to us should include:
(1) How, when and where the “accident” or “loss” took place;
(2) The “insureds” name and address; and
(3) The names and addresses of any injured persons and witnesses.
19. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US
SECTION IV – BUSINESS AUTO CONDITIONS, paragraph A.5., Transfer of Rights of Recovery Against
Others to Us, is amended by the addition of the following:
If the person or organization has waived those rights before an “accident” or “loss”, our rights are waived
also.
CA 88 10 01 10 ©2010 Liberty Mutual Insurance Company. All rights reserved.
Includes copyrighted material of Insurance Services Office, with its permission. Page 6 of 7
20. HIRED AUTO COVERAGE TERRITORY
SECTION IV – BUSINESS AUTO CONDITIONS, paragraph B.7., Policy Period, Coverage Territory, is
amended by the addition of the following:
f. For “autos” hired 30 days or less, the coverage territory is anywhere in the world, provided that the
insured’s responsibility to pay for damages is determined in a “suit”, on the merits, in the United
States, the territories and possessions of the United States of America, Puerto Rico or Canada or in a
settlement we agree to.
This extension of coverage does not apply to an “auto” hired, leased, rented or borrowed with a
driver.
SECTION V – DEFINITIONS is amended as follows:
21. BODILY INJURY REDEFINED
Under SECTION V – DEFINTIONS, definition C. is replaced by the following:
“Bodily injury” means physical injury, sickness or disease sustained by a person, including mental
anguish, mental injury, shock, fright or death resulting from any of these at any time.
COMMMON POLICY CONDITIONS
22. EXTENDED CANCELLATION CONDITION
COMMON POLICY CONDITIONS, paragraph A.– CANCELLATION condition applies except as follows:
If we cancel for any reason other than nonpayment of premium, we will mail to the first Named Insured
written notice of cancellation at least 60 days before the effective date of cancellation. This provision
does not apply in those states which require more than 60 days prior notice of cancellation.
CA 88 10 01 10 ©2010 Liberty Mutual Insurance Company. All rights reserved.
Includes copyrighted material of Insurance Services Office, with its permission. Page 7 of 7
This page has been left blank intentionally.
PREVAILING MINIMUM HOURLY
WAGE RATES
City of Renton Certification of
Payment of Prevailing Wages Form
State Intent Example
State Affidavit Example
Washington State Prevailing Wage Rate Reference
21b-City-Cert-PrevailingWages\
CERTIFICATION OF PAYMENT OF PREVAILING WAGES
Date: ______________
Ref: Pay Estimate No. Final
Project _ Maplewood Creek and Madsen Creek Sediment Basin Cleaning
Project 2019, SWP-27-2057 __
CAG No. _______________
This is to certify that the prevailing wages have been paid to our employees and our subcontractors'
employees for the period
from _________________________________ through __________________________,
in accordance with the Statements of Intent to Pay Prevailing Wage filed with the Washingt on State
Department of Labor & Industries. This form will be executed and submitted to the City of Renton
prior to or with the last pay request.
Company Name
By:
Title:
List of Subcontractors Used on the Project:
DepartmentofLaborandIndustriesPrevailingWage(360)902-5335www.lni.wa.eov/TradesLicensine/PrevWaee•Thisformbetypedorprintedinink.•Fillinallblanksortheformwillbereturnedforcorrection(seeinstructions).•Pleaseallowaminimumof10workingdaysforprocessing.•Onceapproved,yourformwillbepostedonlineatlsttt,s:J/fortress.v’a.pov/lniIpv’iapuh/SearchFor.aspYourCompanyInformationYourCompanyNameABCCompany.Inc.YourAddress1234MainStreetCityStateZip+4OlympiaWA98501-1234YourContractorRegistrationNumberYourUBINumberABCCl0I23AA123456789YourtndustrialInsuranceAccountNumber111,111—IlYourEmailAddress(requiredfornotificationofapproval)YourPhoneNumberprevailingwage@Ini.wa.gov(555)555-5555AdditionalDetailsNOTICE:Iftheprimecontractisatacostofoveronemilliondollars($1,000,000.00),RCW39.04.370requiresyoutocompletetheEHB2805(RCV39.04.370)AddendumandattachittoyourAffidavitofWagesofPaidwhenyourworkontheprojectconcludes.Thisisonlyanotice.TheEHB2805AddendumisnotsubmittedwiththisIntent.SAMPLE-F700-029-000StatementoftntenttoPayPrevaitingWages03-2011STATEMENTOFINTENTTOPAYPREVAILINGWAGESPublicWorksContract$40.00FilingFeeRequiredIntentID#(AssignedbyL&I)________________AwardingAgencyInformationfiProjectNameContractNumberRoadRepair2011-OIBAwardingAeicyContactName‘honeNumberJohnDoe”[L(555)555-5555CountyWhereorkWillBePerformedCityWhereWorkWillBePerformedThurston.IOlympiaA.€ontractDetailsYourExpectedJobStanDate(mm/dd/yyyy)BidDueDate(PrimeContractor’s)AwardDate(PrimeContractor’s)01/01/2011/01/201008/10/2010JobSiteAddress/Directions‘IndicateTotalDollarAmountofYourContract(includingStateStreet@PlumStreetsalestax)ortimeandmaterials,ifapplicable.Si00000ARRAFunds.WeatherizationorEnergyEfficientFundsDoesthisprojectutilizeAmericanRecoveryandReinvestmentAct(ARRDoesthisprojectutilizeanyweatherizationorenergyefficiencyupgradefundsLIYesNo(ARRAorotherwise)?LIYesNoPrimeContractorsCompanyInformation,.iHiring(ontractorsCoinpanInformationPrimeContractorsCompanyNamePniCottrIntentNun1rH(nnContracwrsCompanyNamcXYZCompany,Inc.I245(ISu’Pavers,Inc.PrimeContractor’sRegistrationNumberPrimeConthtr’sHilingContractor’sContractorRegistrationNumberHiringContractor’sUBINumberXYZIN*0I23AA987654321SUPERPAI23AA321456987mploymentInformation‘JDoyouintendtouseANYsubcontractoCYes[[[fWillemployeesperformworkonthisproject?YesUNoWillALLworkbesubcontracted?DYesNoDoyouintendtouseapprenticeemployees?Yesi:NoNumberofOwner/Opettorswhoownatleast30%ofthecompknrWhowillperformworkontheprojectLINone(0)One(1)LITwo(2)LIThree(3)Crafts/Trades/upations—(Donotlistapprentices.TheyarelistedontheAffidavitofWagesPaidonly.)RateofHourly(H..NumberofRateofHourlyIfanemployeetorksinmorethanonetrade,ensurethatallhoursworkedineachtradearereportedbelow.Usual(“Fringe,:1,,*WorkersPayForadditional4a(ts/trades/ocpaIfl$:pieaseuseAddendumA.BenefitsLaborerJ23928500PowerEquipmentOperator-AsphaltP1Operator148.042.35•!!%LL’TruckDriver-AsphaltMix(d11s)146.470.001jj1,SignatureBlockIherebycertifythatIhavereadandunderstandtheinstructionstocompletethisformandthattheinformation,includinganyaddenda.arecorrectandthatallworkersIemployonthisPublicWorksProjectwillbepaidnolessthanthePrevailingWageRate(s)asdeternunedbytheIndustrialStatisticianoftheDepartmentofLaborandIndustries.ApprovedbysignatureoftheDepartmentofLaborandIndustriesIndustrialStatisticianPrintName:PrintTitle:Signature:Date:ForL&IUseOnlyI
DepartmentofLaborandIndustriesPrevailingWageProgram(360)902-5335www,lni.wa.ciov/TradesLjcensjng/PrevWaoe•Thisformmustbetypedorprintedinink.•FillinALLblanksortheformwillbereturnedforcorrection(seeinstructions).•Pleaseallowaminimumof10workingdaysforprocessing.•Onceapproved,yourformwillbepostedonlineathttps://fortress.wa.eov/lni/pviapub/SearchFor.aspYourCompanyInformationYourCompanyNameABCCompanyYourAddress1234MainStreetCityStateZip+4OlympiaWA98501-1234YourContractorRegistrationNumberYourUBINumberABCCI’0123AA123456789YourIndustrialInsuranceAccountNumber111,111—11AFFIDAVITOFWAGESPAIDPublicWorksContract$40.00FilingFeeRequiredAffidavitID#(AssignedbyL&I):SAMPLEAwardingAgencyInformationAdditionalI)etailsYourEmailAddress(requiredfornotificationofapproval)YourPhoneNumberprevailinwage@lni.wa.ov(555)555-5555ProjectNameContractNumberRoadRepair123-456AwardingAgencyWAStDepartmentofTransportationAwardingAgencyAddressPGBox123CityStateZip+4OlympiaWA98501AwardingAgencyContactNamePhoneNumberJohnDoe(555)555-5555CountyWhereWorkWasPerformedCityWhereWorkWasPerformedThurstonOlympiaContractDetailsBidDueDate(PrimeContractor’s)AwardDate(PrimeContractor’s)1/1/20111/5/2011JobSiteAddress/DirectionsPlumandStateStreetlotirJobStartDate(mmlddlyvyy)YourDateWorkCompleted(mmldd/yyyy)2/1/20113/1/2011YourApprovedIntentID#123456IndicateTotalDollarAmountofYourContract(includingsalestax).$10,000.00EHB2805(RCW39.04.370)—IsthePrimeContractor’soYesNo—IfyouansweredYes”totheEHI32805questionandtheAwardDaleis9/1/2010orContractatacostofoveronemilliondollars($1,000,000)?—lateryoumustcompleteandsubmittheEHB2805(RCW39.04.370)Addendum.ARRAFundsWeatherizationorEnergyEfficientFundsDoesthisprojectutilizeAmericanRecoveryandReinvestmentAct(ARRA)funds?DoesthisprojectutilizeanyweatherizationorenergyefficiencyupgradefundsLIYesNo(ARRAorotherwise)?LIYesNoPrimeContractor’sCompanyInformationHiringContractor’sCompanyInformationPrimeContractor’sCompanyNameHiringContractor’sCompanyNameXYZCompanyCBACompanyPrimeContractor’sRegistrationNumberPrimeContractor’sUBINumberHiringContractor’sRegistrationNumberHinngContractor’sUBINumberXYZCP0123AA987654321—CBACI*0123AA456789123EmploymentInformationDidyouuseANYsubcontractors?LIYes(AddendumBReguired)NoDidemployeesperformworkonthisproject?YesLINoWasALLworksubcontracted?LIYes(AddendumBReguired)NoDidyouuseapprenticeemployees?LIYesNoNumberofOwner/Operatorswhoownatleast30%ofthecompanywhoperformedworkonthisproject:LINone(0)One(I)LITwo(2)LIThree(3)YoumustlisttheFirstandLastName(s)ofanyOwner/OperatorperformingworkbelowListyourCrafts/Trades/OccupationsBelow-ForJourneyLevelWorkersyoumustNumberofTotal#ofHoursRateofHourlyRateofHourlyprovidealloftheinformationbelow.Owner/Operators-mustprovidetheirFirstandLastWorkersWorkedPayUsual(“Fringe”)namenootherinformationrequired.**Apprenticesarenotrecordedbelow.YoumustBenefitsuseAddendumDtolistApprentices.GeneralLabor215341.238.54Carpenter521052.2610.13SignatureBlockIherebycertifythatIhavereadandunderstandtheinstructionstocompletethisformandthatthenformationontheformandanyaddendaiscorrectandthatallworkersIemployedonthisPublicWorksProjectwerepaidnolessthanthePrevailingWageRate(s)asdeterminedbytheIndustrialStatisticianoftheDepanmentofLaborandIndustries.PrintName:JaneDoePrintTitle:BookkeeperSignature:Date:3/5/2011ForL&IUseOnlyAPPROVED:DepartmentofLaborandIndustriesByIndustrialStatisticianSAMPLE-F700-007-000AffidavitofWagesPaid3-2011
24a-State Prevailing Wages Reference\
WASHINGTON STATE PREVAILING WAGE RATES
FOR PUBLIC WORKS CONTRACTS
REFERENCE
The State of Washington Prevailing Wage Rates applicable for this public works contract, which is
located in _King_ County, may be found at the following website address of the Department of Labor
and Industries: https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx .
Check with the Department of Labor and Industries for any questions regarding Prevailing Wage
Rates, and for a copy of all trade classifications.
Based on the bid submittal deadline for this project, the applicable effective date for prevailing wages
for this project is August 2019.
A copy of the applicable prevailing wages rates is also available for viewing at the office of the
Owner, located at _Renton City Hall, 1055 South Grady Way, Renton, Washington.
Upon request, the Owner will mail a hard copy of the applicable prevailing wage rates for this project.
State of Washington
Department of Labor & Industries
Prevailing Wage Section - Telephone 360-902-5335
PO Box 44540, Olympia, WA 98504-4540
Washington State Prevailing Wage
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate
of fringe benefits. On public works projects, worker's wage and benefit rates must add to
not less than this total. A brief description of overtime calculation requirements are
provided on the Benefit Code Key.
Journey Level Prevailing Wage Rates for the Effective Date: 08/12/2019
County Trade Job Classification Wage Holiday Overtime Note *Risk
Class
King Asbestos Abatement
Workers
Journey Level $46.57 5D 1H View
King Boilermakers Journey Level $66.54 5N 1C View
King Brick Mason Journey Level $57.32 5A 1M View
King Brick Mason Pointer-Caulker-Cleaner $57.32 5A 1M View
King Building Service Employees Janitor $24.63 5S 2F View
King Building Service Employees Traveling
Waxer/Shampooer
$25.08 5S 2F View
King Building Service Employees Window Cleaner (Non-
Scaffold)
$28.13 5S 2F View
King Building Service Employees Window Cleaner (Scaffold)$29.03 5S 2F View
King Cabinet Makers (In Shop)Journey Level $22.74 1 View
King Carpenters Acoustical Worker $60.04 5D 4C View
King Carpenters Bridge, Dock And Wharf
Carpenters
$60.04 5D 4C View
King Carpenters Carpenter $60.04 5D 4C View
King Carpenters Carpenters on Stationary
Tools
$60.17 5D 4C View
King Carpenters Creosoted Material $60.14 5D 4C View
King Carpenters Floor Finisher $60.04 5D 4C View
King Carpenters Floor Layer $60.04 5D 4C View
King Carpenters Scaffold Erector $60.04 5D 4C View
King Cement Masons Journey Level $60.07 7A 4U View
King Divers & Tenders Bell/Vehicle or
Submersible Operator
(Not Under Pressure)
$113.60 5D 4C View
King Divers & Tenders Dive Supervisor/Master $76.33 5D 4C View
King Divers & Tenders Diver $113.60 5D 4C 8V View
King Divers & Tenders Diver On Standby $71.33 5D 4C View
King Divers & Tenders Diver Tender $64.71 5D 4C View
King Divers & Tenders Manifold Operator $64.71 5D 4C View
Page 1 of 20
08/22/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
King Divers & Tenders Manifold Operator Mixed
Gas
$69.71 5D 4C View
King Divers & Tenders Remote Operated Vehicle
Operator/Technician
$64.71 5D 4C View
King Divers & Tenders Remote Operated Vehicle
Tender
$60.29 5A 4C View
King Dredge Workers Assistant Engineer $56.44 5D 3F View
King Dredge Workers Assistant Mate (Deckhand)$56.00 5D 3F View
King Dredge Workers Boatmen $56.44 5D 3F View
King Dredge Workers Engineer Welder $57.51 5D 3F View
King Dredge Workers Leverman, Hydraulic $58.67 5D 3F View
King Dredge Workers Mates $56.44 5D 3F View
King Dredge Workers Oiler $56.00 5D 3F View
King Drywall Applicator Journey Level $58.48 5D 1H View
King Drywall Tapers Journey Level $59.32 5P 1E View
King Electrical Fixture
Maintenance Workers
Journey Level $30.59 5L 1E View
King Electricians - Inside Cable Splicer $81.32 7C 4E View
King Electricians - Inside Cable Splicer (tunnel)$87.37 7C 4E View
King Electricians - Inside Certified Welder $78.55 7C 4E View
King Electricians - Inside Certified Welder (tunnel)$84.34 7C 4E View
King Electricians - Inside Construction Stock Person $41.49 7C 4E View
King Electricians - Inside Journey Level $75.80 7C 4E View
King Electricians - Inside Journey Level (tunnel)$81.32 7C 4E View
King Electricians - Motor Shop Journey Level $45.08 5A 1B View
King Electricians - Powerline
Construction
Cable Splicer $79.60 5A 4D View
King Electricians - Powerline
Construction
Certified Line Welder $72.98 5A 4D View
King Electricians - Powerline
Construction
Groundperson $47.94 5A 4D View
King Electricians - Powerline
Construction
Heavy Line Equipment
Operator
$72.98 5A 4D View
King Electricians - Powerline
Construction
Journey Level Lineperson $72.98 5A 4D View
King Electricians - Powerline
Construction
Line Equipment Operator $62.06 5A 4D View
King Electricians - Powerline
Construction
Meter Installer $47.94 5A 4D 8W View
King Electricians - Powerline
Construction
Pole Sprayer $72.98 5A 4D View
King Electricians - Powerline
Construction
Powderperson $54.55 5A 4D View
King Electronic Technicians Journey Level $50.57 7E 1E View
King Elevator Constructors Mechanic $94.22 7D 4A View
King Elevator Constructors Mechanic In Charge $101.73 7D 4A View
King Fabricated Precast
Concrete Products
All Classifications - In-
Factory Work Only
$18.25 5B 1R View
Page 2 of 20
08/22/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
King Fence Erectors Fence Erector $41.45 7A 3I View
King Fence Erectors Fence Laborer $41.45 7A 3I View
King Flaggers Journey Level $41.45 7A 3I View
King Glaziers Journey Level $64.56 7L 1Y View
King Heat & Frost Insulators And
Asbestos Workers
Journeyman $73.58 5J 4H View
King Heating Equipment
Mechanics
Journey Level $82.51 7F 1E View
King Hod Carriers & Mason
Tenders
Journey Level $50.42 7A 3I View
King Industrial Power Vacuum
Cleaner
Journey Level $12.00 1 View
King Inland Boatmen Boat Operator $61.41 5B 1K View
King Inland Boatmen Cook $56.48 5B 1K View
King Inland Boatmen Deckhand $57.48 5B 1K View
King Inland Boatmen Deckhand Engineer $58.81 5B 1K View
King Inland Boatmen Launch Operator $58.89 5B 1K View
King Inland Boatmen Mate $57.31 5B 1K View
King Inspection/Cleaning/Sealing
Of Sewer & Water Systems
By Remote Control
Cleaner Operator, Foamer
Operator
$31.49 1 View
King Inspection/Cleaning/Sealing
Of Sewer & Water Systems
By Remote Control
Grout Truck Operator $12.00 1 View
King Inspection/Cleaning/Sealing
Of Sewer & Water Systems
By Remote Control
Head Operator $24.91 1 View
King Inspection/Cleaning/Sealing
Of Sewer & Water Systems
By Remote Control
Technician $19.33 1 View
King Inspection/Cleaning/Sealing
Of Sewer & Water Systems
By Remote Control
Tv Truck Operator $20.45 1 View
King Insulation Applicators Journey Level $60.04 5D 4C View
King Ironworkers Journeyman $70.68 7N 1O View
King Laborers Air, Gas Or Electric
Vibrating Screed
$48.90 7A 3I View
King Laborers Airtrac Drill Operator $50.42 7A 3I View
King Laborers Ballast Regular Machine $48.90 7A 3I View
King Laborers Batch Weighman $41.45 7A 3I View
King Laborers Brick Pavers $48.90 7A 3I View
King Laborers Brush Cutter $48.90 7A 3I View
King Laborers Brush Hog Feeder $48.90 7A 3I View
King Laborers Burner $48.90 7A 3I View
King Laborers Caisson Worker $50.42 7A 3I View
King Laborers Carpenter Tender $48.90 7A 3I View
King Laborers Caulker $48.90 7A 3I View
King Laborers Cement Dumper-paving $49.81 7A 3I View
King Laborers Cement Finisher Tender $48.90 7A 3I View
Page 3 of 20
08/22/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
King Laborers Change House Or Dry
Shack
$48.90 7A 3I View
King Laborers Chipping Gun (under 30
Lbs.)
$48.90 7A 3I View
King Laborers Chipping Gun(30 Lbs. And
Over)
$49.81 7A 3I View
King Laborers Choker Setter $48.90 7A 3I View
King Laborers Chuck Tender $48.90 7A 3I View
King Laborers Clary Power Spreader $49.81 7A 3I View
King Laborers Clean-up Laborer $48.90 7A 3I View
King Laborers Concrete Dumper/chute
Operator
$49.81 7A 3I View
King Laborers Concrete Form Stripper $48.90 7A 3I View
King Laborers Concrete Placement Crew $49.81 7A 3I View
King Laborers Concrete Saw
Operator/core Driller
$49.81 7A 3I View
King Laborers Crusher Feeder $41.45 7A 3I View
King Laborers Curing Laborer $48.90 7A 3I View
King Laborers Demolition: Wrecking &
Moving (incl. Charred
Material)
$48.90 7A 3I View
King Laborers Ditch Digger $48.90 7A 3I View
King Laborers Diver $50.42 7A 3I View
King Laborers Drill Operator
(hydraulic,diamond)
$49.81 7A 3I View
King Laborers Dry Stack Walls $48.90 7A 3I View
King Laborers Dump Person $48.90 7A 3I View
King Laborers Epoxy Technician $48.90 7A 3I View
King Laborers Erosion Control Worker $48.90 7A 3I View
King Laborers Faller & Bucker Chain Saw $49.81 7A 3I View
King Laborers Fine Graders $48.90 7A 3I View
King Laborers Firewatch $41.45 7A 3I View
King Laborers Form Setter $48.90 7A 3I View
King Laborers Gabian Basket Builders $48.90 7A 3I View
King Laborers General Laborer $48.90 7A 3I View
King Laborers Grade Checker & Transit
Person
$50.42 7A 3I View
King Laborers Grinders $48.90 7A 3I View
King Laborers Grout Machine Tender $48.90 7A 3I View
King Laborers Groutmen (pressure)
including Post Tension
Beams
$49.81 7A 3I View
King Laborers Guardrail Erector $48.90 7A 3I View
King Laborers Hazardous Waste Worker
(level A)
$50.42 7A 3I View
King Laborers Hazardous Waste Worker
(level B)
$49.81 7A 3I View
King Laborers $48.90 7A 3I View
Page 4 of 20
08/22/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
Hazardous Waste Worker
(level C)
King Laborers High Scaler $50.42 7A 3I View
King Laborers Jackhammer $49.81 7A 3I View
King Laborers Laserbeam Operator $49.81 7A 3I View
King Laborers Maintenance Person $48.90 7A 3I View
King Laborers Manhole Builder-mudman $49.81 7A 3I View
King Laborers Material Yard Person $48.90 7A 3I View
King Laborers Motorman-dinky
Locomotive
$49.81 7A 3I View
King Laborers Nozzleman (concrete
Pump, Green Cutter When
Using Combination Of High
Pressure Air & Water On
Concrete & Rock,
Sandblast, Gunite,
Shotcrete, Water Bla
$49.81 7A 3I View
King Laborers Pavement Breaker $49.81 7A 3I View
King Laborers Pilot Car $41.45 7A 3I View
King Laborers Pipe Layer Lead $50.42 7A 3I View
King Laborers Pipe Layer/tailor $49.81 7A 3I View
King Laborers Pipe Pot Tender $49.81 7A 3I View
King Laborers Pipe Reliner $49.81 7A 3I View
King Laborers Pipe Wrapper $49.81 7A 3I View
King Laborers Pot Tender $48.90 7A 3I View
King Laborers Powderman $50.42 7A 3I View
King Laborers Powderman's Helper $48.90 7A 3I View
King Laborers Power Jacks $49.81 7A 3I View
King Laborers Railroad Spike Puller -
Power
$49.81 7A 3I View
King Laborers Raker - Asphalt $50.42 7A 3I View
King Laborers Re-timberman $50.42 7A 3I View
King Laborers Remote Equipment
Operator
$49.81 7A 3I View
King Laborers Rigger/signal Person $49.81 7A 3I View
King Laborers Rip Rap Person $48.90 7A 3I View
King Laborers Rivet Buster $49.81 7A 3I View
King Laborers Rodder $49.81 7A 3I View
King Laborers Scaffold Erector $48.90 7A 3I View
King Laborers Scale Person $48.90 7A 3I View
King Laborers Sloper (over 20")$49.81 7A 3I View
King Laborers Sloper Sprayer $48.90 7A 3I View
King Laborers Spreader (concrete)$49.81 7A 3I View
King Laborers Stake Hopper $48.90 7A 3I View
King Laborers Stock Piler $48.90 7A 3I View
King Laborers Tamper & Similar Electric,
Air & Gas Operated Tools
$49.81 7A 3I View
King Laborers $49.81 7A 3I View
Page 5 of 20
08/22/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
Tamper (multiple & Self-
propelled)
King Laborers Timber Person - Sewer
(lagger, Shorer & Cribber)
$49.81 7A 3I View
King Laborers Toolroom Person (at
Jobsite)
$48.90 7A 3I View
King Laborers Topper $48.90 7A 3I View
King Laborers Track Laborer $48.90 7A 3I View
King Laborers Track Liner (power)$49.81 7A 3I View
King Laborers Traffic Control Laborer $44.33 7A 3I 8R View
King Laborers Traffic Control Supervisor $44.33 7A 3I 8R View
King Laborers Truck Spotter $48.90 7A 3I View
King Laborers Tugger Operator $49.81 7A 3I View
King Laborers Tunnel Work-Compressed
Air Worker 0-30 psi
$107.60 7A 3I 8Q View
King Laborers Tunnel Work-Compressed
Air Worker 30.01-44.00 psi
$112.63 7A 3I 8Q View
King Laborers Tunnel Work-Compressed
Air Worker 44.01-54.00 psi
$116.31 7A 3I 8Q View
King Laborers Tunnel Work-Compressed
Air Worker 54.01-60.00 psi
$122.01 7A 3I 8Q View
King Laborers Tunnel Work-Compressed
Air Worker 60.01-64.00 psi
$124.13 7A 3I 8Q View
King Laborers Tunnel Work-Compressed
Air Worker 64.01-68.00 psi
$129.23 7A 3I 8Q View
King Laborers Tunnel Work-Compressed
Air Worker 68.01-70.00 psi
$131.13 7A 3I 8Q View
King Laborers Tunnel Work-Compressed
Air Worker 70.01-72.00 psi
$133.13 7A 3I 8Q View
King Laborers Tunnel Work-Compressed
Air Worker 72.01-74.00 psi
$135.13 7A 3I 8Q View
King Laborers Tunnel Work-Guage and
Lock Tender
$50.52 7A 3I 8Q View
King Laborers Tunnel Work-Miner $50.52 7A 3I 8Q View
King Laborers Vibrator $49.81 7A 3I View
King Laborers Vinyl Seamer $48.90 7A 3I View
King Laborers Watchman $37.67 7A 3I View
King Laborers Welder $49.81 7A 3I View
King Laborers Well Point Laborer $49.81 7A 3I View
King Laborers Window Washer/cleaner $37.67 7A 3I View
King Laborers - Underground
Sewer & Water
General Laborer &
Topman
$48.90 7A 3I View
King Laborers - Underground
Sewer & Water
Pipe Layer $49.81 7A 3I View
King Landscape Construction Landscape Laborer $37.67 7A 3I View
King Landscape Construction Landscape Operator $63.76 7A 3K 8X View
King Landscape Maintenance Groundskeeper $17.87 1 View
King Lathers Journey Level $58.48 5D 1H View
King Marble Setters Journey Level $57.32 5A 1M View
Page 6 of 20
08/22/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
King Metal Fabrication (In Shop)Fitter $15.86 1 View
King Metal Fabrication (In Shop)Laborer $12.00 1 View
King Metal Fabrication (In Shop)Machine Operator $13.04 1 View
King Metal Fabrication (In Shop)Painter $12.00 1 View
King Metal Fabrication (In Shop)Welder $15.48 1 View
King Millwright Journey Level $61.54 5D 4C View
King Modular Buildings Cabinet Assembly $12.00 1 View
King Modular Buildings Electrician $12.00 1 View
King Modular Buildings Equipment Maintenance $12.00 1 View
King Modular Buildings Plumber $12.00 1 View
King Modular Buildings Production Worker $12.00 1 View
King Modular Buildings Tool Maintenance $12.00 1 View
King Modular Buildings Utility Person $12.00 1 View
King Modular Buildings Welder $12.00 1 View
King Painters Journey Level $42.50 6Z 2B View
King Pile Driver Crew Tender/Technician $64.71 5D 4C View
King Pile Driver Hyperbaric Worker -
Compressed Air Worker
0-30.00 PSI
$74.87 5D 4C View
King Pile Driver Hyperbaric Worker -
Compressed Air Worker
30.01 - 44.00 PSI
$79.87 5D 4C View
King Pile Driver Hyperbaric Worker -
Compressed Air Worker
44.01 - 54.00 PSI
$83.87 5D 4C View
King Pile Driver Hyperbaric Worker -
Compressed Air Worker
54.01 - 60.00 PSI
$88.87 5D 4C View
King Pile Driver Hyperbaric Worker -
Compressed Air Worker
60.01 - 64.00 PSI
$91.37 5D 4C View
King Pile Driver Hyperbaric Worker -
Compressed Air Worker
64.01 - 68.00 PSI
$96.37 5D 4C View
King Pile Driver Hyperbaric Worker -
Compressed Air Worker
68.01 - 70.00 PSI
$98.37 5D 4C View
King Pile Driver Hyperbaric Worker -
Compressed Air Worker
70.01 - 72.00 PSI
$100.37 5D 4C View
King Pile Driver Hyperbaric Worker -
Compressed Air Worker
72.01 - 74.00 PSI
$102.37 5D 4C View
King Pile Driver Journey Level $60.29 5D 4C View
King Pile Driver Manifold Operator (LST)$69.71 5D 4C View
King Plasterers Journey Level $56.54 7Q 1R View
King Playground & Park
Equipment Installers
Journey Level $12.00 1 View
King Plumbers & Pipefitters Journey Level $85.69 6Z 1G View
Page 7 of 20
08/22/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
King Power Equipment Operators Asphalt Plant Operators $64.83 7A 3K 8X View
King Power Equipment Operators Assistant Engineer $60.98 7A 3K 8X View
King Power Equipment Operators Barrier Machine (zipper)$64.26 7A 3K 8X View
King Power Equipment Operators Batch Plant Operator:
concrete
$64.26 7A 3K 8X View
King Power Equipment Operators Bobcat $60.98 7A 3K 8X View
King Power Equipment Operators Brokk - Remote
Demolition Equipment
$60.98 7A 3K 8X View
King Power Equipment Operators Brooms $60.98 7A 3K 8X View
King Power Equipment Operators Bump Cutter $64.26 7A 3K 8X View
King Power Equipment Operators Cableways $64.83 7A 3K 8X View
King Power Equipment Operators Chipper $64.26 7A 3K 8X View
King Power Equipment Operators Compressor $60.98 7A 3K 8X View
King Power Equipment Operators Concrete Finish Machine -
Laser Screed
$60.98 7A 3K 8X View
King Power Equipment Operators Concrete Pump - Mounted
Or Trailer High Pressure
Line Pump, Pump High
Pressure
$63.76 7A 3K 8X View
King Power Equipment Operators Concrete Pump: Truck
Mount With Boom
Attachment Over 42 M
$64.83 7A 3K 8X View
King Power Equipment Operators Concrete Pump: Truck
Mount With Boom
Attachment Up To 42m
$64.26 7A 3K 8X View
King Power Equipment Operators Conveyors $63.76 7A 3K 8X View
King Power Equipment Operators Cranes friction: 200 tons
and over
$66.80 7A 3K 8X View
King Power Equipment Operators Cranes: 100 tons through
199 tons, or 150’ of boom
(including jib with
attachments)
$65.48 7A 3K 8X View
King Power Equipment Operators Cranes: 20 Tons Through
44 Tons With Attachments
$64.26 7A 3K 8X View
King Power Equipment Operators Cranes: 200 tons- 299
tons, or 250’ of boom
including jib with
attachments
$66.15 7A 3K 8X View
King Power Equipment Operators Cranes: 300 tons and over
or 300’ of boom including
jib with attachments
$66.80 7A 3K 8X View
King Power Equipment Operators Cranes: 45 Tons Through
99 Tons, Under 150' Of
Boom (including Jib With
Attachments)
$64.83 7A 3K 8X View
King Power Equipment Operators Cranes: A-frame - 10 Tons
And Under
$60.98 7A 3K 8X View
King Power Equipment Operators Cranes: Friction cranes
through 199 tons
$66.15 7A 3K 8X View
King Power Equipment Operators $63.76 7A 3K 8X View
Page 8 of 20
08/22/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
Cranes: through 19 tons
with attachments,
A-frame over 10 tons
King Power Equipment Operators Crusher $64.26 7A 3K 8X View
King Power Equipment Operators Deck Engineer/Deck
Winches (power)
$64.26 7A 3K 8X View
King Power Equipment Operators Derricks, On Building Work $64.83 7A 3K 8X View
King Power Equipment Operators Dozers D-9 & Under $63.76 7A 3K 8X View
King Power Equipment Operators Drill Oilers: Auger Type,
Truck Or Crane Mount
$63.76 7A 3K 8X View
King Power Equipment Operators Drilling Machine $65.48 7A 3K 8X View
King Power Equipment Operators Elevator And Man-lift:
Permanent And Shaft Type
$60.98 7A 3K 8X View
King Power Equipment Operators Finishing Machine, Bidwell
And Gamaco & Similar
Equipment
$64.26 7A 3K 8X View
King Power Equipment Operators Forklift: 3000 Lbs And
Over With Attachments
$63.76 7A 3K 8X View
King Power Equipment Operators Forklifts: Under 3000 Lbs.
With Attachments
$60.98 7A 3K 8X View
King Power Equipment Operators Grade Engineer: Using
Blue Prints, Cut Sheets,
Etc
$64.26 7A 3K 8X View
King Power Equipment Operators Gradechecker/Stakeman $60.98 7A 3K 8X View
King Power Equipment Operators Guardrail Punch $64.26 7A 3K 8X View
King Power Equipment Operators Hard Tail End Dump
Articulating Off- Road
Equipment 45 Yards. &
Over
$64.83 7A 3K 8X View
King Power Equipment Operators Hard Tail End Dump
Articulating Off-road
Equipment Under 45 Yards
$64.26 7A 3K 8X View
King Power Equipment Operators Horizontal/Directional
Drill Locator
$63.76 7A 3K 8X View
King Power Equipment Operators Horizontal/Directional
Drill Operator
$64.26 7A 3K 8X View
King Power Equipment Operators Hydralifts/Boom Trucks
Over 10 Tons
$63.76 7A 3K 8X View
King Power Equipment Operators Hydralifts/Boom Trucks,
10 Tons And Under
$60.98 7A 3K 8X View
King Power Equipment Operators Loader, Overhead 8 Yards.
& Over
$65.48 7A 3K 8X View
King Power Equipment Operators Loader, Overhead, 6
Yards. But Not Including 8
Yards
$64.83 7A 3K 8X View
King Power Equipment Operators Loaders, Overhead Under
6 Yards
$64.26 7A 3K 8X View
King Power Equipment Operators Loaders, Plant Feed $64.26 7A 3K 8X View
King Power Equipment Operators Loaders: Elevating Type
Belt
$63.76 7A 3K 8X View
King Power Equipment Operators Locomotives, All $64.26 7A 3K 8X View
Page 9 of 20
08/22/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
King Power Equipment Operators Material Transfer Device $64.26 7A 3K 8X View
King Power Equipment Operators Mechanics, All (leadmen -
$0.50 Per Hour Over
Mechanic)
$65.48 7A 3K 8X View
King Power Equipment Operators Motor Patrol Graders $64.83 7A 3K 8X View
King Power Equipment Operators Mucking Machine, Mole,
Tunnel Drill, Boring, Road
Header And/or Shield
$64.83 7A 3K 8X View
King Power Equipment Operators Oil Distributors, Blower
Distribution & Mulch
Seeding Operator
$60.98 7A 3K 8X View
King Power Equipment Operators Outside Hoists (Elevators
And Manlifts), Air Tuggers,
Strato
$63.76 7A 3K 8X View
King Power Equipment Operators Overhead, Bridge Type
Crane: 20 Tons Through
44 Tons
$64.26 7A 3K 8X View
King Power Equipment Operators Overhead, Bridge Type:
100 Tons And Over
$65.48 7A 3K 8X View
King Power Equipment Operators Overhead, Bridge Type: 45
Tons Through 99 Tons
$64.83 7A 3K 8X View
King Power Equipment Operators Pavement Breaker $60.98 7A 3K 8X View
King Power Equipment Operators Pile Driver (other Than
Crane Mount)
$64.26 7A 3K 8X View
King Power Equipment Operators Plant Oiler - Asphalt,
Crusher
$63.76 7A 3K 8X View
King Power Equipment Operators Posthole Digger,
Mechanical
$60.98 7A 3K 8X View
King Power Equipment Operators Power Plant $60.98 7A 3K 8X View
King Power Equipment Operators Pumps - Water $60.98 7A 3K 8X View
King Power Equipment Operators Quad 9, Hd 41, D10 And
Over
$64.83 7A 3K 8X View
King Power Equipment Operators Quick Tower - No Cab,
Under 100 Feet In Height
Based To Boom
$60.98 7A 3K 8X View
King Power Equipment Operators Remote Control Operator
On Rubber Tired Earth
Moving Equipment
$64.83 7A 3K 8X View
King Power Equipment Operators Rigger and Bellman $60.98 7A 3K 8X View
King Power Equipment Operators Rigger/Signal Person,
Bellman (Certified)
$63.76 7A 3K 8X View
King Power Equipment Operators Rollagon $64.83 7A 3K 8X View
King Power Equipment Operators Roller, Other Than Plant
Mix
$60.98 7A 3K 8X View
King Power Equipment Operators Roller, Plant Mix Or Multi-
lift Materials
$63.76 7A 3K 8X View
King Power Equipment Operators Roto-mill, Roto-grinder $64.26 7A 3K 8X View
King Power Equipment Operators Saws - Concrete $63.76 7A 3K 8X View
King Power Equipment Operators Scraper, Self Propelled
Under 45 Yards
$64.26 7A 3K 8X View
King Power Equipment Operators $63.76 7A 3K 8X View
Page 10 of 20
08/22/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
Scrapers - Concrete &
Carry All
King Power Equipment Operators Scrapers, Self-propelled:
45 Yards And Over
$64.83 7A 3K 8X View
King Power Equipment Operators Service Engineers -
Equipment
$63.76 7A 3K 8X View
King Power Equipment Operators Shotcrete/Gunite
Equipment
$60.98 7A 3K 8X View
King Power Equipment Operators Shovel , Excavator,
Backhoe, Tractors Under
15 Metric Tons
$63.76 7A 3K 8X View
King Power Equipment Operators Shovel, Excavator,
Backhoe: Over 30 Metric
Tons To 50 Metric Tons
$64.83 7A 3K 8X View
King Power Equipment Operators Shovel, Excavator,
Backhoes, Tractors: 15 To
30 Metric Tons
$64.26 7A 3K 8X View
King Power Equipment Operators Shovel, Excavator,
Backhoes: Over 50 Metric
Tons To 90 Metric Tons
$65.48 7A 3K 8X View
King Power Equipment Operators Shovel, Excavator,
Backhoes: Over 90 Metric
Tons
$66.15 7A 3K 8X View
King Power Equipment Operators Slipform Pavers $64.83 7A 3K 8X View
King Power Equipment Operators Spreader, Topsider &
Screedman
$64.83 7A 3K 8X View
King Power Equipment Operators Subgrader Trimmer $64.26 7A 3K 8X View
King Power Equipment Operators Tower Bucket Elevators $63.76 7A 3K 8X View
King Power Equipment Operators Tower Crane Up To 175' In
Height Base To Boom
$65.48 7A 3K 8X View
King Power Equipment Operators Tower Crane: over 175’
through 250’ in height,
base to boom
$66.15 7A 3K 8X View
King Power Equipment Operators Tower Cranes: over 250’
in height from base to
boom
$66.80 7A 3K 8X View
King Power Equipment Operators Transporters, All Track Or
Truck Type
$64.83 7A 3K 8X View
King Power Equipment Operators Trenching Machines $63.76 7A 3K 8X View
King Power Equipment Operators Truck Crane Oiler/driver -
100 Tons And Over
$64.26 7A 3K 8X View
King Power Equipment Operators Truck Crane Oiler/Driver
Under 100 Tons
$63.76 7A 3K 8X View
King Power Equipment Operators Truck Mount Portable
Conveyor
$64.26 7A 3K 8X View
King Power Equipment Operators Welder $64.83 7A 3K 8X View
King Power Equipment Operators Wheel Tractors, Farmall
Type
$60.98 7A 3K 8X View
King Power Equipment Operators Yo Yo Pay Dozer $64.26 7A 3K 8X View
King Asphalt Plant Operators $64.83 7A 3K 8X View
Page 11 of 20
08/22/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
Power Equipment
Operators- Underground
Sewer & Water
King Power Equipment
Operators- Underground
Sewer & Water
Assistant Engineer $60.98 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Barrier Machine (zipper)$64.26 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Batch Plant Operator,
Concrete
$64.26 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Bobcat $60.98 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Brokk - Remote
Demolition Equipment
$60.98 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Brooms $60.98 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Bump Cutter $64.26 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Cableways $64.83 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Chipper $64.26 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Compressor $60.98 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Concrete Finish Machine -
Laser Screed
$60.98 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Concrete Pump - Mounted
Or Trailer High Pressure
Line Pump, Pump High
Pressure
$63.76 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Concrete Pump: Truck
Mount With Boom
Attachment Over 42 M
$64.83 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Concrete Pump: Truck
Mount With Boom
Attachment Up To 42m
$64.26 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Conveyors $63.76 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Cranes friction: 200 tons
and over
$66.80 7A 3K 8X View
King $65.48 7A 3K 8X View
Page 12 of 20
08/22/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
Power Equipment
Operators- Underground
Sewer & Water
Cranes: 100 tons through
199 tons, or 150’ of boom
(including jib with
attachments)
King Power Equipment
Operators- Underground
Sewer & Water
Cranes: 20 Tons Through
44 Tons With Attachments
$64.26 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Cranes: 200 tons- 299
tons, or 250’ of boom
including jib with
attachments
$66.15 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Cranes: 300 tons and over
or 300’ of boom including
jib with attachments
$66.80 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Cranes: 45 Tons Through
99 Tons, Under 150' Of
Boom (including Jib With
Attachments)
$64.83 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Cranes: A-frame - 10 Tons
And Under
$60.98 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Cranes: Friction cranes
through 199 tons
$66.15 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Cranes: through 19 tons
with attachments,
A-frame over 10 tons
$63.76 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Crusher $64.26 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Deck Engineer/Deck
Winches (power)
$64.26 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Derricks, On Building Work $64.83 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Dozers D-9 & Under $63.76 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Drill Oilers: Auger Type,
Truck Or Crane Mount
$63.76 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Drilling Machine $65.48 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Elevator And Man-lift:
Permanent And Shaft Type
$60.98 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Finishing Machine, Bidwell
And Gamaco & Similar
Equipment
$64.26 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Forklift: 3000 Lbs And
Over With Attachments
$63.76 7A 3K 8X View
Page 13 of 20
08/22/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
King Power Equipment
Operators- Underground
Sewer & Water
Forklifts: Under 3000 Lbs.
With Attachments
$60.98 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Grade Engineer: Using
Blue Prints, Cut Sheets,
Etc
$64.26 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Gradechecker/Stakeman $60.98 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Guardrail Punch $64.26 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Hard Tail End Dump
Articulating Off- Road
Equipment 45 Yards. &
Over
$64.83 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Hard Tail End Dump
Articulating Off-road
Equipment Under 45 Yards
$64.26 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Horizontal/Directional
Drill Locator
$63.76 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Horizontal/Directional
Drill Operator
$64.26 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Hydralifts/Boom Trucks
Over 10 Tons
$63.76 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Hydralifts/Boom Trucks,
10 Tons And Under
$60.98 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Loader, Overhead 8 Yards.
& Over
$65.48 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Loader, Overhead, 6
Yards. But Not Including 8
Yards
$64.83 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Loaders, Overhead Under
6 Yards
$64.26 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Loaders, Plant Feed $64.26 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Loaders: Elevating Type
Belt
$63.76 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Locomotives, All $64.26 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Material Transfer Device $64.26 7A 3K 8X View
King $65.48 7A 3K 8X View
Page 14 of 20
08/22/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
Power Equipment
Operators- Underground
Sewer & Water
Mechanics, All (leadmen -
$0.50 Per Hour Over
Mechanic)
King Power Equipment
Operators- Underground
Sewer & Water
Motor Patrol Graders $64.83 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Mucking Machine, Mole,
Tunnel Drill, Boring, Road
Header And/or Shield
$64.83 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Oil Distributors, Blower
Distribution & Mulch
Seeding Operator
$60.98 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Outside Hoists (Elevators
And Manlifts), Air Tuggers,
Strato
$63.76 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Overhead, Bridge Type
Crane: 20 Tons Through
44 Tons
$64.26 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Overhead, Bridge Type:
100 Tons And Over
$65.48 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Overhead, Bridge Type: 45
Tons Through 99 Tons
$64.83 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Pavement Breaker $60.98 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Pile Driver (other Than
Crane Mount)
$64.26 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Plant Oiler - Asphalt,
Crusher
$63.76 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Posthole Digger,
Mechanical
$60.98 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Power Plant $60.98 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Pumps - Water $60.98 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Quad 9, Hd 41, D10 And
Over
$64.83 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Quick Tower - No Cab,
Under 100 Feet In Height
Based To Boom
$60.98 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Remote Control Operator
On Rubber Tired Earth
Moving Equipment
$64.83 7A 3K 8X View
King Rigger and Bellman $60.98 7A 3K 8X View
Page 15 of 20
08/22/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
Power Equipment
Operators- Underground
Sewer & Water
King Power Equipment
Operators- Underground
Sewer & Water
Rigger/Signal Person,
Bellman (Certified)
$63.76 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Rollagon $64.83 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Roller, Other Than Plant
Mix
$60.98 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Roller, Plant Mix Or Multi-
lift Materials
$63.76 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Roto-mill, Roto-grinder $64.26 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Saws - Concrete $63.76 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Scraper, Self Propelled
Under 45 Yards
$64.26 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Scrapers - Concrete &
Carry All
$63.76 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Scrapers, Self-propelled:
45 Yards And Over
$64.83 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Service Engineers -
Equipment
$63.76 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Shotcrete/Gunite
Equipment
$60.98 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Shovel , Excavator,
Backhoe, Tractors Under
15 Metric Tons
$63.76 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Shovel, Excavator,
Backhoe: Over 30 Metric
Tons To 50 Metric Tons
$64.83 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Shovel, Excavator,
Backhoes, Tractors: 15 To
30 Metric Tons
$64.26 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Shovel, Excavator,
Backhoes: Over 50 Metric
Tons To 90 Metric Tons
$65.48 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Shovel, Excavator,
Backhoes: Over 90 Metric
Tons
$66.15 7A 3K 8X View
King Slipform Pavers $64.83 7A 3K 8X View
Page 16 of 20
08/22/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
Power Equipment
Operators- Underground
Sewer & Water
King Power Equipment
Operators- Underground
Sewer & Water
Spreader, Topsider &
Screedman
$64.83 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Subgrader Trimmer $64.26 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Tower Bucket Elevators $63.76 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Tower Crane Up To 175' In
Height Base To Boom
$65.48 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Tower Crane: over 175’
through 250’ in height,
base to boom
$66.15 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Tower Cranes: over 250’
in height from base to
boom
$66.80 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Transporters, All Track Or
Truck Type
$64.83 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Trenching Machines $63.76 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Truck Crane Oiler/driver -
100 Tons And Over
$64.26 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Truck Crane Oiler/Driver
Under 100 Tons
$63.76 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Truck Mount Portable
Conveyor
$64.26 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Welder $64.83 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Wheel Tractors, Farmall
Type
$60.98 7A 3K 8X View
King Power Equipment
Operators- Underground
Sewer & Water
Yo Yo Pay Dozer $64.26 7A 3K 8X View
King Power Line Clearance Tree
Trimmers
Journey Level In Charge $49.96 5A 4A View
King Power Line Clearance Tree
Trimmers
Spray Person $47.37 5A 4A View
King Power Line Clearance Tree
Trimmers
Tree Equipment Operator $49.96 5A 4A View
King Power Line Clearance Tree
Trimmers
Tree Trimmer $44.57 5A 4A View
Page 17 of 20
08/22/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
King Power Line Clearance Tree
Trimmers
Tree Trimmer
Groundperson
$33.60 5A 4A View
King Refrigeration & Air
Conditioning Mechanics
Journey Level $81.01 6Z 1G View
King Residential Brick Mason Journey Level $57.32 5A 1M View
King Residential Carpenters Journey Level $32.06 1 View
King Residential Cement Masons Journey Level $29.25 1 View
King Residential Drywall
Applicators
Journey Level $45.05 5D 4C View
King Residential Drywall Tapers Journey Level $45.19 5P 1E View
King Residential Electricians Journey Level $36.01 1 View
King Residential Glaziers Journey Level $43.00 7L 1H View
King Residential Insulation
Applicators
Journey Level $29.87 1 View
King Residential Laborers Journey Level $26.18 1 View
King Residential Marble Setters Journey Level $27.38 1 View
King Residential Painters Journey Level $27.80 1 View
King Residential Plumbers &
Pipefitters
Journey Level $39.43 1 View
King Residential Refrigeration &
Air Conditioning Mechanics
Journey Level $51.37 5A 1G View
King Residential Sheet Metal
Workers
Journey Level (Field or
Shop)
$50.01 7F 1R View
King Residential Soft Floor
Layers
Journey Level $49.43 5A 3J View
King Residential Sprinkler Fitters
(Fire Protection)
Journey Level $48.18 5C 2R View
King Residential Stone Masons Journey Level $57.32 5A 1M View
King Residential Terrazzo
Workers
Journey Level $52.61 5A 1M View
King Residential Terrazzo/Tile
Finishers
Journey Level $24.39 1 View
King Residential Tile Setters Journey Level $21.04 1 View
King Roofers Journey Level $53.27 5A 3H View
King Roofers Using Irritable Bituminous
Materials
$56.27 5A 3H View
King Sheet Metal Workers Journey Level (Field or
Shop)
$82.51 7F 1E View
King Shipbuilding & Ship Repair New Construction
Boilermaker
$36.36 7V 1 View
King Shipbuilding & Ship Repair New Construction
Carpenter
$36.36 7V 1 View
King Shipbuilding & Ship Repair New Construction Crane
Operator
$36.36 7V 1 View
King Shipbuilding & Ship Repair New Construction
Electrician
$36.36 7V 1 View
King Shipbuilding & Ship Repair New Construction Heat &
Frost Insulator
$73.58 5J 4H View
King Shipbuilding & Ship Repair New Construction Laborer $36.36 7V 1 View
Page 18 of 20
08/22/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
King Shipbuilding & Ship Repair New Construction
Machinist
$36.36 7V 1 View
King Shipbuilding & Ship Repair New Construction
Operating Engineer
$36.36 7V 1 View
King Shipbuilding & Ship Repair New Construction Painter $36.36 7V 1 View
King Shipbuilding & Ship Repair New Construction
Pipefitter
$36.36 7V 1 View
King Shipbuilding & Ship Repair New Construction Rigger $36.36 7V 1 View
King Shipbuilding & Ship Repair New Construction Sheet
Metal
$36.36 7V 1 View
King Shipbuilding & Ship Repair New Construction
Shipfitter
$36.36 7V 1 View
King Shipbuilding & Ship Repair New Construction
Warehouse/Teamster
$36.36 7V 1 View
King Shipbuilding & Ship Repair New Construction
Welder / Burner
$36.36 7V 1 View
King Shipbuilding & Ship Repair Ship Repair Boilermaker $44.95 7X 4J View
King Shipbuilding & Ship Repair Ship Repair Carpenter $44.95 7X 4J View
King Shipbuilding & Ship Repair Ship Repair Crane
Operator
$44.06 7Y 4K View
King Shipbuilding & Ship Repair Ship Repair Electrician $44.95 7X 4J View
King Shipbuilding & Ship Repair Ship Repair Heat & Frost
Insulator
$73.58 5J 4H View
King Shipbuilding & Ship Repair Ship Repair Laborer $44.95 7X 4J View
King Shipbuilding & Ship Repair Ship Repair Machinist $44.95 7X 4J View
King Shipbuilding & Ship Repair Ship Repair Operating
Engineer
$44.06 7Y 4K View
King Shipbuilding & Ship Repair Ship Repair Painter $44.95 7X 4J View
King Shipbuilding & Ship Repair Ship Repair Pipefitter $44.95 7X 4J View
King Shipbuilding & Ship Repair Ship Repair Rigger $44.95 7X 4J View
King Shipbuilding & Ship Repair Ship Repair Sheet Metal $44.95 7X 4J View
King Shipbuilding & Ship Repair Ship Repair Shipwright $44.95 7X 4J View
King Shipbuilding & Ship Repair Ship Repair Warehouse /
Teamster
$44.06 7Y 4K View
King Sign Makers & Installers
(Electrical)
Journey Level $49.70 0 1 View
King Sign Makers & Installers
(Non-Electrical)
Journey Level $31.52 0 1 View
King Soft Floor Layers Journey Level $49.43 5A 3J View
King Solar Controls For Windows Journey Level $12.44 1 View
King Sprinkler Fitters (Fire
Protection)
Journey Level $78.39 5C 1X View
King Stage Rigging Mechanics
(Non Structural)
Journey Level $13.23 1 View
King Stone Masons Journey Level $57.32 5A 1M View
King Street And Parking Lot
Sweeper Workers
Journey Level $19.09 1 View
King Surveyors Assistant Construction Site
Surveyor
$62.71 7A 3K 8X View
Page 19 of 20
08/22/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
King Surveyors Assistant Construction Site
Surveyor
$62.71 7A 3K 8X View
King Surveyors Chainman $58.93 7A 3C 8P View
King Surveyors Construction Site Surveyor $63.76 7A 3K 8X View
King Telecommunication
Technicians
Journey Level $50.57 7E 1E View
King Telephone Line
Construction - Outside
Cable Splicer $41.22 5A 2B View
King Telephone Line
Construction - Outside
Hole Digger/Ground
Person
$23.12 5A 2B View
King Telephone Line
Construction - Outside
Installer (Repairer)$39.53 5A 2B View
King Telephone Line
Construction - Outside
Special Aparatus Installer I $41.22 5A 2B View
King Telephone Line
Construction - Outside
Special Apparatus Installer
II
$40.41 5A 2B View
King Telephone Line
Construction - Outside
Telephone Equipment
Operator (Heavy)
$41.22 5A 2B View
King Telephone Line
Construction - Outside
Telephone Equipment
Operator (Light)
$38.36 5A 2B View
King Telephone Line
Construction - Outside
Telephone Lineperson $38.36 5A 2B View
King Telephone Line
Construction - Outside
Television Groundperson $21.92 5A 2B View
King Telephone Line
Construction - Outside
Television
Lineperson/Installer
$29.13 5A 2B View
King Telephone Line
Construction - Outside
Television System
Technician
$34.68 5A 2B View
King Telephone Line
Construction - Outside
Television Technician $31.18 5A 2B View
King Telephone Line
Construction - Outside
Tree Trimmer $38.36 5A 2B View
King Terrazzo Workers Journey Level $52.61 5A 1M View
King Tile Setters Journey Level $52.61 5A 1M View
King Tile, Marble & Terrazzo
Finishers
Finisher $43.44 5A 1B View
King Traffic Control Stripers Journey Level $46.23 7A 1K View
King Truck Drivers Asphalt Mix Over 16 Yards $58.56 5D 3A 8L View
King Truck Drivers Asphalt Mix To 16 Yards $57.72 5D 3A 8L View
King Truck Drivers Dump Truck $57.72 5D 3A 8L View
King Truck Drivers Dump Truck & Trailer $58.56 5D 3A 8L View
King Truck Drivers Other Trucks $58.56 5D 3A 8L View
King Truck Drivers - Ready Mix Transit Mix $58.56 5D 3A 8L View
King Well Drillers & Irrigation
Pump Installers
Irrigation Pump Installer $17.71 1 View
King Well Drillers & Irrigation
Pump Installers
Oiler $12.97 1 View
King Well Drillers & Irrigation
Pump Installers
Well Driller $18.00 1 View
Page 20 of 20
08/22/2019https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
CITY OF RENTON
SPECIAL PROVISIONS
1
SPECIAL PROVISIONS 7
1-01 DEFINITIONS AND TERMS 7
1-01.1 General 7
1-01.3 Definitions 7
1-02 BID PROCEDURES AND CONDITIONS 10
1-02.1 Prequalification of bidders 10
1-02.2 Plans and Specifications 10
1-02.5 Proposal Forms 10
1-02.6 Preparation of Proposal 11
1-02.7 Bid Deposit 11
1-02.9 Delivery of Proposal 11
1-02.12 Public Opening of Proposals 12
1-02.13 Irregular Proposals 12
1-02.14 Disqualification of Bidders 12
1-02.15 Pre Award Information 13
1-03 AWARD AND EXECUTION OF CONTRACT 13
1-03.1 Consideration of bids 13
1-03.2 Award of Contract 13
1-03.3 Execution of Contract 13
1-03.4 Contract Bond 14
1-03.7 Judicial Review 14
1-04 SCOPE OF WORK 14
1-04.2 Coordination of Contract Documents… 14
1-04.3 Contractor-Discovered Discrepancies 15
1-04.4 Changes 15
1-04.8 Progress Estimates and Payments 15
1-04.11 Final Cleanup 15
1-05.7 Removal of Defective and Unauthorized Work 16
1-05.10 Guarantees 16
1-05.11 Final Inspection 17
1-05.11(1) Substantial Completion Date 17
1-05.11(2) Final Inspection and Physical Completion Date 18
1-05.11(3) Operational Testing 18
1-05.12 Final Acceptance 19
2
1-05.13 Superintendents, Labor and Equipment of Contractor 19
1-05.14 Cooperation with Other Contractors 19
1-05.16 Water and Power 19
1-05.17 Oral Agreements 19
1-05.18 Contractor's Daily Diary 20
1-06 CONTROL OF MATERIAL 20
1-06.1 Approval of Materials Prior to Use 20
1-06.2(1) Samples and Tests for Acceptance 21
1-06.2(2) Statistical Evaluation of Materials for Acceptance 21
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 21
1-07.1 Laws to be Observed 21
1-07.2 State Sales Tax 22
1-07.2(1) General 22
1-07.2(2) State Sales Tax – Rule 171 22
1-07.2(3) State Sales Tax – Rule 170 22
1-07.2(4) Services 23
1-07.6 Permits and Licenses 23
1-07.9 Wages 24
1-07.9(5) Required Documents 24
1-07.11 Requirements for Non-Discrimination 24
1-07.11(11) City of Renton Affidavit of Compliance 24
1-07.12 Federal Agency Inspection 24
1-07.13 Contractor’s Responsibility for Work 24
1-07.13(1) General 24
1-07.16 Protection and Restoration of Property 25
1-07.16(1) Private/Public Property 25
1-07.17 Utilities and Similar Facilities 26
1-07.17(3) Interruption of Services 27
1-07.17(4) Resolution of Utility Conflicts 27
1-07.18 Public Liability and Property Damage Insurance 27
1-07.18(1) General 27
1-07.18(2) Coverages 28
1-07.18(3) Limits 29
1-07.18(4) Evidence of Insurance: 30
1-07.22 Use of Explosives 30
3
1-07.23 Public Convenience and Safety 30
1-07.23(1) Construction Under Traffic 30
1-07.23(2) Construction and Maintenance of Detours 32
1-07.24 Rights of Way 32
1-07.28 Confined Space Entry 33
1-08 PROSECUTION AND PROGRESS 33
1-08.0 Preliminary Matters 33
1-08.0(1) Preconstruction Conference 33
1-08.0(2) Hours of Work 34
1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees 35
1-08.1 Subcontracting 35
1-08.2 Assignment 36
1-08.3 Progress Schedule 36
1-08.4 Notice to Proceed and Prosecution of the Work 37
1-08.5 Time For Completion 37
1-08.6 Suspension of Work 38
1-08.7 Maintenance During Suspension 38
1-08.9 Liquidated Damages 39
1-08.11 Contractor's Plant and Equipment 39
1-08.12 Attention to Work 39
1-09 MEASUREMENT AND PAYMENT 39
1-09.1 Measurement of Quantities 39
1-09.3 Scope of Payment 40
1-09.7 Mobilization 41
1-09.9 Payments 41
1-09.9(1) Retainage 42
1-09.9(2) Contracting Agency’s Right to Withhold and Disburse Certain Amounts 42
1-09.9(3) Final Payment 43
1-09.11 Disputes and Claims 44
1-09.11(2) Claims 44
1-09.11(3) Time Limitations and Jurisdiction 44
1-09.13 Claims and Resolutions 44
1-09.13(3) Claims $250,000 or Less 44
1-09.13(3)A Administration of Arbitration 45
1-09.13(3)B Procedures to Pursue Arbitration 45
4
1-09.14 Payment Schedule 46
1-09.14(1) Scope 46
1-09.14(2) Bid Items 47
1-10 TEMPORARY TRAFFIC CONTROL 53
1-10.1 General 53
1-10.2(1)B Traffic Control Supervisor 54
1-10.2(2) Traffic Control Plans 54
1-10.3 Flagging, Signs, and All Other Traffic Control Devices 54
1-10.3(3) Construction Signs 54
1-10.4 Measurement 54
1-10.5 Payment 55
7-04.2(2) Temporary Stormwater Diversion 56
7-04.3(2) CCTV Inspection 56
7-21 GENERAL SPECIFICATIONS FOR CURED IN PLACE PIPE (CIPP) 56
7-21.1 Description 56
7-21.1(1) Related Work Specified Elsewhere 57
7-21.1(2) Licensing 57
7-21.1(3) Contractor and Manufacturer Qualifications 57
7-21.1(4) Contractor Submittals 57
7-21.1(5) Quality Assurance 59
7-21.1(6) Warranty 59
7-21.2 Materials 59
7-21.2 Cured in Place Resin Impregnated Material in General 59
7-21.2(2) Resin 61
7-21.2(3) Physical Properties 61
7-21.3 Construction Requirements 61
7-21.3(1) Preparation 61
7-21.3(1)A Flow Management 62
7-21.3(1)B Cleaning 62
7-21.3(1)C Point Repairs 62
7-21.3(1)D Manholes 63
7-21.3(2) Liner Installation 63
7-21.3(2)A Inversion Method 63
7-21.3(2)B Pull/Winch Method 63
5
7-21.3(2)C Finished Pipe Liner 63
7-21.3(4) Testing 64
7-21.3(4)A Material Testing 64
7-21.3(4)B Field Testing 64
7-21.3(4)C Post Installation CCTV Inspection 64
7-21.5 Payment 64
7-22 RESIN IMPREGNATED FABRIC CIPP 64
7-22.1 Description 64
7-22.1(1) Related Work Specified Elsewhere 64
7-22.2 Materials 64
7-22.2(1) Cured in Place Pipe Liner 64
7-22.2(2) Resin 64
7-22.2(3) Physical Properties 65
7-22.3 Construction Requirements 65
7-22.3(1) Preparation 65
7-22.3(1)A Cleaning 65
7-22.3(2) Installation 65
7-22.3(2)A Resin Impregnation 65
7-22.3(2)B Water, Air or Steam Curing 66
7-22.3(2)C Cool Down 66
7-23 RESIN IMPREGNATED FIBERGLASS CIPP 66
7-23.1 Description 66
7-23.1(1) Related Work Specified Elsewhere 66
7-23.1(2) Reference Specifications, Codes, and Standards 66
7-23.1(3) CIPP Liner Samples 67
7-23.1(4) CIPP Liner Handling 67
7-23.2 Materials 67
7-23.2(1) General Specifications 67
7-23.2(2) Chemical Resistance 68
7-23.3(3) Component Properties 68
7-23.3(4) Finished and Cured CIPP Liner Properties 68
7-23.2(5) Dimensions 68
7-23.3 Construction Requirements 68
6
7-23.3(1) Installation Procedures 68
7-23.3(1)A Installation Process 68
7-23.3(1)B Curing 69
7-23.3(2) Finished Product 69
8-02 ROADSIDE RESTORATION 70
8-02.3(16)A2 Submittals 70
8-02.3(16)A2a Certification of Material 70
8-02.3(16)A2b Manufacturer’s Certificates of Conformance 70
8-02.3(16)A3 Product Handling 70
8-02.3(16)A6 Execution 70
9-14 EROSION CONTROL AND ROADSIDE PLANTING 71
9-14.5(10) Hydroseed 71
07/24/2019
7
SPECIAL PROVISIONS
The work on this project shall be accomplished in accordance with the Standard Specifications for
Road, Bridge and Municipal Construction, 2018 edition, as issued by the Washington State
Department of Transportation (WSDOT) and the American Public Works Association (APWA),
Washington State Chapter (hereafter “Standard Specifications”). The Standard Specifications, as
modified or supplemented by the Amendments to the Standard Specifications and these Special
Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work.
These Special Provisions are made up of both General Special Provisions (GSPs) from various
sources, which may have project-specific fill-ins; and project-specific Special Provisions. Each
Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a
new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the
Standard Specifications is meant to pertain only to that particular portion of the section, and in no
way should it be interpreted that the balance of the section does not apply. In the event of a
conflict between any of the contract documents, the more stringent requirement shall apply.
Also incorporated into the Contract Documents by reference are:
Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted
edition, with Washington State modifications, if any
Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current edition
City of Renton Standard Details, City of Renton Public Works Department, Current Edition
Public Rights-Of-Way Accessibility Guidelines (PROWAG), current edition
Contractor shall obtain copies of these publications, at Contractor’s own expense.
1-01 DEFINITIONS AND TERMS
1-01.1 General
Section 1-01.1 is supplemented with:
(******)
Whenever reference is made to the State, State of Washington, Commission, Department of
Transportation, Secretary of Transportation, Owner, Contracting Agency or Engineer, such reference
shall be deemed to mean the City of Renton acting through its City Council, employees, and duly
authorized representatives for all contracts administered by the City of Renton.
All references to “State Materials Laboratory” shall be revised to read “Contracting Agency designated
location”.
1-01.3 Definitions
Section 1-01.3 is revised and supplemented by the following:
(******)
Act of God
"Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of nature. A
rain, windstorm, high water or other natural phenomenon of unusual intensity for the specific locality
of the Work, which might reasonably have been anticipated from historical records of the general
locality of the Work, shall not be construed as an act of God.
Consulting Engineer
The Contracting Agency's design consultant, who may or may not administer the construction program
for the Contracting Agency.
Contract Documents
See definition for “Contract”.
07/24/2019
8
Contract Price
Either the unit price, the unit prices, or lump sum price or prices named in the proposal, or in properly
executed change orders.
Contract Time
The period of time established by the terms and conditions of the Contract within which the Work
must be physically completed.
Dates
Bid Opening Date: The date on which the Contracting Agency publicly opens and reads the
bids.
Award Date: The date of the formal decision of the Contracting Agency to accept the lowest
responsible and responsive Bidder for the Work.
Contract Execution Date: The date the Contracting Agency officially binds the agency to the
Contract.
Notice to Proceed Date: The date stated in the Notice to Proceed on which the Contract Time
begins.
Substantial Completion Date: The day the Engineer determines the Contracting Agency has
full and unrestricted use and benefit of the facilities, both from the operational and safety
standpoint, and only minor incidental Work, replacement of temporary substitute facilities, or
correction or repair remains for the physical completion of the total contract.
Contract Completion Date: The date by which the Work is contractually required to be
physically completed. The Contract Completion Date will be stated in the Notice to Proceed.
Revisions of this date will be authorized in writing by the Engineer whenever there is an
extension to the Contract time.
Completion Date: The day all the Work specified in the Contract is completed and all the
obligations of the Contractor under the Contract are fulfilled by the Contractor.
Final Acceptance Date: The date the Contracting Agency accepts the Work as complete per
the Contract requirements.
Day
Unless otherwise designated, day(s) as used in the Contract Documents, shall be understood to mean
working days.
Engineer
The City Engineer or duly authorized representative, or an authorized member of a licensed
consulting firm retained by the Owner for the construction engineering of a specific public works
project.
Inspector
The Owner’s authorized representative assigned to make necessary observations of the Work
performed or being performed, or of materials furnished or being furnished by the Contractor.
Notice of Award: The written notice from the Contracting Agency to the successful bidder signifying
the Contracting Agency’s acceptance of the bid.
Notice to Proceed: The written notice from the Contracting Agency or the Engineer to the Contractor
authorizing and directing the Contractor to proceed with Work and establishing the date on which the
Contract time begins.
07/24/2019
9
Or Equal
Where the term "or equal" is used herein, the Contracting Agency, or the Contracting Agency on
recommendation of the Engineer, shall be the sole judge of the quality and suitability of the proposed
substitution. The responsibility and cost of furnishing necessary evidence, demonstrations, or other
information required to obtain the approval of alternative materials or processes by the Owner shall
be entirely borne by the Contractor.
Owner
The City of Renton or its authorized representative also referred to as Contracting Agency.
Performance and Payment Bond
Same as “Contract Bond” defined in the Standard Specifications.
Plans
The Contract Plans and/or Standard Plans which show location, character, and dimensions of
prescribed Work including layouts, profiles, cross-sections, and other details. Drawings may either be
bound in the same book as the balance of the Contract Documents or bound in separate sets, and are
a part of the Contract Documents, regardless of the method of binding. The terms "Standard
Drawings" or "Standard Details" generally used in Specifications refers to drawings bound either with
the specification documents or included with the Plans or the City of Renton Standard Plans.
Points
Wherever reference is made to the Engineer’s points, this shall mean all marks, bench marks,
reference points, stakes, hubs, tack, etc., established by the Engineer for maintaining horizontal and
vertical control of the Work.
Provide
Means “furnish and install” as specified and shown in the Plans.
Secretary, Secretary of Transportation
The chief executive officer of the Department and other authorized representatives. The chief
executive officer to the Department shall also refer to the Department of Public Works Administrator.
Shop Drawings
Same as “Working Drawings” defined in the Standard Specifications.
Special Provisions
Modifications to the Standard Specifications and their amendments that apply to an individual project.
The special provisions may describe Work the Specifications do not cover. Such Work shall comply
first with the Special Provisions and then with any Specifications that apply. The Contractor shall
include all costs of doing this Work within the bid prices.
State
The state of Washington acting through its representatives. The State shall also refer to The City of
Renton and its authorized representatives where applicable.
Supplemental Drawings and Instructions
Additional instructions by the Engineer at request of the Contractor by means of drawings or
documents necessary, in the opinion of the Engineer, for the proper execution of the Work. Such
drawings and instructions are consistent with the Contract Documents.
Traffic
Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian
traffic.
Utility
Public or private fixed improvement for the transportation of fluids, gases, power, signals, or
07/24/2019
10
communications and shall be understood to include tracks, overhead and underground wires,
cables, pipelines, conduits, ducts, sewers, or storm drains.
1-02 BID PROCEDURES AND CONDITIONS
1-02.1 Prequalification of Bidders
Delete this Section and replace it with the following:
(******)
Bidders shall be qualified by experience, financing, equipment, and organization to do the Work called
for in the Contract Documents. The Contracting Agency reserves the right to take whatever action it
deems necessary to ascertain the ability of the bidder to perform the Work satisfactorily.
1-02.2 Plans and Specifications
Delete this Section and replace it with the following:
(******)
Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids
(Advertisement for Bids) for the Work.
After award of the Contract, Plans and Specifications will be issued to the Contractor at no cost as
detailed below:
To Prime Contractor No. of Sets Basis of Distribution
Reduced Plans (11” x 17”) and
contract provisions
3 Furnished automatically
upon award
Large Plans (22” x 34”) 3 Furnished only upon
request
1-02.4(2) Subsurface Information
Section 1-02.4(2) is supplemented with the following:
(******)
If a geotechnical study was prepared for the project, then the findings and recommendations are
summarized in a report. The City of Renton will provide this study upon request.
1-02.5 Proposal Forms
Delete this Section and replace it with the following:
(******)
At the request of the bidder, the Contracting Agency will provide a proposal form for any project on
which the bidder is eligible to bid.
The proposal form will identify the project and its location and describe the Work. It will also list
estimated quantities, units of measurement, the items of Work, and the materials to be furnished at
the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not
limited to, unit bid prices; extensions; summations; the total bid amount; signatures; date; and, where
applicable, retail sales taxes and acknowledgement of addenda; the bidder’s name, address,
telephone number, and signature; and a State of Washington Contractor’s Registration Number. Bids
shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required
certifications are included as part of the proposal form.
The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives,
if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and
additives set forth in the proposal forms unless otherwise specified.
Any correction to a bid made by interlineations, alteration, or erasure, shall be initialed by the signer
of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner.
A bid by a corporation shall be executed in the corporate name, by the president or a vice president
07/24/2019
11
(Or other corporate officer accompanied by evidence of authority to sign).
A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of
the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to
be satisfied through such an agreement.
A bid by a joint venture shall be executed in the joint venture name and signed by a member of the
joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any
D/W/MBE requirements are to be satisfied through such an agreement.
1-02.6 Preparation of Proposal
Section 1-02.6 is supplemented with:
Supplement the second paragraph with the following:
******
4. If a minimum bid amount has been established for any item, the unit or lump sum price
must equal or exceed the minimum amount stated.
5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the
signer of the bid.
Delete the last paragraph, and replace it with the following:
The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner.
A bid by a corporation shall be executed in the corporate name, by the president or a vice
president (or other corporate officer accompanied by evidence of authority to sign).
A bid by a partnership shall be executed in the partnership name, and signed by a partner. A
copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE
requirements are to be satisfied through such an agreement.
A bid by a joint venture shall be executed in the joint venture name and signed by a member of
the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if
any D/W/MBE requirements are to be satisfied through such an agreement.
1-02.7 Bid Deposit
Section 1-02.7 is supplemented with the following:
(******)
Bid Bonds shall contain the following:
1. Number assigned to the project by the Contracting Agency;
2. Name of the project;
3. The Contracting Agency named as obligee;
4. The amount of the bid bond stated either as a dollar figure or as a percentage which
represents five percent of the maximum bid amount that could be awarded;
5. Signature of the bidder’s officer empowered to sign official statements. The signature of the
person authorized to submit the bid should agree with the signature on the bond, and the
title of the person must accompany said signature;
6. The signature of the surety’s officer empowered to sign the bond form included in the
Contract Provision.
1-02.9 Delivery of Proposal
Revise the first paragraph to read:
(******)
Each proposal shall be submitted in a sealed envelope, with Project Name and Project Number clearly
marked on the outside of the envelope as stated in the Advertisement for Bids, or as otherwise stated
in the Bid Documents.
07/24/2019
12
1-02.12 Public Opening of Proposals
Section 1-02.12 is supplemented with the following:
(******)
The Contracting Agency reserves the right to postpone the date and time for bid opening. Notification
to bidder will be by addenda.
1-02.13 Irregular Proposals
Revise item I to read:
(******)
1. A proposal will be considered irregular and will be rejected if:
a. The bidder is not prequalified when so required;
b. The authorized proposal form furnished by the Contracting Agency is not used or is
altered;
c. The complete proposal form contains any unauthorized additions, deletions, alternate
bids, or conditions;
d. The bidder adds provisions reserving the right to reject or accept the award, or enter
into the Contract;
e. A price per unit cannot be determined from the bid proposal;
f. The proposal form is not properly executed;
g. The bidder fails to submit or properly complete a subcontractor list, if applicable, as
required in Section 1-2.6
h. The bidder fails to submit or properly complete a Disadvantaged, Minority or
Women’s Business Enterprise Certification, if applicable, as required in Section 1-02.6;
or
i. The bid proposal does not constitute a definite and unqualified offer to meet the
material terms of the bid invitation.
j. More than one proposal is submitted for the same project from a Bidder under the
same or different names.
1-02.14 Disqualification of Bidders
Revise this section to read:
(******)
1. A bidder will be deemed not responsible and the proposal rejected if the bidder does not meet
the responsibility criteria in RCW 39.04.
2. A bidder may be deemed not responsible and the proposal rejected if:
a. More than one proposal is submitted for the same project from a bidder under the same
or different names;
b. Evidence of collusion exists with any other bidder or potential bidder. Participants in
collusion will be restricted from submitting further bids;
c. The bidder, in the opinion of the Contracting Agency, is not qualified for the Work or to
the full extent of the bid, or to the extent that the bid exceeds the authorized
prequalification amount as may have been determined by a prequalification of the bidder;
d. An unsatisfactory performance record exists based on past or current Contracting Agency
Work or for Work done for others, as judged from the standpoint of conduct of the Work;
workmanship; progress; affirmative action; equal employment opportunity practices; or
Disadvantaged Enterprise, Minority Enterprise, or Women’s Business Enterprise
utilization.
e. There is uncompleted Work (Contracting Agency or otherwise) which might hinder or
prevent the prompt completion of the Work bid upon;
f. The bidder failed to settle bills for labor or materials on past or current contracts;
g. The bidder has failed to complete a written public contract or has been convicted of a
crime arising from a previous public contract;
h. The bidder is unable, financially or otherwise, to perform the Work;
i. A bidder is not authorized to do business in the State of Washington (not registered in
accordance with RCW 18.27)
07/24/2019
13
j. The bidder does not meet the supplemental qualifications criteria as stated in Section 1-
02.1(1).
k. There are any other reasons deemed proper by the Contracting Agency.
1-02.15 Pre Award Information
Revise this section to read:
(******)
Before awarding any contract, the Contracting Agency may require one or more of these items or
actions of:
1. A complete statement of the origin, composition, and manufacture of any or all materials to
be used;
2. Samples of these materials for quality and fitness tests;
3. A progress schedule (in a form the Contracting Agency requires) showing the order of time
required for the various phases of Work;
4. A breakdown of costs assigned to any bid item;
5. Attending at a conference with the Engineer or representatives of the Engineer;
6. Obtain, and furnish a copy of, a business license to do business in the city and/or county where
the Work is located;
7. A copy of State of Washington Contractor’s Registration; or
8. Any other information or action taken that is deemed necessary to ensure that the bidder is
the lowest responsible bidder.
1-03 AWARD AND EXECUTION OF CONTRACT
1-03.1 Consideration of bids
Section 1-03.1 is supplemented with the following:
(******)
All bids will be based on total sum of all schedules of prices. No partial bids will be accepted unless so
stated in the call for bids or special provisions. The City reserves the right however to award all or any
schedule of a bid to the lowest bidder at its discretion.
1-03.2 Award of Contract
Section 1-03.2 is supplemented with the following:
(******)
The Contract, bond form, and all other forms requiring execution, together with a list of all other forms
or documents required to be submitted by the successful bidder, will be forwarded to the successful
bidder within 10 days of the award. The number of copies to be executed by the Contractor shall be
determined by the Contracting Agency.
1-03.3 Execution of Contract
Section 1-03.3 is revised and supplemented as follows:
(******)
Within 10 calendar days after receipt from the City of the forms and documents required to be
completed by the Contractor, the successful bidder shall return the signed Contracting Agency-
prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond
as required by law and Section 1-03.4. Before execution of the Contract by the Contracting Agency,
the successful bidder shall provide any pre-award information the Contracting Agency may require
under Section 1-02.15.
Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor
shall any Work begin within the project limits or within Contracting Agency-furnished sites. The
Contractor shall bear all risks for any Work begun outside such areas and for any materials ordered
before the Contract is executed by the Contracting Agency.
If the bidder experiences circumstances beyond their control that prevents return of the Contract
documents within 10 calendar days after the award date, the Contracting Agency may grant up to a
maximum of 10 additional calendar days for return of the documents, provided the Contracting
07/24/2019
14
Agency deems the circumstances warrant it.
The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a Contractor
who is not registered or licensed as required by the laws of the state. In addition, the Contracting
Agency requires persons doing business with the Contracting Agency to possess a valid City of Renton
business license prior to award.
When the Bid Form provides spaces for a business license number, a Washington State Contractors
registration number, or both the Bidder shall insert such information in the spaces provided. The
Contracting Agency requires legible copies of the Contractor's Registration and business license be
submitted to the Engineer as part of the Contracting Agency's post-award information and evaluation
activities.
1-03.4 Contract Bond
Revise the first paragraph to read:
(******)
The successful bidder shall provide an executed contract bond for the full contract amount. This
contract bond shall:
1. Be on the Contracting Agency-furnished form;
2. Be signed by an approved surety (or sureties) that:
a. Is registered with the Washington State Insurance Commissioner, and
b. Appears on the current Authorized Insurance List in the State of Washington published by
the Office of the Insurance Commissioner;
3. Be conditioned upon the faithful performance of the Contract by the Contractor within the
prescribed time;
4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against
any claim of direct or indirect loss resulting from the failure:
a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors
of the Contractor) to faithfully perform the Contract, or
b. Of the Contractor (subcontractors, or lower tier subcontractors of the Contractor) to pay
all laborers, mechanics, subcontractors, lower tie subcontractors, material person, or any
other person who provides supplies or provisions for carrying out Work;
5. Be accompanied by a power of attorney for the Surety’s officer empowered to sign the bond;
and
6. Be signed by an officer of the Contractor empowered to sign official statements (sole
proprietor or partner). If the Contractor is a corporation, the bond must be signed by the
president or vice-president, unless accompanied by a written proof of the authority of the
individual signing the bond to bind the corporation (i.e., corporate resolution, power of
attorney or a letter to such effect by the president or vice-president).
1-03.7 Judicial Review
Revise the last sentence to read:
The venue of all causes of action arising from the advertisement, award, execution, and performance
of the Contract shall be in the Superior Court of the County where the Contracting Agency’s
headquarters are located.
1-04 SCOPE OF WORK
1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and
Addenda
Revise the second paragraph to read:
(******)
Any inconsistency in the parts of the Contract shall be resolved by following this order of precedence
(e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth):
1. Addenda
07/24/2019
15
2. Proposal Form
3. Technical Specifications (if any)
4. Special Provisions
5. Contract Plans
6. Contracting Agency’s Standard Plans (if any)
7. Amendments to the Standard Specifications
8. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction
9. WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction
1-04.3 Contractor-Discovered Discrepancies
Section 1-04.3 is a new section:
(******)
Upon receipt of award of contract, the Contractor shall carefully study and compare all the
components of the Contract Documents and other instructions, and check and verify all field
measurements. The Contractor shall, prior to ordering material or performing Work, report in writing
to the Engineer any error, inconsistency, or omission in respect to design or mode of construction,
which is discovered. If the Contractor, in the course of this study or in the accomplishment of the
Work, finds any discrepancy between the Plans and the physical condition of the locality as
represented in the Plans, or any such errors or omissions in respect to design or mode of construction
in the Plans or in the layout as given by points and instructions, it shall be the Contractor’s duty to
inform the Engineer immediately in writing, and the Engineer will promptly check the same. Any Work
done after such discovery, until correction of Plans or authorization of extra Work is given, if the
Engineer finds that extra Work is involved, will be done at the Contractor's risk. If extra Work is
involved, the procedure shall be as provided in Section 1-04.4 of the Standard Specifications.
1-04.4 Changes
The last two paragraphs are replaced with the following:
(******)
Renton does not have a formal policy or guidelines on cost reduction alternatives, but will evaluate
such proposals by the Contractor on a case-by-case basis.
1-04.4(1) Minor Changes
Section 1-04.4(1) is supplemented as follows:
(******)
Payments and credits will be determined in accordance with Section 1-09.4 of the Standard
Specifications. For the purpose of providing a common proposal for all bidders, the Contracting
Agency may have entered an amount for “Minor Change” in the Proposal to become a part of the
total bid by the Contractor.
1-04.8 Progress Estimates and Payments
Section 1-04.8 is supplemented as follows:
(******)
The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of
“Lump Sum” Work accomplished to date. The Engineer's calculations and decisions shall be final in
regard to the actual percentage of any lump sum pay item accomplished and eligible for payment
unless another specific method of calculating lump sum payments is provided elsewhere in the
Specifications.
1-04.11 Final Cleanup
Section 1-04.11 is supplemented as follows:
(******)
All salvage material as noted on the Plans and taken from any of the discarded facilities shall, at the
Engineer's discretion, be carefully salvaged and delivered to the City shops. Any cost incurred in
salvaging and delivering such items shall be considered incidental to the project and no compensation
will be made.
07/24/2019
16
The Contract price for "Finish and Cleanup, Lump Sum," shall be full compensation for all Work,
equipment and materials required to perform final cleanup. If this pay item does not appear in the
Contract Documents then final cleanup shall be considered incidental to the Contract and to other
pay item and no further compensation shall be made.
1-05.7 Removal of Defective and/or Unauthorized Work
Section 1-05.7 is supplemented as follows:
(******)
Upon written notice from the Engineer, the Contractor shall promptly replace and re-execute Work by
Contractor forces, in accordance with the intent of the Contract and without expense to the Owner,
and shall bear the expense of making good all Work of other contractors destroyed or damaged by
such removal or replacement.
If the Contractor does not remove such condemned Work and materials and commence re-execution
of the Work within 7 calendar days of written notice from the Engineer, or fails to perform any part of
the Work required by the Contract Documents, the Owner may correct and remedy such Work as may
be identified in the written notice, with Contracting Agency forces or by such other means as the
Contracting Agency may deem necessary. In that case, the Owner may store removed material.
Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying
defective or unauthorized Work, or Work the Contractor failed or refused to perform, shall be paid by
the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the
Contractor. Such direct and indirect costs shall include in particular, but without limitation,
compensation for additional professional services required, and costs for repair and replacement of
Work of others destroyed or damaged by correction, removal, or replacement of the Contractor’s
unauthorized Work.
If sufficient funds do not remain in the Contract and the Contractor does not pay the cost of such
removal and storage within 10 calendar days from the date of the notice to the Contractor of the fact
of such removal, the Owner may, upon an additional 10 calendar days written notice, sell such
materials at public or private sale, and deduct all costs and expenses incurred from monies due to the
Contractor, including costs of sale, and accounting to Contractor for the net proceeds remaining. The
Owner may bid at any such sale. The Contractor shall be liable to the Owner for the amount of any
deficiency from any funds otherwise due the Contractor.
If the Contractor fails to comply with a written order to remedy what the Engineer determines to be
an emergency situation, the Engineer may have the defective and unauthorized Work corrected
immediately, have the rejected Work removed and replaced, or have Work the Contractor refuses
to perform completed by using Contracting Agency or other forces. An emergency situation is any
situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or
might cause serious risk of loss or damage to the public, the Property Owner and the Property
Owner’s property.
No adjustment in contract time or compensation will be allowed because of the delay in the
performance of the Work attributable to the exercise of the Contracting Agency’s rights provided by
this section.
The rights exercised under the provisions of this section shall not diminish the Contracting Agency’s
right to pursue any other avenue for additional remedy or damages with respect to the Contractor’s
failure to perform the Work as required.
1-05.10 Guarantees
Section 1-05.10 is supplemented as follows:
(******)
If within one year after the Acceptance Date of the Work by the Contracting Agency, defective and/or
unauthorized Work is discovered, the Contractor shall promptly, upon written order by the Contracting
07/24/2019
17
Agency, return and in accordance with the Engineer’s instructions, either correct such Work, or if such
Work has been rejected by the Engineer, remove it from the project site and replace it with non-
defective and authorized Work, all without cost to the Contracting Agency. If the Contractor does not
promptly comply with the written order to correct defective and/or unauthorized Work, or if an
emergency exists, the Contracting Agency reserves the right to have defective and/or unauthorized
Work corrected or removed and replaced pursuant to Section 1-05.7 “Removal of Defective and/or
Unauthorized Work.”
The Contractor agrees the above one year limitation shall not exclude or diminish the Contracting
Agency’s rights under any law to obtain damages and recover costs resulting from defective and/or
unauthorized Work discovered after one year but prior to the expiration of the legal time period set
forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed of implied
arising out of a written agreement.
The Contractor shall warrant good title to all materials, supplies, and equipment purchased for, or
incorporated in the Work. Nothing contained in this paragraph, however, shall defeat or impair the
right of persons furnishing materials or labor, to recover under any bond given by the Contractor for
their protection, or any rights under any law permitting such persons to look to funds due the
Contractor in the hands of the Contracting Agency.
The provisions of this paragraph shall be inserted in all subcontracts and material contracts, and notice
of its provisions shall be given to all persons furnishing materials for the Work when no formal contract
is entered into for such materials.
1-05.11 Final Inspection
1-05.11(1) Substantial Completion Date
Section 1-05.11(1) is a new section:
(******)
When the Contractor considers the Work to be substantially complete, the Contractor shall so notify
the Engineer and request the Engineer establish the Substantial Completion Date. The Engineer will
schedule an inspection of the Work with the Contractor to determine the status of completion.
To be considered substantially complete the following conditions must be met:
1. The Contracting Agency must have full and unrestricted use and benefit of the
facilities both from the operational and safety standpoint.
2. Only minor incidental Work, replacement of temporary substitute facilities, or
correction of repair Work remains to reach physical completion of the Work.
The Contractor’s request shall list the specific items of Work in subparagraph two above that
remains to be completed in order to reach physical completion. The Engineer may also establish the
Substantial Completion Date unilaterally.
If after this inspection, the Engineer concurs with the Contractor that the Work is substantially
complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set
the Substantial Completion Date. If, after this inspection the Engineer does not consider the Work
substantially complete and ready for its intended use, the Engineer will, by written notice, so notify
the Contractor giving the reasons therefore.
Upon receipt of written notice concurring in or denying substantial completion, whichever is
applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption,
the Work necessary to reach Substantial and Physical Completion. The Contractor shall provide the
Engineer with a revised schedule indicating when the Contractor expects to reach substantial and
physical completion of the Work.
The above process shall be repeated until the Engineer establishes the Substantial Completion Date
and the Contractor considers the Work physically complete and ready for Final Inspection.
07/24/2019
18
1-05.11(2) Final Inspection and Physical Completion Date
Section 1-05.11(2) is a new Section:
(******)
When the Contractor considers the Work physically complete and ready for Final Inspection, the
Contractor, by Written Notice, shall request the Engineer to schedule a final inspection. The Engineer
will set a date for Final Inspection. The Engineer and the Contractor will then make a final inspection
and the Engineer will notify the Contractor in writing of all particulars in which the Final Inspection
reveals the Work incomplete or unacceptable. The Contractor shall immediately take such corrective
measures as are necessary to remedy the listed deficiencies. Corrective Work shall be pursued
vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This
process will continue until the Engineer is satisfied the listed deficiencies have been corrected.
If action to correct the listed deficiencies is not initiated within 7 days after receipt of the Written
Notice listing the deficiencies, the Engineer may, upon Written Notice to the Contractor, take
whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.8. The
Contractor will not be allowed an extension of contract time because of a delay in the performance
of the Work attributable to the exercise of the Engineer’s right hereunder.
Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency,
in writing, of the date upon which the Work was considered physically complete, that date shall
constitute the Physical Completion Date of the Contract, but shall not imply all the obligations of the
Contractor under the Contract have been fulfilled.
1-05.11(3) Operational Testing
Section 1-05.11(3) is a new section:
(******)
Unless otherwise noted in the Contract Documents, the Contractor shall give the Engineer a minimum
of 3 working days’ notice of the time for each test and inspection. If the inspection is by another
authority than the Engineer, the Contractor shall give the Engineer a minimum of 3 working days’
notice of the date fixed for such inspection. Required certificates of inspection by other authority than
the Engineer shall be secured by the Contractor.
It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and
operable system. Therefore, when the Work involves the installation of machinery or other
mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems;
buildings; or other similar Work, it may be desirable for the Engineer to have the Contractor operate
and test the Work for a period of time, after final inspection but prior to the physical completion
date. Whenever items of Work are listed in the Contract Provisions for operational testing they shall
be fully tested under operating conditions for the time period specified to ensure their acceptability
prior to the Physical Completion Date. During and following the test period, the Contractor shall
correct any items of workmanship, materials, or equipment which prove faulty, or that are not in
first class operating condition. Equipment, electrical controls, meters, or other devices and
equipment to be tested during this period shall be tested under the observation of the Engineer, so
that the Engineer may determine their suitability for the purpose for which they were installed. The
Physical Completion Date cannot be established until testing and corrections have been completed
to the satisfaction of the Engineer.
The costs for power, gas, labor, material, supplies, and everything else needed to successfully
complete operational testing, shall be included in the unit contract prices related to the system
being tested, unless specifically set forth otherwise in the proposal.
Operational and test periods, when required by the Engineer, shall not affect a manufacturer’s
07/24/2019
19
guaranties or warranties furnished under the terms of the Contract.
1-05.12 Final Acceptance
The third and fourth sentences in paragraph 1 are deleted and replaced with:
(******)
The Final Acceptance date shall be that date in which the Renton City Council formally approves
acceptance of the Contract.
1-05.13 Superintendents, Labor and Equipment of Contractor
Revise the seventh paragraph to read:
(******)
Whenever the Contracting Agency evaluates the Contractor’s qualifications pursuant to Section 1-
02.1, the Contracting Agency will take these performance reports into account.
1-05.14 Cooperation with Other Contractors
Section 1-05.14 is supplemented as follows:
(******)
The Contractor shall afford the Owner and other contractors working in the area reasonable
opportunity for the introduction and storage of their materials and the execution of their respective
Work, and shall properly connect and coordinate the Contractor’s Work with theirs.
Other utilities, districts, agencies, and contractors who may have facilities within the project area are:
1. Puget Sound Energy (gas and electric)
2. AT&T Broadband
3. CenturyLink
4. City of Renton (water, sewer, transportation)
5. Comcast
6. Seattle Public Utilities
7. King County
8. Olympic Pipeline
9. Soos Creek Sewer and Water District
10. Cedar River Sewer and Water District
11. Skyway Sewer and Water District
12. Falcon Ridge Home Owner’s Association
13. Private contractors employed by adjacent property owners
The Contractor shall coordinate with City of Renton on tying into any existing electrical service cabinet.
1-05.16 Water and Power
Section 1-05.16 is a new Section:
(******)
The Contractor shall make necessary arrangements, and shall bear the costs for power and water
necessary for the performance of the Work, unless the Contract includes power and water as a pay
item.
1-05.17 Oral Agreements
Section 1-05.17 is a new section:
(******)
No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency,
either before or after execution of the Contract, shall affect or modify any of the terms or
obligations contained in any of the documents comprising the Contract. Such oral agreement or
conversation shall be considered as unofficial information and in no way binding upon the
Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency.
07/24/2019
20
1-05.18 Contractor's Daily Diary
Section 1-05.18 is a new section:
(******)
The Contractor and subcontractors shall maintain and provide to the Engineer a Daily Diary Record of
this Work. This diary will be created by pen entries in a hardbound diary book of the type that is
commonly available through commercial outlets. The diary must contain the Project and Number; if
the diary is in loose-leaf form, this information must appear on every page. The diary must be kept
and maintained by the Contractor's designated project superintendent(s). Entries must be made on a
daily basis and must accurately represent all of the project activities on each day.
At a minimum, the diary shall show on a daily basis:
1. The day and date.
2. The weather conditions, including changes throughout the day.
3. A complete description of Work accomplished during the day with adequate references to
the Plans and Contract Provisions, so that the reader can easily and accurately identify said
Work in the Plans. Identify location/description of photographs or videos taken that day.
4. An entry for each and every changed condition, dispute or potential dispute, incident,
accident, or occurrence of any nature whatsoever which might affect the Contractor, the
Owner, or any third party in any manner.
5. Listing of any materials received and stored on- or off-site by the Contractor for future
installation, to include the manner of storage and protection of the same.
6. Listing of materials installed during each day.
7. List of all subcontractors working on-site during each day.
8. Listing of the number of the Contractor's employees working during each day by category
of employment.
9. Listing of the Contractor's equipment working on the site during each day. Idle equipment
on the site shall be listed and designated as idle.
10. Notations to explain inspections, testing, stake-out, and all other services furnished by the
Owner or other party during each day.
11. Entries to verify the daily (including non-Work days) inspection and maintenance of traffic
control devices and condition of the traveled roadway surfaces. The Contractor shall not
allow any conditions to develop that would be hazardous to the public.
12. Any other information that serves to give an accurate and complete record of the nature,
quantity, and quality of Contractor's progress on each day.
13. Plan markups showing locations and dimensions of constructed features to be used by the
Engineer to produce record drawings.
14. All pages of the diary must be numbered consecutively with no omissions in page numbers.
15. Each page must be signed and dated by the Contractor's official representative on the
project.
The Contractor may use additional sheets separate from the diary book if necessary to provide a
complete diary record, but they must be signed, dated, and labeled with project name and number.
It is expressly agreed between the Contractor and the Owner that the Daily Diary maintained by the
Contractor shall be the “Contractor's Book of Original Entry” for the documentation of any potential
claims or disputes that might arise during this contract. Failure of the Contractor to maintain this
diary in the manner described above will constitute a waiver of any such claims or disputes by the
Contractor.
The Engineer or other Owner’s representative on the job site will also complete a Daily Construction
Report.
1-06 CONTROL OF MATERIAL
1-06.1 Approval of Materials Prior to Use
Section 1-06.1 is supplemented as follows:
07/24/2019
21
(******)
The materials and equipment lists submitted to the Engineer at the Preconstruction Conference shall
include the quantity, manufacturer, and model number, if applicable, of materials and equipment to
be installed under the Contract. This list will be checked by the Engineer as to conformity with the
Contract Documents. The Engineer will review the lists within 10 working days, noting required
corrections. The Contractor shall make required corrections and file 2 corrected copies with the
Engineer within one week after receipt of required corrections. The Engineer's review and acceptance
of the lists shall not relieve the Contractor from responsibility for suitability for the intended purpose,
nor for deviations from the Contract Documents.
1-06.2(1) Samples and Tests for Acceptance
Section 1-06.2(1) is supplemented a follows:
(******)
The finished Work shall be in accordance with approved samples. Approval of samples by the Engineer
does not relieve the Contractor of responsibility for performance of the Work in accordance with the
Contract Documents.
1-06.2(2) Statistical Evaluation of Materials for Acceptance
Section 1-06.02(2) is supplemented by adding the following:
(******)
Unless stated otherwise in the special provisions, statistical evaluation will not be used by the City of
Renton.
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
1-07.1 Laws to be Observed
Section 1-07.1 is supplemented as follows:
(******)
The Contractor shall erect and properly maintain, at all times, as required by the conditions and
progress of the Work, all necessary safeguards for protection of workers and the public; shall post
danger signs warning against known or unusual hazards; and shall designate as Safety Supervisor, a
responsible employee on the construction site whose duty shall be the enforcement of safety. The
name and position of such person so designated shall be reported in writing to the Engineer by the
Contractor.
The Contractor shall, at all times, enforce strict discipline and good order among all employees and
shall not employ any person unfit or not skilled in the Work assigned to him/her.
Necessary sanitation conveniences for the use of the workers on the job, properly secluded from
public observation, shall be provided and maintained by the Contractor.
In cases of conflict between different safety regulations, the more stringent regulation shall apply.
The Washington State Department of Labor and Industries shall be the sole and paramount
administrative agency responsible for the administration of the provisions of the Washington
Industrial Safety and Health Act of 1973 (WISHA).
The Contractor shall maintain at the project site office, or other well-known place at the project site,
all articles necessary for providing first aid to the injured. The Contractor shall establish, publish,
and make known to all employees, procedures for ensuring immediate removal to a hospital or
doctor’s care, and persons, including employees, who may have been injured on the project site.
Employees should not be permitted to Work on the project site before the Contractor has
established and made known procedures for removal of injured persons to a hospital or a doctor’s
care.
07/24/2019
22
The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the
Contractor’s plant, appliances, and methods, and for any damage or injury resulting from their
failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely
responsible for the conditions of the project site, including safety for all persons and property in the
performance of the Work. This requirement shall apply continuously, and not be limited to normal
working hours. The required or implied duty of the Engineer to conduct construction review of the
Contractor’s performance does not, and shall not, be intended to include review and adequacy of
the Contractor’s safety measures, in, on, or near the project site.
1-07.2 State Sales Tax
Delete this section, including its sub-sections, in its entirety and replace it with the following:
(******)
1-07.2(1) General
The Washington State Department of Revenue has issued special rules on the state sales tax.
Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor should contact
the Washington State Department of Revenue for answers to questions in this area. The
Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax
liability.
The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract
amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3)
describes this exception.
The Contracting Agency will pay the retained percentage only if the Contractor has obtained from
the Washington State Department of Revenue a certificate showing that all contract-related taxes
have been paid (RCW 60.28.050). The Contracting Agency may deduct from its payments to the
Contractor any amount the Contractor may owe the Washington State Department of Revenue,
whether the amount owed relates to this contract or not. Any amount so deducted will be paid into
the proper state fund
1-07.2(2) State Sales Tax – Rule 171
WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc.,
which are owned by a municipal corporation, or political subdivision of the state, or by the United
States, and which are used primarily for foot or vehicular traffic. This includes storm or combined
sewer systems within and included as part of the street or road drainage system, and power lines
when such are part of the roadway lighting system. For Work performed in such cases, the
Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or
other contract amounts, including those that the Contractor pays on the purchase of the materials,
equipment, or supplies used or consumed in doing the Work.
1-07.2(2) State Sales Tax – Rule 170
WAC 458-20-170, and its related rules, applies to the constructing and repairing of new or existing
buildings, or other structures, upon real property. This includes, but is not limited to; the
construction of streets, roads, highways, etc., owned by the state of Washington; water mains and
their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal
systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical
07/24/2019
23
power distribution lines, or other conduits or lines in or above streets or roads, unless such power
lines become a part of a street or road lighting system; and installing or attaching of any article of
tangible personal property in or to real property, whether or not such personal property becomes a
part of the realty by virtue of installation.
For Work performed in such cases, the Contractor shall collect from the Contracting Agency, retail
sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to
each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax
in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following
exception.
Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a
subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable
supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices
or in any other contract amount.
1-07.2(4) Services
The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly
for professional or other services (as defined in Washington State Department of Revenue Rules 138
and 244).
1-07.6 Permits and Licenses
Section 1-07.6 is supplemented as follows:
(******)
The Contractor shall ensure that all necessary permits are obtained, and is responsible for reviewing
all permits to become familiar with the requirements.
The Contractor and all subcontractors of any tier must obtain a City of Renton Business License
(Contractor).
The permits, easements, and right of entry documents that have been acquired are available for
inspection and review.
The Contractor shall be required to comply with all conditions of the permits, easements, and rights
of entry, at no additional cost to the Owner. The Contractor is required to indemnify the Owner
from claims on all easements and rights of entry.
All other permits, licenses, etc., shall be the responsibility of the Contractor. The Contractor shall
comply with the special provisions and requirements of each.
Permits, permission under franchises, licenses and bonds of a temporary nature necessary for and
during the prosecution of the Work, and inspection fees in connection therewith shall be secured
and paid for by the Contractor. If the Owner is required to secure such permits, permission under
franchises, licenses and bonds, and pay the fees, the costs incurred by the Owner thereby shall be
charged against the Contractor and deducted from any funds otherwise due the Contractor.
The Contractor is cautioned to review all permits and other Contract Documents and schedule the
work activities appropriately to complete the work within the number of days stated in the Contract
07/24/2019
24
Document. No additional compensation or extensions to time will be granted to the Contractor due
to the time constraints imposed by such documents. The Contractor shall assume all responsibility
for meeting all requirements of all permits.
Any fines or penalties incurred by Contracting Agency for not meeting state water quality standards
and/or lack of stormwater pollution prevention on this Project shall be deducted from monies
otherwise due to Contractor. Any fines assessed directly to Contractor shall be paid directly to the
fining authority, at the Contractor’s own cost.
1-07.9 Wages
1-07.9(5) Required Documents
Delete the first sentence of the third paragraph, and replace it with the following:
(******)
The Contractor must submit weekly-certified payrolls for the Contractor and all subcontractors and
lower tier subcontractors, regardless of project’s funding source.
1-07.11 Requirements for Non-Discrimination
1-07.11(11) City of Renton Affidavit of Compliance
Section 1-07.11(11) is new:
(******)
Each Contractor, Subcontractor, Consultant, and or Supplier shall complete and submit a copy of the
“City of Renton Fair Practices Policy Affidavit of Compliance”. A copy of this document will be bound
in the bid documents.
1-07.12 Federal Agency Inspection
Section 1-07.12 is supplemented with the following:
(******)
Required Federal Aid Provisions
The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the
amendments thereto supersede any conflicting provisions of the Standard Specifications and are
made a part of this contract; provided, however, that if any of the provisions of FHWA 1273, as
amended, are less restrictive than Washington State Law, then the Washington State Law shall prevail.
The provisions of FHWA 1273, as amended, included in this contract require that the Contractor insert
the FHWA 1273 and amendments thereto in each subcontract, together with the wage rates which
are part of the FHWA 1273, as amended. Also, a clause shall be included in each subcontract requiring
the subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier subcontracts,
together with the wage rates. The Contractor shall also ensure that this Section, REQUIRED FEDERAL
AID PROVISIONS, is inserted in each subcontract for subcontractors and lower tier subcontractors. For
this purpose, upon request to the Project Engineer, the Contractor will be provided with extra copies
of the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special Provision.
1-07.13 Contractor’s Responsibility for Work
1-07.13(1) General
Section 1-07.13(1) is supplemented as follows:
(******)
During unfavorable weather and other conditions, the Contractor shall pursue only such portions of
the Work as shall not be damaged thereby.
No portion of the Work whose satisfactory quality or efficiency will be affected by unfavorable
conditions shall be constructed while these conditions exist, unless the Contractor shall be able to
overcome said unfavorable conditions by special means or precautions acceptable to the Engineer.
07/24/2019
25
1-07.16 Protection and Restoration of Property
1-07.16(1) Private/Public Property
Section 1-07.16(1) is supplemented by adding the following:
(******)
The Contracting Agency will obtain all easements and franchises required for the project. The
Contractor shall limit his operation to the areas obtained and shall not trespass on private property.
The Contracting Agency may provide certain lands, as indicated in connection with the Work under
the Contract together with the right of access to such lands. The Contractor shall not unreasonably
encumber the premises with his equipment or materials.
The Contractor shall provide, with no liability to the Contracting Agency, any additional land and access
thereto not shown or described that may be required for temporary construction facilities or storage
of materials. He shall construct all access roads, detour roads, or other temporary Work as required
by his operations. The Contractor shall confine his equipment, storage of material, and operation of
his workers to those areas shown and described and such additional areas as he may provide.
A. General. All construction Work under this contract on easements, right-of-way, over private
property or franchise, shall be confined to the limits of such easements, right-of-way or franchise. All
Work shall be accomplished so as to cause the least amount of disturbance and a minimum amount
of damage. The Contractor shall schedule his Work so that trenches across easements shall not be
left open during weekends or holidays and trenches shall not be open for more than 48 hours.
B. Structures. The Contractor shall remove such existing structures as may be necessary for
the performance of the Work and, if required, shall rebuild the structures thus removed in as good a
condition as found. He shall also repair all existing structures that may be damaged as a result of the
Work under this contract.
C. Easements, cultivated areas and other surface improvements. All cultivated areas, either
agricultural or lawns, and other surface improvements which are damaged by actions of the
Contractor shall be restored as nearly as possible to their original condition.
Prior to excavation on an easement or private right-of-way, the Contractor shall strip topsoil from the
trench or construction area and stockpile it in such a manner that it may be replaced by him, upon
completion of construction. Ornamental trees and shrubbery shall be carefully removed with the
earth surrounding their roots wrapped in burlap and replanted in their original positions within 48
hours.
All shrubbery or trees destroyed or damaged, shall be replaced by the Contractor with material of
equal quality at no additional cost to the Contracting Agency. In the event that it is necessary to
trench through any lawn area, the sod shall be carefully cut and rolled and replaced after the
trenches have been backfilled. The lawn area shall be cleaned by sweeping or other means, of all
earth and debris.
The Contractor shall use rubber wheel equipment similar to the small tractor-type backhoes used by
side sewer contractors for all Work, including excavation and backfill, on easements or rights-of-way,
which have lawn areas. All fences, markers, mailboxes, or other temporary obstacles shall be
removed by the Contractor and immediately replace, after the trench is backfilled, in their original
position. The Contractor shall notify the Contracting Agency and Property Owner at least 24 hours in
advance of any Work done on easements or rights-of-way.
Damage to existing structures outside of easement areas that may result from dewatering and/or
other construction activity under this contract shall be restored to their original condition or better.
The original condition shall be established by photographs taken and/or inspection made prior to
construction. All such Work shall be done to the satisfaction of the Property Owners and the
Contracting Agency at the expense of the Contractor.
D. Streets. The Contractor will assume all responsibility of restoration of the surface of all
07/24/2019
26
streets (traveled ways) used by him if damaged.
In the event the Contractor does not have labor or material immediately available to make necessary
repairs, the Contractor shall so inform the Contracting Agency. The Contracting Agency will make the
necessary repairs and the cost of such repairs shall be paid by the Contractor.
The Contractor is responsible for identifying and documenting any damage that is pre-existing or
caused by others. Restoration of excavation in City streets shall be done in accordance with the City of
Renton Trench Restoration Requirements, which is available at the Public Works Department
Customer Services counter on the 6th floor, Renton City Hall, 1055 South Grady Way.
1-07.17 Utilities and Similar Facilities
Section 1-07.17 is supplemented by adding:
(******)
Existing utilities indicated in the Plans have been plotted from the best information available to the
Engineer. Information and data shown or indicated in the Contract Documents with respect to existing
underground utilities or services at or contiguous to the project site are based on information and
data furnished to the Owner and the Engineer by owners of such underground facilities or others, and
the Owner and the Engineer do not assume responsibility for the accuracy or completeness thereof.
It is to be understood that other aboveground or underground facilities not shown in the Plans may
be encountered during the course of the Work.
All utility valves, manholes, vaults, or pull boxes which are buried shall be conspicuously marked in a
fashion acceptable to the Owner and the Engineer by the Contractor to allow their location to be
determined by the Engineer or utility personnel under adverse conditions, (inclement weather or
darkness).
The Contractor shall check with the utility companies concerning any possible conflict prior to
commencing excavation in any area. The Contractor shall resolve all crossing and clearance problems
with the utility company concerned. No excavation shall begin until all known facilities, in the vicinity
of the excavation area, have been located and marked.
In addition to the Contractor having all utilities field marked before starting Work, the Contractor shall
have all utilities field marked after they are relocated in conjunction with this project.
Call Before You Dig
The 48-Hour Locators
1-800-424-5555
At least 2 and not more than 10 working days prior to commencing any excavations for utility potholing
or for any other purpose under this Contract, the Contractor shall notify the Underground Utilities
Location Center by telephone of the planned excavation and progress schedule. The Contractor is also
warned that there may be utilities on the project that are not part of the One Call system. They must
be contacted directly by the Contractor for locations.
The Contractor shall make arrangements 48 hours in advance with respective utility owners to have a
representative present when their utility is exposed or modified, if the utility chooses to do so.
Existing utilities for telephone, power, gas, water, and television cable facilities shall be adjusted or
relocated by the appropriate utility company unless otherwise noted in the Plans. These adjustments
may be completed before the Contractor begins Work, or may be performed in conjunction with the
Contract Work. The Contractor shall be entirely responsible for coordination with the utility
companies and arranging for the movement or adjustment, either temporary or permanent, of their
facilities within the project limits. See also Section 1-05.14 of these Special Provisions.
If or when utility conflicts occur, the Contractor shall continue the construction process on other
aspects of the project whenever possible. No additional compensation will be made to the Contractor
for reason of delay caused by the actions of any utility company, and the Contractor shall consider
07/24/2019
27
such costs to be incidental to the other items of the Contract.
1-07.17(3) Interruption of Services
Section 1-07.17(3) is a new section:
(******)
Whenever in the course of the construction operation it becomes necessary to cause an outage of
utilities, it shall be the Contractor's responsibility to notify the affected users and the Engineer not less
than 48 hours in advance of such outage. The Contractor shall make reasonable effort to minimize
the duration of outages, and shall estimate the length of time service will be interrupted and so notify
the users. In the case of any utility outage that has exceeded or will exceed four hours, user contact
shall again be made. Temporary service, if needed, will be arranged by the Contractor at no cost to
the Owner.
Overhead lighting outages shall not exceed 24 hours. All cost to the Contractor for providing
temporary overhead lighting to meet above requirements shall be incidental to the various unit and
Lump sum items of the Contract; no separate payment will be made.
1-07.17(4) Resolution of Utility Conflicts
(******)
Section 1-07.17(4) is a new section:
In no way shall the work described under Resolution of Utility Conflicts relieve Contractor of any of
the responsibilities described in Section 1-07.17 of the Standard Specifications and Special
Provisions, and elsewhere in the Contract Documents. If or when utility conflicts occur, Contractor
shall continue the construction process on other aspects of the project whenever possible.
If “Resolution of utility conflicts” is included as a bid item in Section 1-09.14, it shall be used to
resolve any new identified utility conflicts not otherwise shown on the Contract Drawing or
Specifications that are identified during the course of construction.
1-07.18 Public Liability and Property Damage Insurance
Section 1-07.18 is deleted replaced by the following new section and subsections:
(******)
1-07.18(1) General
The Contractor shall obtain and maintain in full force and effect, from the Contract Execution Date to
the Completion Date, public liability and property damage insurance with an insurance company(ies)
or through sources approved by the State Insurance Commissioner pursuant to RCW 48.
The Contractor shall not begin work under the Contract until the required insurance has been obtained
and approved by the Contracting Agency. Insurance shall provide coverage to the Contractor, all
subcontractors, Contracting Agency and the Contracting Agency's consultant. The coverage shall
protect against claims for bodily injuries, personal injuries, including accidental death, as well as claims
for property damages which may arise from any act or omission of the Contractor or the subcontractor,
or by anyone directly or indirectly employed by either of them.
If warranted work is required the Contractor shall provide the City proof that insurance coverage and
limits established under the term of the Contract for work are in full force and effect during the period
of warranty work.
The Contracting Agency may request a copy of the actual declaration pages(s) for each insurance policy
effecting coverage(s) required on the Contract prior to the date work commences.
Failure of the Contractor to fully comply during the term of the Contract with the requirements
07/24/2019
28
described herein will be considered a material breach of contract and shall be caused for immediate
termination of the Contract at the option of the Contracting Agency.
All costs for insurance shall be incidental to and included in the unit or Lump Sum prices of the contract
and no additional payment will be made.
1-07.18(2) Coverages
All coverage provided by the Contractor shall be in a form and underwritten by a company acceptable
to the Contracting Agency. The City requires that all insurers:
1. Be licensed to do business within the State of Washington.
2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution coverage
are acceptable when written on a claims-made basis). The City may also require proof
of professional liability coverage be provided for up to two (2) years after the
completion of the project.
3. The City may request a copy of the actual declaration page(s) for each insurance policy
affecting coverage(s) required by the Contract prior to the date work commences.
4. Possess a minimum A.M. best rating of AVII (A rating of A XII or better is preferred.) If
any insurance carrier possesses a rating of less than AVII, the City may make an
exception.
The City reserves the right to approve the security of the insurance coverage provided by the
insurance company(ies), terms, conditions, and the Certificate of Insurance.
Failure of the Contractor to fully comply during the term of the Contract with these requirements
will be considered a material breach of contract and shall be cause for immediate termination of
the contract at the option of the City.
The Contractor shall obtain and maintain the minimum insurance coverage set forth below. By
requiring such minimum insurance, the City of Renton shall not be deemed or construed to have
assessed the risks that may be applicable to the Contractor. The Contractor shall assess its own
risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverage.
Coverage shall include:
A. Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be written
on an occurrence basis and include: Premises and Operations (including CG2503; General Aggregate to apply per
project, if applicable) Explosion, Collapse, and Underground Hazards. Products/Completed Operations Contractual Liability (including Amendatory Endorsement CG 0043 or
equivalent which includes defense coverage assumed under contract) Broad Form Property Damage Independent Contractors Personal/Advertising Injury Stop Gap Liability
B. Automobile Liability including all Owned Vehicles Non-Owned Vehicles Hired Vehicles
C. Workers' Compensation Statutory Benefits (Coverage A) - Show Washington Labor & Industries
Number
D. Umbrella Liability (when necessary) Excess of Commercial General Liability and Automobile Liability. Coverage
should be as broad as primary.
07/24/2019
29
E. Professional Liability - (whenever the work under this Contract includes Professional
Liability, including Advertising activities) the (CONTRACTOR) shall maintain professional
liability covering wrongful acts, errors and/or omissions of the (CONTRACTOR) for
damage sustained by reason of or in the course of operations under this Contract.
F. Pollution Liability - the City may require this coverage whenever work under this
Contract involves pollution risk to the environment. This coverage is to include sudden
and gradual coverage for third party liability including defense costs and completed
operations.
Contractor shall name City of Renton, and its officers, officials, agents, employees and volunteers
as Additional Insured (ISO Form CG 2010 or equivalent). The Contractor shall provide City of
Renton Certificates of Insurance prior to commencement of work. The City reserves the right to
request copies of insurance policies, if at their sole discretion it is deemed appropriate. Further,
all policies of insurance described above shall:
A. Be on a primary basis not contributory with any other insurance coverage and/or self-
insurance carried by City of Renton.
B. Include a Waiver of Subrogation Clause.
C. Severability of Interest Clause (Cross Liability)
D. The Contractor shall provide the Contracting Agency and all Additional Insured’s with
written notice of any policy cancellation, within two business days of their receipt of
such notice.
E. Failure on the part of the Contractor to maintain the insurance as required shall
constitute a material breach of contract, upon which the Contracting Agency may, after
giving five business days notice to the Contractor to correct the breach, immediately
terminate the contract or, at its discretion, procure or renew such insurance and pay
any and all premiums in connection therewith, with any sums so expended to be repaid
to the Contracting Agency on demand, or at the sole discretion of the Contracting
Agency, offset against funds due the Contractor from the Contracting Agency.
1-07.18(3) Limits
LIMITS REQUIRED
Providing coverage in these stated amounts shall not be construed to relieve the Contractor from
liability in excess of such limits. The Contractor shall carry the following limits of liability as required
below:
Commercial General Liability
General Aggregate* $2,000,000 **
Products/Completed Operations Aggregate $2,000,000 **
Each Occurrence Limit $1,000,000
Personal/Advertising Injury $1,000,000
Fire Damage (Any One Fire) $50,000
Medical Payments (Any One Person) $5,000
Stop Gap Liability $1,000,000
* General Aggregate to apply per project
(ISO Form CG2503 or equivalent)
**Amount may vary based on project risk
Automobile Liability
Bodily Injury/Property Damage $1,000,000
(Each Accident)
Workers' Compensation
Statutory Benefits - Coverage A Variable
(Show Washington Labor and Industries Number)
Umbrella Liability
Each Occurrence Limit $1,000,000
General Aggregate Limit $1,000,000
Products/Completed Operations Aggregate $1,000,000
07/24/2019
30
Professional Liability (If required)
Each Occurrence/ Incident/Claim $1,000,000
Aggregate $2,000,000
Pollution Liability (If required) to apply on a per project
basis
Per Loss $1,000,000
Aggregate $1,000,000
The City may require the Contractor to keep professional liability coverage in effect for up to two (2)
years after completion of the project.
The Contractor shall promptly advise the CITY OF RENTON in the event any general aggregates are
reduced for any reason, and shall reinstate the aggregate at the Contractor’s expense to comply with
the minimum limits and requirements as stated above and shall furnish to the CITY OF RENTON a new
certificate of insurance showing such coverage is in force.
1-07.18(4) Evidence of Insurance:
Within 20 days of award of the Contract, the Contractor shall provide evidence of insurance by
submitting to the Contracting Agency the Certificate of Insurance (ACORD Form 25s or equivalent)
conforming to items as specified in Sections 1-07.18(1), 1-07.18(2), and 1-07.18(3) as revised above.
Other requirements are as follows:
A. Strike the following or similar wording: "This Certificate is issued as a matter of
information only and confers no rights upon the Certificate Holder".
B. Strike the wording regarding cancellation notification to the City: "Failure to mail
such notice shall impose no obligation or liability of any kind upon the company,
its agents or representatives".
C. Amend the cancellation clause to state: "Should any of the above described
policies be cancelled before the expiration date thereof, notice will be delivered
in accordance with the policy provisions."
For Professional Liability coverage only, instead of the cancellation language specified above, the
City will accept a written agreement that the consultant's broker will provide the required
notification.
1-07.22 Use of Explosives
Section 1-07.22 is supplemented by the following:
(******)
Explosives shall not be used without specific authority of the Engineer, and then only under such
restrictions as may be required by the proper authorities. Explosives shall be handled and used in strict
compliance with WAC 296-52 and such local laws, rules and regulations that may apply. The individual
in charge of the blasting shall have a current Washington State Blaster Users License.
The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary in
conjunction with blasting operations.
1-07.23 Public Convenience and Safety
1-07.23(1) Construction Under Traffic
Revise the second paragraph to read:
(******)
To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the
Work with the least possible inconvenience or delay. The Contractor shall maintain existing roads,
streets, sidewalks, driveways, and paths within the project limits, keeping them open, and in good,
07/24/2019
31
clean, safe condition at all times. Deficiencies caused by the Contractor’s operations shall be repaired
at the Contractor’s expense. Deficiencies not caused by the Contractor’s operations shall be repaired
by the Contractor when directed by the Engineer, at the Contracting Agency’s expense. The
Contractor shall also maintain roads, streets, sidewalks, driveways, and paths adjacent to the project
limits when affected by the Contractor’s operations. Snow and ice control will be performed by the
Contracting Agency on all projects. Cleanup of snow and ice control debris will be at the Contracting
Agency’s expense. The Contractor shall perform the following:
1. Remove or repair any condition resulting from the Work that might impede traffic or create a
hazard.
2. Keep existing traffic signal and highway lighting systems in operation as the Work proceeds. (The
Contracting Agency will continue the route maintenance on such system.)
3. Maintain the striping on the roadway at the Contracting Agency’s expense. The Contractor shall
be responsible for scheduling when to renew striping, subject to the approval of the Engineer.
When the scope of the project does not require Work on the roadway, the Contracting Agency
will be responsible for maintaining the striping.
4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency’s expense,
except those damaged due to the Contractor’s operations.
5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing drainage
structures will be at the Contracting Agency’s expense when approved by the Engineer, except
when flow is impaired due to the Contractor’s operations.
Section 1-07.23(1) is supplemented by adding the following:
(******)
The Contractor shall be responsible for controlling dust and mud within the project limits and on any
street, which is utilized by his equipment for the duration of the project. The Contractor shall be
prepared to use watering trucks, power sweepers, and other pieces of equipment as deemed
necessary by the Engineer, to avoid creating a nuisance.
Dust and mud control shall be considered as incidental to the project and no compensation will be
made for this section.
Complaints of dust, mud, or unsafe practices and/or property damage to private ownership will be
transmitted to the Contractor and prompt action in correcting them will be required by the Contractor.
The Contractor shall maintain the roads during construction in a suitable condition to minimize affects
to vehicular and pedestrian traffic. All cost to maintain the roads shall be borne by the Contractor.
At least one-way traffic shall be maintained on all cross-streets within the project limits during working
hours. One lane shall be provided in each direction for all streets during non-working hours.
The Contractor shall provide one drivable roadway lane and maintain convenient access for local and
commuter traffic to driveways, businesses, and buildings along the line of Work throughout the course
of the project. Such access shall be maintained as near as possible to that which existed prior to the
commencement of construction. This restriction shall not apply to the paving portion of the
construction process.
The Contractor shall notify and coordinate with all property owners and tenants of street closures, or
other restrictions which may interfere with their access at least 24 hours in advance for single-family
07/24/2019
32
residential property, and at least 48 hours in advance for apartments, offices, and commercial
property. The Contractor shall give a copy of all notices to the Engineer.
When the abutting owners’ access across the right-of-way line is to be eliminated and replaced under
the Contract by other access, the existing access shall not be closed until the replacement access
facility is available.
All unattended excavations shall be properly barricaded and covered at all times. The Contractor shall
not open any trenches that cannot be completed and refilled that same day. Trenches shall be patched
or covered by a temporary steel plate, at the Contractor’s expense, except in areas where the roadway
remains closed to public traffic. Steel plates must be anchored.
1-07.23(2) Construction and Maintenance of Detours
(******)
Revise the first paragraph to read:
Unless otherwise approved, the Contractor shall maintain two-way traffic during construction. The
Contractor shall build, maintain in a safe condition, keep open to traffic, and remove when no longer
needed:
1. Detours and detour bridges that will accommodate traffic diverted from the roadway, bridge,
sidewalk, driveway, or path during construction,
2. Detour crossings of intersecting highway, and
3. Temporary approaches.
1-07.24 Rights-of-Way
Delete this section in its entirety, and replace it with the following:
(******)
Street right-of-way lines, limits of easements, and limits of construction permits are indicated on the
Drawings. The Contractor’s construction activities shall be confined within these limits unless
arrangements for use of private property are made.
Generally, the Contracting Agency will have obtained, prior to bid opening, all rights-of-way and
easements, both permanent and temporary, necessary for carrying out the completion of the Work.
Exceptions to this are noted in the Contract Documents or brought to the Contractor’s attention by a
duly issued addendum.
Whenever any of the Work is accomplished on or through property other than public right-of-way, the
Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained
by the Contracting Agency from the owner of the private property. Copies of the easement
agreements are included in the Contract Provisions or made available to the Contractor as soon as
practical after they have been obtained by the Engineer.
Whenever easements or rights-of-entry have not been acquired prior to advertising, these areas are
so noted on the Drawings. The Contractor shall not proceed with any portion of the Work in areas
where right-of-way, easements, or rights-of-entry have not been acquired until the Engineer certifies
to the Contractor that the right-of-way or easement is available or that the right-of-entry had been
received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in
obtaining easements, rights of entry of right-of-way, the Contractor will be entitled to an extension of
time. The Contractor agrees that such delay shall not be a breach of contract.
Each property owner shall be given 48 hours notice prior to entry by the Contactor. This includes entry
onto easements and private property where private improvements must be adjusted.
The Contractor shall be responsible for providing, without expense or liability of the Contracting
Agency, any additional land and access thereto that the Contractor may desire for temporary
construction facilities, storage of materials, or other Contractor needs. However, before using any
07/24/2019
33
private property, whether adjoining the Work or not, the Contractor shall file with the Engineer a
written permission of the private property owner, and, upon vacating the premises, a written release
from the property owner of each property disturbed or otherwise interfered with by reasons of
construction pursued under this Contract. The statement shall be signed by the private property
owner, or proper authority acting for the owner of the private property affected, stating that
permission has been granted to use the property and all necessary permits have been obtained or, in
the case of a release, that the restoration of the property has been satisfactorily accomplished. The
statement shall include the parcel number, address and date of signature. Written releases must be
filed with the Engineer before the Completion Date will be established.
1-07.28 Confined Space Entry
Section 1-07.28 is new:
The Contractor shall:
1. Review and be familiar with the City’s Public Works Confined Space Entry Program.
2. Review documented information about the City confined spaces in which entry is intended as
listed and described in the City’s Attribute and Map Book. This information includes identified
hazards for each permit-required confined space.
3. Each contractor shall have their own confined space entry program. Upon request of the City
they will provide a statement confirming they are in compliance with their confined space
entry program including requirements for confined space training for employees associated
with the project in Renton.
4. Be responsible for following all confined space requirements established by the provisions in
WAC 296-809 and its chapters.
5. Coordinate entry operations with the City of Renton when employees from the contractor will
be working in or near City confined spaces.
6. Discuss entry operations with the City of Renton including the program followed during
confined space entry.
7. Debrief the City on any hazards confronted or created at the completion of entry operations.
8. Place signs stating, “Danger, Follow Confined Space Entry Procedure before Entering” at each
confined space to be entered. Never leave the confined space open and unattended.
The contractor’s or consultant’s point of contact with the City in regard to confined space entry will
be the City’s assigned construction inspector.
1-08 PROSECUTION AND PROGRESS
1-08.0 Preliminary Matters
Section 1-08.0 is a new section with subsection:
(******)
1-08.0(1) Preconstruction Conference
Section 1-08.0(1) is a new subsection:
(******)
The Engineer will furnish the Contractor with copies of the Contract Documents per Section 1-02.2
“Plans and Specifications”. Additional documents may be furnished upon request at the cost of
reproduction. Prior to undertaking each part of the Work the Contractor shall carefully study and
compare the Contract Documents, and check and verify pertinent figures shown therein and all
applicable field measurements. The Contractor shall promptly report in writing to the Engineer any
conflict, error or discrepancy, which the Contractor may discover.
After the Contract has been executed, but prior to the Contractor beginning the Work, a
preconstruction conference will be held between the Contractor, the Engineer and such other
07/24/2019
34
interested parties as may be invited.
The Contractor shall prepare and submit at the preconstruction meeting:
Contractor's plan of operation and progress schedule (3+ copies)
Approval of qualified subcontractors (bring list of subcontractors if different from list
submitted with bid)
List of materials fabricated or manufactured off the project
Material sources on the project
Names of principal suppliers
Detailed equipment list, including “Rental Rate Blue Book” hourly costs (both working
and standby rates)
Weighted wage rates for all employee classifications anticipated to be used on Project
Cost percentage breakdown for lump sum bid item(s)
Shop Drawings (bring preliminary list)
Traffic Control Plans (3+ copies)
Temporary Water Pollution/Erosion Control Plan
In addition, the Contractor shall be prepared to address:
Bonds and insurance
Project meetings – schedule and responsibilities
Provision for inspection for materials from outside sources
Responsibility for locating utilities
Responsibility for damage
Time schedule for relocations, if by other than the Contractor
Compliance with Contract Documents
Acceptance and approval of Work
Labor compliance, payrolls, and certifications
Safety regulations for the Contractors’ and the Owner's employees and representatives
Suspension of Work, time extensions
Change order procedures
Progress estimates, procedures for payment
Special requirements of funding agencies
Construction engineering, advance notice of special Work
Any interpretation of the Contract Documents requested by the Contractor
Any conflicts or omissions in Contract Documents
Any other problems or questions concerning the Work
Processing and administration of public complaints
Easements and rights-of-entry
Other contracts
The franchise utilities may be present at the preconstruction conference, and the Contractor should
be prepared for their review and discussion of progress schedule and coordination.
1-08.0(2) Hours of Work
Section 1-08.0(2) is a new subsection:
(******)
Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal
straight time working hours for the Contract shall be any consecutive 8-hour period between 7:00 a.m.
and 5:00 p.m. of a working day with a maximum 1-hour lunch break and a 5-day Work week. The
normal straight time 8-hour working period for the Contract shall be established at the
preconstruction conference or prior to the Contractor commencing the Work.
If a Contractor desires to perform Work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after
5:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to Work such
times. Permission to Work longer than an 8-hour period between 7:00 a.m. and 5:00 p.m. is required.
Such requests shall be submitted to the Engineer no later than noon on the working day prior to the
day for which the Contractor is requesting permission to Work.
07/24/2019
35
Permission to Work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the
hours of 10:00 p.m. and 7:00 a.m. on weekends or holidays may also be subject to noise control
requirements. Approval to continue Work during these hours may be revoked at any time the
Contractor exceeds the Contracting Agency’s noise control regulations or complaints are received from
the public or adjoining property owners regarding the noise from the Contractor’s operations. The
Contractor shall have no claim for damages or delays should such permission be revoked for these
reasons.
Permission to Work Saturdays, Sundays, holidays or other than the agreed upon normal straight time
working hours Monday through Friday may be given subject to certain other conditions set forth by
the Contracting Agency or the Engineer. These conditions may include but are not limited to: requiring
the Engineer or such assistants as the Engineer may deem necessary to be present during the Work;
requiring the Contractor to reimburse the Contracting Agency for the cost of engineering salaries paid
Contracting Agency employees who worked during such times; considering the Work performed on
Saturdays, Sundays, and holidays as working days with regards to the Contract Time; and considering
multiple Work shifts as multiple working days with respect to Contract Time even though the multiple
shifts occur in a single 24-hour period. Assistants may include, but are not limited to, survey crews;
personnel from the material testing labs; inspectors; and other Contracting Agency employees when
in the opinion of the Engineer such Work necessitates their presence.
1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees
Section 1-08.0(3) is a new subsection:
(******)
Where the Contractor elects to Work on a Saturday, Sunday, holiday, or longer than an 8-hour Work
shift on a regular working day, as defined in the Standard Specifications, such Work shall be
considered as overtime Work. On all such overtime Work an inspector will be present, and a survey
crew may be required at the discretion of the Engineer. The Contractor shall reimburse the
Contracting Agency for the full amount of the straight time plus overtime costs for employees and
representative(s) of the Contracting Agency required to work overtime hours.
The Contractor by these Specifications does hereby authorize the Engineer to deduct such costs
from the amount due or to become due the Contractor.
1-08.1 Subcontracting
Revise the second paragraph to read:
The Contractor shall not subcontract Work unless the Engineer approves in writing. Each request to
subcontract shall be on the form the Engineer provides. If the Engineer requests, the Contractor shall
provide proof that subcontractor has the experience, ability, and equipment the Work requires. The
Contractor shall require each subcontractor to comply with Section 1-07.9 and to furnish all
certificates and statements required by the Contract. The Contractor shall require each subcontractor
of every tier to meet the responsibility criteria stated in RCW 39.06, and shall include these
requirements in every subcontract of every tier.
Section 1-08.1 is supplemented as follows:
(******)
Written requests for change in subcontractors shall be submitted by the Contractor to the Engineer at
least 7 calendar days prior to start of a subcontractor's Work.
The Contractor agrees that he/she is fully responsible to the Owner for the acts and omissions of all
subcontractors and lower-tier subcontractors, and persons either directly or indirectly employed by
the subcontractors, as well as for the acts and omissions of persons directly employed by the
Contractor. The Contractor shall be required to give personal attention to the Work that is sublet.
Nothing contained in the Contract Documents shall create any contractual relation between any
subcontractor and the Owner.
The Contractor shall be responsible for making sure all subcontractors submit all required
07/24/2019
36
documentation, forms, etc.
1-08.2 Assignment
The second paragraph of Section 1-08.2 is modified as follows:
(******)
The Contractor shall not assign any moneys due or to become due to the Contractor hereunder
without the prior written consent of the Owner. The assignment, if approved, shall be subject to all
setoffs, withholdings, and deductions required by law and the Contract.
1-08.3 Progress Schedule
Section 1-08.3 is supplemented as follows:
(******)
The progress schedule for the entire project shall be submitted 7 calendar days prior to the
Preconstruction Conference. The schedule shall be prepared using the critical path method (CPM),
preferably using Microsoft Project or equivalent software. The schedule shall contain this information,
at a minimum:
1. Construction activities, in sufficient detail that all activities necessary to construct a complete
and functional project are considered. Any activity that has a scheduled duration exceeding
30 calendar days shall be subdivided until no sub-element has a duration exceeding 30
calendar days.
2. The schedule shall clearly indicate the activities that comprise the critical path. For each
activity not on the critical path, the schedule shall show the float, or slack, time.
3. Procurement of material and equipment.
4. Submittals requiring review by the Engineer. Submittal by the Contractor and review by the
Engineer shall be shown as separate activities.
5. Work to be performed by a subcontractor, agent, or any third party.
6. Allowances for delays that could result from normal inclement weather (time extensions due
to inclement weather will not be allowed).
7. Allowances for the time required by utilities (Owner’s and others) to locate, monitor, and
adjust their facilities as required.
The Engineer may request the Contractor to alter the progress schedule when deemed necessary in
the opinion of the Engineer, in the interest of public safety and welfare of the Owner, or for
coordination with any other activity of other contractors, the availability of all or portions of the job
site, or special provisions of this Contract, or to reasonably meet the completion date of the project.
The Contractor shall provide such revised schedule within 10 days of request.
If, at any time, in the opinion of the Engineer, the progress of construction falls significantly behind
schedule, the Contractor may be required to submit a plan for regaining progress and a revised
schedule indicating how the remaining Work items will be completed within the authorized contract
time.
The Contractor shall promptly report to the Engineer any conditions that the Contractor feels will
require revision of the schedule and shall promptly submit proposed revisions in the progress schedule
for acceptance by the Engineer. When such changes are accepted by the Engineer, the revised
schedule shall be followed by the Contractor.
Weekly Schedule. The Contractor shall submit a weekly progress schedule to the Engineer which sets
forth specific Work to be performed the following week, and a tentative schedule for the second week.
Failure to Maintain Progress Schedule. The Engineer will check actual progress of the Work against
the progress schedule a minimum of two times per month. Failure, without just cause, to maintain
progress in accordance with the approved schedule shall constitute a breach of Contract. If, through
no fault of the Contractor, the proposed construction schedule cannot be met, the Engineer will
require the Contractor to submit a revised schedule to the Engineer for acceptance. The approved
revisions will thereafter, in all respects, apply in lieu of the original schedule.
Failure of the Contractor to follow the progress schedule submitted and accepted, including revisions
07/24/2019
37
thereof, shall relieve the Owner of any and all responsibility for furnishing and making available all or
any portion of the job site, and will relieve the Owner of any responsibility for delays to the Contractor
in the performance of the Work.
The cost of preparing the progress schedule, any supplementary progress schedules, and weekly
schedules shall be considered incidental to the Contract and no other compensation shall be made.
1-08.4 Notice to Proceed and Prosecution of the Work
Section 1-08.4 is replaced with the following:
(******)
Notice to Proceed will be given after the Contract has been executed and the Contract bond and
evidence of insurances have been approved and filed by the Owner. The Contractor shall not
commence the Work until the Notice to Proceed has been given by the Engineer. The Contractor shall
commence construction activities on the project site within ten days of the Notice to Proceed date.
The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption
until physical completion of the Work. There shall be no voluntary shutdowns or slowing of operations
by the Contractor without prior approval of the Engineer. Such approval shall not relieve the
Contractor from the contractual obligation to complete the Work within the prescribed Contract Time.
1-08.5 Time For Completion
The first five paragraphs of Section 1-08.5 are deleted and replaced with the following:
(******)
The Work shall be physically completed in its entirety within the time specified in the Contract
Documents or as extended by the Engineer. The Contract Time will be stated in “working days”, shall
begin on the Notice To Proceed date, or the date identified in the Notice to Proceed as “the first
working day”, and shall end on the Contract Completion date.
A non-working day is defined as a Saturday, a Sunday, a day on which the Contract specifically suspends
Work, or one of these holidays: January 1, third Monday of January, Memorial Day, July 4, Labor Day,
November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. The day before
Christmas shall be a holiday when Christmas Day occurs on a Tuesday or Friday. The day after
Christmas shall be a holiday when Christmas Day occurs on a Monday, Wednesday, or Thursday. When
Christmas Day occurs on a Saturday, the two preceding working days shall be observed as holidays.
When Christmas day occurs on a Sunday, the two working days following shall be observed as holidays.
When holidays other than Christmas fall on a Saturday, the preceding Friday will be counted as a non-
working day and when they fall on a Sunday the following Monday will be counted as a non-working
day. The Contract Time has been established to allow for periods of normal inclement weather that,
from historical records, is to be expected during the Contract Time, and during which periods, Work is
anticipated to be performed. Each successive working day, beginning with the Notice to Proceed date
and ending with the Physical Completion date, shall be charged to the Contract Time as it occurs except
a day, or part of a day, which is designated a non-working day or an Engineer determined unworkable
day.
The Engineer will furnish the Contractor a weekly report showing (1) the number of working days
charged against the Contract Time for the preceding week; (2) the Contract Time in working days; (3)
the number of working days remaining in the Contract Time; (4) the number of non-working days; and
(5) any partial or whole days the Engineer declared unworkable the previous week. This weekly report
will be correlated with the Contractor’s current approved progress schedule. If the Contractor elects
to work 10 hours a day and 4 days a week (a 4-10 schedule), and the fifth day of the week in which a
4-10 shift is worked would ordinarily be charged as a working day, then the fifth day of that week will
be charged as a working day whether or not the Contractor works on that day.
The Contractor will be allowed 10 calendar days from the date of each report in which to file a written
protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the report will be
deemed to have been accepted by the Contractor as correct.
The requirements for scheduling the Final Inspection and establishing the Substantial Completion,
Physical Completion, and Completion Dates are specified in Sections 1-05.11 and 1-05.12.
07/24/2019
38
Revise the seventh paragraph to read:
(******)
The Engineer will give the Contractor written notice of the completion date of the Contract after all
the Contractor’s obligations under the Contract have been performed by the Contractor. The
following events must occur before the Completion Date can be established:
1. The physical Work on the project must be complete; and
2. The Contractor must furnish all documentation required by the Contract and required by law, to
allow the Contracting Agency to process final acceptance of the Contract. The following
documents must be received by the Project Engineer prior to establishing a completion date:
a. Certified Payrolls (Federal-aid Projects)
b. Material Acceptance Certification Documents
c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts
Credited as DBE Participation, as required by the Contract Provisions.
d. FHWA 47 (Federal-aid Projects)
e. Final Contract Voucher Certification
f. Property owner releases per Section 1-07.24
Section 1-08.5 is supplemented as follows:
(******)
Within 10 calendar days after execution of the Contract by the Contracting Agency, the Contractor
shall provide the Contracting Agency with copies of purchase orders for all equipment items deemed
critical by the Contracting Agency, including but not limited to signal controller materials, lighting
standards, and signal standards required for the physical completion of the Contract. Such purchase
orders shall disclose the estimated delivery dates for the equipment.
All items of Work that can be performed without delivery of the critical items shall start and be
completed as soon as possible. At that time, the Engineer may suspend the Work upon request of the
Contractor until the critical items are delivered to the Contractor, if the Contracting Agency received a
purchase order within 10 calendar days after execution of the Contract by the Contracting Agency.
The Contractor will be entitled to only one such suspension of time during the performance of the
Work and during such suspension shall not perform any additional Work on the project. Upon delivery
of the critical items, contract time will resume and continue to be charged in accordance with Section
1-08.
1-08.6 Suspension of Work
Section 1-08.6 is supplemented as follows:
(******)
Owner may at any time suspend the Work, or any part thereof, by giving notice to the Contractor in
writing. The Work shall be resumed by the Contractor within 14 calendar days after the date fixed in
the written notice from the Owner to the Contractor to do so.
The Contractor shall not suspend Work under the Contract without the written order of the Owner.
If it has been determined that the Contractor is entitled to an extension of time, the amount of such
extension shall be only to compensate for direct delays, and shall be based upon the Contractor's
diligently pursuing the Work at a rate not less than that which would have been necessary to complete
the original Contract Work on time.
1-08.7 Maintenance During Suspension
Revise the second paragraph to read:
07/24/2019
39
(******)
At no expense to the Contracting Agency, the Contractor shall provide through the construction area
a safe, smooth, and unobstructed roadway, sidewalk, driveway, and path for public use during
suspension (as required in Section 1-07.23 or the Special Provisions). This may include a temporary
road or detour.
1-08.9 Liquidated Damages
Section 1-08.9 is supplemented as follows:
(******)
In addition, the Contractor shall compensate the Owner for actual engineering inspection and
supervision costs and any other expenses and legal fees incurred by the Owner as a result of such
delay. Such labor costs will be billed to the Contractor at actual costs, including administrative
overhead costs.
In the event that the Owner is required to commence any lawsuit in order to enforce any provision of
this Contract or to seek redress for any breach thereof, the Owner shall be entitled to recover its costs,
including reasonable attorneys fees, from the Contractor.
1-08.11 Contractor's Plant and Equipment
Section 1-08.11 is a new Section:
(******)
The Contractor alone shall at all times be responsible for the adequacy, efficiency, and sufficiency of
his and his subcontractor's plant and equipment. The Owner shall have the right to make use of the
Contractor's plant and equipment in the performance of any Work on the site of the Work.
The use by the Owner of such plant and equipment shall be considered as extra Work and paid for
accordingly.
Neither the Owner nor the Engineer assumes any responsibility, at any time, for the security of the
site from the time the Contractor's operations have commenced until final acceptance of the Work by
the Engineer and the Owner. The Contractor shall employ such measures as additional fencing,
barricades, and watchmen service, as he deems necessary for the public safety and for the protection
of the site and his plant and equipment. The Owner will be provided keys for all fenced, secured areas.
1-08.12 Attention to Work
Section 1-08.12 is a new section:
(******)
The Contractor shall give his personal attention to and shall supervise the Work to the end that it shall
be prosecuted faithfully, and when he is not personally present on the Work site, he shall at all times
be represented by a competent superintendent who shall have full authority to execute the same, and
to supply materials, tools, and labor without delay, and who shall be the legal representative of the
Contractor. The Contractor shall be liable for the faithful observance of any instructions delivered to
him or to his authorized representative.
1-09 MEASUREMENT AND PAYMENT
1-09.1 Measurement of Quantities
Section 1-09.1 is supplemented by adding the following:
(******)
Lump Sum. The percentage of lump sum Work completed, and payment will be based on the cost
percentage breakdown of the lump sum bid price(s) submitted at the preconstruction conference.
The Contractor shall submit a breakdown of costs for each lump sum bid item. The breakdown shall
list the items included in the lump sum together with a unit price of labor, materials, and equipment
for each item. The summation of the detailed unit prices for each item shall add up to the lump sum
bid. The unit price values may be used as a guideline for determining progress payments or deductions
or additions in payment for ordered Work changes.
07/24/2019
40
Cubic Yard Quantities. The Contractor shall provide truck trip tickets for progress payments only in
the following manner. Where items are specified to be paid by the cubic yard, the following tally
system shall be used.
All trucks to be employed on this Work will be measured to determine the volume of each truck. Each
truck shall be clearly numbered, to the satisfaction of the Engineer, and there shall be no duplication
of numbers.
Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on the
project. All tickets received that do not contain the following information will not be processed for
payment:
1 Truck number
2 Quantity and type of material delivered in cubic yards
3 Drivers name, date and time of delivery
4 Location of delivery, by street and stationing on each street
5 Place for the Engineer to acknowledge receipt
6 Pay item number
7 Contract number and/or name
It will be the Contractor's responsibility to see that a ticket is given to the Engineer on the project for
each truckload of material delivered. Pay quantities will be prepared on the basis of said tally tickets.
Loads will be checked by the Engineer to verify quantity shown on ticket.
Quantities by Ton. It will be the Contractor's responsibility to see that a certified weight ticket is given
to the Inspector on the project at the time of delivery of materials for each truckload delivered. Pay
quantities will be prepared on the basis of said tally tickets, delivered to Inspector at time of delivery
of materials. Tickets not receipted by Inspector will not be honored for payment.
Each truck shall be clearly numbered to the satisfaction of the Engineer and there shall be no
duplication of numbers.
Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project.
All tickets received that do not contain the following information will not be processed for payment:
1. Truck number
2. Truck tare weight (stamped at source)
3. Gross truckload weight in tons (stamped at source)
4. Net load weight (stamped at source)
5. Driver's name, date, and time of delivery
6. Location for delivery by street and stationing on each street
7. Place for the Engineer to acknowledge receipt
8. Pay item number
9. Contract number and/or name
1-09.3 Scope of Payment
Section 1-09.3 is supplemented by adding the following:
(******)
The bid items listed in Section 1-09.14 will be the only items for which compensation will be made for
the Work described in each section of the Standard Specifications when the Contractor performs the
specified Work. Should a bid item be listed in a “Payment” clause but not in the Proposal Form, and
Work for that item is performed by the Contractor and the Work is not stated as included in or
incidental to a pay item in the Contract and is not Work that would be required to complete the intent
of the Contract per Section 1-04.1, then payment for that Work will be made as for Extra Work
pursuant to a Change Order.
The words “Bid Item,” “Contract Item,” and “Pay Item,” and similar terms used throughout the
Contract Documents are synonymous.
07/24/2019
41
If the “payment” clause in the Specifications relating to any unit bid item price in the Proposal Form
requires that said unit bid item price cover and be considered compensation for certain Work or
material essential to the item, then the Work or material will not be measured or paid for under any
other unit bid item which may appear elsewhere in the Proposal Form or Specifications.
Pluralized unit bid items appearing in these Specifications are changed to singular form.
Payment for bid items listed or referenced in the “Payment” clause of any particular section of the
Specifications shall be considered as including all of the Work required, specified, or described in that
particular section. Payment items will generally be listed generically in the Specifications, and
specifically in the bid form. When items are to be “furnished” under one payment item and “installed”
under another payment item, such items shall be furnished FOB project site, or, if specified in the
Special Provisions, delivered to a designated site. Materials to be “furnished,” or “furnished and
installed” under these conditions, shall be the responsibility of the Contractor with regard to storage
until such items are incorporated into the Work or, if such items are not to be incorporated into the
Work, delivered to the applicable Contracting Agency storage site when provided for in the
Specifications. Payment for material “furnished,” but not yet incorporated into the Work, may be made
on monthly estimates to the extent allowed.
1-09.7 Mobilization
Section 1-09.7 is supplemented as follows:
(******)
Mobilization shall also include, but not be limited to, the following items: the movement of
Contractor's personnel, equipment, supplies, and incidentals to the project site; the establishment of
an office, buildings, and other facilities necessary for Work on the project; providing sanitary facilities
for the Contractor's personnel; and obtaining permits or licenses required to complete the project not
furnished by the Owner.
Payment will be made for the following bid item(s):
“Mobilization,” Lump Sum.
1-09.9 Payments
Delete the third paragraph and replace it with the following:
(******)
Progress payments for completed Work and material on hand will be based upon progress estimates
prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction
meeting.
The initial progress estimate will be made not later than 30 days after the Contractor commences the
Work, and successive progress estimates will be made every month thereafter until the Completion
Date. Progress estimates made during progress of the Work are tentative, and made only for the
purpose of determining progress payment. The progress estimates are subject to change at any time
prior to the calculation of the final payment.
The value of the progress estimate will be the sum of the following:
1. Unit Price Items in the Bid Form – the approximate quantity of acceptable units of Work
completed multiplied by the unit price.
2. Lump Sum Items in the Bid Form – the estimated percentage complete multiplied by the Bid Forms
amount for each lump sum item, or per the schedule of values for that item.
3. Materials on Hand – 100 percent of invoiced cost of material delivered to job site or other storage
area approved by the Engineer.
4. Change Orders – entitlement for approved extra cost or completed extra Work as determined by
07/24/2019
42
the Engineer.
Progress payments will be made in accordance with the progress estimate less:
1. Retainage per Section 1-09.9(1);
2. The amount of Progress Payments previously made; and
3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract
Documents.
Progress payments for Work performed shall not be evidence of acceptable performance or an
admission by the Contracting Agency that any Work has been satisfactorily completed.
Payments will be made by check or electronic transfer, issued by the Contracting Agency’s fiscal
officer, against the appropriate fund source for the project. Payments received on account of Work
performed by a subcontractor are subject to the provisions of RCW 39.04.250.
Section 1-09.9 is supplemented as follows:
(******)
Applications for payment shall be itemized and supported to the extent required by the Engineer by
receipts or other vouchers showing payment for materials and labor, payments to subcontractors, and
other such evidence of the Contractor's right to payment as the Engineer may direct, including “red
line” as-built drawings showing work installed by the contractor during the progress payment period.
The Contractor shall submit a progress report with each monthly request for a progress payment. The
progress report shall indicate the estimated percent complete for each activity listed on the progress
schedule (see Section 1-08.3) and a revised and updated schedule to reflect the most current project
completion date.
1-09.9(1) Retainage
Section 1-09.9(1) is supplemented as follows:
(******)
The retained amount shall be released as stated in the Standard Specifications if no claims have been
filed against such funds as provided by law, and if the Owner has no unsatisfied claims against the
Contractor. In the event claims are filed, the Owner shall withhold, until such claims are satisfied, a
sum sufficient to satisfy all claims and to pay attorney's fees. In addition, the Owner shall withhold
such amount as is required to satisfy any claims by the Owner against the Contractor, until such claims
have been finally settled.
Neither the final payment nor any part of the retained percentage shall become due until the
Contractor, if requested, delivers to the Owner a complete release of all liens arising out of this
Contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit that so far as the
Contractor has knowledge or information, the release and receipts include all labor and materials for
which a lien could be filed: but the Contractor may, if any subcontractor refuses to furnish a release or
receipt in full, furnish a bond satisfactorily to the Engineer to indemnify the Owner against the lien. If
any lien remains unsatisfied after all payments are made, the Contractor shall reimburse to the Owner
all monies that the latter may be compelled to pay in discharging such lien, including all costs and
reasonable engineer's and attorney's fees.
1-09.9(2) Contracting Agency’s Right to Withhold and Disburse Certain Amounts
Section 1-09.9(2) is a new section:
(******)
In addition to monies retained pursuant to RCW 60.28 and subject to RCW 39.04.250, RCW 39.12 and
RCW 39.76, the Contractor authorizes the Engineer to withhold progress payments due or deduct an
amount from any payment or payments due the Contractor which, in the Engineer’s opinion, may be
07/24/2019
43
necessary to cover the Contracting Agency’s costs for or to remedy the following situations:
1. Damage to another contractor when there is evidence thereof and a claim has been
filed.
2. Where the Contractor has not paid fees or charges to public authorities of
municipalities, which the Contractor is obligated to pay.
3. Utilizing material tested and inspected by the Engineer, for purposes not connected with
the Work (Section 1-05.6).
4. Landscape damage assessments per Section 1-07.16.
5. For overtime Work performed by City personnel per Section 1-08.1(4).
6. Anticipated or actual failure of the Contractor to complete the Work on time:
a. Per Section 1-08.9 Liquidated Damages; or
b. Lack of construction progress based upon the Engineer’s review of the Contractor’s
approved progress schedule, which indicates the Work will not be complete within
the contract time. When calculating an anticipated time overrun, the Engineer will
make allowances for weather delays, approved unavoidable delays, and suspensions
of the Work. The amount withheld under this subparagraph will be based upon the
liquidated damages amount per day set forth in Contract Documents multiplied by
the number of days the Contractor’s approved progress schedule, in the opinion of
the Engineer, indicates the Contract may exceed the Contract Time.
7. Failure of the Contractor to perform any of the Contractor’s other obligations under the
Contract, including but not limited to:
a. Failure of the Contractor to provide the Engineer with a field office when required by
the Contract Provisions.
b. Failure of the Contractor to protect survey stakes, markers, etc., or to provide
adequate survey Work as required by Section 1-05.5.
c. Failure of the Contractor to correct defective or unauthorized Work (Section 1-05.8).
d. Failure of the Contractor to furnish a Manufacture’s Certificate of Compliance in lieu
of material testing and inspection as required by Section 1-06.3.
e. Failure to submit weekly payrolls, Intent to Pay Prevailing Wage forms, or correct
underpayment to employees of the Contractor or subcontractor of any tier as
required by Section 1-07.9.
f. Failure of the Contractor to pay worker’s benefits (Title 50 and Title 51 RCW) as
required by Section 1-07.10.
g. Failure of the Contractor to submit and obtain approval of a progress schedule per
Section 1-08.3.
The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds
as have been withheld pursuant to this Section to a party or parties who are entitled to
payment. Disbursement of such funds, if the Engineer elects to do so will be made only after
giving the Contractor 15 calendar days prior written notice of the Contracting Agency’s intent to
do so, and if prior to the expiration of the 15-calendar day period,
1. No legal action has commenced to resolve the validity of the claims, and
2. The Contractor has not protested such disbursement.
A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this
Section will be made. A payment made pursuant to this section shall be considered as payment
made under the terms and conditions of the Contract. The Contracting Agency shall not be
liable to the Contractor for such payment made in good faith.
1-09.9(3) Final Payment
Section 1-09.9(2) is a new section:
(******)
Upon Acceptance of the Work by the Contracting Agency, the final amount to be paid the Contactor
will be calculated based upon a Final Progress Estimate made by the Engineer. Acceptance by the
Contractor of the final payment shall be and shall operate as a release:
1. To the Contracting Agency of all claims and all liabilities of the Contractor, other than claims
07/24/2019
44
in stated amounts as may be specifically excepted in writing by the Contractor;
2. For all things done or furnished in connection with the Work;
3. For every act and neglect by the Contracting Agency; and
4. For all other claims and liability relating to or arising out of the Work.
A payment (monthly, final, retainage, or otherwise) shall not release the Contractor or the Contractor’s
Surety from any obligation required under the terms of the Contract Documents or the Contract Bond;
nor shall such payment constitute a waiver of the Contracting Agency’s ability to investigate and act
upon findings of non-compliance with the WMBE requirements of the Contract; nor shall such
payment preclude the Contracting Agency from recovering damages, setting penalties, or obtaining
such other remedies as may be permitted by law.
Before the Work will be accepted by the Contracting Agency, the Contractor shall submit an affidavit,
on the form provided by the Engineer, of amounts paid to certified disadvantaged (DB), minority (MBE)
or women business enterprises (WBE) participating in the Work. Such affidavit shall certify the
amounts paid to the DB, MBE or WBE subcontractors regardless of tier.
On federally funded projects the Contractor may also be required to execute and furnish the
Contracting Agency an affidavit certifying that the Contractor has not extended any loans, gratuity or
gift and money pursuant to Section 1-07.19 of these Specifications.
If the Contractor fails, refuses, or is unable to sign and return the Final Progress Estimate or any other
documents required for the final acceptance of the Contract, the Contracting Agency reserves the right
to establish a completion date and unilaterally accept the Contract. Unilateral acceptance will occur
only after the Contractor has been provided the opportunity, by written request from the Engineer, to
voluntarily submit such documents. If voluntary compliance is not achieved, formal notification of the
impending unilateral acceptance will be provided by certified letter from the Engineer to the
Contractor that will provide 30 calendar days for the Contractor to submit the necessary documents.
The 30-calendar day deadline shall begin on the date of the postmark of the certified letter from
the Engineer requesting the necessary documents. This reservation by the Contracting Agency to
unilaterally accept the Contract will apply to contracts that are completed in accordance with Section
1-08.5 for contracts that are terminated in accordance with Section 1-08.10. Unilateral acceptance of
the Contract by the Contracting Agency does not in any way relieve the Contractor of the provisions
under contract or of the responsibility to comply with all laws, ordinances, and federal, state, and local
regulations that affect the Contract. The date the Contracting Agency unilaterally signs the Final
Progress Estimate constitutes the final acceptance date (Section 1-05.12).
1-09.11 Disputes and Claims
1-09.11(2) Claims
Paragraph 5 is revised as follows:
(******)
Failure to submit with the Final Application for Payment such information and details as described in
this section for any claim shall operate as a waiver of the claims by the Contractor as provided in
Section 1-09.9.
1-09.11(3) Time Limitations and Jurisdiction
Paragraph 1, Sentence 1 is revised as follows:
(******)
…such claims or causes of action shall be brought in the Superior Court of the county where the Work
is performed.
1-09.13 Claims and Resolutions
1-09.13(3) Claims $250,000 or Less
Delete this Section and replace it with the following:
(******)
The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or
less, submitted in accordance with Section 1-09.11 and not resolved by nonbonding ADR processes,
07/24/2019
45
shall be resolved through litigation, unless the parties mutually agree in writing to resolve the claim
through binding arbitration.
1-09.13(3)A Administration of Arbitration
Revise the third paragraph to read:
(******)
The Contracting Agency and the Contractor mutually agree to be bound by the decision of the
arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior
Court of the county in which the Contracting Agency’s headquarters are located. The decision of the
arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the
Contract as a basis for decisions.
1-09.13(3)B Procedures to Pursue Arbitration
Section 1-09.13(3)B is supplemented by adding:
(******)
The findings and decision of the board of arbitrators shall be final and binding on the parties, unless
the aggrieved party, within 10 days, challenges the findings and decision by serving and filing a petition
for review by the superior court of King County, Washington. The grounds for the petition for review
are limited to showing that the findings and decision:
1. Are not responsive to the questions submitted;
2. Is contrary to the terms of the contract or any component thereof;
3. Is arbitrary and/or is not based upon the applicable facts and the law controlling the issues
submitted to arbitration. The board of arbitrators shall support its decision by setting forth in writing
their findings and conclusions based on the evidence adduced at any such hearing.
The arbitration shall be conducted in accordance with the statutes of the State of Washington and
court decisions governing such procedure.
The costs of such arbitration shall be borne equally by the City and the Contractor unless it is the
board's majority opinion that the Contractor's filing of the protest or action is capricious or without
reasonable foundation. In the latter case, all costs shall be borne by the Contractor.
07/24/2019
46
1-09.14 Payment Schedule
Measurement and Payment Schedule for Bid Items in This Project Proposal
Section 1-09.14 is a new section:
(******)
GENERAL
1-09.14(1) Scope
Section 1-09.14(1) is a new section:
(******)
A. Payment for the various items of the bid sheets, as further specified herein, shall include all
compensation to be received by the Contractor for furnishing all tools, equipment, supplies,
and manufactured articles, and for all labor, operations, and incidentals appurtenant to the
items of Work being described, as necessary to complete the various items of the Work all in
accordance with the requirements of the Contract Documents, including all appurtenances
thereto, and including all costs of compliance with the regulations of public agencies having
jurisdiction, including Safety and Health Administration of the U.S. Department of Labor
(OSHA). No separate payment will be made for any item that is not specifically set forth in
the Bid Schedules, and all costs therefore shall be included in the prices named in the Bid
Schedules for the various appurtenant items of Work.
B. The Owner shall not pay for material quantities, which exceed the actual measured amount
used and approved by the Engineer.
C. It is the intention of these Specifications that the performance of all Work under the bid for
each item shall result in the complete construction, in an accepted operating condition, of
each item.
Work and material not specifically listed in the proposal but required in the Plans,
Specifications, and general construction practice, shall be included in the bid price. No
separate payment will be made for these incidental items.
07/24/2019
47
1-09.14(2) Bid Items
Section 1-09.14(2) is a new section:
(******)
BID ITEM 1: MOBILIZATION (LUMP SUM)
Mobilization includes the complete cost of furnishing and installing, complete and in-place all work
and materials necessary to move equipment and personnel to the job site, provide and maintain all
necessary support facilities and utilities, obtain all necessary permits and licenses, prepare the site for
construction operations, maintain the site and surrounding areas during construction, provide
protection of existing utilities, provide component and system testing, and move all personnel and
equipment off the site after contract completion. This item includes all cost for temporary site security
measures and ensuring pedestrians are prevented from accessing the work area. The price shall also
include all costs associated with furnishing and removal of temporary protective facilities, security or
construction fencing.
The Contractor shall prepare a Mobilization Plan showing the proposed location for storage of all
equipment and material proposed to be located at the site. Storage shall not interfere with use of the
City roadways and commercial and residential access. Equipment and material shall not be stored on
private property outside existing easements or work area limits.
For any proposed storage on private property outside the easement or work area the Contractor shall
obtain a Temporary Use Permit for storage areas on private property at the contractor’s own expense.
No additional payment for Temporary Use Permits will be made.
The Contractor shall prepare a Mobilization Plan showing the proposed location for storage of all
equipment and material proposed to be located at the site.
The Contractor shall prepare a Work Plan that shall include the following:
A. Proposed Construction Sequence, Phasing, and Schedule for all major items of work.
B. Mobilization Plan showing the proposed location for storage of all equipment and materials.
C. Temporary Storm Water Bypass Plan.
The Work Plan shall be submitted to the City for review and approval within 14 days of the contract
award.
Final cleanup, dressing, and trimming the project area after construction, and removing all personnel
and equipment off the site shall be included in this bid item, or in the Restoration bid item if one is
included for the project.
Payment for mobilization will be made at the lump sum amount bid (NOT to exceed 70% of bid price
prior to completion of construction) based on the percent of completed Work as defined in the
Standard Specifications for Road, Bridge, and Municipal Construction (WSDOT) for mobilization.
Payment for the remaining 20% will be made upon completion and final clean-up of the construction
site. Such payment will be complete compensation for all mobilization of employees, equipment and
materials, Mobilization Plan, Work Plan, preparation of all necessary submittals, bonds, insurance, site
improvements, permits, clean-up, and other plans/submittals not specifically covered in bid items,
etc. all in conformance with the Contract Documents. This bid item may not be more than ten percent
(10%) of the total amount of Bid. The remaining 10 percent will be paid after the Final Pay Estimate is
approved by the City Council.
07/24/2019
48
BID ITEM 2: TEMPORARY TRAFFIC CONTROL (LUMP SUM)
All adjustments to the Traffic Control Plan are considered incidental, and no additional payment will
be made for adjustments.
The Contractor shall prepare a Traffic Control Plan for review and approval by the City.
Rainier Ave N is a principle arterial street.
When the bid proposal includes an item for “Temporary Traffic Control,” the Work required for this
item shall be all items described in Section 1-10, including, but not limited to:
1. Furnishing and maintaining barricades, flashers, construction signing, and other
channelization devices, unless a pay item is in the bid proposal for any specific device and the
Special Provisions specify furnishing, maintaining, and payment in a different manner for that
device;
2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic control
labor;
3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction signs and
other traffic control devices;
4. Furnishing labor and vehicles for patrolling and maintaining in position all of the construction
signs and the traffic control devices, unless a pay item is in the bid proposal to specifically pay
for this Work; and
5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and replacing
of the construction signs and the traffic control devices destroyed or damaged during the life
of the project.
6. Removing existing signs as specified or as directed by the Engineer and delivering to the City
Shops, or storing and reinstalling as directed by the Engineer.
7. Preparing a traffic control plan for the project and designating the person responsible for
traffic control at the Work site. The traffic control plan shall include descriptions of the traffic
control methods and devices to be used by the prime Contractor, and subcontractors, shall be
submitted at or before the preconstruction conference, and shall be subject to review and
approval of the Engineer.
8. Contacting police, fire, 911, and ambulance services to notify them in advance of any Work
that will affect and traveled portion of a roadway.
9. Assuring that all traveled portions of roadways are open to traffic at all times, except for the
allowable work hours as specified in Section 1-08.0(2).
10. Promptly removing or covering all non-applicable signs during periods when they are not
needed.
11. Maintain access on roadway for local traffic at all times.
12. Also, included in the contract price is the cost to furnish traffic control services and
equipment for construction surveying, staking, and as-builting. The Plan shall address any
proposed lane and sidewalk closures needed for construction activities.
Work Hours
Allowable work hours are given in Special Provisions Section 1-08.0, and as may be noted in the
plans and specifications. Work hours may be limited by those approved in the Traffic Control Plan.
The City may revise the work hours and the Traffic Control Plan to address traffic problems or
07/24/2019
49
complaints. All adjustments to the work hours, the Traffic Control Plan and revisions, and signage
are considered incidental and no additional payment will be made for adjustments.
Measurement for Traffic Control work will be based on the percentage of total work complete, as
determined by the City’s inspector, at the time of measurement.
Payment will be prorated over the construction period.
Payment for traffic control for work will be made at the measured percentage amount for the pay
period times the unit bid price. Payment will be complete compensation for all labor, materials,
equipment, preparing and conforming to the approved Traffic Control Plan, provide for public
convenience and safety, detours, flagging, barricades, signs, traffic control devices, sequential arrow
boards, temporary striping, cleanup, etc. required to complete this item of work in conformance
with the Contract Documents and the Manual on Uniform Traffic Control Devices (MUTCD) and as
directed by the Engineer and by the City’s Transportation Department.
BID ITEM 3: BYPASS PUMPING (LUMP SUM)
The lump sum bid shall be full compensation for furnishing one or more temporary storm water
bypass plan, system and/or process to complete the work of the project, as approved by the Owner,
complete and in place. The price shall include, but not be limited to, submittal of an approved storm
water bypass plan/system, addressing flows, pumps, and overland piping setups. The price shall also
include all labor, materials, excavation, pumping equipment, temporary coffer dams, temporary
piping and fittings, and temporary backfilling of excavations as required to provide for the
uninterrupted flow of storm water in the existing storm water system and for provision of vehicular
and pedestrian access through the bypass system where reasonable alternative means of access are
not available to the public or adjacent property owners or their tenants. The price shall also include
all costs associated with restoring service/diverting flows to the constructed facilities upon
completion of the rehabilitation work.
The Contract Price per lump sum for Bypass Pumping shall include all costs for, but is not limited to,
the work required to furnish, install, maintain, and remove temporary pumping to allow for the pipe
liner installation, all in accordance with these Specifications, the project permits, and as directed by
the Engineer.
Measurement for Bypass Pumping per lump sum shall be prorated on the basis of installed CIPP
liner.
Payment for Bypass Pumping will be made at the lump sum amount bid.
BID ITEM 4: GROUT (INVERT REPAIR) (PER GALLON)
The unit contract price for cementitious Grout per gallon shall be full compensation for, but is not
limited to, all labor, material, incidentals, tools and equipment necessary to satisfactorily complete
the work as defined in the Standard Specifications, these Specifications and as shown on the
Contract Plans.
The Contractor is reminded that specifically included in the unit prices for grouting are all costs for:
Grout mix design submittal including calculations prepared and stamped by a registered
professional engineer in the State of Washington.
07/24/2019
50
Grout pumping equipment, setup ,use and cleanup
Void space discovery
Grout placement for void space repair
Removal of excess grout
Measurement for grout will be based on gallons incorporated into the project as measured
(metered) at the pumping device. Inspector may calibrate meter by filling a fixed volume and
comparing meter reading to actual. Reported total quantity shall be adjusted by % error seen in the
calibration test.
Payment will be for actual gallons used.
Unauthorized work will not be paid for.
BID ITEM 5: 36-INCH CURED-IN-PLACE PIPE LINER (LUMP SUM)
The lump sum price bid for the installation of cured-in-place pipe (CIPP) lining shall be full
compensation for all labor, materials, incidentals, tools, and equipment necessary to furnish and
install, complete, and tested, CIPP lining per size as defined in these Specifications and as shown in
the Contract Plans.
Also included in the unit price but not limited to the following:
Submitting liner thickness design calculations signed and sealed by a professional engineer
registered in the State of Washington;
Submitting certified copies of all logs;
Material testing and sampling;
Submitting test reports;
Removing roots, cleaning, flushing, and draining the storm main;
Maintaining/monitoring temperature and maintaining temperature log;
Compliance with confined space entry regulations;
Removal and reinstallation of manhole cone, top slab, frame grate and or hatch, as needed
to facilitate the installation of the CIPP liner;
Furnishing and installing CIPP liner;
Cleaning host pipe and disposal of debris offsite;
Quality assurance monitoring during liner preparation and installation;
All costs associated with quality assurance monitoring and material testing;
Cut out and remove liner at walls of structures and site cleanup;
Excavate and backfill if necessary
All other work shown or implied in the contract drawings and specifications not included in a specific
bid item, complete, tested, in place and ready for operation.
07/24/2019
51
Measurement for CIPP Liner work will be based on the percentage of total work complete, as
determined by the City’s inspector, at the time of measurement.
Payment for 36-Inch CIPP Liner will be made at the lump sum amount bid.
BID ITEM 6: CCTV INSPECTION (LUMP SUM)
The CIPP lined storm main shall be inspected by the use of a television camera before installation to
verify conditions and suitability for a liner application and after installation for final acceptance per
Special Provisions Section 7-04.3. Contractor shall submit the written reports of the inspections plus
the video recordings to the City for review and approval.
The storm drain shall be cleaned and flushed before performing the television inspection. The
television inspection shall be done with a minimum flow of water in the pipe and inspected in the
direction of the flow unless otherwise approved by the Owner. The camera shall have rotational
capabilities and be used by the operator to provide best views of any nonconforming items.
Included in this item is the cost for any replications of the video inspection in the event that initial
inspections reveal any deficiencies that require correction and then require a second (or more) video
inspection to document the final condition.
Measurement for “CCTV Inspection” will be based on completion and submittal of the completed
and acceptable pipe liner video inspection.
Payment for CCTV Inspection shall be at the lump sum bid price which shall be complete
compensation shall be for all labor, materials, tools and equipment necessary to complete the
inspection.
BID ITEM 7: PROPERTY RESTORATION (LUMP SUM)
This item includes restoration of the entire project area, including general cleanup, removal of all
debris, hydroseeding, sweeping the project area, demobilization, installing new landscaping strip,
and any other work needed to clean and close the project area.
All materials shall match and be blended into adjacent areas.
Property Restoration includes:
1. Restoring all wood cribbing, timbers, landscaping rock, and any other manmade features
disturbed or damaged by construction.
2. Protecting, saving, and replacing any trees, shrubs, plants, flowers, and other vegetation
disturbed or damaged by construction.
3. Grass areas at the project site shall be restored with hydroseeding.
Measurement for Property Restoration shall be per lump sum.
Payment for Property Restoration shall be made at the unit contract price, which payment will be
considered complete compensation for all labor, equipment, materials, haul, place, and disposal
required to complete this item of work in accordance with the Contract Documents.
07/24/2019
52
BID ITEM 8: MINOR CHANGES (EST.)
For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered
an amount for Minor Changes in the Proposal to become a part of the total bid by the contractor. At
the discretion of the Contracting Agency, all or part of this estimated amount may be used in lieu of
the more formal procedure as outlined in Section 1-04.4 of the Standard Specifications. The unit
contract price for Minor Changes is given in the Schedule of Prices and shall not be changed by the
bidder.
All work and payment under this item shall be authorized in writing by the City Project Manager or
Supervisor. Payment will be determined in accordance with Section 1-09.4 of the Standard
Specifications. If no changes are authorized under this bid item final payment for this item will be $0
(zero).
07/24/2019
53
1-10 TEMPORARY TRAFFIC CONTROL
1-10.1 General
Revise the first paragraph to read:
(******)
The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified
as being furnished by the Contracting Agency. The Contractor shall erect and maintain all construction
signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the
public at all times from injury or damage as a result of the Contractor’s operations which may occur
on highways, roads, streets, sidewalks, or paths. No Work shall be done on or adjacent to any traveled
way until all necessary signs and traffic control devices are in place.
Section 1-10.1 is supplemented by adding the following:
(******)
When the bid proposal includes an item for “Traffic Control,” the Work required for this item shall be
all items described in Section 1-10, including, but not limited to:
1. Furnishing and maintaining barricades, flashers, construction signing, and other
channelization devices, unless a pay item is in the bid proposal for any specific device and
the Special Provisions specify furnishing, maintaining, and payment in a different manner
for that device;
2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic control
labor;
3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction signs and
other traffic control devices;
4. Furnishing labor and vehicles for patrolling and maintaining in position all of the
construction signs and the traffic control devices, unless a pay item is in the bid proposal to
specifically pay for this Work; and
5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and
replacing of the construction signs and the traffic control devices destroyed or damaged
during the life of the project.
6. Removing existing signs as specified or as directed by the Engineer and delivering to the City
Shops, or storing and reinstalling as directed by the Engineer.
7. Preparing a traffic control plan for the project and designating the person responsible for
traffic control at the Work site. The traffic control plan shall include descriptions of the
traffic control methods and devices to be used by the prime Contractor, and subcontractors,
shall be submitted at or before the preconstruction conference, and shall be subject to
review and approval of the Engineer.
8. Contacting police, fire, 911, and ambulance services to notify them in advance of any Work
that will affect and traveled portion of a roadway.
9. Assuring that all traveled portions of roadways are open to traffic during peak traffic periods,
6:30 a.m. to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or as specified in the special provisions,
or as directed by the Engineer.
10. Promptly removing or covering all non-applicable signs during periods when they are not
needed.
If no bid item “Traffic Control” appears in the proposal, then all Work required by these sections will
be considered incidental and their cost shall be included in the other items of Work.
If the Engineer requires the Contractor to furnish additional channelizing devices, pieces of
equipment, or services, which could not be usually anticipated, by a prudent Contractor for the
maintenance and protection of traffic, then a new item or items may be established to pay for such
items. Further limitations for consideration of payment for these items are that they are not covered
by other pay items in the bid proposal, they are not specified in the Special Provisions as incidental,
and the accumulative cost for the use of each individual channelizing device, piece of equipment, or
service must exceed $200 in total cost for the duration of their need. In the event of disputes, the
Engineer will determine what is usually anticipated by a prudent Contractor. The cost for these items
will be by agreed price, price established by the Engineer, or by force account. Additional items
required as a result of the Contractor’s modification to the traffic control plan(s) appearing in the
07/24/2019
54
Contract shall not be covered by the provisions in this paragraph.
If the total cost of all the Work under the Contract increases or decreases by more than 25 percent,
an equitable adjustment will be considered for the item “Traffic Control” to address the increase or
decrease.
Traffic control and maintenance for the safety of the traveling public on this project shall be the sole
responsibility of the Contractor and all methods and equipment used will be subject to the approval
of the Owner.
Traffic control devices and their use shall conform to City of Renton standards and the Manual on
Uniform Traffic Control Devices( MUTCD).
The Contractor shall not proceed with any construction until proper traffic control has been provided
to the satisfaction of the Engineer. Any days lost due to improper traffic control will be charged against
the Contractor’s allowable contract time, and shall not be the cause for a claim for extra days to
complete the Work.
1-10.2(1)B Traffic Control Supervisor
Paragraphs 1 and 2 are revised as follows:
(******)
A Traffic Control Supervisor (TCS) shall be on the project whenever traffic control labor is required or
as authorized by the Engineer.
The TCS shall assure that all the duties of the TCS are performed during the duration of the Contract.
During non-Work periods, the TCS shall be able to be on the job site within a 45-minute time period
after notification by the Engineer.
1-10.2(2) Traffic Control Plans
Section 1-10.2(2) is supplemented as follows:
(******)
The Contractor shall be responsible for assuring that traffic control is installed and maintained in
conformance to established standards. The Contractor shall continuously evaluate the operation of
the traffic control plan and take prompt action to correct any problems that become evident during
operation.
1-10.3 Flagging, Signs, and All Other Traffic Control Devices
Section 1-10.3 is supplemented as follows:
(******)
At the end of each working day, provisions shall be made for the safe passage of traffic and pedestrians
during non-working hours.
Barricades shall be reflectorized as specified in Part VI of the MUTCD, and shall be 3M-diamond grade
or equivalent approved by the Engineer. Barricades shall also be equipped with flashers.
1-10.3(3) Construction Signs
Section 1-10.3(3) paragraph 4 is supplemented as follows:
(******)
No separate pay item will be provided in the bid proposal for Class A or Class B construction signs. All
costs for the Work to provide Class A or Class B construction signs shall be included in the unit contract
price for the various other items of the Work in the bid proposal.
1-10.4 Measurement
Section 1-10.4 is replaced with:
(******)
No specific unit of measurement will apply to the lump sum item of “Traffic Control”.
07/24/2019
55
No adjustment in the lump sum bid amount will be made for overtime Work or for use of relief
flaggers.
1-10.5 Payment
Section 1-10.5 is replaced with:
(******)
Payment for all labor, materials, and equipment described in Section 1-10 will be made in accordance
with Section 1-04.1, for the following bid items when included in the proposal:
“Traffic Control,” Lump Sum.
END OF DIVISION 1
07/24/2019
56
Section 7-04.2(2) Temporary Stormwater Diversion
Section 7-04.2(2) is an added new section
(******)
It shall be the Contractor’s responsibility to maintain operation of the existing storm sewer system
throughout the duration of the project without any disruption of service until the new CIPP storm
drain has been accepted by the City to receive stormwater flows, and connections are made between
the existing and new storm based on scheduling approved by the Engineer.
A temporary stormwater diversion shall be capable of bypassing at least the 2-year peak flow during
construction. The 2-year peak flow at various locations in the project area is provided below:
Rainier 147 Acre West basin = 37 cfs
The Contractor shall submit proposed methods for providing the diversions to the Engineer for
approval prior to construction. The diversions shall have the least impact on property owners and
traffic flow through the site. The diversions shall be installed, operated, and maintained only when
needed where the existing storm drain system must be bypassed to allow construction of the new
CIPP storm drain system. Where shown on the Plans, Contractor shall time work of bypasses during
period of anticipated no or little rain.
When bypass pumping is provided, it shall be scheduled for continuous operation with backup
equipment available at all times for periods of maintenance and refueling or failure of the primary
bypass pump(s) or diversion system.
The Contractor’s bypass operation shall be sized to handle, at a minimum, the flow rates specified
above, or can be reduced to a size determined by the Contractor if the temporary bypass can be timed
to coincide with a period of little to no rain. The Contractor shall submit a Temporary Stormwater
Diversion (Bypass Pumping) Plan in accordance with Section 1-09.14. The Contractor’s plan shall be
reviewed by the City before the plan is implemented. The review of the flow diversion plan shall, as
well as the Contractor’s proposed size of the bypass, in no way relieve the Contractor of his
responsibility to provide a bypass system that conveys encountered flows without property damage
or damage to the project or construction area. As risk associated with sizing the bypass and impacts
to construction is born by the Contractor.
7-04.3(2) CCTV Inspection
Section 7-04.3(2)is a new added section:
(******)
All storm drain main lines modified as part of this project shall initially be inspected by the use of
closed-circuit television (CCTV) to determine suitability of CIPP application and again before
substantial completion. The costs incurred in making the inspection shall be paid for under “CCTV
Inspection” in the lump sum bid.
7-21 GENERAL SPECIFICATIONS FOR CURED-IN-PLACE PIPE (CIPP)
New Section
7-21.1 Description
This Section specifies rehabilitation of pipelines by the installation of resin-impregnated liner
cured-in-place piping. Service connections and manholes may be rehabilitated with products
specified in other Sections. Contractor shall coordinate rehabilitation of manholes, mainlines,
07/24/2019
57
lateral interfaces, and laterals with product installers. Contractor shall ensure that resin systems
are compatible with all rehabilitation products that they will contact.
A portion of the pipeline rehabilitation work is located outside of public rights-of-way behind
single family homes. The Contractor shall be responsible to properly secure materials and
equipment utilized to perform the work required for this project. The Contractor shall
coordinate with property owner(s) to preserve access within the site and maintain the site in a
safe manner.
7-21.1(1) Related Work Specified Elsewhere
Resin Impregnated Fabric CIPP, Section 7-22.
Resin Impregnated Fiberglass CIPP, Section 7-23.
7-21.1(2) Licensing
The Contractor shall be registered to work in the City of Renton.
Individuals installing the CIPP shall be certified by the product Manufacturer or Assembler.
Lining installation shall be in accordance with the requirements of the product Manufacturer or
Assembler and as directed by their Technical Representative. This includes the correction of defective
work.
7-21.1(3) Contractor and Manufacturer Qualifications
The Manufacturer of the CIPP liner shall have a minimum of 20,000 linear feet of CIPP successfully
installed in accordance with these specifications. Manufacturer’s using standards other than those
listed in these specifications shall demonstrate to the satisfaction of the Owner that the standards
followed produce a product that is, at a minimum, equal to the quality of product developed using
the listed standards.
The Contractor’s project Superintendent and Forman shall have a minimum of three (3) successfully
completed projects using the proposed CIPP rehabilitation technology. The Contractor’s identified
project superintendent shall be on the project for the duration of the project and shall be available at
all times during the CIPP rehabilitation.
Stormwater collection system rehabilitation products submitted for approval shall be provided with
third party test results supporting long-term performance and structural strength of the product.
Third party test result data shall be satisfactory to the Engineer. Test samples shall have been
prepared so as to simulate the installation methods and trauma of project conditions.
7-21.1(4) Contractor Submittals
All procedures or material descriptions requiring the Engineer's approval shall be submitted not less
than 15 calendar days prior to mobilizing or commencing any CIPP activities at the site of the work
and shall include the following information:
1. CIPP Lining Plan to include the following:
Work sequence organized by pipeline section with installation schedule.
Confirmation of liner length.
Anticipated cleaning and preparation requirements.
2. Manufacturer’s certificate(s) indicating that the supplied lining materials meet the requirements
of the Specifications, ASTM standards and a certificate of compliance from an independent third
party lab.
07/24/2019
58
3. Details on all lining materials and resins.
4. Name of resin supplier and liner fabric supplier.
5. Manufacturer’s or Assembler’s certification that the liner materials and system are in compliance
with the specifications, codes, and standards referenced in these specifications.
6. Test reports on testing of CIPP products
7. Manufacturer’s or Assembler’s recommendations for factory and field (whichever applies) wet
out procedures including: volume of resin per unit of liner, mixing ratios and procedures for resin
and catalyst/hardener, shelf life of resin, pot life of resin, required wet out procedure to ensure
full saturation, and other criteria deemed necessary to ensure proper wet out of the liner.
8. Manufacturer’s or Assembler’s data sheets for factory wet out and/or Contractor’s data sheets
for field wet out showing: quantity of resin and catalyst used for each length of liner, at or prior
to time of installation.
9. Manufacturer’s or Assembler’s certification that all Manufacturer’s or Assembler’s wet out
recommendations have been followed on all lengths of CIPP which have factory wet out, at or
prior to time of installation.
10. Manufacturer’s or Assembler’s recommendations for storage procedures and temperature
control, handling and inserting the liner, curing details, service connection methods, trimming and
finishing, and minimum equipment requirements to allow for an adequate installation.
11. Manufacturer’s or Assembler’s recommendations and procedures for minimum and maximum
pressures, temperatures, and time durations to be used.
12. Data on Contractor’s equipment to be used on site including: type and tolerance of temperature
gages and thermocouples used to monitor cure temperature; type and tolerance of equipment
used to generate liner inversion pressure; make model, and technical data of all equipment used
to generate heat for the curing process; make, model and technical data of backup equipment
used to maintain curing temperature; rough size of vehicle(s) which carries the CIPP pipe and
installation equipment.
13. Pipe sizing certified calculations demonstrating that the liner has been properly sized to avoid the
creation of wrinkles or folds.
14. Manufacturer or Assembler onsite Representative’s Certification that the Contractor’s installation
meets all requirements of the Manufacturer or Assembler and will not void the Owner’s warranty.
15. CIPP field samples from previous field installations of the same resin system and tube materials
as proposed for the actual installation. Field sampling procedure shall be in accordance with the
latest version of ASTM F1216 or ASTM F1743 and in accordance with ASTM D5813.
16. Material Safety Data Sheets for resins, hardeners, catalysts, solvents, and all other compounds or
chemicals to be used on the job site.
17. Data logger output in graphic format showing pipe section, time, pressure, and temperature
during activation, heating, curing, and cool down.
18. Informational hand out that describes the materials, processes, and odors associated with the
lining process. This handout shall be provided at the request of concerned residents.
19. Post-Installation CCTV inspection videos.
07/24/2019
59
7-21.1(5) Quality Assurance
The Manufacturer or Assembler shall provide the following:
1. List of inspection items that should be observed and recorded. Inspection items include pre-
installation activities, product identification, installation procedures, equipment operations, and
post-installation activities.
2. Review all post-installation CCTV tapes of the installed liner. Following this review the
Manufacturer’s or Assembler’s representative shall provide certification to the Engineer ensuring
that the Contractor’s installation meets the Manufacturer’s or Assembler’s requirements and will
not void the warranty.
The finished CIPP shall be continuous over the entire length of an insertion run between two manholes
or access points and shall be free from visual defects such as foreign inclusions, dry spots, pinholes,
and de-lamination.
Wrinkles in the finished CIPP greater than 5 percent of the pipe diameter are unacceptable and shall
be removed and repaired by the Contractor at the Contractor’s expense. Methods of repair shall be
proposed by Contractor and submitted to the Engineer for review and approval.
7-21.1(6) Warranty
The Contractor shall warrant each mainline storm pipe lined with the specified product against defects
in materials, surface preparation, lining application, and workmanship for a period of 12 months from
the date of final acceptance of the project. The Contractor shall, within one month of written notice
thereof, repair defects in materials or workmanship that may develop during said 12-month period.
Defects shall be defined as: visible leakage of groundwater through the CIPP system, de-lamination
of any portion of the CIPP system as visible from CCTV inspection, or separation of any part of the
CIPP system from the host pipe to the extent that the CIPP system inside diameter in the separated
area is 90 percent or less of the completed CIPP system inside diameter. The Contractor shall also
repair any damage to other work; damage to storm system components, damages to buildings, houses
or environmental damage caused by the backup of the storm system because of the failure of the
lining system or repairing of the same at the expense of Contractor, and without cost to the Owner.
Repairs shall include removal of the existing liner and re-lining if possible, or excavation and
replacement of the section of pipe where the defect occurs.
7-21.2 Materials
7-21.2(1) Cured in Place Resin Impregnated Material in General
The liner shall be designed for a “fully deteriorated” pipe condition in accordance with the procedures
of the latest edition of ASTM F1216, Appendix XI and these specifications. All material properties used
in design calculations shall be long-term (time-corrected) values. The Contractor shall be familiar with
the existing site conditions when preparing the liner design.
The CIPP will be continuous in length and the wall thickness shall be uniform. No overlapping sections
shall be allowed in the circumference or the length of the liner.
The CIPP will be capable of conforming to offset joints, bells, and disfigured pipe sections. It shall be
able to stretch to fit irregular pipe sections and negotiate bends.
The CIPP resin shall be compatible with the liner fabric, other rehabilitation systems it may contact,
and the host pipe materials.
07/24/2019
60
The CIPP shall be marked at a distance of regular intervals along its entire length, not to
exceed 5 feet. Markings shall include Manufacturer’s or Assembler’s name or identifying
symbol.
The CIPP liner shall be manufactured with materials from a consistent supplier. All materials of similar
type shall be from a single source for the entire project.
The composite materials of the liner tube and resin shall, upon installation inside the host pipe, exceed
the following minimum test standards, based on restrained sample cured in host pipe and flat plate
sample:
1.
Physical Properties
Flexural Strength (ASTM D790) 4,500 psi
Flexural Modulus (ASTM D790) Short Term 300,000 psi
Flexural Modulus (ASTM D2990) Long Term 150,000 psi
Tensile Strength (ASTM 1216 [pressure pipe only]) 3,000 psi
The CIPP shall be fabricated to a size that, when installed, will tightly fit the internal circumference
and length of the original pipe.
1. Allowance shall be made for circumferential and longitudinal stretching during the installation
process.
2. Diametric shrinking during the curing process shall meet the requirements of ASTM D 5813,
Section 6.3.1 or better.
The liner thickness shall be designed based on the engineering formulas listed in ASTM D638 and
F1216 for fully deteriorated pipes. The thickness shall be sufficient to prevent groundwater from
entering the pipe, while maintaining the maximum cross-sectional pipe area possible.
Contractor shall prepare design calculations for approval prior to performing the lining work. The
submitted design calculations shall provide the following information as a minimum:
1. Manhole to Manhole designation 5321-010 to 5321-009
2. Pipe Nominal Diameter (inches)
3. Minimum Liner thickness (inches)
4. Proposed Liner Thickness (inches)
The following parameters shall be assumed for the liner design:
1. Modulus of soil reaction, E’S = 1,500 psi (fully deteriorated)
2. Unit weight of soil = 140 pcf
3. The minimum ovality for straight runs shall be 2.0 percent
4. AASHTO H20 traffic loads
5. AREMA E-80 railroad loads
6. Groundwater at the surface
7. Factor of Safety, N=2.0
For liners inserted by the inversion method, the CIPP shall be coated on one side with a translucent
waterproof coating of:
1. Polyvinyl chloride (PVC)
2. Polyurethane
07/24/2019
61
For liners inserted by the pull/winch method, the CIPP shall be coated on one side with a translucent
waterproof coating of:
1. Polyvinyl chloride (PVC)
2. Polyurethane
3. Polyethylene
4. Polypropylene
7-21.2(2) Resin
The resin/liner system shall meet the 10,000 hour test in accordance with Section 8.2.2 Test Methods
of ASTM D 5813.
Prior to construction, the Contractor shall submit an infrared spectrum chemical fingerprint of the
type of resin to be used for this project.
7-21.2(3) Physical Properties
The CIPP shall be corrosion resistant to withstand exposure to sewage gases containing quantities of
hydrogen sulfide, carbon monoxide, diluted sulfuric acid, and other chemical reagents typical of
sewage conveyance. Chemical resistance of the installed CIPP shall meet the chemical resistance
requirements of ASTM D543 when subjected to the following solutions:
Chemical Solution Concentration, percent
Tap Water (pH 6-9)
Nitric Acid
Phosphoric Acid
Sulfuric Acid
Gasoline
Vegetable Oil
Detergent
Soap
100
5
10
10
100
100
0.1
0.1
The hydraulic profile of the installed CIPP shall be maintained as large as possible. The CIPP shall have
at a minimum the full flow capacity of the original pipe before rehabilitation. Calculated capacities
may be derived using commonly accepted roughness coefficients for the existing pipe material taking
into consideration its age and condition.
Physical properties shall be subject to ASTM D 2122.
7-21.3 Construction Requirements
7-21.3(1) Preparation
The Contractor shall make all necessary provisions to ensure service conditions and structural
conditions of host pipe are suitable for installation and warranty of the liner. The Contractor shall
verify the lengths in the field prior to ordering and prior to impregnation of the tube with resin, to
ensure that the tube will have sufficient length to extend the entire length of the run. The Contractor
shall also measure the inside diameter of the existing pipelines in the field prior to ordering liner so
that the liner can be installed in a tight-fitted condition.
07/24/2019
62
7-21.3(1)A Flow Management
It shall be the Contractor's responsibility to maintain operation of the existing storm drain systems
throughout the duration of the project without any interruption of storm drain service. The
Contractor shall divert all flows around each segment of the pipe designated for rehabilitation. This
diversion shall consist of redirecting flow from an upstream manhole and discharging it to a manhole
downstream of the rehabilitation operation. This can be accomplished via a combination of pumping
and/or gravity flow. After the work is completed, flow shall be returned to the rehabilitated storm
drain system. The area affected by the bypass operation shall be fully restored.
Bypass pumping shall be scheduled for continuous operation. Back-up equipment shall be on-site and
available for periods of maintenance, refueling or failure of the primary bypass pump(s) or diversion
system. Bypass pumping shall be done in such a manner as not to damage private or public property,
or create a nuisance or public menace. The bypass-pumping pipe shall not block any driveways or
intersections unless approved by the Engineer. The storm water shall be pumped through a
watertight hose or pipe that is adequately protected from traffic. The discharge of storm water to
private property, city streets, sidewalks, or any location other than an approved storm drain is
prohibited. The Contractor shall be liable for all cleanup, damages, and resultant fines should the
Contractor's operation cause any backups or overflows.
Working days will not be charged for the period of time during which the flow is greater than the 6
month storm event. No additional payment will be made for periods of high flows during which the
Contractor elects to wait for lower flows. Once the Contractor removes a section of line from service
he/she is responsible to bypass any and all flow in the system during construction.
All bypassing systems shall be approved by the Engineer. A plan for bypassing the existing storm drain
system shall be submitted by the Contractor for review. The Contractor's plan for bypass pumping
shall be satisfactory to the Owner before the Contractor will be allowed to commence bypass
pumping. The sewage bypass pumping plan shall include an emergency response plan to be followed
in the event of a failure of the bypass pumping. The review of the bypassing system and equipment
by the Engineer shall in no way relieve the Contractor of his responsibility and public liability.
7-21.3(1)B Cleaning
Clean and prepare pipe per CIPP Manufacturer’s or Assembler’s requirements.
7-21.3(1)C Point Repairs
Advise the Engineer of any point requiring repairs that can only be performed by excavating the defect
and removing or repairing the obstruction.
Grout defects in the host pipeline including but not limited to open joints, fractures, cracks, and holes
in the pipeline as follows:
1. Grout all defects as recommended by liner manufacturer or installer.
Make point repairs of any host pipe defect that can be removed by conventional sewer cleaning
equipment or by remotely performed repair methods acceptable to the Engineer.
Remove protruding laterals, rolled gaskets, roots, mineral deposits, and other objects
protruding into the host pipe, internally with a remote controlled cutter.
07/24/2019
63
7-21.3(1)D Manholes
Protect all manholes to withstand forces generated by the equipment while installing the liner.
7-21.3(2) Liner Installation
7-21.3(2)A Inversion Method
The impregnated tube shall be inserted through an existing manhole or other access point by means
of the Manufacturer’s or Assembler’s recommended installation process. The application of a
hydrostatic head, compressed air, or other means shall fully extend the liner to the next designated
manhole or termination point and inflate and firmly adhere the liner to the pipe wall.
The liner shall be installed at a rate less than 10 feet per minute at all times.
Liner shall not be installed through intermediate manholes unless specifically requested in advance in
writing and approved by the Engineer.
Liner installation shall be in accordance with ASTM F 1216, Section 7.
When inversion is by hydrostatic head, the Contractor shall use methods that control the installation
rate, accounting for the increase in hydrostatic head in pipes that have significant elevation change.
7-21.3(2)B Pull/Winch Method
The impregnated tube shall be pulled into place within the host pipe with the aid of a power winch
that is equipped with a device to monitor the force and prevent excessive tension and tube
elongation.
The maximum allowable longitudinal elongation, or stretch, of the material shall be one (1) percent.
The longitudinal stretch of the tube shall be gauged by comparing marker on the fully inserted tube
to the actual length of pipe being rehabilitated.
The Contractor shall use a flexible and impermeable calibration hose to inflate the tube. The
calibration hose may or may not remain in the complete installation. Hose materials remaining in the
installation shall be compatible with the resin system used, shall bond permanently with the tube,
and shall be translucent to facilitate post-installation inspection. Hose materials that are to be
removed after curing shall be of non-bonding material.
Liner installation shall be in accordance with ASTM 1743, Section 6.
7-21.3(2)C Finished Pipe Liner
The finished lining shall be continuous over the entire length of an installation run and be free of visual
defects such as foreign inclusions, dry spots, pinholes, wrinkles, and de-lamination. The lining shall
be impervious and free of any leakage from the pipe to the surrounding ground or from the ground
to inside the lined pipe.
Any defect, which will or could affect the structural integrity, strength, capacity, or future
maintenance of the installed liners, shall be repaired at the Contractor's expense, in a manner
approved by the Engineer.
The beginning and end of the CIPP liner shall be cut flush at the inlet and outlet points in the manhole,
and the ends sealed with a resin mixture compatible with the liner/resin system and shall provide a
watertight seal. Sealing material and installation method shall be submitted to and approved by the
Engineer prior to start of construction. Hydraulic cements and quick-set cement products are not
acceptable.
07/24/2019
64
7-21.3(4) Testing
7-21.3(4)A Material Testing
Provide certified test results of the properties of the cured lining material from the actual installed
CIPP at a minimum of one location per each liner insertion setup. The cured CIPP shall be sampled
and tested for flexural strength and flexural modulus in accordance with the requirements of ASTM
D790.
Liner thickness shall be determined at a minimum of two (2) locations on a cut section of the liner
using a method of measurement accurate to the nearest 0.005 inch. Wall thickness of samples shall
be determined as described in ASTM F1743, Section 8.1.6. The minimum wall thickness at any point
shall not be less than 87-1/2 percent of the design thickness.
7-21.3(4)B Field Testing
Low Pressure Air Test: Mainlines without service connections shall be low pressure air tested in
accordance with Section 7-17 of these specifications.
7-21.3(4)C Post Installation CCTV Inspection
Following installation of the CIPP liner and final trimming of the liner at the manholes/end of culverts,
the new liner shall be inspected for defects using CCTV cameras. The CCTV inspection shall meet the
same requirements as the Pre-Installation Inspection
7-21.5 Payment
Measurement and Payment Schedule for 36” Cured-in-Place Pipe (CIPP) is shown in Section 1-
09.14
7-22 RESIN IMPREGNATED FABRIC CIPP
New Section
7-22.1 Description
This Section specifies rehabilitation of pipelines by the installation of resin-impregnated fabric liners.
7-22.1(1) Related Work Specified Elsewhere
General Specifications for Cured In Place Pipe (CIPP), Section 7-21.
7-22.2 Materials
7-22.2(1) Cured in Place Pipe Liner
The CIPP shall consist of one or more layers of flexible needled felt or an equivalent non-woven
material, or a combination of non-woven and woven materials capable of carrying resin,
withstanding installation and curing pressures, as required in ASTM F 1216, Section 5; ASTM F 1743,
Section 5; and ASTM D 5813, Sections 5, 6, and 8.
Seams in the CIPP shall be stronger than the non-seamed felt.
7-22.2(2) Resin
The resin shall be a chemically resistant isopthalic based polyester thermoset resin and catalyst
system, or epoxy resin and hardener that is compatible with the installation process. Vinyl Esters
may be used, however, they shall only be used when specifically called for by the Engineer. The resin
should be able to cure both in the presence, and without the presence of water, and the initiation
temperature for cure should be less that 180 degrees Fahrenheit. When properly cured the resin
07/24/2019
65
liner system shall meet the structural and chemical resistance requirements of ASTM F1216 and
ASTM F1743.
The activated resin shall contain a colorant compatible with the resin, organic peroxides and the
installation and curing process, such as CreaNova® CHROMA CHEM 844-7260 Phthalo-Blue, or
equivalent, at a level of 0.01-0.035 % by the weight of the resin. The colorant shall be added
concurrently with the organic peroxide activator solution, or immediately after adding it to the
resin, to serve as a multi-purpose visual quality assurance indicator.
7-22.2(3) Physical Properties
The wall color of the interior pipe surface of the CIPP after installation shall be a light reflective
color.
7-22.3 Construction Requirements
7-22.3(1) Preparation
7-22.3(1)A Cleaning
Clean and prepare pipe per CIPP Manufacturer’s or Assembler’s requirements.
7-22.3(2) Installation
7-22.3(2)A Resin Impregnation
The quantity of resin used for the fabric tube impregnation shall be sufficient to fill the volume of all
voids in the fabric tube material with additional allowances for polymerization shrinkage and the
loss of resin through cracks and irregularities in the host pipe wall.
A vacuum impregnation process shall be used. To insure thorough resin saturation throughout the
length of the felt tube the level of the vacuum and the speed of the resin advance shall be
coordinated so that white spots (dry areas) at the inside surface of the flexible membrane shall be
small, shallow, less than 10% of the fabric tube wall thickness or 3-mm, whichever is less, and be less
than 1% of the volume of the resin per unit length.
A roller system shall be used to uniformly distribute the resin throughout the fabric tube. The roller
gap dimension shall be calculated by a method that determines the correct volume of resin/felt per
foot contained within the confining perimeter of the flexible membrane.
The "wet-out" fabric tube shall meet ASTM F 1216, 7.2 or ASTM F 1743, 6.2 as applicable, and shall
have a uniform thickness and excess resin distribution that when compressed at installation
pressures will meet or exceed the design thickness after cure.
No dry or unsaturated layers shall be acceptable upon visual inspection as evident by color contrast
between the felt fabric and the activated resin containing a colorant.
The person in charge of the "wet-out" process shall complete and sign a "wet-out" sheet for each
liner to be delivered to the site. The certified "wet-out" sheet shall include, but is not limited to,
"wet-out" date, resin identification, fabric tube length, diameter, and thickness. The Contractor
must submit to the Engineer the signed "wet-out" sheet for each liner delivered to the site.
Additionally, the Contractor shall submit a sample "wet-out" sheet from a previous job for the
Engineer's review prior to the start of the "wet-out" process for the current project.
The Owner reserves the right to inspect all phases of production and testing of materials, from
manufacturing, shipping, "wet-out", installation, and cure, to finished product
Liners installed in pipe segments that contain a vertical or horizontal curve shall utilize the inversion
method only.
07/24/2019
66
7-22.3(2)B Water, Air or Steam Curing
After placement of the liner is complete, provide a suitable heat source and distribution equipment.
The equipment shall be capable of circulating hot water, air, and/or steam throughout the lined
section in accordance with the Manufacturer’s or Assembler’s recommendations to raise the
temperature uniformly above the temperature required to affect a resin cure. This temperature
shall be determined by the Manufacturer or Assembler based on the resin/hardener system
employed.
The heat source shall be fitted with continuous monitoring thermocouples to measure and record
the temperature of the incoming and outgoing water, steam, and/or air supply. Water, steam, or air
temperature during the cure period shall meet the requirements of the resin Manufacturer or
Assembler as measured and recorded at the heat source inflow and outflow return lines.
Provide standby equipment to maintain the heat source supply. The temperature during the cure
shall not be less than 130 degrees Fahrenheit at the boundary between the pipe wall and the liner
unless otherwise directed by the Manufacturer or Assembler to meet resin system requirements.
Temperature shall be maintained during the curing period as recommended by the resin
Manufacturer or Assembler, and shall follow the heating schedule supplied by the Manufacturer or
Assembler.
A data logger shall record temperature, pressure, and time during activation, heating, and curing.
7-22.3(2)C Cool Down
Cool the liner down to temperature specified by Manufacturer or Assembler following the cure
period for duration specified by Manufacturer or Assembler, prior to relieving static head.
Care shall be taken to ensure that a vacuum is not induced which could damage the new CIPP during
the release of head on the new CIPP.
A data logger shall record temperature, pressure, and time during cool down.
7-23 RESIN IMPREGNATED FIBERGLASS CIPP
New Section
7-23.1 Description
Contractor shall provide and install a resin impregnated fiberglass material tube with a plastic
coated wearing surface in all sewers identified for CIPP lining in accordance with ASTM F 1216 and
ASTM F 2019.
7-23.1(1) Related Work Specified Elsewhere
General Specifications for Cured In Place Pipe (CIPP), Section 7-21.
7-23.1(2) Reference Specifications, Codes, and Standards
The following documents form a part of this specification to the extent stated herein and shall be
the latest editions thereof. Where differences exist between codes and standards, the one affording
the greatest protection shall apply, as determined by the City.
Reference Title
ASTM D 543 Test Method for Resistance of Plastics to Chemical Reagents
ASTM D 578 Standard Specification Glass Fiber Strands
ASTM D 638 Test Method for Tensile Properties of Plastics
ASTM D 790 Flexural Properties of Unreinforced and Reinforced Plastics and Electrical
Insulating Materials
07/24/2019
67
7-23.1(3) CIPP Liner Samples
The Contractor shall prepare samples of the installed CIPP liner for subsequent testing of its physical
properties. Samples shall be prepared and tested using the flat plate sampling method in accordance
with the procedures in Section 8.1 of ASTM F 1216 or ASTM F 2019, as is applicable. The sample will
be constructed on the same materials (tube and resin/catalyst) as is used for that given liner
installation. The flat plate sample shall be large enough to provide five sample specimens for each
Short Term Flexural (Bending) properties as per ASTM D 790 and ASTM D 638 respectively.
The cured sample shall be tested by an independent testing laboratory, as recommended by the CIPP
liner manufacturer and approved by the Engineer, for the bending and tensile properties, as per ASTM
D 790 and ASTM D 638 respectively. Final payment will not be made until test results are received.
The Contractor shall be responsible for any deviation from the specified physical properties and those
evaluated through testing. Failure to meet the specified physical properties will result in the CIPP
liner being considered defective work which will be handled in accordance with Section 1-05 of the
standard specifications. The Contractor shall be responsible for all costs associated with the testing
of the liner physical properties.
The above-stated sampling shall be performed for each separate installation of CIPP. For example:
one flat plate sample from each individual pipeline liner installed.
The wall thickness of the material tube shall be ordered to the next standard 1.0 mm incremental
thickness above the minimum calculated design thickness. Unless otherwise specified to provide for
excess resin migration, the gap thickness of the wetting-out equipment shall be sized to allow an
excess of 5 to 10 percent resin to pass during impregnation. The minimum wall thickness shall be
determined at a minimum of three locations on a cut section of the CIPP flat plate sample using a
method of measurement accurate to the nearest 0.005 inch.
7-23.1(4) CIPP Liner Handling
Contractor shall exercise adequate care during transportation, handling, and installing to ensure the
CIPP material is not torn, cut, or otherwise damaged. If any parts of the CIPP materials becomes torn,
cut, or otherwise damaged before or during insertion, it shall be repaired or replaced in accordance
with the manufacturer’s recommendations and approval by the Engineer before proceeding further;
and at the Contractor’s expense.
7-23.2 Materials
7-23.2(1) General Specifications
All materials and installation procedures provided by the Contractor for use in the CIPP installation
process shall be equal to or exceed the requirements of Sections 5 and 7 of ASTM F 1216 or ASTM F
2019 Section 5 and 6, as is applicable.
Wrinkles in the finished liner pipe which cause a backwater of one (1) inch or more or reduce the
hydraulic capacity of the pipe (wrinkles which exceed five (5) percent of the pipe diameter) are
unacceptable and shall be removed or repaired by the Contractor at no additional cost to the Owner.
Wrinkles in the finished liner pipe that reduce the structural stability of the pipe are unacceptable. If
ASTM D 883 Definitions and Terms Relating to Plastics
ASTM D 1600 Abbreviations, Acronyms, and Codes for Terms Relating to Plastics
ASTM F 412 Definitions of Terms relating to Plastic Piping Systems
ASTM F 1216
Rehabilitation of Existing Pipelines and Conduits by Inversion and Curing of a
Resin Impregnated Tube
ASTM F 2019
Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the
Pulled in Place Installation of Glass Reinforced Plastic (GRP) Cured-in-Place
Thermosetting Resin Pipe (CIPP)
07/24/2019
68
a void between the wrinkle and the pipe exists, the Contractor shall repair or replace that section of
the pipe at no additional cost to the Owner. Methods of repair shall be proposed by the Contractor
and submitted to the Engineer for review.
Contractor shall be responsible for control of all material and process variables to provide a finished
CIPP possessing the minimum properties specified in ASTM F 1216 or ASTM F 2019, as is applicable
and supplemented herein.
7-23.2(2) Chemical Resistance
The chemical resistance tests should be completed in accordance with Test Method ASTM D 543.
Exposure should be for a minimum of one month at 73.4 degrees F. During this period, the CIPP test
specimens should lose no more than 20 percent of their initial flexural strength and flexural modulus
when tested in accordance with Section 8 of ASTM F 1216 or ASTM F 1743, whichever is applicable.
The Contractor shall be responsible for all costs associated with the chemical resistance tests.
Proof of meeting these requirements shall be provided to the Engineer for approval at least ten (10)
days prior to commencement of work.
7-23.2(3) Component Properties
The fiberglass tubing shall be made of non-corrosion material and shall be free from tears, holes, cuts,
foreign materials and other surface defects.
The physical properties apply to CIPP manufactured polyester or vinylester resin. Resins should be
appropriate for conditions encountered.
7-23.2(4) Finished and Cured CIPP Liner Properties
The physical properties of the cured CIPP shall have minimum initial test values as given in Section 17-
21. Properties for these or any other enhanced resins shall be substantiated with test data.
7-23.2(5) Dimensions
Contractor shall make allowances in determining the in-liner tube length and circumference for
stretch during installation and shrinkage during curing. The minimum length shall be that which
continuously spans the distance from the center of the inlet manhole to the center of the outlet
manhole. The Contractor shall verify the lengths in the field before the in-liner tube is cut and
impregnated. Individual installation runs may include one or more manhole-to-manhole sections as
approved by the Engineer. Installation of the liner shall be through existing or new manholes.
Excavation for liner insertion shall not be permitted except to replace the manhole cones, if necessary
and/or required.
The diameter of the existing pipes may be larger than the nominal inside diameter. It is the
Contractor’s responsibility to determine the required diameter of the liner.
The maximum wall thickness shall be at least the calculated design thickness, or the minimum
specified, to increase the diameter only as much as necessary.
7-23.3 Construction Requirements
7-23.3(1) Installation Procedures
It is forbidden to “wet-out” in-liner at the construction site because of external influences such as
heat, no possibilities to control vacuum and correct mixture of resin.
The Contractor shall ensure that the pressure inside of the CIPP tube exceeds the outside pressure
due to groundwater.
7-23.3(1)A Installation Process
The liner will be installed by the pull/winch method.
07/24/2019
69
The Contractor has to make sure that at no time resin can come in contact to the groundwater and
cause environmental issues. Preparing the old pipe or inversion of a pre-liner is part of the installation
and is included without any additional costs.
Before pulling the in-liner in, a protective foil has to be installed. The in-liner tube shall be impregnated
with resin and lowered into the manhole. The tube shall then be pulled into position within the
existing pipe with the aid of a power winch that is equipped with a device to monitor the force and
prevent excessive tension and tube elongation as determined by the liner manufacturer. The pipe
shall then be inflated with air. The in-liner has to be inspected immediately before starting the curing
process.
7-23.3(1)B Curing
Pre-curing video inspection of the inflated liner must be recorded and the entire length of the liner
must be recorded including the liner section that the light chain occupies at any one time. Two
cameras must be located on the light chain, one on the front and one on the rear of the light chain to
insure the entire length of the liner has been properly inflated. Curing must be done under UV – Light
only. The curing process shall follow a step cure or similar approach recommended by the
manufacturer and approved by the Engineer, and shall be held at the top step for an adequate length
of time as determined by the liner manufacturer to ensure that the design physical properties are
attained.
Pressure, temperature and curing process shall be monitored by both, computer and video at any
time as determined by the liner manufacturer.
7-23.3(2) Finished Product
The finished CIPP shall be continuous over the entire length of an installation run.
Defects such as foreign inclusions, dry spots, pinholes, de-lamination, and wrinkling beyond the
specification allowances, determined by the Engineer as affecting the integrity or strength of the CIPP,
or as adversely affecting the hydraulic capacity of the CIPP, shall be repaired or replaced at the
Contractor’s expense.
END OF DIVISION 7
07/24/2019
70
8-02 ROADSIDE RESTORATION
8-02.3(16)A2 Submittals
8-02.3(16)A2a Certification of Material
1. Include seed mix percentages, purity, germination rates, weed experience, and date tested for
the preceding. Include complete data on source, size and quality.
2. All certificates required by law shall accompany shipments.
3. Upon completion of the installation and prior to final inspection, deliver all certificates to the
Engineer.
8-02.3(16)A2b Manufacturer’s Certificates of Conformance
1. Supply for Certificates of Conformance for fertilizer being used for the project.
8-02.3(16)A3 Product Handling
Deliver all items to the site in their original containers, with all labels intact and legible, at the time of
the City’s inspection. Coordinate delivery and installation of sod to ensure sod is installed immediately
upon delivery.
Use all means necessary to protect new lawn areas before, during, and after installation and to protect
the installed work and materials of all other trades. Temporary silt or barricade fencing shall be used
to delineate and protect the hydroseeded ground repair area.
In the event of damage or rejection, immediately make all repairs and replacements necessary for the
approval of the Inspector and at no additional cost to the City.
8-02.3(16)A6 Execution
Prior to all work of this section, carefully inspect the installed work of all other trades and verify that
all such work is complete to the point where this installation may properly commence. Verify that
hydroseed lawn installation may be completed in accordance with the original design and the
referenced standards. In the event of discrepancy, immediately notify the Engineer for specific
instructions.
END OF DIVISION 8
07/24/2019
71
9-14 EROSION CONTROL AND ROADSIDE PLANTING
Add this section with the following:
(******)
9-14.5(10) Hydroseed
9-14.5(10)A Description
Contractor shall Hydroseed disturbed areas - as a result of the construction activities - adjacent to
the work and stockpile areas.
9-14.5(10)B Products
Submittals
Submit seed vendor’s certification for required grass seed mixture, indicating percentage by weight,
and percentages of purity, germination, and weed seed for each grass species.
A. Perform seeding work only after planting and other work affecting ground surface has been
completed.
B. Restrict all disturbances or other activities in seeded areas until grass is established. Erect signs
and barriers as required.
C. Provide watering equipment as required.
Materials, Seed
A. On the pond slopes the following grass mix shall be used at a rate of 65 lb/acre:
Red fescue Festuca rubra 40%
Annual or perennial rye Lolium multiflorum
Lolium perenne
40%
Colonial bentgrass Agrostis tenuis 20%
B. Wood Cellulose Fiber Mulch: Degradable green dyed wood cellulose fiber free from weeds or
other foreign matter toxic to seed germination and suitable for hydromulching.
C. Soil Binder or Tacking Agent: Liquid concentrate diluted with water forming a transparent 3-
dimensional film-like crust permeable to water and air and containing no agents toxic to seed
germination. Contractor shall comply with all environmental regulations and manufacturers
recommendations regarding fertilizer use.
9-14.5(10)C Transportation, Delivery, Storage and Handling
A. Submit seed vendor’s certification for required grass seed mixture, indicating percentage by
weight, and percentages of purity, germination, and weed seed for each grass species.
9-14.5(10)D Installation
A. Perform seeding work only after planting and other work affecting ground surface has been
completed.
B. Restrict all disturbances or other activities in seeded areas until grass is established. Erect signs
and barriers as required.
C. Provide watering equipment as required.
D. Limit preparation to areas which will be immediately seeded.
E. Loosen topsoil of areas to be seeded to minimum depth of 4 inches.
F. Grade area to be seeded. Remove ridges and fill depressions as required to drain.
G Seed immediately after preparation of bed. Spring seeding shall occur between April 1 and June
1 and fall seeding shall occur between September 1 and October 31 or at such other times
acceptable to the City.
07/24/2019
72
H. Seed indicated areas within contract limits and areas adjoining contract limits disturbed as a
result of construction operations.
I. Perform seeding operations when the soil is dry and when winds do not exceed 5 miles per
hour.
J. The contractor shall use the double application method for all hydroseeding as follows:
Mulching
A. Mulch cover shall be applied at 2,000 lbs/acre as follows:
1. First application: 100 percent seed mix with 25 percent of mulch.
2. Second application: tackifier with 75 percent of mulch
Tacking Agent
A. Tacking agent shall be applied by approved hydraulic equipment. distribution and discharge
lines shall be equipped with a set of hydraulic discharge spray nozzles which will provide a
uniform distribution of the material. Tacking agent shall be applied at 80 gal/acre.
Contractors shall comply with all environmental regulations and manufacturers
recommendations.
9-14.5(10)E Cleaning
A. Perform cleaning during installation of the work and upon completion of the work. Remove
from the site all excess materials, debris and equipment. Repair damage to any project features.
9-14.5(10)F Warranty Hydroseeding
A. Hydroseeded areas will be inspected 1 week after germination to determine if coverage of
seeding is acceptable.
B. A uniform stand of grass and wildflowers over 90 percent of seeded area shall be obtained by
watering and maintaining until final acceptance. Areas which fail to provide a uniform stand of
grass shall be reseeded. Areas reseeded will not be accepted until the coverage required herein
is obtained.
END OF DIVISION 9
WSDOT AMENDMENTS
The WSDOT Amendments are incorporated
in their Entirety.
The First 3 Pages are included as a Reference.
See the WSDOT Construction Specifications
Web Site for a Complete Copy
(http://www.wsdot.wa.gov/Business/Construction/SpecificationsAmendmentsGSPs.htm)
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 4/1/19
INTRO.AP1 1
INTRODUCTION 2
The following Amendments and Special Provisions shall be used in conjunction with the 3
2018 Standard Specifications for Road, Bridge, and Municipal Construction. 4
5
AMENDMENTS TO THE STANDARD SPECIFICATIONS 6
7
The following Amendments to the Standard Specifications are made a part of this contract 8
and supersede any conflicting provisions of the Standard Specifications. For informational 9
purposes, the date following each Amendment title indicates the implementation date of the 10
Amendment or the latest date of revision. 11
12
Each Amendment contains all current revisions to the applicable section of the Standard 13
Specifications and may include references which do not apply to this particular project. 14
15
1-01.AP1 16
Section 1-01, Definitions and Terms 17
August 6, 2018 18
1-01.3 Definitions 19
The following new term and definition is inserted before the definition for “Shoulder”: 20
21
Sensitive Area – Natural features, which may be previously altered by human activity, 22
that are present on or adjacent to the project location and protected, managed, or 23
regulated by local, tribal, state, or federal agencies. 24
25
The following new term and definition is inserted after the definition for “Working Drawings”: 26
27
WSDOT Form – Forms developed and maintained by WSDOT that are required or 28
available for use on a project. These forms can be downloaded from the forms 29
catalogue at: 30
31
http://wsdot.wa.gov/forms/pdfForms.html 32
33
1-02.AP1 34
Section 1-02, Bid Procedures and Conditions 35
October 30, 2018 36
1-02.4(1) General 37
This section is supplemented with the following: 38
39
Prospective Bidders are advised that the Contracting Agency may include a partially 40
completed Washington State Department of Ecology (Ecology) Transfer of Coverage 41
(Ecology Form ECY 020-87a) for the Construction Stormwater General Permit 42
(CSWGP) as part of the Bid Documents. When the Contracting Agency requires the 43
transfer of coverage of the CSWGP to the Contractor, an informational copy of the 44
Transfer of Coverage and the associated CSWGP will be included in the appendices. 45
As a condition of Section 1-03.3, the Contractor is required to complete sections I, III, 46
and VIII of the Transfer of Coverage and return the form to the Contracting Agency. 47
48
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 4/1/19
The Contracting Agency is responsible for compliance with the CSWGP until the end of 1
day that the Contract is executed. Beginning on the day after the Contract is executed, 2
the Contractor shall assume complete legal responsibility for compliance with the 3
CSWGP and full implementation of all conditions of the CSWGP as they apply to the 4
Contract Work. 5
6
1-02.5 Proposal Forms 7
The first sentence of the first paragraph is revised to read: 8
9
At the request of a Bidder, the Contracting Agency will provide a physical Proposal 10
Form for any project on which the Bidder is eligible to Bid. 11
12
1-02.6 Preparation of Proposal 13
Item number 1 of the second paragraph is revised to read: 14
15
1. A unit price for each item (omitting digits more than two places to the right of the 16
decimal point), 17
18
In the third sentence of the fourth paragraph, “WSDOT Form 422-031” is revised to read 19
“WSDOT Form 422-031U”. 20
21
The following new paragraph is inserted before the last paragraph: 22
23
The Bidder shall submit with their Bid a completed Contractor Certification Wage Law 24
Compliance form (WSDOT Form 272-009). Failure to return this certification as part of 25
the Bid Proposal package will make this Bid Nonresponsive and ineligible for Award. A 26
Contractor Certification of Wage Law Compliance form is included in the Proposal 27
Forms. 28
29
30
1-03.AP1 31
Section 1-03, Award and Execution of Contract 32
January 2, 2018 33
1-03.3 Execution of Contract 34
The first paragraph is revised to read: 35
36
Within 20 calendar days after the Award date, the successful Bidder shall return the 37
signed Contracting Agency-prepared Contract, an insurance certification as required by 38
Section 1-07.18, a satisfactory bond as required by law and Section 1-03.4, the Transfer 39
of Coverage form for the Construction Stormwater General Permit with sections I, III, 40
and VIII completed when provided, and shall be registered as a contractor in the state of 41
Washington. 42
43
1-03.5 Failure to Execute Contract 44
The first sentence is revised to read: 45
46
Failure to return the insurance certification and bond with the signed Contract as 47
required in Section 1-03.3, or failure to provide Disadvantaged, Minority or Women’s 48
Business Enterprise information if required in the Contract, or failure or refusal to sign 49
the Contract, or failure to register as a contractor in the state of Washington, or failure to 50
return the completed Transfer of Coverage for the Construction Stormwater General 51
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 4/1/19
Permit to the Contracting Agency when provided shall result in forfeiture of the proposal 1
bond or deposit of this Bidder. 2
3
1-05.AP1 4
Section 1-05, Control of Work 5
August 6, 2018 6
1-05.5 Vacant 7
This section, including title, is revised to read: 8
9
1-05.5 Tolerances 10
Geometrical tolerances shall be measured from the points, lines, and surfaces defined 11
in Contract documents. 12
13
A plus (+) tolerance increases the amount or dimension to which it applies, or raises a 14
deviation from level. A minus (-) tolerance decreases the amount or dimension to which 15
it applies, or lowers a deviation from level. Where only one signed tolerance is specified 16
(+ or -), there is no specified tolerance in the opposing direction. 17
18
Tolerances shall not be cumulative. The most restrictive tolerance shall control. 19
20
Tolerances shall not extend the Work beyond the Right of Way or other legal 21
boundaries identified in the Contract documents. If application of tolerances causes the 22
extension of the Work beyond the Right of Way or legal boundaries, the tolerance shall 23
be reduced for that specific instance. 24
25
Tolerances shall not violate other Contract requirements. If application of tolerances 26
causes the Work to violate other Contract requirements, the tolerance shall be reduced 27
for that specific instance. If application of tolerances causes conflicts with other 28
components or aspects of the Work, the tolerance shall be reduced for that specific 29
instance. 30
31
1-05.9 Equipment 32
The following new paragraph is inserted before the first paragraph: 33
34
Prior to mobilizing equipment on site, the Contractor shall thoroughly remove all loose 35
dirt and vegetative debris from drive mechanisms, wheels, tires, tracks, buckets and 36
undercarriage. The Engineer will reject equipment from the site until it returns clean. 37
38
This section is supplemented with the following: 39
40
Upon completion of the Work, the Contractor shall completely remove all loose dirt and 41
vegetative debris from equipment before removing it from the job site. 42
43
1-06.AP1 44
Section 1-06, Control of Material 45
January 7, 2019 46
1-06.1(3) Aggregate Source Approval (ASA) Database 47
This section is supplemented with the following: 48
49
TRAFFIC CONTROL INFORMATION
LANE
CLOSED
1
1.5 SEC
2
1.5 SEC
SIGN LOCATION
CHANNELIZING DEVICES
PROTECTIVE VEHICLE ~ RECOMMENDED
LEGEND
PCMS PORTABLE CHANGEABLE MESSAGE SIGN
ARROW PANEL
FIELD LOCATE 1 MILE 35/64 , IN
ADVANCE OF LANE CLOSURE
PCMS
SAMPLE MESSAGE
ONE
MILE
AHEAD STA TEOFWASHINGT
O
NR
EGISTEREDPROFE
S
SIONAL ENGINEER25335THEODORE J. TR
EPA
NI
EREXPIRES AUGUST 9, 2007
STANDARD PLAN K-24.60-00
SINGLE LANE CLOSURE
ON MULTILANE ROADWAY
SHEET 1 OF 1 SHEET
APPROVED FOR PUBLICATION
DATESTATE DESIGN ENGINEER
Washington State Department of TransportationDRAWN BY: ELENA BRUNSTEIN1.
2.
3.
4.
5.
6.
7.
NOTES
8.
A Protective Vehicle is recommended regardless if a Truck
Mounted Attenuator (TMA) is available; a work vehicle may
be used. When no TMA is used, the Protective Vehicle
shall be strategically located to shield workers, with no
specific Roll-Ahead distance.
Devices shall not encroach into adjacent lanes.
Extend device taper (L/3) across shoulder ~ recommended.
Portable Changeable Message Sign (PCMS)
~ recommended.
Use Transverse Devices in closed lane every 1000’ 35/64
~ recommended.
Traffic Safety Drums for all tapers on high speed roadway
~ recommended.
Channelizing Device spacing for the downstream taper
option shall be 20’ O.C.
For signs size refer to Manual on Uniform Traffic Control
Devices (MUTCD) and WSDOT Sign Fabrication Manual
M55-05.
FOR LOCAL AGENCY USE ONLY
NOT FOR USE ON STATE ROUTES
45 50 55 60
360 425 495 570
POSTED SPEED (MPH)
LONGITUDINAL BUFFER SPACE = B
LENGTH B (FEET)
25 30 35
155 200 250
40
305
MINIMUM WEIGHT 15,000 LBS.
(MAXIMUM WEIGHT SHALL BE
IN ACCORDANCE WITH MANU-
FACTURER RECOMMENDATION)
TYPICAL PROTECTIVE VEHICLE WITH TMA (SEE NOTE 1)
LOADED WEIGHT
ROLL AHEAD STOPPING DISTANCE = 30 FEET MIN.
(DRY PAVEMENT ASSUMED)
1
4 YARD DUMP TRUCK,
SERVICE TRUCK,
FLAT BED, ETC.
BUFFER DATA
VEHICLE TYPE
25 30 35 40 45 50 55
540
550
600
550
605
660
660
720
POSTED SPEED (MPH)
10
11
12
60
450
495
500
LANE WIDTH
(FEET)
125
165
180
205
225
245
270
294
320
105
115
150 -
8040
POSTED SPEED
(MPH)
50 / 70
IN TANGENT
(FEET)
IN TAPER
(FEET)
CHANNELIZING DEVICE SPACING
35 / 45 30 60
8040
POSTED SPEED
(MPH)
50 / 70
IN TANGENT
(FEET)
IN TAPER
(FEET)
CHANNELIZING DEVICE SPACING
25 / 30 20 40
MINIMUM TAPER LENGTH = L (FEET)
RURAL ROADS & URBAN ARTERIALS
URBAN STREETS
RURAL ROADS, URBAN ARTERIALS,
RESIDENTIAL & BUSINESS DISTRICTS
25 MPH OR LESS 100’ 35/64 (2)
200’ 35/64 (2)
35 / 40 MPH
25 / 30 MPH
350’ 35/64
45 / 55 MPHRURAL ROADS 500’ 35/64
60 / 65 MPH 800’ 35/64 RURAL HIGHWAYS
(1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE
RAMPS, AT-GRADE INTERSECTIONS, AND DRIVEWAYS.
(2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT
ROADWAY CONDITIONS.
ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE
SIGN SPACING = X (1)
END
ROAD WORK
100’
WORK AREA
B L X X
W20-1
PCMS2’ MIN.SEE NOTE 5
RIGHT LANE
CLOSED
AHEAD
W20-5R
OR
X1
G20-2A
DOWNSTREAM TAPER TO
SHOW END OF WORK AREA ~ SEE NOTE 7
ROAD
WORK
AHEAD
W4-2L
~ COMPLIANCE DATE 12/23/13
SEE STANDARD PLAN K-24.20 FOR
ALTERNATE ENCROACHMENT
Ken L. Smith 02-15-07NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION, IS KEPT ON FILE AT THE WASHINGTON STATE DEPARTMENT OF TRANS-PORTATION. A COPY MAY BE OBTAINED UPON REQUEST.
CONSTRUCTION PLANS
11 x 17 Plans included in Scan for Bid Advertisement
CITYOFRENTONRAINIERAVENUENORTHMPROVEMENTPROJECT019LISTOFDRAWINGSCOVERSHEETABBREVIATIONS/LEGEND/GENERALNOTESPLANANDPROFILECULVERTb_zH>-zIa’LOCATIONMAPNOTTOSCALEVICINITYMAPIJOTTOSCALEAPPROVEDFORCOSTRUCTION,_/z//KenSrilofungProjectManager
12507 Bel-Red RD., Suite 101, Bellevue, WA 98005
www.chsengineers.com Ph: 425-637-3693 REENIGNELANOISS
EFORP 51063 DERETSIGER NOTGNIHSAWFOETATS
NESNETS
IR
HC
CRAIGFR A S E REL
RAINIER AVE SW PERIMETER RD12507 Bel-Red RD., Suite 101, Bellevue, WA 98005
www.chsengineers.com Ph: 425-637-3693 REENIGNELANOISS
E
FORP 51063 DERETSIGER NOTGNIHSAWFOETATS
NESNETS
IR
HC
CRAIGFR A S E R