HomeMy WebLinkAboutCAG-20-126 - Bid PackageContractNo.:CAG-20-126ContractProvisionsAwardAmount:AwardDate:AwardTo:LakeWashingtonLoopTrailProjectFederalAidNumber:TAP-HLP-STPUL1070(008)GeneralBidInformation:BuildersExchangeofWashington,Inc.(425)258-1303CityContact:HebéC.Bernardo425-430-7232ConsultantContact:NicoVanderhorst,PE(425)739-7212ApprovedforBidityofRenton‘atelApprovedforConstructionDate:Submittedto:CityofRentonRentonCityHall—5thFloor1055SouthGradyWayRenton,Washington98057Submittedby:otkVolumelof211241WillowsRoadNESuite200Redmond,Washington98052CityofRentonPublicWorksDepartmentTransportationDivision
CITY OF RENTON
RENTON, WASHINGTON
Lake Washington Loop Trail Project
Federal Aid No. TAP-1070 (008)
City Project No. 12802
December 2020
Prepared by:
Otak, Inc.
Prepared for:
CITY OF RENTON
1055 South Grady Way
Renton, WA 98057
Contract Documents Page i
Lake Washington Loop Trail Project December 2020
CITY OF RENTON
Lake Washington Loop Trail
Table of Contents
VOLUME I
I. CALL FOR BIDS
II. INFORMATION AND CHECKLIST FOR BIDDERS
1. INFORMATION AND CHECKLIST FOR BIDDERS
Ill. PROJECT PROPOSAL
1. *PROJECT PROPOSAL COVER SHEET
2. *PROPOSAL
3. *SCHEDULE OF PRICES
4. *LOCAL AGENCY CERTIFICATION FOR FEDERAL AID CONTRACTS
5. *NON-COLLUSION DECLARATION
6. *LOCAL AGENCY SUBCONTRACTOR LIST
7. *DBE UTILIZATION CERTIFICATION
8. *DBE WRITTEN CONFIRMATION DOCUMENT
9. *DBE TRUCKING CREDIT FORM
10. *DBE BID ITEM BREAKDOWN FORM
11. *PROPOSAL FOR INCORPORATING RECYCLED MATERIALS INTO THE PROJECT
12. *CONTRACTOR CERTIFICATION, WAGE LAW COMPLIANCE – RESPONSIBILITY CRITERIA,
WASHINGTON STATE PUBLIC WORKS CONTRACTS
13. *PROPOSAL SIGNATURE PAGE
14. *LOCAL AGENCY PROPOSAL BOND
IV. AGREEMENT FORMS
1. LOCAL AGENCY CONTRACT
2. PUBLIC WORKS PERFORMANCE BOND
3. PUBLIC WORKS PAYMENT BOND
4. FAIR PRACTICES AND NON-DISCRIMINATION POLICY DECLARATION
* Submit as part of the bid.
Submit within 10 days after Notice of Award.
V. REQUIRED CONTRACT PROVISIONS FOR FEDERAL-AID CONSTRUCTION CONTRACTS
VI. SPECIAL PROVISIONS
Contract Documents Page ii
Lake Washington Loop Trail Project December 2020
VII. APPENDICES
APPENDIX A – Wage Rates
1. Federal Wage Rates
2. Washington State Prevailing Wage Rates
APPENDIX B – City of Renton Standard Plans
APPENDIX C – WSDOT Standard Plans
VOLUME II – PLANS
City of Renton
Contract Provisions for
Lake Washington Loop Trail Project
______________________________________________________________________________
I. CALL FOR BIDS
CITY OF RENTON
Lake Washington Loop Trail Project
Federal Aid Number TAP‐HLP‐STPUL 1070(008)
Project No. CAG‐20‐126
CALL FOR BIDS
Sealed bids will be received until 11:00 AM, Tuesday, January 19, 2021, at the lobby of Renton City Hall,
1055 South Grady Way, Renton, WA 98057. All supplemental documents, that are allowed to be
submitted after this date and time, shall be received at the lobby of Renton City Hall. Sealed bids will be
opened and publicly read via Zoom video‐conferencing web application at 1:00 PM, Thursday, January
21, 2021. Any bids received after the published bid submittal time cannot be considered and will not be
accepted.
• The bid opening meeting can be accessed via videoconference by:
• Clicking this link to join the Zoom meeting:
• https://us02web.zoom.us/j/82069149130?pwd=Vkg1ZWE5Q1Q1MWF6b0pFRjh6cHNSdz09
• Using the Zoom app: Meeting ID: 820 6914 9130; Password: 579030;
• Via telephone by dialing: 253‐215‐8782,, 82069149130#,,,0#,,5790305#
• Zoom is free to use and is available at https://zoom.us/.
Approved plans, specifications, addenda, and plan holders list for this project are available on‐line
through Builders Exchange of Washington, Inc., at http://www.bxwa.com. Click on bxwa.com; Posted
Projects; Public Works; City of Renton; Projects Bidding. (Note: Bidders are encouraged to Register as a
Bidder, in order to receive automatic email notification of future addenda and to be placed on the
Bidders List). Contact Builders Exchange of Washington at 425‐258‐1303 should you require further
assistance.
The City of Renton in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C.
2000d to 2000d‐4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A,
Office of the Secretary, Part 21, Nondiscrimination in Federally‐Assisted programs of the Department
of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively
ensure that in any contract entered into pursuant to this advertisement, disadvantaged business
enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit bids in response to
this invitation and will not be discriminated against on the grounds of race, color, national origin, or
sex in consideration for an award.
The improvement for which bids will be received is described below:
Construct the Lake Washington Loop Trail Project. The work includes but is not limited to: temporary
erosion and water pollution control; removal of structures and obstructions; sawcutting, excavation,
pavement grinding, removal of pavement, removal of curb, gutter and sidewalk; trench excavation and
backfilling, installation of stormwater laterals and drainage systems; traffic island construction,
modifications to traffic signal systems; planing pavement, forming and placement of concrete curb, gutter
and sidewalk and wheelchair ramps; pavement restoration, asphalt overlay, green pavement application,
striping; adjustment of utility frames, grates and covers; irrigation; bridge pedestrian retrofit, bridge
railing installation; property restoration, permanent signing, and all other work necessary to complete the
WORK as specified and shown on the Contract Provisions.
An Disadvantaged Business Enterprise (DBE) mandatory goal of 16%, and zero (0) training hours has
been established for this project.
Jason A. Seth, City Clerk
Published:
December 21, 2020, December 28, 2020 and January 4, 2021
Daily Journal of Commerce
Renton Reporter (online)
City of Renton
Contract Provisions for
Lake Washington Loop Trail Project
______________________________________________________________________________
II. INFORMATION AND CHECKLIST FOR BIDDERS
Contract Documents Page 3
Lake Washington Loop Trail Project December 2020
INFORMATION AND CHECKLIST FOR BIDDERS
The following supplements the information in the Call for Bids:
1.Special Project Information. The Contract Documents, including Standard Specifications, and all
applicable laws and regulations apply to this project. The following items particular to this project
are repeated here for emphasis:
a.Wages. This project includes federal funding. The State Prevailing Wages and Federal
Wage Rates in effect at time of Advertisement are provided in Appendix A. It is the Bidder’s
responsibility to obtain wage information for any work classifications that are not included.
b.NPDES Permit. The City of Renton will secure the NPDES permit, and will be the sole owner of
the permit. The Contractor shall abide and be considered the operator of the construction
site as described in the permit. The City of Renton shall file the Notice of Intent. See Special
Provision Sections 1-07.6 and 8-01 for details.
2. Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, shall
request the explanation or interpretation in writing by the close of business five (5) business days
preceding the bid opening to allow a written reply to reach all prospective Bidders before the
submission of their Bids. Oral explanations, interpretations, or instructions given by anyone
before the Award of Contract will not be binding on the City of Renton.
·If a bidder has any questions regarding the project, the bidder may submit questions via e-
mail to: hbernardo@Rentonwa.gov. Put “Lake Washington Loop Trail Project” in the subject
line.
No other type of inquiry will be accepted.
3. All bids must be self-explanatory. Partial bids will not be accepted. No opportunity will be
offered for oral explanation except as the City may request further information on particular
points. The bidder shall, upon request, furnish information to the City of Renton as to their
financial and practical ability to satisfactorily perform the work.
4. The construction contract will be awarded by the City of Renton to the lowest responsible,
responsive bidder. The total bid amount of all schedules combined will be used to determine
the low bidder.
5. The City of Renton reserves the right to reject any and all bids or waive any and/or all
informalities.
6. Payment for this work will be made in cash warrants.
7. Bidders are not required to be in possession of a current City of Renton business license in order
to bid on City projects. However, Contractors and all subcontractors of all tiers must be in
possession of a current City business license while conducting work in the City.
8. Bidding Checklist
Each bid must be submitted in a sealed envelope bearing on the outside the name and address of
the Bidder, and the name and number of the project for which the bid is submitted. It is the
responsibility of each bidder to ascertain if all the documents listed below and in the Table of
Contract Documents Page 4
Lake Washington Loop Trail Project December 2020
Contents are included in their copy of the Contract Provisions. If documents are missing, it is the
sole responsibility of the Bidder to contact the City of Renton to obtain the missing documents
prior to the date and time bids are due.
The following documents shall be submitted with the bid.
a.Project Proposal Cover Sheet – The form included in these Bid Documents must be used; no
substitute will be accepted.
b.Proposal – The form included in these Bid Documents must be used; no substitute will be
accepted.
c.Schedule of Prices – The form(s) included in these Bid Documents must be used; no substitute
will be accepted. Bidders must bid on all schedules and items shown on the Schedule of
Prices. If any unit price is left blank, it will be considered no charge for that bid item,
regardless of what has been placed in the extension column.
d.Local Agency Certification for Federal-Aid Contracts.
e.Non-Collusion Declaration – The form included in these Bid Documents must be used; no
substitute will be accepted.
f.Local Agency Subcontractor List – This form is available at
https://wsdot.wa.gov/forms/pdfForms.html. Bidder may download, print and complete the
form to include with Bid. The DOT form, DOT Form Number and revision date must match the
form included in these Bid Documents, otherwise the Bid will be considered irregular and non-
responsive and the Bid will be rejected.
g.Disadvantaged Business Enterprise Utilization Certification.
h.Disadvantaged Business Enterprise (DBE) Written Confirmation Document.
i.Disadvantaged Business Enterprise (DBE) Bid Item Breakdown Form.
j.Proposal for Incorporating Recycled Materials into the Project - The form included in these
Bid Documents must be used; no substitute will be accepted.
k.Contractor Certification, Wage Law Compliance – Responsibility Criteria, Washington State
Public Works Contracts – This form is available at
https://wsdot.wa.gov/forms/pdfForms.html. Bidder may download, complete, print, and sign
the form to include with Bid. The DOT form, DOT Form Number and revision date must match
the form included in these Bid Documents, otherwise the Bid will be considered irregular and
non-responsive and the Bid will be rejected.
l.Proposal Signature Page - The form included in these Bid Documents must be used; no
substitute will be accepted. Evidence of signatory’s authority to sign the Proposal on behalf
of the business entity shall be submitted with the Bid. Otherwise, the submitted Bid will be
considered irregular and non-responsive and the Bid will be rejected.
m.Proposal Bid Bond – The form included in these Bid Documents must be used; no substitute
will be accepted. If an attorney-in-fact signs bond, the power of attorney authorizing such
execution must be current and enforceable, be properly executed by the Surety in accordance
with the Surety’s by-laws or other applicable rules and resolutions, and include all necessary
corporate seals, signatures, and notaries.
Contract Documents Page 5
Lake Washington Loop Trail Project December 2020
9. Contract Checklist
The following forms are to be executed by the successful Bidder after the Contract is awarded.
The following Certificate of Insurance are to be provided after the Contract is awarded and prior
to Contract execution.
a.Agreement – The form included in these Bid Documents must be used; no substitute will be
accepted. Two originals shall be executed by the successful Bidder.
b.Contract Bond – The form included in these Bid Documents must be used; no substitute will
be accepted. Two originals shall be executed by the successful Bidder and its surety company.
This bond covers successful completion of all work and payment of all laborers,
subcontractors, suppliers, etc. If an attorney-in-fact signs bond, the power of attorney
authorizing such execution must be current and enforceable, be properly executed by the
Surety in accordance with the Surety’s by-laws or other applicable rules and resolutions, and
include all necessary corporate seals, signatures, and notaries.
c.Fair Practices Policy Affidavit of Compliance - The form included in these Bid Documents must
be used; no substitute will be accepted.
d.Certificates of Insurance – To be executed by an insurance company acceptable to the Owner,
on ACORD Forms. Required coverages are listed in Section 1-07.18 of the Special Provisions.
The City of Renton shall be named as “Additional Insureds” on the insurance policies as well as
the entities listed in Section 1-07.18(2) of the Special Provisions.
Contract Documents
Lake Washington Loop Trail Project
Page 6
December 2020
This page intentionally blank.
Contract Documents
Lake Washington Loop Trail Project
Page 7
December 2020
City of Renton
Contract Provisions for
Lake Washington Loop Trail Project
______________________________________________________________________________
III. PROJECT PROPOSAL
Project: Lake Washington Loop Trail Project
Federal Aid Number: TAP-HLP-STPUL 1070(008)
City Contract Number: CAG-20-126
Company:
Address:
Phone Number:
Fax Number:
Total Bid Amount: $_____________________________________________
Contract Documents
Lake Washington Loop Trail Project
Page 8
December 2020
This page intentionally blank.
Contract Documents
Lake Washington Loop Trail Project
Page 9
December 2020
PROPOSAL
Lake Washington Loop Trail Project
TO THE CITY OF RENTON
RENTON, WASHINGTON
Ladies and/or Gentlemen:
The undersigned (Bidder) hereby certify that the Bidder has examined the location and construction
details of the proposed work and has read and thoroughly understands the Contract Documents
governing the work, and the nature of the work, and the method by which payment will be made for
said work. Bidder hereby proposes to undertake and complete the work detailed in and in accordance
with these Contract Documents and all applicable laws and regulations, for the Total Bid Amount shown
on the attached Schedule of prices.
The Bidder understands that the quantities mentioned herein are approximate only and are subject to
increase or decrease, and hereby proposes to perform all quantities of work as either increased or
decreased in accordance with the Contract Documents.
As evidence of good faith, pursuant to RCW 35.23.352(1), an original Bid Proposal Deposit in the form of
(check one) bid bond, or cashier's check (made payable to the City of Renton), or postal money
order (made payable to the City of Renton), in an amount equal to five percent (5%) of the Total Bid Price,
is attached hereto.
If a bid bond is signed by an attorney-in-fact, Bidder agrees that the power of attorney authorizing such
execution must be current and enforceable, be properly executed by the Surety in accordance with the
Surety’s by-laws or other applicable rules and resolutions, and include all necessary corporate seals,
signatures, and notaries.
Bidder understands that Contract Award or Bid rejection will occur within 60 calendar days after the
opening of bids, as specified in Section 1-03.2 of the Standard Specifications.
Bidder further understands that should Bidder fail to enter into this contract in accordance with his or
her Bid and furnish a contract bond within a period of ten (10) days from the date at which he or she is
notified that he or she is the successful bidder, the Bid Proposal Deposit shall be forfeited to the City of
Renton, as set forth in RCW 35A.40.200 and RCW 35.23.352.
Bidder hereby agrees to complete the Physical Work in all respects within 60 working days. Contract
time shall begin on the first working day following the Notice to Proceed date.
ITEM
NO.ITEM DESCRIPTION SPEC.
SECTION UNIT QUANTITY UNIT PRICE* AMOUNT
1 MINOR CHANGES (BY FORCE ACCOUNT)1-04 EST. 1 50,000.00$ 50,000.00$
2 ROADWAY SURVEYING 1-05 L.S. 1
3 ADA FEATURES SURVEYING 1-05 L.S. 1
4 RECORD DRAWINGS (MINIMUM BID $5,000) 1-05 L.S. 1
5 SPILL PREVENTION, CONTROL &
COUNTERMEASURES (SPCC) PLAN 1-07 L.S. 1
6 COVID-19 HEALTH AND SAFETY PLAN 1-07 L.S. 1
7 MOBILIZATION 1-09 L.S. 1
8 PROJECT TEMPORARY TRAFFIC CONTROL 1-10 L.S. 1
9 PORTABLE CHANGEABLE MESSAGE SIGN 1-10 HR 1,560
10 CONTRACTOR PROVIDED
UNIFORMED POLICE OFFICER 1-10 HR 120
11 CLEARING AND GRUBBING 2-01 L.S. 1
12 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02 L.S. 1
13 SAWCUTTING 2-02 L.F.1,200
14 ROADWAY EXCAVATION INCL. HAUL 2-03 L.S. 1
15 GRAVEL BORROW INCL. HAUL 2-03 TN 25
16 SHORING OR EXTRA EXCAVATION CLASS B 2-09 L.S. 1
NOTE: Unit prices for all items, all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only, in dollars
and cents to two (2) decimal places (including whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit
Price column will be regarded as nonresponsive and rejected. Where conflict occurs between the unit price and the total amount specified for
any item, the unit price shall prevail, and total L.S. shall be corrected to conform thereto.
SCHEDULE OF PRICES
Lake Washington Loop Trail
ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID
Lake Washington Loop Trail
City of Renton Page 1 of 6
Schedule of Prices
December 2020
ITEM
NO.ITEM DESCRIPTION SPEC.
SECTION UNIT QUANTITY UNIT PRICE* AMOUNT
NOTE: Unit prices for all items, all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only, in dollars
and cents to two (2) decimal places (including whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit
Price column will be regarded as nonresponsive and rejected. Where conflict occurs between the unit price and the total amount specified for
any item, the unit price shall prevail, and total L.S. shall be corrected to conform thereto.
SCHEDULE OF PRICES
Lake Washington Loop Trail
ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID
17 CRUSHED SURFACING TOP COURSE 4-04 TN 210
18 CRUSHED SURFACING BASE COURSE 4-04 TN 170
19 HMA CL. 1/2 IN. PG 64-22 5-04 TN 550
20 PLANING BITUMINOUS PAVEMENT 5-04 S.Y.2,800
21 BRIDGE RAILING TYPE PEDESTRIAN RETROFIT 6-06 L.F. 285
22 BRIDGE RAILING TYPE S-BP30 6-06 L.F. 245
23 CLEANING AND PAINTING –
EXISTING PEDESTRIAN RAILING 6-07 L.S. 1
24 CLEANING AND PAINTING – BRIDGE RAILING
TYPE PEDESTRIAN RETROFIT 6-07 L.S. 1
25 CLEANING AND PAINTING – BRIDGE RAILING
TYPE S–BP30 6-07 L.S. 1
26 CONTAINMENT OF ABRASIVES 6-07 L.S. 1
27 TESTING AND DISPOSAL OF CONTAINMENT
WASTE (BY FORCE ACCOUNT)6-07 EST. 1 2,000.00$ 2,000.00$
28 CORRUGATED POLYETHYLENE
STORM SEWER PIPE 8 IN. DIAM.7-04 L.F. 30
29 DUCTILE IRON STORM SEWER PIPE 8 IN. DIAM. 7-04 L.F. 50
30 ADJUST MANHOLE 7-05 EACH 1
31 ADJUST CATCH BASIN 7-05 EACH 14
32 ADJUST UTILITY BOX 7-05 EACH 12
Lake Washington Loop Trail
City of Renton Page 2 of 6
Schedule of Prices
December 2020
ITEM
NO.ITEM DESCRIPTION SPEC.
SECTION UNIT QUANTITY UNIT PRICE* AMOUNT
NOTE: Unit prices for all items, all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only, in dollars
and cents to two (2) decimal places (including whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit
Price column will be regarded as nonresponsive and rejected. Where conflict occurs between the unit price and the total amount specified for
any item, the unit price shall prevail, and total L.S. shall be corrected to conform thereto.
SCHEDULE OF PRICES
Lake Washington Loop Trail
ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID
33 CATCH BASIN TYPE 1 7-05 EACH 6
34 CATCH BASIN TYPE 2, 48 IN. DIAM. 7-05 EACH 3
35 CONNECTION TO DRAINAGE STRUCTURE 7-05 EACH 9
36 ESC LEAD 8-01 DAY 60
37 STREET CLEANING 8-01 HR 80
38 INLET PROTECTION 8-01 EACH 30
39 HIGH VISIBILITY FENCE 8-01 L.F. 340
40 FINE COMPOST 8-02 C.Y. 50
41 TOPSOIL TYPE A 8-02 C.Y. 200
42 WOOD CHIP MULCH 8-02 C.Y. 30
43 PSIPE ACER CIRCINATUM /
VINE MAPLE (6'-8' HT; MULTI-STEM)8-02 EACH 1
44 PSIPE FRAXINUS AMERICANA "AUTUMN PURPLE' /
AUTUMN PURPLE ASH (3" CAL.)8-02 EACH 2
45 PSIPE ARBUTUS UNEDO 'COMPACTA' /
COMPACT STRAWBERRY TREE (5 GAL.)8-02 EACH 8
46 PSIPE BERBERIS BUXIFOLIA 'NANA' /
DWARF BARBERRY (1 GAL.)8-02 EACH 100
47 PSIPE PRUNUS LAUROCERASUS
'MT. VERNON' / MT. VERNON LAUREL (2 GAL.)8-02 EACH 69
48 PSIPE ROSA X 'RADCON' /
PINK KNOCK OUT ROSE (2 GAL.)8-02 EACH 31
Lake Washington Loop Trail
City of Renton Page 3 of 6
Schedule of Prices
December 2020
ITEM
NO.ITEM DESCRIPTION SPEC.
SECTION UNIT QUANTITY UNIT PRICE* AMOUNT
NOTE: Unit prices for all items, all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only, in dollars
and cents to two (2) decimal places (including whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit
Price column will be regarded as nonresponsive and rejected. Where conflict occurs between the unit price and the total amount specified for
any item, the unit price shall prevail, and total L.S. shall be corrected to conform thereto.
SCHEDULE OF PRICES
Lake Washington Loop Trail
ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID
49 PSIPE SPIRAEA THUNBERGII 'OGON' /
MELLOW YELLOW SPIREA (5 GAL)8-02 EACH 23
50 PSIPE PARTHENOCISSUS QUINQUEFOLIA /
VIRGINIA CREEPER (1 GAL.) 8-02 EACH 21
51 PSIPE SEDUM RUPESTRE 'ANGELINA' /
ANGELINA STONECROP (1 GAL.)8-02 EACH 91
52 PSIPE TEUCRIUM CHAMAEDRYS /
WALL GERMANDER (1 GAL.)8-02 EACH 131
53 SOD INSTALLATION 8-02 S.Y. 220
54 ROOT BARRIER (24-INCH) 8-02 L.F. 80
55 IRRIGATION SYSTEM (FORCE ACCOUNT) 8-03 L.S. 1
56 CEMENT CONC. TRAFFIC CURB AND GUTTER 8-04 L.F. 150
57 CEMENT CONC. TRAFFIC CURB 8-04 L.F. 260
58 PRECAST SLOPED MOUNTABLE CURB 8-04 L.F. 80
59 EXTRUDED CURB 8-04 L.F. 60
60 CEMENT CONC. DRIVEWAY ENTRANCE
TYPE MODIFIED R1 8-06 S.Y. 30
61 CEMENT CONC. SIDEWALK 8-14 S.Y. 300
62 CEMENT CONC. CURB RAMP TYPE PARALLEL B 8-14 EACH 1
63 CEMENT CONC. CURB RAMP
TYPE MODIFIED PARALLEL B 8-14 EACH 1
64 CEMENT CONC. CURB RAMP
TYPE MODIFIED PERPENDICULAR A 8-14 EACH 1
Lake Washington Loop Trail
City of Renton Page 4 of 6
Schedule of Prices
December 2020
ITEM
NO.ITEM DESCRIPTION SPEC.
SECTION UNIT QUANTITY UNIT PRICE* AMOUNT
NOTE: Unit prices for all items, all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only, in dollars
and cents to two (2) decimal places (including whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit
Price column will be regarded as nonresponsive and rejected. Where conflict occurs between the unit price and the total amount specified for
any item, the unit price shall prevail, and total L.S. shall be corrected to conform thereto.
SCHEDULE OF PRICES
Lake Washington Loop Trail
ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID
65 CEMENT CONC. CURB RAMP
TYPE PERPENDICULAR A 8-14 EACH 1
66 CEMENT CONC. CURB RAMP
TYPE PERPENDICULAR B 8-14 EACH 1
67 CURB MOUNTED DELINEATOR POSTS 8-10 L.F.2,300
68 CHAIN LINK FENCE TYPE 4 8-12 L.F. 80
69 TRAFFIC SIGNAL SYSTEM AIRPORT/LOGAN 8-20 L.S. 1
70 TRAFFIC SIGNAL SYSTEM AIRPORT/SHATTUCK 8-20 L.S. 1
71 ILLUMINATION SYSTEM 8-20 L.S. 1
72 PERMANENT SIGNING 8-21 L.S. 1
73 REMOVING EXISTING PAVEMENT MARKING 8-22 L.S. 1
74 PLASTIC CROSSWALK LINE 8-22 S.F. 220
75 PLASTIC DOTTED LINE EXTENSIONS 8-22 L.F. 300
76 PLASTIC STOP LINE 8-22 L.F. 70
77 PLASTIC TRAFFIC ARROW 8-22 EACH 23
78 PAINT LINE 8-22 L.F.2,300
79 PLASTIC LINE 8-22 L.F.4,500
80 PLASTIC CROSSHATCH MARKING 8-22 L.F.1,600
Lake Washington Loop Trail
City of Renton Page 5 of 6
Schedule of Prices
December 2020
ITEM
NO.ITEM DESCRIPTION SPEC.
SECTION UNIT QUANTITY UNIT PRICE* AMOUNT
NOTE: Unit prices for all items, all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only, in dollars
and cents to two (2) decimal places (including whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit
Price column will be regarded as nonresponsive and rejected. Where conflict occurs between the unit price and the total amount specified for
any item, the unit price shall prevail, and total L.S. shall be corrected to conform thereto.
SCHEDULE OF PRICES
Lake Washington Loop Trail
ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID
81 PROFILED PLASTIC LINE 8-22 L.F.3,400
82 PLASTIC TRAFFIC LETTER 8-22 EACH 4
83 PLASTIC BICYCLE LANE SYMBOL 8-22 EACH 24
84 GREEN MMA CYCLE TRACK COATING 8-22 S.F.2,300
85 BICYCLE DETECTOR PAVEMENT MARKING 8-22 EACH 2
86 TEMPORARY PAVEMENT MARKING –
SHORT DURATION 8-23 L.F.8,000
TOTAL BID AMOUNT =
*NOTE: The Unit Prices include all taxes paid, per section 1-07.2(1) and WAC 458-20-171.
Lake Washington Loop Trail
City of Renton Page 6 of 6
Schedule of Prices
December 2020
SR
Local Agency Certification for Federal-Aid Contracts
The prospective participant certifies by signing and submitting
this bid or proposal, to the best of his or her knowledge and
belief, that:
(1)No Federal appropriated funds have been paid or will be paid, by or on
behalf of the undersigned, to any person for influencing or attempting to
influence an officer or employee of any Federal agency, a Member of Congress,
an officer or employee of Congress, or an employee of a Member of Congress
in connection with the awarding of any Federal contract, the making of any
Federal grant, the making of any Federal loan, the entering into of any
cooperative agreement, and the extension, continuation, renewal, amendment,
or modification of any Federal contract, grant, loan or cooperative agreement.
(2)If any funds other than Federal appropriated funds have been paid or will be
paid to any person for influencing or attempting to influence an officer or
employee of any Federal agency, a Member of Congress, an officer or
employee of Congress, or an employee of a Member of Congress in connection
with this Federal contract, grant, loan, or cooperative agreement, the
undersigned shall complete and submit Standard Form-LLL, "Disclosure Form
to Report Lobbying," in accordance with its instructions.
This certification is material representation of the fact upon which reliance was
placed when this transaction was made or entered into. Submission of this
certification is a prerequisite for mak ing or entering into this transaction imposed
by Section 1352, Title 31, U.S. Code. Any person who fails to file the required
certification shall be subject to a civil penalty of not less than $10,000 and not
more than $100,000 for each failure.
The prospective parti cipant also agrees by submitting his or her bid or proposal
that he or she shall require that the language of this certification be included in
all lower tier subcontracts. which exceed $100,000 and that all such
subrecipients shall certify and disclose accordingly.
DOT Form 272-040A EF 07/2011
Local Agency Subcontractor List
Prepared in compliance with RCW 39.30.060 as amended
To Be Submitted with the Bid Proposal
Project Name
Failure to list subcontractors with whom the bidder, if awarded the contract, will directly subcontract for performance of the
work of structural steel installation, rebar installation, heating, ventilation and air conditioning, plumbing, as described in
Chapter 18.106 RCW, and electrical, as described in Chapter 19.28 RCW or naming more than one subcontractor to perform
the same work will result in your bid being non-responsive and therefore void.
Subcontractor(s) with whom the bidder will directly subcontract that are proposed to perform the work of structural steel installation,
rebar installation, heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as
described in Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name.
To the extent the Project includes one or more categories of work referenced in RCW 39.30.060, and no subcontractor is
listed below to perform such work, the bidder certifies that the work will either (i) be performed by the bidder itself, or (ii) be
performed by a lower tier subcontractor who will not contract directly with the bidder.
Subcontractor Name
Work to be performed
Subcontractor Name
Work to be performed
Subcontractor Name
Work to be performed
Subcontractor Name
Work to be performed
Subcontractor Name
Work to be performed
* Bidder’s are notified that it is the opinion of the enforcement agency that PVC or metal conduit, junction boxes, etc, are considered
electrical equipment and therefore considered part of electrical work, even if the installation is for future use and no wiring or electrical
current is connected during the project.
DOT Form 271-015A
Revised 06/2020
Local Agency Name
Local Agency Address
DOT Form 272-056
Revised 03/2018
Disadvantaged Business Enterprise Utilization Certification
To be eligible for Award of this Contract the Bidder shall fill out and submit, as a supplement to its sealed Bid Proposal,
a Disadvantaged Business Enterprise (DBE) Utilization Certification. The Contracting Agency shall consider as non-
responsive and shall reject any Bid Proposal that does not contain a DBE Utilization Certification which properly
demonstrates that the Bidder will meet the DBE participation requirements in one of the manners provided for in the
proposed Contract. Refer to the instructions on Page 2 when filling out this form or the Bid may be rejected. An
example form has been provided on Page 3. The successful Bidder’s DBE Utilization Certification shall be deemed a
part of the resulting Contract.
Box 1: certifies that the DBE firms listed below have been contacted
regarding participation on this project. If this Bidder is successful on this project and is awarded the Contract, it shall
assure that subcontracts or supply agreements are executed with named DBEs. (If necessary, use additional sheets.)
Box 2:
Column 1
Name of DBE
(See instructions)
Column 2
Project Role
(See instructions)
Column 3
Description of Work
(See instructions)
Column 4
Dollar Amount
Subcontracted
to DBE
(See instructions)
Column 5
Dollar Amount
to be Applied
Towards Goal
(See instructions)
Disadvantaged Business Enterprise Total DBE Commitment Dollar Amount
Condition of Award Contract Goal Box 3 Box 4
5 By checking Box 5 the Bidder is stating that their attempts to solicit sufficient DBE participation to meet
the COA Contract goal has been unsuccessful and good faith effort will be submitted in accordance with
Section 1-02.9 of the Contract
DOT Form 272-056
Revised 10/2019
Instructions for Disadvantaged Business Enterprise Utilization Certification Form
Box 1: Name of Bidder (Proposal holder) submitting Bid.
Box 2: Name of the Project.
Column 1: Name of the Disadvantaged Business Enterprise (DBE). DBE firms can be found using the Diversity
Management and Compliance System web page: https://wsdot.diversitycompliance.com. Repeat the name of
the DBE for each Project Role that will be performed.
Column 2: The Project Role that the DBE will be performing as follows;
•Prime Contractor
•Subcontractor
•Subcontractor (Force Account)
•Work sublet as Force Account must be listed separately.
•Manufacturer
•Regular Dealer
•Work sublet to a Regular Dealer must be listed separately.
•Regular Dealer status must be approved prior to Bid submittal by the Office of Equal Opportunity,
Washington State Department of Transportation, on each Contract.
•Broker
•Work sublet to a Broker must be listed separately.
List each project role to be performed by a single DBE individually on a separate row. The role is used to
determine what portion of the amount to be subcontracted (Column 4) may be applied toward meeting the goal
(column 5).
Column 3: Provide a description of work to be performed by the DBE. The work to be performed must be consistent with
the Certified Business Description of the DBE provided at the Diversity Management and Compliance System
web page https://wsdot.diversitycompliance.com
•A Bidder subletting a portion of a bid item shall state “Partial” and describe the Work that is included.
•For example; “Electrical (Partial) – Trenching”.
•“Mobilization” will not be accepted as a description of Work.
Column 4: List the total amount to be subcontracted to each DBE for each Project Role they are performing.
Column 5: This is the dollar amount for each line listed in the certification that the prime intends to apply towards meeting
the COA Contract goal. It may be that only a portion of the amount subcontracted to a DBE in Column 4 is
eligible to be credited toward meeting the goal See Note 1, Note 2, Note 3. The Contracting Agency will utilize
the sum of this column (Box 4) to determine whether or not the bidder has met the goal. In the event of an
arithmetic error in summing column 5 or an error in making appropriate reductions in the amounts in column
four, See Note 1, Note 2, Note 3, then the mathematics will be corrected and the total (Box 4) will be revised
accordingly.
Note 1: For Work sublet as Force Account the bidder may only claim 50% of the amount subcontracted (Column 4)
towards meeting the goal (Column 5). This information will be used to demonstrate that the DBE contract goal
is met at the time that the bidder submits their bid. For example; amount sublet as force account = $100,000
(Column 4) equates to ($100,000 X 50%) = $50,000 (Column 5) to be applied towards the goal.
Note 2: For Work sublet to a Regular Dealer the bidder may only claim 60% of the cost of the materials or supplies
(Column 4) towards meeting the goal (Column 5). For example; Material cost = $100,000 (Column 4) equates
to ($100,000 X 60%) = $60,000 (Column 5) to be applied towards the goal
Note 3: For Work sublet to a Broker the bidder may only claim the fees paid to a Broker towards meeting the
goal (Column 4). For example; amount sublet to a broker = $100,000 (Column 4) equates to ($100,000 X
reasonable fee %) = $ (Column 5) to be applied towards the goal.
Box 3: Box 3 is the COA Contract goal which is the minimum required DBE participation. The goal stated in the
Contract will be in terms of a dollar amount or a percentage in the Contract. When expressed as a percentage
you must multiply the percentage times the sum total of all bid items as submitted in the Bidder ’s Proposal to
determine the dollar goal and write it in Box 3. In the event of an error in this box, the Contracting Agency will
revise the amount accordingly.
Box 4: Box 4 is the sum of the values in column 5. This value must equal or exceed the COA Contract goal amount written in Box 3 or;
Box 5: Check Box 5 if insufficient DBE Participation has been achieved and a good faith effort is required. Refer to the
subsection titled, Selection of Successful Bidder/Good Faith Efforts (GFE) in the Contract.
See the Disadvantaged Business Enterprise Participation specification in the Contract for more information.
DOT Form 272-056
Revised 02/2018
Disadvantaged Business (QWHUSULVH8WLOL]DWLRQ&HUWL¿FDWLRQ
7REHHOLJLEOHIRU$ZDUGRIWKLV&RQWUDFWWKH%LGGHUVKDOO¿OORXWDQGVXEPLWDVDVXSSOHPHQWWRLWVVHDOHG%LG3URSRVDO
D'LVDGYDQWDJHG%XVLQHVV(QWHUSULVH'%(8WLOL]DWLRQ&HUWL¿FDWLRQ7KH&RQWUDFWLQJ$JHQF\VKDOOFRQVLGHUDVQRQ
UHVSRQVLYHDQGVKDOOUHMHFWDQ\%LG3URSRVDOWKDWGRHVQRWFRQWDLQD'%(8WLOL]DWLRQ&HUWL¿FDWLRQZKLFKSURSHUO\
GHPRQVWUDWHVWKDWWKH%LGGHUZLOOPHHWWKH'%(SDUWLFLSDWLRQUHTXLUHPHQWVLQRQHRIWKHPDQQHUVSURYLGHGIRULQWKH
SURSRVHG&RQWUDFW5HIHUWRWKHLQVWUXFWLRQVRQ3DJHZKHQ¿OOLQJRXWWKLVIRUPRUWKH%LGPD\EHUHMHFWHG$Q
H[DPSOHIRUPKDVEHHQSURYLGHGRQ3DJH7KHVXFFHVVIXO%LGGHU¶V'%(8WLOL]DWLRQ&HUWL¿FDWLRQVKDOOEHGHHPHGD
SDUWRIWKHUHVXOWLQJ&RQWUDFW
Box 1: FHUWL¿HVWKDWWKH'%(¿UPVOLVWHGEHORZKDYHEHHQFRQWDFWHGUHJDUGLQJSDUWLFLSDWLRQRQWKLVSURMHFW,IWKLV%LGGHULVVXFFHVVIXORQWKLVSURMHFWDQGLVDZDUGHGWKH&RQWUDFWLWVKDOODVVXUHWKDWVXEFRQWUDFWVRUVXSSO\DJUHHPHQWVDUHH[HFXWHGZLWKQDPHG'%(V,IQHFHVVDU\XVHDGGLWLRQDOVKHHWV
Box 2:
Column 1
1DPHRI'%(
6HHLQVWUXFWLRQV
Column 2
3URMHFW5ROH
6HHLQVWUXFWLRQV
Column 3
'HVFULSWLRQRI:RUN
6HHLQVWUXFWLRQV
Column 4
'ROODU$PRXQW
6XEFRQWUDFWHG
to DBE
6HHLQVWUXFWLRQV
Column 5
'ROODU$PRXQW
WREH$SSOLHG
7RZDUGV*RDO
6HHLQVWUXFWLRQV
'LVDGYDQWDJHG%XVLQHVV(QWHUSULVH 7RWDO'%(&RPPLWPHQW'ROODU$PRXQW Condition of Award Contract Goal Box 3 Box 4
5 %\FKHFNLQJ%R[WKH%LGGHULVVWDWLQJWKDWWKHLUDWWHPSWVWRVROLFLWVXႈFLHQW'%(SDUWLFLSDWLRQWRPHHWWKH&2$&RQWUDFWJRDOKDVEHHQXQVXFFHVVIXODQGJRRGIDLWKHႇRUWZLOOEHVXEPLWWHGLQDFFRUGDQFHZLWK6HFWLRQRIWKH&RQWUDFW
EXAMPL
E
A Plus Construction Company
US 395, Spokane City Limits to Stevens County Line - Paving and Safety
356,968.16 1,295,250
A Plus Construction
Company
Prime Asphalt and concrete paving, asphalt milling, preleveling
and pavement repair
N/A 900,000
In the Line Services, Inc. Subcontractor (Force
Account)
Crack sealing 20,000 10,000
In the Line Services, Inc. Subcontractor Guideposts, joint seal, pavement markers, temporary
signage, construction sign installation
200,000 200,000
The
Everything Guys, LLC
Regular Dealer Rental and sales of highway construction and related
equipment and materials
100,000 60,000
Optimus Prime Trucking,
Inc.
Subcontractor Dump Trucking 50,000 50,000
Metalheads, Inc. Manufacturer Dowel Bars 75,000 75,000
Erosion Under Control
Co.
Broker Erosion control blankets, straw bales and wattles, sand bags 15,000 250
DOT Form 422-031
Revised 07/2016
Disadvantaged Business Enterprise (DBE)
Written Confirmation Document
See Contract Provisions: DBE Document Submittal Requirements
Disadvantaged Business Enterprise Participation
THIS FORM SHALL ONLY BE SUBMITTED TO A DBE THAT IS LISTED ON THE CONTRACTOR’S
DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION CERTIFICATION.
THE CONTRACTOR SHALL COMPLETE PART A PRIOR TO SENDING TO THE DBE.
PART A: To be completed by the bidder
The entries below shall be consistent with what is shown on the Bidder’s Disadvantaged Business Enterprise
Utilization Certification. Failure to do so will result in Bid rejection.
Contract Title:
Bidder’s Business Name:
DBE’s Business Name:
Description of DBE’s Work:
Dollar Amount to be Applied Towards DBE Goal:
Dollar Amount to be Subcontracted to DBE*:
*Optional Field
PART B: To be completed by the Disadvantaged Business Enterprise
As an authorized representative of the Disadvantaged Business Enterprise, I confirm that we have been
contacted by the Bidder with regard to the referenced project for the purpose of performing the Work described
above. If the Bidder is awarded the Contract, we will enter into an agreement with the Bidder to participate in
the project consistent with the information provided in Part A of this form.
Name (printed):
Signature:
Title:
Address: Date:
Revised 09/2020
Disadvantaged Business Enterprise (DBE) Bid Item Breakdown Form
1. Contract Number 2. Contract Name
3. Prime Contractor 4. Prime Contractor Representative Name
5. Prime Contractor Representative Phone Number 6. Prime Contractor Representative Email
Column 1
Name of UDBE
(See Instructions)
Column 2
Bid Item #
(See Instructions)
Column 3
Full/Partial
(See Instructions)
Column 4
Quantity
(See Instructions)
Column 5
Description
(See Instructions)
Column 6
Unit Price
(See Instructions)
Column 7
Total Unit
Cost
(See Instructions)
Column 8
Dollar Amount
to be Applied
Towards Goal
(See Instructions)
Subtotal:
Name of UDBE Bid Item # Full/Partial Quantity Description Unit Price
Total Unit
Cost
Dollar Amount
to be Applied
Towards Goal
Subtotal:
Name of UDBE Bid Item # Full/Partial Quantity Description Unit Price
Total Unit
Cost
Dollar Amount
to be Applied
Towards Goal
Subtotal:
Name of UDBE Bid Item # Full/Partial Quantity Description Unit Price
Total Unit
Cost
Dollar Amount
to be Applied
Towards Goal
Subtotal:
TOTAL UDBE Dollar Amount:
DOT Form 272-054
Revised 09/2020
Instructions for Disadvantaged Business Enterprise (DBE) Bid Item Breakdown Form
Box 1: Provide the Contract Number as stated in the project information webpage.
Box 2: Provide the Name of the project as stated in the project information webpage.
Box 3: Provide the Name of the bidder (Proposal holder) submitting Bid.
Box 4: Provide the name of the prime contractor’s representative available to contact regarding this form.
Box 5: Provide the phone number of the prime contractor’s representative available to contact regarding this form.
Box 6: Provide the email of the prime contractor’s representative available to contact regarding this form.
Column 1: Provide the Name of the Disadvantaged Business Enterprise (DBE) Firm. DBE Firms can be found using the
search tools under the Firm Certification section of the Diversity Management and Compliance System
(DMCS) webpage https://wsdot.diversitycompliance.com.
Column 2: Provide the Bid Item Number (as it appears in the engineer’s estimate bid check report) available on the project
information webpage.
Column 3: If the DBE is performing only part of the bid item, mark “Partial”. If the DBE is performing the entire bid item,
mark “Complete”.
Column 4: Provide the estimated quantity for the specific bid item. For trucking firms, use hour or another unit of measure.
Column 5: Provide a description of the work to be performed by the DBE.
Column 6: Provide the price per unit and specify the type of unit used. For trucking firms, use hour or another unit of
measure.
Column 7: Provide the estimated total unit cost amount per bid item.
Column 8: Provide the amount of the bid item being used to fulfil the DBE goal. The work to be performed must
be consistent with the Certified Business Description of the DBE provided in the DMCS webpage https://wsdot.
diversitycompliance.com. Mobilization up to 10% is acceptable. If mobilization is more than 10% additional information
and/or justification may be requested. The total amount shown for each DBE shall match the amount shown on the DBE
Utilization Certification Form.
Use Additional Sheets if necessary.
DOT Form 272-054
APWA-WA Division 1 Committee rev. 1/8/2016
Proposal for Incorporating Recycled Materials into the Project
In compliance with a new law that went into effect January 1, 2016 (SHB1695), the Bidder shall
propose below, the total percent of construction aggregate and concrete materials to be
incorporated into the Project that are recycled materials. Calculated percentages must be within
the amounts allowed in Section 9-03.21(1)E, Table on Maximum Allowable Percent (By Weight)
of Recycled Material, of the Standard Specifications.
Proposed total percentage: _____________________________ percent.
Note: Use of recycled materials is highly encouraged within the limits shown above, but does
not constitute a Bidder Preference, and will not affect the determination of award, unless two or
more lowest responsive Bid totals are exactly equal, in which case proposed recycling
percentages will be used as a tie-breaker, per the APWA GSP in Section 1-03.1 of the Special
Provisions. Regardless, the Bidder’s stated proposed percentages will become a goal the
Contractor should do its best to accomplish. Bidders will be required to report on recycled
materials actually incorporated into the Project, in accordance with the APWA GSP in Section
1-06.6 of the Special Provisions.
Bidder:
Signature of Authorized Official:
Date:
Contractor Certification
Wage Law Compliance - Responsibility Criteria
Washington State Public Works Contracts
FAILURE TO RETURN THIS CERTIFICATION AS PART OF THE BID PROPOSAL PACKAGE WILL
MAKE THIS BID NONRESPONSIVE AND INELIGIBLE FOR AWARD
I hereby certify, under penalty of perjury under the laws of the State of Washington, on behalf of the firm
identified below that, to the best of my knowledge and belief, this firm has NOT been determined by a final
and binding citation and notice of assessment issued by the Washington State Department of Labor and
Industries or through a civil judgment entered by a court of limited or general jurisdiction to have willfully
violated, as defined in RCW 49.48.082, any provision of RCW chapters 49.46, 49.48, or 49.52 within three
(3) years prior to the date of the Call for Bids.
Bidder Name:
Name of Contractor/Bidder - Print full legal entity name of firm
By:
Signature of authorized person Print Name of person making certifications for firm
Title:
Title of person signing certificate
Place:
Print city and state where signed
Date:
Form 272-009
08/2017
Contract Documents
Lake Washington Loop Trail Project
Page 29
December 2020
PROPOSAL SIGNATURE PAGE
By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid
Documents:
Addendum No. Date of Receipt Addendum No. Date of Receipt
1 3
2 4
NOTE: A Proposal may be considered irregular and may be rejected if the receipt of Addenda is not acknowledged.
The Bidder is hereby advised that by signature of this proposal, he/she is deemed to have acknowledged
all requirements and signed all certificates contained herein.
_________________________________________ ____________________________________
[Signature of Authorized Official] * [Business Name]
_________________________________________ ____________________________________
[Printed Name] [Address Line 1]
_________________________________________ ____________________________________
[Title] [Address Line 2]
_________________________________________ ____________________________________
[Date] [Telephone Number]
*NOTE: Evidence of the signatory’s authority to sign the Proposal on behalf of the business entity shall be
submitted with the Bid. Otherwise, the submitted Bid will be considered irregular and non-responsive and
the Bid will be rejected.
NOTE: The address and phone number listed will be used for all communications regarding this Proposal.
Type of business entity (e.g. corporation, partnership, etc.):
____________________________________________
State of Incorporation, or State where business entity was formed:
____________________________________________
Contract Documents
Lake Washington Loop Trail Project
Page 30
December 2020
WA State Contractor’s Registration # ____________________________________________
UBI # ____________________________________________
Industrial Insurance Account # ____________________________________________
Employment Security Department # ____________________________________________
State Excise Tax Registration # ____________________________________________
DUNS # ____________________________________________
The Surety Company which will furnish the required Contract Bond is:
_________________________________________ ____________________________________
[Surety] [Address Line 1]
_________________________________________ ____________________________________
[Telephone Number] [Address Line 2]
SR
Local Agency Proposal Bond
KNOW ALL MEN BY THESE PRESENTS, That we,
of as principal, and the
a corporation duly organized under the laws of the state of , and
authorized to do business in the State of Washington, as surety, are held and firmly bound unto the State
of Washington in the full and penal sum of five ( 5) percent of the total amount of the bid proposal of said
principal for the work hereinafter described, for the payment of which, well and truly to be made, we bind
our heirs, executors, administrators and assigns, and successors and assigns, firmly by these presents.
The condition of this bond is such, that whereas the principal herein is herewith submitting his or
its sealed proposal for the following highway construction, to wit:
said bid and proposal, by reference thereto, being made a part hereof.
NOW, THEREFORE, If the said proposal bid by said principal be accepted, and the contract be
awarded to said principal, and if said principal shall duly make and enter into and execute said contract
and shall furnish bond as required by the within a period of twenty (20) days from and after said
award, exclusive of the day of such award, then this obligation shall be null and void, otherwise it shall
remain and be in full force and effect.
IN TESTIMONY WHEREOF, The principal and surety have caused these presents to be signed
and sealed this __________ day of __________ � __ _
(Principal)
(Surety)
(Attorney-in-fact)
DOT Form 272-001A EF
07/2011
City of Renton
Contract Provisions for
Lake Washington Loop Trail Project
______________________________________________________________________________
IV. AGREEMENT FORMS
DOT Form 272-002A
12/2019
to City of Renton, WA
Bond No. _________
The City of Renton, Washington, (____________) has awarded to _______________________________________ (Principal), a Contract
for the construction of the project designated as ____________________________________________, Project No. _______________,
in ______________________________, Washington (Contract), and said Principal is required under the terms of that Contract to furnish
a bond for performance of all obligations under the Contract.
The Principal, and ______________________________________ (Surety), a corporation organized under the laws of the State of
______________________ and licensed to do business in the State of Washington as surety
ury Dept.,
are jointly and severally held and firmly bound to the ________________________________, in the sum of
_____________________________________________________________________________ US Dollars
($______________________________) Total Contract Amount, subject to the provisions herein.
This statutory performance bond shall become null and void, if and when the Principal, its heirs, executors, administrators, successors, or
d conditions of all
duly authorized modifications, additions, and changes to said Contract that may hereafter be made, at the time and in the manner therein
specified; and if such performance obligations have not been fulfilled, this bond shall remain in full force and effect.
The Surety agrees to indemnify, defend, and protect the _____________ against any claim of direct or indirect loss resulting from the
failure of the Principal, its heirs, executors, administrators, successors, or assigns (or any of the employees, subcontractors, or lower tier
subcontractors of the Principal) to faithfully perform the Contract.
The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the Contract, the specifications
accompanying the Contract, or to the work to be performed under the Contract shall in any way affect its obligation on this bond, and
waives notice of any change, extension of time, alteration or addition to the terms of the Contract or the work performed. The Surety
agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal
shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation.
This bond may be executed in two (2) original counterparts, and shall be sign
only be accepted if it is accompanied by a fully executed and original power of attorney for the officer executing on behalf of the surety.
The Surety agrees to be bound by the laws of the state of Washington and subjected to the jurisdiction of the state of Washington.
PRINCIPAL SURETY
______________________________________
Principal Signature Date Surety Signature Date
Printed Name Printed Name
Title Title
Approved as to form:
X
DOT Form 272-003A EF
12/2019
PUBLIC WORKS PAYMENT BOND
to City of Renton, WA
Bond No. _________
The CITY OF RENTON, Washington, (____________) has awarded to
_______________________________________ (Principal), a Contract for the construction of the project
designated as the Lake Washington Loop Trail Project, Project No. TAP-1070 (008), in Renton, WA,
Washington (Contract), and said Principal is required under the terms of that Contract to furnish a payment
bond in accord with Title 39.08 Revised Code of Washington (RCW) and (where applicable) 60.28 RCW.
The Principal and ______________________________________ (Surety), a corporation organized under
the laws of the State of ______________________ and licensed to do business in the State of Washington
as surety and named in the current list of “Surety Companies Acceptable in Federal Bonds” as published in
the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Dept., are jointly and severally
held and firmly bound to the City, in the sum of
_____________________________________________________________________________ US Dollars
($_______________________________) Total Contract Amount, subject to the provisions herein.
This statutory payment bond shall become null and void, if and when the Principal, its heirs, executors,
administrators, successors, or assigns shall pay all persons in accordance with RCW Titles 60.28, 39.08, and
39.12 including all workers, laborers, mechanics, subcontractors, lower tier subcontractors, and material
suppliers, and all persons who shall supply such contractor or subcontractor with provisions and supplies for
the carrying on of such work, and all taxes incurred on said Contract under Title 50 and 51 RCW and all taxes
imposed on the Principal under Title 82 RCW; and if such payment obligations have not been fulfilled, this
bond shall remain in full force and effect.
The Surety agrees to indemnify, defend, and protect the City against any claim of direct or indirect loss resulting
from the failure of the Principal, its heirs, executors, administrators, successors, or assigns, (or the
subcontractors or lower tier subcontractors of the Principal) to pay all laborers, mechanics, subcontractors,
lower tier subcontractors materialpersons, and all persons who shall supply such contractor or subcontractors
with provisions and supplies for the carrying on of such work.
The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of
the Contract, the specifications accompanying the Contract, or to the work to be performed under the Contract
shall in any way affect its obligation on this bond, except as provided herein, and waives notice of any change,
extension of time, alteration or addition to the terms of the Contract or the work performed. The Surety agrees
that modifications and changes to the terms and conditions of the Contract that increase the total amount to
be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety
is not required for such increased obligation.
This bond may be executed in two (2) original counterparts, and shall be signed by the parties’ duly authorized
officers. This bond will only be accepted if it is accompanied by a fully executed and original power of attorney
for the officer executing on behalf of the surety.
The Surety agrees to be bound by the laws of the state of Washington and subjected to the jurisdiction of the
state of Washington.
PRINCIPAL SURETY
______________________________________
Principal Signature Date Surety Signature Date
Printed Name Printed Name
Title Title
Approved as to form:
_________________________________ Date: _________________________________
City Attorney, City of Renton
Contract Documents
Lake Washington Loop Trail Project
Page 37
December 2020
FAIR PRACTICES AND NON-DISCRIMINATION POLICY DECLARATION
I, by signing the Agreement, hereby declare, under penalty of perjury under the laws of the United
States that the following statements are true and correct:
1.That the undersigned person(s), firm, association or corporation affirms and subscribes to the Fair
Practices and Non-discrimination policies set forth by the law and by City of Renton policy, adopted
by Resolution No. 4085.
2.That by signing the signature page of this Agreement, I am deemed to have signed and to have agreed
to the provisions of this declaration.
City of Renton
Contract Provisions for
Lake Washington Loop Trail Project
______________________________________________________________________________
V. REQUIRED CONTRACT PROVISIONS FOR FEDERAL-AID
CONSTRUCTION CONTRACTS
1
REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS
FHWA-1273 -- Revised May 1, 2012
I. General
II. Nondiscrimination
III. Nonsegregated Facilities
IV. Davis-Bacon and Related Act Provisions
V. Contract Work Hours and Safety Standards Act Provisions
VI. Subletting or Assigning the Contract
VII. Safety: Accident Prevention
VIII. False Statements Concerning Highway Projects
IX. Implementation of Clean Air Act and Federal Water Pollution Control Act
X. Compliance with Governmentwide Suspension and Debarment Requirements
XI. Certification Regarding Use of Contract Funds for Lobbying
ATTACHMENTS
A. Employment and Materials Preference for Appalachian Development Highway System or
Appalachian Local Access Road Contracts (included in Appalachian contracts only)
I. GENERAL
1. Form FHWA-1273 must be physically incorporated in each construction contract funded
under Title 23 (excluding emergency contracts solely intended for debris removal). The
contractor (or subcontractor) must insert this form in each subcontract and further require its
inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other
agreements for supplies or services).
The applicable requirements of Form FHWA-1273 are incorporated by reference for work done
under any purchase order, rental agreement or agreement for other services. The prime
contractor shall be responsible for compliance by any subcontractor, lower-tier subcontractor or
service provider.
Form FHWA-1273 must be included in all Federal-aid design-build contracts, in all subcontracts
and in lower tier subcontracts (excluding subcontracts for design services, purchase orders,
rental agreements and other agreements for supplies or services). The design-builder shall be
responsible for compliance by any subcontractor, lower-tier subcontractor or service provider.
Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal
documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in
all contracts, subcontracts and lower-tier subcontracts (excluding purchase orders, rental
agreements and other agreements for supplies or services related to a construction contract).
2. Subject to the applicability criteria noted in the following sections, these contract provisions
shall apply to all work performed on the contract by the contractor's own organization and with
2
the assistance of workers under the contractor's immediate superintendence and to all work
performed on the contract by piecework, station work, or by subcontract.
3. A breach of any of the stipulations contained in these Required Contract Provisions may be
sufficient grounds for withholding of progress payments, withholding of final payment,
termination of the contract, suspension / debarment or any other action determined to be
appropriate by the contracting agency and FHWA.
4. Selection of Labor: During the performance of this contract, the contractor shall not use
convict labor for any purpose within the limits of a construction project on a Federal-aid highway
unless it is labor performed by convicts who are on parole, supervised release, or probation.
The term Federal-aid highway does not include roadways functionally classified as local roads
or rural minor collectors.
II. NONDISCRIMINATION
The provisions of this section related to 23 CFR Part 230 are applicable to all Federal-aid
construction contracts and to all related construction subcontracts of $10,000 or more. The
provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or
architectural service contracts.
In addition, the contractor and all subcontractors must comply with the following policies:
Executive Order 11246, 41 CFR 60, 29 CFR 1625-1627, Title 23 USC Section 140, the
Rehabilitation Act of 1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as
amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts
200, 230, and 633.
The contractor and all subcontractors must comply with: the requirements of the Equal
Opportunity Clause in 41 CFR 60-1.4(b) and, for all construction contracts exceeding $10,000,
the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41
CFR 60-4.3.
Note: The U.S. Department of Labor has exclusive authority to determine compliance with
Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR 60, and 29
CFR 1625-1627. The contracting agency and the FHWA have the authority and the
responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Act of
1973, as amended (29 USC 794), and Title VI of the Civil Rights Act of 1964, as amended, and
related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633.
The following provision is adopted from 23 CFR 230, Appendix A, with appropriate revisions to
conform to the U.S. Department of Labor (US DOL) and FHWA requirements.
1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to
discriminate and to take affirmative action to assure equal opportunity as set forth under laws,
executive orders, rules, regulations (28 CFR 35, 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60
and 49 CFR 27) and orders of the Secretary of Labor as modified by the provisions prescribed
herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative
action standards for the contractor's project activities under this contract. The provisions of the
Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35
and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this
3
contract, the contractor agrees to comply with the following minimum specific requirement
activities of EEO:
a. The contractor will work with the contracting agency and the Federal Government to ensure
that it has made every good faith effort to provide equal opportunity with respect to all of its
terms and conditions of employment and in their review of activities under the contract.
b. The contractor will accept as its operating policy the following statement:
"It is the policy of this Company to assure that applicants are employed, and that employees
are treated during employment, without regard to their race, religion, sex, color, national origin,
age or disability. Such action shall include: employment, upgrading, demotion, or transfer;
recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of
compensation; and selection for training, including apprenticeship, pre-apprenticeship, and/or
on-the-job training."
2. EEO Officer: The contractor will designate and make known to the contracting officers an
EEO Officer who will have the responsibility for and must be capable of effectively administering
and promoting an active EEO program and who must be assigned adequate authority and
responsibility to do so.
3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire,
supervise, promote, and discharge employees, or who recommend such action, or who are
substantially involved in such action, will be made fully cognizant of, and will implement, the
contractor's EEO policy and contractual responsibilities to provide EEO in each grade and
classification of employment. To ensure that the above agreement will be met, the following
actions will be taken as a minimum:
a. Periodic meetings of supervisory and personnel office employees will be conducted before
the start of work and then not less often than once every six months, at which time the
contractor's EEO policy and its implementation will be reviewed and explained. The meetings
will be conducted by the EEO Officer.
b. All new supervisory or personnel office employees will be given a thorough indoctrination
by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty
days following their reporting for duty with the contractor.
c. All personnel who are engaged in direct recruitment for the project will be instructed by the
EEO Officer in the contractor's procedures for locating and hiring minorities and women.
d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily
accessible to employees, applicants for employment and potential employees.
e. The contractor's EEO policy and the procedures to implement such policy will be brought to
the attention of employees by means of meetings, employee handbooks, or other appropriate
means.
4. Recruitment: When advertising for employees, the contractor will include in all
advertisements for employees the notation: "An Equal Opportunity Employer." All such
advertisements will be placed in publications having a large circulation among minorities and
women in the area from which the project work force would normally be derived.
4
a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic
and direct recruitment through public and private employee referral sources likely to yield
qualified minorities and women. To meet this requirement, the contractor will identify sources of
potential minority group employees, and establish with such identified sources procedures
whereby minority and women applicants may be referred to the contractor for employment
consideration.
b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring
hall referrals, the contractor is expected to observe the provisions of that agreement to the
extent that the system meets the contractor's compliance with EEO contract provisions. Where
implementation of such an agreement has the effect of discriminating against minorities or
women, or obligates the contractor to do the same, such implementation violates Federal
nondiscrimination provisions.
c. The contractor will encourage its present employees to refer minorities and women as
applicants for employment. Information and procedures with regard to referring such applicants
will be discussed with employees.
5. Personnel Actions: Wages, working conditions, and employee benefits shall be established
and administered, and personnel actions of every type, including hiring, upgrading, promotion,
transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion,
sex, national origin, age or disability. The following procedures shall be followed:
a. The contractor will conduct periodic inspections of project sites to insure that working
conditions and employee facilities do not indicate discriminatory treatment of project site
personnel.
b. The contractor will periodically evaluate the spread of wages paid within each classification
to determine any evidence of discriminatory wage practices.
c. The contractor will periodically review selected personnel actions in depth to determine
whether there is evidence of discrimination. Where evidence is found, the contractor will
promptly take corrective action. If the review indicates that the discrimination may extend
beyond the actions reviewed, such corrective action shall include all affected persons.
d. The contractor will promptly investigate all complaints of alleged discrimination made to the
contractor in connection with its obligations under this contract, will attempt to resolve such
complaints, and will take appropriate corrective action within a reasonable time. If the
investigation indicates that the discrimination may affect persons other than the complainant,
such corrective action shall include such other persons. Upon completion of each investigation,
the contractor will inform every complainant of all of their avenues of appeal.
6. Training and Promotion:
a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and
women who are applicants for employment or current employees. Such efforts should be aimed
at developing full journey level status employees in the type of trade or job classification
involved.
5
b. Consistent with the contractor's work force requirements and as permissible under Federal
and State regulations, the contractor shall make full use of training programs, i.e.,
apprenticeship, and on-the-job training programs for the geographical area of contract
performance. In the event a special provision for training is provided under this contract, this
subparagraph will be superseded as indicated in the special provision. The contracting agency
may reserve training positions for persons who receive welfare assistance in accordance with
23 U.S.C. 140(a).
c. The contractor will advise employees and applicants for employment of available training
programs and entrance requirements for each.
d. The contractor will periodically review the training and promotion potential of employees
who are minorities and women and will encourage eligible employees to apply for such training
and promotion.
7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the
contractor will use good faith efforts to obtain the cooperation of such unions to increase
opportunities for minorities and women. Actions by the contractor, either directly or through a
contractor's association acting as agent, will include the procedures set forth below:
a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint
training programs aimed toward qualifying more minorities and women for membership in the
unions and increasing the skills of minorities and women so that they may qualify for higher
paying employment.
b. The contractor will use good faith efforts to incorporate an EEO clause into each union
agreement to the end that such union will be contractually bound to refer applicants without
regard to their race, color, religion, sex, national origin, age or disability.
c. The contractor is to obtain information as to the referral practices and policies of the labor
union except that to the extent such information is within the exclusive possession of the labor
union and such labor union refuses to furnish such information to the contractor, the contractor
shall so certify to the contracting agency and shall set forth what efforts have been made to
obtain such information.
d. In the event the union is unable to provide the contractor with a reasonable flow of referrals
within the time limit set forth in the collective bargaining agreement, the contractor will, through
independent recruitment efforts, fill the employment vacancies without regard to race, color,
religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or
qualifiable minorities and women. The failure of a union to provide sufficient referrals (even
though it is obligated to provide exclusive referrals under the terms of a collective bargaining
agreement) does not relieve the contractor from the requirements of this paragraph. In the
event the union referral practice prevents the contractor from meeting the obligations pursuant
to Executive Order 11246, as amended, and these special provisions, such contractor shall
immediately notify the contracting agency.
8. Reasonable Accommodation for Applicants / Employees with Disabilities: The
contractor must be familiar with the requirements for and comply with the Americans with
Disabilities Act and all rules and regulations established there under. Employers must provide
reasonable accommodation in all employment activities unless to do so would cause an undue
hardship.
6
9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The
contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age
or disability in the selection and retention of subcontractors, including procurement of materials
and leases of equipment. The contractor shall take all necessary and reasonable steps to
ensure nondiscrimination in the administration of this contract.
a. The contractor shall notify all potential subcontractors and suppliers and lessors of their
EEO obligations under this contract.
b. The contractor will use good faith efforts to ensure subcontractor compliance with their
EEO obligations.
10. Assurance Required by 49 CFR 26.13(b):
a. The requirements of 49 CFR Part 26 and the State DOT’s U.S. DOT-approved DBE
program are incorporated by reference.
b. The contractor or subcontractor shall not discriminate on the basis of race, color, national
origin, or sex in the performance of this contract. The contractor shall carry out applicable
requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts.
Failure by the contractor to carry out these requirements is a material breach of this contract,
which may result in the termination of this contract or such other remedy as the contracting
agency deems appropriate.
11. Records and Reports: The contractor shall keep such records as necessary to document
compliance with the EEO requirements. Such records shall be retained for a period of three
years following the date of the final payment to the contractor for all contract work and shall be
available at reasonable times and places for inspection by authorized representatives of the
contracting agency and the FHWA.
a. The records kept by the contractor shall document the following:
(1) The number and work hours of minority and non-minority group members and women
employed in each work classification on the project;
(2) The progress and efforts being made in cooperation with unions, when applicable, to
increase employment opportunities for minorities and women; and
(3) The progress and efforts being made in locating, hiring, training, qualifying, and
upgrading minorities and women;
b. The contractors and subcontractors will submit an annual report to the contracting agency
each July for the duration of the project, indicating the number of minority, women, and non-
minority group employees currently engaged in each work classification required by the contract
work. This information is to be reported on Form FHWA-1391. The staffing data should
represent the project work force on board in all or any part of the last payroll period preceding
the end of July. If on-the-job training is being required by special provision, the contractor will
be required to collect and report training data. The employment data should reflect the work
force on board during all or any part of the last payroll period preceding the end of July.
7
III. NONSEGREGATED FACILITIES
This provision is applicable to all Federal-aid construction contracts and to all related
construction subcontracts of $10,000 or more.
The contractor must ensure that facilities provided for employees are provided in such a manner
that segregation on the basis of race, color, religion, sex, or national origin cannot result. The
contractor may neither require such segregated use by written or oral policies nor tolerate such
use by employee custom. The contractor's obligation extends further to ensure that its
employees are not assigned to perform their services at any location, under the contractor's
control, where the facilities are segregated. The term "facilities" includes waiting rooms, work
areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms,
and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment
areas, transportation, and housing provided for employees. The contractor shall provide
separate or single-user restrooms and necessary dressing or sleeping areas to assure privacy
between sexes.
IV. DAVIS-BACON AND RELATED ACT PROVISIONS
This section is applicable to all Federal-aid construction projects exceeding $2,000 and to all
related subcontracts and lower-tier subcontracts (regardless of subcontract size). The
requirements apply to all projects located within the right-of-way of a roadway that is functionally
classified as Federal-aid highway. This excludes roadways functionally classified as local roads
or rural minor collectors, which are exempt. Contracting agencies may elect to apply these
requirements to other projects.
The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5
“Contract provisions and related matters” with minor revisions to conform to the FHWA-1273
format and FHWA program requirements.
1. Minimum wages
a. All laborers and mechanics employed or working upon the site of the work, will be paid
unconditionally and not less often than once a week, and without subsequent deduction or
rebate on any account (except such payroll deductions as are permitted by regulations issued
by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages
and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at
rates not less than those contained in the wage determination of the Secretary of Labor which is
attached hereto and made a part hereof, regardless of any contractual relationship which may
be alleged to exist between the contractor and such laborers and mechanics.
Contributions made or costs reasonably anticipated for bona fide fringe benefits under section
1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to
such laborers or mechanics, subject to the provisions of paragraph 1.d. of this section; also,
regular contributions made or costs incurred for more than a weekly period (but not less often
than quarterly) under plans, funds, or programs which cover the particular weekly period, are
deemed to be constructively made or incurred during such weekly period. Such laborers and
8
mechanics shall be paid the appropriate wage rate and fringe benefits on the wage
determination for the classification of work actually performed, without regard to skill, except as
provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one
classification may be compensated at the rate specified for each classification for the time
actually worked therein: Provided, That the employer's payroll records accurately set forth the
time spent in each classification in which work is performed. The wage determination (including
any additional classification and wage rates conformed under paragraph 1.b. of this section) and
the Davis-Bacon poster (WH–1321) shall be posted at all times by the contractor and its
subcontractors at the site of the work in a prominent and accessible place where it can be easily
seen by the workers.
b. (1) The contracting officer shall require that any class of laborers or mechanics, including
helpers, which is not listed in the wage determination and which is to be employed under the
contract shall be classified in conformance with the wage determination. The contracting officer
shall approve an additional classification and wage rate and fringe benefits therefore only when
the following criteria have been met:
(i) The work to be performed by the classification requested is not performed by a
classification in the wage determination; and
(ii) The classification is utilized in the area by the construction industry; and
(iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable
relationship to the wage rates contained in the wage determination.
(2) If the contractor and the laborers and mechanics to be employed in the classification (if
known), or their representatives, and the contracting officer agree on the classification and
wage rate (including the amount designated for fringe benefits where appropriate), a report of
the action taken shall be sent by the contracting officer to the Administrator of the Wage and
Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington,
DC 20210. The Administrator, or an authorized representative, will approve, modify, or
disapprove every additional classification action within 30 days of receipt and so advise the
contracting officer or will notify the contracting officer within the 30-day period that additional
time is necessary.
(3) In the event the contractor, the laborers or mechanics to be employed in the classification
or their representatives, and the contracting officer do not agree on the proposed classification
and wage rate (including the amount designated for fringe benefits, where appropriate), the
contracting officer shall refer the questions, including the views of all interested parties and the
recommendation of the contracting officer, to the Wage and Hour Administrator for
determination. The Wage and Hour Administrator, or an authorized representative, will issue a
determination within 30 days of receipt and so advise the contracting officer or will notify the
contracting officer within the 30-day period that additional time is necessary.
(4) The wage rate (including fringe benefits where appropriate) determined pursuant to
paragraphs 1.b.(2) or 1.b.(3) of this section, shall be paid to all workers performing work in the
classification under this contract from the first day on which work is performed in the
classification.
9
c. Whenever the minimum wage rate prescribed in the contract for a class of laborers or
mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor
shall either pay the benefit as stated in the wage determination or shall pay another bona fide
fringe benefit or an hourly cash equivalent thereof.
d. If the contractor does not make payments to a trustee or other third person, the contractor
may consider as part of the wages of any laborer or mechanic the amount of any costs
reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided,
That the Secretary of Labor has found, upon the written request of the contractor, that the
applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may
require the contractor to set aside in a separate account assets for the meeting of obligations
under the plan or program.
2. Withholding
The contracting agency shall upon its own action or upon written request of an authorized
representative of the Department of Labor, withhold or cause to be withheld from the contractor
under this contract, or any other Federal contract with the same prime contractor, or any other
federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held
by the same prime contractor, so much of the accrued payments or advances as may be
considered necessary to pay laborers and mechanics, including apprentices, trainees, and
helpers, employed by the contractor or any subcontractor the full amount of wages required by
the contract. In the event of failure to pay any laborer or mechanic, including any apprentice,
trainee, or helper, employed or working on the site of the work, all or part of the wages required
by the contract, the contracting agency may, after written notice to the contractor, take such
action as may be necessary to cause the suspension of any further payment, advance, or
guarantee of funds until such violations have ceased.
3. Payrolls and basic records
a. Payrolls and basic records relating thereto shall be maintained by the contractor during the
course of the work and preserved for a period of three years thereafter for all laborers and
mechanics working at the site of the work. Such records shall contain the name, address, and
social security number of each such worker, his or her correct classification, hourly rates of
wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or
cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act),
daily and weekly number of hours worked, deductions made and actual wages paid. Whenever
the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or
mechanic include the amount of any costs reasonably anticipated in providing benefits under a
plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall
maintain records which show that the commitment to provide such benefits is enforceable, that
the plan or program is financially responsible, and that the plan or program has been
communicated in writing to the laborers or mechanics affected, and records which show the
costs anticipated or the actual cost incurred in providing such benefits. Contractors employing
apprentices or trainees under approved programs shall maintain written evidence of the
registration of apprenticeship programs and certification of trainee programs, the registration of
the apprentices and trainees, and the ratios and wage rates prescribed in the applicable
programs.
10
b. (1) The contractor shall submit weekly for each week in which any contract work is
performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out
accurately and completely all of the information required to be maintained under 29 CFR
5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included
on weekly transmittals. Instead the payrolls shall only need to include an individually identifying
number for each employee ( e.g. , the last four digits of the employee's social security number).
The required weekly payroll information may be submitted in any form desired. Optional Form
WH–347 is available for this purpose from the Wage and Hour Division Web site at
http://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The prime contractor is
responsible for the submission of copies of payrolls by all subcontractors. Contractors and
subcontractors shall maintain the full social security number and current address of each
covered worker, and shall provide them upon request to the contracting agency for transmission
to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for
purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a
violation of this section for a prime contractor to require a subcontractor to provide addresses
and social security numbers to the prime contractor for its own records, without weekly
submission to the contracting agency..
(2) Each payroll submitted shall be accompanied by a “Statement of Compliance,” signed by the
contractor or subcontractor or his or her agent who pays or supervises the payment of the
persons employed under the contract and shall certify the following:
(i) That the payroll for the payroll period contains the information required to be provided
under §5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being
maintained under §5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is
correct and complete;
(ii) That each laborer or mechanic (including each helper, apprentice, and trainee)
employed on the contract during the payroll period has been paid the full weekly wages
earned, without rebate, either directly or indirectly, and that no deductions have been made
either directly or indirectly from the full wages earned, other than permissible deductions as
set forth in Regulations, 29 CFR part 3;
(iii) That each laborer or mechanic has been paid not less than the applicable wage rates
and fringe benefits or cash equivalents for the classification of work performed, as specified
in the applicable wage determination incorporated into the contract.
(3) The weekly submission of a properly executed certification set forth on the reverse side of
Optional Form WH–347 shall satisfy the requirement for submission of the “Statement of
Compliance” required by paragraph 3.b.(2) of this section.
(4) The falsification of any of the above certifications may subject the contractor or
subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of
title 31 of the United States Code.
c. The contractor or subcontractor shall make the records required under paragraph 3.a. of this
section available for inspection, copying, or transcription by authorized representatives of the
contracting agency, the State DOT, the FHWA, or the Department of Labor, and shall permit
such representatives to interview employees during working hours on the job. If the contractor
or subcontractor fails to submit the required records or to make them available, the FHWA may,
11
after written notice to the contractor, the contracting agency or the State DOT, take such action
as may be necessary to cause the suspension of any further payment, advance, or guarantee of
funds. Furthermore, failure to submit the required records upon request or to make such records
available may be grounds for debarment action pursuant to 29 CFR 5.12.
4. Apprentices and trainees
a. Apprentices (programs of the USDOL).
Apprentices will be permitted to work at less than the predetermined rate for the work they
performed when they are employed pursuant to and individually registered in a bona fide
apprenticeship program registered with the U.S. Department of Labor, Employment and
Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with
a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her
first 90 days of probationary employment as an apprentice in such an apprenticeship program,
who is not individually registered in the program, but who has been certified by the Office of
Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency
(where appropriate) to be eligible for probationary employment as an apprentice.
The allowable ratio of apprentices to journeymen on the job site in any craft classification shall
not be greater than the ratio permitted to the contractor as to the entire work force under the
registered program. Any worker listed on a payroll at an apprentice wage rate, who is not
registered or otherwise employed as stated above, shall be paid not less than the applicable
wage rate on the wage determination for the classification of work actually performed. In
addition, any apprentice performing work on the job site in excess of the ratio permitted under
the registered program shall be paid not less than the applicable wage rate on the wage
determination for the work actually performed. Where a contractor is performing construction on
a project in a locality other than that in which its program is registered, the ratios and wage rates
(expressed in percentages of the journeyman's hourly rate) specified in the contractor's or
subcontractor's registered program shall be observed.
Every apprentice must be paid at not less than the rate specified in the registered program for
the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate
specified in the applicable wage determination. Apprentices shall be paid fringe benefits in
accordance with the provisions of the apprenticeship program. If the apprenticeship program
does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits
listed on the wage determination for the applicable classification. If the Administrator determines
that a different practice prevails for the applicable apprentice classification, fringes shall be paid
in accordance with that determination.
In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State
Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship
program, the contractor will no longer be permitted to utilize apprentices at less than the
applicable predetermined rate for the work performed until an acceptable program is approved.
b. Trainees (programs of the USDOL).
Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the
predetermined rate for the work performed unless they are employed pursuant to and
12
individually registered in a program which has received prior approval, evidenced by formal
certification by the U.S. Department of Labor, Employment and Training Administration.
The ratio of trainees to journeymen on the job site shall not be greater than permitted under the
plan approved by the Employment and Training Administration.
Every trainee must be paid at not less than the rate specified in the approved program for the
trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified
in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with
the provisions of the trainee program. If the trainee program does not mention fringe benefits,
trainees shall be paid the full amount of fringe benefits listed on the wage determination unless
the Administrator of the Wage and Hour Division determines that there is an apprenticeship
program associated with the corresponding journeyman wage rate on the wage determination
which provides for less than full fringe benefits for apprentices. Any employee listed on the
payroll at a trainee rate who is not registered and participating in a training plan approved by the
Employment and Training Administration shall be paid not less than the applicable wage rate on
the wage determination for the classification of work actually performed. In addition, any trainee
performing work on the job site in excess of the ratio permitted under the registered program
shall be paid not less than the applicable wage rate on the wage determination for the work
actually performed.
In the event the Employment and Training Administration withdraws approval of a training
program, the contractor will no longer be permitted to utilize trainees at less than the applicable
predetermined rate for the work performed until an acceptable program is approved.
c. Equal employment opportunity. The utilization of apprentices, trainees and journeymen
under this part shall be in conformity with the equal employment opportunity requirements of
Executive Order 11246, as amended, and 29 CFR part 30.
d. Apprentices and Trainees (programs of the U.S. DOT).
Apprentices and trainees working under apprenticeship and skill training programs which have
been certified by the Secretary of Transportation as promoting EEO in connection with Federal-
aid highway construction programs are not subject to the requirements of paragraph 4 of this
Section IV. The straight time hourly wage rates for apprentices and trainees under such
programs will be established by the particular programs. The ratio of apprentices and trainees to
journeymen shall not be greater than permitted by the terms of the particular program.
5. Compliance with Copeland Act requirements. The contractor shall comply with the
requirements of 29 CFR part 3, which are incorporated by reference in this contract.
6. Subcontracts. The contractor or subcontractor shall insert Form FHWA-1273 in any
subcontracts and also require the subcontractors to include Form FHWA-1273 in any lower tier
subcontracts. The prime contractor shall be responsible for the compliance by any
subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5.
7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be
grounds for termination of the contract, and for debarment as a contractor and a subcontractor
as provided in 29 CFR 5.12.
13
8. Compliance with Davis-Bacon and Related Act requirements. All rulings and
interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are
herein incorporated by reference in this contract.
9. Disputes concerning labor standards. Disputes arising out of the labor standards
provisions of this contract shall not be subject to the general disputes clause of this contract.
Such disputes shall be resolved in accordance with the procedures of the Department of Labor
set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes
between the contractor (or any of its subcontractors) and the contracting agency, the U.S.
Department of Labor, or the employees or their representatives.
10. Certification of eligibility.
a. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any
person or firm who has an interest in the contractor's firm is a person or firm ineligible to be
awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR
5.12(a)(1).
b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a
Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).
c. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C.
1001.
V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT
The following clauses apply to any Federal-aid construction contract in an amount in excess of
$100,000 and subject to the overtime provisions of the Contract Work Hours and Safety
Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR
5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include
watchmen and guards.
1. Overtime requirements. No contractor or subcontractor contracting for any part of the
contract work which may require or involve the employment of laborers or mechanics shall
require or permit any such laborer or mechanic in any workweek in which he or she is employed
on such work to work in excess of forty hours in such workweek unless such laborer or
mechanic receives compensation at a rate not less than one and one-half times the basic rate of
pay for all hours worked in excess of forty hours in such workweek.
2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of
the clause set forth in paragraph (1.) of this section, the contractor and any subcontractor
responsible therefor shall be liable for the unpaid wages. In addition, such contractor and
subcontractor shall be liable to the United States (in the case of work done under contract for
the District of Columbia or a territory, to such District or to such territory), for liquidated
damages. Such liquidated damages shall be computed with respect to each individual laborer or
mechanic, including watchmen and guards, employed in violation of the clause set forth in
paragraph (1.) of this section, in the sum of $10 for each calendar day on which such individual
14
was required or permitted to work in excess of the standard workweek of forty hours without
payment of the overtime wages required by the clause set forth in paragraph (1.) of this section.
3. Withholding for unpaid wages and liquidated damages. The FHWA or the contacting
agency shall upon its own action or upon written request of an authorized representative of the
Department of Labor withhold or cause to be withheld, from any moneys payable on account of
work performed by the contractor or subcontractor under any such contract or any other Federal
contract with the same prime contractor, or any other federally-assisted contract subject to the
Contract Work Hours and Safety Standards Act, which is held by the same prime contractor,
such sums as may be determined to be necessary to satisfy any liabilities of such contractor or
subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in
paragraph (2.) of this section.
4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses
set forth in paragraph (1.) through (4.) of this section and also a clause requiring the
subcontractors to include these clauses in any lower tier subcontracts. The prime contractor
shall be responsible for compliance by any subcontractor or lower tier subcontractor with the
clauses set forth in paragraphs (1.) through (4.) of this section.
VI. SUBLETTING OR ASSIGNING THE CONTRACT
This provision is applicable to all Federal-aid construction contracts on the National Highway
System.
1. The contractor shall perform with its own organization contract work amounting to not less
than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total
original contract price, excluding any specialty items designated by the contracting agency.
Specialty items may be performed by subcontract and the amount of any such specialty items
performed may be deducted from the total original contract price before computing the amount
of work required to be performed by the contractor's own organization (23 CFR 635.116).
a. The term “perform work with its own organization” refers to workers employed or leased by
the prime contractor, and equipment owned or rented by the prime contractor, with or without
operators. Such term does not include employees or equipment of a subcontractor or lower tier
subcontractor, agents of the prime contractor, or any other assignees. The term may include
payments for the costs of hiring leased employees from an employee leasing firm meeting all
relevant Federal and State regulatory requirements. Leased employees may only be included
in this term if the prime contractor meets all of the following conditions:
(1) the prime contractor maintains control over the supervision of the day-to-day activities of
the leased employees;
(2) the prime contractor remains responsible for the quality of the work of the leased
employees;
(3) the prime contractor retains all power to accept or exclude individual employees from
work on the project; and
15
(4) the prime contractor remains ultimately responsible for the payment of predetermined
minimum wages, the submission of payrolls, statements of compliance and all other Federal
regulatory requirements.
b. "Specialty Items" shall be construed to be limited to work that requires highly specialized
knowledge, abilities, or equipment not ordinarily available in the type of contracting
organizations qualified and expected to bid or propose on the contract as a whole and in
general are to be limited to minor components of the overall contract.
2. The contract amount upon which the requirements set forth in paragraph (1) of Section VI is
computed includes the cost of material and manufactured products which are to be purchased
or produced by the contractor under the contract provisions.
3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by
the firm, has full authority to direct performance of the work in accordance with the contract
requirements, and is in charge of all construction operations (regardless of who performs the
work) and (b) such other of its own organizational resources (supervision, management, and
engineering services) as the contracting officer determines is necessary to assure the
performance of the contract.
4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the
written consent of the contracting officer, or authorized representative, and such consent when
given shall not be construed to relieve the contractor of any responsibility for the fulfillment of
the contract. Written consent will be given only after the contracting agency has assured that
each subcontract is evidenced in writing and that it contains all pertinent provisions and
requirements of the prime contract.
5. The 30% self-performance requirement of paragraph (1) is not applicable to design-build
contracts; however, contracting agencies may establish their own self-performance
requirements.
VII. SAFETY: ACCIDENT PREVENTION
This provision is applicable to all Federal-aid construction contracts and to all related
subcontracts.
1. In the performance of this contract the contractor shall comply with all applicable Federal,
State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall
provide all safeguards, safety devices and protective equipment and take any other needed
actions as it determines, or as the contracting officer may determine, to be reasonably
necessary to protect the life and health of employees on the job and the safety of the public and
to protect property in connection with the performance of the work covered by the contract.
2. It is a condition of this contract, and shall be made a condition of each subcontract, which the
contractor enters into pursuant to this contract, that the contractor and any subcontractor shall
not permit any employee, in performance of the contract, to work in surroundings or under
conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as
determined under construction safety and health standards (29 CFR 1926) promulgated by the
Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety
Standards Act (40 U.S.C. 3704).
16
3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or
authorized representative thereof, shall have right of entry to any site of contract performance to
inspect or investigate the matter of compliance with the construction safety and health
standards and to carry out the duties of the Secretary under Section 107 of the Contract Work
Hours and Safety Standards Act (40 U.S.C.3704).
VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS
This provision is applicable to all Federal-aid construction contracts and to all related
subcontracts.
In order to assure high quality and durable construction in conformity with approved plans and
specifications and a high degree of reliability on statements and representations made by
engineers, contractors, suppliers, and workers on Federal-aid highway projects, it is essential
that all persons concerned with the project perform their functions as carefully, thoroughly, and
honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any
facts related to the project is a violation of Federal law. To prevent any misunderstanding
regarding the seriousness of these and similar acts, Form FHWA-1022 shall be posted on each
Federal-aid highway project (23 CFR 635) in one or more places where it is readily available to
all persons concerned with the project:
18 U.S.C. 1020 reads as follows:
"Whoever, being an officer, agent, or employee of the United States, or of any State or
Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any
false statement, false representation, or false report as to the character, quality, quantity, or cost
of the material used or to be used, or the quantity or quality of the work performed or to be
performed, or the cost thereof in connection with the submission of plans, maps, specifications,
contracts, or costs of construction on any highway or related project submitted for approval to
the Secretary of Transportation; or
Whoever knowingly makes any false statement, false representation, false report or false claim
with respect to the character, quality, quantity, or cost of any work performed or to be
performed, or materials furnished or to be furnished, in connection with the construction of any
highway or related project approved by the Secretary of Transportation; or
Whoever knowingly makes any false statement or false representation as to material fact in
any statement, certificate, or report submitted pursuant to provisions of the Federal-aid Roads
Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented;
Shall be fined under this title or imprisoned not more than 5 years or both."
IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION
CONTROL ACT
This provision is applicable to all Federal-aid construction contracts and to all related
subcontracts.
17
By submission of this bid/proposal or the execution of this contract, or subcontract, as
appropriate, the bidder, proposer, Federal-aid construction contractor, or subcontractor, as
appropriate, will be deemed to have stipulated as follows:
1. That any person who is or will be utilized in the performance of this contract is not prohibited
from receiving an award due to a violation of Section 508 of the Clean Water Act or Section 306
of the Clean Air Act.
2. That the contractor agrees to include or cause to be included the requirements of paragraph
(1) of this Section X in every subcontract, and further agrees to take such action as the
contracting agency may direct as a means of enforcing such requirements.
X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND
VOLUNTARY EXCLUSION
This provision is applicable to all Federal-aid construction contracts, design-build contracts,
subcontracts, lower-tier subcontracts, purchase orders, lease agreements, consultant contracts
or any other covered transaction requiring FHWA approval or that is estimated to cost $25,000
or more – as defined in 2 CFR Parts 180 and 1200.
1. Instructions for Certification – First Tier Participants:
a. By signing and submitting this proposal, the prospective first tier participant is providing the
certification set out below.
b. The inability of a person to provide the certification set out below will not necessarily result
in denial of participation in this covered transaction. The prospective first tier participant shall
submit an explanation of why it cannot provide the certification set out below. The certification or
explanation will be considered in connection with the department or agency's determination
whether to enter into this transaction. However, failure of the prospective first tier participant to
furnish a certification or an explanation shall disqualify such a person from participation in this
transaction.
c. The certification in this clause is a material representation of fact upon which reliance was
placed when the contracting agency determined to enter into this transaction. If it is later
determined that the prospective participant knowingly rendered an erroneous certification, in
addition to other remedies available to the Federal Government, the contracting agency may
terminate this transaction for cause of default.
d. The prospective first tier participant shall provide immediate written notice to the
contracting agency to whom this proposal is submitted if any time the prospective first tier
participant learns that its certification was erroneous when submitted or has become erroneous
by reason of changed circumstances.
e. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant,"
"person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR
Parts 180 and 1200. “First Tier Covered Transactions” refers to any covered transaction
between a grantee or subgrantee of Federal funds and a participant (such as the prime or
18
general contract). “Lower Tier Covered Transactions” refers to any covered transaction under a
First Tier Covered Transaction (such as subcontracts). “First Tier Participant” refers to the
participant who has entered into a covered transaction with a grantee or subgrantee of Federal
funds (such as the prime or general contractor). “Lower Tier Participant” refers any participant
who has entered into a covered transaction with a First Tier Participant or other Lower Tier
Participants (such as subcontractors and suppliers).
f. The prospective first tier participant agrees by submitting this proposal that, should the
proposed covered transaction be entered into, it shall not knowingly enter into any lower tier
covered transaction with a person who is debarred, suspended, declared ineligible, or
voluntarily excluded from participation in this covered transaction, unless authorized by the
department or agency entering into this transaction.
g. The prospective first tier participant further agrees by submitting this proposal that it will
include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and
Voluntary Exclusion-Lower Tier Covered Transactions," provided by the department or
contracting agency, entering into this covered transaction, without modification, in all lower tier
covered transactions and in all solicitations for lower tier covered transactions exceeding the
$25,000 threshold.
h. A participant in a covered transaction may rely upon a certification of a prospective
participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or
voluntarily excluded from the covered transaction, unless it knows that the certification is
erroneous. A participant is responsible for ensuring that its principals are not suspended,
debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of
its principals, as well as the eligibility of any lower tier prospective participants, each participant
may, but is not required to, check the Excluded Parties List System website
(https://www.epls.gov/), which is compiled by the General Services Administration.
i. Nothing contained in the foregoing shall be construed to require the establishment of a
system of records in order to render in good faith the certification required by this clause. The
knowledge and information of the prospective participant is not required to exceed that which is
normally possessed by a prudent person in the ordinary course of business dealings.
j. Except for transactions authorized under paragraph (f) of these instructions, if a participant
in a covered transaction knowingly enters into a lower tier covered transaction with a person
who is suspended, debarred, ineligible, or voluntarily excluded from participation in this
transaction, in addition to other remedies available to the Federal Government, the department
or agency may terminate this transaction for cause or default.
* * * * *
2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion
– First Tier Participants:
a. The prospective first tier participant certifies to the best of its knowledge and belief, that it
and its principals:
(1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or
voluntarily excluded from participating in covered transactions by any Federal department or
agency;
19
(2) Have not within a three-year period preceding this proposal been convicted of or had a
civil judgment rendered against them for commission of fraud or a criminal offense in connection
with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction
or contract under a public transaction; violation of Federal or State antitrust statutes or
commission of embezzlement, theft, forgery, bribery, falsification or destruction of records,
making false statements, or receiving stolen property;
(3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental
entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph
(a)(2) of this certification; and
(4) Have not within a three-year period preceding this application/proposal had one or more
public transactions (Federal, State or local) terminated for cause or default.
b. Where the prospective participant is unable to certify to any of the statements in this
certification, such prospective participant shall attach an explanation to this proposal.
2. Instructions for Certification - Lower Tier Participants:
(Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior
FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200)
a. By signing and submitting this proposal, the prospective lower tier is providing the
certification set out below.
b. The certification in this clause is a material representation of fact upon which reliance was
placed when this transaction was entered into. If it is later determined that the prospective lower
tier participant knowingly rendered an erroneous certification, in addition to other remedies
available to the Federal Government, the department, or agency with which this transaction
originated may pursue available remedies, including suspension and/or debarment.
c. The prospective lower tier participant shall provide immediate written notice to the person
to which this proposal is submitted if at any time the prospective lower tier participant learns that
its certification was erroneous by reason of changed circumstances.
d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant,"
"person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR
Parts 180 and 1200. You may contact the person to which this proposal is submitted for
assistance in obtaining a copy of those regulations. “First Tier Covered Transactions” refers to
any covered transaction between a grantee or subgrantee of Federal funds and a participant
(such as the prime or general contract). “Lower Tier Covered Transactions” refers to any
covered transaction under a First Tier Covered Transaction (such as subcontracts). “First Tier
Participant” refers to the participant who has entered into a covered transaction with a grantee
or subgrantee of Federal funds (such as the prime or general contractor). “Lower Tier
Participant” refers any participant who has entered into a covered transaction with a First Tier
Participant or other Lower Tier Participants (such as subcontractors and suppliers).
e. The prospective lower tier participant agrees by submitting this proposal that, should the
proposed covered transaction be entered into, it shall not knowingly enter into any lower tier
covered transaction with a person who is debarred, suspended, declared ineligible, or
20
voluntarily excluded from participation in this covered transaction, unless authorized by the
department or agency with which this transaction originated.
f. The prospective lower tier participant further agrees by submitting this proposal that it will
include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and
Voluntary Exclusion-Lower Tier Covered Transaction," without modification, in all lower tier
covered transactions and in all solicitations for lower tier covered transactions exceeding the
$25,000 threshold.
g. A participant in a covered transaction may rely upon a certification of a prospective
participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or
voluntarily excluded from the covered transaction, unless it knows that the certification is
erroneous. A participant is responsible for ensuring that its principals are not suspended,
debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of
its principals, as well as the eligibility of any lower tier prospective participants, each participant
may, but is not required to, check the Excluded Parties List System website
(https://www.epls.gov/), which is compiled by the General Services Administration.
h. Nothing contained in the foregoing shall be construed to require establishment of a system
of records in order to render in good faith the certification required by this clause. The
knowledge and information of participant is not required to exceed that which is normally
possessed by a prudent person in the ordinary course of business dealings.
i. Except for transactions authorized under paragraph e of these instructions, if a participant in
a covered transaction knowingly enters into a lower tier covered transaction with a person who
is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction,
in addition to other remedies available to the Federal Government, the department or agency
with which this transaction originated may pursue available remedies, including suspension
and/or debarment.
* * * * *
Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--
Lower Tier Participants:
1. The prospective lower tier participant certifies, by submission of this proposal, that neither it
nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible,
or voluntarily excluded from participating in covered transactions by any Federal department or
agency.
2. Where the prospective lower tier participant is unable to certify to any of the statements in
this certification, such prospective participant shall attach an explanation to this proposal.
* * * * *
21
XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING
This provision is applicable to all Federal-aid construction contracts and to all related
subcontracts which exceed $100,000 (49 CFR 20).
1. The prospective participant certifies, by signing and submitting this bid or proposal, to the
best of his or her knowledge and belief, that:
a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the
undersigned, to any person for influencing or attempting to influence an officer or employee of
any Federal agency, a Member of Congress, an officer or employee of Congress, or an
employee of a Member of Congress in connection with the awarding of any Federal contract,
the making of any Federal grant, the making of any Federal loan, the entering into of any
cooperative agreement, and the extension, continuation, renewal, amendment, or modification
of any Federal contract, grant, loan, or cooperative agreement.
b. If any funds other than Federal appropriated funds have been paid or will be paid to any
person for influencing or attempting to influence an officer or employee of any Federal agency, a
Member of Congress, an officer or employee of Congress, or an employee of a Member of
Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the
undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report
Lobbying," in accordance with its instructions.
2. This certification is a material representation of fact upon which reliance was placed when
this transaction was made or entered into. Submission of this certification is a prerequisite for
making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file
the required certification shall be subject to a civil penalty of not less than $10,000 and not more
than $100,000 for each such failure.
3. The prospective participant also agrees by submitting its bid or proposal that the participant
shall require that the language of this certification be included in all lower tier subcontracts,
which exceed $100,000 and that all such recipients shall certify and disclose accordingly.
22
ATTACHMENT A - EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN
DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD
CONTRACTS
This provision is applicable to all Federal-aid projects funded under the Appalachian Regional
Development Act of 1965.
1. During the performance of this contract, the contractor undertaking to do work which is, or
reasonably may be, done as on-site work, shall give preference to qualified persons who
regularly reside in the labor area as designated by the DOL wherein the contract work is
situated, or the subregion, or the Appalachian counties of the State wherein the contract work is
situated, except:
a. To the extent that qualified persons regularly residing in the area are not available.
b. For the reasonable needs of the contractor to employ supervisory or specially experienced
personnel necessary to assure an efficient execution of the contract work.
c. For the obligation of the contractor to offer employment to present or former employees as
the result of a lawful collective bargaining contract, provided that the number of nonresident
persons employed under this subparagraph (1c) shall not exceed 20 percent of the total number
of employees employed by the contractor on the contract work, except as provided in
subparagraph (4) below.
2. The contractor shall place a job order with the State Employment Service indicating (a) the
classifications of the laborers, mechanics and other employees required to perform the contract
work, (b) the number of employees required in each classification, (c) the date on which the
participant estimates such employees will be required, and (d) any other pertinent information
required by the State Employment Service to complete the job order form. The job order may
be placed with the State Employment Service in writing or by telephone. If during the course of
the contract work, the information submitted by the contractor in the original job order is
substantially modified, the participant shall promptly notify the State Employment Service.
3. The contractor shall give full consideration to all qualified job applicants referred to him by
the State Employment Service. The contractor is not required to grant employment to any job
applicants who, in his opinion, are not qualified to perform the classification of work required.
4. If, within one week following the placing of a job order by the contractor with the State
Employment Service, the State Employment Service is unable to refer any qualified job
applicants to the contractor, or less than the number requested, the State Employment Service
will forward a certificate to the contractor indicating the unavailability of applicants. Such
certificate shall be made a part of the contractor's permanent project records. Upon receipt of
this certificate, the contractor may employ persons who do not normally reside in the labor area
to fill positions covered by the certificate, notwithstanding the provisions of subparagraph (1c)
above.
5. The provisions of 23 CFR 633.207(e) allow the contracting agency to provide a contractual
preference for the use of mineral resource materials native to the Appalachian region.
6. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in
every subcontract for work which is, or reasonably may be, done as on-site work.
Amendment to Form FHWA 1273
Revised January 25, 2016
AMENDMENT
REQUIRED CONTRACT PROVISIONS
(Exclusive of Appalachian Contracts)
FEDERAL-AID CONSTRUCTION CONTRACTS
The Federal–Aid provisions are supplemented with the following:
XII. Cargo Preference Act
1. U.S. Department of Transportation Federal Highway Administration memorandum dated
December 11, 2015 requires that all federal-aid highway programs awarded after February
15, 2016 must comply with the Cargo Preference Act and its regulation of 46 CFR 381.7
(a)-(b).
City of Renton
Contract Provisions for
Lake Washington Loop Trail Project
______________________________________________________________________________
VI. SPECIAL PROVISIONS
Lake Washington Loop Trail Table of Contents
i December 2020
CITY OF RENTON
SPECIAL PROVISIONS
Lake Washington Loop Trail Project
INDEX
DIVISION 1 GENERAL REQUIREMENTS ........................................................................... SP-3
1-02 BID PROCEDURES AND CONDITIONS ................................................................. SP-3
1-03 AWARD AND EXECUTION OF CONTRACT......................................................... SP-10
1-04 SCOPE OF WORK ............................................................................................... SP-12
1-05 CONTROL OF WORK ........................................................................................... SP-13
1-06 CONTROL OF MATERIAL .................................................................................... SP-22
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ......................... SP-24
1-08 PROSECUTION AND PROGRESS ....................................................................... SP-51
1-10 TEMPORARY TRAFFIC CONTROL ..................................................................... SP-60
DIVISION 2 EARTHWORK ................................................................................................. SP-63
2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP......................................... SP-63
2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS ......................................... SP-63
2-03 ROADWAY EXCAVATION AND EMBANKMENT ................................................... SP-65
2-04 HAUL .................................................................................................................... SP-65
2-06 SUBGRADE PREPARATION ................................................................................ SP-66
2-09 STRUCTURE EXCAVATION ................................................................................. SP-66
DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS................................................ SP-67
5-04 HOT MIX ASPHALT .............................................................................................. SP-67
DIVISION 6 STRUCTURES ................................................................................................ SP-97
6-02 CONCRETE STRUCTURES ................................................................................. SP-97
6-06 BRIDGE RAILINGS ............................................................................................... SP-98
6-07 PAINTING ............................................................................................................. SP-99
DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS,
WATER MAINS, AND CONDUITS .................................................................................... SP-101
7-04 STORM SEWERS ............................................................................................... SP-101
7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS ................................ SP-102
DIVISION 8 MISCELLANEOUS CONSTRUCTION .......................................................... SP-105
8-02 ROADSIDE RESTORATION ............................................................................... SP-105
8-03 IRRIGATION SYSTEMS ..................................................................................... SP-106
8-04 CURBS, GUTTERS, AND SPILLWAYS ............................................................... SP-107
8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES .............................................. SP-107
8-10 GUIDE POSTS ................................................................................................... SP-108
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS ........................................... SP-102
Lake Washington Loop Trail Table of Contents
ii December 2020
8-12 CHAIN LINK FENCE AND WIRE FENCE ............................................................ SP-109
8-14 CEMENT CONCRETE SIDEWALKS ................................................................... SP-109
8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT
TRANSPORATION SYSTEMS, AND ELECTRICAL ............................................ SP-112
8-21 PERMANENT SIGNING ...................................................................................... SP-136
8-22 PAVEMENT MARKING ....................................................................................... SP-137
8-30 RENTON SURVEYING STANDARDS ................................................................. SP-139
DIVISION 9 MATERIALS .................................................................................................. SP-145
9-14 EROSION CONTROL AND ROADSIDE PLANTING ........................................... SP-145
9-28 EROSION CONTROL AND ROADSIDE PLANTING ........................................... SP-147
9-29 ILLUMINATION, SIGNAL, ELECTRICAL ............................................................. SP-148
APPENDIX A – Prevailing Hourly Minimum Wage Rates — to be provided by City
- Washington State Rates
- Federal Rates
APPENDIX B – City of Renton Standard Plans
APPENDIX C – WSDOT Standard Plans
SP-1
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
INTRODUCTION TO THE SPECIAL PROVISIONS
(August 14, 2013 APWA GSP)
The work on this project shall be accomplished in accordance with the Standard Specifications
for Road, Bridge and Municipal Construction, 2020 edition, as issued by the Washington State
Department of Transportation (WSDOT) and the American Public Works Association (APWA),
Washington State Chapter (hereafter “Standard Specifications”). The Standard Specifications,
as modified or supplemented by 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.
The project-specific Special Provisions are not labeled as such. The GSPs are labeled under
the headers of each GSP, with the effective date of the GSP and its source. For example:
(March 8, 2013 APWA GSP)
(April 1, 2013 WSDOT GSP)
(******Renton GSP)
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
Contractor shall obtain copies of these publications, at Contractor’s own expense.
SP-2
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
This page intentionally blank.
SP-3
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
DIVISION 1
GENERAL REQUIREMENTS
DESCRIPTION OF WORK
(March 13, 1995 WSDOT GSP)
Construct the Lake Washington Loop Trail Project. The work includes but is not limited to:
temporary erosion and water pollution control; removal of structures and obstructions;
sawcutting, excavation, pavement grinding, removal of pavement, removal of curb, gutter and
sidewalk; trench excavation and backfilling, installation of stormwater laterals and drainage
systems; traffic island construction, modifications to traffic signal systems; planing pavement,
forming and placement of concrete curb, gutter and sidewalk and wheelchair ramps; pavement
restoration, asphalt overlay, green pavement application, striping; adjustment of utility frames,
grates and covers; irrigation; bridge pedestrian retrofit, bridge railing installation; property
restoration, permanent signing, and all other work necessary to complete the WORK as
specified and shown on the Contract Provisions.
1-02 BID PROCEDURES AND CONDITIONS
1-02.1 PREQUALIFICATION OF BIDDERS
Delete this Section and replace it with the following:
1-02.1 Qualifications of Bidder
(January 24, 2011 APWA GSP)
Before award of a public works contract, a bidder must meet at least the minimum qualifications
of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a
public works project.
1-02.2 Plans and Specifications
(June 27, 2011 APWA GSP)
Delete this Section and replace it with the following:
Information as to where Bid Documents can be obtained or reviewed can be found in the Call
for Bids (Advertisement for Bids) for the work.
After award of the contract, plans and specifications will be issued to the Contractor at no cost
as detailed below:
SP-4
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
To Prime Contractor No. of Sets Basis of Distribution
Reduced plans (11″ x 17″) 2 Furnished automatically upon award.
Contract Provisions 2 Furnished automatically upon award.
Large plans (e.g., 22″ x 34″) 2 Furnished only upon request.
Additional plans and Contract Provisions may be obtained by the Contractor from the source
stated in the Call for Bids, at the Contractor’s own expense.
1-02.6 Preparation of Proposal
(October 1, 2020 APWA GSP)
Supplement this section with the following:
The Bidder shall submit with the Bid a completed Disadvantaged Business Enterprise (DBE)
Utilization Certification, when required by the Special Provisions. For each and every DBE firm
listed on the Bidder’s completed Disadvantaged Business Enterprise Utilization Certification, the
Bidder shall submit written confirmation from that DBE firm that the DBE is in agreement with
the DBE participation commitment that the Bidder has made in the Bidder’s completed
Disadvantaged Business Enterprise Utilization Certification.
WSDOT Form 422 031 (Disadvantaged Business Enterprise Written Confirmation Document) is
to be used for this purpose. Bidder must submit good faith effort documentation only in the
event the bidder’s efforts to solicit sufficient DBE participation have been unsuccessful.
The Bidder shall submit a DBE Bid Item Breakdown form defining the scope of work to be
performed by each DBE listed on the DBE Utilization Certification.
If the Bidder lists a DBE Trucking firm on the DBE Utilization Certification, then the Bidder must
also submit a DBE Trucking Credit Form (WSDOT Form 272-058) documenting how the DBE
Trucking firm will be able to perform the scope of work subcontracted to them.
Directions for delivery of the Disadvantaged Business Enterprise Written Confirmation
Documents, Disadvantaged Business Enterprise Good Faith Effort documentation, DBE Bid
Item Breakdown Form and the DBE Trucking Credit Form are included in Section 1-02.9.
1-02.6(1) Recycled Materials Proposal
(January 4, 2016 APWA GSP)
The Bidder shall submit with the Bid, its proposal for incorporating recycled materials into the
project, using the form provided in the Contract Provisions.
1-02.9 Delivery of Proposal
(October 1, 2020 APWA GSP, Option A)
Delete this section and replace it with the following:
SP-5
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Each Proposal shall be submitted in a sealed envelope, with the Project Name and Project
Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as
otherwise required in the Bid Documents, to ensure proper handling and delivery. To be
considered responsive on a FHWA-funded project, the Bidder may be required to submit the
following items, as required by Section 1-02.6:
1. DBE Written Confirmation Document from each DBE firm listed on the Bidder’s
completed DBE Utilization Certification (WSDOT 272-056)
2. Good Faith Effort (GFE) Documentation
3. DBE Bid Item Breakdown (WSDOT 272-054)
4. DBE Trucking Credit Form (WSDOT 272-058)
These documents, if applicable, shall be received either with the Bid Proposal or as a
supplement to the Bid. These documents shall be received no later than 48 hours (not including
Saturdays, Sundays and Holidays) after the time for delivery of the Bid Proposal.
If submitted after the Bid Proposal is due, the document(s) must be submitted in a sealed
envelope labeled the same as for the Proposal, with “Supplemental Information” added. All
other information required to be submitted with the Bid Proposal must be submitted with the Bid
Proposal itself, at the time stated in the Call for Bids.
Proposals that are received as required will be publicly opened and read as specified in Section
1-02.12. The Contracting Agency will not open or consider any Bid Proposal that is received
after the time specified in the Call for Bids for receipt of Bid Proposals, or received in a location
other than that specified in the Call for Bids. The Contracting Agency will not open or consider
any “Supplemental Information” (DBE confirmations, or GFE documentation) that is received
after the time specified above, or received in a location other than that specified in the Call for
Bids. If an emergency or unanticipated event interrupts normal work processes of the
Contracting Agency so that Proposals cannot be received at the office designated for receipt of
bids as specified in Section 1-02.12 the time specified for receipt of the Proposal will be deemed
to be extended to the same time of day specified in the solicitation on the first work day on
which the normal work processes of the Contracting Agency resume.
1-02.10 Withdrawing, Revising, or Supplementing Proposal
(July 23, 2015 APWA GSP)
Delete this section, and replace it with the following:
After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw,
revise, or supplement it if:
The Bidder submits a written request signed by an authorized person and physically delivers it
to the place designated for receipt of Bid Proposals, and The Contracting Agency receives the
request before the time set for receipt of Bid Proposals, and The revised or supplemented Bid
Proposal (if any) is received by the Contracting Agency before the time set for receipt of Bid
Proposals.
SP-6
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
If the Bidder’s request to withdraw, revise, or supplement its Bid Proposal is received before the
time set for receipt of Bid Proposals, the Contracting Agency will return the unopened Proposal
package to the Bidder. The Bidder must then submit the revised or supplemented package in its
entirety. If the Bidder does not submit a revised or supplemented package, then its bid shall be
considered withdrawn.
Late revised or supplemented Bid Proposals or late withdrawal requests will be date recorded
by the Contracting Agency and returned unopened. Mailed, emailed, or faxed requests to
withdraw, revise, or supplement a Bid Proposal are not acceptable.
1-02.13 Irregular Proposals
(October 1, 2020 APWA GSP)
Delete this section and replace it with the following:
Proposal will be considered irregular and will be rejected if:
· The Bidder is not prequalified when so required;
· The authorized Proposal form furnished by the Contracting Agency is not used or is
altered;
· The completed Proposal form contains any unauthorized additions, deletions,
alternate Bids, or conditions; The Bidder adds provisions reserving the right to reject
or accept the award, or enter into the Contract;
· A price per unit cannot be determined from the Bid Proposal;
· The Proposal form is not properly executed; The Bidder fails to submit or properly
complete a Subcontractor list, if applicable, as required in Section 1-02.6; The Bidder
fails to submit or properly complete a Disadvantaged Business Enterprise
Certification, if applicable, as required in Section 1-02.6;
· The Bidder fails to submit written confirmation from each DBE firm listed on the
Bidder’s completed DBE Utilization Certification that they are in agreement with the
bidder’s DBE participation commitment, if applicable, as required in Section 1-02.6,
or if the written confirmation that is submitted fails to meet the requirements of the
Special Provisions; The Bidder fails to submit DBE Good Faith Effort documentation,
if applicable, as required in Section 1-02.6, or if the documentation that is submitted
fails to demonstrate that a Good Faith Effort to meet the Condition of Award was
made;
· The Bidder fails to submit a DBE Bid Item Breakdown form, if applicable, as required
in Section 1-02.6, or if the documentation that is submitted fails to meet the
requirements of the Special Provisions;
· The Bidder fails to submit DBE Trucking Credit Forms, if applicable, as required in
Section 1-02.6, or if the documentation that is submitted fails to meet the
requirements of the Special Provisions;
SP-7
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
· The Bid Proposal does not constitute a definite and unqualified offer to meet the
material terms of the Bid invitation; or More than one Proposal is submitted for the
same project from a Bidder under the same or different names.
A Proposal may be considered irregular and may be rejected if:
· The Proposal does not include a unit price for every Bid item;
· Any of the unit prices are excessively unbalanced (either above or below the amount
of a reasonable Bid) to the potential detriment of the Contracting Agency; Receipt of
Addenda is not acknowledged;
· A member of a joint venture or partnership and the joint venture or partnership
submit Proposals for the same project (in such an instance, both Bids may be
rejected); or If Proposal form entries are not made in ink.
1-02.14 Disqualification of Bidders
(May 17, 2018 APWA GSP, Option B)
Delete this section and replace it with the following:
A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder
responsibility criteria in RCW 39.04.350(1), as amended; or does not meet Supplemental
Criteria 1-7 listed in this Section.
The Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility
criteria in RCW 39.04.350(1), and Supplemental Criteria 1-2. Evidence that the Bidder meets
Supplemental Criteria 3-7 shall be provided by the Bidder as stated later in this Section.
1. Delinquent State Taxes
a. Criterion: The Bidder shall not owe delinquent taxes to the Washington State
Department of Revenue without a payment plan approved by the Department of
Revenue.
b. Documentation: The Bidder, if and when required as detailed below, shall sign a
statement (on a form to be provided by the Contracting Agency) that the Bidder does
not owe delinquent taxes to the Washington State Department of Revenue, or if
delinquent taxes are owed to the Washington State Department of Revenue, the
Bidder must submit a written payment plan approved by the Department of Revenue,
to the Contracting Agency by the deadline listed below.
2. Federal Debarment
a. Criterion: The Bidder shall not currently be debarred or suspended by the Federal
government.
b. Documentation: The Bidder shall not be listed as having an “active exclusion” on the
U.S. government’s “System for Award Management” database (www.sam.gov).
3. Subcontractor Responsibility
a. Criterion: The Bidder’s standard subcontract form shall include the subcontractor
responsibility language required by RCW 39.06.020, and the Bidder shall have an
established procedure which it utilizes to validate the responsibility of each of its
SP-8
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
subcontractors. The Bidder’s subcontract form shall also include a requirement that
each of its subcontractors shall have and document a similar procedure to determine
whether the sub-tier subcontractors with whom it contracts are also “responsible”
subcontractors as defined by RCW 39.06.020.
b. Documentation: The Bidder, if and when required as detailed below, shall submit a
copy of its standard subcontract form for review by the Contracting Agency, and a
written description of its procedure for validating the responsibility of subcontractors
with which it contracts.
4. Claims Against Retainage and Bonds
a. Criterion: The Bidder shall not have a record of excessive claims filed against the
retainage or payment bonds for public works projects in the three years prior to the
bid submittal date, that demonstrate a lack of effective management by the Bidder of
making timely and appropriate payments to its subcontractors, suppliers, and
workers, unless there are extenuating circumstances and such circumstances are
deemed acceptable to the Contracting Agency.
b. Documentation: The Bidder, if and when required as detailed below, shall submit a
list of the public works projects completed in the three years prior to the bid submittal
date that have had claims against retainage and bonds and include for each project
the following information:
· Name of project
· The owner and contact information for the owner;
· A list of claims filed against the retainage and/or payment bond for
any of the projects listed;
· A written explanation of the circumstances surrounding each claim
and the ultimate resolution of the claim.
5. Public Bidding Crime
a. Criterion: The Bidder and/or its owners shall not have been convicted of a crime
involving bidding on a public works contract in the five years prior to the bid submittal
date.
b. Documentation: The Bidder, if and when required as detailed below, shall sign a
statement (on a form to be provided by the Contracting Agency) that the Bidder
and/or its owners have not been convicted of a crime involving bidding on a public
works contract.
6. Termination for Cause / Termination for Default
a. Criterion: The Bidder shall not have had any public works contract terminated for
cause or terminated for default by a government agency in the five years prior to the
bid submittal date, unless there are extenuating circumstances and such
circumstances are deemed acceptable to the Contracting Agency.
b. Documentation: The Bidder, if and when required as detailed below, shall sign a
statement (on a form to be provided by the Contracting Agency) that the Bidder has
not had any public works contract terminated for cause or terminated for default by a
government agency in the five years prior to the bid submittal date; or if Bidder was
terminated, describe the circumstances.
SP-9
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
7. Lawsuits
a. Criterion: The Bidder shall not have lawsuits with judgments entered against the
Bidder in the five years prior to the bid submittal date that demonstrate a pattern of
failing to meet the terms of contracts, unless there are extenuating circumstances
and such circumstances are deemed acceptable to the Contracting Agency
b. Documentation: The Bidder, if and when required as detailed below, shall sign a
statement (on a form to be provided by the Contracting Agency) that the Bidder has
not had any lawsuits with judgments entered against the Bidder in the five years prior
to the bid submittal date that demonstrate a pattern of failing to meet the terms of
contracts, or shall submit a list of all lawsuits with judgments entered against the
Bidder in the five years prior to the bid submittal date, along with a written
explanation of the circumstances surrounding each such lawsuit. The Contracting
Agency shall evaluate these explanations to determine whether the lawsuits
demonstrate a pattern of failing to meet of terms of construction related contracts
As evidence that the Bidder meets the Supplemental Criteria stated above, the
apparent low Bidder must submit to the Contracting Agency by 12:00 P.M. (noon) of
the second business day following the bid submittal deadline, a written statement
verifying that the Bidder meets the supplemental criteria together with supporting
documentation (sufficient in the sole judgment of the Contracting Agency)
demonstrating compliance with the Supplemental Criteria. The Contracting Agency
reserves the right to request further documentation as needed from the low Bidder
and documentation from other Bidders as well to assess Bidder responsibility and
compliance with all bidder responsibility criteria. The Contracting Agency also
reserves the right to obtain information from third-parties and independent sources of
information concerning a Bidder’s compliance with the mandatory and supplemental
criteria, and to use that information in their evaluation. The Contracting Agency may
consider mitigating factors in determining whether the Bidder complies with the
requirements of the supplemental criteria.
The basis for evaluation of Bidder compliance with these mandatory and
supplemental criteria shall include any documents or facts obtained by Contracting
Agency (whether from the Bidder or third parties) including but not limited to: (i)
financial, historical, or operational data from the Bidder; (ii) information obtained
directly by the Contracting Agency from others for whom the Bidder has worked, or
other public agencies or private enterprises; and (iii) any additional information
obtained by the Contracting Agency which is believed to be relevant to the matter.
If the Contracting Agency determines the Bidder does not meet the bidder
responsibility criteria above and is therefore not a responsible Bidder, the
Contracting Agency shall notify the Bidder in writing, with the reasons for its
determination. If the Bidder disagrees with this determination, it may appeal the
determination within two (2) business days of the Contracting Agency’s
determination by presenting its appeal and any additional information to the
Contracting Agency. The Contracting Agency will consider the appeal and any
additional information before issuing its final determination. If the final determination
SP-10
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
affirms that the Bidder is not responsible, the Contracting Agency will not execute a
contract with any other Bidder until at least two business days after the Bidder
determined to be not responsible has received the Contracting Agency’s final
determination.
Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders
with concerns about the relevancy or restrictiveness of the Supplemental Bidder
Responsibility Criteria may make or submit requests to the Contracting Agency to
modify the criteria. Such requests shall be in writing, describe the nature of the
concerns, and propose specific modifications to the criteria. Bidders shall submit
such requests to the Contracting Agency no later than five (5) business days prior to
the bid submittal deadline and address the request to the Project Engineer or such
other person designated by the Contracting Agency in the Bid Documents.
1-02.15 Pre Award Information
(August 14, 2013 APWA GSP)
Revise this section to read:
Before awarding any contract, the Contracting Agency may require one or more of these items
or actions of the apparent lowest responsible bidder:
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
and time required for the various phases of the work,
4. A breakdown of costs assigned to any bid item,
5. Attendance 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 or county
where the work is located.
7. 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(1) Identical Bid Totals
(January 4, 2016 APWA GSP)
Revise this section to read:
After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then the
tie-breaker will be the Bidder with an equal lowest bid, that proposed to use the highest
percentage of recycled materials in the Project, per the form submitted with the Bid Proposal. If
SP-11
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
those percentages are also exactly equal, then the tie-breaker will be determined by drawing as
follows: Two or more slips of paper will be marked as follows: one marked “Winner” and the
other(s) marked “unsuccessful.” The slips will be folded to make the marking unseen. The slips
will be placed inside a box. One authorized representative of each Bidder shall draw a slip from
the box. Bidders shall draw in alphabetic order by the name of the firm as registered with the
Washington State Department of Licensing. The slips shall be unfolded and the firm with the slip
marked “Winner” will be determined to be the successful Bidder and eligible for Award of the
Contract. Only those Bidders who submitted a Bid total that is exactly equal to the lowest
responsive Bid, and with a proposed recycled materials percentage that is exactly equal to the
highest proposed recycled materials amount, are eligible to draw.
1-03.3 Execution of Contract
(October 1, 2005 APWA GSP)
Revise this section to read:
Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for
signature by the successful bidder on the first business day following award. The number of
copies to be executed by the Contractor will be determined by the Contracting Agency.
Within 1 0 calendar days after the award date, the successful bidder shall return the signed
Contracting Agency-prepared contract, an insurance certification as required by Section
1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the
contract by the Contracting Agency, the successful bidder shall provide any pre-award
information the Contracting Agency may require under Section 1-02.15.
Until the Contracting Agency executes a contract, no proposal shall bind the Contracting
Agency nor shall any work begin within the project limits or within Contracting Agency-furnished
sites. The Contractor shall bear all risks for any work begun outside such areas and for any
materials ordered before the contract is executed by the Contracting Agency.
If the bidder experiences circumstances beyond their control that prevents return of the contract
documents within the calendar days after the award date stated above, the Contracting Agency
may grant up to a maximum of 10 additional calendar days for return of the documents,
provided the Contracting Agency deems the circumstances warrant it.
1-03.4 Contract Bond
(July 23, 2015 APWA GSP)
Delete the first paragraph and replace it with the following:
The successful bidder shall provide executed payment and performance bond(s) for the full
contract amount. The bond may be a combined payment and performance bond; or be separate
payment and performance bonds. In the case of separate payment and performance bonds,
each shall be for the full contract amount. The bond(s) shall:
1. Be on Contracting Agency-furnished form(s);
SP-12
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
2. Be signed by an approved surety (or sureties) that:
a. Is registered with the Washington State Insurance Commissioner, and
b. Appears on the current Authorized Insurance List in the State of Washington
published by the Office of the Insurance Commissioner,
3. Guarantee that the Contractor will perform and comply with all obligations, duties, and
conditions under the Contract, including but not limited to the duty and obligation to
indemnify, defend, and protect the Contracting Agency against all losses and claims
related directly or indirectly from any failure:
a. Of the Contractor (or any of the employees, subcontractors, or lower tier
subcontractors of the Contractor) to faithfully perform and comply with all contract
obligations, conditions, and duties, or
b. Of the Contractor (or the subcontractors or lower tier subcontractors of the
Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors,
material person, or any other person who provides supplies or provisions for carrying
out the work;
4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the
project under titles 50, 51, and 82 RCW; and
5. Be accompanied by a power of attorney for the Surety’s officer empowered to sign the
bond; and
6. Be signed by an officer of the Contractor empowered to sign official statements (sole
proprietor or partner). If the Contractor is a corporation, the bond(s) must be signed by
the president or vice president, unless accompanied by written proof of the authority of
the individual signing the bond(s) to bind the corporation (i.e., corporate resolution,
power of attorney, or a letter to such effect signed by the president or vice president).
1-03.7 Judicial Review
(November 30, 2018 APWA GSP)
Revise this section to read:
Any decision made by the Contracting Agency regarding the Award and execution of the
Contract or Bid rejection shall be conclusive subject to the scope of judicial review permitted
under Washington Law. Such review, if any, shall be timely filed in the Superior Court of the
county where the Contracting Agency headquarters is located, provided that where an action is
asserted against a county, RCW 36.01.050 shall control venue and jurisdiction.
1-04 SCOPE OF WORK
1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications,
and Addenda
(March 13, 2012 APWA GSP)
Revise the second paragraph to read:
SP-13
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
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,
2. Proposal Form,
3. Special Provisions,
4. Contract Plans,
5. Amendments to the Standard Specifications,
6. Standard Specifications,
7. Contracting Agency’s Standard Plans or Details (if any), and
8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction.
1-04.4(1) Minor Changes
Section 1-04.4(1), including title, is revised to read as follows:
1-04.4(1) Minor changes
Payments or credits for changes may be made under the Bid item “Minor Changes.” At the
discretion of the Contracting Agency, this procedure for Unexpected Site Changes may be used
in lieu of the more formal procedure as outlined in Section 1-04.4, Changes. The Contractor will
be provided a copy of the completed order for Unexpected Site Changes. The agreement for the
Unexpected Site Changes will be documented by signature of the Contractor, or notation of
verbal agreement. If the Contractor is in disagreement with anything required by the order for
Minor Changes, the Contractor may protest the order as provided in Section 1-04.5. Payments
will be determined in accordance with Section 1-09.4. 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. The Contractor/Bidder is
cautioned that payment of any portion of this bid item is not guaranteed unless such need arises
during the performance of this project. Where references are made herein to consider some
work incidental to the Contract and as such to merge the cost of incidental work into the various
items bid, no such costs shall be merged into this bid item.
1-05 CONTROL OF WORK
1-05.4 Conformity with And Deviations from Plans and Stakes
Supplement this section with the following:
SP-14
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Roadway and Utility Surveys
(July 23, 2015 APWA GSP, Option 1)
The Engineer shall furnish to the Contractor one time only all principal lines, grades, and
measurements the Engineer deems necessary for completion of the work. These shall generally
consist of one initial set of:
1. Slope stakes for establishing grading;
2. Curb grade stakes;
3. Centerline finish grade stakes for pavement sections wider than 25 feet; and
4. Offset points to establish line and grade for underground utilities such as water, sewers,
and storm drains.
On alley construction projects with minor grade changes, the Engineer shall provide only offset
hubs on one side of the alley to establish the alignment and grade.
Section 1-05.4 is supplemented with the following:
(August 7, 2017, WSDOT GSP, Option 2)
Contractor Surveying – Roadway
Copies of the Contracting Agency provided primary survey control data are available for the
bidder's inspection at the office of the Engineer.
The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes,
slope stakes, and grades necessary for the construction of the roadbed, drainage, surfacing,
paving, channelization and pavement marking, illumination and signals, guardrails and barriers,
and signing. Except for the survey control data to be furnished by the Contracting Agency,
calculations, surveying, and measuring required for setting and maintaining the necessary lines
and grades shall be the Contractor's responsibility.
The Contractor shall inform the Engineer when monuments are discovered that were not
identified in the Plans and construction activity may disturb or damage the monuments. All
monuments noted on the Plans “DO NOT DISTURB” shall be protected throughout the length of
the project or be replaced at the Contractors expense.
Detailed survey records shall be maintained, including a description of the work performed on
each shift, the methods utilized, and the control points used. The record shall be adequate to
allow the survey to be reproduced. A copy of each day's record shall be provided to the
Engineer within three working days after the end of the shift.
The meaning of words and terms used in this provision shall be as listed in "Definitions of
Surveying and Associated Terms" current edition, published by the American Congress on
Surveying and Mapping and the American Society of Civil Engineers.
The survey work shall include but not be limited to the following:
SP-15
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
1. Verify the primary horizontal and vertical control furnished by the Contracting
Agency, and expand into secondary control by adding stakes and hubs as well as
additional survey control needed for the project. Provide descriptions of secondary
control to the Contracting Agency. The description shall include coordinates and
elevations of all secondary control points.
2. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks on
centerline or on offsets to centerline at all curve points (PCs, PTs, and PIs) and at
points on the alignments spaced no further than 50 feet.
3. Establish clearing limits, placing stakes at all angle points and at intermediate points
not more than 50 feet apart. The clearing and grubbing limits shall be 5 feet beyond
the toe of a fill and 10 feet beyond the top of a cut unless otherwise shown in the
Plans.
4. Establish grading limits, placing slope stakes at centerline increments not more than
50 feet apart. Establish offset reference to all slope stakes. If Global Positioning
Satellite (GPS) Machine Controls are used to provide grade control, then slope
stakes may be omitted at the discretion of the Contractor
5. Establish the horizontal and vertical location of all drainage features, placing offset
stakes to all drainage structures and to pipes at a horizontal interval not greater than
25 feet.
6. Establish roadbed and surfacing elevations by placing stakes at the top of subgrade
and at the top of each course of surfacing. Subgrade and surfacing stakes shall be
set at horizontal intervals not greater than 50 feet in tangent sections, 25 feet in
curve sections with a radius less than 300 feet, and at 10-foot intervals in intersection
radii with a radius less than 10 feet. Transversely, stakes shall be placed at all
locations where the roadway slope changes and at additional points such that the
transverse spacing of stakes is not more than 12 feet. If GPS Machine Controls are
used to provide grade control, then roadbed and surfacing stakes may be omitted at
the discretion of the Contractor.
7. Establish intermediate elevation benchmarks as needed to check work throughout
the project.
8. Provide references for paving pins at 25-foot intervals or provide simultaneous
surveying to establish location and elevation of paving pins as they are being placed.
9. For all other types of construction included in this provision, (including but not limited
to channelization and pavement marking, illumination and signals, guardrails and
barriers, and signing) provide staking and layout as necessary to adequately locate,
construct, and check the specific construction activity.
10. Contractor shall determine if changes are needed to the profiles or roadway sections
shown in the Contract Plans in order to achieve proper smoothness and drainage
where matching into existing features, such as a smooth transition from new
pavement to existing pavement. The Contractor shall submit these changes to the
Engineer for review and approval 10 days prior to the beginning of work.
The Contractor shall provide the Contracting Agency copies of any calculations and staking data
when requested by the Engineer.
SP-16
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
To facilitate the establishment of these lines and elevations, the Contracting Agency will provide
the Contractor with primary survey control information consisting of descriptions of two primary
control points used for the horizontal and vertical control, and descriptions of two additional
primary control points for every additional three miles of project length. Primary control points
will be described by reference to the project alignment and the coordinate system and elevation
datum utilized by the project. In addition, the Contracting Agency will supply horizontal
coordinates for the beginning and ending points and for each Point of Intersection (PI) on each
alignment included in the project.
The Contractor shall ensure a surveying accuracy within the following tolerances:
Vertical Horizontal
Slope stakes ±0.10 feet ±0.10 feet
Subgrade grade stakes set
0.04 feet below grade ±0.01 feet ±0.5 feet
(parallel to alignment)
±0.1 feet
(normal to alignment)
Stationing on roadway N/A ±0.1 feet
Alignment on roadway N/A ±0.04 feet
Surfacing grade stakes ±0.01 feet ±0.5 feet
(parallel to alignment)
±0.1 feet
(normal to alignment)
Roadway paving pins for
surfacing or paving ±0.01 feet ±0.2 feet
(parallel to alignment)
±0.1 feet
(normal to alignment)
The Contracting Agency may spot-check the Contractor's surveying. These spot-checks will not
change the requirements for normal checking by the Contractor.
When staking roadway alignment and stationing, the Contractor shall perform independent
checks from different secondary control to ensure that the points staked are within the specified
survey accuracy tolerances.
The Contractor shall calculate coordinates for the alignment. The Contracting Agency will verify
these coordinates prior to issuing approval to the Contractor for commencing with the work. The
Contracting Agency will require up to seven calendar days from the date the data is received.
Contract work to be performed using contractor-provided stakes shall not begin until the stakes
are approved by the Contracting Agency. Such approval shall not relieve the Contractor of
responsibility for the accuracy of the stakes.
SP-17
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Stakes shall be marked in accordance with Standard Plan A10.10. When stakes are needed
that are not described in the Plans, then those stakes shall be marked, at no additional cost to
the Contracting Agency as ordered by the Engineer.
Payment
Payment will be made for the following bid item when included in the proposal:
"Roadway Surveying", lump sum.
The lump sum contract price for "Surveying" shall be full pay for all labor, equipment, materials,
and supervision utilized to perform the Work specified, including any resurveying, checking,
correction of errors, replacement of missing or damaged stakes, and coordination efforts.
Section 1-05.4 is supplemented with the following:
(April 2, 2018 WSDOT GSP)
Contractor Surveying – ADA Features
ADA Feature Staking Requirements
The Contractor shall be responsible for setting, maintaining, and resetting all alignment
stakes, and grades necessary for the construction of the ADA features. Calculations,
surveying, and measuring required for setting and maintaining the necessary lines and
grades shall be the Contractor's responsibility. The Contractor shall build the ADA
features within the specifications in the Standard Plans and contract documents.
ADA Feature As-Built Measurements
The Contractor shall be responsible for providing electronic As-Built records of all ADA
feature improvements completed in the Contract.
The survey work shall include but not be limited to completing the measurements,
recording the required measurements and completing other data fill-ins found on the
ADA Measurement Forms, and transmitting the electronic Forms to the Engineer. The
ADA Measurement Forms are found at the following website location:
http://www.wsdot.wa.gov/Design/ADAGuidance.htm
In the instance where an ADA Feature does not meet accessibility requirements, all work
to replace non-conforming work and then to measure, record the as-built measurements,
and transmit the electronic Forms to the Engineer shall be completed at no additional
cost to the Contracting Agency, as ordered by the Engineer.
Payment
Payment will be made for the following bid item that is included in the Proposal:
"ADA Features Surveying", lump sum.
SP-18
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
The unit Contract price per lump sum for "ADA Features Surveying" shall be full pay for all the
Work as specified.
1-05.11 Final Inspection
Delete this section and replace it with the following:
1-05.11 Final Inspections and Operational Testing
(October 1, 2005 APWA GSP)
1-05.11(1) Substantial Completion Date
When the Contractor considers the work to be substantially complete, the Contractor shall so
notify the Engineer and request the Engineer establish the Substantial Completion Date. The
Contractor’s request shall list the specific items of work that remain to be completed in order to
reach physical completion. The Engineer will schedule an inspection of the work with the
Contractor to determine the status of completion. The Engineer may also establish the
Substantial Completion Date unilaterally.
If, after this inspection, the Engineer concurs with the Contractor that the work is substantially
complete and ready for its intended use, the Engineer, by written notice to the Contractor, will
set the Substantial Completion Date. If, after this inspection the Engineer does not consider the
work substantially complete and ready for its intended use, the Engineer will, by written notice,
so notify the Contractor giving the reasons therefor.
Upon receipt of written notice concurring in or denying substantial completion, whichever is
applicable, the Contractor shall pursue vigorously, diligently and without unauthorized
interruption, the work necessary to reach Substantial and Physical Completion. The Contractor
shall provide the Engineer with a revised schedule indicating when the Contractor expects to
reach substantial and physical completion of the work.
The above process shall be repeated until the Engineer establishes the Substantial Completion
Date and the Contractor considers the work physically complete and ready for final inspection.
1-05.11(2) Final Inspection and Physical Completion Date
Add the following 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
SP-19
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
the listed deficiencies. This process will continue until the Engineer is satisfied the listed
deficiencies have been corrected.
If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written
notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take
whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7.
The Contractor will not be allowed an extension of contract time because of a delay in the
performance of the work attributable to the exercise of the Engineer’s right hereunder.
Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting
Agency, in writing, of the date upon which the work was considered physically complete. That
date shall constitute the Physical Completion Date of the contract, but shall not imply
acceptance of the work or that all the obligations of the Contractor under the contract have been
fulfilled.
1-05.11(3) Operational Testing
It is the intent of the Contracting Agency to have at the Physical Completion Date a complete
and operable system. Therefore when the work involves the installation of machinery or other
mechanical equipment; street lighting, electrical distribution or signal systems; irrigation
systems; buildings; or other similar work it may be desirable for the Engineer to have the
Contractor operate and test the work for a period of time after final inspection but prior to the
physical completion date. Whenever items of work are listed in the Contract Provisions for
operational testing they shall be fully tested under operating conditions for the time period
specified to ensure their acceptability prior to the Physical Completion Date. During and
following the test period, the Contractor shall correct any items of workmanship, materials, or
equipment which prove faulty, or that are not in first class operating condition. Equipment,
electrical controls, meters, or other devices and equipment to be tested during this period shall
be tested under the observation of the Engineer, so that the Engineer may determine their
suitability for the purpose for which they were installed. The Physical Completion Date cannot
be established until testing and corrections have been completed to the satisfaction of the
Engineer.
The costs for power, gas, labor, material, supplies, and everything else needed to successfully
complete operational testing, shall be included in the unit contract prices related to the system
being tested, unless specifically set forth otherwise in the proposal.
Operational and test periods, when required by the Engineer, shall not affect a manufacturer’s
guaranties or warranties furnished under the terms of the contract.
1-05.13 Superintendents, Labor and Equipment of Contractor
(August 14, 2013 APWA GSP)
Delete the sixth and seventh paragraphs of this section
SP-20
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
1-05.15 Method of Serving Notices
(March 25, 2009 APWA GSP)
Revise the second paragraph to read:
All correspondence from the Contractor shall be directed to the Project Engineer. All
correspondence from the Contractor constituting any notification, notice of protest, notice of
dispute, or other correspondence constituting notification required to be furnished under the
Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project
Engineer’s office. Electronic copies such as e-mails or electronically delivered copies of
correspondence will not constitute such notice and will not comply with the requirements of the
Contract.
1-05.16 Water and Power
(October 1, 2005 APWA GSP)
Add the following 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.
1-05.18 Record Drawings
(March 8, 2013 APWA GSP)
Add the following new section:
The Contractor shall maintain one set of full size plans for Record Drawings, updated with clear
and accurate red- lined field revisions on a daily basis, and within 2 business days after receipt
of information that a change in Work has occurred. The Contractor shall not conceal any work
until the required information is recorded.
This Record Drawing set shall be used for this purpose alone, shall be kept separate from other
Plan sheets, and shall be clearly marked as Record Drawings. These Record Drawings shall be
kept on site at the Contractor’s field office, and shall be available for review by the Contracting
Agency at all times. The Contractor shall bring the Record Drawings to each progress meeting
for review.
The preparation and upkeep of the Record Drawings is to be the assigned responsibility of a
single, experienced, and qualified individual. The quality of the Record Drawings, in terms of
accuracy, clarity, and completeness, is to be adequate to allow the Contracting Agency to
modify the computer-aided drafting (CAD) Contract Drawings to produce a complete set of
Record Drawings for the Contracting Agency without further investigative effort by the
Contracting Agency.
SP-21
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
The Record Drawing markups shall document all changes in the Work, both concealed and
visible. Items that must be shown on the markups include but are not limited to:
Actual dimensions, arrangement, and materials used when different than shown in the Plans.
Changes made by Change Order or Field Order.
Changes made by the Contractor.
Accurate locations of storm sewer, sanitary sewer, water mains and other water appurtenances,
structures, conduits, light standards, vaults, width of roadways, sidewalks, landscaping areas,
building footprints, channelization and pavement markings, etc. Include pipe invert elevations,
top of castings (manholes, inlets, etc.).
If the Contract calls for the Contracting Agency to do all surveying and staking, the Contracting
Agency will provide the elevations at the tolerances the Contracting Agency requires for the
Record Drawings.
When the Contract calls for the Contractor to do the surveying/staking, the applicable tolerance
limits include, but are not limited to the following:
Vertical Horizontal
As-built sanitary & storm invert and grate elevations ± 0.01 foot ± 0.01 foot
As-built monumentation ± 0.001 foot ± 0.001 foot
As-built waterlines, inverts, valves, hydrants ± 0.10 foot ± 0.10 foot
As-built ponds/swales/water features ± 0.10 foot ± 0.10 foot
As-built buildings (fin. Floor elev.) ± 0.01 foot ± 0.10 foot
As-built gas lines, power, TV, Tel, Com ± 0.10 foot ± 0.10 foot
As-built signs, signals, etc. N/A ± 0.10 foot
Making Entries on the Record Drawings:
Use erasable colored pencil (not ink) for all markings on the Record Drawings, conforming to
the following color code:
Additions – Red
Deletions – Green
Comments – Blue
Dimensions – Graphite
Provide the applicable reference for all entries, such as the change order number, the request
for information (RFI) number, or the approved shop drawing number.
Date all entries.
Clearly identify all items in the entry with notes similar to those in the Contract Drawings (such
as pipe symbols, centerline elevations, materials, pipe joint abbreviations, etc.).
SP-22
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
The Contractor shall certify on the Record Drawings that said drawings are an accurate
depiction of built conditions, and in conformance with the requirements detailed above. The
Contractor shall submit final Record Drawings to the Contracting Agency. Contracting Agency
acceptance of the Record Drawings is one of the requirements for achieving Physical
Completion.
Payment will be made for the following bid item:
Record Drawings (Minimum Bid $5,000) Lump Sum
Payment for this item will be made on a prorated monthly basis for work completed in
accordance with this section up to 75% of the lump sum bid. The final 25% of the lump sum item
will be paid upon submittal and approval of the completed Record Drawings set prepared in
conformance with these Special Provisions.
A minimum bid amount has been entered in the Bid Proposal for this item. The Contractor must
bid at least that amount.
1-06 CONTROL OF MATERIAL
This Section is supplemented with the following:
1-06.0 Buy America
(August 6, 2012 WSDOT GSP)
In accordance with Buy America requirements contained in 33 23 CFR 635.410, the major
quantities of steel and iron construction material that is permanently incorporated into the
project shall consist of American-made materials only. Buy America does not apply to temporary
steel items, e.g., temporary sheet piling, temporary bridges, steel scaffolding and falsework.
Minor amounts of foreign steel and iron may be utilized in this project provided the cost of the
foreign material used does not exceed one-tenth of one percent of the total contract cost or
$2,500.00, whichever is greater.
American-made material is defined as material having all manufacturing processes occurring
domestically. To further define the coverage, a domestic product is a manufactured steel
material that was produced in one of the 50 States, the District of Columbia, Puerto Rico, or in
the territories and possessions of the United States.
If domestically produced steel billets or iron ingots are exported outside of the area of coverage,
as defined above, for any manufacturing process then the resulting product does not conform to
the Buy America requirements.
Additionally, products manufactured domestically from foreign source steel billets or iron ingots
do not conform to the Buy America requirements because the initial melting and mixing of alloys
to create the material occurred in a foreign country.
SP-23
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Manufacturing begins with the initial melting and mixing, and continues through the coating
stage. Any process which modifies the chemical content, the physical size or shape, or the final
finish is considered a manufacturing process. The processes include rolling, extruding,
machining, bending, grinding, drilling, welding, and coating. The action of applying a coating to
steel or iron is deemed a manufacturing process. Coating includes epoxy coating, galvanizing,
aluminizing, painting, and any other coating that protects or enhances the value of steel or iron.
Any process from the original reduction from ore to the finished product constitutes a
manufacturing process for iron.
Due to a nationwide waiver, Buy America does not apply to raw materials (iron ore and alloys),
scrap (recycled steel or iron), and pig iron or processed, pelletized, and reduced iron ore.
The following are considered to be steel manufacturing processes:
1. Production of steel by any of the following processes:
a. Open hearth furnace.
b. Basic oxygen.
c. Electric furnace.
d. Direct reduction.
2. Rolling, heat treating, and any other similar processing.
3. Fabrication of the products.
a. Spinning wire into cable or strand.
b. Corrugating and rolling into culverts.
c. Shop fabrication.
A certification of materials origin will be required for any items comprised of, or containing, steel
or iron construction materials prior to such items being incorporated into the permanent work.
The certification shall be on DOT Form 350-109EF provided by the Engineer, or such other form
the Contractor chooses, provided it contains the same information as DOT Form 350-109EF.
1-06.6 Recycled Materials
(January 4, 2016 APWA GSP)
Delete this section, including its subsections, and replace it with the following:
The Contractor shall make their best effort to utilize recycled materials in the construction of the
project. Approval of such material use shall be as detailed elsewhere in the Standard
Specifications.
Prior to Physical Completion the Contractor shall report the quantity of recycled materials that
were utilized in the construction of the project for each of the items listed in Section 9-03.21.
The report shall include hot mix asphalt, recycled concrete aggregate, recycled glass, steel
furnace slag and other recycled materials (e.g., utilization of on-site material and aggregates
SP-24
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
from concrete returned to the supplier). The Contractor’s report shall be provided on DOT form
350-075 Recycled Materials Reporting.
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
1-07.1 Laws to be Observed
(October 1, 2005 APWA GSP)
Supplement this section with the following:
In cases of conflict between different safety regulations, the more stringent regulation shall
apply.
The Washington State Department of Labor and Industries shall be the sole and paramount
administrative agency responsible for the administration of the provisions of the Washington
Industrial Safety and Health Act of 1973 (WISHA).
The Contractor shall maintain at the project site office, or other well-known place at the project
site, all articles necessary for providing first aid to the injured. The Contractor shall establish,
publish, and make known to all employees, procedures for ensuring immediate removal to a
hospital, or doctor’s care, persons, including employees, who may have been injured on the
project site. Employees should not be permitted to work on the project site before the Contractor
has established and made known procedures for removal of injured persons to a hospital or a
doctor’s care.
(May 13, 2020 WSDOT GSP, Option 4)
In response to COVID-19, the Contractor shall prepare a project specific COVID-19 health and
safety plan (CHSP) in conformance with Section 1-07.4(2) as supplemented in these
specifications, COVID-19 Health and Safety Plan (CHSP).
1-07.2 State Taxes
Delete this section, including its sub-sections, in its entirety and replace it with the following:
1-07.2 State Sales Tax
(June 27, 2011 APWA GSP)
The Washington State Department of Revenue has issued special rules on the State sales tax.
Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The Contractor should
contact the Washington State Department of Revenue for answers to questions in this area. The
Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood
tax liability.
SP-25
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract
amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(2)
describes this exception.
The Contracting Agency will pay the retained percentage (or release the Contract Bond if a
FHWA-funded Project) only if the Contractor has obtained from the Washington State
Department of Revenue a certificate showing that all contract-related taxes have been paid
(RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any
amount the Contractor may owe the Washington State Department of Revenue, whether the
amount owed relates to this contract or not. Any amount so deducted will be paid into the proper
State fund.
1-07.2(1) State Sales Tax — Rule 171
WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads,
etc., which are owned by a municipal corporation, or political subdivision of the state, or by the
United States, and which are used primarily for foot or vehicular traffic. This includes storm or
combined sewer systems within and included as a part of the street or road drainage system
and power lines when such are part of the roadway lighting system. For work performed in such
cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid
item prices, or other contract amounts, including those that the Contractor pays on the purchase
of the materials, equipment, or supplies used or consumed in doing the work.
1-07.2(2) State Sales Tax — Rule 170
WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or
existing buildings, or other structures, upon real property. This includes, but is not limited to, the
construction of streets, roads, highways, etc., owned by the state of Washington; water mains
and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers
and disposal systems are within, and a part of, a street or road drainage system; telephone,
telegraph, electrical power distribution lines, or other conduits or lines in or above streets or
roads, unless such power lines become a part of a street or road lighting system; and installing
or attaching of any article of tangible personal property in or to real property, whether or not
such personal property becomes a part of the realty by virtue of installation.
For work performed in such cases, the Contractor shall collect from the Contracting Agency,
retail sales tax on the full contract price. The Contracting Agency will automatically add this
sales tax to each payment to the Contractor. For this reason, the Contractor shall not include
the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule
170, with the following exception.
Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a
subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable
supplies not integrated into the project. Such sales taxes shall be included in the unit bid item
prices or in any other contract amount.
SP-26
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
1-07.2(3) Services
The Contractor shall not collect retail sales tax from the Contracting Agency on any contract
wholly for professional or other services (as defined in Washington State Department of
Revenue Rules 138 and 244).
1-07.4 Sanitation
1-07.4(2) Health Hazards
Section 1‐07.4(2) is supplemented with the following:
(May 13, 2020 WSDOT GSP, Option 2)
COVID-19 Health and Safety Plan (CHSP)
The Contractor shall prepare a project specific COVID-19 health and safety plan (CHSP). The
CHSP shall be prepared and submitted as a Type 2 Working Drawing prior to beginning
physical Work. The CHSP shall be based on the most current State and Federal requirements.
If the State or Federal requirements are revised, the CHSP shall be updated as necessary to
conform to the current requirements.
The Contractor shall update and resubmit the CHSP as the work progresses and new activities
appear on the look ahead schedule required under Section 1-08.3(2)D. If the conditions change
on the project, or a particular activity, the Contractor shall update and resubmit the CHSP. Work
on any activity shall cease if conditions prevent full compliance with the CHSP.
The CHSP shall address the health and safety of all people associated with the project including
State workers in the field, Contractor personnel, consultants, project staff, subcontractors,
suppliers and anyone on the project site, staging areas, or yards.
COVID-19 Health and Safety Plan (CHSP) Inspection
The Contractor shall grant full and unrestricted access to the Engineer for CHSP Inspections.
The Engineer (or designee) will conduct periodic compliance inspections on the project site,
staging areas, or yards to verify that any ongoing work activity is following the CHSP plan. If the
Engineer becomes aware of a noncompliance incident either through a site inspection or other
means, the Contractor will be notified immediately (within 1 hour). The Contractor shall
immediately remedy the noncompliance incident or suspend all or part of the associated work
activity. The Contractor shall satisfy the Engineer that the noncompliance incident has been
corrected before the suspension will end.
1-07.4(3) Measurement New Section
Section 1‐07.4(3) is supplemented with the following:
SP-27
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
No specific unit of measurement for “COVID-19 Health and Safety Plan” will apply, but
measurement will be for the sum total of all work and material required to complete the work
described under Section 1-07.4(2) as supplemented in these specifications.
1-07.4(4) Payment New Section
Section 1-07.4(4) is supplemented with the following:
“COVID-19 Health and Safety Plan,” lump sum.
The lump sum Contract price for “COVID-19 Health and Safety Plan” includes all elements to
prepare and update the COVID-19 Health and Safety Plan.
1-07.5 Environmental Regulations
This Section is supplemented with the following:
(September 20, 2010 WSDOT GSP) Environmental Commitments
The following Provisions summarize the requirements, in addition to those required elsewhere in
the Contract, imposed upon the Contracting Agency by the various documents referenced in the
Special Provision Permits and Licenses. Throughout the work, the Contractor shall comply with
the following requirements: Construction Stormwater General Permit
(August 4, 2014 WSDOT GSP)
The Contractor shall submit a written notification to the Engineer no later than 10 calendar days
prior to beginning any ground disturbing activities. The 18 Contractor shall not commence any
such ground disturbing activities until the monitor is present.
(August 3, 2009 WSDOT GSP)
Payment
All costs to comply with this special provision for the environmental commitments and
requirements are incidental to the contract and are the responsibility of the Contractor. The
Contractor shall include all related costs in the associated bid prices of the contract.
1-07.6. Permits and Licenses
Section 1-07.6 is supplemented with the following:
(January 2, 2018)
The Contracting Agency has obtained the below-listed permit(s) for this project. A copy of the
permit(s) is attached as an appendix for informational purposes. Copies of these permits,
including a copy of the Transfer of Coverage form, when applicable, are required to be on site at
all times.
SP-28
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Contact with the permitting agencies, concerning the below-listed permit(s), shall be made
through the Engineer with the exception of when the Construction Stormwater General Permit
coverage is transferred to the Contractor, direct communication with the Department of Ecology
is allowed. The Contractor shall be responsible for obtaining Ecology’s approval for any Work
requiring additional approvals (e.g., Request for Chemical Treatment Form). The Contractor
shall obtain additional permits as necessary. All costs to obtain and comply with additional
permits shall be included in the applicable Bid items for the Work involved.
Construction Stormwater General Permit
1-07.7 Load Limits
This Section is supplemented with the following:
(March 13, 1995 WSDOT GSP)
If the sources of materials provided by the Contractor necessitates hauling over roads other
than State Highways, the Contractor shall, at the Contractor’s expense, make all arrangements
for the use of the haul routes.
1-07.9 Wages
1-07.9(1) General
This section is supplemented with the following January 6, 2020 WSDOT GSP)
The Federal wage rates incorporated in this contract have been established by the Secretary of
Labor under United States Department of Labor General Decision No. WA180001.
The State rates incorporated in this contract are applicable to all construction activities
associated with this contract.
(April 2, 2007 WSDOT GSP)
Application of Wage Rates for the Occupation of Landscape Construction
State prevailing wage rates for public works contracts are included in this contract and show a
separate listing for the occupation:
Landscape Construction, which includes several different occupation descriptions such as:
Irrigation and Landscape Plumbers, Irrigation and Landscape Power Equipment Operators, and
Landscaping or Planting Laborers.
In addition, federal wage rates that are included in this contract may also include occupation
descriptions in Federal Occupational groups for work also specifically identified with landscaping
such as:
Laborers with the occupation description, Landscaping or Planting, or
SP-29
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Power Equipment Operators with the occupation description, Mulch Seeding Operator.
If Federal wage rates include one or more rates specified as applicable to landscaping work,
then Federal wage rates for all occupation descriptions, specific or general, must be considered
and compared with corresponding State wage rates. The higher wage rate, either State or
Federal, becomes the minimum wage rate for the work performed in that occupation.
Contractors are responsible for determining the appropriate crafts necessary to perform the
contract work. If a classification considered necessary for performance of the work is missing
from the Federal Wage Determination applicable to the contract, the Contractor shall initiate a
request for approval of a proposed wage and benefit rate. The Contractor shall prepare and
submit Standard Form 1444, Request for Authorization of Additional Classification and Wage
Rate available at http://www.wdol.gov/docs/sf1444.pdf, and submit the completed form to the
Engineer’s office. The presence of a classification wage on the Washington State Prevailing
Wage Rates For Public Works Contracts does not exempt the use of form 1444 for the purpose
of determining a federal classification wage rate.
1-07.9(5) Required Documents
(January 3, 2020 APWA GSP)
Delete this section and replace it with the following:
General
All “Statements of Intent to Pay Prevailing Wages,” “Affidavits of Wages Paid” and Certified
Payrolls, including a signed Statement of Compliance for Federal-aid projects, shall be
submitted to the Engineer and the State L&I online Prevailing Wage Intent & Affidavit (PWIA)
system.
Intents and Affidavits
On forms provided by the Industrial Statistician of State L&I, the Contractor shall submit to the
Engineer the following for themselves and for each firm covered under RCW 39.12 that will or
has provided Work and materials for the Contract:
The approved “Statement of Intent to Pay Prevailing Wages” State L&I’s form number
F700-029-000. The Contracting Agency will make no payment under this Contract until this
statement has been approved by State L&I and reviewed by the Engineer.
The approved “Affidavit of Prevailing Wages Paid,” State L&I’s form number F700-007-000. The
Contracting Agency will not grant Completion until all approved Affidavit of Wages paid for the
Contractor and all Subcontractors have been received by the Engineer. The Contracting Agency
will not release to the Contractor any funds retained under RCW 60.28.011 until “Affidavit of
Prevailing Wages Paid” forms have been approved by State L&I and all of the approved forms
have been submitted to the Engineer for every firm that worked on the Contract.
The Contractor is responsible for requesting these forms from State L&I and for paying any fees
required by State L&I.
SP-30
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Certified Payrolls
Certified payrolls are required to be submitted by the Contractor for themselves, all
Subcontractors and all lower tier subcontractors. The payrolls shall be submitted weekly on all
Federal-aid projects and no less than monthly on State funded projects.
Penalties for Noncompliance
The Contractor is advised, if these payrolls are not supplied within the prescribed deadlines, any
or all payments may be withheld until compliance is achieved. In addition, failure to provide
these payrolls may result in other sanctions as provided by State laws (RCW 39.12.050) and/or
Federal regulations (29 CFR 5.12).
1-07.11 Requirements for Nondiscrimination
(October 1, 2020 APWA GSP, Option B)
Supplement this section with the following:
Disadvantaged Business Enterprise Participation
The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR Part 26 and USDOT’s
official interpretations (i.e., Questions & Answers) apply to this Contract. Demonstrating
compliance with these Specifications is a Condition of Award (COA) of this Contract. Failure to
comply with the requirements of this Specification may result in your Bid being found to be
nonresponsive resulting in rejection or other sanctions as provided by Contract.
DBE Abbreviations and Definitions
Broker – A business firm that provides a bona fide service, such as professional, technical,
consultant or managerial services and assistance in the procurement of essential personnel,
facilities, equipment, materials, or supplies required for the performance of the Contract; or,
persons/companies who arrange or expedite transactions.
Certified Business Description – Specific descriptions of work the DBE is certified to perform, as
identified in the Certified Firm Directory, under the Vendor Information page.
Certified Firm Directory – A database of all Minority, Women, and Disadvantaged Business
Enterprises currently certified by Washington State. The online Directory is available to Bidders
for their use in identifying and soliciting interest from DBE firms. The database is located under
the Firm Certification section of the Diversity Management and Compliance System web page
at: https://omwbe.diversitycompliance.com.
Commercially Useful Function (CUF) – 49 CFR 26.55(c)(1) defines commercially useful function
as: “A DBE performs a commercially useful function when it is responsible for execution of the
work of the contract and is carrying out its responsibilities by actually performing, managing, and
supervising the work involved. To perform a commercially useful function, the DBE must also be
responsible, with respect to materials and supplies used on the contract, for negotiating price,
determining quality and quantity, ordering the material, and installing (where applicable) and
paying for the material itself. To determine whether a DBE is performing a commercially useful
SP-31
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
function, you must evaluate the amount of work subcontracted, industry practices, whether the
amount the firm is to be paid under the contract is commensurate with the work it is actually
performing and the DBE credit claimed for its performance of the work, and other relevant
factors.”
Disadvantaged Business Enterprise (DBE) – A business firm certified by the Washington State
Office of Minority and Women’s Business Enterprises, as meeting the criteria outlined in 49 CFR
26 regarding DBE certification.
Force Account Work – Work measured and paid in accordance with Section 1-09.6.
Good Faith Efforts – Efforts to achieve the DBE COA Goal or other requirements of this part
which, by their scope, intensity, and appropriateness to the objective, can reasonably be
expected to fulfill the program requirement.
Manufacturer (DBE) – A DBE firm that operates or maintains a factory or establishment that
produces on the premises the materials, supplies, articles, or equipment required under the
Contract. A DBE Manufacturer shall produce finished goods or products from raw or unfinished
material or purchase and substantially alters goods and materials to make them suitable for
construction use before reselling them.
Reasonable Fee (DBE) – For purposes of Brokers or service providers a reasonable fee shall
not exceed 5% of the total cost of the goods or services brokered.
Regular Dealer (DBE) – A DBE firm that owns, operates, or maintains a store, warehouse, or
other establishment in which the materials or supplies required for the performance of a
Contract are bought, kept in stock, and regularly sold to the public in the usual course of
business. To be a Regular Dealer, the DBE firm must be an established regular business that
engages in as its principal business and in its own name the purchase and sale of the products
in question. A Regular Dealer in such items as steel, cement, gravel, stone, and petroleum
products need not own, operate or maintain a place of business if it both owns and operates
distribution equipment for the products. Any supplementing of regular dealers’ own distribution
equipment shall be by long-term formal lease agreements and not on an ad-hoc basis. Brokers,
packagers, manufacturers’ representatives, or other persons who arrange or expedite
transactions shall not be regarded as Regular Dealers within the meaning of this definition.
DBE Commitment – The scope of work and dollar amount the Bidder indicates they will be
subcontracting to be applied towards the DBE Condition of Award Goal as shown on the DBE
Utilization Certification Form for each DBE Subcontractor. This DBE Commitment amount will be
incorporated into the Contract and shall be considered a Contract requirement. The Contractor
shall utilize the COA DBEs to perform the work and supply the materials for which they are
committed. Any changes to the DBE Commitment require the Engineer’s prior written approval.
DBE Condition of Award (COA) Goal – An assigned numerical amount specified as a
percentage of the Contract.
SP-32
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Initially, this is the minimum amount that the Bidder must commit to by submission of the
Utilization Certification Form and/or by Good Faith Effort (GFE).
DBE COA Goal
The Contracting Agency has established a DBE COA Goal for this Contract in the amount of:
sixteen percent (16%)
Crediting DBE Participation
Subcontractors proposed as COA must be certified prior to the due date for bids on the
Contract. All non-COA DBE Subcontractors shall be certified before the subcontract on which
they are participating is executed.
DBE participation is only credited upon payment to the DBE.
The following are some definitions of what may be counted as DBE participation.
DBE Prime Contractor
Only take credit for that portion of the total dollar value of the Contract equal to the distinct,
clearly defined portion of the Work that the DBE Prime Contractor performs with its own forces
and is certified to perform.
DBE Subcontractor
Only take credit for that portion of the total dollar value of the subcontract that is equal to the
distinct, clearly defined portion of the Work that the DBE performs with its own forces and is
certified to perform. The value of work performed by the DBE includes the cost of supplies and
materials purchased by the DBE and equipment leased by the DBE, for its work on the contract.
Supplies, materials or equipment obtained by a DBE that are not utilized or incorporated in the
contract work by the DBE will not be eligible for DBE credit.
The supplies, materials, and equipment purchased or leased from the Contractor or its affiliate,
including any Contractor’s resources available to DBE subcontractors at no cost, shall not be
credited.
DBE credit will not be given in instances where the equipment lease includes the operator. The
DBE is expected to operate the equipment used in the performance of its work under the
contract with its own forces. Situations where equipment is leased and used by the DBE, but
payment is deducted from the Contractor’s payment to the DBE is not allowed.
When the subcontractor is part of a DBE Commitment, the following apply:
If a DBE subcontracts a portion of the Work of its contract to another firm, the value of the
subcontracted Work may be counted toward the DBE COA Goal only if the Lower-Tier
Subcontractor is also a DBE.
Work subcontracted to a Lower-Tier Subcontractor that is a DBE, may be counted toward the
DBE COA Goal. Work subcontracted to a non-DBE does not count towards the DBE COA Goal.
SP-33
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
DBE Subcontract and Lower Tier Subcontract Documents
There must be a subcontract agreement that complies with 49 CFR Part 26 and fully describes
the distinct elements of Work committed to be performed by the DBE.
DBE Service Provider
The value of fees or commissions charged by a DBE firm behaving in a manner of a Broker, or
another service provider for providing a bona fide service, such as professional, technical,
consultant, managerial services, or for providing bonds or insurance specifically required for the
performance of the contract will only be credited as DBE participation, if the fee/commission is
determined by the Contracting Agency to be reasonable and the firm has performed a CUF.
Force Account Work
When the Bidder elects to utilize force account Work to meet the DBE COA Goal, as
demonstrated by listing this force account Work on the DBE Utilization Certification Form, for
the purposes of meeting the DBE COA Goal, only 50% of the Proposal amount shall be credited
toward the Bidder’s Commitment to meet the DBE COA Goal.
One hundred percent of the actual amounts paid to the DBE for the force account Work shall be
credited towards the DBE COA Goal or DBE participation.
Temporary Traffic Control
If the DBE firm only provides “Flagging,” the DBE firm must provide a Traffic Control Supervisor
(TCS) and flagger, which are under the direct control of the DBE. The DBE firm shall also
provide all flagging equipment for its employees (e.g., paddles, hard hats, and vests).
If the DBE firm provides “Traffic Control Services,” the DBE firm must provide a TCS, flaggers,
and traffic control items (e.g., cones, barrels, signs, etc.) and be in total control of all items in
implementing the traffic control for the project.
Trucking
DBE trucking firm participation may only be credited as DBE participation for the value of the
hauling services, not for the materials being hauled unless the trucking firm is also certified as a
supplier of those materials. In situations where the DBE’s work is priced per ton, the value of the
hauling service must be calculated separately from the value of the materials in order to
determine DBE credit for hauling
The DBE trucking firm must own and operate at least one licensed, insured and operational
truck on the contract. The truck must be of the type that is necessary to perform the hauling
duties required under the contract. The DBE receives credit for the value of the transportation
services it provides on the Contract using trucks it owns or leases, licenses, insures, and
operates with drivers it employs.
The DBE may lease additional trucks from another DBE firm. The DBE who leases additional
trucks from another DBE firm receives credit for the value of the transportation services the
lessee DBE provides on the Contract.
SP-34
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
The trucking Work subcontracted to any non-DBE trucking firm will not receive credit for Work
done on the project.
The DBE may lease trucks from a truck leasing company (recognized truck rental center), but
can only receive credit towards DBE participation if the DBE uses its own employees as drivers.
DBE Manufacturer and DBE Regular Dealer
One hundred percent (100%) of the cost of the manufactured product obtained from a DBE
manufacturer may count towards the DBE COA Goal.
Sixty percent (60%) of the cost of materials or supplies purchased from a DBE Regular Dealer
may be credited towards the DBE Goal. If the role of the DBE Regular Dealer is determined to
be that of a Broker, then DBE credit shall be limited to the fee or commission it receives for its
services. Regular Dealer status and the amount of credit is determined on a Contract-by-
Contract basis.
DBE firms proposed to be used as a Regular Dealer must be approved before being listed as a
COA/used on a project. The WSDOT Approved Regular Dealer list published on WSDOT’s
Office of Equal Opportunity (OEO) web site must include the specific project for which approval
is being requested. For purposes of the DBE COA Goal participation, the Regular Dealer must
submit the Regular Dealer Status Request form a minimum of five calendar days prior to bid
opening.
Purchase of materials or supplies from a DBE which is neither a manufacturer nor a regular
dealer, (i.e., Broker) only the fees or commissions charged for assistance in the procurement of
the materials and supplies, or fees or transportation charges for the delivery of materials or
supplies required on the job site, may count towards the DBE COA Goal provided the fees are
not excessive as compared with fees customarily allowed for similar services. Documentation
will be required to support the fee/commission charged by the DBE. The cost of the materials
and supplies themselves cannot be counted toward the DBE COA Goal.
Note: Requests to be listed as a Regular Dealer will only be processed if the requesting firm is
a material supplier certified by the Office of Minority and Women’s Business Enterprises in a
NAICS code that falls within the 42XXXX NAICS Wholesale code section.
Disadvantaged Business Enterprise Utilization
To be eligible for award of the Contract, the Bidder shall properly complete and submit a
Disadvantaged Business Enterprise (DBE) Utilization Certification with the Bidder’s sealed Bid
Proposal, as specified in Section 1-02.9 Delivery of Proposal. The Bidder’s DBE Utilization
Certification must clearly demonstrate how the Bidder intends to meet the DBE COA Goal. A
DBE Utilization Certification (WSDOT Form 272-056) is included in the Proposal package for
this purpose as well as instructions on how to properly fill out the form.
SP-35
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
The Bidder is advised that the items listed below when listed in the Utilization Certification must
have their amounts reduced to the percentages shown and those reduced amounts will be the
amount applied towards meeting the DBE COA Goal.
· Force account at 50%
· Regular dealer at 60%
In the event of arithmetic errors in completing the DBE Utilization Certification, the amount listed
to be applied towards the DBE COA Goal for each DBE shall govern and the DBE total amount
shall be adjusted accordingly.
Note: The Contracting Agency shall consider as non-responsive and shall reject any Bid
Proposal submitted that does not contain a DBE Utilization Certification Form that accurately
demonstrates how the Bidder intends to meet the DBE COA Goal.
Disadvantaged Business Enterprise Written Confirmation Document(s)
The Bidder shall submit an Disadvantaged Business Enterprise (DBE) Written Confirmation
Document (completed and signed by the DBE) for each DBE firm listed in the Bidder’s
completed DBE Utilization Certification submitted with the Bid. Failure to do so will result in the
associated participation being disallowed, which may cause the Bid to be determined to be
nonresponsive resulting in Bid rejection.
The Confirmation Documents provide confirmation from the DBEs that they are participating in
the Contract as provided in the Bidder’s Commitment. The Confirmation Documents must be
consistent with the Utilization Certification.
A DBE Written Confirmation Document (WSDOT Form 422-031) is included in the Proposal
package for this purpose.
The form(s) shall be received as specified in the special provisions for Section 1-02.9 Delivery
of Proposal.
It is prohibited for the Bidder to require a DBE to submit a Written Confirmation Document with
any part of the form left blank. Should the Contracting Agency determine that an incomplete
Written Confirmation Document was signed by a DBE, the validity of the document comes into
question. The associated DBE participation may not receive credit.
Selection of Successful Bidder/Good Faith Efforts (GFE)
The successful Bidder shall be selected on the basis of having submitted the lowest responsive
Bid, which demonstrates a good faith effort to achieve the DBE COA Goal. The Contracting
Agency, at any time during the selection process, may request a breakdown of the bid items
and amounts that are counted towards the overall contract goal for any of the DBEs listed on
the DBE Utilization Certification.
Achieving the DBE COA Goal may be accomplished in one of two ways:
1. By meeting the DBE COA Goal*
SP-36
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Submission of the DBE Utilization Certification, supporting DBE Written Confirmation
Document(s) showing the Bidder has obtained enough DBE participation to meet or
exceed the DBE COA Goal, the DBE Bid Item Breakdown and the DBE Trucking
Credit Form, if applicable.
2. By documentation that the Bidder made adequate GFE to meet the DBE COA Goal
The Bidder may demonstrate a GFE in whole or part through GFE documentation
ONLY IN THE EVENT a Bidder’s efforts to solicit sufficient DBE participation have
been unsuccessful. The Bidder must supply GFE documentation in addition to the
DBE Utilization Certification, supporting DBE Written Confirmation Document(s), the
DBE Bid Item Breakdown form and the DBE Trucking Credit Form, if applicable.
Note: In the case where a Bidder is awarded the contract based on demonstrating adequate
GFE, the advertised DBE COA Goal will not be reduced. The Bidder shall demonstrate a GFE
during the life of the Contract to attain the advertised DBE COA Goal.
GFE documentation, the DBE Bid Item Breakdown form, and the DBE Trucking Credit Form, if
applicable, shall be submitted as specified in Section 1-02.9.
The Contracting Agency will review the GFE documentation and will determine if the Bidder
made an adequate good faith effort.
Good Faith Effort (GFE) Documentation GFE is evaluated when:
1. Determining award of a Contract that has COA goal,
2. When a COA DBE is terminated and substitution is required, and
3. Prior to Physical Completion when determining whether the Contractor has satisfied its
DBE commitments.
49 CFR Part 26, Appendix A is intended as general guidance and does not, in itself,
demonstrate adequate good faith efforts. The following is a list of types of actions, which would
be considered as part of the Bidder’s GFE to achieve DBE participation. It is not intended to be
a mandatory checklist, nor is it intended to be exclusive or exhaustive. Other factors or types of
efforts may be relevant in appropriate cases.
1. Soliciting through all reasonable and available means (e.g., attendance at pre-bid
meetings, advertising and/or written notices) the interest of all certified DBEs who have
the capability to perform the Work of the Contract. The Bidder must solicit this interest
within sufficient time to allow the DBEs to respond to the solicitation. The Bidder must
determine with certainty if the DBEs are interested by taking appropriate steps to follow
up initial solicitations.
2. Selecting portions of the Work to be performed by DBEs in order to increase the
likelihood that the DBE COA Goal will be achieved. This includes, where appropriate,
breaking out contract Work items into economically feasible units to facilitate DBE
participation, even when the Bidder might otherwise prefer to perform these Work items
with its own forces.
SP-37
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
3. Providing interested DBEs with adequate information about the Plans, Specifications,
and requirements of the Contract in a timely manner to assist them in responding to a
solicitation.
a. Negotiating in good faith with interested DBEs. It is the Bidder’s responsibility to
make a portion of the Work available to DBE subcontractors and suppliers and to
select those portions of the Work or material needs consistent with the available DBE
subcontractors and suppliers, so as to facilitate DBE participation. Evidence of such
negotiation includes the names, addresses, and telephone numbers of DBEs that
were considered; a description of the information provided regarding the Plans and
Specifications for the Work selected for subcontracting; and evidence as to why
additional agreements could not be reached for DBEs to perform the Work.
b. Bidder using good business judgment would consider a number of factors in
negotiating with subcontractors, including DBE subcontractors, and would take a
firm’s price and capabilities as well as the DBE COA Goal into consideration.
However, the fact that there may be some additional costs involved in finding and
using DBEs is not in itself sufficient reason for a Bidder’s failure to meet the DBE
COA Goal, as long as such costs are reasonable. Also, the ability or desire of a
Bidder to perform the Work of a Contract with its own organization does not relieve
the Bidder of the responsibility to make Good Faith Efforts. Bidders are not, however,
required to accept higher quotes from DBEs if the price difference is excessive or
unreasonable.
4. Not rejecting DBEs as being unqualified without sound reasons based on a thorough
investigation of their capabilities. The Bidder’s standing within its industry, membership
in specific groups, organizations, or associations and political or social affiliations (for
example union vs. non-union employee status) are not legitimate causes for the rejection
or non-solicitation of bids in the Bidder’s efforts to meet the DBE COA Goal.
5. Making efforts to assist interested DBEs in obtaining bonding, lines of credit, or
insurance as required by the recipient or Bidder.
6. Making efforts to assist interested DBEs in obtaining necessary equipment, supplies,
materials, or related assistance or services.
7. Effectively using the services of available minority/women community organizations;
minority/women contractors’ groups; local, State, and Federal minority/women business
assistance offices; and other organizations as allowed on a case-by-case basis to
provide assistance in the recruitment and placement of DBEs.
8. Documentation of GFE must include copies of each DBE and non-DBE subcontractor
quotes submitted to the Bidder when a non-DBE subcontractor is selected over a DBE
for Work on the Contract. (ref. updated DBE regulations – 26.53(b)(2)(vi) & App. A)
Administrative Reconsideration of GFE Documentation
A Bidder has the right to request reconsideration if the GFE documentation submitted with their
Bid was determined to be inadequate.
· The Bidder must request within 48 hours of notification of being nonresponsive or
forfeit the right to reconsideration.
SP-38
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
· The reconsideration decision on the adequacy of the Bidder’s GFE documentation
shall be made by an official who did not take part in the original determination.
· Only original GFE documentation submitted as a supplement to the Bid shall be
considered. The Bidder shall not introduce new documentation at the reconsideration
hearing.
· The Bidder shall have the opportunity to meet in person with the official for the
purpose of setting forth the Bidder’s position as to why the GFE documentation
demonstrates a sufficient effort.
· The reconsideration official shall provide the Bidder with a written decision on
reconsideration within five working days of the hearing explaining the basis for their
finding.
DBE Bid Item Breakdown
The Bidder shall submit a DBE Bid Item Breakdown Form (WSDOT Form 272-054) as specified
in the Special Provisions for Section 1-02.9, Delivery of Proposal.
DBE Trucking Credit Form
The Bidder shall submit a DBE Trucking Credit Form (WSDOT Form 272-058), as specified in
the Special Provisions for Section 1-02.9, Delivery of Proposal.
Note: The DBE Trucking Credit Form is only required for a DBE Firm listed on the DBE
Utilization Certification as a subcontractor for “Trucking” or “Hauling” and are performing a part
of a bid item. For example, if the item of Work is Structure Excavation including Haul, and
another firm is doing the excavation and the DBE Trucking firm is doing the haul, the form is
required. For a DBE subcontractor that is responsible for an entire item of work that may require
some use of trucks, the form is not required.
Procedures between Award and Execution
After Award and prior to Execution, the Contractor shall provide the additional information
described below. Failure to comply shall result in the forfeiture of the Bidder’s Proposal bond or
deposit.
A list of all firms who submitted a bid or quote in attempt to participate in this project whether
they were successful or not. Include the business name and mailing address.
Note: The firms identified by the Contractor may be contacted by the Contracting Agency to
solicit general information as follows: age of the firm and average of its gross annual receipts
over the past three years.
Procedures after Execution Commercially Useful Function (CUF)
The Contractor may only take credit for the payments made for Work performed by a DBE that
is determined to be performing a CUF. Payment must be commensurate with the work actually
performed by the DBE. This applies to all DBEs performing Work on a project, whether or not
the DBEs are COA, if the Contractor wants to receive credit for their participation. The Engineer
will conduct CUF reviews to ascertain whether DBEs are performing a CUF. A DBE performs a
SP-39
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
CUF when it is carrying out its responsibilities of its contract by actually performing, managing,
and supervising the Work involved. The DBE must be responsible for negotiating price;
determining quality and quantity; ordering the material, installing (where applicable); and paying
for the material itself. If a DBE does not perform “all” of these functions on a furnish-and-install
contract, it has not performed a CUF and the cost of materials cannot be counted toward DBE
COA Goal. Leasing of equipment from a leasing company is allowed. However,
leasing/purchasing equipment from the Contractor is not allowed. Lease agreements shall be
provided prior to the Subcontractor beginning Work. Any use of the Contractor’s equipment by a
DBE may not be credited as countable participation.
The DBE does not perform a CUF if its role is limited to that of an extra participant in a
transaction, contract, or project through which the funds are passed in order to obtain the
appearance of DBE participation.
In order for a DBE traffic control company to be considered to be performing a CUF, the DBE
must be in control of its work inclusive of supervision. The DBE shall employ a Traffic Control
Supervisor who is directly involved in the management and supervision of the traffic control
employees and services.
The following are some of the factors that the Engineer will use in determining whether a DBE
trucking company is performing a CUF:
· The DBE shall be responsible for the management and supervision of the entire
trucking operation for which it is responsible on the contract. The owner
demonstrates business related knowledge, shows up on site and is determined to be
actively running the business.
· The DBE itself shall own and operate at least one fully licensed, insured, and
operational truck used on the Contract. The drivers of the trucks owned and leased
by the DBE must be exclusively employed by the DBE and reflected on the DBE’s
payroll.
· Lease agreements for trucks shall indicate that the DBE has exclusive use of and
control over the truck(s). This does not preclude the leased truck from working for
others provided it is with the consent of the DBE and the lease provides the DBE
absolute priority for use of the leased truck.
· Leased trucks shall display the name and identification number of the DBE.
UDBE/DBE/FSBE Truck Unit Listing Log
In addition to the subcontracting requirements of Section 1-08.1, each DBE trucking firm shall
submit supplemental information consisting of a completed Primary UDBE/DBE/FSBE Truck
Unit Listing Log (WSDOT Form 350-077), copy of vehicle registrations, and all Rental/Lease
agreements (if applicable). The supplemental information shall be submitted to the Engineer
prior to any trucking services being performed for DBE credit. Incomplete or incorrect
supplemental information will be returned for correction. The corrected Primary
UDBE/DBE/FSBE Truck Unit Listing Log and any Updated Primary UDBE/DBE/FSBE Truck
Unit Listing Logs shall be submitted and accepted by the Engineer no later than ten calendar
SP-40
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
days of utilizing applicable trucks. Failure to submit or update the DBE Truck Unit Listing Log
may result in trucks not being credited as DBE participation.
Each DBE trucking firm shall complete a Daily UDBE/DBE/FSBE Trucking Unit Listing Log for
each day that the DBE performs trucking services for DBE credit. The Daily UDBE/DBE/FSBE
Trucking Unit Listing Log forms shall be submitted to the Engineer by Friday of the week after
the work was performed.
Joint Checking
A joint check is a check between a Subcontractor and the Contractor to the supplier of
materials/supplies. The check is issued by the Contractor as payer to the Subcontractor and the
material supplier jointly for items to be incorporated into the project. The DBE must release the
check to the supplier, while the Contractor acts solely as the guarantor.
A joint check agreement must be approved by the Engineer and requested by the DBE involved
using the DBE Joint Check Request Form (form # 272-053) prior to its use. The form must
accompany the DBE Joint Check Agreement between the parties involved, including the
conditions of the arrangement and expected use of the joint checks.
The approval to use joint checks and the use will be closely monitored by the Engineer. To
receive DBE credit for performing a CUF with respect to obtaining materials and supplies, a
DBE must “be responsible for negotiating price, determining quality and quantity, ordering the
material, installing and paying for the material itself.” The Contractor shall submit DBE Joint
Check Request Form to the Engineer and be in receipt of written approval prior to using a joint
check.
Material costs paid by the Contractor directly to the material supplier are not allowed. If proper
procedures are not followed or the Engineer determines that the arrangement results in lack of
independence for the DBE involved, no DBE credit will be given for the DBE’s participation as it
relates to the material cost.
Prompt Payment
Prompt payment to all subcontractors shall be in accordance with Section 1-08.1. Prompt
payment requirements apply to progress payments as well as return of retainage.
Subcontracts
Prior to a DBE performing Work on the Contract, an executed subcontract between the DBE
and the Contractor shall be submitted to the Engineer. The executed subcontracts shall be
submitted by email to the following email address
NWRegionOEO@wsdot.wa.gov
The prime contractor shall notify the Engineer in writing within five calendar days of subcontract
submittal.
SP-41
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Reporting
The Contractor and all subcontractors/suppliers/service providers that utilize DBEs to perform
work on the project, shall maintain appropriate records that will enable the Engineer to verify
DBE participation throughout the life of the project.
Refer to Section 1-08.1 for additional reporting requirements associated with this contract.
Changes in COA Work Committed to DBE
The Contractor shall utilize the COA DBEs to perform the work and supply the materials for
which each is committed unless prior written approval by the Engineer is received by the
Contractor. The Contractor shall not be entitled to any payment for work or material completed
by the Contractor or subcontractors that was committed to be completed by the COA DBEs in
the DBE Utilization Certification form.
Owner Initiated Changes
In instances where the Engineer makes changes that result in changes to Work that was
committed to a COA DBE the Contractor may be directed to substitute for the Work.
Contractor Initiated Changes
The Contractor cannot change the scope or reduce the amount of work committed to a COA
DBE without good cause. Reducing DBE Commitment is viewed as partial DBE termination, and
therefore subject to the termination procedures below.
Original Quantity Underruns
In the event that Work committed to a DBE firm as part of the COA underruns the original
planned quantities the Contractor may be required to substitute other remaining Work to another
DBE.
Contractor Proposed DBE Substitutions
Requests to substitute a COA DBE must be for good cause (see DBE termination process
below), and requires prior written approval of the Engineer. After receiving a termination with
good cause approval, the Contractor may only replace a DBE with another certified DBE. When
any changes between Contract Award and Execution result in a substitution of COA DBE, the
substitute DBE shall have been certified prior to the bid opening on the Contract.
DBE Termination
Termination of a COA DBE (or an approved substitute DBE) is only allowed in whole or in part
for good cause and with prior written approval of the Engineer. If the Contractor terminates a
COA DBE without the prior written approval of the Engineer, the Contractor shall not be entitled
to payment for work or material committed to, but not performed/supplied by the COA DBE. In
addition, sanctions may apply as described elsewhere in this specification.
Prior to requesting approval to terminate a COA DBE, the Contractor shall give notice in writing
to the DBE with a copy to the Engineer of its intent to request to terminate DBE Work and the
reasons for doing so. The DBE shall have five (5) days to respond to the Contractor’s notice.
SP-42
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
The DBE’s response shall either support the termination or advise the Engineer and the
Contractor of the reasons it objects to the termination of its subcontract.
If the request for termination is approved, the Contractor is required to substitute with another
DBE to perform at least the same amount of work as the DBE that was terminated (or provide
documentation of GFE). A plan to replace the COA DBE Commitment amount shall be
submitted to the Engineer within 2 days of the approval of termination. The plan to replace the
Commitment shall provide the same detail as that required in the DBE Utilization Certification.
The Contractor must have good cause to terminate a COA DBE.
Good cause typically includes situations where the DBE Subcontractor is unable or unwilling to
perform the work of its subcontract. Good cause may exist if:
· The DBE fails or refuses to execute a written contract.
· The DBE fails or refuses to perform the Work of its subcontract in a way consistent
with normal industry standards.
· The DBE fails or refuses to meet the Contractor’s reasonable nondiscriminatory bond
requirements.
· The DBE becomes bankrupt, insolvent, or exhibits credit unworthiness.
· The DBE is ineligible to work on public works projects because of suspension and
debarment proceedings pursuant to federal law or applicable State law.
· The DBE is ineligible to receive DBE credit for the type of work involved.
· The DBE voluntarily withdraws from the project and provides written notice of its
withdrawal.
· The DBE’s work is deemed unsatisfactory by the Engineer and not in compliance
with the Contract.
· The DBE’s owner dies or becomes disabled with the result that the DBE is unable to
complete its Work on the Contract.
· Good cause does not exist if:
· The Contractor seeks to terminate a COA DBE so that the Contractor can
self-perform the Work.
· The Contractor seeks to terminate a COA DBE so the Contractor can substitute
another DBE contractor or non-DBE contractor after Contract Award.
· The failure or refusal of the COA DBE to perform its Work on the subcontract results
from the bad faith or discriminatory action of the Contractor (e.g., the failure of the
Contractor to make timely payments or the unnecessary placing of obstacles in the
path of the DBE’s Work).
Decertification
When a DBE is “decertified” from the DBE program during the course of the Contract, the
participation of that DBE shall continue to count as DBE participation as long as the subcontract
with the DBE was executed prior to the decertification notice. The Contractor is obligated to
SP-43
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
substitute when a DBE does not have an executed subcontract agreement at the time of
decertification.
Consequences of Non-Compliance Breach of Contract
Each contract with a Contractor (and each subcontract the Contractor signs with a
Subcontractor) must include the following assurance clause:
The Contractor, subrecipient, or Subcontractor shall not discriminate on the basis of race, color,
national origin, or sex in the performance of this contract. The Contractor shall carry out
applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted
contracts. Failure by the Contractor to carry out these requirements is a material breach of this
Contract, which may result in the termination of this Contract or such other remedy as the
recipient deems appropriate, which may include, but is not limited to:
1. Withholding monthly progress payments;
2. Assessing sanctions;
3. Liquidated damages; and/or
4. Disqualifying the Contractor from future bidding as non-responsible.
Notice
If the Contractor or any Subcontractor, Consultant, Regular Dealer, or service provider is
deemed to be in non- compliance, the Contractor will be informed in writing, by certified mail by
the Engineer that sanctions will be imposed for failure to meet the DBE COA Commitment
and/or submit documentation of good faith efforts. The notice will state the specific sanctions to
be imposed which may include impacting a Contractor or other entity’s ability to participate in
future contracts.
Sanctions
If it is determined that the Contractor’s failure to meet all or part of the DBE COA Commitment is
due to the Contractor’s inadequate good faith efforts throughout the life of the Contract,
including failure to submit timely, required Good Faith Efforts information and documentation,
the Contractor may be required to pay DBE penalty equal to the amount of the unmet
Commitment, in addition to the sanctions outlined in Section 1-07.11(5).
Payment
Compensation for all costs involved with complying with the conditions of this Specification and
any other associated DBE requirements is included in payment for the associated Contract
items of Work, except otherwise provided in the Specifications.
1-07.12 Federal Agency Inspection
(January 26, 2016 APWA GSP)
Section 1‐07.12 is supplemented with the following
The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) Revised
May 1, 2012 and the amendments thereto supersede any conflicting provisions of the Standard
SP-44
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Specifications and are made a part of this Contract; provided, however, that if any of the
provisions of FHWA 1273, as amended, are less restrictive than Washington State Law, then
the Washington State Law shall prevail.
The provisions of FHWA 1273, as amended, included in this Contract require that the
Contractor insert the FHWA 1273 and amendments thereto in each Subcontract, together with
the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be included
in each Subcontract requiring the Subcontractors to insert the FHWA 1273 and amendments
thereto in any lower tier Subcontracts, together with the wage rates. The Contractor shall also
ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each
Subcontract for Subcontractors and lower tier Subcontractors. For this purpose, upon request to
the Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the
amendments thereto, the applicable wage rates, and this Special Provision.
1-07.17 Utilities and Similar Facilities
(April 2, 2007, WSDOT GSP, Option 2)
Locations and dimensions shown in the Plans for existing facilities are in accordance with
available information obtained without uncovering, measuring, or other verification.
Public and private utilities, or their Contractors, will furnish all work necessary to adjust,
relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these
Special Provisions. Such adjustment, relocation, replacement, or construction will be done
during the prosecution of the work for this project. It is anticipated that
utility adjustment, relocation, replacement or construction within the project limits will be
completed as follows:
None
The following addresses and telephone numbers of utility companies or their Contractors that
will be adjusting, relocating, replacing or constructing utilities within the project limits are
supplied for the Contractor’s use:
Puget Sound Energy (electric)
Contact: Hong Nguyen
Hong.Nguyen@pse.com
Cell: 425-449-6609
Puget Sound Energy (gas)
Contact: Glenn Helton
Glenn.Helton@pse.com
Cell: 425-559-4647
Comcast Cable
Contact: James Cohn
James_Cohn@comcast.com
Phone: 253-569-0636
CenturyLink Communications
Contact: Jesse Patjens
Jesse_patigens@centurylink.com
Phone: 206-733-8591
SP-45
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Renton – Information Services
(City-owned Fiber Optic)
Contact: Ron Hansen
1055 South Grady Way Renton, WA 98057
Phone: 425-430-6873
rhansen@rentonwa.gov
Renton – Traffic Signal and Sign Shop
Contact: Eric Cutshall
3555 NE 2nd Street Renton, WA 98056
Phone: 425-430-7423
dsherer@rentonwa.gov
Renton School District
(District owned Fiber Optic)
Contact: Steve Lewey
16250 NE 74th Street
Redmond WA 98052
Phone: 425-936-1386
Renton – Water Maintenance Contact:
George Stahl or Ray Sled
3555 NE 2nd Street
Renton, WA 98056
Phone: 425-430-7400
gstahl@rentonwa.gov or
rsled@rentonwa.gov
Renton – Stormwater Maintenance
3555 NE 2nd Street Renton, WA 98056
Phone: 425-430-7400
Patrick Zellner
Street Maintenance Section &
Solid Waste Manager
City of Renton
Public Works Maintenance Services
Phone: 425-430-7400
Cell: 425-766-6181
1-07.18 Public Liability and Property Damage Insurance
Delete this section in its entirety, and replace it with the following:
1-07.18 Insurance
(January 4, 2016 APWA GSP)
1-07.18(1) General Requirements
The Contractor shall procure and maintain the insurance described in all subsections of section
1-07.18 of these Special Provisions, from insurers with a current A. M. Best rating of not less
than A-: VII and licensed to do business in the State of Washington. The Contracting Agency
reserves the right to approve or reject the insurance provided, based on the insurer’s financial
condition.
The Contractor shall keep this insurance in force without interruption from the commencement
of the Contractor’s Work through the term of the Contract and for thirty (30) days after the
Physical Completion date, unless otherwise indicated below.
If any insurance policy is written on a claims made form, its retroactive date, and that of all
subsequent renewals, shall be no later than the effective date of this Contract. The policy shall
state that coverage is claims made, and state the retroactive date. Claims-made form coverage
shall be maintained by the Contractor for a minimum of 36 months following the Completion
Date or earlier termination of this Contract, and the Contractor shall annually provide the
SP-46
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Contracting Agency with proof of renewal. If renewal of the claims made form of coverage
becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended
reporting period (“tail”) or execute another form of guarantee acceptable to the Contracting
Agency to assure financial responsibility for liability for services performed.
The Contractor’s Automobile Liability, Commercial General Liability and Excess or Umbrella
Liability insurance policies shall be primary and non-contributory insurance as respects the
Contracting Agency’s insurance, self-insurance, or self-insured pool coverage. Any insurance,
self-insurance, or self-insured pool coverage maintained by the Contracting Agency shall be
excess of the Contractor’s insurance and shall not contribute with it.
The Contractor shall provide the Contracting Agency and all additional insureds with written
notice of any policy cancellation, within two business days of their receipt of such notice. The
Contractor shall not begin work under the Contract until the required insurance has been
obtained and approved by the Contracting Agency.
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.
All costs for insurance shall be incidental to and included in the unit or lump sum prices of the
Contract and no additional payment will be made.
1-07.18(2) Additional Insured
All insurance policies, with the exception of Workers Compensation, and of Professional Liability
and Builder’s Risk (if required by this Contract) shall name the following listed entities as
additional insured(s) using the forms or endorsements required herein:
· The Contracting Agency and its officers, elected officials, employees,
agents, and volunteers.
The above-listed entities shall be additional insured(s) for the full available limits of liability
maintained by the Contractor, irrespective of whether such limits maintained by the Contractor
are greater than those required by this Contract, and irrespective of whether the Certificate of
Insurance provided by the Contractor pursuant to 1-07.18(4) describes limits lower than those
maintained by the Contractor.
For Commercial General Liability insurance coverage, the required additional insured
endorsements shall be at least as broad as ISO forms 43 CG 20 10 10 01 for ongoing
operations and CG 20 37 10 01 for completed operations.
SP-47
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
1-07.18(3) Subcontractors
The Contractor shall cause each Subcontractor of every tier to provide insurance coverage that
complies with all applicable requirements of the Contractor-provided insurance as set forth
herein, except the Contractor shall have sole responsibility for determining the limits of coverage
required to be obtained by Subcontractors.
The Contractor shall ensure that all Subcontractors of every tier add all entities listed in
1-07.18(2) as additional insureds, and provide proof of such on the policies as required by that
section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO CG 20 10 10
01 for ongoing operations and CG 20 37 10 01 for completed operations.
Upon request by the Contracting Agency, the Contractor shall forward to the Contracting
Agency evidence of insurance and copies of the additional insured endorsements of each
subcontractor of every tier as required in Section 1-07.18(4) Verification of Coverage.
1-07.18(4) Verification of Coverage
The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and
endorsements for each policy of insurance meeting the requirements set forth herein when the
Contractor delivers the signed Contract for the work. Failure of Contracting Agency to demand
such verification of coverage with these insurance requirements or failure of Contracting Agency
to identify a deficiency from the insurance documentation provided shall not be construed as a
waiver of Contractor’s obligation to maintain such insurance.
Verification of coverage shall include:
An ACORD certificate or a form determined by the Contracting Agency to be equivalent.
Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07.18(2)
as additional insured(s), showing the policy number. The Contractor may submit a copy of any
blanket additional insured clause from its policies instead of a separate endorsement.
Any other amendatory endorsements to show the coverage required herein.
A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these
requirements – actual endorsements must be submitted.
Upon request by the Contracting Agency, the Contractor shall forward to the Contracting
Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is required
on this Project, a full and certified copy of that policy is required when the Contractor delivers
the signed Contract for the work.
1-07.18(5) Coverages and Limits
The insurance shall provide the minimum coverages and limits set forth below. Contractor’s
maintenance of insurance, its scope of coverage, and limits as required herein shall not be
construed to limit the liability of the Contractor to the coverage provided by such insurance, or
otherwise limit the Contracting Agency’s recourse to any remedy available at law or in equity.
All deductibles and self-insured retentions must be disclosed and are subject to approval by the
Contracting Agency. The cost of any claim payments falling within the deductible or self-insured
SP-48
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
retention shall be the responsibility of the Contractor. In the event an additional insured incurs a
liability subject to any policy’s deductibles or self-insured retention, said deductibles or
self-insured retention shall be the responsibility of the Contractor.
1-07.18(5)A Commercial General Liability
Commercial General Liability insurance shall be written on coverage forms at least as broad as
ISO occurrence form CG 00 01, including but not limited to liability arising from premises,
operations, stop gap liability, independent contractors, products-completed operations, personal
and advertising injury, and liability assumed under an insured contract. There shall be no
exclusion for liability arising from explosion, collapse or underground property damage. The
Commercial General Liability insurance shall be endorsed to provide a per project general
aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement.
Contractor shall maintain Commercial General Liability Insurance arising out of the Contractor’s
completed operations for at least three years following Substantial Completion of the Work.
Such policy must provide the following minimum limits:
$1,000,000 Each Occurrence
$2,000,000 General Aggregate
$2,000,000 Products & Completed Operations Aggregate
$1,000,000 Personal & Advertising Injury each offence
$1,000,000 Stop Gap / Employers’ Liability each accident
1-07.18(5)B Automobile Liability
Automobile Liability shall cover owned, non-owned, hired, and leased vehicles; and shall be
written on a coverage form at least as broad as ISO form CA 00 01. If the work involves the
transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99 48
endorsements.
Such policy must provide the following minimum limit:
$1,000,000 Combined single limit each accident 1-07.18(5)C Workers’ Compensation
The Contractor shall comply with Workers’ Compensation coverage as required by the Industrial
Insurance laws of the State of Washington.
1-07.18(5)D Excess or Umbrella Liability
(January 4, 2016 APWA GSP)
The Contractor shall provide Excess or Umbrella Liability insurance with limits of not less than 2
million each occurrence and annual aggregate. This excess or umbrella liability coverage shall
be excess over and as least as broad in coverage as the Contractor’s Commercial General and
Auto Liability insurance.
All entities listed under 1-07.18(2) of these Special Provisions shall be named as additional
insureds on the Contractor’s Excess or Umbrella Liability insurance policy.
SP-49
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
This requirement may be satisfied instead through the Contractor’s primary Commercial
General and Automobile Liability coverages, or any combination thereof that achieves the
overall required limits of insurance.
1-07.23 Public Convenience and Safety
1-07.23(1) Construction Under Traffic
This section is supplemented with the following:
(February 3, 2020) Work Zone Clear Zone
The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The WZCZ
applies only to temporary roadside objects introduced by the Contractor’s operations and does
not apply to preexisting conditions or permanent Work. Those work operations that are actively
in progress shall be in accordance with adopted and approved Traffic Control Plans, and other
contract requirements.
During nonworking hours equipment or materials shall not be within the WZCZ unless they are
protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete
barrier shall be permitted only if the Engineer approves the installation and location.
During actual hours of work, unless protected as described above, only materials absolutely
necessary to construction shall be within the WZCZ and only construction vehicles absolutely
necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the
shoulder of the roadway.
The Contractor’s nonessential vehicles and employees private vehicles shall not be permitted to
park within the WZCZ at any time unless protected as described above.
Deviation from the above requirements shall not occur unless the Contractor has requested the
deviation in writing and the Engineer has provided written approval.
Minimum WZCZ distances are measured from the edge of traveled way and will be determined
as follows:
Regulatory Posted Speed Distance From Traveled Way (feet)
35 mph or less 10
40 mph 15
45 to 50 mph 20
55 to 60 mph 30
65 mph or greater 35
(January 5, 2015)
Lane closures are subject to the following restrictions:
Within the Project Limits on Airport Way, from Rainier Ave N. to the approximately 3,000 feet
east to the point of connection in Logan Ave N. Project limits also extend approximately 4,000
SP-50
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
feet north along Rainier Ave N, from the intersection of Airport Way and Rainier Ave N. The
Contractor shall keep at least one lane in each direction open to traffic at all times, unless
specifically otherwise approved by the Engineer.
The Contractor shall be responsible for notifying with all property owners and/or residents who
might be affected by construction activities. The amount of time that a driveway can be closed
will be limited. The Contractor shall coordinate with individual property owners and/or residents
for the amount of time that a driveway can be closed prior to commencing driveway closures.
The Contractor shall be notified individual property owners and/or residents in writing at least
72 hours in advance of any planned driveway closures, with copies delivered to the Engineer.
If the Engineer determines the permitted closure hours adversely affect traffic, the 21 Engineer
may adjust the hours accordingly. The Engineer will notify the Contractor 22 in writing of any
change in the closure hours.
Lane closures are not allowed on any of the following:
A holiday
A holiday weekend; holidays that occur on Friday, Saturday, Sunday or Monday are considered
a holiday weekend. A holiday weekend includes Saturday, Sunday, and the holiday.
After 3:00 PM on the day prior to a holiday or holiday weekend, and Before 7:00 am on the day
after the holiday or holiday weekend.
Additional Requirements:
1. The Contractor shall provide a minimum of ten (10) days’ notice of closures utilizing
Portable Changeable Message Signs at the closure location.
2. The Contractor, at his or her sole expense, may seek approval for extended or modified
working hours. Such Plans must be approved by the Contracting Agency.
3. The existing lighting system shall remain operational until the new system is functioning.
The Engineer may approve partial interruptions required because of staging.
4. Existing pedestrian access shall be maintained and the work, with the least possible
inconvenience or delay, shall be limited to one corner at a time.
1-07.24 Rights of Way
(July 23, 2015 APWA GSP)
Delete this section and replace it with the following:
Street Right of Way lines, limits of easements, and limits of construction permits are indicated in
the Plans. The Contractor’s construction activities shall be confined within these limits, unless
arrangements for use of private property are made.
Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and
easements, both permanent and temporary, necessary for carrying out the work. Exceptions to
SP-51
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
this are noted in the Bid Documents or will be brought to the Contractor’s attention by a duly
issued Addendum.
Whenever any of the work is accomplished on or through property other than public Right of
Way, the Contractor shall meet and fulfill all covenants and stipulations of any easement
agreement obtained by the Contracting Agency from the owner of the private property. Copies
of the easement agreements may be included in the Contract Provisions or made available to
the Contractor as soon as practical after they have been obtained by the Engineer.
Whenever easements or rights of entry have not been acquired prior to advertising, these areas
are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas
where right of way, easements or rights of entry have not been acquired until the Engineer
certifies to the Contractor that the right of way or easement is available or that the right of entry
has been received. If the Contractor is delayed due to acts of omission on the part of the
Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be
entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of
contract.
Each property owner shall be given 48 hours notice prior to entry by the Contractor. This
includes entry onto easements and private property where private improvements must be
adjusted.
The Contractor shall be responsible for providing, without expense or liability to the Contracting
Agency, any additional land and access thereto that the Contractor may desire for temporary
construction facilities, storage of materials, or other Contractor needs. However, before using
any private property, whether adjoining the work or not, the Contractor shall file with the
Engineer a written permission of the private property owner, and, upon vacating the premises, a
written release from the property owner of each property disturbed or otherwise interfered with
by reasons of construction pursued under this contract. The statement shall be signed by the
private property owner, or proper authority acting for the owner of the private property affected,
stating that permission has been granted to use the property and all necessary permits have
been obtained or, in the case of a release, that the restoration of the property has been
satisfactorily accomplished. The statement shall include the parcel number, address, and date
of signature. Written releases must be filed with the Engineer before the Completion Date will be
established.
1-08 PROSECUTION AND PROGRESS
1-08.0 Preliminary Matters
(May 25, 2006 APWA GSP)
Add the following new section:
SP-52
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
1-08.0(1) Preconstruction Conference
(October 10, 2008 APWA GSP)
Prior to the Contractor beginning the work, a preconstruction conference will be held between
the Contractor, the Engineer and such other interested parties as may be invited. The purpose
of the preconstruction conference will be:
1. To review the initial progress schedule;
2. To establish a working understanding among the various parties associated or affected
by the work;
3. To establish and review procedures for progress payment, notifications, approvals,
submittals, etc.;
4. To establish normal working hours for the work;
5. To review safety standards and traffic control; and
6. To discuss such other related items as may be pertinent to the work.
The Contractor shall prepare and submit at the preconstruction conference the following:
1. A breakdown of all lump sum items;
2. A preliminary schedule of working drawing submittals; and
3. A list of material sources for approval if applicable.
Add the following new section:
1-08.0(2) Hours of Work (December 8, 2014 APWA GSP)
Except in the case of emergency or unless otherwise approved by the Engineer, the normal
working hours for the Contract shall be any consecutive 8-hour period between 7:00 a.m. and
6:00 p.m. Monday through Friday, exclusive of a lunch break. If the Contractor desires different
than the normal working hours stated above, the request must be submitted in writing prior to
the preconstruction conference, subject to the provisions below. The working hours for the
Contract shall be established at or prior to the preconstruction conference.
All working hours and days are also subject to local permit and ordinance conditions (such as
noise ordinances).
If the Contractor wishes to deviate from the established working hours, the Contractor shall
submit a written request to the Engineer for consideration. This request shall state what hours
are being requested, and why. Requests shall be submitted for review no later than the noon
prior to the day(s) the Contractor is requesting to change the hours.
If the Contracting Agency approves such a deviation, such approval may be subject to certain
other conditions, which will be detailed in writing. For example:
1. On non-Federal aid projects, requiring the Contractor to reimburse the Contracting
Agency for the costs in excess of straight-time costs for Contracting Agency
representatives who worked during such times. (The Engineer may require designated
representatives to be present during the work. Representatives who may be deemed
SP-53
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
necessary by the Engineer include, but are not limited to: survey crews; personnel from
the Contracting Agency’s material testing lab; inspectors; and other Contracting Agency
employees or third party consultants when, in the opinion of the Engineer, such work
necessitates their presence.)
2. Considering the work performed on Saturdays, Sundays, and holidays as working days
with regard to the contract time.
3. Considering multiple work shifts as multiple working days with respect to contract time
even though the multiple shifts occur in a single 24-hour period.
4. If a 4-10 work schedule is requested and approved the non-working day for the week will
be charged as a working day.
5. If Davis Bacon wage rates apply to this Contract, all requirements must be met and
recorded properly on certified payroll.
1-08.1 Subcontracting
(December 19, 2019 APWA GSP, Option A)
Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall
submit to the Engineer a certification (WSDOT Form 420-004) that a written agreement between
the Contractor and the subcontractor or between the subcontractor and any lower tier
subcontractor has been executed. This certification shall also guarantee that these subcontract
agreements include all the documents required by the Special Provision Federal Agency
Inspection.
A Subcontractor or lower tier Subcontractor will not be permitted to perform any work under the
contract until the following documents have been completed and submitted to the Engineer:
1. Request to Sublet Work (WSDOT Form 421-012), and Contractor and Subcontractor or
Lower Tier Subcontractor Certification for Federal-aid Projects (WSDOT Form 420-004).
2. The Contractor shall submit to the Engineer a completed Monthly Retainage Report
(WSDOT Form 272-065) within 15 calendar days after receipt of every monthly progress
payment until every Subcontractor and lower tier Subcontractor’s retainage has been
released.
The ninth paragraph, beginning with “On all projects, …” is revised to read:
The Contractor shall certify to the actual amount received from the Contracting Agency and
amounts paid to all firms that were used as Subcontractors, lower tier subcontractors,
manufacturers, regular dealers, or service providers on the Contract. This includes all
Disadvantaged, Minority, Small, Veteran or Women’s Business Enterprise firms. This
Certification shall be submitted to the Engineer on a monthly basis each month between
Execution of the Contract and Physical Completion of the Contract using the application
available at: https://wsdot.diversitycompliance.com. A monthly report shall be submitted for
every month between Execution of the Contract and Physical Completion regardless of whether
payments were made or work occurred.
SP-54
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
1-08.3(2)B Type B Progress Schedule
(March 13, 2012 APWA GSP)
Revise the first paragraph to read:
The Contractor shall submit a preliminary Type B Progress Schedule at or prior to the
preconstruction conference. The preliminary Type B Progress Schedule shall comply with all of
these requirements and the requirements of Section 1-08.3(1), except that it may be limited to
only those activities occurring within the first 60-working days of the project.
Revise the first sentence of the second paragraph to read:
The Contractor shall submit 2 copies of a Type B Progress Schedule depicting the entire project
no later than 21-calendar days after the preconstruction conference.
1-08.4 Prosecution of Work
Delete this section and replace it with the following:
1-08.4 Notice to Proceed and Prosecution of Work
(July 23, 2015 APWA GSP)
Notice to Proceed will be given after the contract has been executed and the contract bond and
evidence of insurance have been approved and filed by the Contracting Agency. The Contractor
shall not commence with the work until the Notice to Proceed has been given by the Engineer.
The Contractor shall commence construction activities on the project site within ten days of the
Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently
pursue the work to the physical completion date within the time specified in the contract.
Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of
the responsibility to complete the work within the time(s) specified in the contract.
When shown in the Plans, the first order of work shall be the installation of high visibility fencing
to delineate all areas for protection or restoration, as described in the Contract. Installation of
high visibility fencing adjacent to the roadway shall occur after the placement of all necessary
signs and traffic control devices in accordance with 1-10.1(2). Upon construction of the fencing,
the Contractor shall request the Engineer to inspect the fence. No other work shall be performed
on the site until the Contracting Agency has accepted the installation of high visibility fencing, as
described in the Contract.
1-08.5 Time for Completion
This Section is supplemented with the following:
(March 13, 1995 WSDOT GSP)
SP-55
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
This project shall be physically completed within 60 working days.
(November 30, 2018 APWA GSP, Option A)
Revise the third and fourth paragraphs to read:
Contract time shall begin on the first working day following the Notice to Proceed Date.
Each working day shall be charged to the contract as it occurs, until the contract work is
physically complete. If substantial completion has been granted and all the authorized working
days have been used, charging of working days will cease. Each week the Engineer will provide
the Contractor a statement that shows the number of working days: (1) charged to the contract
the week before; (2) specified for the physical completion of the contract; and (3) remaining for
the physical completion of the contract. The statement will also show the nonworking days and
any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the
date of each statement, the Contractor shall file a written protest of any alleged discrepancies in
it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the
Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest
in that period, the Contractor shall be deemed as having accepted the statement as correct. If
the Contractor is approved to work 10 hours a day and 4 days a week (a 4-10 schedule) and the
fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working
day then the fifth day of that week will be charged as a working day whether or not the
Contractor works on that day.
Revise the sixth paragraph to read:
The Engineer will give the Contractor written notice of the completion date of the contract after
all the Contractor’s obligations under the contract have been performed by the Contractor. The
following events must occur before the Completion Date can be established:
1. The physical work on the project must be complete; and
2. The Contractor must furnish all documentation required by the contract and required by
law, to allow the Contracting Agency to process final acceptance of the contract. The
following documents must be received by the Project Engineer prior to establishing a
completion date:
a. Certified Payrolls (per Section 1-07.9(5)).
b. Material Acceptance Certification Documents
c. Monthly Reports of Amounts Credited as DBE Participation, as required by the
Contract Provisions.
d. Final Contract Voucher Certification
e. Copies of the approved “Affidavit of Prevailing Wages Paid” for the Contractor and all
Subcontractors
f. A copy of the Notice of Termination sent to the Washington State Department of
Ecology (Ecology); the elapse of 30 calendar days from the date of receipt of the
Notice of Termination by Ecology; and no rejection of the Notice of Termination by
SP-56
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Ecology. This requirement will not apply if the Construction Stormwater General
Permit is transferred back to the Contracting Agency in accordance with Section
8-01.3(16).
g. Property owner releases per Section 1-07.24
1-08.6. Suspension of Work
This Section is supplemented with the following:
(January 2, 2018 WSDOT GSP)
Contract time may be suspended for procurement of critical materials (Procurement 3
Suspension). In order to receive a Procurement Suspension, the Contractor shall within 21
calendar days after execution by the Contracting Agency, place purchase orders for all
materials deemed critical by the Contracting Agency for physical completion of the contract. The
Contractor shall provide copies of purchase orders for the critical materials. Such purchase
orders shall disclose the purchase order date and estimated delivery dates for such critical
material.
The Contractor shall show procurement of the materials listed below as activities in the
Progress Schedule. If the approved Progress Schedule indicates that the materials procurement
are critical activities, and if the Contractor has provided documentation that purchase orders are
placed for the critical materials within the prescribed 21 calendar days, then contract time will be
suspended upon physical completion of all critical work except that work dependent upon the
below listed critical materials:
***Signal Poles***
***Pedestrian Luminaire Pole***
Charging of contract time will resume upon delivery of the critical materials to the Contractor or
120 calendar days after execution by the Contracting Agency, whichever occurs first.
1-08.9 Liquidated Damages
(August 14, 2013 APWA GSP)
Revise the fourth paragraph to read:
When the Contract Work has progressed to Substantial Completion as defined in the Contract,
the Engineer may determine that the work is Substantially Complete. The Engineer will notify
the Contractor in writing of the Substantial Completion Date. For overruns in Contract time
occurring after the date so established, the formula for liquidated damages shown above will not
apply. For overruns in Contract time occurring after the Substantial Completion Date, liquidated
damages shall be assessed on the basis of direct engineering and related costs assignable to
the project until the actual Physical Completion Date of all the Contract Work. The Contractor
shall complete the remaining Work as promptly as possible. Upon request by the Project
SP-57
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Engineer, the Contractor shall furnish a written schedule for completing the physical Work on
the Contract.
1-09.2(1) General Requirements for Weighing Equipment
(July 23, 2015 APWA GSP, Option 2)
Revise item 4 of the fifth paragraph to read:
4. Test results and scale weight records for each day’s hauling operations are provided to
the Engineer daily. Reporting shall utilize WSDOT form 422-027, Scaleman’s Daily
Report, unless the printed ticket contains the same information that is on the Scaleman’s
Daily Report Form. The scale operator must provide AM and/or PM tare weights for each
truck on the printed ticket.
1-09.2(5) Measurement
(May 2, 2017 APWA GSP)
Revise the first paragraph to read:
Scale Verification Checks – At the Engineer’s discretion, the Engineer may perform verification
checks on the accuracy of each batch, hopper, or platform scale used in weighing contract
items of Work.
1-09.2(6) Payment
This Section is revised to read as follows:
(January 3, 2011 WSDOT GSP)
Unless otherwise specified, the Contracting Agency will pay for no materials received by weight
unless they have been weighed in accordance with the requirements of this section.
Unit contract prices for the various pay items of the project cover all costs related to weighing
and proportioning materials for payment. These costs include those for furnishing, installing,
certifying, maintaining and operating scales for initial weighing, those for extra haul distance and
time involved in complying with confirmation testing requirements, and those for any other
related item specified in this section.
1-09.6 Force Account
(October 10, 2008 APWA GSP)
Supplement this section with the following:
The Contracting Agency has estimated and included in the Proposal, dollar amounts for all
items to be paid per force account, only to provide a common proposal for Bidders. All such
dollar amounts are to become a part of Contractor’s total bid. However, the Contracting Agency
SP-58
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
does not warrant expressly or by implication, that the actual amount of work will correspond with
those estimates. Payment will be made on the basis of the amount of work actually authorized
by Engineer.
1-09.9 Payments
(March 13, 2012 APWA GSP)
Delete the first four paragraphs and replace them with the following:
The basis of payment will be the actual quantities of Work performed according to the Contract
and as specified for payment.
The Contractor shall submit a breakdown of the cost of lump sum bid items at the
Preconstruction Conference, to enable the Project Engineer to determine the Work performed
on a monthly basis. A breakdown is not required for lump sum items that include a basis for
incremental payments as part of the respective Specification. Absent a lump sum breakdown,
the Project Engineer will make a determination based on information available. The Project
Engineer’s determination of the cost of work shall be final.
Progress payments for completed work and material on hand will be based upon progress
estimates prepared by the Engineer. A progress estimate cutoff date will be established at the
preconstruction conference.
The initial progress estimate will be made not later than 30 days after the Contractor
commences the work, and successive progress estimates will be made every month thereafter
until the Completion Date. Progress estimates made during progress of the work are tentative,
and made only for the purpose of determining progress payments. The progress estimates are
subject to change at any time prior to the calculation of the final payment.
The value of the progress estimate will be the sum of the following:
Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work
completed multiplied by the unit price.
Lump Sum Items in the Bid Form — based on the approved Contractor’s lump sum breakdown
for that item, or absent such a breakdown, based on the Engineer’s determination.
Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other
storage area approved by the Engineer.
Change Orders — entitlement for approved extra cost or completed extra work as determined
by the Engineer.
Progress payments will be made in accordance with the progress estimate less: Retainage per
Section 1-09.9(1), on non FHWA-funded projects;
The amount of progress payments previously made; and Funds withheld by the Contracting
Agency for disbursement in accordance with the Contract Documents.
SP-59
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Progress payments for work performed shall not be evidence of acceptable performance or an
admission by the Contracting Agency that any work has been satisfactorily completed. The
determination of payments under the contract will be final in accordance with Section 1-05.1.
1-09.9(1) Retainage
This Section including title is deleted and replaced with the following:
(June 27, 2011 WSDOT GSP)
Vacant
1-09.11(3) Time Limitation and Jurisdiction
(November 30, 2018 APWA GSP)
Revise this section to read:
For the convenience of the parties to the Contract it is mutually agreed by the parties that any
claims or causes of action which the Contractor has against the Contracting Agency arising from
the Contract shall be brought within 180 calendar days from the date of final acceptance
(Section 1-05.12) of the Contract by the Contracting Agency; and it is further agreed that any
such claims or causes of action shall be brought only in the Superior Court of the county where
the Contracting Agency headquarters is located, provided that where an action is asserted
against a county, RCW 36.01.050 shall control venue and jurisdiction. The parties understand
and agree that the Contractor’s failure to bring suit within the time period provided, shall be a
complete bar to any such claims or causes of action. It is further mutually agreed by the parties
that when any claims or causes of action which the Contractor asserts against the Contracting
Agency arising from the Contract are filed with the Contracting Agency or initiated in court, the
Contractor shall permit the Contracting Agency to have timely access to any records deemed
necessary by the Contracting Agency to assist in evaluating the claims or action.
1-09.13(3)A Administration of Arbitration
(July 23, 2015 APWA GSP)
Revise the third paragraph to read:
The Contracting Agency and the Contractor mutually agree to be bound by the decision of the
arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the
Superior Court of the county in which the Contracting Agency’s headquarters is located,
provided that where claims subject to arbitration are asserted against a county,
RCW 36.01.05 shall control venue and jurisdiction of the Superior Court. The decision of the
arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the
Contract as a basis for decisions.
SP-60
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
1-10 TEMPORARY TRAFFIC CONTROL
1-10.2 Traffic Control Management
1-10.2(1) General
This section is supplemented with the following:
(January 3, 2017 WSDOT GSP)
Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State
of Washington. The Traffic Control Supervisor shall be certified by one of the following:
The Northwest Laborers-Employers Training Trust 27055 Ohio Ave.
Kingston, WA 98346
360) 297-3035
Evergreen Safety Council 12545 135th Ave. NE
Kirkland, WA 98034-8709
1-800-521-0778
The American Traffic Safety Services Association Riverside Parkway, Suite 100
Fredericksburg, Virginia 22406-1022
Training Dept. Toll Free (877) 642-4637
Phone: (540) 368-1701
1-10.2(3) Conformance to Established Standards
This section is revised to read:
Must use once preceding any of the following:
MASH Compliance Requirements
1-10.3(3)L Contractor Provided Uniformed Police Officer
Section 1-10.3(3)M is a new section:
The Contractor shall arrange for uniformed police officers that are off duty to be present for the
following:
· For all activities within 150 feet of signalized intersections where the operation of the
signal will be adversely affected.
· Countermanding a traffic signal indication at a signalized intersection.
· Directing vehicle and pedestrian traffic when a traffic signal indication is turned off or
inoperative.
SP-61
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
·For all other conditions where the Engineer deems it necessary for safety, including
Work hours of darkness.
The Contractor shall identify the use of uniformed police officers on the Traffic Control Plan(s),
The Contractor shall obtain approval from the Engineer prior to use of uniformed police officers.
1-10.4 Measurement
1-10.4(3) Reinstating Unit Items With Lump Sum Traffic Control
Section 1-10.4(3) is supplemented with the following:
(August 2, 2004 WSDOT GSP)
The bid proposal contains the item “Project Temporary Traffic Control,” lump sum and the
additional temporary traffic control items listed below. The provisions of Section 1-10.4(1),
Section 1-10.4(3), and Section 1-10.5(3) shall apply.
“Portable Changeable Message Sign”
“Contractor Provided Uniformed Police Officer”
1-10.5 Payment
1-10.5(2) Item Bids With Lump Sum for Incidentals
Section 1-10.5(2) is supplemented with the following:
“Portable Changeable Message Sign,” per hour.
(May 20, 2020 WSDOT GSP)
“Contractor Provided Uniformed Police Officer,” per hour.
The unit Contract price per hour for “Contractor Provided Uniformed Police Officer” shall be full
pay for performing the Work as specified and as shown in the Plans, including all costs for
arrangement for and supervision of a uniformed law enforcement personnel and vehicles to
participate in the Contractor’s traffic control activities.
END OF DIVISION 1
SP-62
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
This page intentionally blank.
SP-63
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
DIVISION 2
EARTHWORK
2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP
2-01.2 Disposal of Usable material and Debris
(******Renton GSP)
This Section is supplemented with the following:
The Contractor shall dispose of all debris by Disposal Method No. 2 – Waste Site.
2-01.3(3) Tree Protection
The Contractor shall install tree protection fencing for protection of those trees identified and
detailed on the Plans, and where directed and approved by the Engineer. No soil disturbance
shall occur before tree protection fences are installed. Fence shall remain in place until all
construction is completed.
2-01.5 Payment
Revise this section with the following:
“Clearing and Grubbing,” per lump sum.
The unit Contract price per lump sum for “Clearing and Grubbing” shall be full pay for all Work
described in Section 2-01 including removal, haul, and disposal. All costs associated with tree
protection fencing and removing trees identified on the Plans shall be included in the lump sum
“Clearing and Grubbing” and no additional payment will be made.
Selective trimming of trees/shrubs as noted in the Plans shall be included in the lump sum
contract price for Clearing and Grubbing.
2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS
2-02.1 Description
This Section is supplemented with the following:
Removal of Structure and Obstruction shall include, but not be limited to, removal of
approximately:
· Asphalt/Cement Concrete Pavement,
and Sidewalk Removal 1,000 SY
· Curb and Gutter Removal 500 LF
SP-64
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
· Fence or Railing Removal 80 LF
· Catch Basin Removal 1 EA
Add the following new section:
2-02.3(4) Sawcutting
Where sawcutting is required, the sawcut shall be three inches deep minimum. Where the
existing pavement is more than three inches thick, the portion below the top three inches may
be broken after the sawcut is made. Sawcuts shall be cleaned using high-pressure water (1,400
psi or greater), or another method as approved by the Engineer.
Care shall be taken to prevent damage to the existing pavement specified to remain. All damage
to existing pavement specified to remain shall be repaired in accordance with Section 1-07.13.
The Contractor shall perform all sawcutting work, including all containment, collection and
disposal of sawcutting debris and wastewater, in accordance with Section 1-07.5(3).
2-02.4 Measurement
This Section is supplemented with the following:
Sawcutting will be measured by the linear foot of sawcut, whether full-depth or a specified
depth, along the line and grade of the sawcut and the limits of the sawcut as shown in the
Plans.
2-02.5 Payment
Revise this Section with the following:
The bid item “Removal of Structures and Obstructions” shall include the removal of sidewalks,
curbs, or gutters that lie within an excavation area.
This Section is supplemented with the following:
“Sawcutting,” per linear foot.
The unit contract price per linear foot for “Sawcutting” shall be full pay for performing the work
as specified, including containment, collection, and disposal of all sawcutting debris and
wastewater.
Payment for Sawcutting will be made for the original sawcut. No additional payment will be
made for fresh sawcuts made to replace damaged or raveled edges. Payment per linear foot
shall include all sawcutting regardless of depth or type of material cut.
SP-65
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
2-03 ROADWAY EXCAVATION AND EMBANKMENT
2-03.1 Description
This Section is supplemented with the following:
Roadway Excavation Incl. Haul shall include, but not be limited to, removal of approximately 150
cubic yards of roadway excavation.
2-03.3 Construction Requirements
2-03.3(14)C Compacting Earth Embankments
Supplement this section with the following:
Method C shall be used for this project.
2-03.4 Measurement
Revise this Section with the following:
No specific unit of measurement shall apply to the lump sum item of Roadway Excavation Incl.
Haul.
2-03.5 Payment
Revise this section with the following:
“Roadway Excavation Incl. Haul,” lump sum.
The lump sum contract price for “Roadway Excavation Incl. Haul” shall be full compensation for
all costs incurred for excavating, loading, placing, hauling, or otherwise disposing of the
material.
2-04 HAUL
2-05.5 Payment
(******Renton GSP)
This Section is revised and supplemented as follows:
All costs for the hauling of material to, from, or on the job site shall be considered incidental to
and included in the unit price of other units of work.
SP-66
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
2-06 SUBGRADE PREPARATION
2-06.5 Measurement and Payment
(******Renton GSP)
This Section is supplemented by adding the following:
Subgrade preparation and maintenance including watering shall be considered as incidental to
the construction and all costs thereof shall be included in the appropriate unit or lump sum
contract bid prices.
2-09 STRUCTURE EXCAVATION
2-09.4 Measurement
Revise this Section with the following:
No specific unit of measurement shall apply to the bid item of Shoring or Extra Excavation
Class B.
2-09.5 Payment
Revise this section with the following:
“Shoring or Extra Excavation Class B,” lump sum.
The lump sum contract price for “Shoring or Extra Excavation Class B” shall be full pay for all
excavation, backfill, compaction and other Work required when extra excavation is used in lieu
of constructing shoring.
The paragraph beginning “If there is no Bid item for shoring…” is deleted.
END OF DIVISION 2
SP-67
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
DIVISION 5
SURFACE TREATMENTS AND PAVEMENTS
5-04 Hot Mix Asphalt
(July 18, 2018 APWA GSP)
Delete Section 5-04 and amendments, Hot Mix Asphalt and replace it with the following:
5-04.1 Description
This Work shall consist of providing and placing one or more layers of plant-mixed hot mix
asphalt (HMA) on a prepared foundation or base in accordance with these Specifications
and the lines, grades, thicknesses, and typical cross-sections shown in the Plans. The
manufacture of HMA may include warm mix asphalt (WMA) processes in accordance with
these Specifications. WMA processes include organic additives, chemical additives, and
foaming.
HMA shall be composed of asphalt binder and mineral materials as may be required, mixed
in the proportions specified to provide a homogeneous, stable, and workable mixture.
5-04.2 Materials
Materials shall meet the requirements of the following sections:
Asphalt Binder 9-02.1(4)
Cationic Emulsified Asphalt 9-02.1(6)
Anti-Stripping Additive 9-02.4
HMA Additive 9-02.5
Aggregates 9-03.8
Recycled Asphalt Pavement 9-03.8(3)B
Mineral Filler 9-03.8(5)
Recycled Material 9-03.21
Portland Cement 9-01
Sand 9-03.1(2)
(As noted in 5-04.3(5)C for crack sealing)
Joint Sealant 9-04.2
Foam Backer Rod 9-04.2(3)A
The Contract documents may establish that the various mineral materials required for the
manufacture of HMA will be furnished in whole or in part by the Contracting Agency. If the
documents do not establish the furnishing of any of these mineral materials by the
Contracting Agency, the Contractor shall be required to furnish such materials in the
amounts required for the designated mix. Mineral materials include coarse and fine
aggregates, and mineral filler.
The Contractor may choose to utilize recycled asphalt pavement (RAP) in the production of
HMA. The RAP may be from pavements removed under the Contract, if any, or pavement
material from an existing stockpile.
SP-68
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
The Contractor may use up to 20 percent RAP by total weight of HMA with no additional
sampling or testing of the RAP. The RAP shall be sampled and tested at a frequency of one
sample for every 1,000 tons produced and not less than ten samples per project. The
asphalt content and gradation test data shall be reported to the Contracting Agency when
submitting the mix design for approval on the QPL. The Contractor shall include the RAP as
part of the mix design as defined in these Specifications.
The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder
from different sources is not permitted.
The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA
with 20 percent or less RAP by total weight of HMA. The Contractor shall submit to the
Engineer for approval the process that is proposed and how it will be used in the
manufacture of HMA.
Production of aggregates shall comply with the requirements of Section 3-01.
Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates
from stockpiles shall comply with the requirements of Section 3-02.
5-04.2(1) How to Get an HMA Mix Design on the QPL
If the contractor wishes to submit a mix design for inclusion in the Qualified Products List
(QPL), please follow the WSDOT process outlined in Standard Specification 5-04.2(1).
5-04.2(1)A Vacant
5-04.2(2) Mix Design – Obtaining Project Approval
No paving shall begin prior to the approval of the mix design by the Engineer.
Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in
the contract documents.
Commercial evaluation will be used for Commercial HMA and for other classes of HMA in
the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores,
prelevel, and pavement repair. Other nonstructural applications of HMA accepted by
commercial evaluation shall be as approved by the Project Engineer. Sampling and testing
of HMA accepted by commercial evaluation will be at the option of the Project Engineer. The
Proposal quantity of HMA that is accepted by commercial evaluation will be excluded from
the quantities used in the determination of nonstatistical evaluation.
Nonstatistical Mix Design. Fifteen days prior to the first day of paving the contractor shall
provide one of the following mix design verification certifications for Contracting Agency
review;
· The WSDOT Mix Design Evaluation Report from the current WSDOT QPL, or one of
the mix design verification certifications listed below.
SP-69
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
· The proposed HMA mix design on WSDOT Form 350-042 with the seal and
certification (stamp & sig-nature) of a valid licensed Washington State Professional
Engineer.
· The Mix Design Report for the proposed HMA mix design developed by a qualified
City or County laboratory that is within one year of the approval date.**
The mix design shall be performed by a lab accredited by a national authority such as
Laboratory Accreditation Bureau, L-A-B for Construction Materials Testing, The Construction
Materials Engineering Council (CMEC’s) ISO 17025 or AASHTO Accreditation Program
(AAP) and shall supply evidence of participation in the AASHTO: resource proficiency
sample program.
Mix designs for HMA accepted by Nonstatistical evaluation shall;
· Have the aggregate structure and asphalt binder content determined in accordance
with WSDOT Standard Operating Procedure 732 and meet the requirements of
Sections 9-03.8(2), except that Hamburg testing for ruts and stripping are at the
discretion of the Engineer, and 9-03.8(6).
· Have anti-strip requirements, if any, for the proposed mix design determined in
accordance with AASHTO T 283 or T 324, or based on historic anti-strip and
aggregate source compatibility from previous WSDOT lab testing.
At the discretion of the Engineer, agencies may accept verified mix designs older than 12
months from the original verification date with a certification from the Contractor that the
materials and sources are the same as those shown on the original mix design.
Commercial Evaluation Approval of a mix design for “Commercial Evaluation” will be based
on a review of the Contractor’s submittal of WSDOT Form 350-042 (For commercial mixes,
AASHTO T 324 evaluation is not required) or a Mix Design from the current WSDOT QPL or
from one of the processes allowed by this section. Testing of the HMA by the Contracting
Agency for mix design approval is not required.
For the Bid Item Commercial HMA, the Contractor shall select a class of HMA and design
level of Equivalent Single Axle Loads (ESALs) appropriate for the required use.
5-04.2(2)B Using Warm Mix Asphalt Processes
The Contractor may elect to use additives that reduce the optimum mixing temperature or
serve as a compaction aid for producing HMA. Additives include organic additives, chemical
additives and foaming processes. The use of Additives is subject to the following:
· Do not use additives that reduce the mixing temperature more than allowed in
Section 5-04.3(6) in the production of mixtures.
· Before using additives, obtain the Engineer’s approval using WSDOT Form 350-076
to describe the proposed additive and process.
SP-70
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
5-04.3 Construction Requirements
5-04.3(1) Weather Limitations
Do not place HMA for wearing course on any Traveled Way beginning October 1st through
March 31st of the following year without written concurrence from the Engineer.
Do not place HMA on any wet surface, or when the average surface temperatures are less
than those specified below, or when weather conditions otherwise prevent the proper
handling or finishing of the HMA.
Minimum Surface Temperature for Paving
Compacted Thickness (Feet) Wearing Course Other Courses
Less than 0.10 55°F 45°F
0.10 to .20 45°F 35°F
More than 0.20 35°F 35°F
5-04.3(2) Paving Under Traffic
When the Roadway being paved is open to traffic, the requirements of this Section
shall apply.
The Contractor shall keep intersections open to traffic at all times except when paving the
intersection or paving across the intersection. During such time, and provided that there has
been an advance warning to the public, the intersection may be closed for the minimum time
required to place and compact the mixture. In hot weather, the Engineer may require the
application of water to the pavement to accelerate the finish rolling of the pavement and to
shorten the time required before reopening to traffic.
Before closing an intersection, advance warning signs shall be placed, and signs shall also
be placed marking the detour or alternate route.
During paving operations, temporary pavement markings shall be maintained throughout the
project. Temporary pavement markings shall be installed on the Roadway prior to opening
to traffic. Temporary pavement markings shall be in accordance with Section 8-23.
All costs in connection with performing the Work in accordance with these requirements,
except the cost of temporary pavement markings, shall be included in the unit Contract
prices for the various Bid items involved in the Contract.
5-04.3(3) Equipment
5-04.3(3)A Mixing Plant
Plants used for the preparation of HMA shall conform to the following requirements:
SP-71
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
1. Equipment for Preparation of Asphalt Binder – Tanks for the storage of asphalt
binder shall be equipped to heat and hold the material at the required temperatures.
The heating shall be accomplished by steam coils, electricity, or other approved
means so that no flame shall be in contact with the storage tank. The circulating
system for the asphalt binder shall be designed to ensure proper and continuous
circulation during the operating period. A valve for the purpose of sampling the
asphalt binder shall be placed in either the storage tank or in the supply line to the
mixer.
2. Thermometric Equipment – An armored thermometer, capable of detecting
temperature ranges expected in the HMA mix, shall be fixed in the asphalt binder
feed line at a location near the charging valve at the mixer unit. The thermometer
location shall be convenient and safe for access by Inspectors. The plant shall also
be equipped with an approved dial-scale thermometer, a mercury actuated
thermometer, an electric pyrometer, or another approved thermometric instrument
placed at the discharge chute of the drier to automatically register or indicate the
temperature of the heated aggregates. This device shall be in full view of the plant
operator.
3. Heating of Asphalt Binder – The temperature of the asphalt binder shall not exceed
the maximum recommended by the asphalt binder manufacturer nor shall it be below
the minimum temperature required to maintain the asphalt binder in a homogeneous
state. The asphalt binder shall be heated in a manner that will avoid local variations
in heating. The heating method shall provide a continuous supply of asphalt binder to
the mixer at a uniform average temperature with no individual variations exceeding
25°F. Also, when a WMA additive is included in the asphalt binder, the temperature
of the asphalt binder shall not exceed the maximum recommended by the
manufacturer of the WMA additive.
4. Sampling and Testing of Mineral Materials – The HMA plant shall be equipped
with a mechanical sampler for the sampling of the mineral materials. The mechanical
sampler shall meet the requirements of Section 1-05.6 for the crushing and
screening operation. The Contractor shall provide for the setup and operation of the
field-testing facilities of the Contracting Agency as provided for in Section 3-01.2(2).
5. Sampling HMA – The HMA plant shall provide for sampling HMA by one of the
following methods:
a. A mechanical sampling device attached to the HMA plant.
b. Platforms or devices to enable sampling from the hauling vehicle without entering
the hauling vehicle.
5-04.3(3)B Hauling Equipment
Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a
cover of canvas or other suitable material of sufficient size to protect the mixture from
adverse weather. Whenever the weather conditions during the work shift include, or are
forecast to include, precipitation or an air temperature less than 45°F or when time from
loading to unloading exceeds 30 minutes, the cover shall be securely attached to protect the
HMA.
SP-72
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
The contractor shall provide an environmentally benign means to prevent the HMA mixture
from adhering to the hauling equipment. Excess release agent shall be drained prior to filling
hauling equipment with HMA. Petroleum derivatives or other coating material that
contaminate or alter the characteristics of the HMA shall not be used. For live bed trucks,
the conveyer shall be in operation during the process of applying the release agent.
5-04.3(3)C Pavers
HMA pavers shall be self-contained, power-propelled units, provided with an internally
heated vibratory screed and shall be capable of spreading and finishing courses of HMA
plant mix material in lane widths required by the paving section shown in the Plans.
The HMA paver shall be in good condition and shall have the most current equipment
available from the manufacturer for the prevention of segregation of the HMA mixture
installed, in good condition, and in working order. The equipment certification shall list the
make, model, and year of the paver and any equipment that has been retrofitted.
The screed shall be operated in accordance with the manufacturer’s recommendations and
shall effectively produce a finished surface of the required evenness and texture without
tearing, shoving, segregating, or gouging the mixture. A copy of the manufacturer’s
recommendations shall be provided upon request by the Contracting Agency. Extensions
will be allowed provided they produce the same results, including ride, density, and surface
texture as obtained by the primary screed. Extensions without augers and an internally
heated vibratory screed shall not be used in the Traveled Way.
When specified in the Contract, reference lines for vertical control will be required. Lines
shall be placed on both outer edges of the Traveled Way of each Roadway. Horizontal
control utilizing the reference line will be permitted. The grade and slope for intermediate
lanes shall be controlled automatically from reference lines or by means of a mat
referencing device and a slope control device. When the finish of the grade prepared for
paving is superior to the established tolerances and when, in the opinion of the Engineer,
further improvement to the line, grade, cross-section, and smoothness can best be achieved
without the use of the reference line, a mat referencing device may be substituted for the
reference line. Substitution of the device will be subject to the continued approval of the
Engineer. A joint matcher may be used subject to the approval of the Engineer. The
reference line may be removed after the completion of the first course of HMA when
approved by the Engineer. Whenever the Engineer determines that any of these methods
are failing to provide the necessary vertical control, the reference lines will be reinstalled by
the Contractor.
The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and
accessories necessary for satisfactory operation of the automatic control equipment.
If the paving machine in use is not providing the required finish, the Engineer may suspend
Work as allowed by Section 1-08.6. Any cleaning or solvent type liquids spilled on the
pavement shall be thoroughly removed before paving proceeds.
SP-73
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
5-04.3(3)D Material Transfer Device or Material Transfer Vehicle
A Material Transfer Device/Vehicle (MTD/V) shall only be used with the Engineer’s approval,
unless other-wise required by the contract.
Where an MTD/V is required by the contract, the Engineer may approve paving without an
MTD/V, at the request of the Contractor. The Engineer will determine if an equitable
adjustment in cost or time is due.
When used, the MTD/V shall mix the HMA after delivery by the hauling equipment and prior
to laydown by the paving machine. Mixing of the HMA shall be sufficient to obtain a uniform
temperature throughout the mixture. If a windrow elevator is used, the length of the windrow
may be limited in urban areas or through intersections, at the discretion of the Engineer.
To be approved for use, an MTV:
1. Shall be self-propelled vehicle, separate from the hauling vehicle or paver.
2. Shall not be connected to the hauling vehicle or paver.
3. May accept HMA directly from the haul vehicle or pick up HMA from a windrow.
4. Shall mix the HMA after delivery by the hauling equipment and prior to placement
into the paving machine.
5. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the
mixture.
To be approved for use, an MTD:
1. Shall be positively connected to the paver.
2. May accept HMA directly from the haul vehicle or pick up HMA from a windrow.
3. Shall mix the HMA after delivery by the hauling equipment and prior to placement
into the paving machine.
4. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the
mixture.
5-04.3(3)E Rollers
Rollers shall be of the steel wheel, vibratory, oscillatory, or pneumatic tire type, in good
condition and capable of reversing without backlash. Operation of the roller shall be in
accordance with the manufacturer’s recommendations. When ordered by the Engineer for
any roller planned for use on the project, the Contractor shall provide a copy of the
manufacturer’s recommendation for the use of that roller for compaction of HMA. The
number and weight of rollers shall be sufficient to compact the mixture in compliance with
the requirements of Section 5-04.3(10). The use of equipment that results in crushing of the
aggregate will not be permitted. Rollers producing pickup, washboard, uneven compaction
of the surface, displacement of the mixture or other undesirable results shall not be used.
5-04.3(4) Preparation of Existing Paved Surfaces
When the surface of the existing pavement or old base is irregular, the Contractor shall bring
it to a uniform grade and cross-section as shown on the Plans or approved by the Engineer.
SP-74
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Preleveling of uneven or broken surfaces over which HMA is to be placed may be
accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as
approved by the Engineer.
Compaction of preleveling HMA shall be to the satisfaction of the Engineer and may require
the use of small steel wheel rollers, plate compactors, or pneumatic rollers to avoid bridging
across preleveled areas by the compaction equipment. Equipment used for the compaction
of preleveling HMA shall be approved by the Engineer.
Before construction of HMA on an existing paved surface, the entire surface of the
pavement shall be clean. All fatty asphalt patches, grease drippings, and other objectionable
matter shall be entirely removed from the existing pavement. All pavements or bituminous
surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign
matter. All holes and small depressions shall be filled with an appropriate class of HMA. The
surface of the patched area shall be leveled and compacted thoroughly. Prior to the
application of tack coat, or paving, the condition of the surface shall be approved by the
Engineer.
A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is
to be placed or abutted; except that tack coat may be omitted from clean, newly paved
surfaces at the discretion of the Engineer. Tack coat shall be uniformly applied to cover the
existing pavement with a thin film of residual asphalt free of streaks and bare spots at a rate
between 0.02 and 0.10 gallons per square yard of retained asphalt. The rate of application
shall be approved by the Engineer. A heavy application of tack coat shall be applied to all
joints. For Roadways open to traffic, the application of tack coat shall be limited to surfaces
that will be paved during the same working shift. The spreading equipment shall be
equipped with a thermometer to indicate the temperature of the tack coat material.
Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the
Contractor’s operation damages the tack coat it shall be repaired prior to placement of the
HMA.
The tack coat shall be CSS-1, or CSS-1h emulsified asphalt. The CSS-1 and CSS-1h
emulsified asphalt may be diluted once with water at a rate not to exceed one part water to
one part emulsified asphalt. The tack coat shall have sufficient temperature such that it may
be applied uniformly at the specified rate of application and shall not exceed the maximum
temperature recommended by the emulsified asphalt manufacturer.
5-04.3(4)A Crack Sealing
5-04.3(4)A1 General
When the Proposal includes a pay item for crack sealing, seal all cracks ¼ inch in width and
greater.
SP-75
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Cleaning: Ensure that cracks are thoroughly clean, dry and free of all loose and foreign
material when filling with crack sealant material. Use a hot compressed air lance to dry and
warm the pavement surfaces within the crack immediately prior to filling a crack with the
sealant material. Do not overheat pavement. Do not use direct flame dryers. Routing cracks
is not required.
Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly mix the
components and pour the mixture into the cracks until full. Add additional CSS-1 cationic
emulsified asphalt to the sand slurry as needed for workability to ensure the mixture will
completely fill the cracks. Strike off the sand slurry flush with the existing pavement surface
and allow the mixture to cure. Top off cracks that were not completely filled with additional
sand slurry. Do not place the HMA overlay until the slurry has fully cured.
The sand slurry shall consist of approximately 20 percent CSS-1 emulsified asphalt,
approximately 2 percent portland cement, water (if required), and the remainder clean Class
1 or 2 fine aggregate per section 9-03.1(2). The components shall be thoroughly mixed and
then poured into the cracks and joints until full. The following day, any cracks or joints that
are not completely filled shall be topped off with additional sand slurry. After the sand slurry
is placed, the filler shall be struck off flush with the existing pavement surface and allowed to
cure. The HMA overlay shall not be placed until the slurry has fully cured. The requirements
of Section 1-06 will not apply to the portland cement and sand used in the sand slurry.
In areas where HMA will be placed, use sand slurry to fill the cracks.
In areas where HMA will not be placed, fill the cracks as follows:
1. Cracks ¼ inch to 1 inch in width - fill with hot poured sealant.
2. Cracks greater than 1 inch in width – fill with sand slurry.
Hot Poured Sealant: For cracks that are to be filled with hot poured sealant, apply the
material in accordance with these requirements and the manufacturer’s recommendations.
Furnish a Type 1 Working Drawing of the manufacturer’s product information and
recommendations to the Engineer prior to the start of work, including the manufacturer’s
recommended heating time and temperatures, allowable storage time and temperatures
after initial heating, allowable reheating criteria, and application temperature range. Confine
hot poured sealant material within the crack. Clean any overflow of sealant from the
pavement surface. If, in the opinion of the Engineer, the Contractor’s method of sealing the
cracks with hot poured sealant results in an excessive amount of material on the pavement
surface, stop and correct the operation to eliminate the excess material.
5-04.3(4)A2 Crack Sealing Areas Prior to Paving
In areas where HMA will be placed, use sand slurry to fill the cracks.
5-04.3(4)A3 Crack Sealing Areas Not to be Paved
In areas where HMA will not be placed, fill the cracks as follows:
A. Cracks ¼ inch to 1 inch in width - fill with hot poured sealant.
SP-76
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
B. Cracks greater than 1 inch in width – fill with sand slurry.
5-04.3(4)B Vacant
5-04.3(4)C Pavement Repair
The Contractor shall excavate pavement repair areas and shall backfill these with HMA in
accordance with the details shown in the Plans and as marked in the field. The Contractor
shall conduct the excavation operations in a manner that will protect the pavement that is to
remain. Pavement not designated to be removed that is damaged as a result of the
Contractor’s operations shall be repaired by the Contractor to the satisfaction of the
Engineer at no cost to the Contracting Agency. The Contractor shall excavate only within
one lane at a time unless approved otherwise by the Engineer. The Contractor shall not
excavate more area than can be completely finished during the same shift, unless approved
by the Engineer.
Unless otherwise shown in the Plans or determined by the Engineer, excavate to a depth of
1.0 feet. The Engineer will make the final determination of the excavation depth required.
The minimum width of any pavement repair area shall be 40 inches unless shown otherwise
in the Plans. Before any excavation, the existing pavement shall be sawcut or shall be
removed by a pavement grinder. Excavated materials will become the property of the
Contractor and shall be disposed of in a Contractor-provided site off the Right of Way or
used in accordance with Sections 2-02.3(3) or 9-03.21.
Asphalt for tack coat shall be required as specified in Section 5-04.3(4). A heavy application
of tack coat shall be applied to all surfaces of existing pavement in the pavement repair
area.
Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35-foot
compacted depth. Lifts that exceed 0.35-foot of compacted depth may be accomplished with
the approval of the Engineer. Each lift shall be thoroughly compacted by a mechanical
tamper or a roller.
5-04.3(5) Producing/Stockpiling Aggregates and RAP
Aggregates and RAP shall be stockpiled according to the requirements of Section 3-02.
Sufficient storage space shall be provided for each size of aggregate and RAP. Materials
shall be removed from stockpile(s) in a manner to ensure minimal segregation when being
moved to the HMA plant for processing into the final mixture. Different aggregate sizes shall
be kept separated until they have been delivered to the HMA plant.
5-04.3(5)A Vacant
5-04.3(6) Mixing
After the required amount of mineral materials, asphalt binder, recycling agent and anti-
stripping additives have been introduced into the mixer the HMA shall be mixed until
complete and uniform coating of the particles and thorough distribution of the asphalt binder
throughout the mineral materials is ensured.
SP-77
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
When discharged, the temperature of the HMA shall not exceed the optimum mixing
temperature by more than 25°F as shown on the reference mix design report or as approved
by the Engineer. Also, when a WMA additive is included in the manufacture of HMA, the
discharge temperature of the HMA shall not exceed the maximum recommended by the
manufacturer of the WMA additive. A maximum water content of 2 percent in the mix, at
discharge, will be allowed providing the water causes no problems with handling, stripping,
or flushing. If the water in the HMA causes any of these problems, the moisture content shall
be reduced as directed by the Engineer.
Storing or holding of the HMA in approved storage facilities will be permitted with approval of
the Engineer, but in no event shall the HMA be held for more than 24 hours. HMA held for
more than 24 hours after mixing shall be rejected. Rejected HMA shall be disposed of by the
Contractor at no expense to the Contracting Agency. The storage facility shall have an
accessible device located at the top of the cone or about the third point. The device shall
indicate the amount of material in storage. No HMA shall be accepted from the storage
facility when the HMA in storage is below the top of the cone of the storage facility, except
as the storage facility is being emptied at the end of the working shift.
Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior to
entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there is
evidence of the recycled asphalt pavement not breaking down during the heating and mixing
of the HMA, the Contractor shall immediately suspend the use of the RAP until changes
have been approved by the Engineer. After the required amount of mineral materials, RAP,
new asphalt binder and asphalt rejuvenator have been introduced into the mixer the HMA
shall be mixed until complete and uniform coating of the particles and thorough distribution
of the asphalt binder throughout the mineral materials, and RAP is ensured.
5-04.3(7) Spreading and Finishing
The mixture shall be laid upon an approved surface, spread, and struck off to the grade and
elevation established. HMA pavers complying with Section 5-04.3(3) shall be used to
distribute the mixture. Unless otherwise directed by the Engineer, the nominal compacted
depth of any layer of any course shall not exceed the following:
HMA Class 1" 0.35 feet
HMA Class ¾" and HMA Class ½"
wearing course 0.30 feet
other courses 0.35 feet
HMA Class ⅜" 0.15 feet
On areas where irregularities or unavoidable obstacles make the use of mechanical
spreading and finishing equipment impractical, the paving may be done with other
equipment or by hand.
When more than one JMF is being utilized to produce HMA, the material produced for each
JMF shall be placed by separate spreading and compacting equipment. The intermingling of
SP-78
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
HMA produced from more than one JMF is prohibited. Each strip of HMA placed during a
work shift shall conform to a single JMF established for the class of HMA specified unless
there is a need to make an adjustment in the JMF.
5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA
For HMA accepted by nonstatistical evaluation the aggregate properties of sand equivalent,
uncompacted void content and fracture will be evaluated in accordance with Section 3-04.
Sampling and testing of aggregates for HMA accepted by commercial evaluation will be at
the option of the Engineer.
5-04.3(9) HMA Mixture Acceptance
Acceptance of HMA shall be as provided under nonstatistical, or commercial evaluation.
Nonstatistical evaluation will be used for the acceptance of HMA unless Commercial
Evaluation is specified.
Commercial evaluation will be used for Commercial HMA and for other classes of HMA in
the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores,
prelevel, temporary pavement, and pavement repair. Other nonstructural applications of
HMA accepted by commercial evaluation shall be as approved by the Engineer. Sampling
and testing of HMA accepted by commercial evaluation will be at the option of the Engineer.
The mix design will be the initial JMF for the class of HMA. The Contractor may request a
change in the JMF. Any adjustments to the JMF will require the approval of the Engineer
and may be made in accordance with this section.
HMA Tolerances and Adjustments
1. Job Mix Formula Tolerances – The constituents of the mixture at the time of
acceptance shall be within tolerance. The tolerance limits will be established as
follows:
For Asphalt Binder and Air Voids (Va), the acceptance limits are determined by
adding the tolerances below to the approved JMF values. These values will also
be the Upper Specification Limit (USL) and Lower Specification Limit (LSL)
required in Section 1-06.2(2)D2
Property Non-Statistical
Evaluation
Commercial
Evaluation
Asphalt Binder +/- 0.5% +/- 0.7%
Air Voids, Va 2.5% min. and
5.5% max
N/A
For Aggregates in the mixture:
a. First, determine preliminary upper and lower acceptance limits by applying the
following tolerances to the approved JMF.
SP-79
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Aggregate
Percent Passing
Non-Statistical
Evaluation
Commercial
Evaluation
1", ¾", ½", and 3/8" sieves +/- 6% +/- 8%
No. 4 sieve +/- 6% +/- 8%
No. 8 Sieve +/- 6% +/- 8%
No. 200 sieve +/- 2.0% +/- 3.0%
b. Second, adjust the preliminary upper and lower acceptance limits determined
from step (a) the minimum amount necessary so that none of the aggregate
properties are outside the control points in Section 9-03.8(6). The resulting
values will be the upper and lower acceptance limits for aggregates, as well as
the USL and LSL required in Section 1-06.2(2)D2.
2. Job Mix Formula Adjustments – An adjustment to the aggregate gradation or
asphalt binder content of the JMF requires approval of the Engineer. Adjustments to
the JMF will only be considered if the change produces material of equal or better
quality and may require the development of a new mix design if the adjustment
exceeds the amounts listed below.
a. Aggregates –2 percent for the aggregate passing the 1½″, 1″, ¾″, ½″, ⅜″, and
the No. 4 sieves, 1 percent for aggregate passing the No. 8 sieve, and 0.5
percent for the aggregate passing the No. 200 sieve. The adjusted JMF shall be
within the range of the control points in Section 9-03.8(6).
b. Asphalt Binder Content – The Engineer may order or approve changes to
asphalt binder content. The maximum adjustment from the approved mix design
for the asphalt binder content shall be 0.3 percent
5-04.3(9)A Vacant
5-04.3(9)B Vacant
5-04.3(9)C Mixture Acceptance – Nonstatistical Evaluation
HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the
Contracting Agency by dividing the HMA tonnage into lots.
5-04.3(9)C1 Mixture Nonstatistical Evaluation – Lots and Sublots
A lot is represented by randomly selected samples of the same mix design that will be
tested for acceptance. A lot is defined as the total quantity of material or work produced for
each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to
one day’s production or 800 tons, whichever is less except that the final sublot will be a
minimum of 400 tons and may be increased to 1200 tons.
All of the test results obtained from the acceptance samples from a given lot shall be
evaluated collectively. If the Contractor requests a change to the JMF that is approved, the
material produced after the change will be evaluated on the basis of the new JMF for the
remaining sublots in the current lot and for acceptance of subsequent lots. For a lot in
progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the
Engineer is satisfied that material conforming to the Specifications can be produced.
SP-80
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Sampling and testing for evaluation shall be performed on the frequency of one sample per
sublot.
5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling
Samples for acceptance testing shall be obtained by the Contractor when ordered by the
Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer
and in accordance with AASH-TO T 168. A minimum of three samples should be taken for
each class of HMA placed on a project. If used in a structural application, at least one of the
three samples shall to be tested.
Sampling and testing HMA in a Structural application where quantities are less than 400
tons is at the discretion of the Engineer.
For HMA used in a structural application and with a total project quantity less than 800 tons
but more than 400 tons, a minimum of one acceptance test shall be performed. In all cases,
a minimum of 3 samples will be obtained at the point of acceptance, a minimum of one of
the three samples will be tested for conformance to the JMF:
· If the test results are found to be within specification requirements, additional testing
will be at the Engineer’s discretion.
· If test results are found not to be within specification requirements, additional testing
of the remaining samples to determine a Composite Pay Factor (CPF) shall be
performed.
5-04.3(9)C3 Mixture Nonstatistical Evaluation – Acceptance Testing
Testing of HMA for compliance of Va will at the option of the Contracting Agency. If tested,
compliance of Va will use WSDOT SOP 731.
Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T
308.
Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11.
5-04.3(9)C4 Mixture Nonstatistical Evaluation – Pay Factors
For each lot of material falling outside the tolerance limits in 5-04.3(9), the Contracting
Agency will determine a Composite Pay Factor (CPF) using the following price adjustment
factors:
Table of Price Adjustment Factors
Constituent Factor “f”
All aggregate passing: 1½″, 1″, ¾″, ½″, ⅜″
and No. 4 sieves 2
All aggregate passing No. 8 sieve 15
All aggregate passing No. 200 sieve 20
SP-81
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Table of Price Adjustment Factors
Constituent Factor “f”
Asphalt binder 40
Air Voids (Va) (where applicable) 20
Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling
within the tolerance limits of the job mix formula shall be accepted at the unit Contract price
with no further evaluation. When one or more constituents fall outside the nonstatistical
tolerance limits in the Job Mix Formula shown in Table of Price Adjustment Factors, the lot
shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The
nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum
CPF shall be 1.00. When less than three sublots exist, backup samples of the existing
sublots or samples from the Roadway shall be tested to provide a minimum of three sets of
results for evaluation.
5-04.3(9)C5 Vacant
5-04.3(9)C6 Mixture Nonstatistical Evaluation – Price Adjustments
For each lot of HMA mix produced under Nonstatistical Evaluation when the calculated CPF
is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF
equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The total job
mix compliance price adjustment will be calculated as the product of the NCMF, the quantity
of HMA in the lot in tons, and the unit Contract price per ton of mix.
If a constituent is not measured in accordance with these Specifications, its individual pay
factor will be considered 1.00 in calculating the Composite Pay Factor (CPF).
5-04.3(9)C7 Mixture Nonstatistical Evaluation – Retests
The Contractor may request a sublot be retested. To request a retest, the Contractor shall
submit a written request within 7 calendar days after the specific test results have been
received. A split of the original acceptance sample will be retested. The split of the sample
will not be tested with the same tester that ran the original acceptance test. The sample will
be tested for a complete gradation analysis, asphalt binder content, and, at the option of the
agency, Va. The results of the retest will be used for the acceptance of the HMA in place of
the original sublot sample test results. The cost of testing will be deducted from any monies
due or that may come due the Contractor under the Contract at the rate of $500 per sample.
5-04.3 (9) Mixture Acceptance – Commercial Evaluation
If sampled and tested, HMA produced under Commercial Evaluation and having all
constituents falling within the tolerance limits of the job mix formula shall be accepted at the
unit Contract price with no further evaluation. When one or more constituents fall outside the
commercial tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot shall be
evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The
commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF
shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or
SP-82
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
samples from the street shall be tested to provide a minimum of three sets of results for
evaluation.
For each lot of HMA mix produced and tested under Commercial Evaluation when the
calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined.
The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The
Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the
quantity of HMA in the lot in tons, and the unit Contract price per ton of mix.
If a constituent is not measured in accordance with these Specifications, its individual pay
factor will be considered 1.00 in calculating the Composite Pay Factor (CPF).
5-04.3(10) HMA Compaction Acceptance
HMA mixture accepted by nonstatistical evaluation that is used in traffic lanes, including
lanes for intersections, ramps, truck climbing, weaving, and speed change, and having a
specified compacted course thickness greater than 0.10-foot, shall be compacted to a
specified level of relative density. The specified level of relative density shall be a Composite
Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with Section 1-06.2,
using an LSL of 92.0 (minimum of 92 percent of the maximum density). The maximum
density shall be determined by WSDOT FOP for AASHTO T 729. The specified level of
density attained will be determined by the evaluation of the density of the pavement. The
density of the pavement shall be determined in accordance with WSDOT FOP for WAQTC
TM 8, except that gauge correlation will be at the discretion of the Engineer, when using the
nuclear density gauge and WSDOT SOP 736 when using cores to determine density.
Tests for the determination of the pavement density will be taken in accordance with the
required procedures for measurement by a nuclear density gauge or roadway cores after
completion of the finish rolling.
If the Contracting Agency uses a nuclear density gauge to determine density the test
procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the mix
is placed and prior to opening to traffic.
Roadway cores for density may be obtained by either the Contracting Agency or the
Contractor in accordance with WSDOT SOP 734. The core diameter shall be 4-inches
minimum, unless otherwise approved by the Engineer. Roadway cores will be tested by the
Contracting Agency in accordance with WSDOT FOP for AASHTO T 166.
If the Contract includes the Bid item “Roadway Core” the cores shall be obtained by the
Contractor in the presence of the Engineer on the same day the mix is placed and at
locations designated by the Engineer. If the Contract does not include the Bid item
“Roadway Core” the Contracting Agency will obtain the cores.
For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s
request after the Engineer is satisfied that material conforming to the Specifications can be
produced.
SP-83
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
HMA mixture accepted by commercial evaluation and HMA constructed under conditions
other than those listed above shall be compacted on the basis of a test point evaluation of
the compaction train. The test point evaluation shall be performed in accordance with
instructions from the Engineer. The number of passes with an approved compaction train,
required to attain the maximum test point density, shall be used on all subsequent paving.
HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling wheel
rutting shall be compacted with a pneumatic tire roller unless otherwise approved by the
Engineer.
Test Results
For a sublot that has been tested with a nuclear density gauge that did not meet the
minimum of 92 percent of the reference maximum density in a compaction lot with a CPF
below 1.00 and thus subject to a price reduction or rejection, the Contractor may request
that a core be used for determination of the relative density of the sublot. The relative
density of the core will replace the relative density determined by the nuclear density gauge
for the sublot and will be used for calculation of the CPF and acceptance of HMA
compaction lot.
When cores are taken by the Contracting Agency at the request of the Contractor, they shall
be requested by noon of the next workday after the test results for the sublot have been
provided or made available to the Contractor. Core locations shall be outside of wheel paths
and as determined by the Engineer. Traffic control shall be provided by the Contractor as
requested by the Engineer. Failure by the Contractor to provide the requested traffic control
will result in forfeiture of the request for cores. When the CPF for the lot based on the results
of the HMA cores is less than 1.00, the cost for the coring will be deducted from any monies
due or that may become due the Contractor under the Contract at the rate of $200 per core
and the Contractor shall pay for the cost of the traffic control.
5-04.3(10)A HMA Compaction – General Compaction Requirements
Compaction shall take place when the mixture is in the proper condition so that no undue
displacement, cracking, or shoving occurs. Areas inaccessible to large compaction
equipment shall be compacted by other mechanical means. Any HMA that becomes loose,
broken, contaminated, shows an excess or deficiency of asphalt, or is in any way defective,
shall be removed and replaced with new hot mix that shall be immediately compacted to
conform to the surrounding area.
The type of rollers to be used and their relative position in the compaction sequence shall
generally be the Contractor’s option, provided the specified densities are attained. Unless
the Engineer has approved otherwise, rollers shall only be operated in the static mode when
the internal temperature of the mix is less than 175°F. Regardless of mix temperature, a
roller shall not be operated in a mode that results in checking or cracking of the mat. Rollers
shall only be operated in static mode on bridge decks.
SP-84
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
5-04.3(10)B HMA Compaction – Cyclic Density
Low cyclic density areas are defined as spots or streaks in the pavement that are less than
90 percent of the theoretical maximum density. At the Engineer’s discretion, the Engineer
may evaluate the HMA pavement for low cyclic density, and when doing so will follow
WSDOT SOP 733. A $500 Cyclic Density Price Adjustment will be assessed for any 500-
foot section with two or more density readings below 90 percent of the theoretical maximum
density.
5-04.3(10)C Vacant
5-04.3(10)D HMA Nonstatistical Compaction
5-04.3(10)D1 HMA Nonstatistical Compaction – Lots and Sublots
HMA compaction which is accepted by nonstatistical evaluation will be based on acceptance
testing performed by the Contracting Agency dividing the project into compaction lots.
A lot is represented by randomly selected samples of the same mix design that will be
tested for acceptance. A lot is defined as the total quantity of material or work produced for
each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to
one day’s production or 400 tons, whichever is less except that the final sublot will be a
minimum of 200 tons and may be increased to 800 tons. Testing for compaction will be at
the rate of 5 tests per sublot per WSDOT T 738.
The sublot locations within each density lot will be determined by the Engineer. For a lot in
progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the
Engineer is satisfied that material conforming to the Specifications can be produced.
HMA mixture accepted by commercial evaluation and HMA constructed under conditions
other than those listed above shall be compacted on the basis of a test point evaluation of
the compaction train. The test point evaluation shall be performed in accordance with
instructions from the Engineer. The number of passes with an approved compaction train,
required to attain the maximum test point density, shall be used on all subsequent paving.
HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel ruts
shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer.
5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation – Acceptance Testing
The location of the HMA compaction acceptance tests will be randomly selected by the
Engineer from within each sublot, with one test per sublot.
5-04.3(10)D3 HMA Nonstatistical Compaction – Price Adjustments
For each compaction lot with one or two sublots, having all sublots attain a relative density
that is 92 percent of the reference maximum density the HMA shall be accepted at the unit
Contract price with no further evaluation. When a sublot does not attain a relative density
that is 92 percent of the reference maximum density, the lot shall be evaluated in
accordance with Section 1-06.2 to determine the appropriate CPF. The maximum CPF shall
SP-85
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
be 1.00, however, lots with a calculated CPF in excess of 1.00 will be used to offset lots with
CPF values below 1.00 but greater than 0.90. Lots with CPF lower than 0.90 will be
evaluated for compliance per 5-04.3(11). Additional testing by either a nuclear moisture-
density gauge or cores will be completed as required to provide a minimum of three tests for
evaluation.
For compaction below the required 92% a Non-Conforming Compaction Factor (NCCF) will
be determined. The NCCF equals the algebraic difference of CPF minus 1.00 multiplied by
40 percent. The Compaction Price Adjustment will be calculated as the product of CPF, the
quantity of HMA in the compaction control lot in tons, and the unit Contract price per ton of
mix.
5-04.3(11) Reject Work
5-04.3(11)A Reject Work General
Work that is defective or does not conform to Contract requirements shall be rejected. The
Contractor may propose, in writing, alternatives to removal and replacement of rejected
material. Acceptability of such alternative proposals will be determined at the sole discretion
of the Engineer. HMA that has been rejected is subject to the requirements in Section 1-
06.2(2) and this specification, and the Contractor shall submit a corrective action proposal to
the Engineer for approval.
5-04.3(11)B Rejection by Contractor
The Contractor may, prior to sampling, elect to remove any defective material and replace it
with new material. Any such new material will be sampled, tested, and evaluated for
acceptance.
5-04.3(11) Rejection Without Testing (Mixture or Compaction)
The Engineer may, without sampling, reject any batch, load, or section of Roadway that
appears defective. Material rejected before placement shall not be incorporated into the
pavement. Any rejected section of Roadway shall be removed.
No payment will be made for the rejected materials or the removal of the materials unless
the Contractor requests that the rejected material be tested. If the Contractor elects to have
the rejected material tested, a minimum of three representative samples will be obtained
and tested. Acceptance of rejected material will be based on conformance with the
nonstatistical acceptance Specification. If the CPF for the rejected material is less than 0.75,
no payment will be made for the rejected material; in addition, the cost of sampling and
testing shall be borne by the Contractor. If the CPF is greater than or equal to 0.75, the cost
of sampling and testing will be borne by the Contracting Agency. If the material is rejected
before placement and the CPF is greater than or equal to 0.75, compensation for the
rejected material will be at a CPF of 0.75. If rejection occurs after placement and the CPF is
greater than or equal to 0.75, compensation for the rejected material will be at the calculated
CPF with an addition of 25 percent of the unit Contract price added for the cost of removal
and disposal.
SP-86
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
5-04.3(11)D Rejection - A Partial Sublot
In addition to the random acceptance sampling and testing, the Engineer may also isolate
from a normal sublot any material that is suspected of being defective in relative density,
gradation or asphalt binder content. Such isolated material will not include an original
sample location. A minimum of three random samples of the suspect material will be
obtained and tested. The material will then be statistically evaluated as an independent lot in
accordance with Section 1-06.2(2).
5-04.3(11)E Rejection - An Entire Sublot
An entire sublot that is suspected of being defective may be rejected. When a sublot is
rejected a minimum of two additional random samples from this sublot will be obtained.
These additional samples and the original sublot will be evaluated as an independent lot in
accordance with Section 1-06.2(2).
5-04.3(11)F Rejection - A Lot in Progress
The Contractor shall shut down operations and shall not resume HMA placement until such
time as the Engineer is satisfied that material conforming to the Specifications can be
produced:
1. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and the
Contractor is taking no corrective action, or
2. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95
and the Contractor is taking no corrective action, or
3. When either the PFi for any constituent or the CPF of a lot in progress is less than
0.75.
5-04.3(11)G Rejection - An Entire Lot (Mixture or Compaction)
An entire lot with a CPF of less than 0.75 will be rejected.
5-04.3(12) Joints
5-04.3(12)A HMA Joints
5-04.3(12)A1 Transverse Joints
The Contractor shall conduct operations such that the placing of the top or wearing course is
a continuous operation or as close to continuous as possible. Unscheduled transverse joints
will be allowed, and the roller may pass over the unprotected end of the freshly laid mixture
only when the placement of the course must be discontinued for such a length of time that
the mixture will cool below compaction temperature. When the Work is resumed, the
previously compacted mixture shall be cut back to produce a slightly beveled edge for the
full thickness of the course.
A temporary wedge of HMA constructed on a 20H:1V shall be constructed where a
transverse joint as a result of paving or planing is open to traffic. The HMA in the temporary
wedge shall be separated from the permanent HMA by strips of heavy wrapping paper or
other methods approved by the Engineer. The wrapping paper shall be removed and the
SP-87
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
joint trimmed to a slightly beveled edge for the full thickness of the course prior to
resumption of paving.
The material that is cut away shall be wasted and new mix shall be laid against the cut.
Rollers or tamping irons shall be used to seal the joint.
5-04.3(12)A2 Longitudinal Joints
The longitudinal joint in any one course shall be offset from the course immediately below by
not more than 6 inches nor less than 2 inches. All longitudinal joints constructed in the
wearing course shall be located at a lane line or an edge line of the Traveled Way. A
notched wedge joint shall be constructed along all longitudinal joints in the wearing surface
of new HMA unless otherwise approved by the Engineer. The notched wedge joint shall
have a vertical edge of not less than the maximum aggregate size or more than ½ of the
compacted lift thickness and then taper down on a slope not steeper than 4H:1V. The
sloped portion of the HMA notched wedge joint shall be uniformly compacted.
5-04.3(12)B Bridge Paving Joint Seals
5-04.3(12)B1 HMA Sawcut and Seal
Prior to placing HMA on the bridge deck, establish sawcut alignment points at both ends of
the bridge paving joint seals to be placed at the bridge ends, and at interior joints within the
bridge deck when and where shown in the Plans. Establish the sawcut alignment points in a
manner that they remain functional for use in aligning the sawcut after placing the overlay.
Submit a Type 1 Working Drawing consisting of the sealant manufacturer’s application
procedure.
Construct the bridge paving joint seal as specified ion the Plans and in accordance with the
detail shown in the Standard Plans. Construct the sawcut in accordance with the detail
shown in the Standard Plan. Construct the sawcut in accordance with Section 5-05.3(8)B
and the manufacturer’s application procedure.
5-04.3(12)B2 Paved Panel Joint Seal
Construct the paved panel joint seal in accordance with the requirements specified in
section 5-04.3(12)B1 and the following requirement:
1. Clean and seal the existing joint between concrete panels in accordance with
Section 5-01.3(8) and the details shown in the Standard Plans.
5-04.3(13) Surface Smoothness
The completed surface of all courses shall be of uniform texture, smooth, uniform as to
crown and grade, and free from defects of all kinds. The completed surface of the wearing
course shall not vary more than ⅛ inch from the lower edge of a 10-foot straightedge placed
on the surface parallel to the centerline. The transverse slope of the completed surface of
the wearing course shall vary not more than ¼ inch in 10 feet from the rate of transverse
slope shown in the Plans.
SP-88
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
When deviations in excess of the above tolerances are found that result from a high place in
the HMA, the pavement surface shall be corrected by one of the following methods:
1. Removal of material from high places by grinding with an approved grinding
machine, or
2. Removal and replacement of the wearing course of HMA, or
3. By other method approved by the Engineer.
Correction of defects shall be carried out until there are no deviations anywhere greater than
the allowable tolerances.
Deviations in excess of the above tolerances that result from a low place in the HMA and
deviations resulting from a high place where corrective action, in the opinion of the
Engineer, will not produce satisfactory results will be accepted with a price adjustment. The
Engineer shall deduct from monies due or that may become due to the Contractor the sum
of $500.00 for each and every section of single traffic lane 100 feet in length in which any
excessive deviations described above are found.
When utility appurtenances such as manhole covers and valve boxes are located in the
traveled way, the utility appurtenances shall be adjusted to the finished grade prior to
paving. This requirement may be waived when requested by the Contractor, at the
discretion of the Engineer or when the adjustment details provided in the project plan or
specifications call for utility appurtenance adjustments after the completion of paving.
Utility appurtenance adjustment discussions will be included in the Pre-Paving planning (5-
04.3(14)B3). Submit a written request to waive this requirement to the Engineer prior to the
start of paving.
5-04.3(14) Planing (Milling) Bituminous Pavement
The planning plan must be approved by the Engineer and a pre planning meeting must be
held prior to the start of any planing. See Section 5-04.3(14)B2 for information on planning
submittals.
Locations of existing surfacing to be planed are as shown in the Drawings.
Where planing an existing pavement is specified in the Contract, the Contractor must
remove existing surfacing material and to reshape the surface to remove irregularities. The
finished product must be a prepared surface acceptable for receiving an HMA overlay.
Use the cold milling method for planing unless otherwise specified in the Contract. Do not
use the planer on the final wearing course of new HMA.
Conduct planing operations in a manner that does not tear, break, burn, or otherwise
damage the surface which is to remain. The finished planed surface must be slightly
grooved or roughened and must be free from gouges, deep grooves, ridges, or other
SP-89
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
imperfections. The Contractor must repair any damage to the surface by the Contractor’s
planing equipment, using an Engineer approved method.
Repair or replace any metal castings and other surface improvements damaged by planing,
as determined by the Engineer.
A tapered wedge cut must be planed longitudinally along curb lines sufficient to provide a
minimum of 4 inches of curb reveal after placement and compaction of the final wearing
course. The dimensions of the wedge must be as shown on the Drawings or as specified by
the Engineer.
A tapered wedge cut must also be made at transitions to adjoining pavement surfaces (meet
lines) where butt joints are shown on the Drawings. Cut butt joints in a straight line with
vertical faces 2 inches or more in height, producing a smooth transition to the existing
adjoining pavement.
After planing is complete, planed surfaces must be swept, cleaned, and if required by the
Contract, patched and preleveled.
The Engineer may direct additional depth planing. Before performing this additional depth
planing, the Contractor must conduct a hidden metal in pavement detection survey as
specified in Section 5-04.3(14)A.
5-04.3(14)A Pre-Planing Metal Detection Check
Before starting planing of pavements, and before any additional depth planing required by
the Engineer, the Contractor must conduct a physical survey of existing pavement to be
planed with equipment that can identify hidden metal objects.
Should such metal be identified, promptly notify the Engineer.
See Section 1-07.16(1) regarding the protection of survey monumentation that may be
hidden in pavement.
The Contractor is solely responsible for any damage to equipment resulting from the
Contractor’s failure to conduct a pre-planing metal detection survey, or from the Contractor’s
failure to notify the Engineer of any hidden metal that is detected.
5-04.3(14)B Paving and Planing Under Traffic
5-04.3(14)B1 General
In addition, the requirements of Section 1-07.23 and the traffic controls required in Section
1-10, and unless the Contract specifies otherwise or the Engineer approves, the Contractor
must comply with the following:
SP-90
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
1. Intersections:
a. Keep intersections open to traffic at all times, except when paving or planing
operations through an intersection requires closure. Such closure must be kept to
the minimum time required to place and compact the HMA mixture, or plane as
appropriate. For paving, schedule such closure to individual lanes or portions
thereof that allows the traffic volumes and schedule of traffic volumes required in
the approved traffic control plan. Schedule work so that adjacent intersections
are not impacted at the same time and comply with the traffic control restrictions
required by the Traffic Engineer. Each individual intersection closure or partial
closure must be addressed in the traffic control plan, which must be submitted to
and accepted by the Engineer, see Section 1-10.2(2).
b. When planing or paving and related construction must occur in an intersection,
consider scheduling and sequencing such work into quarters of the intersection,
or half or more of an intersection with side street detours. Be prepared to
sequence the work to individual lanes or portions thereof.
c. Should closure of the intersection in its entirety be necessary, and no trolley
service is impacted, keep such closure to the minimum time required to place
and compact the HMA mixture, plane, remove asphalt, tack coat, and as needed.
d. Any work in an intersection requires advance warning in both signage and a
number of Working Days advance notice as determined by the Engineer, to alert
traffic and emergency services of the intersection closure or partial closure.
e. Allow new compacted HMA asphalt to cool to ambient temperature before any
traffic is allowed on it. Traffic is not allowed on newly placed asphalt until
approval has been obtained from the Engineer.
2. Temporary centerline marking, post-paving temporary marking, temporary stop bars,
and maintaining temporary pavement marking must comply with Section 8-23.
3. Permanent pavement marking must comply with Section 8-22.
5-04.3(14)B2 Submittals – Planing Plan and HMA Paving Plan
The Contractor must submit a separate planing plan and a separate paving plan to the
Engineer at least 5 Working Days in advance of each operation’s activity start date. These
plans must show how the moving operation and traffic control are coordinated, as they will
be discussed at the pre-planing briefing and pre-paving briefing. When requested by the
Engineer, the Contractor must provide each operation’s traffic control plan on 24 x 36 inch
or larger size Shop Drawings with a scale showing both the area of operation and sufficient
detail of traffic beyond the area of operation where detour traffic may be required. The scale
on the Shop Drawings is 1 inch = 20 feet, which may be changed if the Engineer agrees
sufficient detail is shown.
The planing operation and the paving operation include, but are not limited to, metal
detection, removal of asphalt and temporary asphalt of any kind, tack coat and drying,
staging of supply trucks, paving trains, rolling, scheduling, and as may be discussed at the
briefing.
SP-91
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
When intersections will be partially or totally blocked, provide adequately sized and
noticeable signage alerting traffic of closures to come, a minimum 2 Working Days in
advance. The traffic control plan must show where police officers will be stationed when
signalization is or may be, countermanded, and show areas where flaggers are proposed.
At a minimum, the planing and the paving plan must include:
1. A copy of the accepted traffic control plan, see Section 1-10.2(2), detailing each
day’s traffic control as it relates to the specific requirements of that day’s planing and
paving. Briefly describe the sequencing of traffic control consistent with the proposed
planing and paving sequence, and scheduling of placement of temporary pavement
markings and channelizing devices after each day’s planing, and paving.
2. A copy of each intersection’s traffic control plan.
3. Haul routes from Supplier facilities, and locations of temporary parking and staging
areas, including return routes. Describe the complete round trip as it relates to the
sequencing of paving operations.
4. Names and locations of HMA Supplier facilities to be used.
5. List of all equipment to be used for paving.
6. List of personnel and associated job classification assigned to each piece of paving
equipment.
7. Description (geometric or narrative) of the scheduled sequence of planing and of
paving, and intended area of planing and of paving for each day’s work, must include
the directions of proposed planing and of proposed paving, sequence of adjacent
lane paving, sequence of skipped lane paving, intersection planing and paving
scheduling and sequencing, and proposed notifications and coordinations to be
timely made. The plan must show HMA joints relative to the final pavement marking
lane lines.
8. Names, job titles, and contact information for field, office, and plant supervisory
personnel.
9. A copy of the approved Mix Designs.
10. Tonnage of HMA to be placed each day.
11. Approximate times and days for starting and ending daily operations.
5-04.3(14)B3 Pre-Paving and Pre-Planing Briefing
At least 2 Working Days before the first paving operation and the first planing operation, or
as scheduled by the Engineer for future paving and planing operations to ensure the
Contractor has adequately prepared for notifying and coordinating as required in the
Contract, the Contractor must be prepared to discuss that day’s operations as they relate to
other entities and to public safety and convenience, including driveway and business
access, garbage truck operations, Metro transit operations and working around energized
overhead wires, school and nursing home and hospital and other accesses, other
contractors who may be operating in the area, pedestrian and bicycle traffic, and emergency
services. The Contractor, and Subcontractors that may be part of that day’s operations,
must meet with the Engineer and discuss the proposed operation as it relates to the
SP-92
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
submitted planing plan and paving plan, approved traffic control plan, and public
convenience and safety. Such discussion includes, but is not limited to:
1. General for both Paving Plan and for Planing Plan:
a. The actual times of starting and ending daily operations.
b. In intersections, how to break up the intersection, and address traffic control and
signalization for that operation, including use of peace officers.
c. The sequencing and scheduling of paving operations and of planing operations,
as applicable, as it relates to traffic control, to public convenience and safety, and
to other con-tractors who may operate in the Project Site.
d. Notifications required of Contractor activities, and coordinating with other entities
and the public as necessary.
e. Description of the sequencing of installation and types of temporary pavement
markings as it relates to planning and to paving.
f. Description of the sequencing of installation of, and the removal of, temporary
pavement patch material around exposed castings and as may be needed
g. Description of procedures and equipment to identify hidden metal in the
pavement, such as survey monumentation, monitoring wells, street car rail, and
castings, before planning, see Section 5-04.3(14)B2.
h. Description of how flaggers will be coordinated with the planing, paving, and
related operations.
i. Description of sequencing of traffic controls for the process of rigid pavement
base repairs.
j. Other items the Engineer deems necessary to address.
2. Paving – additional topics:
a. When to start applying tack and coordinating with paving.
b. Types of equipment and numbers of each type equipment to be used. If more
pieces of equipment than personnel are proposed, describe the sequencing of
the personnel operating the types of equipment. Discuss the continuance of
operator personnel for each type equipment as it relates to meeting Specification
requirements.
c. Number of JMFs to be placed, and if more than one JMF how the Contractor will
ensure different JMFs are distinguished, how pavers and MTVs are distinguished
if more than one JMF is being placed at the time, and how pavers and MTVs are
cleaned so that one JMF does not adversely influence the other JMF.
d. Description of contingency plans for that day’s operations such as equipment
breakdown, rain out, and Supplier shutdown of operations.
e. Number of sublots to be placed, sequencing of density testing, and other
sampling and testing.
SP-93
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
5-04.3(15) Sealing Pavement Surfaces
Apply a fog seal where shown in the plans. Construct the fog seal in accordance with
Section 5-02.3. Unless otherwise approved by the Engineer, apply the fog seal prior to
opening to traffic.
5-04.3(16) HMA Road Approaches
HMA approaches shall be constructed at the locations shown in the Plans or where staked
by the Engineer. The Work shall be performed in accordance with Section 5-04.
5-04.4 Measurement
HMA Cl. ___ PG ___, HMA for ___ Cl. ___ PG ___, and Commercial HMA will be measured
by the ton in accordance with Section 1-09.2, with no deduction being made for the weight
of asphalt binder, mineral filler, or any other component of the mixture. If the Contractor
elects to remove and replace mix as allowed by Section 5-04.3(11), the material removed
will not be measured.
Roadway cores will be measured per each for the number of cores taken.
Preparation of untreated roadway will be measured by the mile once along the centerline of
the main line Roadway. No additional measurement will be made for ramps, Auxiliary Lanes,
service roads, Frontage Roads, or Shoulders. Measurement will be to the nearest 0.01 mile.
Soil residual herbicide will be measured by the mile for the stated width to the nearest 0.01
mile or by the square yard, whichever is designated in the Proposal.
Pavement repair excavation will be measured by the square yard of surface marked prior to
excavation.
Asphalt for prime coat will be measured by the ton in accordance with Section 1-09.2.
Prime coat aggregate will be measured by the cubic yard, truck measure, or by the ton,
whichever is designated in the Proposal.
Asphalt for fog seal will be measured by the ton, as provided in Section 5-02.4.
Longitudinal joint seals between the HMA and cement concrete pavement will be measured
by the linear foot along the line and slope of the completed joint seal.
Planing bituminous pavement will be measured by the square yard.
Temporary pavement marking will be measured by the linear foot as provided in Section 8-
23.4.
Water will be measured by the M gallon as provided in Section 2-07.4.
SP-94
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
5-04.5 Payment
Payment will be made for each of the following Bid items that are included in the Proposal:
“HMA Cl. ___ PG ___,” per ton.
“HMA for Approach Cl. ___ PG ___,” per ton.
“HMA for Preleveling Cl. ___ PG ___,” per ton.
“HMA for Pavement Repair Cl. ___ PG ___,” per ton.
“Commercial HMA,” per ton.
The unit Contract price per ton for “HMA Cl. ___ PG ___,” “HMA for Approach Cl. ___ PG
___,” “HMA for Preleveling Cl. ___ PG ___,” “HMA for Pavement Repair Cl. ___ PG ___,”
and “Commercial HMA” shall be full compensation for all costs, including anti-stripping
additive, incurred to carry out the requirements of Section 5-04 except for those costs
included in other items which are included in this Subsection and which are included in the
Proposal.
“Preparation of Untreated Roadway,” per mile.
The unit Contract price per mile for “Preparation of Untreated Roadway” shall be full pay for
all Work described under 5-04.3(4) , with the exception, however, that all costs involved in
patching the Roadway prior to placement of HMA shall be included in the unit Contract price
per ton for “HMA Cl. ___ PG ___” which was used for patching. If the Proposal does not
include a Bid item for “Preparation of Untreated Roadway,” the Roadway shall be prepared
as specified, but the Work shall be included in the Contract prices of the other items of
Work.
“Preparation of Existing Paved Surfaces,” per mile.
The unit Contract Price for “Preparation of Existing Paved Surfaces” shall be full pay for all
Work described under Section 5-04.3(4) with the exception, however, that all costs involved
in patching the Roadway prior to placement of HMA shall be included in the unit Contract
price per ton for “HMA Cl. ___ PG ___” which was used for patching. If the Proposal does
not include a Bid item for “Preparation of Untreated Roadway,” the Roadway shall be
prepared as specified, but the Work shall be included in the Contract prices of the other
items of Work.
“Crack Sealing,” by force account.
“Crack Sealing” will be paid for by force account as specified in Section 1-09.6. For the
purpose of providing a common Proposal for all Bidders, the Contracting Agency has
entered an amount in the Proposal to become a part of the total Bid by the Contractor.
SP-95
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
“Pavement Repair Excavation Incl. Haul,” per square yard.
The unit Contract price per square yard for “Pavement Repair Excavation Incl. Haul” shall be
full payment for all costs incurred to perform the Work described in Section 5-04.3(4) with
the exception, however, that all costs involved in the placement of HMA shall be included in
the unit Contract price per ton for “HMA for Pavement Repair Cl. ___ PG ___,” per ton.
“Asphalt for Prime Coat,” per ton.
The unit Contract price per ton for “Asphalt for Prime Coat” shall be full payment for all costs
incurred to obtain, provide and install the material in accordance with Section 5-04.3(4).
“Prime Coat Agg.,” per cubic yard, or per ton.
The unit Contract price per cubic yard or per ton for “Prime Coat Agg.” shall be full pay for
furnishing, loading, and hauling aggregate to the place of deposit and spreading the
aggregate in the quantities required by the Engineer.
“Asphalt for Fog Seal,” per ton.
Payment for “Asphalt for Fog Seal” is described in Section 5-02.5.
“Longitudinal Joint Seal,” per linear foot.
The unit Contract price per linear foot for “Longitudinal Joint Seal” shall be full payment for
all costs incurred to perform the Work described in Section 5-04.3(12).
“Planing Bituminous Pavement,” per square yard.
The unit Contract price per square yard for “Planing Bituminous Pavement” shall be full
payment for all costs incurred to perform the Work described in Section 5-04.3(14).
“Temporary Pavement Marking,” per linear foot.
Payment for “Temporary Pavement Marking” is described in Section 8-23.5.
“Water,” per M gallon.
Payment for “Water” is described in Section 2-07.5.
“Job Mix Compliance Price Adjustment,” by calculation.
“Job Mix Compliance Price Adjustment” will be calculated and paid for as described in
Section 5-04.3(9)C6.
“Compaction Price Adjustment,” by calculation.
SP-96
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
“Compaction Price Adjustment” will be calculated and paid for as described in Section 5-
04.3(10)D3.
“Roadway Core,” per each.
The Contractor’s costs for all other Work associated with the coring (e.g., traffic control) shall
be incidental and included within the unit Bid price per each and no additional payments will
be made.
“Cyclic Density Price Adjustment,” by calculation.
“Cyclic Density Price Adjustment” will be calculated and paid for as described in Section 5-
04.3(10)B.
END OF DIVISION 5
SP-97
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
DIVISION 6
STRUCTURES
6-02 Concrete Structures
6-02.3 Construction Requirements
6-02.3(18) Placing Anchor Bolts
Section is 6-02.3(18) is supplemented with the following:
(January 3, 2011)
Resin Bonded Anchors
The embedment depth of the anchors shall be as specified in the Plans. If the
embedment depth of the anchor is not specified in the Plans then the embedment depth
shall be as specified in the table of minimum and maximum torque below.
The anchors shall be installed in accordance with the resin manufacturer's written
procedure.
Holes shall be drilled as specified in the Plans. Holes may be drilled with a rotary
hammer drill when core drilling is not specified in the Plans. If holes are core drilled, the
sides of the holes shall be roughened with a rotary hammer drill after core drilling.
Holes shall be prepared in accordance with the resin manufacturer's recommendations
and shall meet the minimum requirements as specified herein. Holes drilled into
concrete shall be thoroughly cleaned of debris, dust, and laitance prior to installing the
threaded rod and resin bonding material. Holes shall not have any standing liquid at the
time of installation of the threaded anchor rod.
The anchor nuts shall be tightened to the following torques when the embedment
equals or exceeds the minimum embedment specified.
Anchor
Diameter
(inch)
Minimum
Torque
(ft-lbs)
Maximum
Torque
(ft-lbs)
Minimum
Embedment
(inch)
3/8 12 18 3-3/8
1/2 22 35 4-1/2
5/8 55 80 5-5/8
3/4 106 140 6-3/4
7/8 165 190 7-7/8
1 195 225 9
1-1/4 370 525 11-1/4
SP-98
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
When the anchor embedment depth is less than the minimum values specified, the
anchor nuts shall be tightened to the torque values specified in the Plans, or as
recommended by the resin bonded anchor system manufacturer and approved by the
Engineer.
6-06 Bridge Railings
6-06.2 Materials
Section is 6-06.2 is supplemented with the following:
(April 6, 2015)
Tamper Proof Nuts for steel Bridge Railing Type BP
Tamper proof nuts for steel Bridge Railing Type BP shall be one of the following products
from one of the following manufacturers:
Vandlgard-Nut VCN151-6 (zinc)
Manufactured by Local Supplier
Simi Fastening Systems Northwest Fasteners Inc.
4615 Industrial St. Bldg. No. 1-P 15127 Washington Avenue SW
Simi Valley, CA 93063 Lakewood, WA 98498
(800) 959-8256 (253) 582-1671
FAX (805) 581-9162 FAX (253) 581-3131
www.simifast.com
Trigroove Nut ZTRN37C (Zamak 5 zinc alloy AC41A)
Breakaway Nut ZNB37C (Zamak 5 zinc alloy AC41A)
Manufactured by
Screw & Supply Inc. Local Supplier
1712 Church Street Tacoma Screw Products Inc.
Holbrook, NY 11741 2001 Center Street
(800) 223-1316 Tacoma, WA 98409
FAX (631) 567-3057 (800) 562-8192
www.screwsupply.com FAX (253) 272-2719
Spanner Nut 1N.386 (zinc alloy)
Manufactured by
TamperProof Screw Company Inc.
30 Laurel Street
Hicksville, NY 11801
(516) 931-1616
FAX (516) 931-1654
www.tamperproof.com
SP-99
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Trident Tamper Resistant Nut 37CNTNZ (Zamak 5 zinc alloy AC41A)
Breakaway Nut 37CNBAWZ (Zamak 5 zinc alloy AC41A)
Breakaway Nut 37CNBAWS (stainless steel alloy 304)
Manufactured by
Tanner Bolt & Nut Company
4302 Glenwood Road
Brooklyn, NY 11210
(800) 456-2658
FAX (888) 434-3215
www.tannerbolt.com
6-06.3 Construction Requirements
6-02.3(2) Metal Railings
Section is 6-06.3(2) is supplemented with the following:
Install resin bonded anchors shown in the Plans and as specified in 6-02.3(18).
6-06.5 Payment
Section is 6-06.5 is supplemented with the following:
“Bridge Railing Type Pedestrian Retrofit,” per linear foot
The unit Contract price per linear foot for “Bridge Railing Type Pedestrian Retrofit” shall be
full pay for performing the work as specified, including verifying existing bridge railing layout
and dimensions; shop drawings; fabricating, shipping and installation of new pedestrian
railing members; and all other Work necessary, except Work covered in separate Bid items,
to provide a complete pedestrian railing retrofit as show in the Plans and as approved by the
Engineer.
“Cleaning and Painting – Existing Pedestrian Railing” and “Cleaning and Painting – Bridge
Railing Type Pedestrian Retrofit” will be paid separately.
6-07 Painting
6-07.1 Description
Section is 6-07.1 is supplemented with the following:
This work shall consist of cleaning and painting all exposed metal surfaces of the Cedar
River Bridge, in accordance with Section 6-07.3(10), including:
· Existing steel pedestrian rail on the west side of the bridge to the limits shown in
the Plans and as verified by the Contractor
· New pedestrian rail members to be installed on the Cedar River Bridge existing
steel pedestrian rail
SP-100
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
· New Bridge Railing Type S-BP30
6-07.3 Construction Requirements
Section is 6-07.3 is supplemented with the following:
6-07.3(9) Painting New Steel Structures
6-07.3(9)B Paint Color
Section is 6-07.3B is supplemented with the following:
Top coat color shall be black and as approved by the Engineer. The color shall match
the color of the top coat of paint applied to existing structures. The Contractor shall
submit color samples for approval prior to painting.
6-07.3(10) Painting Existing Steel Structures
Section is 6-07.3(10) is supplemented with the following:
(August 3, 2009)
Light fixtures and lenses, including navigation, aircraft, flag pole luminaire, and
luminaire light fixtures and lenses, shall not be painted and shall be kept clean from
paint. The Contractor shall remove all paint from the light fixtures and lenses due to the
painting operation.
6-07.3(10)I Paint Color
Section is 6-07.(10)I is supplemented with the following:
Top coat color shall be black and as approved by the Engineer. The color shall match
the color of the top coat of paint applied to new structures. The Contractor shall submit
color samples for approval prior to painting.
6-07.3(11) Painting or Powder Coating of Galvanized Surfaces
Section is 6-07.3(11) is supplemented with the following:
The color of the finish coat shall be black and as approved by the Engineer. The color
shall match the color of the top coat of paint applied to new structures. The Contractor
shall submit color samples for approval prior to painting.
END OF DIVISION 6
SP-101
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
DIVISION 7
DRAINAGE STRUCTURES, STORM SEWERS, SANITARY
SEWERS, WATER MAINS, AND CONDUITS
7-04 STORM SEWERS
7-04.2 Materials
Section 7-04.2 is supplemented with the following:
Ductile Iron Storm Sewer Pipe 9-05.13
7-04.3(2) Utility Clearances
Section 7-04.3(2) is added:
An Ethafoam pad is required for installations where other utilities are closer than 12-inches to
provide additional protection between the adjacent utilities. The size of the pad shall be based
on the outside diameter (O.D.) of the larger crossing pipe. The pad shall be O.D. long by O.D.
wide by 2.5 inches thick minimum or as required to protect the pipes. The pad shall be a strong,
resilient, medium-density, closed-cell, polyethylene foam plank (Dow Ethafoam 220, or accepted
equivalent).
7-04.3(3) Pipe Backfill
Section 7-04.3(3) is added:
Native material is to be used for backfill unless the native material is deemed unsuitable for use
as backfill by the Engineer. Where required by these specifications or by the Engineer, the
Contractor shall use “Crushed Surfacing Top Course” as backfill.
7-04.5 Payment
This Section is supplemented with the following:
“Ductile Iron Storm Sewer Pipe, ___ In. Diam.”, per linear foot.
The unit contract prices for storm sewer pipe regardless of material type shall be full pay for all
work to complete the installation, including but not limited to: potholing at utility crossings,
dewatering; trench excavating, hauling and disposing of debris and unused materials;
furnishing, placing, compacting, and testing bedding and backfill material; furnishing, laying,
restraining, and cleaning pipe and fittings; furnishing and placing foam pads and other methods
employed when laying pipe in close proximity to existing utilities; connections to new catch
basins; furnishing, fabricating, and installing debris barriers where shown in the plans; and
SP-102
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
cleanup. Unless listed as a separate pay item, all materials, labor, equipment, and incidentals
necessary to install the storm drain pipe shall be included in these pay items.
For pipe diameters 18" and under, including any affected catch basins, inlets or manholes, the
Engineer reserves the right to deviate up to 18-inches in any direction from the plan elevation or
location without any adjustment in the unit price or any additional compensation to the
Contractor.
Pipe zone bedding and trench excavation shall be included in the per linear foot price for storm
sewer pipe, underdrain pipe, and drain pipe.
Where “Crushed Surfacing Top Course” is used as backfill, payment shall be made under the
applicable bid item. Placement and compaction of native material shall be considered incidental
to and included in the contract price of the pipe.
Where Crushed Surfacing Top Course is used in place of native material for backfill, the removal
and disposal of native material shall be considered incidental to the unit cost for the storm sewer
pipe.
Testing storm sewer pipe, if required by the Engineer, shall be considered incidental to the storm
sewer pipe bid items and no separate payment will be made.
7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS
7-05.1 Description
This Section is supplemented with the following:
This section includes Work required to adjust existing utility boxes to finished grade, including
water and gas valves, water meters, junction boxes, and all utilities as noted in the Plans.
7-05.3 Construction Requirements
7-05.3(1) Adjusting Manholes and Catch Basins to Grade
This Section is replaced with the following:
Where shown in the Plans or where directed by the Engineer, the existing manholes, catch
basins, or inlets shall be adjusted to grade.
The Contractor shall construct manholes to provide adjustment space for setting cover and
casting to a finished grade as shown on the construction plans. Manhole ring and covers shall
be adjusted to the finished elevations per City of Renton Standard Plan 106, prior to final
acceptance of the Work. Manholes in unimproved areas shall be adjusted to 6-inches above
grade.
SP-103
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Newly installed drainage structures shall include no more than two four-inch (2 - 4") adjustment
risers. If additional adjustment is required to achieve finished grade, the Contractor shall install a
combination of 4", 6", 12" and / or 18" precast risers so that no more than two four-inch (2 – 4")
risers are used at any drainage structure. All joints shall be sealed (mudded) with grout.
Concrete adjustment rings shall conform to the ASTM C-32, Grade MA.
New locking frames for catch basin retrofits shall be installed per City of Renton Standard Plan
204.10.
Where manhole or catch basin lids fall within the sidewalk and curb ramps, the cover shall be
replaced with a slip-resistant cover coated with a slip-resistant coating, meeting ADA standards.
Adjusting Utility Box
Where shown in the Plans or where directed by the Engineer, the existing utility boxes, including
water and gas valves, water meters, junction boxes, and all utilities noted in the Plans shall be
adjusted to finished grade.
Where utility covers fall within the sidewalk, driveway entrances, and curb ramps, the cover
shall be replaced with a slip-resistant cover coated with a slip-resistant coating, meeting ADA
standards.
Adjustments of valve box castings shall be made in the same manner as for manholes.
7-05.4 Measurement
This Section is supplemented with the following:
“Adjust Utility Box” will be measured per each.
7-05.5 Payment
This Section is supplemented with the following:
“Connection to Drainage Structure,” per each.
The unit contract price per each for “Connection to Drainage Structure” shall be full pay for
connection to existing drainage structure or existing drainage pipe, including but not be limited
to: coring the existing catch basin, cutting the existing pipe, repairs needed to restore the pipe to
use, and sealing the new connections.
“Adjust Catch Basin,” per each.
“Adjust Manhole,” per each.
“Adjust Utility Box,” per each.
The unit contract price per each for “Adjust Catch Basin,” “Adjust Manhole,” and “Adjust Utility
Box” shall be full pay for all costs necessary to make the adjustment including, but not limited to,
furnishing and installing solid locking lid where noted in the Plans, meeting slip-resistant
SP-104
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
standards, rotating cover to align with curb or to accommodate new improvements as
necessary.
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS
7-08.3 Construction Requirements
Section 7-08.3 is supplemented with the following:
Potholing
Potholing shall be performed in advance of installing the storm drainage facilities. Should the
Contractor fail to pothole in advance and a conflict occurs, the Contractor may be required to
remove and re-install it at their own expense.
7-08.5 Payment
Section 7-08.5 is supplemented with the following:
Potholing shall be considered incidental to and included in the contract price of the storm
drainage pipe and structures.
END OF DIVISION 7
SP-105
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
DIVISION 8
MISCELLANEOUS CONSTRUCTION
8-02 ROADSIDE RESTORATION
8-02.2 Materials
This Section is supplemented with the following:
Root Barrier (24-inch)
A. Recyclable, Waterproof, High Density Polyethylene 40 mil, (HDPE) 24" wide
geomembrane.
B. Seams to be sealed with sealant tape
C. Top of root barrier to be installed 1 inch below finish grade.
8-02.3 Construction Requirements
8-02.3(1) Responsibility During Construction
Supplement this section with the following:
Dumping or stockpiling of topsoil, compost, or wood chip mulch shall not be allowed on
roadway surfaces.
8-02.4 Measurement
This Section is supplemented with the following:
Fine Compost will be measured by the cubic yard.
Topsoil Type A will be measured by the cubic yard.
Wood Chip Mulch will be measured by the cubic yard.
Root Barrier (24-inch) shall be measured by the linear foot.
8-02.5 Payment
This Section is supplemented with the following:
“Fine Compost,” cubic yard.
The unit contract price per cubic yard for “Fine Compost” shall be full pay for all labor, material,
testing, tools and equipment necessary to place the Compost as described in the plans.
SP-106
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
“Topsoil Type A,” per cubic yard.
The unit contract price per cubic yard for “Topsoil Type A” shall be full pay for all labor, material,
testing, tools and equipment necessary to place the topsoil onto the existing soil as described in
the plans.
“Wood Chip Mulch,” per cubic yard.
The unit contract price per cubic yard for “Wood Chip Mulch” shall be full pay for furnishing and
spreading the mulch as described in the plans.
Irrigation water used to establish vegetation including, but not limited to, trees, shrubs,
groundcovers and sod lawn areas, will be considered included in the cost of the individual bid
items.
“Root Barrier (24-inch),” per linear foot.
The unit contract price per linear foot for “Root Barrier (24-inch)” shall be full payment for all cost
for furnishing and installing root barrier where indicated on the plans.
8-03 IRRIGATION SYSTEMS
8-03.1 Description
This Section is supplemented with the following:
This Work consists of modifying existing automatically controlled irrigation systems (turf and
shrub areas) – including design, trenching, backfilling and compacting; sleeving, installation of
pipe, pop-up sprinkler heads, swing joints, fittings, and all other appurtenances (including the
use of existing remote-control valves and wiring).
8-03.2 Materials
This Section is supplemented with the following:
Irrigation Heads
Irrigation heads/nozzles shall be of the manufacturer, type, pattern and coverage to match
existing heads in use on existing zone that is being modified.
8-03.3 Construction Requirements
8-03.3(1) Layout of Irrigation System
This Section is supplemented with the following:
SP-107
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Contractor shall expose existing irrigation system tie in locations and provide schematic design
layout and equipment list for proposed irrigation adjustments for review and approval by the
Engineer.
8-03.5 Payment
This Section is supplemented with the following:
The lump sum Contract price for “Irrigation System” includes the work to install the quantities
with a variance allowed up to ± 2% as shown on the Plans.
8-04 CURBS, GUTTERS, AND SPILLWAYS
8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways
This Section is supplemented with the following:
Cement Concrete Traffic Curb and Gutter shall be per City of Renton Standard Plan 101.1 for
curb and gutter installation at catch basins.
White pigmented curing compounds will not be allowed. Curing shall be achieved by covering
curb and gutter with white polyethylene sheeting for a minimum of three days or the placement
of an approved clear concrete curing compound.
Curb and gutter finish which has been damaged by improperly placed polyethylene sheeting or
placement of concrete during inclement weather, shall be removed and replaced.
8-04.5 Payment
This Section is supplemented with the following:
Curb and gutter surfaces, damaged by improperly placed polyethylene sheeting or placement of
concrete during inclement weather, shall be removed and replaced at the Contractor’s expense.
8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES
8-06.3 Construction Requirements
This Section is supplemented as follows
Cement Conc. Driveway Entrance Type Modified R1 shall be constructed per details shown in
the Plans and per City of Renton Standard plan 104.1.
SP-108
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
8-10 GUIDE POSTS
8-10.1 Description
This Section is supplemented as follows:
This Work shall also consist of furnishing and placing Curb Mounted Delineator Posts as shown
on the Plans.
8-10.2 Materials
The Section is supplemented as follows:
Curb Mounted Delineator Posts shall be white in color and capable of being fastened to existing
pavement by dowels or epoxy. The product shall consist of a white plastic curb with white
tubular flexible delineator posts integral to the curb and capable of taking impacts omni-
directionally, a plastic curb height between two and six inches tall and no more than 12-inches
wide at the base, 36-inch min. tall self-righting tubular flexible delineator posts with reflective
sheeting spaced at a minimum of 5-feet on center and post installed plumb plus or minus 1.5
degrees, have integral coloration, be highly visible and resistant to UV damage and fading, be
MASH 2009 or later accepted based on crash test results, can follow a radius of 153-feet within
a two-foot buffer zone, and can be either epoxied or bolted onto an asphalt pavement surface.
The following products are known to meet this specification: Tuff Curb and Tuff Curb XLP Traffic
Separator Curb with White Curb & Posts, Shur Curb Traffic Separator with White Posts & Base,
and Rubberform Traffic Delineator Curb System with White Stripes and White Round 4' Marker.
8-10.3 Construction Requirements
This Section is supplemented as follows:
Prior to installing the Curb Mounted Delineator Posts onto the existing asphalt pavement
surface, the pavement surface shall be dry, free of any loose debris, and free of all other
contaminants from pavement surfaces that may adversely affect the installation by sandblasting,
shot-blasting, or sweeping. Air blast the pavement with a high-pressure system to remove
extraneous or loose material before installation.
The Contractor shall dowel the Curb Mounted Delineator Posts onto the asphalt pavement
surface per the manufacturer’s recommendations at locations shown on the Plans. The
Contractor shall epoxy the Curb Mounted Delineator Posts onto the existing bridge deck per the
manufacturer’s recommendations and shall not impact or grind the existing asphalt pavement
along the bridge deck.
The Curb Mounted Delineator Posts shall be installed with a 40-inch gap between curb sections
as shown on the Plans and shall include gaps at drainage low points.
SP-109
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
8-10.4 Measurement
This Section is supplemented as follows:
Curb Mounted Delineator Posts will be measured by linear foot along completed curb length,
including bends and gaps.
8-10.5 Payment
This Section is supplemented as follows:
“Curb Mounted Delineator Posts,” per linear foot.
8-12 CHAIN LINK FENCE AND WIRE FENCE
8-12.3 Construction Requirements
High Visibility Fence shall be installed at locations where new chainlink fence is to be installed
until the permanent chainlink fence is installed by the Contractor.
8-14 CEMENT CONCRETE SIDEWALKS
8-14.1 Description
(April 3, 2017 WSDOT GSP)
Section 8-14.1 is revised to read:
This work consists of constructing cement concrete sidewalks, curb ramps, bus stop shelter
foundations, masonry sidewalks, and ramp grinding in accordance with details shown in the
Plans, Standard Plans, these Specifications, and in conformity to the lines and grades shown in
the Plans, Standard Plans and as established by the Engineer.
8-14.3 Construction Requirements
This Section is supplemented as follows:
Cement Conc. Curb Ramp Type Modified Perpendicular A shall be constructed per details
shown in the Plans and per WSDOT Standard Plan F-40.15-04, with the flare side constructed
as Type Perpendicular A and the cement concrete pedestrian curb side constructed as Type
Perpendicular B.
Cement Conc. Curb Ramp Type Modified Parallel B shall be constructed per details shown in
the Plans and per WSDOT Standard Plan F-40.12-03 with the curb ramp depressed curb and
gutter adjacent to the landing remaining at a height of 0-inches and flush with the gutter pan.
SP-110
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
The Brick Stamped Cement Concrete pattern finish shall match the existing brick stamped
cement concrete pattern and color in the traffic island located at the intersection of Airport Way
and Logan Ave N. The Contractor shall and provide a cut sheet of proposed Brick Stamped
Concrete pattern for review and approval by the Engineer prior to installation.
This Section is supplemented as follows:
(April 3, 2017 WSDOT GSP)
The Contractor shall request a pre-construction meeting with the Engineer to be held 2 to 5
working days before any work can start on cement concrete sidewalks, curb ramps or other
pedestrian access routes to discuss construction requirements. Those attending shall include:
1. The Contractor and Subcontractor in charge of constructing forms, and placing, and
finishing the cement concrete.
2. Engineer (or representative) and Project Inspectors for the cement concrete sidewalk,
curb ramp or pedestrian access route Work.
Items to be discussed in this meeting shall include, at a minimum, the following:
1. Slopes shown on the Plans
2. Inspection
3. Traffic control
4. Pedestrian control, access routes and delineation
5. Accommodating utilities
6. Form work
7. Installation of detectable warning surfaces
8. Contractor ADA survey and ADA Feature as-built requirements
9. Cold Weather Protection
(January 7, 2019 WSDOT GSP)
Timing Restrictions
Curb ramps shall be constructed on one leg of the intersection at a time. The curb ramps shall
be completed and open to traffic within five calendar days before construction can begin on
another leg of the intersection unless otherwise allowed by the Engineer
Unless otherwise allowed by the Engineer, the five calendar day time restriction begins when an
existing curb ramp for the quadrant or traffic island/median is closed to pedestrian use and ends
when the quadrant or traffic island/median is fully functional and open for pedestrian access.
SP-111
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
(January 7, 2019 WSDOT GSP)
Layout and Conformance to Grades
Using the information provided in the Contract documents, the Contractor shall lay out, grade,
and form each new curb ramp, sidewalk, and curb and gutter.
This Section is supplemented with the following:
The Contractor shall notify the Engineer when curb ramps have been formed and at least 24
hours prior to concrete being poured. The Contractor shall receive approval from the Engineer
prior to pouring curb ramps. The Engineer’s approval of the ramp layout does not constitute final
acceptance of the ramps. Final acceptance of the ramps will be given after the concrete finish
work had been completed.
The Contractor is made aware that ANY: non-ADA compliant slopes, widths, vertical surface
blemishes or discontinuities over 1/4-inch, grade breaks within specific ramp components, joints
that are not square, or any other feature that does not meet ADA compliance will constitute a
basis for removal and replacement of the curb ramp, including the curb and gutter, at the
Contractor’s expense.
8-14.3(4) Curing
(******Renton GSP)
This Section is replaced with:
The curing materials and procedures outlined in Section 5-05.3(13) of the Standard
Specifications shall prevail, except that white pigmented curing compound shall not be used on
sidewalks. The curing agent shall be applied immediately after brushing and be maintained for a
period of 5 days.
The Contractor shall have readily available sufficient protective covering, such as waterproof
paper or plastic membrane, to cover the pour of an entire day in the event of rain or other
unsuitable weather. During the curing period, all traffic, both pedestrian and vehicular, shall be
excluded. Vehicular traffic shall be excluded for such additional time as the Engineer may
specify.
The Contractor shall be responsible for barricading, patrolling, or otherwise protecting the newly
placed concrete to prevent damage. Damaged, vandalized, discolored, stained, or unsightly
concrete shall be removed and replaced at the expense of the Contractor.
8-14.5 Payment
This Section is supplemented with the following:
The unit price for “Cement Conc. Curb Ramp Type___” shall include all costs to furnish and
install detectable warning surface and pedestrian curb at the plan locations and as shown in the
Plan Details and Standard Plans.
SP-112
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Installing the Brick Stamped Cement Concrete pattern finish at the traffic island shall be
considered incidental to the “Cement Conc. Sidewalk” bid item and no separate payment will be
made.
8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORATION
SYSTEMS, AND ELECTRICAL
8-20.1 Description
(******Renton GSP)
This Section is supplemented with the following:
This work consists of furnishing, not otherwise specifically stated here in, and installing all
materials and equipment for traffic signal and illumination systems complete in places shown on
the plans or designated by the Engineer. All work shall be in conformance with these provisions
and with Sections 8-20 and 9-29 of the Standard Specifications.
The existing lighting circuits shall remain in operation until the new foundation, conduit work,
and wiring for the new system is in place and ready for transfer. Transfer shall be conducted in
the shortest time possible, not to exceed one 8-hour workday. The exact work plan and
schedule must be pre-approved by the Engineer. Work shall include all other items as shown in
the Plans or in these Special Provisions.
Existing lighting levels shall be maintained at all times unless specified otherwise by the City
Transportation Operations Manager.
All work shall be performed as shown in the Plans in accordance with applicable Standard
Specifications, Standard Plans, Amendments, City Standards, Puget Sound Energy Standards,
King County Standards included herein and the following Special Provisions.
The Work shall include the supply, testing and installation of all traffic signal hardware, including
the communication cable and interface system, and replacement of an existing system.
The Work shall also include removing existing traffic signal and illumination equipment, pull
boxes, poles, loop detectors, controller cabinets, service cabinets, and bases, and all necessary
associated equipment where applicable to complete the Work.
The Work will also include providing a complete, functional illumination system.
8-20.1(1) Regulations and Code
Section 8-21.1(1) is supplemented with the following:
SP-113
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
All materials and methods required under this section, unless otherwise superseded herein,
shall conform to the 2021 edition of the Washington State Department of Transportation
Standard Specifications for Road, Bridge, and Municipal Construction and Amendments (herein
referred to as Standard Specifications), to all current amendments to the Standard
Specifications, to the latest edition of the State of Washington Standard Plans for Road, Bridge,
and Municipal Construction (herein referred to as the Standard Plans), to the State of
Washington Sign Fabrication Manual, to the City of Renton Standards and Details, to the latest
edition of the National Electric Code (NEC), and to the current edition of the Manual on Uniform
Traffic Control Devices (MUTCD) as adopted by the State of Washington.
Delete the first sentence of the first paragraph of Section 8-20.1(1) and replace with the
following:
All electrical equipment shall conform to the standards of the National Electrical Manufacturers
Association (NEMA), FHWA IP-78-16, the Radio Manufacturers Association, the American
Society for Testing and Materials (ASTM), the American Association of State Highway and
Transportation Officials (AASHTO), the American National Standards Institute (ANSI), the
National Electrical Safety Code (NESC), the International Municipal Signal Association (IMSA),
whichever is applicable, and to other codes listed herein.
Where applicable, materials shall conform to the latest requirements of the Washington State
Department of Labor and Industries and Puget Sound Energy.
8-20.1(2) Industry Codes and Standards
Section 8-20.1(2) is supplemented with the following:
National Electrical Safety Code (NESC), Secretary NESC, NESC Committee, IEEE Post Office
Box 1331, 445 Hoes Lane, Piscataway, NJ 08855-1331.
8-20.1(3) Permitting and Inspections
Section 8-20.1(3) is supplemented with the following:
The Contractor will be responsible for coordinating, obtaining, and paying for all permits,
including electrical service applications, necessary to complete this work in a timely fashion. All
costs to obtain and comply with electrical permits shall be included in the applicable bid items
for the work involved. All required electrical permits shall be obtained before beginning trench
excavation.
The City of Renton Electrical Inspector shall inspect and approve the electrical portions of the
project. The Contractor shall notify the Electrical Inspector at least 24 hours in advance of
required field inspection. Before work begins, the Contractor shall contact the Electrical
Inspector to coordinate a schedule of electrical inspections (call the request line at
425-430-7275). This project shall be accomplished in compliance with WAC 296-46B-010 Traffic
Management Systems and shall conform to the current adopted version of the NEC.
SP-114
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Prior to PSE energizing service cabinets, an electrical inspection must be passed with a copy of
the electrical control permit and inspection sticker inside cabinets.
8-20.1(4) Restrictions on the Schedule of Work
Section 8-20.1(4) is added as follows:
Mast Arm Erection
Mast arms shall not be erected more than fourteen (14) calendar days prior to the signal system
being turned on.
Work in Roadway
All work in the roadway is subject to the traffic control requirements specified in Section 1-10.
Fiber Installation Impacts
The Contractor shall include all fiber cutovers and anticipated down time in their construction
schedule. Any change in schedule for impacts to fiber shall be provided a minimum of five (5)
working days in advance. The Contractor shall meet with City staff to discuss all cutovers to
work out a plan to minimize down time.
8-20.1(5) Traffic Control during Construction
Section 8-20.1(5) is added as follows:
The Contractor shall include in the submitted traffic control plan, detailed plan during roadway
trenching, erection of mast arms, installation of vehicle detection, and other activities requiring
lane closures or detours. See Section 1-10 for traffic control requirements and uniformed police
officer requirements.
8-20.1(6) Permits
Section 8-20.1(6) is added as follows:
The Contractor will be responsible for coordinating, obtaining, and paying for all permits,
including electrical service applications, necessary to complete this work in a timely fashion. All
costs to obtain and comply with electrical permits shall be included in the applicable bid items
for the work involved. All required electrical permits shall be obtained before beginning trench
excavation.
The Electrical Inspector shall inspect and approve the electrical portions of the project. The
Contractor shall notify the Electrical Inspector at least 24 hours in advance of required field
inspection. Before work begins, the Contractor shall contact the City of Renton Electrical
Inspector to coordinate a schedule of electrical inspection (call the request line at 425-430-
7275). This project shall be accomplished in compliance with WAC 296-46B-010 Traffic
Management Systems and shall conform to the current adopted version of the NEC.
SP-115
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Prior to PSE energizing service cabinets, an electrical inspection must be passed with a copy of
the electrical control permit and inspection sticker inside cabinets.
8-20.1(7) Errors and Omissions
Section 8-20.1(7) is added as follows:
The Contractor shall immediately notify the Engineer upon discovery of any errors or omissions
in the Contract Documents, in the layout as given by survey points and instructions, or of any
discrepancy between the Contract Documents and the physical conditions of the locality. If
deemed necessary, the Engineer shall rectify the matter and advise the Contractor accordingly.
Any work done after such discovery without authorization by the Engineer will be done at the
Contractor’s risk.
8-20.2 Materials
(******Renton GSP)
This Section is supplemented with the following:
Material requirements for signal, illumination and communication systems are contained in
Section 9-29 of the Standard Specifications and Section 9-29 of these Special Provisions.
The Engineer reserves the right to inspect the manufacturing process of all materials. Final
inspection and acceptance of the installed materials will not be given until final installation and
testing has been completed on the systems. Approval to install materials and equipment must
be obtained from the Engineer at the job site before installation.
Controlled density fill shall meet the requirements of Section 2-09.3(1)E of the Standard
Specifications.
Crushed surfacing top course and crushed surfacing base course shall meet the requirements
of Section 9-03.9(3) of the Standard Specifications.
Bedding material shall consist of 5/8-inch minus crushed rock free of any deleterious
substances per Section 9-03.1(5)A of the Standard Specifications.
8-20.2(2) Equipment List and Drawings
Delete the first paragraph of Section 8-20.2(2) and replace with the following:
Within TWENTY (20) calendar days following execution of the Contract, the Contractor shall
submit to the Transportation Maintenance Manger “Request for Approval of Material” that
describes the material proposed for use to fulfill the Plans and Specifications. Request for
Approval of Materials shall submitted with all traffic signal, communication, and illumination
materials in one complete package.
SP-116
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Delete the fifth paragraph of Section 8-20.2(2)
8-20.3 Construction Requirements
Section 8-20.3 is supplemented with the following:
Signal Installation Coordination with the City
The Contractor shall coordinate with City of Renton Transportation Maintenance Manager
(contact person: Eric Cutshall at 425-430-7423) for all required signal installation work and
testing.
Power Source Coordination
The Contractor shall coordinate all of the installation details for the electrical service cabinet(s)
with Puget Sound Energy. Within four (4) weeks after Notice to Proceed, the Contractor shall
meet with a PSE Representative (call 1-888-321-7779) in the field to verify the location of power
source as shown in the Plans and shall notify the Engineer immediately if any conflicts exist.
Except for the service connection, the PSE portion of the installation shall be completed prior to
installation of the service cabinet by the Contractor.
8-20.3(1)A Illumination Requirements During Construction
Section 8-20.3(1)A is added as follows:
Existing or higher illumination levels shall be maintained by using existing or temporary
illumination until the new system is operational. The Contractor is responsible for maintaining
ten (10) feet clearance zone around existing aerial primary power lines during the construction.
Coordinate work with the power company.
8-20.3(1)B Signalization Requirements During Construction
Section 8-20.3(1)B is added as follows:
Signal system shall remain fully operational during construction. Contractor shall follow the
Construction Sequencing and Pedestrian Detour Plans to the extent allowed by site conditions.
Modifications to the existing signals must be approved by the Engineer in the field prior to re-
channelization for construction staging. Modifications shall be provided at the Contractor’s
expense. The costs for any changes to the signal systems required for compliance with
maintenance of traffic during construction shall be incidental to the lump sum price of Signal
Systems.
8-20.3(2) Excavating and Backfilling
Section 8-20.3(2) is supplemented with the following:
SP-117
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Underground utilities of record will be shown on the Plans insofar as information is available.
These, however, are shown for convenience only and the City assumes no responsibility for
improper locations or failure to show utility locations on the construction plans.
The location of existing underground utilities, when shown on the Plans, is approximate only,
and the Contractor shall be responsible for determining their exact location. The Contractor shall
check with the utility companies concerning any possible conflict prior to commencing
excavation in any area, as not all utilities may be shown on the Plans.
The Contractor shall be responsible for potholing for conflicts with underground utility locations.
Prior to construction, if any conflicts are expected, it shall be brought to the attention of the
Engineer for resolution.
The Contractor shall be entirely responsible for coordination with the utility companies and
arranging for the movement or adjustment, either temporary or permanent, of their facilities
within the project limits.
If a conflict is identified, the Contractor shall contact the Engineer. The Contractor and City shall
locate alternative locations for poles, cabinet, or junction boxes. The Contractor shall get
approval from the Engineer prior to installation. The Contractor may consider changing depth or
alignment of conduit to avoid utility conflicts.
Before beginning any excavation work for foundations, vaults, junction boxes or conduit runs,
the contractor shall confirm that the location proposed on the Contract Plans does not conflict
with utility location markings placed on the surface by the various utility companies. If a conflict
is identified, the following process shall be used to resolve the conflict:
· Contact the Engineer and determine if there is an alternative location for the
foundation, junction box, vault or conduit trench.
· If an adequate alternate location is not obvious for the underground work, select a
location that may be acceptable and pothole to determine the exact location of other
utilities. Potholing must be approved by the Engineer.
· If an adequate alternate alignment still cannot be identified following potholing
operations, the pothole area should be restored and work in the area should stop
until a new design can be developed.
· The Contractor shall get approval from the Engineer prior to installation.
· The Contractor may consider changing depth or alignment of conduit to avoid utility
conflicts.
The Contractor shall not attempt to adjust the location of an existing utility unless specifically
agreed to by the utility owner.
8-20.3(3) Removing and Replacing Improvements
Section 8-20.3(3) is supplemented with the following:
SP-118
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Salvaged Equipment
All existing equipment that is to be removed shall not be stockpiled within the job site without the
Engineer's approval. The following signal equipment shall remain the property of the Contracting
Agency and shall be disconnected, dismantled, stacked separately and delivered to the
Contracting Agency unless otherwise directed by Transportation Maintenance Manager
· Luminaire Standards and Mast Arms
· Luminaires
· Traffic Signal Controllers and Cabinets
· Electrical Service Cabinets
· Emergency Vehicle Detectors
· Vehicle and Pedestrian Displays and Mounting Hardware
· Pedestrian Pushbuttons
· Terminal Cabinets
· Visors
· Back Plates
The Contractor shall give the Engineer fourteen (14) calendar days advance written notice prior
to delivery of removed materials to the City of Renton Signal Shop.
Controller cabinets shall not be removed until all associated electronic equipment is removed by
Contracting Agency traffic signals personnel. All other equipment shall be removed by the
Contractor and delivered within 24 hours following removal to the Contracting Agency.
All removed equipment which remains the property of Renton shall be delivered to Renton
Corporate Yard between the hours of 8:30am and 2:30pm:
City of Renton Signal Shop
3555 NE 2nd Street BLDG B
Renton, WA 98056
Phone: 425-430-7423
Non-Salvaged Electrical Equipment
The Contractor shall:
· Remove all wires for discontinued circuits from the conduit system.
· Remove elbow sections of abandoned conduit entering junction boxes.
· Remove abandoned conduit that is less than 24 inches finished grade, unless
otherwise indicated in the Plans.
· Remove foundations in accordance with Standard Specifications Section 2-02.3(1).
· Backfill voids created by removal of foundations and junction boxes. Backfilling and
compaction shall be performed in accordance with Standard Specifications Section
2-09.3(1)E.
SP-119
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Pole Shaft and Mast Arm Identification
All removed mast arms and pole shafts shall be identified by paper identification tags recording
pole number, intersection location (such as SR XXX, leg XXX), and mast arm length. Four (4)
inch by 6 inch (minimum) tags shall be taped to corresponding pole shafts and mast arms.
Information on the mast arm tag shall match the information on the corresponding pole shaft
tag. Each tag shall be entirely covered with clear acetate tap. The tape shall be wrapped one full
circle around the shaft or arm with a 1/2-inch minimum overlap at the ends and sides. The
Contractor shall bundle the complete signal bridge, poles standard assembly together. The
assembly consists of pole shaft, mast arm, and connecting bolts. Connecting bolts shall be
attached to the original mast arm base plate.
Dismantled equipment shall be clearly marked and all hardware saved in a heavy duty burlap
bag attached to the corresponding signal standard or mast arm. The Contractor shall be
responsible for loading, delivering and unloading the salvaged signal equipment. The Engineer
shall determine the condition of the signal equipment. Material parts will only be accepted by the
Contracting Agency if in identical condition to that prior to removal.
If the Contractor's operation causes damage to a removed equipment, it shall be repaired or
replaced by the Contractor to the Engineer's satisfaction at no additional cost to the Contracting
Agency. The Contractor shall remove and dispose properly all debris and signal equipment not
identified for return to the Contracting Agency.
8-20.3(4) Foundations
Section 8-20.3(4) is revised and supplemented as follows:
The anchor bolts shall match that of the device to be installed thereon.
Concrete shall be placed against undisturbed earth if possible. Disturbed earth or backfill
material shall be compacted to 95 percent of the material's maximum density. Before placing the
concrete, the Contractor shall block-out around any other underground utilities that lie in the
excavated base so that the concrete will not adhere to the utility line. Concrete foundations shall
be troweled, brushed, edged and finished in a workmanship-like manner. Concrete shall be
promptly cleaned from the exposed portion of the anchor bolts and conduit after placement.
Foundation shall all be Class 3000 concrete. After the specified curing period, the Contractor
may install the applicable device thereon.
All concrete foundations shall be constructed in the manner specified below:
1. Where no sidewalks are to be installed, the grade for the top of the foundation shall
be as specified by the Engineer. (See detail sheet)
2. Where sidewalk or raised islands are to be constructed as a part of this project, the
top of the foundation shall be made flush with the top of the sidewalk or island. (See
detail sheet)
All concrete foundations shall be located as per stationing on the Plans or as located by the
Engineer in the field.
SP-120
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
8-20.3(5) Conduit
Section 8-20.3(5) is revised and supplemented as follows:
When the Contractor encounters obstructions or is unable to install conduit because of soil
conditions, as determined by the Engineer, additional work by the Contractor to place the
conduit will be paid in accordance with Section 1-04.4.
Pull Wires shall be installed by the Contractor.
All conduit openings shall be fitted with approved bell-ends or Bushings. Wall thickness of
conduit shall be consistent within continuous conduit runs with no mixing of different schedule
types between terminations.
The Contractor shall provide and install all conduit and necessary fittings at the locations noted
on the Plans. Conduit size shall be as indicated on the wiring and conduit schedule shown on
Plans.
Conduit to be provided and installed shall be of the type indicated below:
Schedule 40 heavy wall PVC Conforming to ASTM standards shall be used whenever the
conduit is to be placed other than within the roadway area.
Schedule 80 extra heavy wall PVC Conforming to ASTM standards shall be used when the
conduit is to be placed within the roadway area.
All joints shall be made with strict compliance to the manufacturer's recommendations regarding
cement used and environmental conditions.
8-20.3(5)A General
Section 8-20.3(5)A is supplemented with the following:
Pull strings shall be provided and installed by the Contractor.
When copper or fiber optic interconnect cable is part of a project, the conduit sweeps bringing
the interconnect cable into and out of the junction boxes shall be offset as directed by the
Engineer to accommodate the cable’s tendency to curl. The conduit sweep shall have a
minimum bend radius of 24-inches.
Conduits entering through the cabinet foundation shall be arranged toward the front of the
cabinet for maximum accessibility or as directed by the Engineer.
Conduits shall be capped during construction using manufactured seals to prevent entrance of
water and debris. Spare conduits shall be capped and labeled as City of Renton conduits and
SP-121
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
shall include polyester detectable pull tape that meets or exceeds a breaking strength of 900
lbs. Detectable pull tape shall also be added to conduits occupied with non-electrical cables.
Where sidewalk panels need to be removed for the installation of conduit or junction boxes, the
Contractor is responsible for restoring the area near the back of sidewalk as needed to repair
damage from sidewalk panel formwork.
Where intercepting and splicing to an existing conduit is called out on the Plans, the Contractor
shall verify the conduit size and schedule before ordering the new conduit sections. The size
provided on the Plans is an estimation.
8-20.3(5)B Conduit Type
Delete the second paragraph of Section 8-20.3(5)B and replace with the following:
Rigid metal conduit (RMC) shall only be placed where indicated and shown on the Contract
Plans.
Section 8-20.3(5)B is supplemented with the following:
All conduit shall be rigid non-metallic unless noted otherwise in the Contract Plans or Special
Provisions.
All conduit openings shall be fitted with approved bell-ends or bushings. Wall thickness of
conduit shall be consistent within continuous conduit runs with no mixing of different schedule
types between terminations.
The Contractor shall provide all conduit and necessary fittings as needed. Conduit size shall be
as indicated on the wiring and conduit schedule shown on the Plans.
All joints shall be made with strict compliance to the manufacturer's recommendations regarding
cement used and environmental conditions.
Conduits shall be capped during construction using manufactured seals to prevent entrance of
water and debris. The conduits shall be cleaned before pulling wire and shall include bonded
ground wire (including spare conduits for locating purposes).
Spare conduits shall be capped and labeled "City of Renton" conduits.
8-20.3(5)E1 Open Trenching
Section 8-20.3(2)A is added as follows:
The Contractor shall provide trenching as specified herein, regardless of the material
encountered, as necessary for complete and proper installation of the signal, illumination and
ITS conduit. Trenching shall conform to the following:
SP-122
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Uniform Construction
Trenching for conduit runs shall be done in a neat manner, and the trench bottom shall be
graded to provide a uniform grade, with a width and depth as specified herein. All trenches for
placement of conduit shall be straight and as narrow in width as practical to provide a minimum
of pavement disturbance.
Trench Inspection
No work shall be covered until it has been examined by the Engineer or Inspector. Earth which
fills around and over the conduit shall be free of rocks greater than 2 inches up to a depth of 6
inches. When trenching is being accomplished within the sidewalk area, the backfill can be
made with acceptable materials from the excavation and shall be considered a necessary part
of and incidental to the excavation in accordance with the Standard Specifications. Hauling and
disposal of un-used excavation material shall be incidental to the cost of trenching or
excavating. The compaction requirements for the roadway backfill shall apply.
Saw Cut for Trench
Trenches in all paved areas shall be saw cut. The saw cuts shall be a minimum of 2-inches
deep and shall be parallel. Thoroughly clean saw cuts where necessary by the use of high
pressure water (1,400 psi or greater). All wastewater shall be collected and disposed of in
accordance with Section 1-07.15 of the Standard Specifications. Impervious surfaces
contaminated from cutting operations shall be cleaned in accordance with Section 1-07.15 of
the Standard Specifications.
Pavement Removal
Pavement shall be removed in a manner approved by the Engineer. The Contractor shall take
care in removing existing paving not to damage the pavement outside of the saw cut lines.
Trench Depth
Trench depth shall provide 24 inches minimum of cover over all conduits unless agreed to
otherwise by the Engineer. Trench depth shall provide a minimum cover of 36 inches for all
conduits designated for fiber optic cabling.
Trench Width
The trench width shall be a minimum of 12 inches.
Trenching in Landscaped Areas
Trenches shall be placed to have minimum impact on existing landscaping and irrigation
systems. Any damage due to the Contractor’s operation shall be repaired or replaced by the
Contractor at his own expense and to the satisfaction of the Engineer.
Trenching Through Concrete Sidewalk Areas
Trenching in these areas shall require removal and replacement of the concrete to the limits of
the existing sidewalk joints. The costs for removal and replacement shall be incidental to the
trenching.
SP-123
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
8-20.3(5)F Damaged or Blocked Conduits
Section 8-20.3(5)F is added as follows:
Damaged or blocked conduits shall be repaired by the Contractor. The Contractor shall attempt
to remove debris in the conduit by blowing in air. The Contractor shall be careful not to blow air
towards the service or controller cabinet. If the blockage doesn’t break free, the Contractor shall
identify the potential blocked/damaged location using a fish tape. Once the blockage location is
identified, the Contractor shall attempt to remove the existing cabling (if any) from the conduit. If
the cabling is removed, the Contractor shall attempt to pass a fish tape through the conduit
again. If the fish tape passes through the conduit past the identified blockage point easily, the
Contractor shall attempt to reinstall all existing cabling along with the new cabling called out in
the Contract Plans.
If the existing cabling cannot be removed, or reinstalled after removal, the Contractor shall
excavate down to the conduit blockage point and repair the conduit break. The Contractor shall
obtain approval from the Engineer prior to removing existing cabling or beginning excavation. All
cabling shall be removed from the conduit prior to repairing the broken conduit. Once the
conduit is repaired, the Contractor shall restore the disturbed area. The removal of cable,
excavation, conduit repair, and surface restoration will be paid for by change order or Minor
Change as determined by the Engineer. The cost for other work needed to identify and remedy
blocked conduits as described in this Section shall be incidental.
8-20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes
Section 8-20.3(6) is supplemented with the following:
All junction boxes and associated concrete pads shall be installed on compacted sub grade
which shall include six inches of 5/8th-inch minus crushed surfacing top course material
installed under and around the base of the junction box. The junction box shall include
installation of a 4" thick Class "B" cement concrete pad enclosing the junction box as per the
Plans, specifications and detail sheets. Concrete shall be promptly cleaned from the junction
box frame and lid.
If junction boxes are placed in the sidewalk, they shall not be placed closer than 12 inches from
the edge of any sidewalk or sidewalk joint. The frame and lid shall be from 0 to 3/16 inch below
a straight edge laid across the sidewalk, and the lid shall be flat to a maximum of 1/16 inch
positive camber. Pre-molded joint filler for expansion joints shall be placed around junction
boxes installed in sidewalks. All junction boxes placed in the sidewalks shall have skid resistant
lids.
Junction boxes shall have galvanized steel locking lids and frames.
Wiring shall not be pulled into any conduit until all associated junction boxes have been
adjusted to or installed in their final grade and location, unless installation is necessary to
SP-124
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
maintain system operation. If wire is installed for this reason, sufficient slack shall be left to allow
for final adjustment.
The Contractor shall not damage any existing conduits when replacing or excavating existing
junction boxes. The Contractor is to maintain the integrity of all junction boxes during
reconfiguration of the conduits, installation of new conduits or when excavating.
Small Cable Vaults
Small cable vaults shall be installed in accordance with the following:
· Excavation shall comply with the requirements of Standard Specifications Section 2-
09.
· All openings around conduits shall be sealed and filled with grout to prevent water
and debris from entering the vaults or pull boxes. The grout shall meet the
specifications of the small cable vault manufacturers.
· Backfilling around the work shall not be allowed until the concrete or mortar has set.
· Upon acceptance of work, small cable vaults shall be free of debris and ready for
cable installation. All grounding requirements shall be met prior to cable installation.
· Small cable vaults shall be adjusted to final grade using risers or rings manufactured
by the small cable vault and pull box manufacturer. Small cable vaults with traffic
bearing lids shall be raised to final grade using ring risers to raise the cover only.
· Small cable vaults shall be installed at the approximate location shown in the
Drawings.
· All existing conduits will need to be open and exposed for access within the vault.
Care shall be taken to identify which conduits have existing cables. All conduits will
extend 2-inches within the vault walls. At the 2-inch mark, the excess conduit on the
existing structure will need to be removed and all cables exposed.
· Once the conduits are located, excavate a hole large enough to install the small
cable vault. The vault shall have a concrete floor as indicated on the Drawings. The
floor shall be installed on 6-inches of crushed surfacing top course, per Standard
Specifications Section 9-03.9(3). If a small cable vault is installed outside a paved
area, an asphalt pad shall be constructed surrounding the junction box. Ensure that
the existing conduits are at a minimum of 4-inches above the top of the floor. If the
existing conduits contain existing cables, the new vault will need to be bottomless to
allow the existing conduit and cables to be routed into the new vault.
· All mounting equipment shall be included with the small cable vault.
Cable Racking in Small Cable Vaults
Cables shall be racked and secured with nylon ties. Nylon ties shall not be over- tightened.
Identification or warning tags shall be securely attached to the cables in at least two locations in
each small cable vault.
All coiled cable shall be protected to prevent damage to the cable and fibers. Racking shall
include securing cables to brackets (racking hardware) that extend from the sidewalls of the
small cable vault.
SP-125
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
8-20.3(8) Wiring
Section 8-20.3(8) is supplemented as follows:
Splices to loop return cables shall be made with soldered compression type connectors. All
stranded wires terminated at a terminal block shall have an open end, crimp style solderless
terminal connector, and all solid wires terminated at a terminal block shall have an open end
soldered terminal connector. All terminals shall be installed with a tool designed for the
installation of the correct type of connector and crimping with pliers, wire cutters, etc., will not be
allowed. All wiring inside the controller cabinet shall be trimmed and cabled together to make a
neat, clean appearing installation. No splicing of any traffic signal conductor shall be permitted
unless otherwise indicated on the Plans. All conductor runs shall be attached to appropriate
signal terminal boards with pressure type binding posts.
Contractor shall furnish and install new SC connectors to fiber optic cable, termination panel,
and provide patch cables for connection inside the traffic signal controller cabinet.
All illumination circuits shall be labeled with a PVC marking sleeve bearing the circuit number at
each junction box whether splices are present or not. Terminal strips in cabinets, or when used
as a connection device between conductors, shall bear the circuit numbers.
SEC fuse holders complete with pole and bracket cable shall be installed in any signal standard
or luminaire standard supporting a luminaire. Illumination wiring shall conform to COR Standard
Plans and these Special Provisions.
All stranded wires terminated at a terminal block shall have an open end, crimp style solderless
terminal connector, and all solid wires terminated at a terminal block shall have an open end
soldered terminal connector. All terminals shall be installed with a tool designed for the
installation of the correct type of connector and crimping with pliers, wire cutters, etc., will not be
allowed. All wiring inside the controller cabinet shall be trimmed and cabled together to make a
neat, clean appearing installation. No splicing of any traffic signal conductor shall be permitted.
All conductor runs shall be attached to appropriate signal terminal boards with pressure type
binding posts.
Service in
501 = line in, AC+
502 = neutral in, AC-
503 = ground in, GND
Vehicle Heads:
Red: 611, 621, 631, 641, 651, 661, 671, 681
Yellow: 612, 622, 632, 642, 652, 662, 672, 682
Green: 613, 623, 633, 643, 653, 663, 673, 683
SP-126
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Pedestrian Heads:
Red: 7E1, 7F1, 7G1, 7H1
Yellow: 7E2, 7F2, 7G2, 7H2
Green: 7E3, 7F3, 7G3, 7H3
Overlap Heads:
Red: 6A1, 6B1, 6C1, 6D1
Yellow: 6A2. 6B2, 6C2, 6D2
Green: 6A3, 6B3, 6C3, 6D3
Pedestrian Detection:
Ped Call: 714, 724, 734, 744, 754, 764, 774, 784
Ped Returns: 715, 725, 735, 745, 755, 765, 775, 785
Preemption Detection:
+24VDC: 5AB1 = channels A & B, 5CD1 = channels C & D
Ground: 5AB3 = channels A & B, 5CD3 = channels C & D
Channel inputs: 5A2, 5B2, 5C2, 5D2
Auxiliary Preemption Detection:
865 = A1
866 = A2
867 = B1
868 = B2
869 = C1
870 = C2
871 = D1
872 = D2
* Overlap phase designator: A, B, C, D, P/E, P/F, P/G, P/H
For installing new cables in existing occupied or empty conduit, the Contractor shall be
responsible for the following steps:
1) Install a new pull rope using a rod/fish tape in the conduit for pulling in the new cabling if
a pull rope does not already exist.
2) If the Contractor cannot get the rod/fish tape to pass through the conduit, the Contractor
shall blow air through the conduit to remove any debris blocking the rod/fish tape path.
The Contractor shall be careful not to blow air into controller or service cabinets.
3) If the rod/fish tape still does not pass through the conduit after blowing air, the Contractor
shall disconnect a single existing wire as agreed to by the Engineer (if the conduit is
occupied) and use that wire to pull the new wiring plus a new cable to replace the
existing cable that is being used for pulling.
4) If no existing wire can be used to pull in the new wire, the Contractor shall try another
conduit run if one exists, or pull out all existing wiring from the conduit and use to pull in
the new wiring plus all new cabling to replace existing cabling. Rodding, fish taping,
SP-127
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
blowing air, and disconnecting/ reconnecting cable shall be the Contractor’s cost
responsibility. In an event that none of these steps led to successful wire installation, the
Contractor shall install new conduit as directed by the Engineer.
8-20.3(9) Bonding, Grounding
Section 8-20.3(9) is supplemented as follows:
All street light standards, signal poles and other standards on which electrical equipment is
mounted shall be grounded to a copper clad metallic ground rod 5/8 inch in diameter x 8'0" in
length complete with a #8 AWG bare copper bonding strap located in the nearest junction box.
All signal controller cabinets and signal/lighting service cabinets shall be grounded to a 5/8 inch
in diameter x 8'0" in length copper clad metallic ground rod located in the nearest junction box
with a bare copper bonding strap sized in accordance with the Plans, specifications and
applicable codes.
Ground rods are considered miscellaneous items and all costs are to be included with the
system or conductors. Ground straps are also miscellaneous items unless a separate pay item
is provided in the “Schedule of prices.”
Polyester detectable pull tape shall not be connected to the equipment-grounding system.
The Contractor shall provide and install bonding and grounding wires as described in Standard
Specifications and the National Electric Code for any new metallic junction box and any
modified existing junction boxes. For the purposes of this section, a box shall be considered
“modified” if new current-carrying conductors are installed, including low-voltage conductors, or
if the box is adjusted to grade, or if the box lid is modified.
8-20.3(10) Services Transformer, Intelligent Transportation System
Section 8-20.3(10) is revised and supplemented as follows
Paragraph two is deleted.
Paragraph three is deleted.
The following is added:
Power service shall be single phase 120/240 volt, 3 wire 60 cycle A.C. (street lighting
contactor/traffic signal, grounded neutral service) per City of Renton Standard Details.
The power service point shall be as noted on the Plans and shall be verified by the
electrical servicing utility.
The Contractor shall install conduit from the new electrical service cabinet to PSE
power source as shown on the Plans (coordinate work with Puget Sound Energy prior
SP-128
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
to cabinet base installation). In addition, the Contractor shall provide service
conductors from the electrical service to the power source with at least 20 feet of
service wire coiled and coordinate the connection with Puget Sound Energy
representative. All connections and interfacing with Puget Sound Energy shall conform
to Puget Sound Energy requirements.
The Contractor shall have all services inspected by the City Electrical Inspector and
shall be solely responsible for coordination with the power company to have the
service energized. The Contractor shall notify the City Inspector when the service is
ready for connection and shall coordinate with Puget Sound Energy. The Contractor
shall pay all connection fees.
All service cabinets shall be shipped and delivered to the job site in a protective
covering with suitable dunnage to prevent damage to the exterior surface.
8-20.3(11) Testing
Section 8-20.3(11) is supplemented with following:
All work shall be completed in a manner that provides the Inspector and Engineer with full
knowledge of the construction. The work shall proceed in accordance with the approved
construction schedule previously supplied to and approved by the City. The Inspector and
Engineer may, at their option, require work completed without their knowledge or inspection to
be dismantled so that it can be inspected to their satisfaction.
Prior to schedule of turn-on, an electrical inspection must be passed with a copy of the Electrical
Control Permit in the service cabinet.
Signal Turn-On
A minimum of five (5) working days written notice will be required for signal turn-on. The
Contractor shall not pick up the controller cabinet from the Contracting Agency until power is
present at the site and all site preparation required to install the controller cabinet is complete.
All discrepancies and deficiencies must be corrected by the Contractor and re-inspected prior to
requesting signal turn-on date. All functional tests required by the Contract Specifications shall
be completed to the satisfaction of the Engineer 48 hours prior to the turn-on date.
Signal turn-on shall not be allowed on Mondays, Fridays, weekends, holidays, and the weekday
immediately before and after a holiday. Signal turn-on shall be completed between the hours of
9 a.m. and 2 p.m. on the day of the turn-on. No turn-on will be allowed until the CITY OF
RENTON TRANSPORATION MAINTENANCE MANAGER gives approval.
The signal turn-on shall be by the City's Transportation MAINTENANCE MANAGER or his
representative. The Transportation MAINTENANCE MANAGER or his representative shall enter
all signal timing parameters as supplied by the OPERATIONS representative and shall certify
the intersection is operating and functioning in accordance with the contract documents. The
SP-129
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Contractor shall be present during the turn-on with adequate equipment to repair any
deficiencies in operation.
The traffic signal controller manufacturer's representative shall fully explain the operation of all
control equipment to the Operations representative prior to the turn-on procedure. The
Operations representative may contact the manufacturer to schedule the explanation of the
control equipment and the training session shall be provided if deemed necessary by
manufacturer's representative.
Requests for traffic signal turn on will not be considered until a pre-turn on inspection of signal
system has taken place.
Requests for signal turn on shall not be considered until electrical service to the intersection has
been provided and has been energized by the electric utility.
Channelization at the intersection must be complete per plan before requesting signal turn on
date. Any deletions of channelization prior to turn on must be approved by the Transportation
Maintenance Manager or representative. City forces shall provide, post and maintain proper
signing warning of new signal ahead.
8-20.3(13) Illumination Systems
Section 8-20.3(13) is supplemented with following:
Existing illumination shall not be removed until the temporary or new illumination system is
completed and operational. Temporary illumination shall not be removed until the new
permanent illumination system is completed and operational. If an existing street light is in
conflict with construction sequencing, a temporary lighting system shall be installed prior to
removal of the existing street light.
Light Standards shall be erected in accordance with Standard Specifications Section 8-20.3(4).
The illumination system shall be energized from a single photoelectric cell mounted in the
service cabinet in accordance with City of Renton Standard Detail 122.1. All luminaire fixtures in
the system shall incorporate a block out (shorting cap) for the photocell.
8-20.3(13)A Light Standards
Section 8-20.3(13)A is deleted and replaced as follows:
Light standards shall be handled when loading, unloading, and erecting in such a manner that
they will not be damaged. Any parts that are damaged due to the Contractor’s operations shall
be repaired or replaced at the Contractor’s expense, to the satisfaction of the Engineer.
SP-130
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Light standards shall not be erected on concrete foundations until foundations have set at least
72 hours or attained a compressive strength of 2,400 psi, and shall be raked sufficiently to be
plumb after all load has been placed, or as otherwise directed by the Engineer.
Light Standards shall be erected in accordance with section 8-20.3(4).
Anchor bolts shall extend through the top heavy-hex nut two full threads to the extent possible
while conforming to the specified slip base clearance requirements. Anchor bolts shall be
tightened by the Turn-Of-Nut Tightening Method in accordance with Sections 6-03.3(33) and 8-
20.3(4).
Anchor bolts damaged after the foundation concrete is placed shall not be repaired by bending
or welding. The Contractor’s repair procedure is to be submitted to the Engineer for approval
prior to making any repairs. The procedure is to include removing the damaged portion of the
anchor bolt, cutting threads on the undamaged portion to remain, the installation of an approved
threaded sleeve nut and stud, and repairing the foundation with epoxy concrete repair.
The grout pad shall not extend above the elevation of the bottom of the base.
Anchor Base:
A one piece anchor base of adequate strength, shape and size shall be secured to the lower
end of the shaft so that the base shall be capable of resisting at its yield point the bending
moment of the shaft at its yield point. The base shall be provided with four slotted or round holes
to receive the anchor bolts. Nut covers shall be provided with each pole.
Anchor Bolts:
Four steel anchor bolts, each fitted with two hex nuts and two washers, shall be furnished by the
City with the pole. Anchor bolts shall meet the requirements of Section 9-06.5(3) and 9-06.5(4).
The anchor bolt yield point shall be capable of resisting the bending moment of the pole shaft at
its yield point.
Miscellaneous Hardware:
All hardware (bolts, nuts, screws, washers, etc.) needed to complete the installation shall be
stainless steel.
I.D. (Identification for poles):
The Contractor shall supply and install a combination of 4-digits and one letter on each pole,
whether individual luminaire or signal pole with luminaire. The letter and numbers combination
shall be mounted at the 15 foot level on the pole facing approaching traffic. Legends shall be
sealed with transparent film, resistant to dust, weather and ultraviolet exposure. The decal
markers shall be either:
a. 3-inch square with gothic gold or white reflectorized 2-inch legend on a black
background, or
b. 3-inch square with black 2-inch legend on a white reflectorized background.
SP-131
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
The I.D. number will be assigned to each pole at the end of the contract or project by the City
traffic engineering office. Cost for the decals shall be considered incidental to the contract bid.
The pole shaft shall be provided with a 4" x 6" flush hand hole near the base and a matching
metal cover secured with stainless steel screws or bolts.
The pole shall be adjusted for plumb after all needed equipment has been installed thereon.
After pole is installed and plumbed, nuts shall be tightened on anchor bolts using proper sized
sockets, open end, or box wrenches. Use of pliers, pipe wrenches, or other tools that can
damage galvanizing will not be permitted. Tools shall be of sufficient size to achieve adequate
torqueing of the nuts. The space between the concrete foundation and the bottom of the pole
base plate shall be filled with a dry pack mortar grout and troweled to a smooth finish
conforming to the contour of the pole base plate.
Dry pack mortar grout shall consist of a 1:3 mixture of portland cement and fine sand with just
enough water so that the mixture will stick together on being molded into a ball by hand, and will
not exude moisture when so pressed. A one half-inch drain hole shall be left in the bottom of the
grout pad as shown on the standard detail.
8-20.3(14) Signal Systems
8-20.3(14)B Signal Heads
Section 8-20.3(14)B is supplemented with following:
All vehicle and pedestrian signal heads shall be securely covered with opaque (non-translucent)
light colored material between installation and signal turn-on. Signal heads shall also be
completely covered after testing and prior to signal turn-on. Visqueen duct tape shall not be
allowed to secure the covers to the signal heads.
Vehicle heads that are to remain covered for a period AFTER turn-on of the signal, shall be
covered with a heavy, waterproof, opaque canvas, white, yellow, or khaki in color, securable by
braided nylon rope labeled “OUT OF SERVICE”.
The Contractor shall provide and install all new vehicular signal head mounting hardware.
Mounting hardware will provide for a rigid connection between the signal head and mast arm or
pole.
Position of the signal heads shall be as specified on the Pole Specifications Plan. All signal
heads mounted on Type M mounts shall have the plumbizer between the top and second
display. The bottom housing of a signal face shall conform to the requirements as stated in the
current approved edition of the MUTCD.
The highest intensity of the red lens in the signal head shall be aimed at a point 4 times the
posted speed limit from the stop bar (measured in linear feet). Final orientation of signal heads
shall be approved by the City Traffic Engineer in the field.
SP-132
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
8-20.3(14)E Signal Standards
Section 8-20.3(14)E is supplemented with following:
Traffic signal standards shall be fabricated in conformance with the methods and materials
specified on the pre-approved plans and outlined in the Standard Specifications and these
Special Provisions, Sections 9-29.6(1)B Decorative Signal Poles. All Type II and III signal
standards shall have terminal cabinets and luminaire arm connection as described in 9-
29.6(1)B.
While delivering the poles and arms to the job site and before they are installed, they shall be
transported and stored in a manner that will not inconvenience the public or damage the surface
finish. Poles shall be inspected by the Transportation Maintenance Department prior to install.
Poles shall be unwrapped for visual inspection by contractor prior to inspection. Once approved
poles can be installed. Extreme care shall be taken by the Contractor during installation and
pole erection to avoid damage to the finish.
The poles shall be installed on leveling nuts and washers secured to the anchor bolts and with
locking nuts and washers on the top of the base flange with a minimum of two full threads
extending beyond the locking nut. The side of the shaft opposite the load shall be plumbed by
adjusting the leveling nuts or as otherwise directed by the Engineer. Leveling nuts shall not be
encased I concrete foundation. The space between the concrete base and the bottom of the
pole flange shall be filled with dry pack mortar to completely fill the space under the flange and
be neatly troweled to the contour of the pole flange. A barrier shall be placed around the anchor
bolts to prevent grout from entering the conduits. A plastic drain hose (3/8-inch diameter) shall
be inserted through the mortar to provide the drainage from the interior of the pole base and be
trimmed flush with the interior and exterior surface of the mortar. Dry pack mortar shall consist
of a 1 to 3 mixture of cement and fine sand.
Installation of all nuts and bolts shall be performed with proper sized sockets, open end or box
wrenches. Use of pipe wrenches or other tools which can damage the galvanization of the nuts
and bolts will not be permitted. Tools shall be of a sufficient size and strength to achieve
adequate torqueing of the nut(s).
All welds shall comply with the latest AASHTO Standard Specifications for Structural Supports
for Highway Signs, Luminaires and Traffic Signals. Welding inspection shall comply with
Standard Specifications Section 6-03.3(25)A Welding Inspection.
Hardened washers shall be used with all signal arm-connecting bolts instead of lock washers.
All signal arm AASHTO M 164 connecting bolts shall be tightened to 40 percent of proof load.
Install a new ID tag on pole and in the foundation per City of Renton Standard Plan 139 (Signal
Pole Foundation and Pole Identification Tag Detail). All pole shafts shall have nut covers or
decorative plate over locking nuts.
SP-133
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
8-20.3(14)F Opticom Priority Control Systems
Section 8-20.3(14)F is added as follows:
Emergency preemption detectors shall be installed in a drilled and tapped hole in the top of the
mast arm unless otherwise shown in the Plans. They shall be tightly fitted to point in the
direction shown in the plan view. Lead-in cable back to the controller shall be GTT detector 138
cable, or equivalent, and shall have no splices. All lead-in cables shall be connected to terminals
in the controller cabinet as shown in the wiring diagram. The shields shall be grounded to the
grounding bar. A GPS opticom antenna shall be installed on top of the luminaire pole that is
closest to the signal cabinet.
8-20.3(14)G Terminal Cabinets
Section 8-20.3(14)G is added as follows:
The terminal cabinets shall be mounted on the pole using a 4 inch wide aluminum channel away
from the traffic side, with the bottom of the cabinet above the pedestrian signal heads where
present and in no case less than 8 feet above the ground level. Terminal cabinets shall be
factory finish painted to match signal pole color per Section 6-07 of these Special Provisions.
8-20.3(14)H Pedestrian Push Button Assembly
Section 8-20.3(14)H is added as follows:
The Contractor shall furnish and field-install complete APS type pedestrian pushbutton
assemblies and signs on the signal poles and all associated equipment in the signal cabinets.
The position and orientation of the pedestrian push buttons shall be located as shown on Plans;
however, final positioning for the optimum effectiveness shall be approved by the Engineer or
Transportation Maintenance Manager.
8-20.3(15) Grout
Section 8-20.3(15) is supplemented with the following:
After the pole is plumbed the space between the concrete foundation and the bottom of the pole
base plate shall be filled with a dry pack mortar grout troweled to a smooth finish conforming to
the contour of the pole base plate. Dry pack mortar grout shall consist of a 1:3 mixture of
Portland cement and fine sand with just enough water so that the mixture will stick together on
being molded into a ball by hand and will not exude moisture when so pressed. A one-half inch
drain hole shall be left in the bottom of the grout pad as shown on the standard detail.
8-20.3(16) Reinstalling Salvaged Material
Section 8-20.3(16) is supplemented with the following:
SP-134
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Signal Standards
Signal equipment and signs removed from existing signal standards shall be reinstalled on new
decorative signal standards with the same mountings as existing mountings and at locations
shown and noted on the Plans.
Wiring shall be fully restored to new decorative signal standards so that the signal, including all
reinstalled salvage equipment, is fully functional.
8-20.3(17) “As Built” Plans
Section 8-20.3(17) is supplemented with the following:
Upon completion of the construction and prior to the turn-on of any traffic control equipment, the
Contractor shall furnish an “as-built” plans of each intersection showing all signal heads, pole
locations, detectors, junction boxes, miscellaneous equipment, conductors, cable wires up to
the signal controller cabinet, and with a special symbol identifying those items that have been
changed from the original Contract Drawings. All items shall be located within 1-foot horizontal
distance and 6 inches vertical distance above, below, or at the surface.
Fiber Optic “As Built” Records
The Contractor shall provide the City of Renton Transportation Maintenance Manager (contact:
Eric Cutshall at 425-430-7423) with a cable route diagram indicating the actual cable route and
"foot marks" for all junction boxes, for the entrance and exit to slack points and at all termination
points. The Contractor shall record these points during cable installation. The Contractor shall
provide Cable system "as-built" drawings showing the exact cable route to the Transportation
Maintenance Manager.
8-20.3(18) Video Detection System
Section 8-20.3(18) is added as follows:
The permanent video detection system shall consist of the following:
· Video cameras, including camera enclosure, filter, sunshield and connector kit.
· Camera mount assemblies, including extensions as specified in the Plans.
· Video image processors
· Remote communications module
· 9-inch Video Monitor, including cable
· Programming devices and/or software
· Remote management software
· Camera lenses and lens adjustment modules
· Surge Suppressor
· Coaxial and power cables
· All other equipment necessary for a fully operational video detection system.
SP-135
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Cameras shall be mounted at a sufficient height to prevent occlusion from cross traffic. The
Contractor shall provide the camera mounts and cable per these Specifications. The Contractor
shall install the cameras and controller cabinet video camera equipment under the presence of
City of Renton Transportation Maintenance Representative and the Representative will program
the cameras to provide detection. The Contractor shall notify the Engineer 48 hours in advance
of changes that will require reprogramming cameras.
8-20.4 Measurement
Section 8-20.4 is supplemented as follows:
“Traffic Signal System Complete Airport/Shattuck,” lump sum.
“Traffic Signal System Complete Airport/Logan,” lump sum.
“Illumination System Complete,” lump sum.
8-20.5 Payment
Section 8-20.5 is supplemented as follows:
“Traffic Signal System Airport/Shattuck,” lump sum.
“Traffic Signal System Airport/Logan,” lump sum.
The lump sum price for “Traffic Signal System Airport/Shattuck” shall be full pay for the
construction of the complete electrical system, modifying existing systems, or both, as described
above and as shown in the Plans, and herein specified, including excavation, backfilling,
concrete foundations, conduit, wiring, restoring facilities destroyed or damaged during
construction, salvaging existing materials, and for making all required tests. All additional
materials and labor, not shown in the Plans or called for herein and which are required to
complete the electrical system, shall be included in the lump sum Contract price.
The lump sum price for “Traffic Signal System Airport/Logan” shall be full pay for the
construction of the complete electrical system, modifying existing systems, or both, as described
above and as shown in the Plans, and herein specified, including excavation, backfilling,
concrete foundations, conduit, wiring, restoring facilities destroyed or damaged during
construction, salvaging existing materials, and for making all required tests. All additional
materials and labor, not shown in the Plans or called for herein and which are required to
complete the electrical system, shall be included in the lump sum Contract price.
The lump sum price for “Illumination System” shall be full payment for furnishing all labor,
materials and equipment for the illumination system including the installation of new luminaire
foundations and luminaires, complete electrical system with service cabinets, junction boxes,
conduit and conductors to connect to the new service cabinet as shown on the plans, and for
making all required tests. All additional material and labor, not shown in the Plans or called for
SP-136
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
herein and which are required to complete the electrical system shall be included in the lump
sum Contract price.
8-21 PERMANENT SIGNING
8-21.1 Description
This Section is supplemented with the following:
This Work also includes furnishing, installing, maintaining, and removal of temporary
construction identification signing.
8-21.2 Construction Requirements
This Section is supplemented with the following:
Construction Identification Sign
The Contractor shall provide and maintain one 4' x 8' construction project sign as shown in
Appendix A. The specific content and exact field location will be provided by the Engineer at the
preconstruction conference. The sign shall be installed within three working days of
mobilization.
The sign shall be maintained in good condition throughout the duration of the project and shall
be removed upon Physical Completion of the Contract, or when designated by the Engineer.
All new signs and relocated signs shall be installed on new metal posts and shall be installed
per City of Renton Standard Plan 129.
(******Renton GSP)
Sign Code Numbers indicated on the Plans are in reference to the Washington State
Department of Transportation Sign Fabrication Manual and the Manual on Uniform Traffic
Control Devices (MUTCD).
Upon completion of the project, the Contractor shall reset all signs that have been disturbed or
removed during the construction in their permanent location to the satisfaction of the City.
Existing concrete at the base of signpost shall be removed prior to installation in new concrete.
Relocated signs shall be installed on new painted schedule 40 galvanized steel poles per City of
Renton Standard Plan 129 or attached to light poles where noted on the Plans.
Steel sign poles shall be powder coated and color per Section 6-07.2, Painting.
Any damage due to the Contractor’s negligence before the end of the project shall be replaced
by the Contractor with no additional compensation allowed.
SP-137
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
8-21.5 Payment
This Section is supplemented with the following:
“Permanent Signing” per lump sum.
The lump sum bid item “Permanent Signing” shall be full pay for all work and materials required
to furnish and install new signs and relocate existing signs including new metal posts and all
hardware to the locations shown on the plans.
8-22 PAVEMENT MARKING
8-22.1 Description
This Section is supplemented with the following:
This Work also includes installing Green MMA Cycle Track Coating upon the Roadway surface
at locations shown on the Plans.
Removing Existing Pavement Marking shall include, but not be limited to, removal of
approximately:
· Plastic Crosswalk Line Removal Approx. 300SF
· Plastic Line Removal Approx. 200LF
· Plastic Traffic Marking Removal Approx. 11 EA
· RPM Lane Line Removal Approx. 3,300 LF
· RPM Centerline Removal Approx. 1,100 LF
8-22.2 Materials
This Section is supplemented with the following:
All Profiled Plastic and Plastic Crosshatch Markings shall be Type D – Liquid Cold Applied
Methyl Methacrylate per WSDOT Standard Spec 9-34 except for Plastic Crosshatch Markings in
the cycle track median which shall be Thermoplastic.
All Plastic Lines, Plastic Crosswalk Lines, Plastic Dotted Line Extensions, Plastic Stop Lines,
Plastic Traffic Arrows, Plastic Traffic Letters, Plastic Bicycle Lane Symbols, and Bicycle Detector
Pavement Markings shall be Thermoplastic.
Green MMA Cycle Track Coating shall be Type D – Liquid Cold Applied Methyl Methacrylate
and green in color per WSDOT Standard Spec 9-34.
SP-138
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
8-22.3 Construction Requirements
This Section is supplemented with the following:
“Bicycle Detector Pavement Marking” and “Plastic Dotted Line Extensions” shall be installed per
the Plans.
Green MMA Cycle Track Coating
All pavement markings installed in the same area as the Green MMA Cycle Track Coating per
the Plans shall be installed after the Green MMA Cycle Track Coating per manufacturer
recommendations. The Green MMA Cycle Track Coating shall have a continuously uniform
application thickness of 90 mils and be color RAL 6018 yellow green or similar. The Green MMA
Cycle Track Coating must be 100% cured, in a hardened solid state, before traffic is permitted
and per the manufacturer’s recommendations.
The Green MMA Cycle Track Coating shall be stored in dry, protected areas, away from direct
sunlight, and protected from open flame before its application to the pavement surface. The
storage temperature shall be between 40 and 80-degrees Fahrenheit.
(******Renton GSP)
Contractor shall notify the Engineer and request approval of the pre-mark channelization at least
48 hours prior to placement of pavement markings.
8-22.3(6) Removal of Pavement Markings
(******Renton GSP)
This Section is supplemented with the following:
Existing pavement markings within the construction limits, including stop bars, traffic arrows,
lane markers, and raised pavement markers shall be removed prior to overlaying the roadway
surface. All conflicting channelization shall be removed as necessary by sand blasting to install
temporary pavement markings or after the final channelization has been installed.
Removal of existing pavement markings shall be conducted using such methods to prevent
damage to the remaining pavement. The use of chemicals that may be harmful to the pavement
will not be allowed. Damaged pavement shall be replaced at the Contractor’s expense.
8-22.4 Measurement
Revise this Section with the following:
No specific unit of measurement shall apply to the lump sum item of “Removing Existing
Pavement Marking.”
SP-139
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Supplement this Section with the following:
“Bicycle Detector Pavement Marking” shall be per measured per each.
“Plastic Dotted Line Extensions” shall be measured per linear foot. No deduction will be made
for the unmarked area.
“Green MMA Cycle Track Coating” shall be measured per square foot applied to the pavement
surface.
8-22.5 Payment
Supplement this Section with the following:
“Removing Existing Pavement Marking,” per lump sum.
The lump sum contract price for “Removing Existing Pavement Marking” shall be full payment
for all labor, materials, tools, and equipment necessary for the removal of lines, traffic arrows,
traffic letters, traffic symbols, crosswalk lines, raised pavement markers, and all other pavement
marking removal Work as described in Section 8-22.
“Bicycle Detector Pavement Marking,” per each.
“Plastic Dotted Line Extensions,” per linear foot.
“Green MMA Cycle Track Coating,” per square foot applied to the pavement surface.
Add the following new section:
8-30 RENTON SURVEYING STANDARDS
(******Renton GSP)
8-30.1 Description
8-30.1(1) Responsibility for Surveys
All surveys and survey reports shall be prepared under the direct supervision of a person
registered to practice land surveying under the provisions of Chapter 18.43 RCW.
All surveys and survey reports shall be prepared in accordance with the requirements
established by the Board of Registration for Professional Engineers and Land Surveyors under
the provisions of Chapter 18.43 RCW.
8-30.1(2) Survey Datum and Precision
The horizontal component of all surveys shall have as its coordinate base: The North American
Datum of 1983/91.
SP-140
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
All horizontal control for projects must be referenced to or in conjunction with a minimum of two
of the City of Renton’s Survey Control Network monuments. The source of the coordinate
values used will be shown on the survey drawing per RCW 58.09.070.
The horizontal component of all surveys shall meet or exceed the closure requirements of WAC
332-130-060. The control base lines for all surveys shall meet or exceed the requirements for a
Class A survey revealed in Table 2 of the Minimum Standard Detail Requirements for
ALTA/ACSM Land Title Surveys jointly established and adopted by ALTA and ACSM in 1992 or
comparable classification in future editions of said document. The angular and linear closure
and precision ratio of traverses used for survey control shall be revealed on the face of the
survey drawing, as shall the method of adjustment.
The horizontal component of the control system for surveys using global positioning system
methodology shall exhibit at least 1 part in 50,000 precision in line length dependent error
analysis at a 95 percent confidence level and performed pursuant to Federal Geodetic Control
Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic Accuracy
Standards & Specifications for Using GPS Relative Positioning Techniques dated August 1,
1989 or comparable classification in future editions of said document.
The vertical component of all surveys shall be based on NAVD 1988, the North American
Vertical Datum of 1988, and tied to at least one of the City of Renton Survey Control Network
benchmarks. If there are two such benchmarks within 3,000 feet of the project site, a tie to both
shall be made. The benchmark(s) used will be shown on the drawing. If a City of Renton
benchmark does not exist within 3,000 feet of a project, one must be set on or near the project
in a permanent manner that will remain intact throughout the duration of the project. Source of
elevations (benchmark) will be shown on the drawing, as well as a description of any
benchmarks established.
8-30.1(3) Subdivision Information
Those surveys dependent on section subdivision shall reveal the controlling monuments used
and the subdivision of the applicable quarter section.
Those surveys dependent on retracement of a plat or short plat shall reveal the controlling
monuments, measurements, and methodology used in that retracement.
8-30.1(4) Field Notes
Field notes shall be kept in conventional format in a standard bound field book with waterproof
pages. In cases where an electronic data collector is used, field notes must also be kept with a
sketch and a record of control and base line traverses describing station occupations and what
measurements were made at each point.
Every point located or set shall be identified by a number and a description. Point numbers shall
be unique within a complete job. The preferred method of point numbering is field notebook,
page and point set on that page. Example: The first point set or found on page 16 of field book
348 would be identified as Point No. 348.16.01, the second point would be 348.16.02, etc.
SP-141
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Upon completion of a City of Renton project, either the field notebook(s) provided by the City or
the original field notebook(s) used by the surveyor will be given to the City. For all other work,
surveyors will provide a copy of the notes to the City upon request. In those cases where an
electronic data collector is used, a hard copy print out in ASCII text format will accompany the
field notes.
8-30.1(5) Corners and Monuments
Corner
A point on a land boundary, at the juncture of two or more boundary lines. A monument is
usually set at such points to physically reference a corner’s location on the ground.
Monument
Any physical object or structure of record which marks or accurately references:
· A corner or other survey point established by or under the supervision of an
individual per Section 8-30.1(1) and any corner or monument established by the
General Land Office and its successor, the Bureau of Land Management, including
section subdivision corners down to and including one-sixteenth corners; and
· Any permanently monumented boundary, right-of-way alignment, or horizontal and
vertical control points established by any governmental agency or private surveyor
including street intersections but excluding dependent interior lot corners.
8-30.1(6) Control or Base Line Survey
Control or Base Line Surveys shall be established for all construction projects that will create
permanent structures such as roads, sidewalks, bridges, utility lines or appurtenances, signal or
light poles, or any non-single family building. Control or Base Line Surveys shall consist of such
number of permanent monuments as are required such that every structure may be observed
for staking or “as-builting” while occupying one such monument and sighting another such
monument. A minimum of two of these permanent monuments shall be existing monuments,
recognized and on record with the City of Renton. The Control or Base Line Survey shall occupy
each monument in turn, and shall satisfy all applicable requirements of Section 8-30.1 herein.
The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale.
North orientation should be clearly presented and the scale shown graphically as well as noted.
The drawing must be of such quality that a reduction thereof to one-half original scale remains
legible.
If recording of the survey with the King County Recorder is required, it will be prepared on 18-
inch by 24-inch mylar and will comply with all provisions of Chapter 58.09 RCW. A photographic
mylar of the drawing will be submitted to the City of Renton and, upon their review and
acceptance per the specific requirements of the project, the original will be recorded with the
King County Recorder.
If recording is not required, the survey drawing shall be prepared on 22-inch by 34-inch mylar,
and the original or a photographic mylar thereof will be submitted to the City of Renton.
SP-142
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and shall
conform to the City of Renton’s Drafting Standards. American Public Works Association symbols
shall be used whenever possible, and a legend shall identify all symbols used if each point
marked by a symbol is not described at each use.
An electronic listing of all principal points shown on the drawing shall be submitted with each
drawing. The listing should include the point number designation (corresponding with that in the
field notes), a brief description of the point, and northing, easting, and elevation (if applicable)
values, all in ASCII format, on IBM PC compatible media.
8-30.1(7) Precision Levels
Vertical Surveys for the establishment of benchmarks shall satisfy all applicable requirements of
section 1-05 and 8-30.1.
Vertical surveys for the establishment of benchmarks shall meet or exceed the standards,
specifications, and procedures of third order elevation accuracy established by the Federal
Geodetic Control Committee.
Bench marks must possess both permanence and vertical stability. Descriptions of benchmarks
must be complete to ensure both recoverability and positive identification on recovery.
8-30.1(8) Radial and Station – Offset Topography
Topographic surveys shall satisfy all applicable requirements of Section 8-30.1 herein.
All points occupied or back sighted in developing radial topography or establishing baselines for
station –offset topography shall meet the requirements of Section 8-30.1 herein.
The drawing and electronic listing requirements set forth in Section 8-30.1 herein shall be
observed for all topographic surveys.
8-30.1(9) Radial Topography
Elevations for the points occupied or back sighted in a radial topographic survey shall be
determined either by 1) spirit leveling with misclosure not to exceed 0.1 feet or Federal Geodetic
Control Committee third order elevation accuracy specifications, OR 2) trigonometric leveling
with elevation differences determined in at least two directions for each point and with
misclosure of the circuit not to exceed 0.1 feet.
8-30.1(10) Station – Offset Topography
Elevations of the baseline and topographic points shall be determined by spirit leveling and shall
satisfy Federal Geodetic Control Committee specifications as to the turn points and shall not
exceed a 0.1 foot error as to side shots.
8-30.1(11) As-Built Survey
All improvements required to be “as-built” (post construction survey) per City of Renton Codes,
TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be located both
horizontally and vertically by a Radial survey or by a Station offset survey. The “as-built” survey
must be based on the same base line or control survey used for the construction staking survey
SP-143
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
for the improvements being “as-built.” The “as-built” survey for all subsurface improvements
should occur prior to backfilling. Close cooperation between the installing Contractor and the
“as-builting” surveyor is therefore required.
All “as-built” surveys shall satisfy the requirements of Section 8-30.1(1) herein and shall be
based upon control or base line surveys made in conformance with these Specifications.
The field notes for “as-built” shall meet the requirements of Section 8-30.1(4) herein and
submitted with stamped and signed “as-built” drawings which includes a statement certifying the
accuracy of the “as built.”
The drawing and electronic listing requirements set forth in Section 8-30.1(6) herein shall be
observed for all “as-built” surveys.
8-30.1(12) Monument Setting and Referencing
All property or lot corners, as defined in Section 8-30.1(5), established or reestablished on a plat
or other recorded survey shall be referenced by a permanent marker at the corner point per
Section 8-30.2(1). In situations where such markers are impractical or in danger of being
destroyed, e.g., the front corners of lots, a witness marker shall be set. In most cases, this will
be the extension of the lot line to a tack in lead in the curb. The relationship between the witness
monuments and their respective corners shall be shown or described on the face of the plat or
survey of record, e.g., “Tacks in lead on the extension of the lot side lines have been set in the
curbs on the extension of said line with the curb.” In all other cases, the corner shall meet the
requirements of Section 8-30.2(1) herein.
All non-corner monuments, as defined in Section 8-30.1(5), shall meet the requirements of
Section 8-30.2(2) herein. If the monument falls within a paved portion of a right-of-way or other
area, the monument shall be set below the ground surface and contained within a lidded case
kept separate from the monument and flush with the pavement surface, per Section 8-30.2(3).
In the case of right-of-way centerline monuments all points of curvature (PC), points of tangency
(PT), street intersections, center points of cul-de-sacs shall be set. If the point of intersection
(PI) for the tangents of a curve fall within the paved portion of the right-of-way, a monument can
be set at the PI instead of the PC and PT of the curve.
For all non-corner monuments set while under contract to the City of Renton or as part of a City
of Renton approved subdivision of property, a City of Renton Monument Card (furnished by the
city) identifying the monument; point of intersection (PI), point of tangency (PT), point of
curvature (PC), one-sixteenth corner, Plat monument, street intersection, etc., complete with a
description of the monument, a minimum of two reference points, and NAD 83/91 coordinates
and NAVD 88 elevation shall be filled out and filed with the City.
SP-144
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
8-30.2 Materials
8-30.2(1) Property/Lot Corners
Corners per Section 8-30.1(5) shall be marked in a permanent manner such as ½-inch-diameter
rebar 24 inches in length, durable metal plugs or caps, tack in lead, etc. and permanently
marked or tagged with the surveyor’s identification number. The specific nature of the marker
used can be determined by the surveyor at the time of installation.
8-30.2(2) Monuments
Monuments per Section 8-30.1(5) shall meet the requirements as set forth in City of Renton
Standard Plans page H031 and permanently marked or tagged with the surveyor’s identification
number.
8-30.2(3) Monument Case and Cover
Materials shall meet the requirements of Section 9-22 and City of Renton Standard Detail H031.
END OF DIVISION 8
SP-145
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
DIVISION 9
MATERIALS
9-14 EROSION CONTROL AND ROADSIDE PLANTING
9-14.1 Soil
9-14.1(1) Topsoil Type A
Section 9-14.1(1) is supplemented as follows:
Topsoil Type A shall meet the following requirements:
1. Cation exchange capacity (CEC) of Topsoil Type A shall be a minimum of 10
milliequivalents CEC/100 g dry soil (U.S. EPA Method 9081).
2. Organic content greater than 10-percent but less than 15-percent as measured on a dry
weight basis using AASHTO T 267 Determination of Organic Content in Soils by Loss on
Ignition.
3. pH shall be between 6.0 and 7.5.
4. Soluble salt contents shall be less than 3.0 hos/com.
5. Conductivity shall be less than 3 mmhs/cm.
Topsoil Type A shall be 50-percent to 65-percent Sandy Loam and 50-percent to 35-percent
Fine Compost by volume. Sandy Loam shall be as defined by the US Department of Agriculture
Soil Classification System, meeting the requirements of Table 1; and be free of phyto-toxic
materials, and viable seeds, rhizomes or roots of State-listed noxious weeds.
Table 1. Particle Size Analysis for Loam
Sieve Size Percent Passing
¾" 100%
½" 90-100%
3/8" 85-100%
#4 75-90%
#10 55-75%
#20 45-60%
#30 40-55%
#60 20-40%
#100 20-30%
#200 <30%
#270 <25%
2 μm <20%
The Fine Compost shall conform to the requirements of Section 9-14.4(8)
SP-146
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Topsoil Type A Submittal Requirements
At least 10 Working Days prior to placement of any soils, the Contractor shall submit the
following test results from an independent accredited soils testing laboratory, for samples
gathered and tested less than 90 days prior. The laboratory analysis shall be with a sample size
of no less than 2 pounds.
1. Grain size analysis results for Sandy Loam. Using method ASTM D422
2. STA / Washington State Department of Transportation Technical Data Sheet for
Compost, from a STA accredited lab.
3. Test results from an accredited soil laboratory for all soil mixes, including the following
parameters:
a. Total and Soluble Nitrogen (NO3 + NH3)
b. Phosphorus
c. Potassium
d. pH
e. Organic Matter % (Loss on Ignition method)
f. Conductivity
g. Calcium
h. Sulfur
i. Boron
4. Recommendations. Fertilizer and amendment recommendations from an accredited Soil
Scientist or Agronomist; for the specified plant type and soil application depth.
5. Mix Samples. Two one (1) gallon samples of each soil mix.
Topsoil Type A Acceptance
Contractor shall not place any soils until the Engineer has reviewed and confirmed the following:
1. Delivery tickets must show that the full delivered amount of soil matches the product
type, volume and Manufacturer named in the submittals.
The Engineer may inspect any loads of soil and/or delivery tickets on delivery and stop
placement if the delivered soil does not appear to match the submittals; and require sampling
and testing of the delivered soil before authorizing soil placement.
9-14.6(8) Sod
Section 9-14.6(8) is supplemented with the following:
Sod shall be composed of the following grass mixture in the proportions indicated:
SP-147
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Sod Turf Grass:
Stellar 3GL Perennial Rye Grass 34.59%
Apple SGL Perennial Rye Grass 34.56%
Navigator II Creeping Red Fescue 14.99%
Radar Chewing Fescue 14.88%
9-14.2 Seed
Section 9-14.2 is supplemented with the following:
Drought tolerant turf type seed mix of the following species, rate, and analysis shall be applied
at the rates shown below on all areas disturbed and not indicated for replanting within the
project:
Seed by Common Name,
(Botanical Name), and Pounds Pure Live Seed
“Source Identification” (PLS) Per Acre
3 Way Tall Fescue Blend, (Festuca rubra) 100
Source Identified seed shall be generation four or less. Non-Source Identified seed shall meet
or exceed Washington State Department of Agriculture Certified Seed Standards and be from
within the appropriate genetic zones of the Puget Lowland Ecoregion (2) as defined by the US
Environmental Protection Agency (EPA).
The seed certification class shall be Certified (blue tag) in accordance with WAC 16-302 and
meet the following requirements:
Prohibited Weed 0% max.
Noxious Weed 0% max.
Other Weed 0.20% max.
Other Crop 0.40% max.
The Contractor shall document all Source Identified seed by providing the Association of Official
Seed Certifying Agents (AOSCA) yellow seed label for each species in the mix. Site
Identification Logs can be supplied for collections where the AOSCA yellow label is not
available.
9-28 EROSION CONTROL AND ROADSIDE PLANTING
9-28.7 Process Colors
Section 9-29.1 is supplemented by adding the following:
Back of mast arm mounted signs and associated banding shall match signal mast arm color.
SP-148
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
9-29 ILLUMINATION, SIGNAL, ELECTRICAL
9-29.1 Conduit, Innerduct, and Outerduct
Section 9-29.1 is supplemented with the following:
Fiber optic cable conduit shall be supplied as a system from a single manufacturer providing all
of the conduit, all required fittings, termination and other installation accessories; all in
accordance with the Contract Documents.
The conduit PVC - non-metallic shall be of the two types indicated below:
1. Schedule 80 extra heavy wall PVC conforming to ASTM Standards, to be used in all
installations under roadways.
2. Schedule 40 heavy wall PVC conforming to ASTM Standards.
Add the following new section:
9-29.1(10) Conduit Sealing
Conduit Sealing
Cabinet conduit sealing shall be one of the following:
1. Duo-fill 400 – self expanding waterproof foam
2. Jackmoon – Triplex Duct Plugs
3. O-Z Gedney – Conduit Sealing Bushings
Mechanical plugs shall be installed per manufacturer’s recommendations.
9-29.2 Junction Boxes , Cable Vaults, and Pull Boxes
9-29.2(1) Standard Duty and Heavey-Duty Junction Boxes
9-29.2(1)A Standard Duty Junction Boxes
Section 9-29.2(1)A is supplemented with:
Junction boxes shall be reinforced concrete with galvanized steel frame anchored in place and
galvanized steel cover plate (Diamond pattern). Grounding lugs shall be stainless steel and
shall be mechanically and electrically bonded. Junction boxes for copper wire shall incorporate
a locking lid per City of Renton Standard Plan. Junction boxes placed in the sidewalks shall
have non-skid lids.
Junction boxes shall be marked for use in accordance with the following schedule:
System Type Legend
Illumination LT
SP-149
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Traffic Signal TS
Interconnect Only COMM
Concrete Junction Boxes
Both the slip-resistant lid and slip-resistant frame shall be treated with Mebac#1 as
manufactured by IKG industries, or SlipNOT Grade 3-coarse as manufactured by W.S. Molnar
Co. Where the exposed portion of the frame is ½ inch wide or less the slip-resistant treatment
may be omitted on that portion of the frame. The slip-resistant lid shall be identified with
permanent marking on the underside indicating the type of surface treatment (“M1” for
Mebac#1; or “S3” for SlipNOT Grade 3-coarse) and the year manufactured. The permanent
marking shall be 1/8 inch line thickness formed with a mild steel weld bead.
9-29.3 Fiber Optic Cable, Electrical Conductors and Cable
9-29.3(1) Fiber Optic Cable
Section 9-29.3(1) is supplemented as follows:
Fiber optic cable conduit shall be supplied as a system from a single manufacturer providing all
the conduit, all required fittings, termination and other installation accessories, all in accordance
with the Contract Documents.
The fiber optic cable network shall be single mode, non-zero dispersion shifted, loose tube fiber
capable of supporting both SONET transmission speeds and protocols up to 2.4 GE/s, and
NTSC quality color video applications. Trace wire will need to be in cable or pulled in conduit
with fiber cable.
Install signal controller mounted patch panels for all fiber terminating applications.
Patch panels shall accept SC style connectors.
The Contractor shall provide all necessary tools, consumables, cleaner, mounting hardware and
other materials required for the complete installation of each patch panel.
A wiring diagram shall be supplied with each patch panel. The wiring diagram shall identify the
destination of each fiber terminated in the patch panel. The destination information shall include
at a minimum, an intersection name, cabinet number, patch panel number and patch panel port.
The wiring diagram shall be placed in a plastic sheet protector next to the patch panel and a
copy submitted to the Project Representative with As-Built drawings. Each row of ports in the
patch panels shall be labeled with the associated port numbers with the assumption that the
numbers increase from top to bottom or left to right.
The Contractor is responsible for demonstrating the functionality of the installed system through
testing. These tests shall be conducted in accordance with an approved test plan that shall
cover the key functional requirements of the Work. The Contractor shall, at its cost, provide
suitable test equipment, instruments and labor for the purpose of tests.
SP-150
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
The Contractor shall provide sufficient notice of not less than three (3) working days prior to the
commencement of the first test. The Contractor shall submit with this notice a schedule of all
tests covered by this notice.
9-29.3(2) Electrical Conductors and Cable
Section 9-29.3(2) is supplemented with the following:
Each wire shall be numbered at each terminal end with a wrap-around type numbering strip
bearing the circuit number shown on the Plans.
The Contractor shall provide and install all the necessary wiring, fuses and fittings so as to
complete the installation of the signal and lighting equipment as shown on the Plans. All
materials and installation methods, except as noted otherwise herein, shall comply with
applicable sections of the National Electrical Code.
Communications cable shall meet REA specification PE-39 and shall have No. 19 AWG wires
with 0.008 inch FPA/MPR coated aluminum shielding. The cable shall have a petroleum
compound completely filling the inside of the cable.
9-29.3(2)H Three-Conductor Shielded Cable
Section 9-29.3(2)H is deleted and replaced with the following:
Three conductor shielded cable (3CS) for the detector circuit for optical fire preemption
receivers shall be Model 138 Opticom cable.
9-29.3(2)J Cable for Vehicle Video Detection Cameras
Section 9-29.3(2)J is added as follows:
Video detection cable shall be Ethernet type and conform to the video detection manufacturer’s
recommendations.
9-29.6 Light and Signal Standards
9-29.6(1) Steel Light and Signal Standards
Add the following new section:
9-29.6(1)A Decorative Signal Poles Type I
Section 9-29.6(1)A is added as follows:
SP-151
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Decorative Pole
Decorative signal poles shall be per WSDOT Standard Plan J-21.15 and the Plans.
Decorative Base
The decorative base shall be constructed of cast iron and shall comprise of two (2) parts which
are made in two (2) halves, resembling in design the VISCO OCT6 split base assembly. The
bottom of the base is designed to be assembled around the pole base plate and has a bottom
dimension of 18" point-to-point. The base is octagonal in design, and the top decorative section
of the base is designed to be assembled around the pole, and shall have a 6" round I.D. to
match the pole, with minimal clearance between base and pole. The overall height of the base
shall be 24" tall. This casting has a removable access door that is positioned to match the
handhole opening in the pole. The access door is secured to the base with two (2) stainless
steel tamper proof machine screws. Each part’s half must bolt together in such a manner that
there remains a minimal vertical seam, and each part is free of voids, porosity, fins and
generally have a smooth sand cast finish.
Pole and its subassemblies color shall be per Section 6-07 of these Special Provisions.
9-29.6(1)C Decorative Pedestrian Luminaire Poles
Section 9-29.6(1)D is a new section:
Downtown decorative pedestrian luminaire poles and subassemblies shall be per City of Renton
Standard Plans 117.4 and 117.5.
Arterial street decorative roadway luminaire poles and subassemblies for all other areas shall be
per City of Renton Standard Plans 117.1 and 117.3.
Arterial street decorative pedestrian luminaire poles and subassemblies for all other areas shall
be per City of Renton Standard Plan 117.2.
Pole and its subassemblies color shall be per Section 6-07 of these Special Provisions.
9-29.10(2) Decorative Luminaires
Section 9-29.10(2) is supplemented with the following:
Luminaire performance specifications shall be as follows:
Roadway and pedestrian luminaires shall be LED type, wattages similar to the wattages shown
in the luminaire schedules on the Plans. The roadway and pedestrian luminaire housing shall be
dome shaped and similar to dimensions as shown on the Plans, made of cast or spun aluminum
with tempered flat glass lens attached to a round cast aluminum lens frame with one or more
latches to provide tool less access to the internal components, upper section shall be round
aluminum tubing with shallow dome shaped top cap. Luminaire shall be IP66 certified and
conform to UL 1598 standards or CSA certified.
SP-152
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Lens module shall be clear tempered flat glass assembled on a cast aluminum lens frame, fitted
with a silicon gasket compression system to attain an IP 66 rating. Upper housing shall have a 1
½" hole predrilled at 5 ¾" from top of 4" tubing (upper housing) to accept 1" conduit that is party
of the arm assembly.
LED module shall be mechanically secured on a die cast aluminum heat sink, minimum 70 CRI,
correlated color temperature to be 4000 Kelvin, Type III Optics.
Driver module shall be auto adjustable 120-277VAC Class 1, wired at 240V, ROHS compliant
assembled on a tool less removable tray with quick disconnects resisting to 221 Degrees F (105
C), high power factor of 90%. Minimum starting temperature shall be -40 degrees, maximum
operating temperature of 130 Degrees F. On board thermal protection device reduces output
current to 150mA if internal driver temperature (Tcase) exceeds 185 Degrees F (85 C), provide
3-pole 10KV surge protector per IEEE/ANSI C62.41.2 C High. 3-Wire Terminal Block shall be
affixed to the bottom of the driver module tray, which is attached to the removable pole top cap,
terminal block is pre-wired to driver module, provide UL, pertinent luminaire codification labels
affixed to inside of the luminaire housing.
Roadway and pedestrian luminaires shall be LED type, wattages similar to the wattages shown
in the luminaire schedules on the Plans. The Contractor shall be responsible for verifying that
the performance of the LED luminaires is adequate to comply with the City illumination
standards (roadways: 1.3 ft-candles average and 4:1 uniformity; intersections: 1.5 ft-candles
average and 4:1 uniformity, and a minimum of 0.8 ft-candles at any location within the
crosswalks) without modifying illumination and signal pole locations shown on the Plans. AGI32
files shall be provided, by the Contractor upon the request, by the Engineer.
The roadway and pedestrian luminaire housing shall be dome shaped and similar to dimensions
as shown on the Plans, made of cast or spun aluminum with tempered flat glass lens attached
to a round cast aluminum lens frame with one or more latches to provide tool less access to the
internal components, upper section shall be round aluminum tubing with shallow dome shaped
top cap. Luminaire shall be IP66 certified and conform to UL 1598 standards or CSA certified.
Optical assembly/reflector shall be made of pre-anodized aluminum, segmented in multiple
facets, ventilated perforations and heat sinks to maximize heat dissipation. Reflector shall
produce full cut-off Type III optics to meet the design/performance criteria, 4000K CCT. LED
driver module rated for 120V-277V operation, high power factor (90%), with a minimum starting
temperature of -40 Degrees Fahrenheit, secured on a tool less access tray with quick
disconnects. Individual LED chips or modules shall be removable by means of tool less access
in the event they need to be replaced. LED driver not to exceed 750 MA.
All decorative fixtures shall be of the same manufacturer and external appearance.
All exposed hardware is stainless steel, textured finish on fixture and arm shall be per Section 6-
07 of these Special Provisions.
SP-153
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
9-29.11(2) Photoelectric Controls
Section 9-29.11(2) is replaced with:
Photoelectric controls shall be a plug-in device, rated to operate on 120 volts, 60 Hz. The unit
shall consist of a light sensitive element connected to necessary control relays. The unit shall be
so designed that a failure of any electronic component will energize the lighting circuit.
The photo cell shall be a solid state device with stable turn-on values in the temperature range
of -55 degrees C to +70 degrees C. The photo cell shall be rated as a ten-year (or higher) life
expectancy.
9-29.13 Control Cabinet Assemblies
9-29.13(1) Environmental, Performance and Test Standards for Solid-State Traffic
Controller
Section 9-29.13(1) is supplemented by adding the following:
The traffic signal controller assemblies, including the traffic signal controller, auxiliary control
equipment and cabinet shall be shop tested to the satisfaction of the Engineer. Testing and
check-out of all timing circuits, phasing and signal operation shall be at the City of Renton
Maintenance Signal Shop, Renton, Washington. The contractor shall give the City of Renton
Maintenance Signal Shop at least one week lead time to delivery. The contractor shall deliver
the controller and cabinet to the shop and shall pick up the units at the end of the test period,
deliver to the job site, and install. Allow for three weeks for testing.
The Signal Shop will make space available to the Contractor for the required test
demonstrations. The Contractor shall assemble the cabinet and related signal control equipment
ready for testing. A complete demonstration by the Contractor of all integrated components
satisfactorily functioning shall start the test period. Any malfunction shall stop the test period
until all parts are satisfactorily operating. The test shall be extended until a minimum of 72 hours
continuous satisfactory performance of the entire integrated system has been demonstrated.
The demonstration by the Contractor to the Engineer of all components functioning properly
shall not relieve the Contractor of any responsibility relative to the proper functioning of all
aforestated control gear when field installed.
9-29.13(2) Traffic Signal Controller Assembly Testing
Section 9-29.13(2) is supplemented with the following:
The Contractor shall give fourteen (14) calendar days written notice to the Engineer prior to
delivering the signal control equipment to the City of Renton Maintenance Signal Shop. The
equipment shall be delivered far enough in advance of actual need to allow for testing by the
City of Renton Maintenance Signal Shop. This may involve retesting because of failures or
rejections. The City of Renton Maintenance Signal Shop may require thirty-five (35) calendar
days for testing the signal control equipment. This time will increase if the equipment does not
SP-154
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
meet the contract requirements or is incomplete. If more than thirty-five (35) calendar days are
required for any individual testing or retesting by the City of Renton Maintenance Signal Shop.
Tests in environment chamber will only be run as needed for type changes.
Upon successful completion of testing by the City of Renton Maintenance Signal Shop, the
signal controller equipment shall be available for pickup. A certificate verifying environmental
testing, if required, shall be supplied in the cabinet to the City of Renton Maintenance Signal
Shop for each respective control cabinet.
The Contractor shall notify the City of Renton Maintenance Signal Shop in writing a minimum of
fourteen (14) calendar days before the Contractor is ready to pick up the signal controller
cabinet. The Contractor shall not pick up the controller cabinet from City of Renton Maintenance
Signal Shop until the electrical service is energized and all site preparation required to install the
controller cabinet is complete.
The supplier has five (5) working days to repair or replace any components that fail during the
testing process at no cost to the Contracting Agency. All failed or rejected equipment shall be
removed from the City of Renton Maintenance Signal Shop within seven (7) calendar days
following notification; otherwise, the failed or rejected equipment will be returned, freight collect,
to the Contractor.
9-29.13(3) TRAFFIC SIGNAL CONTROLLER
Section 9-29.13(3) is replaced with the following:
The NEMA controller shall be a SIEMENS M62 series ATC model EPAC6138M62 with a 8Mb
data key and a removable display unit.
The controller shall be configurable to meet, at a minimum, all applicable sections of the NEMA
Standards Publication for TS2 and ATC standards. Traffic signal controller shall operate within
Temperature Range: -37°C to +74°C, Service Voltage: 89 to 135 VAC, 57 to 63 Hz, Power
Consumption shall be typically 25 Watts and shall not exceed 120 Watts.
Traffic signal controller supplier shall provide a letter from an independent testing laboratory
certifying controller compliance to the environmental standards NEMA TS 2-2003 and ATC
Standard version 5.2b upon request.
It shall be possible to configure the controller for multiple configurations including: ATC
Configuration: Standard version 5.2b specifications or TS-2 Type 2 NEMA Configuration: NEMA
TS2-2003 without ATC compliance. An upgrade kit shall be available to convert TS2 to ATC with
simple tools
The controller shall be suitable for both a direct parallel connection to load switches and
detectors and an SDLC port to communicate with NEMA BIUs.
The CPU shall provide the following:
SP-155
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Linux Operating System with runtime license and Kernel x.y.z
MPC 8270 microprocessor operating at 266 MHz.
512 Megabytes minimum dynamic random-access memory (DRAM).
512 Megabytes minimum FLASH memory organized as a disk drive.
2 Megabytes minimum static random-access memory (SRAM).
Time of Day (TOD) clock with hours, minutes, seconds, month, year, and automatic day- light
savings time adjustment. TOD may be implemented in the CPU via electronic circuitry, operating
system software, or a combination.
During power failures, the SRAM and TOD shall be powered by STANDBY voltage from the
power supply.
The ATC Communication module shall be a plug-in type module, and shall provide the following
communications options:
Four built-in USB 2.0 ports
Built-in 10 Base-T Ethernet with four RJ-45 connectors.
Built-in 9pin EIA-574 SP8 Port for GPS connection
Built-in 8MB Data-key Port
Dedicated normally flashing red ‘CPU Active’ LED to indicate CPU failure.
In addition to ATC 5.2b requirements, the Power Supply shall provide the following: Line
Frequency Reference signal shall be generated by a crystal oscillator, which shall synchronize
to the 60-Hz VAC incoming power line at 120 and 300 degrees. A continuous square wave
signal shall be +5 VDC amplitude, 8.333ms half-cycle pulse duration, and 50 +/- 1% duty cycle.
The Line Frequency Reference shall compensate for missing pulses and line noise during
normal operation. The Line Frequency Reference shall continue through 450 mS power
interruptions.
STANDBY voltage via supercapacitor for backup power during loss of service voltage shall be
provided. Supercapacitor shall have a minimum of 15-farad nominal size. No batteries of any
type are allowed.
In addition to ATC 5.2b requirements, Keyboard and Display shall provide the following:
Removable by pulling off, installed by pushing on, with retaining screw.
Emulation of terminal per Joint NEMA/AASHTO/ITE ATC Standard.
Key quantity and function per Joint NEMA/AASHTO/ITE ATC Standard.
Liquid Crystal Display (LCD) with 16 lines of 40 characters.
LCD contrast adjustment accomplished via the keypad; no contrast knob allowed.
Light-emitting diode backlight for the LCD.
Audible electronic bell.
Connector compatible with C60 of Joint NEMA/AASHTO/ITE ATC Standard, with the addition of
+5VDC supplied by the controller on C60, Pin 1.
Keyboard and display may be removed for cost savings by the Agency.
It shall be possible to view the active status screens simultaneously with other programming
menu screens.
It shall be possible to assign a specific menu screen to one of the available function buttons on
the keyboard.
The operator shall be able to evoke a Help screen using a clearly identified HELP button.
SP-156
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
For ease of operation for first responders and agency staff, the controller shall provide a clearly
identified Auxiliary ON/OFF switch on the keypad.
In addition to ATC 5.2b requirements, the controller shall provide the following:
Built-in 10 Base-T Ethernet with five RJ-45 connectors on controller front panel.
Built-in Internet Protocol (IP) address assigned by Institute of Electrical and Electronic
Engineers (IEEE), two unique IP addresses for each controller.
Built-in 1200 bps Frequency Shift Keying (FSK) modem. Modem is optional per Agency
specification. Choice of 2 or 4 wire operation per Agency specification.
Built-in EIA-232 port for uploading and downloading applications software, as well as to update
the operating system.
Built-in C60 connector for use with removable Keyboard and Display, Personal Computer COM1
or Personal Digital Assistant (PDA). C60 protocol per Joint NEMA/AASHTO/ITE ATC standard.
Four built-in USB 2.0 ports on controller front panel.
In addition to the ATC 5.2b requirements, the controller housing shall provide the following:
One slot with card guides for standard Joint NEMA/AASHTO/ITE ATC modems.
Polycarbonate construction, except back panel, rear mounting tabs and power supply mounting
plate shall be aluminum for electrical grounding.
Built-in carrying handle.
Two adjustable front mounting feet, to raise the front cables and vary the display viewing-angle.
The controller identification label shall be located on the front of the controller and include the
controller part or model number, serial number and product code to decipher controller month
and year of manufacture.
Two Input / Output configurations shall be provided:
a. NEMA TS-2 Type 1 for serial connection to cabinet Bus Interface Unit
b. NEMA TS-2 Type 2 for direct parallel connection to load switches and detectors.
In addition to NEMA requirements, the controller shall provide the following:
a. Built-in 10 Base-T Ethernet with RJ-45 connector on controller front panel
b. Built-in Internet Protocol (IP) address assigned by Institute of Electrical and
Electronic Engineers (IEEE), one unique IP address for each controller.
c. Built-in Infrared (IR) wireless port compatible with Microsoft Windows for Pocket PC
Infrared RAW mode.
d. Built-in 1200 bps Frequency Shift Keying (FSK) modem. Modem is optional per
Agency specification. Choice of 2 or 4 wire operation per Agency specification.
e. Built-in EIA-232 port for uploading and downloading applications software, as well as
to update the operating system.
f. Built-in C60 connector for use with removable Keyboard and Display, Personal
Computer COM1 or Personal Digital Assistant (PDA). C60 protocol per Joint
NEMA/AASHTO/ITE ATC standard.
SP-157
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
9-29.13(4) Traffic Signal Controller Software
The Section 9-29.13(4) is replaced with the following:
The controller shall function with Siemens SE-PAC firmware 3.57b or approved by
Transportation Maintenance Manager, Eric Cutshall, and shall also be completely operable with
TACTICS 5.x central system or greater and SCOOT adaptive control system.
9-29.13(5) Flashing Operations
The following items in Section 9-29.13(5) are revised as follows:
2. Police Panel Switch. When the flash-automatic switch located behind the police panel
door is turned to the flash position, the signals shall immediately revert to flash as
programmed for emergency flash and apply stop time to the controller. When the switch
is placed on automatic, stop time shall be removed from the controller except when the
MMU has commanded flash operation.
3. Controller Cabinet Switches. When the flash-automatic switch located inside the
controller cabinet is placed in the flash position, the signals shall immediately revert to
flash; however, the controller shall continue to function. When the flash-automatic switch
is placed in the automatic position, the controller shall immediately resume normal cyclic
operation. Adjacent to the flash-automatic switch shall be a controller on-off switch. If the
flash-automatic switch is in the automatic position and the controller on-off switch is
placed in the OFF position, the signals shall immediately revert to flash.
5. Conflict Monitor. Upon sensing conflicting signals or unsatisfactory operation voltages,
the conflict monitor shall immediately cause the signal to revert to flash; however, the
controller shall stop time at the point of conflict. After the conflict monitor has been reset,
the controller shall immediately take command of the signal displays.
The following is a supplement:
6. Flash unit shall be a two-circuit type, capable of switching loads up to 1000 watts per
circuit alternately at a rate of 60 flashes per minute per circuit, plus or minus two flashes
per minute.
9-29.13(6) Emergency Pre-emption
Section 9-29.13(6) is replaced with the following:
Immediately after a valid call has been received, the preemption controls shall cause the signals
to display the required clearance intervals and subsequent preemption intervals. Preemption
shall sequence as noted in the contract. Preemption equipment shall be installed so that internal
wiring of the controller, as normally furnished by the manufacturer, is not altered. Termination of
the pre-emption sequence shall NOT place a call on all vehicle and pedestrian phases.
SP-158
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Pre-emption indicators, if required, shall turn on when the controller reaches the pre-empted
phase.
Emergency vehicle pre-emption shall be furnished as modules that plug directly into a rack
wired to accept GTT Opticom discriminator type units. The pre-emption system operation shall
be compatible with the 764 GTT company "Opticom" system which the City of Renton is
currently using and shall be capable of being activated by the same transmitters and GPS
Opticom antenna.
The optical signal discriminator system shall enable an authorized vehicle to remotely control
traffic control signals from a distance of up to 1800 feet (0.54 kilometers) along an unobstructed
"line of sight" path or within range of the antenna if the vehicle is equipped with a GPS receiver.
The system shall cause the traffic signals controller to move into an appropriate fire pre-emption
program. this optical discriminator shall interface to the 562 software, for field programmability. It
shall consist of the following components:
1. Optical energy detectors which shall be mounted on the traffic signal mast arms and
shall receive the optical energy emitter's signal. There shall also be a GPS antenna on
the signal pole located closest to the traffic signal controller cabinet and shall receive a
GPS signal.
2. Discriminators which shall cause the signal controller to go into internal pre-emption
which will give the authorized vehicle the right of way in the manner shown on the phase
sequence diagram.
3. Pre-emption Indicator Lights.
Optical Detector
1. Shall be of solid state construction.
2. Fittings shall meet the specifications of the system manufacturer to facilitate ease of
installation.
3. Shall operate over an ambient temperature range of -40°F to +180°F (-40°C to +85°C).
4. Shall have internal circuitry encapsulated in a semi-flexible compound and shall be
impervious to moisture.
5. Shall respond to the optical energy impulses generated by a pulsed Xenon source with a
pulse energy density of 0.8 micro joule per square meter at the detector, a rise time less
than one microsecond and half power point pulse width on not less than thirty
microseconds.
GPS Radio Unit Antenna
The Opticom GPS System assists authorized vehicles through signalized intersections by
providing temporary right-of-way through the use of common traffic controller functions. The
GPS receiver with antenna and a 2.4 GHz spread spectrum transceiver with antenna shall be
weather resistant RF energy-emitting Opticom 3100 GPS Radio Unit with installation cable per
manufacturer’s recommendations.
SP-159
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Discriminator
When a pre-emption detector detects an emergency vehicle, the phase selector shall hold the
controller in the required phase or advance directly to that phase after observing all vehicle
clearances. The phase selector shall hold the controller in the phase selected until the detector
no longer detects the emergency vehicle.
When the phase selector is responding to one detector, it shall not respond to any other
detector until calls from the first detector are satisfied. Indicator lights shall indicate power
on, signal being received, channel called. Switches shall control system power and simulate
detector calls for each phase.
Phase selectors shall be able to validate both IR detectors and GPS enabled receivers.
9-29.13(7) Wiring Diagrams
Section 9-29.13(7) is modified and supplemented by retaining the first three sentences and
replacing the remainder with:
The controller cabinet shall have a waterproof envelope with a side access attached to the
inside of the cabinet door. The cabinet shall be furnished with (3) complete sets of cabinet
prints. All cabinet wiring, and layout shall come on (1) E1 size sheet, multiple pages shall not be
allowed. Upon request (1) USB memory stick with AutoCAD v2008 cabinet drawing for the
cabinet wiring can be provided direct to the agency.
9-29.13(9) Radio Interference Suppressors
Section 9-29.13(9) is supplemented by adding the following:
A Cornell-Dubiler radio interference filter NF 10801-1 30 amps or equivalent shall be used to
filter the A.C. power. Additionally, all power supplies shall have noise immunity from other
devices within the cabinet.
9-29.13(10) NEMA, TYPE 170E, 2070 CONTROLLERS AND CABINETS
9-29.13(10)A Auxiliary Equipment for NEMA Controllers
Section 9-29.13(10)A is revised as follows:
The following auxiliary equipment shall be furnished and installed in each cabinet for NEMA
traffic-actuated controllers:
Auxiliary Panel
The cabinet shall include an auxiliary switch panel mounted to the interior side of the police
panel compartment on the cabinet door. The panel shall be secured to the police panel
compartment by (2) screws and shall be hinged at the bottom to allow access to the soldered
side of the switches with the use of only a Phillips screwdriver. Both sides of the panel shall be
silkscreened. Silk-screening on the backside of the switch panel shall be upside down so that
SP-160
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
when the panel is opened for maintenance the silk-screening will be right side up. All of the
switches shall be protected by a hinged see-through Plexiglas cover.
At a minimum the following switches shall be included:
Controller ON/OFF Switch: There shall be a switch that renders the controller and load-
switching devices electrically dead while maintaining flashing operations for purpose of
changing the controller or load-switching devices. The switch shall be a general-purpose bat
style toggle switch with .688-inch long bat.
Signals ON/OFF Switch: There shall be a switch that renders the field signal displays electrically
dead while maintaining controller operation for purpose of monitoring controller operations. The
switch shall be a general-purpose bat style toggle switch with .688-inch long bat.
Stop Time Switch: There shall be a 3-position switch labeled “Normal” (up), “Off” (center), and
“On” (down). With the switch in the “Normal” position, a stop timing command shall be applied to
the controller by the police flash switch or the MMU (Malfunction Management Unit). When the
switch is in its “Off” position, stop timing commands shall be removed from the controller. The
“On” position shall cause the controller to stop time. The switch shall be a general-purpose bat
style toggle switch with .688-inch long bat. There shall be a red LED indicator light that
illuminates when stop time is applied.
Technician Flash Switch: There shall be a switch that places the field signal displays in flashing
operation while the controller continues to operate. This flash shall have no effect on the
operation of the controller or MMU. The switch shall be a general-purpose bat style toggle
switch with .688-inch long bat.
Vehicle Test Switches: All eight vehicle phase inputs shall have a 2 position (on, on) test switch.
Switches shall be labeled “On” (up) and “Test” (down). With the switches in the “On” position
normal operations of the vehicle detection. When in the “Test” position a constant input shall be
applied to the controller. The switches shall directly input a call to the related controller vehicle
phase without routing the call through the detector rack(s) when activated. These switches shall
be labeled 1, 2, 3, 4, 5, 6, 7 and 8.
Pedestrian Test Switches: All eight pedestrian phase inputs shall have momentary pushbutton
test switches with black caps. The switches shall directly input a call to the related controller
pedestrian phase. These switches shall be labeled 1, 2, 3, 4, 5, 6, 7 and 8.
Police Panel
Behind the police panel door there shall be switches for use by emergency personnel. The
wiring for these switches shall be accessible when the auxiliary panel is open. The following
switches shall be included;
Flash Switch: There shall be a switch for the police that puts the cabinet into flashing
operations. The switch shall have two positions, “Auto” (up) and “Flash” (down). The “Auto”
position shall allow normal signal operation. The “Flash” position shall immediately cause all
SP-161
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
signal displays to flash as programmed for emergency flash and apply stop time to the
controller. When the police flash switch is returned to “Auto,” stop time shall be removed from
the controller except when the MMU has commanded flash operation. The effect shall be to
disable the police panel switch when the MMU has detected a malfunction and all controller and
MMU indications shall be available to the technician regardless of the position of the police flash
switch. The switch shall be a general-purpose bat style toggle switch with .688-inch long bat.
Cables
All wire cable bundles shall be encased in flex or expandable braided sleeving along their entire
free length.
All SDLC cables shall be terminated on both ends, securely terminated to the SDLC interface
panel with screw type connection and professionally routed in the cabinet interior to easily reach
the load bay, controller, malfunction management unit and detector racks. All SDLC connectors
shall be fully populated with 15 pins each.
Flashing Operation
All cabinets shall be wired to flash for all vehicle channels. Flashing operation shall alternate
between the used vehicle phases 1, 4, 5, 8, OLA, OLD, OLE & OLG and 2, 3, 6, 7, OLB, OLC,
OLF & OLH. Flash programming shall be either red, yellow or no flash simply by changing wires
on the front of the load-bay.
Detector Racks
At a minimum, the cabinet shall be wired to accommodate (32) channels of detection as follows:
1. One detector rack shall be standard size and support (16) channels of loop detection, (1)
Buss Interface Unit (BIU) and (4) channel of Opticom™ preemption. This rack shall be
capable of using both two channel or four channel detection devices or Opticom™ cards.
2. One detector rack shall be half width size and support (16) channels of loop detection
and one (1) Buss Interface Unit (BIU). This rack shall be capable of using half width four
channel detection devices.
3. The loop cabling shall be connected via a 37-pin DB connector using spring clips. The
Opticom cable shall be connected via a 24-pin connector using locking latches. The
power cable shall be a 6-pin connector. All power wires shall be 18AWG. The addressing
of detector racks shall be accomplished via dipswitches mounted to the PCB. There
shall be the capability to turn off the TS2 status to the BIU for the uses of TS1 detector
equipment via dipswitches mounted to the PCB. There shall be a 34-pin connector using
locking latches that breaks the output from the detector to the input of the BIU, there
shall also be +24VDC and logic ground on this connector. All racks shall have space at
the bottom front for labeling. All racks shall be designed for horizontal stacking. Separate
racks for detection and preemption are not allowed.
Detection Panel
The detection panel shall support (32) channels of vehicle detection, (4) channels of emergency
vehicle preemption detection, (8) channels of auxiliary emergency vehicle preemption detection,
(8) channels of pedestrian detection and (8) pedestrian returns on a single panel. The
SP-162
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
pedestrian call terminal block shall be (2) single row terminals. They shall be connected by
removable buss bars.
The loop wires shall be a 22AWG twisted pair, color coded as follows; channel one brown,
channel two red, channel three orange and channel four yellow. One of the twisted pair wires of
all colors shall have a white tracer and land on the second position terminal of each loop.
The emergency preempt wires shall be color coded as follows; +24VDC orange, preempt inputs
yellow and ground blue.
This panel will be mounted on the left side of the cabinet below the bottom shelf. The panel shall
also include a (19) position solid aluminum, tin plated neutral and ground buss bars with raised
slotted & torque style screws heads. They shall be mounted vertically at the bottom of the panel.
The Opticom and pedestrian terminal blocks shall be labeled as follows:
Opticom + orange: 5A1, 5B1, 5C1, 5D1
Opticom call yellow: 5A2, 5B2, 5B3, 5B4
Opticom – blue: 5A3, 5B3, 5C3, 5D3
Pedestrian Calls: 714, 724, 734, 744, 754, 764, 774, 784
Pedestrian returns: 715, 725, 735, 745, 755, 765, 775, 785
Power Supply Interface Panel`
The power supply interface panel shall include terminations for all the cabinet power supply
inputs and outputs. It shall have a protective plastic cover. This panel shall be mounted on the
left wall of the cabinet.
SDLC Panel
The SDLC panel shall have (12) 15 socket DB connectors mounted to a PCB. The PCB shall be
mounted to an “L” bracket for attaching to cabinet “C” channel. All SDLC cables shall attach with
screw type retainers. There shall be one position with latching blocks to mate with latching
spring blocks. This panel shall be mounted on the left wall of the cabinet between the shelves.
Video Detection Panel
The video detection interface panel shall be the single point interface for video power and coax
cabling. The panel shall have (6) individual coax surge arrestor EDCO CX06-M and 1 amp
circuit breaker so that individual cameras can be replaced in the field without disrupting the
entire video detection system. A 10 position terminal block with #8 screws, to provide
termination for 120VAC and camera 120AC line. A solid aluminum tin plated neutral and ground
buss bar with raised slotted & torque style screw heads shall also be mounted to this panel.
Service Surge Suppression
The cabinet shall be equipped with an CITEL surge protection device model DS72US-120S/G-
F-ASSM mounted on the power panel. It shall be installed after the main breaker (CB1). The
auxiliary breaker (CB2) shall be wired after the SPD. (1) spare modular cube for the MOV &
GSG circuits shall be supplied with each cabinet. CITEL part numbers DSM70U-210 and
DSM70UG-600.
SP-163
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Power Panel
The power panel shall handle all the power distribution and protection for the cabinet and shall
be mounted in the bottom right side of the facility. All equipment shall be mounted on a 12" x 17"
or smaller silkscreened aluminum panel and include at a minimum the following equipment:
· A 40-amp main breaker shall be supplied. This breaker shall supply power via CITEL
DS72US-120S/G-F-ASSM to the load bay, load switches, auxiliary panel, controller,
MMU, power supply, detector racks, quad & quad ITS smart convenience outlet.
· A 20-amp auxiliary breaker shall supply power to the fan, light and GFI
· A 15-amp auxiliary breaker shall supply power to the ITS compartment power panel.
This breaker shall have its own line in from the service cabinet & not pass through
the UPS equipment or main cabinet SPD.
· A 50-amp, 125 VAC radio interference line filter.
· A normally open, 50-amp, solid-state relay. The relay shall have a green LED light
that is on when energized.
· One see-through Plexiglas cover on stand-offs to protect maintenance personnel
from AC line voltages. It shall cover the top and front of the power panel. With cover
on access to the neutral and ground busses is possible. It shall also cover the utility
power in terminal block. The protective cover shall have a slot to access the field
side of said power block with a standard screwdriver. This shall be removable by
loosening screws but without removing screws.
· Two (19) position solid aluminum, tin plated neutral buss bar with raised slotted &
torque style screw heads.
· One (19) position solid aluminum, tin plated ground buss bar with raised slotted &
torque style screw heads.
Fiberoptic Termination Panel
The cabinet shall come with a 12-port wall mounted fiberoptic termination panel with loaded
duplex single-mode SC coupler plates and splice tray. The panel shall be a Corning SPH-01P
with (1) CCH-CP12-59 coupler plate.
Ethernet Switch
The RUGGEDCOM RS940G is a utility-grade, fully managed Ethernet switch, providing six or
eight ports of Gigabit Ethernet. Six 10/100/1000BaseTX triple speed copper ports are standard.
An additional two Gigabit fiber or copper ports can be added. The RS940G provides a cost-
effective way of connecting a cluster of field devices to a Gigabit Ethernet backbone. The
RS940G provides two fiber optical Gigabit Ethernet ports for creating a fiber optical backbone
with high noise immunity and long-haul connectivity.
The Ethernet switch shall be a SIEMENS/RuggedCom model RS940G-HI-D-2SFP-XX with (2)
99-25-0100 mini SFP transceivers SM LC 1310nm, 10km distance. The Ethernet switch
warrantees shall be in the name of City of Renton.
The following cables and cords shall be supplied with the Ethernet switch:
· Two single mode patch cords (LC to SC)
SP-164
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
· One 16-gauge 3 conductor power adapter
· Four Cat6 patch cables
Malfunction Management Unit (MMU)
The cabinet shall come with a (MMU) that meets all the requirements of NEMA TS2-2003 while
remaining downward compatible with NEMA TS1. It shall have (2) high contrast LCD displays
and an internal diagnostic wizard. It shall come with a 10/100 Ethernet port. It shall come with
software to run flashing yellow arrow operation. The MMU shall be an Eberle Design, Inc. (EDI)
model MMU2-16LEip.
Load Switch
The cabinet shall come with (16) load switches. All load switches shall be discreet type and
have LED indications for both the input and output side of the load. The load switches shall be
PDC model SSS-87 I/O.
Flasher
The cabinet shall come with (1) flasher. The flasher shall be discrete type and have LED
indications. The flasher shall be PDC model SSF-87.
Flasher Transfer Relay
The cabinet shall come with (8) heavy duty flash transfer relays. The relays shall be Detrol
Controls model 295.
Bus Interface Unit (BIU)
The cabinet shall come with (4) bus interface units (BIU). These shall meet all the requirements
of NEMA TS-2 1988 standards. In addition, all BIUs shall provide separate front panel indicator
LED’s for DC power status and SDLC Port 1 transmit and receive status. The (BIU)’s shall be
Eberle Design, Inc. (EDI) model BIU-700.
Power Supply (PS)
The cabinet shall come with a shelf mounted cabinet power supply meeting at minimum TS 2-
2003 standards. It shall be a heavy-duty device that provides +12VDC at 5 Amps / +24VDC at 2
Amps / 12VAC at .25 Amp, and line frequency reference at 50 mA. The power supply shall
provide a separate front panel indicator LED for each of the four outputs. Front panel banana
jack test points for 24VDC and logic ground shall also be provided. The power supply shall
provide 5A of power and be able to cover the load of four (4) complete detector racks. The (PS)
shall be Eberle Design, Inc. (EDI) model PS250.
Detection Processor
Detection processors shall be provided for each video/radar multi-sensor devices in the
intersection. These shall be 2-channel processors that accept (NTSC) or (PAL) signals from an
external video source via BNC type connectors located on the front of the processing unit. The
sensor input shall also facilitate the data from the radar sensor. An LED indicator shall be
provided to indicate the presence of the sensor signal. The LED shall illuminate upon valid
sensor synchronization and turn off when the presence of a valid sensor signal is removed.
SP-165
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
One video output shall be provided. The real time video output shall have the capability to show
text and graphical overlays to aid in system setup. The overlays shall display real-time actuation
of detection zones upon vehicle detection or presence. Four (4) open collector outputs shall be
provided. Additionally, the detection processor shall allow the use of extension modules to
provide up to 24 open collector contact closures per camera input. Each open collector output
shall be capable of sinking 30 mA at 24 VDC. Open collector outputs will be used for vehicle
detection indicators as well as discrete outputs for alarm conditions.
The system shall be capable of automatically detecting a low-visibility condition such as fog and
respond by placing all effected detection zones in a constant call mode. A user-selected alarm
output shall be active during the low-visibility condition that can be used to modify the controller
operation if connected to the appropriate controller input modifier. The system shall
automatically revert to normal detection mode when the low-visibility condition no longer exists.
Placement of detection zones shall be done by using only a pointing device, and a graphical
interface built into the processor and displayed on a video monitor, to draw the detection zones
on the video image from each video camera. No separate computer shall be required to
program the detection zones.
Up to six video detection zones per sensor input shall have the capability to count the number of
vehicles detected. The zone shall also have the capability to calculate and store average speed
and lane occupancy at bin intervals. One radar sensor zone shall also count vehicles, calculate,
and store the average speed and lane occupancy across the approach. In addition to the count
type zone, the processor shall be able to calculate and/or acquire average speed and lane
occupancy using both video and radar sensors.
The processor shall support bicycle type zones where the zone can differentiate between
motorized vehicles and bicycles, producing a call for one but not the other. Bicycle zone types
shall only output when a bicycle is detected. Larger motorized vehicles such as cars and trucks
that traverse a bicycle zone shall not provide an output. Bicycle zones shall have the ability to
have extensions assigned to individual bicycle zones for applications where the traffic controller
does not have bicycle specific detection inputs. The DP shall provide the ability to assign a
separate output channel for bicycle zones to allow traffic controllers to implement special bicycle
timing for applications where the traffic controller has separate bicycle detection inputs.
The detection processors shall be an Iteris model EDGE2-2N-PAK.
Remote Communication Module
A rack mount remote communications module shall be provided that allows for remote viewing
and management of detection processor programming zone information via Ethernet
communications. The module shall use MPEG4 or H.264 compression achieving frames rates
up to 30 frames per second. The video input shall be via (4) BNC connectors with a DB15
spider cable. There shall be (4) RJ45 connectors for connection to extension modules, and (1)
RJ45 connector with 10/100TX connection for IP communications.
The remote communications module shall be an Iteris model EDGECONNECT-PAK.
SP-166
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Opticom
The cabinet shall come with (1) 4-channel rack mounted Opticom™ phase selector. This device
shall be capable of receiving encoded signals from Opticom series 700 emitters and detectors.
The Opticom™ phase selectors shall be Global Traffic Technologies model 764.
UPS System
The cabinet shall come with a complete uninterruptable power system (UPS) which shall include
at a minimum a UPS invertor module with SNMP adapter, automatic transfer switch assembly,
batteries, battery cables and a remote battery management system. All other auxiliary
equipment for a complete functioning UPS system shall be included.
UPS Module
The cabinet shall come with (1) FXM 1100W uninterruptible power supply invertor that supplies
clean reliable power control and management. It shall have Automatic Voltage Regulation
(AVR), an Ethernet SNMP interface and a control and power connection panel that is rotatable
for viewing in any vertical or horizontal orientation. It shall have nominal dimensions of 5.22" x
15.5" x 8.75" and come with mounting brackets. The UPS module shall be an Alpha model 017-
201-23.
UATS/UGTS Assembly
The cabinet shall come with (1) universal automatic transfer switch and universal generator
transfer switch connected between the UPS module and the batteries. It shall have surge
protection, have dimensions of 3.25" x 15.5" x 6.00" and come with mounting brackets. The ATS
module shall be an Alpha model 020-168-25.
UPS Batteries
The cabinet shall come with (4) high performance silver alloy sealed valve regulated lead acid
AlphaCell™ XTV Gel Cell batteries with 112Ah runtime. The UPS batteries shall be Alpha model
240XTV.
UPS Battery Harnesses
The cabinet shall come with (1) battery cable (10) foot long wired for (4) batteries. The battery
harness shall be Alpha model 740-628-27.
Battery Management System
The cabinet shall come with a Remote Battery Monitoring System (RBMS)™ battery charge
management system which extends battery operational life. It shall have (4) BS3B01204-EQ
sensors for (4) battery systems and shall be an Alpha model 0370260-002.
UPS Operation LED
The cabinet shall have an externally mounted 24V blue LED lamp which will indicate to City of
Renton personnel when the intersection is under UPS control. The LED needs to be supplied
with the cabinet but will be installed by City of Renton personnel. The LED shall be a Noark
model EX9IL2D6.
SP-167
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
9-29.13(10)C NEMA CONTROLLER CABINETS
Section 9-29.13(10)C is supplemented with the following:
The standard traffic signal controller cabinet shall be a NEMA TS2 – Type 1, Western Systems
ITSP+2515509990, with all auxiliary equipment installed.
Cabinet Minimum Requirements
The cabinet shall be completely wired and tested to the 2003 NEMA Traffic Controller
Assemblies specification with NTCIP Requirements Version 02.06 (as amended here in). In
addition, and at a minimum, the following requirements shall be met:
City of Renton traffic signal cabinet specification shall supersede any applicable parts of the
State of Washington, Department of Transportation Standard Specifications and Standard
Plans. This specification shall apply to all controller cabinet types with noted exceptions.
All items not covered by these specifications shall conform to State of Washington, Department
of Transportation Standard Specifications and Standard Plans. Traffic signal cabinets shall also
comply with NEMA specifications where applicable.
The controller cabinet shall be furnished and installed by the contractor. The controller cabinet
shall be equipped with all auxiliary equipment and plug-ins required to operate 8 vehicle phases,
4 pedestrian phases and 4 overlap phases (NEMA TS-2, Type 1). Solid state switching devices
shall conform to the provisions in Section Solid State Switching Devices," of these Special
Provisions and the following:
The cabinet manufacturer shall have pre-approval by the City of Renton, prior to bid letting, on
any cabinet that they propose to provide to the City. Said pre-approval shall have been obtained
no less than 60 days prior to the closing date of the bid.
The cabinet shall be designed for 16 channel operation where each load switch socket can be
configured for a vehicle phase, pedestrian phase or overlap operation. These load switch
sockets shall be configured in this manner without rewiring the back side of the load-bay. BIU
load switch drivers 1-16 shall be wired to their appropriate load switch sockets via a terminal
block located on the front side of the load bay, to allow voltage inputs to the load switch sockets
to be checked without lowering the load bay.
The cabinet shall be wired for a minimum of (32) channels of detection and (4) channels of
Opticom™ preemption.
The use of PC boards shall not be allowed except in detector racks, SDLC interface panels or
BIU cages.
The use of plug and play modules shall not be allowed, except in detector rack(s).
The cabinet shall be wired to provide a 55-pin “A” connector.
SP-168
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
All cabinet 120VAC wires shall be 18AWG or greater, including controller “A” and MMU “A & B”
cables.
The complete cabinet assembly with electronics shall undergo complete input/output function
testing by the manufacturer before being released to the City of Renton.
The wired cabinet facility shall use the latest technology applicable and shall be 100% compliant
with Section 1605 of the American Recovery and Reinvestment Act of 2009, requiring the use of
American iron, steel and manufactured goods.
The cabinet assembly shall be completely manufactured in the United States of America.
Cabinet Enclosure
At a minimum the cabinets shall meet the following criteria:
1. It shall have nominal dimensions of 70" height x 44" width x 25.5" depth and meet the
footprint dimensions as specified in Section 7.3, table 7-1 of NEMA TS2 standards for a
Type P cabinet. The cabinet base shall have continuously welded interior mounting
reinforcement plates with the same anchor bolt hole pattern as the footprint dimensions.
2. Shall be fabricated from 5052-H32 0.125-inch thick aluminum.
3. The cabinet shall be double-flanged where it meets the cabinet door.
4. The top of the cabinet shall be sloped 1" towards the rear to facilitate water runoff. And
shall bend at a 90° angle at the front of the cabinet. Lesser slope angles are not allowed.
5. The inside of the cabinet shall have (3) separate compartments:
A. The main compartment shall be accessible from the front door and shall house the
cabinet load facilities and electronics.
B. The UPS compartment shall be accessible from the side door and shall contain the
UPS system batteries. The UPS inverter and transfer switch assemblies shall be
mounted in the UPS compartment but shall be accessible when the main
compartment door is open.
C. The ITS compartment shall be accessible from the upper front door and shall house
ITS equipment, TSP equipment or third-party equipment that is part of the
transportation network but not part of the traffic signal operations.
6. The inside of the cabinet shall utilize C channel rails. (2) channels welded on the back
wall on 25" center and (4) channels welded on each side wall on 08" center with a 02"
gap between sets. The C channel rails on the back wall shall be 48" in length and start
05" from the bottom of the cabinet interior. The C channel rails on the side walls shall be
48" in length and start 05” from the bottom of the cabinet interior. Adjustable rails are not
allowed.
7. The Cabinet shall be supplied with the following finishes; the interior natural mill finish.
The exterior natural mill finish.
8. All external fasteners shall be stainless steel. Pop rivets shall not be allowed on any
external surface.
9. The front door handle shall be ¾” round stock stainless steel bar. The side door shall
use a recessed hexagonal socket in lieu of a door handle. All door handle mechanisms
shall be interchangeable and field replaceable.
SP-169
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
10. The main (front) door shall contain a police door with a conventional police lock. The
main door lock shall be a Best™ CX series green core lock with a deadbolt. The police
door shall be recessed so that it is flush with the main door. Closed-cell neoprene gasket
material shall be bonded to the enclosure door. The gasket shall cover all areas where
the door contacts the double flanged cabinet housing exterior and be thick enough to
provide a watertight seal. A stiffener plate shall be welded across the width of the inside
of the main door to prevent flexing. A bar stop shall be provided that provides a two-
position, three-point stop accommodating open-angles of 90º, 125º, and 150º. A
louvered air entrance located at the bottom of the main door shall satisfy NEMA rod
entry test requirements for 3R ventilated enclosures. Bearing rollers shall be applied to
ends of door latches to discourage metal-on-metal surfaces from rubbing. The lock
assembly shall be positioned so handle does not cause interference with key when
opening the door.
11. The UPS (side) door shall be one-piece construction without any recessed
compartments. The side door lock shall be a Best™ CX series green core lock with a
deadbolt. Closed-cell neoprene gasket material shall be bonded to the enclosure door.
The gasket shall cover all areas where the door contacts the double flanged cabinet
housing exterior and be thick enough to provide a watertight seal. A bar stop shall be
provided that provides a two-position, three-point stop accommodating open-angles of
80º, 100º, and 120º. A louvered air entrance located at the bottom of the side door shall
satisfy NEMA rod entry test requirements for 3R ventilated enclosures. Bearing rollers
shall be applied to ends of door latches to discourage metal-on-metal surfaces from
rubbing. Lock assembly shall be positioned so handle does not cause interference with
key when opening the door.
12. The ITS (upper front) door shall be one-piece construction without any recessed
compartments. The ITS lock shall be a Best™ CX series green core lock with a tapered
bolt and shall accept the same key as the main door. Closed-cell neoprene gasket
material shall be bonded to the enclosure door. The gasket shall cover all areas where
the door contacts the double flanged cabinet housing exterior and be thick enough to
provide a watertight seal. A bar stop shall be provided that provides a two-position,
three-point stop accommodating open-angles of 90º, 125º, and 150º Closed-cell,
neoprene gaskets shall be bonded to the inside of the cabinet doors. The gaskets shall
cover all areas where the doors contact the double flanged cabinet housing exterior and
be thick enough to provide a watertight seal.
13. A key shall be provided for each cabinet lock.
14. The cabinet shall be equipped with a universal lock brackets capable of accepting
Best™ CX style lock or Corbin #2 tumbler series locks.
15. The cabinet shall be supplied with one (1) door switch which controls the cabinet interior
lighting circuits.
16. All exterior seams shall be manufactured with a neatly formed continuously weld
construction. The weld for the police door shall be done on the inside of the cabinet door.
All welds shall be free from burrs, cracks, blowholes or other irregularities.
17. The fan baffle panel seams shall be sealed with RTV sealant or equivalent material on
the interior of the cabinet.
SP-170
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
18. The cabinet shall be UL listed.
19. The cabinet shall come with lifting ears affixed to the upper exterior of the cabinet. These
ears shall utilize only one bolt for easy reorientation. (The cabinet lifting ears shall not be
used when UPS batteries are installed).
20. The cabinet shall come with two (2) dual-ply Dustlock™ Media polyester, disposable air
filters; and the filter performance shall conform to listed UL 900 Class 2 and conform to
MERV-8 & ASHRAE Standard 52.2-1999. The filter element shall be secured to louvered
entrance on the main and UPS doors with a metal filter cover. The filter and metal cover
shall be secured to entrance on main and UPS doors by two (2) horizontally-mounted
restraints.
21. All cabinet doors shall be mounted with a single continuous stainless steel piano hinge
that runs the length of the door. The hinge shall be attached via stainless steel tamper
resistant bolts.
22. All steel incorporated in the cabinet shell shall be manufactured in the United States of
America.
23. The cabinet enclosure shall be an ITSP+ style Western Systems Part # 3017500080.
24. The cabinet top level wiring/assembly shall be Western Systems Part # 2515509990.
Labels
A permanent printed thermo vinyl, engraved or silk screened label shall be provided for all
terminals and sockets. Labels shall be legible and shall not be obstructed by cabinet wiring,
panels or cables. All labels shall conform to the designations on the cabinet wiring prints.
Shelves
Cabinet shall come with two (2) 33.25" double beveled shelves 10" deep that are reinforced
welded with V channel, fabricated from 5052-H32 0.125-inch thick aluminum with double
flanged edges rolled front to back. Slotted hole shall be inserted every 7" for the purpose of
tying off wire bundles. The UPS compartment shall come with (4) shelves designed to hold
batteries and capable of supporting 75lbs each.
Cabinet Layout
The shelves shall be populated as follows:
The controller and power supply shall be placed on the bottom shelf. The two (2) detector racks
and malfunction management unit shall be placed on the top shelf.
The roll out drawer shall be mounted under the bottom shelf just left of center.
Load bay shall be mounted on the back wall with 5" of clearance to the bottom of the cabinet.
The detector panel for all field inputs shall be located on the lower left wall.
The 120VAC video power panel shall be mounted on the left wall above the detector panel.
SP-171
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
The load resistor panel shall be mounted on the lower left wall under the bottom shelf.
The quad 120VAC convenience outlet shall be mounted on the left wall, near the top shelf.
The quad 120VAC ITS smart convenience outlet shall be mounted on the right wall, near the top
shelf.
The SDLC and power supply interface panels shall be located on the left wall between the
shelves.
The power panel shall be located on the lower right wall.
The Ethernet switch din-rail bracket shall be mounted on the right wall, between the shelves on
the back “C” channel rail set.
Ventilating Fans
The cabinet shall be provided with two (2) finger safe fan mounted on the right and left sides of
the cabinet plenum. The fans shall be thermostatically controlled separately (adjustable
between 4-176° Fahrenheit). Each fan shall have its own circuit consisting of the following
components. The safe touch thermostat, fuse holder and power terminal block(s). These items
shall be din rail mounted on right and left side of cabinet plenum. Each fan shall be on separate
independent circuit and capable of continued independent operation.
Computer Shelf
A slide-out computer shelf 16" length by 12" width by 2" depth shall be installed below the
middle shelf underneath the controller. The shelf shall be mounted just right of center so that
controller cables will not interfere with the operation of the shelf when equipment is installed.
The shelf shall have a hinged cover that opens from the front and shall be powder-coated black.
It shall be a General Devices Part # VC4080-99-1168. The door when fully extended shall hold
up to 50lbs.
Main Panel Configuration (Load-Bay)
The design of the panel shall conform to NEMA TS2 Section 5, Terminals and Facilities, unless
modified herein. This panel shall be the termination point for the controller unit (CU) MSA,
(MMU) MSA & B cables, bus interface units 1 & 2 (BIU) and field terminal facilities. The terminal
and facilities layout shall be arranged in a manner that allows all equipment in the cabinet and
all screw terminals to be readily accessible by maintenance personnel.
The load-bay shall be fully wired and meet the following requirements:
· The load-bay shall have the following dimensions; constructed from aluminum with a
nominal thickness of 0.125", a maximum height of 24" and maximum width of 28.5".
The field terminals width shall be 31.5" including attached wiring bundles.
· The entire assembly shall roll down and provide access to all of the back of panel
wiring. All solder terminals shall be accessible when the load-bay is rolled down. The
assembly shall be able to roll down without requiring other components, cables or
switches to be removed.
SP-172
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
· The load-bay shall be designed so that all other cabinet screw terminals are
accessible without removing cabinet electronics.
· All the controller (CU) and malfunction management (MMU) cables shall be routed
through the back of the load-bay so that they will not be subject to damage during
load-bay roll down.
· The top of the load-bay panel shall attach directly to “C” channel rails and detach
without the use of tools or loose hardware for roll down purposes.
· The load-bay shall be balanced such that it will not roll down when the top of the load
bay is detached from the “C” channel, even when fully loaded with BIUs, load
switches, flasher and flash transfer relays.
· The load-bay facility shall be wired for 16 channels. Load switches 1-8 shall be
vehicle phases 1-8; load switches 9-12 shall be pedestrian phases/overlap P/E, P/F,
P/G & P/H; load switches 13-16 shall be overlaps A, B, C & D. Load switches 1-16
shall be routed through a flash transfer relay.
· (16) Load switch sockets in two rows of (8) spaced on 2" center per NEMA TS2
section 5.3.1.2, figure 5-2.
· (8) Flash transfer relay sockets.
· (1) Flasher socket.
· All load switches and flasher shall be supported by a bracket extending at least ½
the length of the load switch.
· (2) Bus interface unit rack slots for BIU’s 1 and 2. The main panel BIU racks shall be
left of the load switches, placed vertically with BIU 1 above BIU 2. Both BIU racks
shall have the BIU stop brackets.
· BIU socket wire connections to the PCB shall be via (2) 34 pin connectors with
locking latches.
· All BIU wiring shall be soldered to backside of a screw terminal. All BIU functions
shall be accessible from a screw terminal.
· Wiring for one Type-16 MMU. All MMU wiring shall be soldered to backside of a
screw terminal. All MMU functions shall be accessible from a screw terminal.
· All 24 VDC relays shall have the same base socket, but it shall be different from the
120VAC relays.
· All 120VAC relays shall have the same base socket, but it shall be different from the
24VDC relays. (not applicable to flash transfer relays)
· The cabinet shall have a relay that drops +24VDC to the load switches when the
cabinet is in flash.
· load bay shall have terminals to access the flash circuits 1 and 2.
· The load-bay shall be silkscreened on both sides. Silkscreen shall be numbers and
functions on the front side, and numbers only on the back side. The back side shall
have labels upside down, so when load bay is rolled down labels will be oriented
correctly for maintenance or service personnel.
SP-173
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
· The field terminals shall be labeled with 300 series numbers for load-bay wiring
purposes, and 600 & 700 series numbers for termination of field wiring.
· Channel Wiring chart:
· Red: 611, 621, 631, 641, 651, 661, 671, 681, 7E1, 7F1, 7G1, 7H1, 6A1, 6B1, 6C1,
6D1
· Yellow: 612, 622, 632, 642, 652, 662, 672, 682, 7E2, 7F2, 7G2, 7H2, 6A2. 6B2, 6C2,
6D2
· Green: 613, 623, 633, 643, 653, 663, 673, 683, 7E3, 7F3, 7G3, 7H3, 6A3, 6B3, 6C3,
6D3
· The Don’t Walk, Ped Clearance and Walk indications shall utilize OLE thru OVG field
numbers.
· Field wiring terminations shall be per channel across the bottom of the load-bay.
Each channel shall have 3 terminations corresponding to the appropriate vehicle
phase Red, Yellow and Green. Default wiring shall be left to right vehicle phases 1-8,
pedestrian phases/overlap channels P/E, P/F, P/G, P/H, and overlap channels A, B,
C & D following the order of the load switches. Field terminals shall be #10 screw
terminal and be rated for 600V.
· All cable wires shall be terminated. No tie-off of unused terminals will be allowed.
· Shall be 100% manufactured in the United States of America
All wiring shall conform to NEMA TS2 Section 5.2.5 and table 5-1. Conductors shall conform to
military specification MIL-W-16878D, Electrical insulated high heat wire, type B. Conductors #14
or larger shall be permitted to be UL type THHN. Main panel wiring shall conform to the
following colors and minimum wire sizes:
Vehicle green load switch output 14 gauge brown
Vehicle yellow load switch output 14 gauge yellow
Vehicle red load switch output 14 gauge red
Pedestrian Don’t Walk switch 14 gauge orange
Pedestrian Walk switch 14 gauge blue
Pedestrian Clearance load switch 14 gauge yellow
Vehicle green load switch input 22 gauge brown
Vehicle yellow load switch input 22 gauge yellow
Vehicle red load switch input 22 gauge red
Pedestrian Don’t Walk input 22 gauge orange
Pedestrian Walk input 22 gauge blue
Pedestrian Clearance input 22 gauge yellow
Logic Ground 18 gauge white with red tracer
+24V DC 18 gauge red with white tracer
+12V DC 18 gauge pink
AC+ Line 14 gauge black
SP-174
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
AC- Line 14 gauge white
Earth Ground 16 gauge green
AC line (load bay) 12/14 gauge black
AC neutral (load bay) 12/14 gauge white
Controller A cables 22 gauge blue with the exception of power wires
(AC+ Black, AC- White & Earth Ground Green) These wires shall be 18AWG
MMU A & B cables 22 gauge orange with the exception of power wires
(AC+ Black, AC- White & Earth Ground Green Start Delay Relay Common Black, Normally open
Black & Normally Closed Black) These wires shall be 18AWG
Four conductors will supply alternating current (AC) power to the load switch sockets. The load
switch sockets shall be supplied 1-4, 5-8, 9-12 & 13-16 by each conductor.
The field terminal blocks shall have a screw Type No. 10 post capable of accepting no less than
3 No. 12 AWG wires fitted with spade connectors. Four (4) 12-position terminal blocks shall be
provided in a single row across the bottom of the main panel. Spade lugs from internal cabinet
wiring are not allowed on field terminal screws. There shall be a second row of four (4) 12-
position terminal blocks with screw type #10 above the field terminal blocks. These blocks shall
operate the flash program. It shall be changeable from the front of the load-bay.
The power terminal blocks shall have a screw Type No. 10 post capable of accepting no less
than 3 No. 12 AWG wires fitted with spade connectors. One (1) 12-position terminal block and
one (1) 6-position terminal block shall be provided vertically on the right side of the load bay.
The placement of the power terminal block on any other panel shall not be allowed.
All load switches, flasher, and flash transfer relay sockets shall be marked and mounted with
screws. Rivets and clip-mounting is unacceptable.
Wire size 16 AWG or smaller at solder joints shall be hooked or looped around the eyelet or
terminal block post prior to soldering to ensure circuit integrity. All wires shall have lugs or
terminal fittings when not soldered. Lap joint/tack on soldering is not acceptable. All soldered
connections shall be made with 60/40 solder and non-corrosive, non-conductive flux. All wiring
shall be run neatly and shall use mechanical clamps and conductors shall not be spliced
between terminations. Cables shall be sleeved in braided nylon mesh and wires shall not be
exposed.
Load-Bay and Panel Wire Termination
All wires terminated behind the main panel or on the back side of other panels shall be
SOLDERED. No pressure or solder-less connectors shall be used. Printed circuit boards shall
only be used on the load bay where connecting to the bus interface units (BIU).
Cabinet Light Assembly
The cabinet shall have three (3) LED lighting fixtures with 15 high power LEDs. LEDs shall use
a cool white color emitting 300Im min @ 12VDC/750mA. The LED shall be a Rodeo Electronics
TS-LED-05M02. The LED fixture shall be powered by a Mean Well class 2 power supply LPV-
SP-175
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
35-12 that shall be mounted on the inside top of the cabinet’s main compartment, near the front
edge. The cabinet light circuit shall be designed so all three LED fixture can be installed in the
cabinet without the need a of a second power supply. The LEDs shall be attached in the
cabinets upper compartment, main compartment, near the front edge & under the cabinet
drawer so that it remains stationary when drawer is extended. An on/off switch that is turned on
when the cabinet door is opened and off when it is closed shall activate the lighting fixture(s)
power supply.
Convenience Outlet
The cabinet shall be wired with one (1) convenience outlet with a ground fault interrupter (GFI),
one (1) quad convenience outlet without ground fault interrupters and one (1) quad ITS smart
convenience outlet without ground fault interrupters. The ground fault outlet (GFI) shall be
mounted on the right side of the cabinet on or near the power panel. The quad convenience
outlet shall be mounted on the left side near the top shelf. The quad ITS smart convenience
outlet shall be mounted on the right side near the top shelf. No outlets shall be mounted on the
door. The GFI power shall be fed through the auxiliary breaker (CB2). The quad & quad ITS
smart convenience outlets shall be fed through the main breaker (CB1).
9-29.16 Vehicular Signal Heads, Displays, and Housing
9-29.16(2) Conventional Traffic Signal Heads
Vehicular signal heads shall have McCain, 12 inch lens sizes unless shown otherwise on the
signal Plans.
Each signal head shall have a 1/4 inch drain hole in its base.
Signal heads shall be mounted on the mast arm such that the red indicators lie in the same
plane and such that the bottom of the housing including a back plate of a signal head shall not
be less than 16 feet 6 inches nor more than 18 feet 6 inches above the grade at the center of
the roadway.
9-29.16(2)A Optical Units
Section 9-29.16(2)A has been revised as follows:
GE Light Emitting Diode (LED) light sources are required for all displays.
9-29.16(2)B Signal Housing
The fifth paragraph of Section 9-29.16(2)B has been revised as follows:
Each lens shall be protected with a removable visor. The visor shall be tunnel type unless noted
otherwise in the contract. Tunnel, cap, and cut away type visors shall be made of aluminum
throughout. Visors shall be flat black in color inside and shall be yellow baked enamel on the
outside. Visors shall have attaching ears for installation to the housing door. The signal display
shall have square doors. End caps shall be made from aluminum and shall be installed with
SP-176
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
fittings to provide a watertight seal. A bead of silicone sealant shall be applied around the
perimeter of all top end cap openings prior to installation of the end cap assembly. Plastic end
caps shall utilize a threaded stud with seal and wing nut. End caps shall have the same color as
the signal housing.
Modular Signal Sections:
· Each Section shall be 13.5" wide by 13.5" tall and 7.0" deep with 2.0" hole top and
bottom that fits 1.5" NPT fittings. Top and bottom of modular signal sections shall not
be curved in shape.
· Shall include 72-tooth serrated boss and reinforcing ribs, top and bottom
· Shall include Brass threaded inserts for visor attachment (4)
· Housings shall have a cast boss for mounting a 5 or 6-position terminal block; one
side of terminal block with fast-on terminals, the other side with screw terminals
· The words red, amber, and green shall be cast next to each boss to identify light
source lead wires
· 5 or 6-position terminal block shall be installed in center section (1) (alternate
mounting is available)
· Shall include stainless steel door roll pins and eye bolt/wing nut assemblies
· Shall include integral lugs on the housing and doors with stainless steel roll pins
provide effective door hinges
· Shall include weathertight E.P.D.M. rubber door gasket
· Shall be capable of supporting visors, back plates, and various mounting hardware
9-29.16(2)C Louvered Visors
Section 9-29.16(2)C has been revised as follows:
Where noted in the Contract, louvered tunnel visors shall be furnished and installed. Directional
louvers shall be constructed to have a snug fit in the signal visor. The outside cylinder shall be
constructed of aluminum, and the louvers shall be constructed of anodized aluminum painted
flat black. Dimensions and arrangement of louvers shall be as shown in the contract.
9-29.16(2)D Back Plates
Section 9-29.16(2)d has been deleted and replaced with:
Back plates shall be furnished and attached to the signal heads. Back plates shall be 3-S
half-hard aluminum sheet, 0.058-inch minimum thickness, with 5-inch square cut border and
painted black in front and yellow in back. Back plates shall have 1" reflective yellow tape
boarder.
SP-177
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
9-29.16(2)E Painting Signal Heads
Section 9-29.16(2)E has been revised as follows:
Traffic signal heads (vehicle and pedestrian) shall be finished with two coats of factory applied
traffic signal federal yellow baked enamel or shall be finished with a traffic signal federal yellow
back of back plates shall be painted to match the color of the signal housing. The inside of
visors, front of back plates, and louvers shall be finished with two coats of factory applied flat
black enamel.
9-29.17 Signal Head Mounting Brackets and Fittings
Section 9-29.17 is replaced as follows:
Mounting hardware will provide for a rigid connection between the signal head and mast arm. All
mounting hardware will be of the top-mount plumbizer type as shown on the standard Plans,
unless specified otherwise on the Plans.
Vehicle and pedestrian signal head mountings shall be as detailed in the Standard Plans.
Material requirements for signal head mounts are as follows:
Aluminum
1. Arms and slotted tube fittings for Type N mount (temporary signals only).
2. Tube clamp and female clamp assembly for Type N mount.
Bronze
1. Terminal compartments for Type A, B, C, F, H, and K mounts.
2. Collars for Type C, D, and F mounts.
3. Ell fittings for Type L and LE mounts.
4. Messenger hanger and wire entrance fittings for Type P, Q, R, and S mounts.
5. Balance adjuster for Type Q, R, and S mounts.
Galvanized Steel
1. Washers for Type A, B, C, D, F, H, and K mounts.
2. Fasteners for Type A, B, E, H, and K mounts.
Stainless Steel
1. All set screws and cotter Keys.
2. Bands for Type N mount.
3. Bolt, nut and washers for Type L mount.
4. Bolts, nuts, washers, and screw buckle swivels.
SP-178
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Steel
1. Center pipes, nipples, elbow and tee fittings for Type A, B, C, F, H, and K mounts.
2. Nipples for Type L, LE, and P mounts.
All other miscellaneous hardware shall be stainless steel.
All hardware for mounts shall be painted with two coats of factory applied traffic signal federal
yellow baked enamel.
Pins for messenger hanger fittings shall be a minimum of 1 /2 inch in diameter.
Terminal compartments for Type A, B, C, F, H, and K mounts shall contain a 12 section terminal
block.
All hardware for mounts shall be painted with two coats of factory applied traffic signal Federal
yellow baked enamel.
9-29.18 Vehicle Detector
9-29.18(3) Video Detection System
Section 9-29.18(3) is a new section:
The multi-sensor system shall utilize two different sensors of different technologies, video
imaging and radar, to detect and track licensed and unlicensed vehicles at distances over 500
feet (152 meters). The sensor system shall fuse vehicle information from the two sensors to
provide highly accurate and precise detection for simultaneous stop bar presence detection,
advanced detection, and special or advanced applications.
The multi-sensor system shall use a primary detector rack mounted processor to interface with
the traffic control cabinet. The module shall process information from both video imaging and
radar sensors simultaneously in real-time.
The multi-sensor detection system shall consist of a hybrid video camera/radar sensor,
detection processors (DP) capable of processing from one to two sensors, output extension
modules, surge suppressors, a setup tool, a monitor, and a pointing device.
The system shall include software that detects vehicles in multiple lanes. Video imaging
detection zones shall be defined using only an on-board video menu, a monitor, and a pointing
device to place the zones on a video image. Up to 24 video detection zones per camera view
shall be available. Five additional trigger zones for the radar sensor shall be available and be
configurable by using the same system setup menu on the DP. A separate computer shall not be
required to program the detection zones, but a PC-based setup tool shall be provided free-of-
charge if a user chooses this option for setup. A portable tablet-based setup tool shall be
available for sensor alignment and adjustment of camera’s field of view and focus.
SP-179
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
The field hardware shall consist of the following four elements:
a. Video imaging camera sensor
b. Radar sensor
c. Multi-sensor assembly
d. Sensor data combiner
Video Imaging Camera Sensor
The camera enclosure shall include a proportionally controlled Indium Tin Oxide heater design
that maximizes heat transfer to the lens. The output power of the heater shall vary with
temperature, to assure proper operation of the lens functions at low temperatures and prevent
moisture condensation on the optical faceplate of the enclosure. The transparent coating shall
not impact the visual acuity and shall be optically clear.
The camera sensor shall allow the user to set the focus and field of view via Wi-Fi connectivity.
The camera shall produce a useable video image of the bodies of vehicles under all roadway
lighting conditions, regardless of time of day. The minimum range of scene luminance over
which the camera shall produce a useable video image shall be the minimum range from
nighttime to daytime, but not less than the range 1.0 lux to 10,000 lux.
The camera electronics shall include automatic gain control to produce a satisfactory image at
night.
The imager luminance signal-to-noise ratio (S/N) shall be more than 50 dB with the automatic
gain control disabled.
The imager shall employ three-dimensional dynamic noise reduction (3D-DNR) to remove
unwanted image noise.
The camera imager shall employ wide dynamic range (WDR) technology to compensate for
wide dynamic outdoor lighting conditions. The dynamic range shall be greater than 100 dB.
The camera shall be digital signal processor (DSP) based and shall use a CCD sensing element
and shall output color video with resolution of not less than 550 TV lines. The color CCD imager
shall have a minimum pixel count of 380K (NTSC) / 440K (PAL).
The camera sensor shall include an electronic shutter control based upon average scene
luminance and shall be equipped with an auto-iris lens that operates in tandem with the
electronic shutter. The electronic shutter shall operate between the ranges of 1/4 to 1/10,000th
second.
The camera sensor shall utilize automatic white balance.
The camera sensor shall include a variable focal length lens with variable focus that can be
adjusted, without opening up the camera housing, to suit the site geometry by means of a
SP-180
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
portable interface device designed for that purpose and manufactured by the detection system
supplier.
The horizontal field of view shall be adjustable from 4.6 to 53.6 degrees. This camera
configuration may be used for most detection approaches in order to minimize the setup time.
The lens shall be a 12x zoom lens with a focal length of 3.7mm to 44.0mm. The lens shall also
have an auto-focus feature with a manual override to facilitate ease of setup.
The camera shall incorporate the use of preset positioning that store zoom and focus
positioning information. The camera shall have the capability to recall the previously stored
preset upon application of power.
The camera shall be housed in a weather-tight sealed enclosure conforming to IP-67
specifications. The housing shall allow the camera to be rotated to allow proper alignment
between the camera and the traveled road surface.
The camera enclosure shall be equipped with a sunshield. The sunshield shall include a
provision for water diversion to prevent water from flowing in the camera's field of view. The
camera enclosure shall be designed so that the pan, tilt and rotation of the camera assembly
can be accomplished independently without affecting the other settings.
The glass face on the front of the enclosure shall have an anti-reflective coating to minimize
light and image reflections.
When mounted outdoors in the enclosure, the camera shall operate in a temperature range from
-30 oF to +165 oF (-34 °C to +74 °C) and a humidity range from 0% to 100% RH.
The camera sensor shall acquire its power from the sensor data combiner.
Recommended camera placement height shall be 18-33 feet (or 6-10 meters) above the
roadway, and over the traveled way on which vehicles are to be detected. For optimum
detection the camera should be centered above the traveled roadway. The camera shall view
approaching vehicles at a distance not to exceed 350 feet (107 meters) for reliable detection
(height to distance ratio of 10:100). Camera placement and field of view (FOV) shall be
unobstructed and as noted in the installation documentation provided by the supplier.
The video signal shall be fully isolated from the camera enclosure and power cabling
A weather-proof protective cover shall be provided to protect all terminations at the camera.
Radar Sensor
The radar sensor shall operate in the 24 GHz frequency band and shall operate on 1 of 7
available enumerated channels that is user selectable.
The radar detection range shall be over 500 feet (152 meters) minimum, +/- 5%.
The radar sensor shall be able to track up to 20 independent objects simultaneously.
SP-181
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Object speed detection shall be within a range of 0 to 150 miles per hour +/- 1.0 miles per hour
(240 km per hour ± 1.5 km per hour).
The radar sensor shall be able to detect vehicles in 1 to 4 traffic lanes.
The radar sensor shall be housed in a weather-tight sealed enclosure conforming to IP-67
specifications. The housing shall allow the radar to be adjusted to allow proper alignment
between the sensor and the traveled road surface.
When mounted outdoors in the enclosure, the radar shall operate in a temperature range from -
30 oF to +165 oF (-34 °C to +74 °C) and a humidity range from 0% to 100% RH.
The radar sensor shall communicate with the sensor data combiner.
The radar sensor shall acquire its power from the sensor data combiner.
Multi-Sensor Assembly
Both camera and radar sensors shall be housed in an overall, single enclosure assembly. The
overall size of the multi-sensor enclosure shall not exceed 14 inches x 15 inches x 17 inches
(355mm x 380mm x 430mm). The overall weight of the multi-sensor unit shall not exceed 11
pounds (5kg).The maximum power consumption for the multi-sensor assembly shall be less
than 10 watts typical, 20 watts peak.
Sensor Data Combiner
A sensor data combiner that combines sensor information from both video and radar sensors
shall be employed. The sensor data combiner shall supply primary power to each sensor unit
and shall facilitate digital communications between the sensor data combiner and each of the
sensor units.
The sensor data combiner shall communicate with the detection processor using a single coax
cable. Both video imaging and radar data shall use the single coax cable.
The sensor data combiner shall also employ industry standard Wi-Fi connectivity for remote
sensor system setup using a mobile programming device such as a netbook or tablet computer.
Video camera and radar sensor shall be able to be configured independently.
The sensor data combiner shall be housed in a weather-tight sealed enclosure conforming to
IP-67 specifications.
Detection Processor (DP)
Detection processors shall be provided for each video/radar multi-sensor devices in the
intersection. These shall be 2-channel processors that accept (NTSC) or (PAL) signals from an
external video source via BNC type connectors located on the front of the processing unit. The
sensor input shall also facilitate the data from the radar sensor. An LED indicator shall be
provided to indicate the presence of the sensor signal. The LED shall illuminate upon valid
sensor synchronization and turn off when the presence of a valid sensor signal is removed.
SP-182
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
One video output shall be provided. The real time video output shall have the capability to show
text and graphical overlays to aid in system setup. The overlays shall display real-time actuation
of detection zones upon vehicle detection or presence. Four (4) open collector outputs shall be
provided. Additionally, the detection processor shall allow the use of extension modules to
provide up to 24 open collector contact closures per camera input. Each open collector output
shall be capable of sinking 30 mA at 24 VDC. Open collector outputs will be used for vehicle
detection indicators as well as discrete outputs for alarm conditions.
The system shall be capable of automatically detecting a low-visibility condition such as fog and
respond by placing all effected detection zones in a constant call mode. A user-selected alarm
output shall be active during the low-visibility condition that can be used to modify the controller
operation if connected to the appropriate controller input modifier. The system shall
automatically revert to normal detection mode when the low-visibility condition no longer exists.
Placement of detection zones shall be done by using only a pointing device, and a graphical
interface built into the DP and displayed on a video monitor, to draw the detection zones on the
video image from each video camera. No separate computer shall be required to program the
detection zones.
Up to six video detection zones per sensor input shall have the capability to count the number of
vehicles detected. The zone shall also have the capability to calculate and store average speed
and lane occupancy at bin intervals. One radar sensor zone shall also count vehicles, calculate,
and store the average speed and lane occupancy across the approach. In addition to the count
type zone, the processor shall be able to calculate and/or acquire average speed and lane
occupancy using both video and radar sensors.
The fully functional video detection systems shall be provided and installed by the Contractor.
The Contractor shall submit complete equipment list to the City Engineer for approval prior to
the systems purchase. The video detection system shall be capable of providing presence
vehicle detection and shall be expandable without removing or replacing existing units. All
materials furnished during construction for temporary and permanent detection shall be new,
unused, current production models and shall be items currently in distribution. The video
detection system shall have a minimum 18-month warranty (from the time of permanent
installation) against manufacturing defects in materials and workmanship from the date of
shipment. The Contractor shall supply the warranty and all documentation necessary to
maintain and operate the system to the COR Transportation Operations Maintenance
Representative prior to approval of the video detection system by the Transportation Operations
Maintenance Manager.
The Video Detection System shall consist of video detection equipment, auxiliary equipment,
cameras, housings, and mounts, and all required mounting hardware, cables, connectors, and
wiring. The video detection camera mounting hardware shall be painted per Section 6-07 of
these Special Provisions. The video detection equipment shall be of the quantities shown in the
Plans, and shall meet the following specifications (The contractor shall submit to the COR
Transportation Operations Maintenance Shop Representative a detailed summary of
video detection equipment prior to placing an order).
SP-183
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Video Detection Board:
Iteris Dual Camera Processor that operable with above Camera model(s)
Monitor Equipment:
Include (1) shelf mounted 9" LCD color monitor and (1) computer optical USB mouse per one
signal cabinet.
Modem:
Edge Connect Network Modem
Surge Suppression: Each camera assembly shall have a surge suppressor which shall be
installed inside the traffic signal controller cabinet.
Peak Surge Current 5Ka
Technology Hybrid, Solid State
Attenuation 0.1dB @ 10 Mhz
Response Time <1 nanosecond
Protection Line to Ground
Clamp Voltage 6 V
Connectors BNC
Impedance 75 ohms
Environmental -40°F to 185°F
Mechanical 4½" x 1½" x 1¼"
Bicycle Detection Systems:
When called for in the plans, bicycle detection systems shall be supplied that utilize thermal
imaging or video detection systems to detect bicycles. System type shall be defined in the
project plans. Bicycle detection may be provided through separate processors than the vehicle
detection systems. Bicycle detection zones shall differentiate between motorized vehicles and
bicycles, producing a call for one but not the other. Bicycle zone types shall only output when a
bicycle is detected. Larger motorized vehicles such as cars and trucks that traverse a bicycle
zone shall not provide an output. Bicycle zones shall have the ability to have extensions
assigned to individual bicycle zones for applications where the traffic controller does not have
bicycle specific detection inputs. The bicycle detection processor shall provide the ability to
assign a separate output channel for bicycle zones to allow traffic controllers to implement
special bicycle timing for applications where the traffic controller has separate bicycle detection
inputs.
Camera
Resolution: VGA (640x480)
Frame Rate: 30 FPS
Type: Long wave Infrared (7-14 µm)
Compression: H.264, MPEG-4, MJPEG
Housing
Material: Aluminum
SP-184
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Dimensions: Vertically mounted 45 cm x 16 cm x 12 cm (9.8 in x 6.3 in x 4.7 in) /
Horizontally mounted 41 cm x 18 cm x 12 cm (16.2 in x 7.1 in x 4.7 in)
Sunshield: Integrated
Power, Outputs, Communications
Contact Closures: 2 direct, 4 via TI BPL2 EDGE interface (PN 10-7013), extra via 4I/O USB
expansion board(s) (PN 10-4675
SDLC: Up to 16 output channels via TI BPL2 EDGE interface (PN 10-7013) and Port-1
Interface Module (PIM)
Broadband over Power Line or Power over Ethernet: For communication of output state
events, configuration & monitoring (streaming video)
Input Power: 12-42VAC, 12 -60VDC
Current Consumption: < 230 mA @ 24VDC (< 320mA @ 24VDC peak at startup) <
Power Consumption: 10W (15W peak at startup)
Set-up: Web interface
Traffic monitoring, event and data reporting: TMS FLUX Public API for 3rd party integration
Regulatory
EU Directives: EMC 2014/30/EU, RoHS 2011/65/EU
Environmental
Shock & Vibration: NEMA TS2
Materials: All weatherproof (UV-resistant)
Protection Grades: Housing = IP68, Connectors = IP67
Temperature Range: NEMA TS2. From -34°C to +74°C (-29°F to 165°F)
FCC: FCC part 15 Class A
9-29.19 Pedestrian Push Buttons
Section 9-29.19 is replaced by the following:
(*****)
The Contractor shall furnish and install a fully functioning accessible pedestrian push button
system at locations specified in the Contract Plans. The pedestrian push button system shall
include the following items:
Pedestrian push button assemblies shall be ADA Accessible Pedestrian Signals (APS),
Model iNS23TNO-B, by Polara Engineering, Inc.
The push button assemblies shall include the following features:
· Operates over a single pair of wires with the option of operating with a pedestrian
head control unit
· All PBS wired in parallel, individually assignable to any phase
· 16 buttons can operate on a single iCCU (dependent on power requirements and
wire runs)
· All sounds are synchronized
· 4 Locate Tone selectable options
SP-185
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
· 13 Walk Sound selectable options, 3 of them custom options
· 7 Clearance Sound selectable options
· Walk, Clearance, and Don’t Walk sounds automatically adjust to ambient
· Separate ambient response settings for Locate Tone (for quiet ambient conditions)
· Most sounds have independent Min/Max settable limits
· Button vibrates during Walk
· Button push confirmed by latching LED, tactile bounce, and audible “wait” sound
· Extended button push can boost volume for next Walk and Clearance
· Direction of travel message with extended button push, capable
· Extended Push Priority: mutes all but selected crosswalk, capable
· Extended Push activation settings: 0-6 second range, 0.5 second increments
· Beaconing and Ping Pong features available
· Select audio messages, change settings, and perform firmware updates wirelessly
using iOS (9.0+) or Android (5.0+) devices, or a Windows PC with Polara’s Bluetooth
Dongle
· Built in health/event logging feature, up to 1000 events
· False walk detection: four independent checks
· External speaker option at time of order
· External button input for bike lanes, horses, etc.
· 9”x15” Hi-Intensity Retroreflective MUTCD R10-3e 800H-84 countdown sign (per
WSDOT Standard Plan J-20.26)
One Shelf Mount Central Control Unit shall be provided and installed in the traffic controller
cabinet per intersection as an interface between the signal controller and the pedestrian
push button stations. The Shelf Mount iNTELLIGENT CENTRAL CONTOL UNIT, Model
iCCU-S2, by Polara Engineering, Inc., shall:
· Designed to site on a shelf, and interfaces to traffic cabinet either through the Polara
cable assembly, or a SDLC cable
· Support full bidirectional Bus Interface Unit (BIU) capability allow the control unit to
get interval timing information and place calls to the traffic controller directly through
the SDLC interface the power supply and signaling interface between the existing
intersection Traffic Control Unit and the Push Button Stations installed on the
intersection include one (1) Custom Cable Harness cable assembly with all cables
12-feet long for double wide cabinets
· Accommodate up to 16 push button stations
· Support SDLC communication in TS1 and TS2 cabinets
· Include a front panel with a backlit LCD for displaying system status information
· Perform setup functions via Ethernet or Wi-Fi/Bluetooth using a PC, iPhone or iPad
· Provide free apps for both Windows PCs (Windows 7 or higher) and iOS (8.0 or
higher) devices.
SP-186
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
· Supports multiple configurations, with ability to change operational features based on
time of day
· Include a built in conflict monitoring system that monitors pedestrian push button
stations and pedestrian signal head lights and powers off in the event of a conflict
· Include health log data capture that is downloadable and contains extensive
status/fault reporting
· Support remote monitoring over Ethernet
· Include an Ethernet port for communication
· Include a USB port
· Include the Interconnect Board, Model iN2-ICB, for termination of field wiring
intersection/field button
· Include two (2) SDLC Cables, Model iN2-SDLC-CABLE, a standard 6-feet long
SDLC cable
· Include a three (3) year manufacturer limited warranty
· Include one (1) power cable for 120VAC, 60Hz, 5A
9-29.24 Service Cabinets
Section 9-29.24 is replaced by the following:
The electrical service cabinet shall be per the City Standard Plans 122.1 and 122.2. The
breaker configuration shall be per the panel schedule as shown on the Plans. All electrical
conductors, buss bars and conductor terminals shall be copper or brass. The cabinet shall be
fabricated from galvanized cold rolled sheet steel, with 12 gauge used for exterior surfaces and
14 gauge for interior panels. Door hinges shall be the continuous concealed piano type and no
screws, rivets or bolts shall be visible outside the enclosure. The cabinet door shall be fitted for
a Best internal type lock. The cabinet shall have ventilation louvers on the lower and upper
sides complete with screens, filters and have rain tight gaskets. The cabinet door shall have a
one piece weather proof neoprene gasket.
The finish coat shall be a factory baked on enamel light grey in color. The galvanized surface
shall be etched before the baked on enamel is applied. The interior shall be given a finish coat
of exterior grade of white metal enamel.
Painting shall be done in conformance with these Special Provisions of Section 6-07.
9-29.24(2) Electrical Circuit Breakers and Contactors
Section 9-29.24(2) is deleted and replaced with the following:
The electrical circuit breakers and contactors shall be as indicated on the contract Plans and
detail sheets. The following equipment shall be featured within the cabinet.
1. Main circuit breaker
SP-187
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
2. Branch circuit breakers
3. Utility plug (120 volt-20 Amp rated) G.F.I. Type
4. Light control test switch (120 volt-15 Amp)
5. Contactor relay for each circuit
6. Double pole branch breaker(s) for lighting circuits (240 volt)
7. One 120 volt, 20 Amp single pole branch breaker (for utility plugs)
8. Type 3-single phase 120/240 volt grounded neutral service
9. One 120 volt 40 Amp single pole branch breaker (signal service)
10. Complete provisions for 16 breaker poles
11. Name plates phenolic black with white engraving except the main breaker which shall be
red with white lettering. All name plates shall be attached by S.S. screws.
12. Meter base sections are unnecessary
9-29.25 Amplifier, Transformer, and Terminal Cabinets
Section 9-29.25 is supplemented as follows:
The terminal box shall be weather tight, have a single door with continuous hinge on one side
and screw hold-downs on the door locking side. All hardware will be stainless steel. All mounting
hardware shall be stainless steel and shall be incidental to the unit price of terminal box.
Terminal blocks shall be 600V heavy duty, barrier type. Each terminal shall be separated by a
marker strip. The marker strip shall be permanently marked with the circuit number indicated in
the Plans. Each connector shall be a screw type with No. 10 post capable of accepting no less
than 3 #12 AWG wires fitted with spade tips.
Interconnect splice tower cabinets shall be Type F, with nominal dimensions of 22" high x 13"
wide x 11" deep and constructed of cast aluminum and fitted with a Best internal lock.
9-29.26 PTZ Cameras
Section 9-29.26 is a new section:
GENERAL
A. This product shall be manufactured by a firm whose quality system is in compliance
with the ISO-9001
B. All equipment and materials used shall be standard components that are regularly
manufactured and used in the manufacturer’s system.
C. All systems and components shall have been thoroughly tested and proven in actual
use.
D. All materials furnished under this item shall be compliant with 802.3 Ethernet
standards
SP-188
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
E. All systems and components shall be provided with comprehensive repair and spare
parts replacement. The manufacturer on warranty and non-warranty items shall
guarantee the spare parts and the repair.
Camera
Image sensor 1/2.8" Progressive scan CMOS
Effective pixels 2065x1553
Min. illumination 0.04 lux Color, 0.002 lux B/W (F/1.6)
Shutter speed 1 to 1/10,000 sec
Day/Night IR-cut filter
Lens 40x zoom
IR Illumination 850 nm
IR illumination distance 200m
Iris P-iris and auto-iris
Focal length 4.3mm to 170 mm (F/1.6)
Horizontal field of view 62° (W) to 2.0° (T)
Lens material High-grade optical glass
PTZ
Pan range 360° Continuous rotation
Tilt range -20° to +100°
Number of presets 256
Preset speed 280°/s
Manual speed 0.1°/s to 90°/s Pan; 0.1°/s to 55°/s Tilt
Preset accuracy 0.16°
Features Speed by zoom
Sequence Scan 8
Cruise Scan 8
Autopan 4
Body material Aluminum alloy, ABS
Internal demister/heater Standard
Image control
Dynamic range (WDR) 120 dB, dual exposure HDR
White balance Auto, ATW, Manual, One push
SP-189
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Image settings Contrast Brightness Saturation Hue Sharpness
SNR Better than 54dB
Noise reduction 3DNR, 2DNR, Color Low, mid, high (w/ Motion Compensation)
Image Stabilization Yes (Digital)
Digital zoom 10x
Text and picture overlay Compass, date & time, 4x line (40 characters each), preset title,
image, image transparency
Privacy masks 16
Image rotation 90°, 180°, 270° rotation
Video
Video compression H.265, H.264 (main or high profile); MJPEG
Number of compression
instances
Any combination of H.265 or H.264 streams with possibly one
MJPEG stream.
Supported resolutions 2065x1553 (3MP); 1080p30,1280x1024; 720p30; 1024x768;
800x600; 20x567(D1); 640x480 (VGA); 352x288 (CIF)
Max streaming
(H264/H265/MJPEG)
≤ 60fps 2048x1536 1280x720
≤ 60fps 2048x1536 800x600 720x480 352x240
≤ 30fps 2048x1536 1920x1080 1280x1024 1280x1024
≤ 30fps (dual shutter
WDR) 2048x1536 1920x1080 1280x1024 720x480
Compression bit rate
control Constant bit rate (CBR), variable bit rate (VBR), Low bit rate (LBR)
Number of video output
streams Up to 20 (RTSP)
Total output data rate
(max) 60 Mb/s
Video frame rate 1 to 60 fps, 1 to 50 fps
Analog video output PAL/NTSC (BNC)
Audio
Audio compression G.711, G.726, AAC, LPCM
Audio Input Line in
Audio Output Line out
SP-190
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
Analytics
Event detection Motion Detection; Audio detection
Event Triggers External Input, Analytics, Network Failure Detection,
Periodical Event, Manual Trigger
Network
Local storage Micro SD/SDHC/SDXC up to 128 GB;
Network storage NAS (Support NFS, SMB/CIFS)
Protocols IPv4/IPv6, HTTP, HTTPS, 802.1x, Qos, FTP, SMTP, UPnP, SNMP,
DNS, DDNS, NTP, RTSP, RTCP, RTP, TCP/IP, DHCP, PPPoE,
Diamond*, NTCIP*.
Security User authentication, IP filtering, Digest authentication (RTSP, HTTP)
HTTPS encryption (TLS1.2); IEEE 802.1x port-based network access
control
Standard ONVIF (Profile S, Profile G, Profile Q), Siqura API
Web browser IE 9, 10 and 11; limited support for Edge, Chrome, Firefox
Network interface 10/100 Mb (RJ45)
Environmental
Ingress protection level IP66
Ambient temperature
(NEMA TS-2) -40 °C to +74 °C (-40 °F to +165 °F)
Relative humidity 5 to 100%
MTBF (@40°C) >200,000 h
Vibration (NEMA TS-2) 5 to 30 Hz, 0.5 g during 1 h. (x, y, and z)
Shock (NEMA TS-2) 10 g (x, y, and z)
Max wind velocity 225 km/h (150 mph)
Power supply 12Vdc, 24 Vac, 802.3bt Type 3 (Hi-PoE, 50 W)
Power consumption Max. 39 W
Mechanical Interfaces
- Ethernet RJ45
- Alarm in / out 4x / 2x Terminal Block
- 12Vdc Terminal Block
- 24Vac Terminal Block
SP-191
Lake Washington Loop Trail Special Provisions
Federal Aid No. TAP-1070 (008) December 2020
- Audio in / out terminal Block
- Video out BNC Connector
- RS485 Terminal Block
Dimensions Ø 207.4 x 300.4 mm with Sunshield
Weight 3.8 kg
Color RAL 9003 (signal white)
Camera mounting shall be per manufacturer’s recommendations.
Camera housing and all mounting equipment shall be painted as specified in 6-07 of these
Special Provisions. Cameras shall be mounted to the poles, at the locations shown on the
specifications and detail sheets, and per manufacturer’s recommendations.
PTZ System Cabling
POE Cable connections between the camera system and the controller cabinet shall be per
Section 9-29.3(2)J of these Special Provisions and as shown in the Plans. The POE cable ends
shall be factory terminated. Cable installation shall only require installing the connector shell at
the camera end, and modifying the power cable at the cabinet end. The POE cable used
between the PTZ camera and the controller cabinet shall be compatible with the video detection
cameras and shall not exceed 200 feet in length. If POE cable exceeds 200' 120V power cable
will need to be ran from camera to controller cabinet.
PTZ System Software
System shall include one (1) license of the compatible software and shall meet the following
requirements:
· Highly customizable user interface
· HD camera support
· Failover server support
· Scalable and Modular architecture
· Support of graphical maps for easy localization
· Centralized User Management
· Automated switching to failover Server(s)
· HD Quality Video in multiple compression standards
· Automated Event – Reaction macro
· Multiple time schedule based
· Supports multiple security subsystems
END OF DIVISION 9
City of Renton
Contract Provisions for
Lake Washington Loop Trail Project
______________________________________________________________________________
VII. APPENDICES
City of Renton
Contract Provisions for
Lake Washington Loop Trail Project
______________________________________________________________________________
APPENDIX A – Wage Rates
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: 12/22/2020
County Trade Job Classification Wage HolidayOvertime Note
*Risk
Class
King Asbestos Abatement Workers Journey Level $52.39 5D 1H View
King Boilermakers Journey Level $69.29 5N 1C View
King Brick Mason Journey Level $60.57 7E 1N View
King Brick Mason Pointer-Caulker-Cleaner $60.57 7E 1N View
King Building Service Employees Janitor $26.28 5S 2F View
King Building Service Employees Traveling Waxer/Shampooer $26.63 5S 2F View
King Building Service Employees Window Cleaner (Non-
Scaffold)
$29.33 5S 2F View
King Building Service Employees Window Cleaner (Scaffold) $30.33 5S 2F View
King Cabinet Makers (In Shop)Journey Level $22.74 1 View
King Carpenters Acoustical Worker $64.94 7A 4C View
King Carpenters Carpenter $64.94 7A 4C View
King Carpenters Carpenters on Stationary Tools $65.07 7A 4C View
King Carpenters Creosoted Material $65.07 7A 4C View
King Carpenters Floor Finisher $64.94 7A 4C View
King Carpenters Floor Layer $64.94 7A 4C View
King Carpenters Scaffold Erector $64.94 7A 4C View
King Cement Masons Application of all Composition
Mastic
$64.84 7A 4U View
King Cement Masons Application of all Epoxy
Material
$64.34 7A 4U View
King Cement Masons Application of all Plastic
Material
$64.84 7A 4U View
King Cement Masons Application of Sealing
Compound
$64.34 7A 4U View
King Cement Masons Application of Underlayment $64.84 7A 4U View
King Cement Masons Building General $64.34 7A 4U View
King Cement Masons Composition or Kalman Floors $64.84 7A 4U View
King Cement Masons Concrete Paving $64.34 7A 4U View
King Cement Masons Curb & Gutter Machine $64.84 7A 4U View
King Cement Masons Curb & Gutter, Sidewalks $64.34 7A 4U View
King Cement Masons Curing Concrete $64.34 7A 4U View
https://secure.lni.wa.gov/wagelookup/
1 of 18 12/10/2020, 9:52 AM
12/21/2020
King Cement Masons Finish Colored Concrete $64.84 7A 4U View
King Cement Masons Floor Grinding $64.84 7A 4U View
King Cement Masons Floor Grinding/Polisher $64.34 7A 4U View
King Cement Masons Green Concrete Saw, self-
powered
$64.84 7A 4U View
King Cement Masons Grouting of all Plates $64.34 7A 4U View
King Cement Masons Grouting of all Tilt-up Panels $64.34 7A 4U View
King Cement Masons Gunite Nozzleman $64.84 7A 4U View
King Cement Masons Hand Powered Grinder $64.84 7A 4U View
King Cement Masons Journey Level $64.34 7A 4U View
King Cement Masons Patching Concrete $64.34 7A 4U View
King Cement Masons Pneumatic Power Tools $64.84 7A 4U View
King Cement Masons Power Chipping & Brushing $64.84 7A 4U View
King Cement Masons Sand Blasting Architectural
Finish
$64.84 7A 4U View
King Cement Masons Screed & Rodding Machine $64.84 7A 4U View
King Cement Masons Spackling or Skim Coat
Concrete
$64.34 7A 4U View
King Cement Masons Troweling Machine Operator $64.84 7A 4U View
King Cement Masons Troweling Machine Operator
on Colored Slabs
$64.84 7A 4U View
King Cement Masons Tunnel Workers $64.84 7A 4U View
King Divers & Tenders Bell/Vehicle or Submersible
Operator (Not Under Pressure)
$118.80 7A 4C View
King Divers & Tenders Dive Supervisor/Master $81.98 7A 4C View
King Divers & Tenders Diver $118.80 7A 4C 8V View
King Divers & Tenders Diver On Standby $76.98 7A 4C View
King Divers & Tenders Diver Tender $69.91 7A 4C View
King Divers & Tenders Manifold Operator $69.91 7A 4C View
King Divers & Tenders Manifold Operator Mixed Gas $74.91 7A 4C View
King Divers & Tenders Remote Operated Vehicle
Operator/Technician
$69.91 7A 4C View
King Divers & Tenders Remote Operated Vehicle
Tender
$65.19 7A 4C View
King Dredge Workers Assistant Engineer $70.62 5D 3F View
King Dredge Workers Assistant Mate (Deckhand) $70.07 5D 3F View
King Dredge Workers Boatmen $70.62 5D 3F View
King Dredge Workers Engineer Welder $71.97 5D 3F View
King Dredge Workers Leverman, Hydraulic $73.41 5D 3F View
King Dredge Workers Mates $70.62 5D 3F View
King Dredge Workers Oiler $70.07 5D 3F View
King Drywall Applicator Journey Level $64.94 5D 1H View
King Drywall Tapers Journey Level $65.31 5P 1E View
King Electrical Fixture
Maintenance Workers
Journey Level $31.99 5L 1E View
King Electricians - Inside Cable Splicer $89.11 7C 4E View
King Electricians - Inside Cable Splicer (tunnel) $95.77 7C 4E View
King Electricians - Inside Certified Welder $86.08 7C 4E View
King Electricians - Inside Certified Welder (tunnel) $92.44 7C 4E View
https://secure.lni.wa.gov/wagelookup/
2 of 18 12/10/2020, 9:52 AM
King Electricians - Inside Construction Stock Person $43.18 7C 4E View
King Electricians - Inside Journey Level $83.05 7C 4E View
King Electricians - Inside Journey Level (tunnel) $89.11 7C 4E View
King Electricians - Motor Shop Journey Level $47.53 5A 1B View
King Electricians - Powerline
Construction
Cable Splicer $82.39 5A 4D View
King Electricians - Powerline
Construction
Certified Line Welder $75.64 5A 4D View
King Electricians - Powerline
Construction
Groundperson $49.17 5A 4D View
King Electricians - Powerline
Construction
Heavy Line Equipment
Operator
$75.64 5A 4D View
King Electricians - Powerline
Construction
Journey Level Lineperson $75.64 5A 4D View
King Electricians - Powerline
Construction
Line Equipment Operator $64.54 5A 4D View
King Electricians - Powerline
Construction
Meter Installer $49.17 5A 4D 8W View
King Electricians - Powerline
Construction
Pole Sprayer $75.64 5A 4D View
King Electricians - Powerline
Construction
Powderperson $56.49 5A 4D View
King Electronic Technicians Journey Level $53.57 7E 1E View
King Elevator Constructors Mechanic $97.31 7D 4A View
King Elevator Constructors Mechanic In Charge $105.06 7D 4A View
King Fabricated Precast Concrete
Products
All Classifications - In-Factory
Work Only
$18.25 5B 1R View
King Fence Erectors Fence Erector $44.40 7A 4V 8Y View
King Fence Erectors Fence Laborer $44.40 7A 4V 8Y View
King Flaggers Journey Level $44.40 7A 4V 8Y View
King Glaziers Journey Level $69.26 7L 1Y View
King Heat & Frost Insulators And
Asbestos Workers
Journeyman $79.43 5J 4H View
King Heating Equipment Mechanics Journey Level $89.61 7F 1E View
King Hod Carriers & Mason Tenders Journey Level $54.01 7A 4V 8Y View
King Industrial Power Vacuum
Cleaner
Journey Level $13.50 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 $13.50 1 View
King Inspection/Cleaning/Sealing
Of Sewer & Water Systems By
Remote Control
Head Operator $24.91 1 View
https://secure.lni.wa.gov/wagelookup/
3 of 18 12/10/2020, 9:52 AM
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 $64.94 7A 4C View
King Ironworkers Journeyman $75.23 7N 1O View
King Laborers Air, Gas Or Electric Vibrating
Screed
$52.39 7A 4V 8Y View
King Laborers Airtrac Drill Operator $54.01 7A 4V 8Y View
King Laborers Ballast Regular Machine $52.39 7A 4V 8Y View
King Laborers Batch Weighman $44.40 7A 4V 8Y View
King Laborers Brick Pavers $52.39 7A 4V 8Y View
King Laborers Brush Cutter $52.39 7A 4V 8Y View
King Laborers Brush Hog Feeder $52.39 7A 4V 8Y View
King Laborers Burner $52.39 7A 4V 8Y View
King Laborers Caisson Worker $54.01 7A 4V 8Y View
King Laborers Carpenter Tender $52.39 7A 4V 8Y View
King Laborers Cement Dumper-paving $53.35 7A 4V 8Y View
King Laborers Cement Finisher Tender $52.39 7A 4V 8Y View
King Laborers Change House Or Dry Shack $52.39 7A 4V 8Y View
King Laborers Chipping Gun (30 Lbs. And
Over)
$53.35 7A 4V 8Y View
King Laborers Chipping Gun (Under 30 Lbs.) $52.39 7A 4V 8Y View
King Laborers Choker Setter $52.39 7A 4V 8Y View
King Laborers Chuck Tender $52.39 7A 4V 8Y View
King Laborers Clary Power Spreader $53.35 7A 4V 8Y View
King Laborers Clean-up Laborer $52.39 7A 4V 8Y View
King Laborers Concrete Dumper/Chute
Operator
$53.35 7A 4V 8Y View
King Laborers Concrete Form Stripper $52.39 7A 4V 8Y View
King Laborers Concrete Placement Crew $53.35 7A 4V 8Y View
King Laborers Concrete Saw Operator/Core
Driller
$53.35 7A 4V 8Y View
King Laborers Crusher Feeder $44.40 7A 4V 8Y View
King Laborers Curing Laborer $52.39 7A 4V 8Y View
King Laborers Demolition: Wrecking &
Moving (Incl. Charred Material)
$52.39 7A 4V 8Y View
King Laborers Ditch Digger $52.39 7A 4V 8Y View
King Laborers Diver $54.01 7A 4V 8Y View
King Laborers Drill Operator (Hydraulic,
Diamond)
$53.35 7A 4V 8Y View
King Laborers Dry Stack Walls $52.39 7A 4V 8Y View
King Laborers Dump Person $52.39 7A 4V 8Y View
King Laborers Epoxy Technician $52.39 7A 4V 8Y View
King Laborers Erosion Control Worker $52.39 7A 4V 8Y View
King Laborers Faller & Bucker Chain Saw $53.35 7A 4V 8Y View
King Laborers Fine Graders $52.39 7A 4V 8Y View
King Laborers Firewatch $44.40 7A 4V 8Y View
https://secure.lni.wa.gov/wagelookup/
4 of 18 12/10/2020, 9:52 AM
King Laborers Form Setter $52.39 7A 4V 8Y View
King Laborers Gabian Basket Builders $52.39 7A 4V 8Y View
King Laborers General Laborer $52.39 7A 4V 8Y View
King Laborers Grade Checker & Transit
Person
$54.01 7A 4V 8Y View
King Laborers Grinders $52.39 7A 4V 8Y View
King Laborers Grout Machine Tender $52.39 7A 4V 8Y View
King Laborers Groutmen (Pressure) Including
Post Tension Beams
$53.35 7A 4V 8Y View
King Laborers Guardrail Erector $52.39 7A 4V 8Y View
King Laborers Hazardous Waste Worker
(Level A)
$54.01 7A 4V 8Y View
King Laborers Hazardous Waste Worker
(Level B)
$53.35 7A 4V 8Y View
King Laborers Hazardous Waste Worker
(Level C)
$52.39 7A 4V 8Y View
King Laborers High Scaler $54.01 7A 4V 8Y View
King Laborers Jackhammer $53.35 7A 4V 8Y View
King Laborers Laserbeam Operator $53.35 7A 4V 8Y View
King Laborers Maintenance Person $52.39 7A 4V 8Y View
King Laborers Manhole Builder-Mudman $53.35 7A 4V 8Y View
King Laborers Material Yard Person $52.39 7A 4V 8Y View
King Laborers Motorman-Dinky Locomotive $53.35 7A 4V 8Y View
King Laborers Nozzleman (Concrete Pump,
Green Cutter When Using
Combination Of High Pressure
Air & Water On Concrete &
Rock, Sandblast, Gunite,
Shotcrete, Water Blaster,
Vacuum Blaster)
$53.35 7A 4V 8Y View
King Laborers Pavement Breaker $53.35 7A 4V 8Y View
King Laborers Pilot Car $44.40 7A 4V 8Y View
King Laborers Pipe Layer Lead $54.01 7A 4V 8Y View
King Laborers Pipe Layer/Tailor $53.35 7A 4V 8Y View
King Laborers Pipe Pot Tender $53.35 7A 4V 8Y View
King Laborers Pipe Reliner $53.35 7A 4V 8Y View
King Laborers Pipe Wrapper $53.35 7A 4V 8Y View
King Laborers Pot Tender $52.39 7A 4V 8Y View
King Laborers Powderman $54.01 7A 4V 8Y View
King Laborers Powderman's Helper $52.39 7A 4V 8Y View
King Laborers Power Jacks $53.35 7A 4V 8Y View
King Laborers Railroad Spike Puller - Power $53.35 7A 4V 8Y View
King Laborers Raker - Asphalt $54.01 7A 4V 8Y View
King Laborers Re-timberman $54.01 7A 4V 8Y View
King Laborers Remote Equipment Operator $53.35 7A 4V 8Y View
King Laborers Rigger/Signal Person $53.35 7A 4V 8Y View
King Laborers Rip Rap Person $52.39 7A 4V 8Y View
King Laborers Rivet Buster $53.35 7A 4V 8Y View
King Laborers Rodder $53.35 7A 4V 8Y View
King Laborers Scaffold Erector $52.39 7A 4V 8Y View
https://secure.lni.wa.gov/wagelookup/
5 of 18 12/10/2020, 9:52 AM
King Laborers Scale Person $52.39 7A 4V 8Y View
King Laborers Sloper (Over 20") $53.35 7A 4V 8Y View
King Laborers Sloper Sprayer $52.39 7A 4V 8Y View
King Laborers Spreader (Concrete) $53.35 7A 4V 8Y View
King Laborers Stake Hopper $52.39 7A 4V 8Y View
King Laborers Stock Piler $52.39 7A 4V 8Y View
King Laborers Swinging Stage/Boatswain
Chair
$44.40 7A 4V 8Y View
King Laborers Tamper & Similar Electric, Air
& Gas Operated Tools
$53.35 7A 4V 8Y View
King Laborers Tamper (Multiple & Self-
propelled)
$53.35 7A 4V 8Y View
King Laborers Timber Person - Sewer (Lagger,
Shorer & Cribber)
$53.35 7A 4V 8Y View
King Laborers Toolroom Person (at Jobsite) $52.39 7A 4V 8Y View
King Laborers Topper $52.39 7A 4V 8Y View
King Laborers Track Laborer $52.39 7A 4V 8Y View
King Laborers Track Liner (Power) $53.35 7A 4V 8Y View
King Laborers Traffic Control Laborer $47.48 7A 4V 9C View
King Laborers Traffic Control Supervisor $50.31 7A 4V 9C View
King Laborers Truck Spotter $52.39 7A 4V 8Y View
King Laborers Tugger Operator $53.35 7A 4V 8Y View
King Laborers Tunnel Work-Compressed Air
Worker 0-30 psi
$129.67 7A 4V 9B View
King Laborers Tunnel Work-Compressed Air
Worker 30.01-44.00 psi
$134.70 7A 4V 9B View
King Laborers Tunnel Work-Compressed Air
Worker 44.01-54.00 psi
$138.38 7A 4V 9B View
King Laborers Tunnel Work-Compressed Air
Worker 54.01-60.00 psi
$144.08 7A 4V 9B View
King Laborers Tunnel Work-Compressed Air
Worker 60.01-64.00 psi
$146.20 7A 4V 9B View
King Laborers Tunnel Work-Compressed Air
Worker 64.01-68.00 psi
$151.30 7A 4V 9B View
King Laborers Tunnel Work-Compressed Air
Worker 68.01-70.00 psi
$153.20 7A 4V 9B View
King Laborers Tunnel Work-Compressed Air
Worker 70.01-72.00 psi
$155.20 7A 4V 9B View
King Laborers Tunnel Work-Compressed Air
Worker 72.01-74.00 psi
$157.20 7A 4V 9B View
King Laborers Tunnel Work-Guage and Lock
Tender
$54.11 7A 4V 8Y View
King Laborers Tunnel Work-Miner $54.11 7A 4V 8Y View
King Laborers Vibrator $53.35 7A 4V 8Y View
King Laborers Vinyl Seamer $52.39 7A 4V 8Y View
King Laborers Watchman $40.36 7A 4V 8Y View
King Laborers Welder $53.35 7A 4V 8Y View
King Laborers Well Point Laborer $53.35 7A 4V 8Y View
King Laborers Window Washer/Cleaner $40.36 7A 4V 8Y View
King Laborers - Underground
Sewer & Water
General Laborer & Topman $52.39 7A 4V 8Y View
https://secure.lni.wa.gov/wagelookup/
6 of 18 12/10/2020, 9:52 AM
King Laborers - Underground
Sewer & Water
Pipe Layer $53.35 7A 4V 8Y View
King Landscape Construction Landscape
Construction/Landscaping Or
Planting Laborers
$40.36 7A 4V 8Y View
King Landscape Construction Landscape Operator $72.28 7A 3K 8X View
King Landscape Maintenance Groundskeeper $17.87 1 View
King Lathers Journey Level $64.94 5D 1H View
King Marble Setters Journey Level $60.57 7E 1N View
King Metal Fabrication (In Shop)Journey Level $40.08 1 View
King Millwright Journey Level $66.44 7A 4C View
King Modular Buildings Cabinet Assembly $13.50 1 View
King Modular Buildings Electrician $13.50 1 View
King Modular Buildings Equipment Maintenance $13.50 1 View
King Modular Buildings Plumber $13.50 1 View
King Modular Buildings Production Worker $13.50 1 View
King Modular Buildings Tool Maintenance $13.50 1 View
King Modular Buildings Utility Person $13.50 1 View
King Modular Buildings Welder $13.50 1 View
King Painters Journey Level $45.40 6Z 2B View
King Pile Driver Crew Tender $69.91 7A 4C View
King Pile Driver Crew Tender/Technician $69.91 7A 4C View
King Pile Driver Hyperbaric Worker -
Compressed Air Worker
0-30.00 PSI
$80.76 7A 4C View
King Pile Driver Hyperbaric Worker -
Compressed Air Worker 30.01 -
44.00 PSI
$85.76 7A 4C View
King Pile Driver Hyperbaric Worker -
Compressed Air Worker 44.01 -
54.00 PSI
$89.76 7A 4C View
King Pile Driver Hyperbaric Worker -
Compressed Air Worker 54.01 -
60.00 PSI
$94.76 7A 4C View
King Pile Driver Hyperbaric Worker -
Compressed Air Worker 60.01 -
64.00 PSI
$97.26 7A 4C View
King Pile Driver Hyperbaric Worker -
Compressed Air Worker 64.01 -
68.00 PSI
$102.26 7A 4C View
King Pile Driver Hyperbaric Worker -
Compressed Air Worker 68.01 -
70.00 PSI
$104.26 7A 4C View
King Pile Driver Hyperbaric Worker -
Compressed Air Worker 70.01 -
72.00 PSI
$106.26 7A 4C View
King Pile Driver Hyperbaric Worker -
Compressed Air Worker 72.01 -
74.00 PSI
$108.26 7A 4C View
King Pile Driver Journey Level $65.19 7A 4C View
King Plasterers Journey Level $61.67 7Q 1R View
King Playground & Park Equipment
Installers
Journey Level $13.50 1 View
https://secure.lni.wa.gov/wagelookup/
7 of 18 12/10/2020, 9:52 AM
King Plumbers & Pipefitters Journey Level $90.69 6Z 1G View
King Power Equipment Operators Asphalt Plant Operators $73.49 7A 3K 8X View
King Power Equipment Operators Assistant Engineer $69.12 7A 3K 8X View
King Power Equipment Operators Barrier Machine (zipper) $72.84 7A 3K 8X View
King Power Equipment Operators Batch Plant Operator:
concrete
$72.84 7A 3K 8X View
King Power Equipment Operators Bobcat $69.12 7A 3K 8X View
King Power Equipment Operators Brokk - Remote Demolition
Equipment
$69.12 7A 3K 8X View
King Power Equipment Operators Brooms $69.12 7A 3K 8X View
King Power Equipment Operators Bump Cutter $72.84 7A 3K 8X View
King Power Equipment Operators Cableways $73.49 7A 3K 8X View
King Power Equipment Operators Chipper $72.84 7A 3K 8X View
King Power Equipment Operators Compressor $69.12 7A 3K 8X View
King Power Equipment Operators Concrete Finish Machine -
Laser Screed
$69.12 7A 3K 8X View
King Power Equipment Operators Concrete Pump - Mounted Or
Trailer High Pressure Line
Pump, Pump High Pressure
$72.28 7A 3K 8X View
King Power Equipment Operators Concrete Pump: Truck Mount
With Boom Attachment Over
42 M
$73.49 7A 3K 8X View
King Power Equipment Operators Concrete Pump: Truck Mount
With Boom Attachment Up To
42m
$72.84 7A 3K 8X View
King Power Equipment Operators Conveyors $72.28 7A 3K 8X View
King Power Equipment Operators Cranes friction: 200 tons and
over
$75.72 7A 3K 8X View
King Power Equipment Operators Cranes: 100 tons through 199
tons, or 150' of boom
(including jib with
attachments)
$74.22 7A 3K 8X View
King Power Equipment Operators Cranes: 20 Tons Through 44
Tons With Attachments
$72.84 7A 3K 8X View
King Power Equipment Operators Cranes: 200 tons- 299 tons, or
250' of boom including jib with
attachments
$74.99 7A 3K 8X View
King Power Equipment Operators Cranes: 300 tons and over or
300' of boom including jib with
attachments
$75.72 7A 3K 8X View
King Power Equipment Operators Cranes: 45 Tons Through 99
Tons, Under 150' Of Boom
(including Jib With
Attachments)
$73.49 7A 3K 8X View
King Power Equipment Operators Cranes: A-frame - 10 Tons And
Under
$69.12 7A 3K 8X View
King Power Equipment Operators Cranes: Friction cranes
through 199 tons
$74.99 7A 3K 8X View
King Power Equipment Operators Cranes: through 19 tons with
attachments, A-frame over 10
tons
$72.28 7A 3K 8X View
King Power Equipment Operators Crusher $72.84 7A 3K 8X View
https://secure.lni.wa.gov/wagelookup/
8 of 18 12/10/2020, 9:52 AM
King Power Equipment Operators Deck Engineer/Deck Winches
(power)
$72.84 7A 3K 8X View
King Power Equipment Operators Derricks, On Building Work $73.49 7A 3K 8X View
King Power Equipment Operators Dozers D-9 & Under $72.28 7A 3K 8X View
King Power Equipment Operators Drill Oilers: Auger Type, Truck
Or Crane Mount
$72.28 7A 3K 8X View
King Power Equipment Operators Drilling Machine $74.22 7A 3K 8X View
King Power Equipment Operators Elevator And Man-lift:
Permanent And Shaft Type
$69.12 7A 3K 8X View
King Power Equipment Operators Finishing Machine, Bidwell And
Gamaco & Similar Equipment
$72.84 7A 3K 8X View
King Power Equipment Operators Forklift: 3000 Lbs And Over
With Attachments
$72.28 7A 3K 8X View
King Power Equipment Operators Forklifts: Under 3000 Lbs.
With Attachments
$69.12 7A 3K 8X View
King Power Equipment Operators Grade Engineer: Using Blue
Prints, Cut Sheets, Etc
$72.84 7A 3K 8X View
King Power Equipment Operators Gradechecker/Stakeman $69.12 7A 3K 8X View
King Power Equipment Operators Guardrail Punch $72.84 7A 3K 8X View
King Power Equipment Operators Hard Tail End Dump
Articulating Off- Road
Equipment 45 Yards. & Over
$73.49 7A 3K 8X View
King Power Equipment Operators Hard Tail End Dump
Articulating Off-road
Equipment Under 45 Yards
$72.84 7A 3K 8X View
King Power Equipment Operators Horizontal/Directional Drill
Locator
$72.28 7A 3K 8X View
King Power Equipment Operators Horizontal/Directional Drill
Operator
$72.84 7A 3K 8X View
King Power Equipment Operators Hydralifts/Boom Trucks Over
10 Tons
$72.28 7A 3K 8X View
King Power Equipment Operators Hydralifts/Boom Trucks, 10
Tons And Under
$69.12 7A 3K 8X View
King Power Equipment Operators Loader, Overhead 8 Yards. &
Over
$74.22 7A 3K 8X View
King Power Equipment Operators Loader, Overhead, 6 Yards. But
Not Including 8 Yards
$73.49 7A 3K 8X View
King Power Equipment Operators Loaders, Overhead Under 6
Yards
$72.84 7A 3K 8X View
King Power Equipment Operators Loaders, Plant Feed $72.84 7A 3K 8X View
King Power Equipment Operators Loaders: Elevating Type Belt $72.28 7A 3K 8X View
King Power Equipment Operators Locomotives, All $72.84 7A 3K 8X View
King Power Equipment Operators Material Transfer Device $72.84 7A 3K 8X View
King Power Equipment Operators Mechanics, All (leadmen -
$0.50 Per Hour Over Mechanic)
$74.22 7A 3K 8X View
King Power Equipment Operators Motor Patrol Graders $73.49 7A 3K 8X View
King Power Equipment Operators Mucking Machine, Mole, Tunnel
Drill, Boring, Road Header
And/or Shield
$73.49 7A 3K 8X View
King Power Equipment Operators Oil Distributors, Blower
Distribution & Mulch Seeding
Operator
$69.12 7A 3K 8X View
https://secure.lni.wa.gov/wagelookup/
9 of 18 12/10/2020, 9:52 AM
King Power Equipment Operators Outside Hoists (Elevators And
Manlifts), Air Tuggers, Strato
$72.28 7A 3K 8X View
King Power Equipment Operators Overhead, Bridge Type Crane:
20 Tons Through 44 Tons
$72.84 7A 3K 8X View
King Power Equipment Operators Overhead, Bridge Type: 100
Tons And Over
$74.22 7A 3K 8X View
King Power Equipment Operators Overhead, Bridge Type: 45
Tons Through 99 Tons
$73.49 7A 3K 8X View
King Power Equipment Operators Pavement Breaker $69.12 7A 3K 8X View
King Power Equipment Operators Pile Driver (other Than Crane
Mount)
$72.84 7A 3K 8X View
King Power Equipment Operators Plant Oiler - Asphalt, Crusher $72.28 7A 3K 8X View
King Power Equipment Operators Posthole Digger, Mechanical $69.12 7A 3K 8X View
King Power Equipment Operators Power Plant $69.12 7A 3K 8X View
King Power Equipment Operators Pumps - Water $69.12 7A 3K 8X View
King Power Equipment Operators Quad 9, Hd 41, D10 And Over $73.49 7A 3K 8X View
King Power Equipment Operators Quick Tower - No Cab, Under
100 Feet In Height Based To
Boom
$69.12 7A 3K 8X View
King Power Equipment Operators Remote Control Operator On
Rubber Tired Earth Moving
Equipment
$73.49 7A 3K 8X View
King Power Equipment Operators Rigger and Bellman $69.12 7A 3K 8X View
King Power Equipment Operators Rigger/Signal Person, Bellman
(Certified)
$72.28 7A 3K 8X View
King Power Equipment Operators Rollagon $73.49 7A 3K 8X View
King Power Equipment Operators Roller, Other Than Plant Mix $69.12 7A 3K 8X View
King Power Equipment Operators Roller, Plant Mix Or Multi-lift
Materials
$72.28 7A 3K 8X View
King Power Equipment Operators Roto-mill, Roto-grinder $72.84 7A 3K 8X View
King Power Equipment Operators Saws - Concrete $72.28 7A 3K 8X View
King Power Equipment Operators Scraper, Self Propelled Under
45 Yards
$72.84 7A 3K 8X View
King Power Equipment Operators Scrapers - Concrete & Carry
All
$72.28 7A 3K 8X View
King Power Equipment Operators Scrapers, Self-propelled: 45
Yards And Over
$73.49 7A 3K 8X View
King Power Equipment Operators Service Engineers - Equipment $72.28 7A 3K 8X View
King Power Equipment Operators Shotcrete/Gunite Equipment $69.12 7A 3K 8X View
King Power Equipment Operators Shovel, Excavator, Backhoe,
Tractors Under 15 Metric Tons
$72.28 7A 3K 8X View
King Power Equipment Operators Shovel, Excavator, Backhoe:
Over 30 Metric Tons To 50
Metric Tons
$73.49 7A 3K 8X View
King Power Equipment Operators Shovel, Excavator, Backhoes,
Tractors: 15 To 30 Metric Tons
$72.84 7A 3K 8X View
King Power Equipment Operators Shovel, Excavator, Backhoes:
Over 50 Metric Tons To 90
Metric Tons
$74.22 7A 3K 8X View
King Power Equipment Operators Shovel, Excavator, Backhoes:
Over 90 Metric Tons
$74.99 7A 3K 8X View
King Power Equipment Operators Slipform Pavers $73.49 7A 3K 8X View
https://secure.lni.wa.gov/wagelookup/
10 of 18 12/10/2020, 9:52 AM
King Power Equipment Operators Spreader, Topsider &
Screedman
$73.49 7A 3K 8X View
King Power Equipment Operators Subgrader Trimmer $72.84 7A 3K 8X View
King Power Equipment Operators Tower Bucket Elevators $72.28 7A 3K 8X View
King Power Equipment Operators Tower Crane Up To 175' In
Height Base To Boom
$74.22 7A 3K 8X View
King Power Equipment Operators Tower Crane: over 175’
through 250’ in height, base to
boom
$74.99 7A 3K 8X View
King Power Equipment Operators Tower Cranes: over 250' in
height from base to boom
$75.72 7A 3K 8X View
King Power Equipment Operators Transporters, All Track Or
Truck Type
$73.49 7A 3K 8X View
King Power Equipment Operators Trenching Machines $72.28 7A 3K 8X View
King Power Equipment Operators Truck Crane Oiler/driver - 100
Tons And Over
$72.84 7A 3K 8X View
King Power Equipment Operators Truck Crane Oiler/Driver
Under 100 Tons
$72.28 7A 3K 8X View
King Power Equipment Operators Truck Mount Portable
Conveyor
$72.84 7A 3K 8X View
King Power Equipment Operators Welder $73.49 7A 3K 8X View
King Power Equipment Operators Wheel Tractors, Farmall Type $69.12 7A 3K 8X View
King Power Equipment Operators Yo Yo Pay Dozer $72.84 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Asphalt Plant Operators $73.49 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Assistant Engineer $69.12 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Barrier Machine (zipper) $72.84 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Batch Plant Operator,
Concrete
$72.84 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Bobcat $69.12 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Brokk - Remote Demolition
Equipment
$69.12 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Brooms $69.12 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Bump Cutter $72.84 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Cableways $73.49 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Chipper $72.84 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Compressor $69.12 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Concrete Finish Machine -
Laser Screed
$69.12 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Concrete Pump - Mounted Or
Trailer High Pressure Line
Pump, Pump High Pressure
$72.28 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Concrete Pump: Truck Mount
With Boom Attachment Over
42 M
$73.49 7A 3K 8X View
https://secure.lni.wa.gov/wagelookup/
11 of 18 12/10/2020, 9:52 AM
King Power Equipment Operators-
Underground Sewer & Water
Concrete Pump: Truck Mount
With Boom Attachment Up To
42m
$72.84 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Conveyors $72.28 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Cranes friction: 200 tons and
over
$75.72 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Cranes: 100 tons through 199
tons, or 150' of boom
(including jib with
attachments)
$74.22 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Cranes: 20 Tons Through 44
Tons With Attachments
$72.84 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Cranes: 200 tons- 299 tons, or
250' of boom including jib with
attachments
$74.99 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Cranes: 300 tons and over or
300' of boom including jib with
attachments
$75.72 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)
$73.49 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Cranes: A-frame - 10 Tons And
Under
$69.12 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Cranes: Friction cranes
through 199 tons
$74.99 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Cranes: through 19 tons with
attachments, A-frame over 10
tons
$72.28 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Crusher $72.84 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Deck Engineer/Deck Winches
(power)
$72.84 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Derricks, On Building Work $73.49 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Dozers D-9 & Under $72.28 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Drill Oilers: Auger Type, Truck
Or Crane Mount
$72.28 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Drilling Machine $74.22 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Elevator And Man-lift:
Permanent And Shaft Type
$69.12 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Finishing Machine, Bidwell And
Gamaco & Similar Equipment
$72.84 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Forklift: 3000 Lbs And Over
With Attachments
$72.28 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Forklifts: Under 3000 Lbs.
With Attachments
$69.12 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Grade Engineer: Using Blue
Prints, Cut Sheets, Etc
$72.84 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Gradechecker/Stakeman $69.12 7A 3K 8X View
https://secure.lni.wa.gov/wagelookup/
12 of 18 12/10/2020, 9:52 AM
King Power Equipment Operators-
Underground Sewer & Water
Guardrail Punch $72.84 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Hard Tail End Dump
Articulating Off- Road
Equipment 45 Yards. & Over
$73.49 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Hard Tail End Dump
Articulating Off-road
Equipment Under 45 Yards
$72.84 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Horizontal/Directional Drill
Locator
$72.28 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Horizontal/Directional Drill
Operator
$72.84 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Hydralifts/Boom Trucks Over
10 Tons
$72.28 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Hydralifts/Boom Trucks, 10
Tons And Under
$69.12 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Loader, Overhead 8 Yards. &
Over
$74.22 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Loader, Overhead, 6 Yards. But
Not Including 8 Yards
$73.49 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Loaders, Overhead Under 6
Yards
$72.84 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Loaders, Plant Feed $72.84 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Loaders: Elevating Type Belt $72.28 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Locomotives, All $72.84 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Material Transfer Device $72.84 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Mechanics, All (leadmen -
$0.50 Per Hour Over Mechanic)
$74.22 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Motor Patrol Graders $73.49 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Mucking Machine, Mole, Tunnel
Drill, Boring, Road Header
And/or Shield
$73.49 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Oil Distributors, Blower
Distribution & Mulch Seeding
Operator
$69.12 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Outside Hoists (Elevators And
Manlifts), Air Tuggers, Strato
$72.28 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Overhead, Bridge Type Crane:
20 Tons Through 44 Tons
$72.84 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Overhead, Bridge Type: 100
Tons And Over
$74.22 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Overhead, Bridge Type: 45
Tons Through 99 Tons
$73.49 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Pavement Breaker $69.12 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Pile Driver (other Than Crane
Mount)
$72.84 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Plant Oiler - Asphalt, Crusher $72.28 7A 3K 8X View
https://secure.lni.wa.gov/wagelookup/
13 of 18 12/10/2020, 9:52 AM
King Power Equipment Operators-
Underground Sewer & Water
Posthole Digger, Mechanical $69.12 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Power Plant $69.12 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Pumps - Water $69.12 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Quad 9, Hd 41, D10 And Over $73.49 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Quick Tower - No Cab, Under
100 Feet In Height Based To
Boom
$69.12 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Remote Control Operator On
Rubber Tired Earth Moving
Equipment
$73.49 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Rigger and Bellman $69.12 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Rigger/Signal Person, Bellman
(Certified)
$72.28 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Rollagon $73.49 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Roller, Other Than Plant Mix $69.12 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Roller, Plant Mix Or Multi-lift
Materials
$72.28 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Roto-mill, Roto-grinder $72.84 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Saws - Concrete $72.28 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Scraper, Self Propelled Under
45 Yards
$72.84 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Scrapers - Concrete & Carry
All
$72.28 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Scrapers, Self-propelled: 45
Yards And Over
$73.49 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Service Engineers - Equipment $72.28 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Shotcrete/Gunite Equipment $69.12 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Shovel, Excavator, Backhoe,
Tractors Under 15 Metric Tons
$72.28 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Shovel, Excavator, Backhoe:
Over 30 Metric Tons To 50
Metric Tons
$73.49 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Shovel, Excavator, Backhoes,
Tractors: 15 To 30 Metric Tons
$72.84 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Shovel, Excavator, Backhoes:
Over 50 Metric Tons To 90
Metric Tons
$74.22 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Shovel, Excavator, Backhoes:
Over 90 Metric Tons
$74.99 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Slipform Pavers $73.49 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Spreader, Topsider &
Screedman
$73.49 7A 3K 8X View
https://secure.lni.wa.gov/wagelookup/
14 of 18 12/10/2020, 9:52 AM
King Power Equipment Operators-
Underground Sewer & Water
Subgrader Trimmer $72.84 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Tower Bucket Elevators $72.28 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Tower Crane Up To 175' In
Height Base To Boom
$74.22 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Tower Crane: over 175’
through 250’ in height, base to
boom
$74.99 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Tower Cranes: over 250' in
height from base to boom
$75.72 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Transporters, All Track Or
Truck Type
$73.49 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Trenching Machines $72.28 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Truck Crane Oiler/driver - 100
Tons And Over
$72.84 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Truck Crane Oiler/Driver
Under 100 Tons
$72.28 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Truck Mount Portable
Conveyor
$72.84 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Welder $73.49 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Wheel Tractors, Farmall Type $69.12 7A 3K 8X View
King Power Equipment Operators-
Underground Sewer & Water
Yo Yo Pay Dozer $72.84 7A 3K 8X View
King Power Line Clearance Tree
Trimmers
Journey Level In Charge $53.10 5A 4A View
King Power Line Clearance Tree
Trimmers
Spray Person $50.40 5A 4A View
King Power Line Clearance Tree
Trimmers
Tree Equipment Operator $53.10 5A 4A View
King Power Line Clearance Tree
Trimmers
Tree Trimmer $47.48 5A 4A View
King Power Line Clearance Tree
Trimmers
Tree Trimmer Groundperson $36.10 5A 4A View
King Refrigeration & Air
Conditioning Mechanics
Journey Level $85.51 6Z 1G View
King Residential Brick Mason Journey Level $60.57 7E 1N View
King Residential Carpenters Journey Level $36.44 1 View
King Residential Cement Masons Journey Level $46.64 1 View
King Residential Drywall
Applicators
Journey Level $64.94 7A 4C View
King Residential Drywall Tapers Journey Level $35.95 1 View
King Residential Electricians Journey Level $83.05 7C 4E View
King Residential Glaziers Journey Level $27.62 1 View
King Residential Insulation
Applicators
Journey Level $24.43 1 View
King Residential Laborers Journey Level $29.73 1 View
King Residential Marble Setters Journey Level $15.12 1 View
King Residential Painters Journey Level $23.37 1 View
https://secure.lni.wa.gov/wagelookup/
15 of 18 12/10/2020, 9:52 AM
King Residential Plumbers &
Pipefitters
Journey Level $90.69 6Z 1G View
King Residential Refrigeration &
Air Conditioning Mechanics
Journey Level $85.51 6Z 1G View
King Residential Sheet Metal
Workers
Journey Level $89.61 7F 1E View
King Residential Soft Floor Layers Journey Level $15.12 1 View
King Residential Sprinkler Fitters
(Fire Protection)
Journey Level $40.70 1 View
King Residential Stone Masons Journey Level $15.12 1 View
King Residential Terrazzo Workers Journey Level $55.71 7E 1N 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 $55.55 5A 3H View
King Roofers Using Irritable Bituminous
Materials
$58.55 5A 3H View
King Sheet Metal Workers Journey Level (Field or Shop) $89.61 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
$79.43 5J 4H View
King Shipbuilding & Ship Repair New Construction Laborer $36.36 7V 1 View
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 $46.15 7X 4J View
King Shipbuilding & Ship Repair Ship Repair Carpenter $44.95 7X 4J View
King Shipbuilding & Ship Repair Ship Repair Crane Operator $45.06 7Y 4K View
King Shipbuilding & Ship Repair Ship Repair Electrician $47.42 7X 4J View
King Shipbuilding & Ship Repair Ship Repair Heat & Frost
Insulator
$79.43 5J 4H View
King Shipbuilding & Ship Repair Ship Repair Laborer $46.15 7X 4J View
King Shipbuilding & Ship Repair Ship Repair Machinist $46.15 7X 4J View
King Shipbuilding & Ship Repair Ship Repair Operating
Engineer
$45.06 7Y 4K View
King Shipbuilding & Ship Repair Ship Repair Painter $46.15 7X 4J View
King Shipbuilding & Ship Repair Ship Repair Pipefitter $46.15 7X 4J View
https://secure.lni.wa.gov/wagelookup/
16 of 18 12/10/2020, 9:52 AM
King Shipbuilding & Ship Repair Ship Repair Rigger $46.15 7X 4J View
King Shipbuilding & Ship Repair Ship Repair Sheet Metal $46.15 7X 4J View
King Shipbuilding & Ship Repair Ship Repair Shipwright $44.95 7X 4J View
King Shipbuilding & Ship Repair Ship Repair Warehouse /
Teamster
$45.06 7Y 4K View
King Sign Makers & Installers
(Electrical)
Journey Level $49.44 0 1 View
King Sign Makers & Installers (Non-
Electrical)
Journey Level $31.96 0 1 View
King Soft Floor Layers Journey Level $51.07 5A 3J View
King Solar Controls For Windows Journey Level $13.50 1 View
King Sprinkler Fitters (Fire
Protection)
Journey Level $84.39 5C 1X View
King Stage Rigging Mechanics (Non
Structural)
Journey Level $13.50 1 View
King Stone Masons Journey Level $60.57 7E 1N View
King Street And Parking Lot
Sweeper Workers
Journey Level $19.09 1 View
King Surveyors Assistant Construction Site
Surveyor
$72.28 7A 3K 8X View
King Surveyors Chainman $69.12 7A 3K 8X View
King Surveyors Construction Site Surveyor $73.49 7A 3K 8X View
King Telecommunication
Technicians
Journey Level $53.57 7E 1E View
King Telephone Line Construction -
Outside
Cable Splicer $41.81 5A 2B View
King Telephone Line Construction -
Outside
Hole Digger/Ground Person $23.53 5A 2B View
King Telephone Line Construction -
Outside
Installer (Repairer) $40.09 5A 2B View
King Telephone Line Construction -
Outside
Special Aparatus Installer I $41.81 5A 2B View
King Telephone Line Construction -
Outside
Special Apparatus Installer II $40.99 5A 2B View
King Telephone Line Construction -
Outside
Telephone Equipment
Operator (Heavy)
$41.81 5A 2B View
King Telephone Line Construction -
Outside
Telephone Equipment
Operator (Light)
$38.92 5A 2B View
King Telephone Line Construction -
Outside
Telephone Lineperson $38.92 5A 2B View
King Telephone Line Construction -
Outside
Television Groundperson $22.32 5A 2B View
King Telephone Line Construction -
Outside
Television Lineperson/Installer $29.60 5A 2B View
King Telephone Line Construction -
Outside
Television System Technician $35.20 5A 2B View
King Telephone Line Construction -
Outside
Television Technician $31.67 5A 2B View
King Telephone Line Construction -
Outside
Tree Trimmer $38.92 5A 2B View
King Terrazzo Workers Journey Level $55.71 7E 1N View
King Tile Setters Journey Level $55.71 7E 1N View
https://secure.lni.wa.gov/wagelookup/
17 of 18 12/10/2020, 9:52 AM
King Tile, Marble & Terrazzo
Finishers
Finisher $46.54 7E 1N View
King Traffic Control Stripers Journey Level $49.13 7A 1K View
King Truck Drivers Asphalt Mix Over 16 Yards $64.55 5D 4Y 8L View
King Truck Drivers Asphalt Mix To 16 Yards $63.71 5D 4Y 8L View
King Truck Drivers Dump Truck $63.71 5D 4Y 8L View
King Truck Drivers Dump Truck & Trailer $64.55 5D 4Y 8L View
King Truck Drivers Other Trucks $64.55 5D 4Y 8L View
King Truck Drivers - Ready Mix Transit Mix $64.55 5D 4Y 8L View
King Well Drillers & Irrigation
Pump Installers
Irrigation Pump Installer $17.71 1 View
King Well Drillers & Irrigation
Pump Installers
Oiler $13.50 1 View
King Well Drillers & Irrigation
Pump Installers
Well Driller $18.00 1 View
https://secure.lni.wa.gov/wagelookup/
18 of 18 12/10/2020, 9:52 AM
Page | 1
"General Decision Number: WA20200001 11/06/2020
Superseded General Decision Number: WA20190001
State: Washington
Construction Type: Highway
Counties: Washington Statewide.
HIGHWAY (Excludes D.O.E. Hanford Site in Benton and Franklin
Counties)
Note: Under Executive Order (EO) 13658, an hourly minimum wage
of $10.80 for calendar year 2020 applies to all contracts
subject to the Davis-Bacon Act for which the contract is
awarded (and any solicitation was issued) on or after January
1, 2015. If this contract is covered by the EO, the contractor
must pay all workers in any classification listed on this wage
determination at least $10.80 per hour (or the applicable wage
rate listed on this wage determination, if it is higher) for
all hours spent performing on the contract in calendar year
2020. If this contract is covered by the EO and a
classification considered necessary for performance of work on
the contract does not appear on this wage determination, the
contractor must pay workers in that classification at least the
wage rate determined through the conformance process set forth
in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate,if it is
higher than the conformed wage rate). The EO minimum wage rate
will be adjusted annually. Please note that this EO applies to
the above-mentioned types of contracts entered into by the
federal government that are subject to the Davis-Bacon Act
itself, but it does not apply to contracts subject only to the
Davis-Bacon Related Acts, including those set forth at 29 CFR
5.1(a)(2)-(60). Additional information on contractor
requirements and worker protections under the EO is available
at www.dol.gov/whd/govcontracts.
Modification Number Publication Date
0 01/03/2020
1 02/14/2020
2 02/28/2020
3 03/06/2020
4 03/13/2020
5 05/01/2020
6 07/03/2020
7 07/10/2020
8 07/24/2020
9 08/07/2020
10 08/14/2020
11 09/11/2020
12 09/25/2020
13 10/02/2020
14 10/16/2020 15 11/06/2020
1 | Page
WA20200001 Modification 15
Federal Wage Determinations for Highway Construction
----------------------------------------------------------------
Page | 2
CARP0003-006 06/01/2018
SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT,
LEWIS(Piledriver only), PACIFIC (South of a straight line made
by extending the north boundary line of Wahkiakum County west
to Willapa Bay to the Pacific Ocean), SKAMANIA, and WAHKIAKUM
Counties.
Rates Fringes
Carpenters:
CARPENTERS..................$ 37.64 16.83
DIVERS TENDERS..............$ 43.73 16.83
DIVERS......................$ 87.73 16.83
DRYWALL.....................$ 37.64 16.83
MILLWRIGHTS.................$ 38.17 16.83
PILEDRIVERS.................$ 38.71 16.83
DEPTH PAY:
50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET
101 TO 150 FEET $1.50 PER FOOT OVER 101 FEET
151 TO 200 FEET $2.00 PER FOOT OVER 151 FEET
Zone Differential (Add up Zone 1 rates):
Zone 2 - $0.85
Zone 3 - 1.25
Zone 4 - 1.70
Zone 5 - 2.00
Zone 6 - 3.00
BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND
VANCOUVER, (NOTE: All dispatches for Washington State
Counties: Cowlitz, Wahkiakum and Pacific shall be from
Longview Local #1707 and mileage shall be computed from
that point.)
ZONE 1: Projects located within 30 miles of the respective
city hall of the above mentioned cities
ZONE 2: Projects located more than 30 miles and less than 40
miles of the respective city of the above mentioned cities
ZONE 3: Projects located more than 40 miles and less than 50
miles of the respective city of the above mentioned cities
ZONE 4: Projects located more than 50 miles and less than 60
miles of the respective city of the above mentioned cities.
ZONE 5: Projects located more than 60 miles and less than 70
miles of the respective city of the above mentioned cities
ZONE 6: Projects located more than 70 miles of the respected
city of the above mentioned cities
2 | Page
WA20200001 Modification 15
Federal Wage Determinations for Highway Construction
Page | 3
CARP0030-004 06/01/2020
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PACIFIC (North of a straight line made by extending the
north boundary line of Wahkiakum County west to the Pacific
Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND
WHATCOM Counties
Rates Fringes
CARPENTER
BRIDGE CARPENTERS...........$ 46.92 18.02
CARPENTERS ON CREOSOTE
MATERIAL....................$ 47.02 18.02
CARPENTERS..................$ 46.92 18.02
DIVERS TENDER...............$ 51.89 18.02
DIVERS......................$ 100.78 18.02
MILLWRIGHT AND MACHINE
ERECTORS....................$ 48.42 18.02
PILEDRIVER, DRIVING,
PULLING, CUTTING, PLACING
COLLARS, SETTING, WELDING
OR CRESOTE TREATED
MATERIAL, ALL PILING........$ 47.17 18.02
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL
CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS
Hourly Zone Pay shall be paid on jobs located outside of the
free zone computed from the city center of the following
listed cities:
Seattle
Auburn
Olympia
Bremerton
Bellingham
Anacortes
Renton Shelton Yakima
Aberdeen-Hoquiam
Ellensburg
Centralia
Chelan
Tacoma
Everett
Mount Vernon
Pt. Townsend
Wenatchee
Port Angeles
Sunnyside
Zone Pay:
0 -25 radius miles Free
26-35 radius miles $1.00/hour
36-45 radius miles $1.15/hour
46-55 radius miles $1.35/hour
Over 55 radius miles $1.55/hour
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT
AND PILEDRIVER ONLY)
Hourly Zone Pay shall be computed from Seattle Union Hall,
Tacoma City center, and Everett City center
Zone Pay:
0 -25 radius miles Free
26-45 radius miles $ .70/hour
Over 45 radius miles $1.50/hour
3 | Page
WA20200001 Modification 15
Federal Wage Determinations for Highway Construction
----------------------------------------------------------------
Page | 4
CARP0059-002 06/01/2019
ADAMS, ASOTIN, BENTON, CHELAN (East of 120th meridian),
COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT (East of
120th meridian), KITTITAS (East of 120th meridian), LINCOLN,
OKANOGAN (East of 120th meridian), PEND OREILLE, SPOKANE,
STEVENS, WALLA WALLA, WHITMAN, and YAKIMA (East of 120th
meridian) Counties
Rates Fringes
CARPENTER
GROUP 1.....................$ 35.47 16.88
GROUP 2.....................$ 47.42 18.96
GROUP 3.....................$ 36.66 16.88
GROUP 4.....................$ 36.66 16.88
GROUP 5.....................$ 83.96 16.88
GROUP 6.....................$ 40.23 16.88
GROUP 7.....................$ 41.23 16.88
GROUP 8.....................$ 37.66 16.88
GROUP 9.....................$ 44.23 16.88
CARPENTER & DIVER CLASSIFICATIONS:
GROUP 1: Carpenter
GROUP 2: Millwright, Machine Erector
GROUP 3: Piledriver - includes driving, pulling, cutting,
placing collars, setting, welding, or creosote treated
material, on all piling
GROUP 4: Bridge, Dock, and Wharf carpenters
GROUP 5: Diver Wet
GROUP 6: Diver Tender, Manifold Operator, ROV Operator
GROUP 7: Diver Standby
GROUP 8: Assistant Diver Tender, ROV Tender/Technician
GROUP 9: Manifold Operator-Mixed Gas
ZONE PAY:
ZONE 1 0-45 MILES FREE
ZONE 2 45-100 $4.00/PER HOUR
ZONE 3 OVER 100 MILES $6.00/PER HOUR
4 | Page
WA20200001 Modification 15
Federal Wage Determinations for Highway Construction
Page | 5
DISPATCH POINTS:
CARPENTERS/MILLWRIGHTS: PASCO (515 N Neel Street) or Main
Post Office of established residence of employee (Whichever
is closest to the worksite).
CARPENTERS/PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE.) or Main
Post Office of established residence of employee (Whichever
is closest to the worksite).
CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of
established residence of employee (Whichever is closest to
the worksite).
CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main
Post Office of established residence of employee (Whichever
is closest to the worksite).
CARPENTERS: MOSCOW (306 N. JACKSON) or Main Post Office of
established residence of employee (Whichever is closest to
the worksite).
DEPTH PAY FOR DIVERS BELOW WATER SURFACE:
50-100 feet $2.00 per foot
101-150 feet $3.00 per foot
151-220 feet $4.00 per foot
221 feet and deeper $5.00 per foot
PREMIUM PAY FOR DIVING IN ENCLOSURES WITH NO VERTICAL ASCENT:
0-25 feet Free
26-300 feet $1.00 per Foot
SATURATION DIVING:
The standby rate applies until saturation starts. The
saturation diving rate applies when divers are under
pressure continuously until work task and decompression are
complete. the diver rate shall be paid for all saturation
hours.
WORK IN COMBINATION OF CLASSIFICATIONS:
Employees working in any combination of classifications
within the diving crew (except dive supervisor) in a shift
are paid in the classification with the highest rate for
that shift.
HAZMAT PROJECTS:
Anyone working on a HAZMAT job (task), where HAZMAT
certification is required, shall be compensated at a
premium, in addition to the classification working in as
follows:
LEVEL D + $.25 per hour - This is the lowest level of
protection. No respirator is used and skin protection is
minimal.
5 | Page
WA20200001 Modification 15
Federal Wage Determinations for Highway Construction
----------------------------------------------------------------
Page | 6
LEVEL C + $.50 per hour - This level uses an air purifying
respirator or additional protective clothing.
LEVEL B + $.75 per hour - Uses same respirator protection as
Level A. Supplied air line is provided in conjunction with
a chemical ""splash suit"".
LEVEL A +$1.00 per hour - This level utilizes a fully
encapsulated suit with a self-contained breathing apparatus
or a supplied air line.
CARP0770-003 06/01/2019
WEST OF 120TH MERIDIAN FOR THE FOLLOWING COUNTIES:
CHELAN, DOUGLAS, GRANT, KITTITAS, OKANOGAN, and YAKIMA
Rates Fringes
CARPENTER
CARPENTERS ON CREOSOTE
MATERIAL....................$ 46.02 16.52
CARPENTERS..................$ 45.92 16.52
DIVERS TENDER...............$ 50.79 16.52
DIVERS......................$ 99.68 16.52
MILLWRIGHT AND MACHINE
ERECTORS....................$ 47.42 16.52
PILEDRIVER, DRIVING,
PULLING, CUTTING, PLACING
COLLARS, SETTING, WELDING
OR CRESOTE TREATED
MATERIAL, ALL PILING........$ 46.17 16.52
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL
CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS
Hourly Zone Pay shall be paid on jobs located outside of the
free zone computed from the city center of the following
listed cities:
Seattle Olympia Bellingham
Auburn Bremerton Anacortes
Renton Shelton Yakima
Aberdeen-Hoquiam Tacoma Wenatchee
Ellensburg Everett Port Angeles
Centralia Mount Vernon Sunnyside
Chelan Pt. Townsend
Zone Pay:
0 -25 radius miles Free
26-35 radius miles $1.00/hour
36-45 radius miles $1.15/hour
46-55 radius miles $1.35/hour
Over 55 radius miles $1.55/hour
6 | Page
WA20200001 Modification 15
Federal Wage Determinations for Highway Construction
----------------------------------------------------------------
----------------------------------------------------------------
----------------------------------------------------------------
Page | 7
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT
AND PILEDRIVER ONLY)
Hourly Zone Pay shall be computed from Seattle Union Hall,
Tacoma City center, and Everett City center
Zone Pay:
0 -25 radius miles Free
26-45 radius miles $ .70/hour
Over 45 radius miles $1.50/hour
ELEC0046-001 08/03/2020
CALLAM, JEFFERSON, KING AND KITSAP COUNTIES
Rates Fringes
CABLE SPLICER....................$ 59.91 3%+21.46
ELECTRICIAN......................$ 58.78 3%+22.51
* ELEC0048-003 01/01/2020
CLARK, KLICKITAT AND SKAMANIA COUNTIES
Rates Fringes
CABLE SPLICER....................$ 44.22 21.50
ELECTRICIAN......................$ 47.85 24.41
HOURLY ZONE PAY:
Hourly Zone Pay shall be paid on jobs located outside of the
free zone computed from the city center of the following
listed cities:
Portland, The Dalles, Hood River, Tillamook, Seaside and
Astoria
Zone Pay:
Zone 1: 31-50 miles $1.50/hour
Zone 2: 51-70 miles $3.50/hour
Zone 3: 71-90 miles $5.50/hour
Zone 4: Beyond 90 miles $9.00/hour
*These are not miles driven. Zones are based on Delorrne
Street Atlas USA 2006 plus.
ELEC0048-029 01/01/2020
COWLITZ AND WAHKIAKUM COUNTY
Rates Fringes
CABLE SPLICER....................$ 44.22 21.50
ELECTRICIAN......................$ 47.85 24.41
7 | Page
WA20200001 Modification 15
Federal Wage Determinations for Highway Construction
----------------------------------------------------------------
----------------------------------------------------------------
----------------------------------------------------------------
----------------------------------------------------------------
----------------------------------------------------------------
----------------------------------------------------------------
Page | 8
ELEC0073-001 01/01/2020
ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN
COUNTIES
Rates Fringes
CABLE SPLICER....................$ 34.10 16.68
ELECTRICIAN......................$ 36.05 19.23
ELEC0076-002 08/31/2020
GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON
COUNTIES
Rates Fringes
CABLE SPLICER....................$ 53.15 23.81
ELECTRICIAN......................$ 48.32 23.67
ELEC0112-005 06/01/2020
ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA
WALLA, YAKIMA COUNTIES
Rates Fringes
CABLE SPLICER....................$ 50.45 22.27
ELECTRICIAN......................$ 48.05 22.12
ELEC0191-003 06/01/2020
ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES
Rates Fringes
CABLE SPLICER....................$ 44.23 17.73
ELECTRICIAN......................$ 47.95 26.16
ELEC0191-004 06/01/2018
CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES
Rates Fringes
CABLE SPLICER....................$ 40.82 17.63
ELECTRICIAN......................$ 42.45 21.34
8 | Page
WA20200001 Modification 15
Federal Wage Determinations for Highway Construction
Page | 9
ENGI0302-003 06/01/2020
CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF
THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING,
KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN),
SAN JUNA, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE
120TH MERIDIAN) COUNTIES
Zone 1 (0-25 radius miles):
Rates Fringes
POWER EQUIPMENT OPERATOR
Group 1A...................$ 48.41
Group 1AA..................$ 49.13
Group 1AAA.................$ 49.83
Group 1.....................$ 47.70
Group 2.....................$ 47.08
Group 3.....................$ 46.55
Group 4.....................$ 43.54
22.47
22.47
22.47
22.47
22.47
22.47
22.47
Zone Differential (Add to Zone 1 rates):
Zone 2 (26-45 radius miles) - $1.00
Zone 3 (Over 45 radius miles) - $1.30
BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent,
Mount Vernon, Port Angeles, Port Townsend, Seattle,
Shelton, Wenatchee, Yakima
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1AAA - Cranes-over 300 tons, or 300 ft of boom
(including jib with attachments)
GROUP 1AA - Cranes 200 to 300 tons, or 250 ft of boom
(including jib with attachments); Tower crane over 175 ft
in height, base to boom
GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom
(including jib with attachments); Crane-overhead, bridge
type, 100 tons and over; Tower crane up to 175 ft in height
base to boom; Loaders-overhead, 8 yards and over; Shovels,
excavator, backhoes-6 yards and over with attachments
9 | Page
WA20200001 Modification 15
Federal Wage Determinations for Highway Construction
Page | 10
GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft
of boom (including jib with attachments); Crane-overhead,
bridge type, 45 tons thru 99 tons; Derricks on building
work; Excavator, shovel, backhoes over 3 yards and under 6
yards; Hard tail end dump articulating off-road equipment
45 yards and over; Loader- overhead 6 yards to, but not
including 8 yards; Mucking machine, mole, tunnel, drill
and/or shield; Quad 9, HD 41, D-10; Remote control operator
on rubber tired earth moving equipment; Rollagon;
Scrapers-self propelled 45 yards and over; Slipform pavers;
Transporters, all truck or track type
GROUP 2 - Barrier machine (zipper); Batch Plant Operaor-
Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with
attachments; Crane-overhead, bridge type-20 tons through 44
tons; Chipper; Concrete Pump-truck mount with boom
attachment; Crusher; Deck Engineer/Deck Winches (power);
Drilling machine; Excavator, shovel, backhoe-3yards and
under; Finishing Machine, Bidwell, Gamaco and similar
equipment; Guardrail punch; Horizontal/directional drill
operator; Loaders-overhead under 6 yards; Loaders-plant
feed; Locomotives-all; Mechanics-all; Mixers-asphalt plant;
Motor patrol graders-finishing; Piledriver (other than
crane mount); Roto-mill,roto-grinder; Screedman, spreader,
topside operator-Blaw Knox, Cedar Rapids, Jaeger,
Caterpillar, Barbar Green; Scraper-self propelled, hard
tail end dump, articulating off-road equipment-under 45
yards; Subgrade trimmer; Tractors, backhoes-over 75 hp;
Transfer material service machine-shuttle buggy, blaw
knox-roadtec; Truck crane oiler/driver-100 tons and over;
Truck Mount portable conveyor; Yo Yo Pay dozer
GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments;
A-frame crane over 10 tons; Drill oilers-auger type, truck
or crane mount; Dozers-D-9 and under; Forklift-3000 lbs.
and over with attachments; Horizontal/directional drill
locator; Outside hoists-(elevators and manlifts), air
tuggers, strato tower bucket elevators; Hydralifts/boom
trucks over 10 tons; Loader-elevating type, belt; Motor
patrol grader-nonfinishing; Plant oiler- asphalt, crusher;
Pumps-concrete; Roller, plant mix or multi-lift materials;
Saws-concrete; Scrpers-concrete and carry-all; Service
engineer-equipment; Trenching machines; Truck Crane
Oiler/Driver under 100 tons; Tractors, backhoe 75 hp and
under
GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor;
Concrete finish mahine-laser screed; Cranes-A frame-10 tons
and under; Elevator and Manlift-permanent or shaft type;
Gradechecker, Stakehop; Forklifts under 3000 lbs. with
attachments; Hydralifts/boom trucks, 10 tons and under; Oil
distributors, blower distribution and mulch seeding
operator; Pavement breaker; Posthole digger, mechanical;
Power plant; Pumps, water; Rigger and Bellman; Roller-other
than plant mix; Wheel Tractors, farmall type;
Shotcrete/gunite equipment operator
10 | Page
WA20200001 Modification 15
Federal Wage Determinations for Highway Construction
----------------------------------------------------------------
Page | 11
HANDLING OF HAZARDOUS WASTE MATERIALS:
Personnel in all craft classifications subject to working
inside a federally designated hazardous perimeter shall be
elgible for compensation in accordance with the following
group schedule relative to the level of hazardous waste as
outlined in the specific hazardous waste project site
safety plan.
H-1 Base wage rate when on a hazardous waste site when not
outfitted with protective clothing
H-2 Class ""C"" Suit - Base wage rate plus $ .25 per hour.
H-3 Class ""B"" Suit - Base wage rate plus $ .50 per hour.
H-4 Class ""A"" Suit - Base wage rate plus $ .75 per hour.
ENGI0370-002 07/01/2019
ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN),
COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY,
FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH
MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN
AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES
ZONE 1:
Rates Fringes
POWER EQUIPMENT OPERATOR
GROUP 1.....................$ 28.46 17.25
GROUP 2.....................$ 28.78 17.25
GROUP 3.....................$ 29.39 17.25
GROUP 4.....................$ 29.55 17.25
GROUP 5.....................$ 29.71 17.25
GROUP 6.....................$ 29.99 17.25
GROUP 7.....................$ 30.26 17.25
GROUP 8.....................$ 31.36 17.25
ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 - $2.00
Zone 1: Within 45 mile radius of Spokane, Pasco, Washington;
Lewiston, Idaho
Zone 2: Outside 45 mile radius of Spokane, Pasco,
Washington; Lewiston, Idaho
11 | Page
WA20200001 Modification 15
Federal Wage Determinations for Highway Construction
Page | 12
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors
(under 2000 CFM, gas, diesel, or electric power); Deck
Hand; Fireman & Heater Tender; Hydro-seeder, Mulcher,
Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine;
Pumpman; Rollers, all types on subgrade, including seal and
chip coatings (farm type, Case, John Deere & similar, or
Compacting Vibrator), except when pulled by Dozer with
operable blade; Welding Machine; Crane Oiler-Driver (CLD
required) & Cable Tender, Mucking Machine
GROUP 2: A-frame Truck (single drum); Assistant Refrigeration
Plant (under 1000 ton); Assistant Plant Operator, Fireman
or Pugmixer (asphalt); Bagley or Stationary Scraper; Belt
Finishing Machine; Blower Operator (cement); Cement Hog;
Compressor (2000 CFM or over, 2 or more, gas diesel or
electric power); Concrete Saw (multiple cut); Distributor
Leverman; Ditch Witch or similar; Elevator Hoisting
Materials; Dope Pots (power agitated); Fork Lift or Lumber
Stacker, hydra-lift & similar; Gin Trucks (pipeline);
Hoist, single drum; Loaders (bucket elevators and
conveyors); Longitudinal Float; Mixer (portable-concrete);
Pavement Breaker, Hydra-Hammer & similar; Power Broom;
Railroad Ballast Regulation Operator (self-propelled);
Railroad Power Tamper Operator (self-propelled); Railroad
Tamper Jack Operator (self-propelled; Spray Curing Machine
(concrete); Spreader Box (self-propelled); Straddle Buggy
(Ross & similar on construction job only); Tractor (Farm
type R/T with attachment, except Backhoe); Tugger Operator
GROUP 3: A-frame Truck (2 or more drums); Assistant
Refrigeration Plant & Chiller Operator (over 1000 ton);
Backfillers (Cleveland & similar); Batch Plant & Wet Mix
Operator, single unit (concrete); Belt-Crete Conveyors with
power pack or similar; Belt Loader (Kocal or similar);
Bending Machine; Bob Cat (Skid Steer); Boring Machine
(earth); Boring Machine (rock under 8 inch bit) (Quarry
Master, Joy or similar); Bump Cutter (Wayne, Saginau or
similar); Canal Lining Machine (concrete); Chipper (without
crane); Cleaning & Doping Machine (pipeline); Deck
Engineer; Elevating Belt-type Loader (Euclid, Barber Green
& similar); Elevating Grader-type Loader (Dumor, Adams or
similar); Generator Plant Engineers (diesel or electric);
Gunnite Combination Mixer & Compressor; Locomotive
Engineer; Mixermobile; Mucking Machine; Posthole Auger or
Punch; Pump (grout or jet); Soil Stabilizer (P & H or
similar); Spreader Machine; Dozer/Tractor (up to D-6 or
equivalent) and Traxcavator; Traverse Finish Machine;
Turnhead Operator
12 | Page
WA20200001 Modification 15
Federal Wage Determinations for Highway Construction
Page | 13
GROUP 4: Concrete Pumps (squeeze-crete, flow-crete, pump-
crete, Whitman & similar); Curb Extruder (asphalt or
concrete); Drills (churn, core, calyx or diamond);
Equipment Serviceman; Greaser & Oiler; Hoist (2 or more
drums or Tower Hoist); Loaders (overhead & front-end, under
4 yds. R/T); Refrigeration Plant Engineer (under 1000 ton);
Rubber-tired Skidders (R/T with or without attachments);
Surface Heater & Plant Machine; Trenching Machines (under 7
ft. depth capacity); Turnhead (with re-screening); Vacuum
Drill (reverse circulation drill under 8 inch bit)
GROUP 5: Backhoe (under 45,000 gw); Backhoe & Hoe Ram (under
3/4 yd.); Carrydeck & Boom Truck (under 25 tons); Cranes
(25 tons & under), all attachments including clamshell,
dragline; Derricks & Stifflegs (under 65 tons); Drilling
Equipment(8 inch bit & over) (Robbins, reverse circulation
& similar); Hoe Ram; Piledriving Engineers; Paving (dual
drum); Railroad Track Liner Operaotr (self-propelled);
Refrigeration Plant Engineer (1000 tons & over); Signalman
(Whirleys, Highline Hammerheads or similar); Grade Checker
GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches
& Trimmers)(Autograde, ABC, R.A. Hansen & similar on grade
wire); Backhoe (45,000 gw and over to 110,000 gw); Backhoes
& Hoe Ram (3/4 yd. to 3 yd.); Batch Plant (over 4 units);
Batch & Wet Mix Operator (multiple units, 2 & incl. 4);
Blade Operator (motor patrol & attachments); Cable
Controller (dispatcher); Compactor (self-propelled with
blade); Concrete Pump Boom Truck; Concrete Slip Form Paver;
Cranes (over 25 tons, to and including 45 tons), all
attachments including clamshell, dragline; Crusher, Grizzle
& Screening Plant Operator; Dozer, 834 R/T & similar; Drill
Doctor; Loader Operator (front-end & overhead, 4 yds. incl.
8 yds.); Multiple Dozer Units with single blade; Paving
Machine (asphalt and concrete); Quad-Track or similar
equipment; Rollerman (finishing asphalt pavement); Roto
Mill (pavement grinder); Scrapers, all, rubber-tired;
Screed Operator; Shovel(under 3 yds.); Trenching Machines
(7 ft. depth & over); Tug Boat Operator Vactor guzzler,
super sucker; Lime Batch Tank Operator (REcycle Train);
Lime Brain Operator (Recycle Train); Mobile Crusher
Operator (Recycle Train)
13 | Page
WA20200001 Modification 15
Federal Wage Determinations for Highway Construction
----------------------------------------------------------------
Page | 14
GROUP 7: Backhoe (over 110,000 gw); Backhoes & Hoe Ram (3 yds
& over); Blade (finish & bluetop) Automatic, CMI, ABC,
Finish Athey & Huber & similar when used as automatic;
Cableway Operators; Concrete Cleaning/Decontamination
machine operator; Cranes (over 45 tons to but not including
85 tons), all attachments including clamshell and dragine;
Derricks & Stiffleys (65 tons & over); Elevating Belt
(Holland type); Heavy equipment robotics operator; Loader
(360 degrees revolving Koehring Scooper or similar);
Loaders (overhead & front-end, over 8 yds. to 10 yds.);
Rubber-tired Scrapers (multiple engine with three or more
scrapers); Shovels (3 yds. & over); Whirleys & Hammerheads,
ALL; H.D. Mechanic; H.D. Welder; Hydraulic Platform
Trailers (Goldhofer, Shaurerly andSimilar); Ultra High
Pressure Wateriet Cutting Tool System Operator (30,000
psi); Vacuum Blasting Machine Operator
GROUP 8: Cranes (85 tons and over, and all climbing,
overhead,rail and tower), all attachments including
clamshell, dragline; Loaders (overhead and front-end, 10
yards and over); Helicopter Pilot
BOOM PAY: (All Cranes, Including Tower)
180 ft to 250 ft $ .50 over scale
Over 250 ft $ .80 over scale
NOTE:
In computing the length of the boom on Tower Cranes, they
shall be measured from the base of the Tower to the point
of the boom.
HAZMAT:
Anyone working on HAZMAT jobs, working with supplied air
shall receive $1.00 an hour above classification.
ENGI0612-001 06/01/2020
PIERCE County
ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH
GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS.
ON ALL OTHER WORK, THE FOLLOWING RATES APPLY.
Zone 1 (0-25 radius miles):
Rates Fringes
POWER EQUIPMENT OPERATOR
GROUP 1A...................$ 49.50 22.47
GROUP 1AA..................$ 50.22 22.47
GROUP 1AAA.................$ 50.94 22.47
GROUP 1.....................$ 48.77 22.47
GROUP 2.....................$ 48.15 22.47
GROUP 3.....................$ 47.60 22.47
GROUP 4.....................$ 44.55 22.47
14 | Page
WA20200001 Modification 15
Federal Wage Determinations for Highway Construction
Page | 15
Zone Differential (Add to Zone 1 rates):
Zone 2 (26-45 radius miles) = $1.00
Zone 3 (Over 45 radius miles) - $1.30
BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1 AAA - Cranes-over 300 tons or 300 ft of boom
(including jib with attachments)
GROUP 1AA - Cranes- 200 tonsto 300 tons, or 250 ft of boom
(including jib with attachments; Tower crane over 175 ft in
height, bas to boom
GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom
(including jib with attachments); Crane-overhead, bridge
type, 100 tons and over; Tower crane up to 175 ft in height
base to boom; Loaders-overhead, 8 yards and over; Shovels,
excavator, backhoes-6 yards and over with attachments
GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft
of boom (including jib with attachments); Crane-overhead,
bridge type, 45 tons thru 99 tons; Derricks on building
work; Excavator, shovel, backhoes over 3 yards and under 6
yards; Hard tail end dump articulating off-road equipment
45 yards and over; Loader- overhead, 6 yards to, but not
including, 8 yards; Mucking machine, mole, tunnel, drill
and/or shield; Quad 9 HD 41, D-10; Remote control operator
on rubber tired earth moving equipment; Rollagon; Scrapers-
self-propelled 45 yards and over; Slipform pavers;
Transporters, all track or truck type
GROUP 2 - Barrier machine (zipper); Batch Plant Operator-
concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with
attachments; Crane-Overhead, bridge type, 20 tons through
44 tons; Chipper; Concrete pump-truck mount with boom
attachment; Crusher; Deck engineer/deck winches (power);
Drilling machine; Excavator, shovel, backhoe-3 yards and
under; Finishing machine, Bidwell, Gamaco and similar
equipment; Guardrail punch; Loaders, overhead under 6
yards; Loaders-plant feed; Locomotives-all; Mechanics- all;
Mixers, asphalt plant; Motor patrol graders, finishing;
Piledriver (other than crane mount); Roto-mill, roto-
grinder; Screedman, spreader, topside operator-Blaw Knox,
Cedar Rapids, Jaeger, Caterpillar, Barbar Green;
Scraper-self- propelled, hard tail end dump, articulating
off-road equipment- under 45 yards; Subgrader trimmer;
Tractors, backhoe over 75 hp; Transfer material service
machine-shuttle buggy, Blaw Knox- Roadtec; Truck Crane
oiler/driver-100 tons and over; Truck Mount Portable
Conveyor; Yo Yo pay
15 | Page
WA20200001 Modification 15
Federal Wage Determinations for Highway Construction
----------------------------------------------------------------
Page | 16
GROUP 3 - Conveyors; Cranes through 19 tons with attachments;
Crane-A-frame over 10 tons; Drill oilers-auger type, truck
or crane mount; Dozer-D-9 and under; Forklift-3000 lbs. and
over with attachments; Horizontal/directional drill
locator; Outside Hoists-(elevators and manlifts), air
tuggers, strato tower bucket elevators; Hydralifts/boom
trucks over 10 tons; Loaders-elevating type, belt; Motor
patrol grader-nonfinishing; Plant oiler- asphalt, crusher;
Pump-Concrete; Roller, plant mix or multi-lfit materials;
Saws-concrete; Scrapers, concrete and carry all; Service
engineers-equipment; Trenching machines; Truck crane
oiler/driver under 100 tons; Tractors, backhoe under 75 hp
GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor;
Concrete Finish Machine-laser screed; Cranes A-frame 10
tons and under; Elevator and manlift (permanent and shaft
type); Forklifts-under 3000 lbs. with attachments;
Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and
under; Oil distributors, blower distribution and mulch
seeding operator; Pavement breaker; Posthole
digger-mechanical; Power plant; Pumps-water; Rigger and
Bellman; Roller-other than plant mix; Wheel Tractors,
farmall type; Shotcrete/gunite equipment operator
FOOTNOTE A- Reduced rates may be paid on the following:
1. Projects involving work on structures such as buildings
and bridges whose total value is less than $1.5 million
excluding mechanical, electrical, and utility portions of
the contract.
2. Projects of less than $1 million where no building is
involved. Surfacing and paving included, but utilities
excluded.
3. Marine projects (docks, wharfs, etc.) less than $150,000.
HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all
craft classifications subject to working inside a federally
designated hazardous perimeter shall be elgible for
compensation in accordance with the following group
schedule relative to the level of hazardous waste as
outlined in the specific hazardous waste project site
safety plan.
H-1 Base wage rate when on a hazardous waste site when not
outfitted with protective clothing, Class ""D"" Suit - Base
wage rate plus $ .50 per hour.
H-2 Class ""C"" Suit - Base wage rate plus $1.00 per hour.
H-3 Class ""B"" Suit - Base wage rate plus $1.50 per hour.
H-4 Class ""A"" Suit - Base wage rate plus $2.00 per hour.
16 | Page
WA20200001 Modification 15
Federal Wage Determinations for Highway Construction
Page | 17
ENGI0612-012 06/01/2020
LEWIS, PACIFIC (portion lying north of a parallel line
extending west from the northern boundary of Wahkaikum County
to the sea) AND THURSTON COUNTIES
ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH
GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS.
ON ALL OTHER WORK, THE FOLLOWING RATES APPLY.
Zone 1 (0-25 radius miles):
Rates Fringes
POWER EQUIPMENT OPERATOR
GROUP 1A...................$ 48.41 22.47
GROUP 1AA..................$ 49.13 22.47
GROUP 1AAA.................$ 49.83 22.47
GROUP 1.....................$ 47.70 22.47
GROUP 2.....................$ 47.08 22.47
GROUP 3.....................$ 46.55 22.47
GROUP 4.....................$ 43.54 22.47
Zone Differential (Add to Zone 1 rates):
Zone 2 (26-45 radius miles) = $1.00
Zone 3 (Over 45 radius miles) - $1.30
BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1 AAA - Cranes-over 300 tons or 300 ft of boom
(including jib with attachments)
GROUP 1AA - Cranes- 200 tonsto 300 tons, or 250 ft of boom
(including jib with attachments; Tower crane over 175 ft in
height, bas to boom
GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom
(including jib with attachments); Crane-overhead, bridge
type, 100 tons and over; Tower crane up to 175 ft in height
base to boom; Loaders-overhead, 8 yards and over; Shovels,
excavator, backhoes-6 yards and over with attachments
GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft
of boom (including jib with attachments); Crane-overhead,
bridge type, 45 tons thru 99 tons; Derricks on building
work; Excavator, shovel, backhoes over 3 yards and under 6
yards; Hard tail end dump articulating off-road equipment
45 yards and over; Loader- overhead, 6 yards to, but not
including, 8 yards; Mucking machine, mole, tunnel, drill
and/or shield; Quad 9 HD 41, D-10; Remote control operator
on rubber tired earth moving equipment; Rollagon; Scrapers-
self-propelled 45 yards and over; Slipform pavers;
Transporters, all track or truck type
17 | Page
WA20200001 Modification 15
Federal Wage Determinations for Highway Construction
Page | 18
GROUP 2 - Barrier machine (zipper); Batch Plant Operator-
concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with
attachments; Crane-Overhead, bridge type, 20 tons through
44 tons; Chipper; Concrete pump-truck mount with boom
attachment; Crusher; Deck engineer/deck winches (power);
Drilling machine; Excavator, shovel, backhoe-3 yards and
under; Finishing machine, Bidwell, Gamaco and similar
equipment; Guardrail punch; Loaders, overhead under 6
yards; Loaders-plant feed; Locomotives-all; Mechanics- all;
Mixers, asphalt plant; Motor patrol graders, finishing;
Piledriver (other than crane mount); Roto-mill, roto-
grinder; Screedman, spreader, topside operator-Blaw Knox,
Cedar Rapids, Jaeger, Caterpillar, Barbar Green;
Scraper-self- propelled, hard tail end dump, articulating
off-road equipment- under 45 yards; Subgrader trimmer;
Tractors, backhoe over 75 hp; Transfer material service
machine-shuttle buggy, Blaw Knox- Roadtec; Truck Crane
oiler/driver-100 tons and over; Truck Mount Portable
Conveyor; Yo Yo pay
GROUP 3 - Conveyors; Cranes through 19 tons with attachments;
Crane-A-frame over 10 tons; Drill oilers-auger type, truck
or crane mount; Dozer-D-9 and under; Forklift-3000 lbs. and
over with attachments; Horizontal/directional drill
locator; Outside Hoists-(elevators and manlifts), air
tuggers, strato tower bucket elevators; Hydralifts/boom
trucks over 10 tons; Loaders-elevating type, belt; Motor
patrol grader-nonfinishing; Plant oiler- asphalt, crusher;
Pump-Concrete; Roller, plant mix or multi-lfit materials;
Saws-concrete; Scrapers, concrete and carry all; Service
engineers-equipment; Trenching machines; Truck crane
oiler/driver under 100 tons; Tractors, backhoe under 75 hp
GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor;
Concrete Finish Machine-laser screed; Cranes A-frame 10
tons and under; Elevator and manlift (permanent and shaft
type); Forklifts-under 3000 lbs. with attachments;
Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and
under; Oil distributors, blower distribution and mulch
seeding operator; Pavement breaker; Posthole
digger-mechanical; Power plant; Pumps-water; Rigger and
Bellman; Roller-other than plant mix; Wheel Tractors,
farmall type; Shotcrete/gunite equipment operator
FOOTNOTE A- Reduced rates may be paid on the following:
1. Projects involving work on structures such as buildings
and bridges whose total value is less than $1.5 million
excluding mechanical, electrical, and utility portions of
the contract.
2. Projects of less than $1 million where no building is
involved. Surfacing and paving included, but utilities
excluded.
3. Marine projects (docks, wharfs, etc.) less than $150,000.
18 | Page
WA20200001 Modification 15
Federal Wage Determinations for Highway Construction
----------------------------------------------------------------
Page | 19
HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all
craft classifications subject to working inside a federally
designated hazardous perimeter shall be elgible for
compensation in accordance with the following group
schedule relative to the level of hazardous waste as
outlined in the specific hazardous waste project site
safety plan.
H-1 Base wage rate when on a hazardous waste site when not
outfitted with protective clothing, Class ""D"" Suit - Base
wage rate plus $ .50 per hour.
H-2 Class ""C"" Suit - Base wage rate plus $1.00 per hour.
H-3 Class ""B"" Suit - Base wage rate plus $1.50 per hour.
H-4 Class ""A"" Suit - Base wage rate plus $2.00 per hour.
ENGI0701-002 01/01/2018
CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA, AND
WAHKIAKUM COUNTIES
POWER RQUIPMENT OPERATORS: ZONE 1
Rates Fringes
POWER EQUIPMENT OPERATOR
GROUP 1.....................$ 41.65 14.35
GROUP 1A....................$ 43.73 14.35
GROUP 1B....................$ 45.82 14.35
GROUP 2.....................$ 39.74 14.35
GROUP 3.....................$ 38.59 14.35
GROUP 4.....................$ 37.51 14.35
GROUP 5.....................$ 36.27 14.35
GROUP 6.....................$ 33.05 14.35
Zone Differential (add to Zone 1 rates):
Zone 2 - $3.00
Zone 3 - $6.00
For the following metropolitan counties: MULTNOMAH;
CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA;
CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS
INDICATED:
All jobs or projects located in Multnomah, Clackamas and
Marion Counties, West of the western boundary of Mt. Hood
National Forest and West of Mile Post 30 on Interstate 84
and West of Mile Post 30 on State Highway 26 and West of
Mile Post 30 on Highway 22 and all jobs or projects located
in Yamhill County, Washington County and Columbia County
and all jobs or porjects located in Clark & Cowlitz County,
Washington except that portion of Cowlitz County in the Mt.
St. Helens ""Blast Zone"" shall receive Zone I pay for all
classifications.
19 | Page
WA20200001 Modification 15
Federal Wage Determinations for Highway Construction
Page | 20
All jobs or projects located in the area outside the
identified boundary above, but less than 50 miles from the
Portland City Hall shall receive Zone II pay for all
classifications.
All jobs or projects located more than 50 miles from the
Portland City Hall, but outside the identified border
above, shall receive Zone III pay for all classifications.
For the following cities: ALBANY; BEND; COOS BAY; EUGENE;
GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG
All jobs or projects located within 30 miles of the
respective city hall of the above mentioned cities shall
receive Zone I pay for all classifications.
All jobs or projects located more than 30 miles and less than
50 miles from the respective city hall of the above
mentioned cities shall receive Zone II pay for all
classifications.
All jobs or projects located more than 50 miles from the
respective city hall of the above mentioned cities shall
receive Zone III pay for all classifications.
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
Group 1
Concrete Batch Plan and or Wet mix three (3) units or more;
Crane, Floating one hundred and fifty (150) ton but less
than two hundred and fifty (250) ton; Crane, two hundred
(200) ton through two hundred ninety nine (299) ton with
two hundred foot (200') boom or less (including jib,
inserts and/or attachments); Crane, ninety (90) ton through
one hundred ninety nine (199) ton with over two hundred
(200') boom Including jib, inserts and/or attachments);
Crane, Tower Crane with one hundred seventy five foot
(175') tower or less and with less than two hundred foot
(200') jib; Crane, Whirley ninety (90) ton and over;
Helicopter when used in erecting work
Group 1A
Crane, floating two hundred fifty (250) ton and over; Crane,
two hundred (200) ton through two hundred ninety nine
(299) ton, with over two hundred foot (200') boom
(including jib, inserts and/or attachments); Crane, three
hundred (300) ton through three hundred ninety nine (399)
ton; Crane, Tower Crane with over one hundred seventy five
foot (175') tower or over two hundred foot (200') jib;
Crane, tower Crane on rail system or 2nd tower or more in
work radius
20 | Page
WA20200001 Modification 15
Federal Wage Determinations for Highway Construction
Page | 21
Group 1B
Crane, three hundred (300) ton through three hundred ninety
nine (399) ton, with over two hundred foot (200') boom
(including jib, inserts and/or attachments); Floating
crane, three hundred fifty (350) ton and over; Crane, four
hundred (400) ton and over
Group 2
Asphalt Plant (any type); Asphalt Roto-Mill, pavement
profiler eight foot (8') lateral cut and over; Auto Grader
or ""Trimmer""; Blade, Robotic; Bulldozer, Robotic Equipment
(any type); Bulldozer, over one hundred twenty thousand
(120,000) lbs. and above; Concrete Batch Plant and/or Wet
Mix one (1) and two (2) drum; Concrete Diamond Head
Profiler; Canal Trimmer; Concrete, Automatic Slip Form
Paver (Assistant to the Operator required); Crane, Boom
Truck fifty (50) ton and with over one hundred fifty foot
(150') boom and over; Crane, Floating (derrick barge)
thirty (30) ton but less than one hundred fifty (150) ton;
Crane, Cableway twenty-five (25) ton and over; Crane,
Floating Clamshell three (3) cu. Yds. And over; Crane,
ninety (90) ton through one hundred ninety nine (199) ton
up to and including two hundred foot (200') of boom
(including jib inserts and/or attachments); Crane, fifty
(50) ton through eighty nine (89) ton with over one hundred
fifty foot (150') boom (including jib inserts and/or
attachments); Crane, Whirley under ninety (90) ton; Crusher
Plant; Excavator over one hundred thirty thousand (130,000)
lbs.; Loader one hundred twenty thousand (120,000) lbs. and
above; Remote Controlled Earth Moving Equipment; Shovel,
Dragline, Clamshell, five (5) cu. Yds. And over; Underwater
Equipment remote or otherwise, when used in construction
work; Wheel Excavator any size
Group 3
Bulldozer, over seventy thousand (70,000) lbs. up to and
including one hundred twenty thousand (120,000) lbs.;
Crane, Boom Truck fifty (50) ton and over with less than
one hundred fifty foot (150') boom; Crane, fifty (50) ton
through eighty nine (89) ton with one hundred fifty foot
(150') boom or less (including jib inserts and/or
attachments); Crane, Shovel, Dragline or Clamshell three
(3) cu. yds. but less than five (5) cu. Yds.; Excavator
over eighty thousand (80,000) lbs. through one hundred
thirty thousand (130,000) lbs.; Loader sixty thousand
(60,000) lbs. and less than one hundred twenty thousand
(120,000) lbs.
21 | Page
WA20200001 Modification 15
Federal Wage Determinations for Highway Construction
Page | 22
Group 4
Asphalt, Screed; Asphalt Paver; Asphalt Roto-Mill, pavement
profiler, under eight foot (8') lateral cut; Asphalt,
Material Transfer Vehicle Operator; Back Filling Machine;
Backhoe, Robotic, track and wheel type up to and including
twenty thousand (20,000) lbs. with any attachments; Blade
(any type); Boatman; Boring Machine; Bulldozer over twenty
thousand (20,000) lbs. and more than one hundred (100)
horse up to seventy thousand (70,000) lbs.; Cable-Plow (any
type); Cableway up to twenty five (25) ton; Cat Drill (John
Henry); Chippers; Compactor, multi-engine; Compactor,
Robotic; Compactor with blade self-propelled; Concrete,
Breaker; Concrete, Grout Plant; Concrete, Mixer Mobile;
Concrete, Paving Road Mixer; Concrete, Reinforced Tank
Banding Machine; Crane, Boom Truck twenty (20) ton and
under fifty (50) ton; Crane, Bridge Locomotive, Gantry and
Overhead; Crane, Carry Deck; Crane, Chicago Boom and
similar types; Crane, Derrick Operator, under one hundred
(100) ton; Crane, Floating Clamshell, Dragline, etc.
Operator, under three (3) cu. yds. Or less than thirty (30)
ton; Crane, under fifty (50) ton; Crane, Quick Tower under
one hundred foot (100') in height and less than one hundred
fifty foot (150') jib (on rail included); Diesel-Electric
Engineer (Plant or Floating); Directional Drill over twenty
thousand (20,000) lbs. pullback; Drill Cat Operator; Drill
Doctor and/or Bit Grinder; Driller, Percussion, Diamond,
Core, Cable, Rotary and similar type; Excavator Operator
over twenty thousand (20,000) lbs. through eighty thousand
(80,000) lbs.; Generator Operator; Grade-all; Guardrail
Machines, i.e. punch, auger, etc.; Hammer Operator
(Piledriver); Hoist, stiff leg, guy derrick or similar
type, fifty (50) ton and over; Hoist, two (2) drums or
more; Hydro Axe (loader mounted or similar type); Jack
Operator, Elevating Barges, Barge Operator, self-unloading;
Loader Operator, front end and overhead, twenty five
thousand (25,000) lbs. and less than sixty thousand
(60,000) lbs.; Log Skidders; Piledriver Operator (not crane
type); Pipe, Bending, Cleaning, Doping and Wrapping
Machines; Rail, Ballast Tamper Multi-Purpose; Rubber-tired
Dozers and Pushers; Scraper, all types; Side-Boom; Skip
Loader, Drag Box; Strump Grinder (loader mounted or similar
type); Surface Heater and Planer; Tractor, rubber-tired,
over fifty (50) HP Flywheel; Trenching Machine three foot
(3') depth and deeper; Tub Grinder (used for wood debris);
Tunnel Boring Machine Mechanic; Tunnel, Mucking Machine;
Ultra High Pressure Water Jet Cutting Tool System Operator;
Vacuum Blasting Machine Operator; Water pulls, Water wagons
22 | Page
WA20200001 Modification 15
Federal Wage Determinations for Highway Construction
----------------------------------------------------------------
Page | 23
Group 5
Asphalt, Extrusion Machine; Asphalt, Roller (any asphalt
mix); Asphalt, Roto-Mill pavement profiler ground man;
Bulldozer, twenty thousand (20,000) lbs. or less, or one
hundred (100) horse or less; Cement Pump; Chip Spreading
Machine; Churn Drill and Earth Boring Machine; Compactor,
self-propelled without blade; Compressor, (any power) one
thousand two hundred fifty (1,250) cu. ft. and over, total
capacity; Concrete, Batch Plant Quality control; Concrete,
Combination Mixer and compressor operator, gunite work;
Concrete, Curb Machine, Mechanical Berm, Curb and/or Curb
and Gutter; Concrete, Finishing Machine; Concrete, Grouting
Machine; Concrete, Internal Full Slab Vibrator Operator;
Concrete, Joint Machine; Concrete, Mixer single drum, any
capacity; Concrete, Paving Machine eight foot (8') or less;
Concrete, Planer; Concrete, Pump; Concrete, Pump Truck;
Concrete, Pumpcrete Operator (any type); Concrete, Slip
Form Pumps, power driven hydraulic lifting device for
concrete forms; Conveyored Material Hauler; Crane, Boom
Truck under twenty (20) tons; Crane, Boom Type lifting
device, five (5) ton capacity or less; Drill, Directional
type less than twenty thousand (20,000) lbs. pullback; Fork
Lift, over ten (10) ton or Robotic; Helicopter Hoist; Hoist
Operator, single drum; Hydraulic Backhoe track type up to
and including twenty thousand (20,000) lbs.; Hydraulic
Backhoe wheel type (any make); Laser Screed; Loaders,
rubber-tired type, less than twenty five thousand (25,000)
lbs.; Pavement Grinder and/or Grooving Machine (riding
type); Pipe, cast in place Pipe Laying Machine; Pulva-Mixer
or similar types; Pump Operator, more than five (5) pumps
(any size); Rail, Ballast Compactor, Regulator, or Tamper
machines; Service Oiler (Greaser); Sweeper Self-Propelled;
Tractor, Rubber-Tired, fifty (50) HP flywheel and under;
Trenching Machine Operator, maximum digging capacity three
foot (3') depth; Tunnel, Locomotive, Dinkey; Tunnel, Power
Jumbo setting slip forms, etc.
Group 6
Asphalt, Pugmill (any type); Asphalt, Raker; Asphalt, Truck
Mounted Asphalt Spreader, with Screed; Auger Oiler;
Boatman; Bobcat, skid steed (less than one (1) yard);
Broom, self-propelled; Compressor Operator (any power)
under 1,250 cu. ft. total capacity; Concrete Curing Machine
(riding type); Concrete Saw; Conveyor Operator or
Assistant; Crane, Tugger; Crusher Feederman; Crusher Oiler;
Deckhand; Drill, Directional Locator; Fork Lift; Grade
Checker; Guardrail Punch Oiler; Hydrographic Seeder
Machine, straw, pulp or seed; Hydrostatic Pump Operator;
Mixer Box (CTB, dry batch, etc.); Oiler; Plant Oiler; Pump
(any power); Rail, Brakeman, Switchman, Motorman; Rail,
Tamping Machine, mechanical, self-propelled; Rigger; Roller
grading (not asphalt); Truck, Crane Oiler-Driver
23 | Page
WA20200001 Modification 15
Federal Wage Determinations for Highway Construction
----------------------------------------------------------------
----------------------------------------------------------------
----------------------------------------------------------------
----------------------------------------------------------------
Page | 24
* IRON0014-005 07/01/2020
ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN,
GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE,
STEVENS, WALLA WALLA AND WHITMAN COUNTIES
Rates Fringes
IRONWORKER.......................$ 34.59 30.10
* IRON0029-002 07/01/2020
CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM
COUNTIES
Rates Fringes
IRONWORKER.......................$ 39.10 29.75
* IRON0086-002 07/01/2020
YAKIMA, KITTITAS AND CHELAN COUNTIES
Rates Fringes
IRONWORKER.......................$ 34.59 30.10
* IRON0086-004 07/01/2020
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES
Rates Fringes
IRONWORKER.......................$ 43.95 31.00
24 | Page
WA20200001 Modification 15
Federal Wage Determinations for Highway Construction
Page | 25
LABO0238-004 06/01/2020
PASCO AREA: ADAMS, BENTON, COLUMBIA,DOUGLAS (East of 120th
Meridian), FERRY, FRANKLIN, GRANT, OKANOGAN, WALLA WALLA
SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE,
STEVENS & WHITMAN COUNTIES
Rates Fringes
LABORER (PASCO)
GROUP 1.....................$ 26.69 13.65
GROUP 2.....................$ 28.79 13.65
GROUP 3.....................$ 29.06 13.65
GROUP 4.....................$ 29.33 13.65
GROUP 5.....................$ 29.61 13.65
LABORER (SPOKANE)
GROUP 1.....................$ 26.69 13.65
GROUP 2.....................$ 28.79 13.65
GROUP 3.....................$ 29.06 13.65
GROUP 4.....................$ 29.33 13.65
GROUP 5.....................$ 29.61 13.65
Zone Differential (Add to Zone 1 rate): $2.00
BASE POINTS: Spokane, Pasco, Lewiston
Zone 1: 0-45 radius miles from the main post office.
Zone 2: 45 radius miles and over from the main post office.
LABORERS CLASSIFICATIONS
GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic
Control Maintenance Laborer (to include erection and
maintenance of barricades, signs and relief of flagperson);
Window Washer/Cleaner (detail cleanup, such as, but not
limited to cleaning floors, ceilings, walls, windows, etc.
prior to final acceptance by the owner)
GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder;
Carpenter Tender; Cement Handler; Clean-up Laborer;
Concrete Crewman (to include stripping of forms, hand
operating jacks on slip form construction, application of
concrete curing compounds, pumpcrete machine, signaling,
handling the nozzle of squeezcrete or similar machine,6
inches and smaller); Confined Space Attendant; Concrete
Signalman; Crusher Feeder; Demolition (to include clean-up,
burning, loading, wrecking and salvage of all material);
Dumpman; Fence Erector; Firewatch; Form Cleaning Machine
Feeder, Stacker; General Laborer; Grout Machine Header
Tender; Guard Rail (to include guard rails, guide and
reference posts, sign posts, and right-of-way markers);
Hazardous Waste Worker, Level D (no respirator is used and
skin protection is minimal); Miner, Class ""A"" (to include
25 | Page
WA20200001 Modification 15
Federal Wage Determinations for Highway Construction
Page | 26
all bull gang, concrete crewman, dumpman and pumpcrete
crewman, including distributing pipe, assembly & dismantle,
and nipper); Nipper; Riprap Man; Sandblast Tailhoseman;
Scaffold Erector (wood or steel); Stake Jumper; Structural
Mover (to include separating foundation, preparation,
cribbing, shoring, jacking and unloading of structures);
Tailhoseman (water nozzle); Timber Bucker and Faller (by
hand); Track Laborer (RR); Truck Loader; Well-Point Man;
All Other Work Classifications Not Specially Listed Shall
Be Classified As General Laborer
GROUP 3: Asphalt Roller, walking; Cement Finisher Tender;
Concrete Saw, walking; Demolition Torch; Dope Pot Firemen,
non-mechanical; Driller Tender (when required to move and
position machine); Form Setter, Paving; Grade Checker using
level; Hazardous Waste Worker, Level C (uses a chemical
""splash suit"" and air purifying respirator); Jackhammer
Operator; Miner, Class ""B"" (to include brakeman, finisher,
vibrator, form setter); Nozzleman (to include squeeze and
flo-crete nozzle); Nozzleman, water, air or steam; Pavement
Breaker (under 90 lbs.); Pipelayer, corrugated metal
culvert; Pipelayer, multi- plate; Pot Tender; Power Buggy
Operator; Power Tool Operator, gas, electric, pneumatic;
Railroad Equipment, power driven, except dual mobile power
spiker or puller; Railroad Power Spiker or Puller, dual
mobile; Rodder and Spreader; Tamper (to include operation
of Barco, Essex and similar tampers); Trencher, Shawnee;
Tugger Operator; Wagon Drills; Water Pipe Liner;
Wheelbarrow (power driven)
GROUP 4: Air and Hydraulic Track Drill; Aspahlt Raker;Brush
Machine (to include horizontal construction joint cleanup
brush machine, power propelled); Caisson Worker, free air;
Chain Saw Operator and Faller; Concrete Stack (to include
laborers when laborers working on free standing concrete
stacks for smoke or fume control above 40 feet high);
Gunite (to include operation of machine and nozzle);
Hazardous Waste Worker, Level B (uses same respirator
protection as Level A. A supplied air line is provided in
conjunction with a chemical ""splash suit""); High Scaler;
Laser Beam Operator (to include grade checker and elevation
control); Miner, Class C (to include miner, nozzleman for
concrete, laser beam operator and rigger on tunnels);
Monitor Operator (air track or similar mounting); Mortar
Mixer; Nozzleman (to include jet blasting nozzleman, over
1,200 lbs., jet blast machine power propelled, sandblast
nozzle); Pavement Breaker (90 lbs. and over); Pipelayer (to
include working topman, caulker, collarman, jointer,
mortarman, rigger, jacker, shorer, valve or meter
installer); Pipewrapper; Plasterer Tender; Vibrators (all)
GROUP 5 - Drills with Dual Masts; Hazardous Waste Worker,
Level A (utilizes a fully encapsulated suit with a
self-contained breathing apparatus or a supplied air line);
Miner Class ""D"", (to include raise and shaft miner, laser
beam operator on riases and shafts)
26 | Page
WA20200001 Modification 15
Federal Wage Determinations for Highway Construction
----------------------------------------------------------------
----------------------------------------------------------------
Page | 27
LABO0238-006 06/01/2019
COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON,
CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT,
LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA,
WHITMAN
Rates Fringes
Hod Carrier......................$ 27.95 12.90
LABO0242-003 06/01/2020
KING COUNTY
Rates Fringes
LABORER
GROUP 1.....................$ 27.78 12.35
GROUP 2A....................$ 31.82 12.35
GROUP 3.....................$ 39.81 12.35
GROUP 4.....................$ 40.77 12.35
GROUP 5.....................$ 41.43 12.35
Group 6.....................$ 41.43 12.35
BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,
TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.
TOWNSEND, PT. ANGELES, AND BREMERTON
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 - More than 45 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $1.00
ZONE 3 - $1.30
BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $2.25
27 | Page
WA20200001 Modification 15
Federal Wage Determinations for Highway Construction
----------------------------------------------------------------
Page | 28
LABORERS CLASSIFICATIONS
GROUP 1: Landscaping and Planting; Watchman; Window
Washer/Cleaner (detail clean-up, such as but not limited to
cleaning floors, ceilings, walls, windows, etc., prior to
final acceptance by the owner)
GROUP 2A: Batch Weighman; Crusher Feeder; Fence Laborer;
Flagman; Pilot Car
GROUP 3: General Laborer; Air, Gas, or Electric Vibrating
Screed; Asbestos Abatement Laborer; Ballast Regulator
Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter
Tender; Cement Finisher Tender; Change House or Dry Shack;
Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender;
Clean-up Laborer; Concrete Form Stripper; Curing Laborer;
Demolition (wrecking and moving including charred
material); Ditch Digger; Dump Person; Fine Graders;
Firewatch; Form Setter; Gabian Basket Builders; Grout
Machine Tender; Grinders; Guardrail Erector; Hazardous
Waste Worker (Level C: uses a chemical ""splash suit"" and
air purifying respirator); Maintenance Person; Material
Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale
Person; Sloper Sprayer; Signal Person; Stock Piler; Stake
Hopper; Toolroom Man (at job site); Topper-Tailer; Track
Laborer; Truck Spotter; Vinyl Seamer
GROUP 4: Cement Dumper-Paving; Chipping Gun (over 30 lbs.);
Clary Power Spreader; Concrete Dumper/Chute Operator;
Concrete Saw Operator; Drill Operator (hydraulic, diamond,
aiartrac); Faller and Bucker Chain Saw; Grade Checker and
Transit Person; Groutmen (pressure) including post tension
beams; Hazardous Waste Worker (Level B: uses same
respirator protection as Level A. A supplied air line is
provided in conjunction with a chemical ""splash suit"");
High Scaler; Jackhammer; Laserbeam Operator; Manhole
Builder-Mudman; Nozzleman (concrete pump, green cutter when
using combination of high pressure air and water on
concrete and rock, sandblast, gunite, shotcrete, water
blaster, vacuum blaster); Pavement Breaker; Pipe Layer and
Caulker; Pipe Pot Tender; Pipe Reliner (not insert type);
Pipe Wrapper; Power Jacks; Railroad Spike Puller-Power;
Raker-Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft);
Spreader (concrete); Tamper and Similar electric, air and
glas operated tool; Timber Person-sewer (lagger shorer and
cribber); Track Liner Power; Tugger Operator; Vibrator;
Well Point Laborer
GROUP 5: Caisson Worker; Mortarman and Hodcarrier; Powderman;
Re-Timberman; Hazardous Waste Worker (Level A: utilizes a
fully encapsulated suit with a self-contained breathing
apparatus or a supplied air line).
Group 6: Miner
28 | Page
WA20200001 Modification 15
Federal Wage Determinations for Highway Construction
Page | 29
LABO0252-010 06/01/2020
CLALLAM, GRAYS HARBOR, JEFFERSON, KITSAP, LEWIS, MASON, PACIFIC
(EXCLUDING SOUTHWEST), PIERCE, AND THURSTON COUNTIES
Rates Fringes
LABORER
GROUP 1.....................$ 27.78 12.44
GROUP 2.....................$ 31.82 12.44
GROUP 3.....................$ 39.81 12.44
GROUP 4.....................$ 40.77 12.44
GROUP 5.....................$ 41.43 12.44
BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,
TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.
TOWNSEND, PT. ANGELES, AND BREMERTON
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 - More than 45 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $1.00
ZONE 3 - $1.30
BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $2.25
LABORERS CLASSIFICATIONS
GROUP 1: Landscaping and Planting; Watchman; Window
Washer/Cleaner (detail clean-up, such as but not limited to
cleaning floors, ceilings, walls, windows, etc., prior to
final acceptance by the owner)
GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer;
Flagman; Pilot Car
29 | Page
WA20200001 Modification 15
Federal Wage Determinations for Highway Construction
----------------------------------------------------------------
Page | 30
GROUP 3: General Laborer; Air, Gas, or Electric Vibrating
Screed; Asbestos Abatement Laborer; Ballast Regulator
Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter
Tender; Cement Finisher Tender; Change House or Dry Shack;
Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender;
Clean-up Laborer; Concrete Form Stripper; Curing Laborer;
Demolition (wrecking and moving including charred
material); Ditch Digger; Dump Person; Fine Graders;
Firewatch; Form Setter; Gabian Basket Builders; Grout
Machine Tender; Grinders; Guardrail Erector; Hazardous
Waste Worker (Level C: uses a chemical ""splash suit"" and
air purifying respirator); Maintenance Person; Material
Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale
Person; Sloper Sprayer; Signal Person; Stock Piler; Stake
Hopper; Toolroom Man (at job site); Topper-Tailer; Track
Laborer; Truck Spotter; Vinyl Seamer
GROUP 4: Cement Dumper-Paving; Chipping Gun (over 30 lbs.);
Clary Power Spreader; Concrete Dumper/Chute Operator;
Concrete Saw Operator; Drill Operator (hydraulic, diamond,
aiartrac); Faller and Bucker Chain Saw; Groutmen (pressure)
including post tension beams; Hazardous Waste Worker (Level
B: uses same respirator protection as Level A. A supplied
air line is provided in conjunction with a chemical ""splash
suit""); Jackhammer; Laserbeam Operator; Manhole
Builder-Mudman; Nozzleman (concrete pump, green cutter when
using combination of high pressure air and water on
concrete and rock, sandblast, gunite, shotcrete, water
blaster, vacuum blaster); Pavement Breaker; Pipe Layer and
Caulker; Pipe Pot Tender; Pipe Reliner (not insert type);
Pipe Wrapper; Power Jacks; Railroad Spike Puller-Power;
Raker-Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft);
Spreader (concrete); Tamper and Similar electric, air and
glas operated tool; Timber Person-sewer (lagger shorer and
cribber); Track Liner Power; Tugger Operator; Vibrator;
Well Point Laborer
GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier;
Grade Checker and Transit Person; High Scaler; Powderman;
Re-Timberman; Hazardous Waste Worker (Level A: utilizes a
fully encapsulated suit with a self-contained breathing
apparatus or a supplied air line).
30 | Page
WA20200001 Modification 15
Federal Wage Determinations for Highway Construction
Page | 31
LABO0292-008 06/01/2020
ISLAND, SAN JUAN, SKAGIT, SNOHOMISH, AND WHATCOM COUNTIES
Rates Fringes
LABORER
GROUP 1.....................$ 27.78 12.44
GROUP 2.....................$ 31.82 12.44
GROUP 3.....................$ 39.81 12.44
GROUP 4.....................$ 40.77 12.44
GROUP 5.....................$ 41.43 12.44
BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,
TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.
TOWNSEND, PT. ANGELES, AND BREMERTON
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 - More than 45 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $1.00
ZONE 3 - $1.30
BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $2.25
LABORERS CLASSIFICATIONS
GROUP 1: Landscaping and Planting; Watchman; Window
Washer/Cleaner (detail clean-up, such as but not limited to
cleaning floors, ceilings, walls, windows, etc., prior to
final acceptance by the owner)
GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer;
Flagman; Pilot Car
31 | Page
WA20200001 Modification 15
Federal Wage Determinations for Highway Construction
----------------------------------------------------------------
Page | 32
GROUP 3: General Laborer; Air, Gas, or Electric Vibrating
Screed; Asbestos Abatement Laborer; Ballast Regulator
Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter
Tender; Cement Finisher Tender; Change House or Dry Shack;
Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender;
Clean-up Laborer; Concrete Form Stripper; Curing Laborer;
Demolition (wrecking and moving including charred
material); Ditch Digger; Dump Person; Fine Graders;
Firewatch; Form Setter; Gabian Basket Builders; Grout
Machine Tender; Grinders; Guardrail Erector; Hazardous
Waste Worker (Level C: uses a chemical ""splash suit"" and
air purifying respirator); Maintenance Person; Material
Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale
Person; Sloper Sprayer; Signal Person; Stock Piler; Stake
Hopper; Toolroom Man (at job site); Topper-Tailer; Track
Laborer; Truck Spotter; Vinyl Seamer
GROUP 4: Cement Dumper-Paving; Chipping Gun (over 30 lbs.);
Clary Power Spreader; Concrete Dumper/Chute Operator;
Concrete Saw Operator; Drill Operator (hydraulic, diamond,
aiartrac); Faller and Bucker Chain Saw; Grade Checker and
Transit Person; Groutmen (pressure) including post tension
beams; Hazardous Waste Worker (Level B: uses same
respirator protection as Level A. A supplied air line is
provided in conjunction with a chemical ""splash suit"");
High Scaler; Jackhammer; Laserbeam Operator; Manhole
Builder-Mudman; Nozzleman (concrete pump, green cutter when
using combination of high pressure air and water on
concrete and rock, sandblast, gunite, shotcrete, water
blaster, vacuum blaster); Pavement Breaker; Pipe Layer and
Caulker; Pipe Pot Tender; Pipe Reliner (not insert type);
Pipe Wrapper; Power Jacks; Railroad Spike Puller-Power;
Raker-Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft);
Spreader (concrete); Tamper and Similar electric, air and
glas operated tool; Timber Person-sewer (lagger shorer and
cribber); Track Liner Power; Tugger Operator; Vibrator;
Well Point Laborer
GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier;
Powderman; Re-Timberman; Hazardous Waste Worker (Level A:
utilizes a fully encapsulated suit with a self-contained
breathing apparatus or a supplied air line).
32 | Page
WA20200001 Modification 15
Federal Wage Determinations for Highway Construction
Page | 33
LABO0335-001 06/01/2020
CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE
MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY
WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES
Rates Fringes
Laborers:
ZONE 1:
GROUP 1....................$ 34.93 12.44
GROUP 2....................$ 35.65 12.44
GROUP 3....................$ 36.20 12.44
GROUP 4....................$ 36.66 12.44
GROUP 5....................$ 31.93 12.44
GROUP 6....................$ 29.01 12.44
GROUP 7....................$ 25.14 12.44
Zone Differential (Add to Zone 1 rates):
Zone 2 $ 0.65
Zone 3 - 1.15
Zone 4 - 1.70
Zone 5 - 2.75
BASE POINTS: LONGVIEW AND VANCOUVER
ZONE 1: Projects within 30 miles of the respective city all.
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall.
LABORERS CLASSIFICATIONS
GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch
Weighman; Broomers; Brush Burners and Cutters; Car and
Truck Loaders; Carpenter Tender; Change-House Man or Dry
Shack Man; Choker Setter; Clean-up Laborers; Curing,
Concrete; Demolition, Wrecking and Moving Laborers;
Dumpers, road oiling crew; Dumpmen (for grading crew);
Elevator Feeders; Median Rail Reference Post, Guide Post,
Right of Way Marker; Fine Graders; Fire Watch; Form
Strippers (not swinging stages); General Laborers;
Hazardous Waste Worker; Leverman or Aggregate Spreader
(Flaherty and similar types); Loading Spotters; Material
Yard Man (including electrical); Pittsburgh Chipper
Operator or Similar Types; Railroad Track Laborers; Ribbon
Setters (including steel forms); Rip Rap Man (hand placed);
Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers;
Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring;
Timber Faller and Bucker (hand labor); Toolroom Man (at job
site); Tunnel Bullgang (above ground); Weight-Man- Crusher
(aggregate when used)
33 | Page
WA20200001 Modification 15
Federal Wage Determinations for Highway Construction
----------------------------------------------------------------
----------------------------------------------------------------
Page | 34
GROUP 2: Applicator (including pot power tender for same),
applying protective material by hand or nozzle on utility
lines or storage tanks on project; Brush Cutters (power
saw); Burners; Choker Splicer; Clary Power Spreader and
similar types; Clean- up Nozzleman-Green Cutter (concrete,
rock, etc.); Concrete Power Buggyman; Concrete Laborer;
Crusher Feeder; Demolition and Wrecking Charred Materials;
Gunite Nozzleman Tender; Gunite or Sand Blasting Pot
Tender; Handlers or Mixers of all Materials of an
irritating nature (including cement and lime); Tool
Operators (includes but not limited to: Dry Pack Machine;
Jackhammer; Chipping Guns; Paving Breakers); Pipe Doping
and Wrapping; Post Hole Digger, air, gas or electric;
Vibrating Screed; Tampers; Sand Blasting (Wet);
Stake-Setter; Tunnel-Muckers, Brakemen, Concrete Crew,
Bullgang (underground)
GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill
Operators, air tracks, cat drills, wagon drills,
rubber-mounted drills, and other similar types including at
crusher plants; Gunite Nozzleman; High Scalers, Strippers
and Drillers (covers work in swinging stages, chairs or
belts, under extreme conditions unusual to normal drilling,
blasting, barring-down, or sloping and stripping); Manhole
Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power
Saw Operators (Bucking and Falling); Pumpcrete Nozzlemen;
Sand Blasting (Dry); Sewer Timberman; Track Liners, Anchor
Machines, Ballast Regulators, Multiple Tampers, Power
Jacks, Tugger Operator; Tunnel-Chuck Tenders, Nippers and
Timbermen; Vibrator; Water Blaster
GROUP 4: Asphalt Raker; Concrete Saw Operator (walls);
Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam
(pipelaying)-applicable when employee assigned to move, set
up, align; Laser Beam; Tunnel Miners; Motorman-Dinky
Locomotive-Tunnel; Powderman-Tunnel; Shield Operator-Tunnel
GROUP 5: Traffic Flaggers
GROUP 6: Fence Builders
GROUP 7: Landscaping or Planting Laborers
LABO0335-019 06/01/2020
Rates Fringes
Hod Carrier......................$ 34.93 12.44
34 | Page
WA20200001 Modification 15
Federal Wage Determinations for Highway Construction
Page | 35
LABO0348-003 06/01/2020
CHELAN, DOUGLAS (W OF 12TH MERIDIAN), KITTITAS, AND YAKIMA
COUNTIES
Rates Fringes
LABORER
GROUP 1.....................$ 23.68 12.44
GROUP 2.....................$ 27.17 12.44
GROUP 3.....................$ 29.74 12.44
GROUP 4.....................$ 30.46 12.44
GROUP 5.....................$ 30.99 12.44
BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,
TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.
TOWNSEND, PT. ANGELES, AND BREMERTON
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 - More than 45 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $1.00
ZONE 3 - $1.30
BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $2.25
LABORERS CLASSIFICATIONS
GROUP 1: Landscaping and Planting; Watchman; Window
Washer/Cleaner (detail clean-up, such as but not limited to
cleaning floors, ceilings, walls, windows, etc., prior to
final acceptance by the owner)
GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer;
Flagman; Pilot Car
35 | Page
WA20200001 Modification 15
Federal Wage Determinations for Highway Construction
----------------------------------------------------------------
Page | 36
GROUP 3: General Laborer; Air, Gas, or Electric Vibrating
Screed; Asbestos Abatement Laborer; Ballast Regulator
Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter
Tender; Cement Finisher Tender; Change House or Dry Shack;
Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender;
Clean-up Laborer; Concrete Form Stripper; Curing Laborer;
Demolition (wrecking and moving including charred
material); Ditch Digger; Dump Person; Fine Graders;
Firewatch; Form Setter; Gabian Basket Builders; Grout
Machine Tender; Grinders; Guardrail Erector; Hazardous
Waste Worker (Level C: uses a chemical ""splash suit"" and
air purifying respirator); Maintenance Person; Material
Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale
Person; Sloper Sprayer; Signal Person; Stock Piler; Stake
Hopper; Toolroom Man (at job site); Topper-Tailer; Track
Laborer; Truck Spotter; Vinyl Seamer
GROUP 4: Cement Dumper-Paving; Chipping Gun (over 30 lbs.);
Clary Power Spreader; Concrete Dumper/Chute Operator;
Concrete Saw Operator; Drill Operator (hydraulic, diamond,
aiartrac); Faller and Bucker Chain Saw; Grade Checker and
Transit Person; Groutmen (pressure) including post tension
beams; Hazardous Waste Worker (Level B: uses same
respirator protection as Level A. A supplied air line is
provided in conjunction with a chemical ""splash suit"");
High Scaler; Jackhammer; Laserbeam Operator; Manhole
Builder-Mudman; Nozzleman (concrete pump, green cutter when
using combination of high pressure air and water on
concrete and rock, sandblast, gunite, shotcrete, water
blaster, vacuum blaster); Pavement Breaker; Pipe Layer and
Caulker; Pipe Pot Tender; Pipe Reliner (not insert type);
Pipe Wrapper; Power Jacks; Railroad Spike Puller-Power;
Raker-Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft);
Spreader (concrete); Tamper and Similar electric, air and
glas operated tool; Timber Person-sewer (lagger shorer and
cribber); Track Liner Power; Tugger Operator; Vibrator;
Well Point Laborer
GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier;
Powderman; Re-Timberman; Hazardous Waste Worker (Level A:
utilizes a fully encapsulated suit with a self-contained
breathing apparatus or a supplied air line).
36 | Page
WA20200001 Modification 15
Federal Wage Determinations for Highway Construction
----------------------------------------------------------------
----------------------------------------------------------------
----------------------------------------------------------------
Page | 37
PAIN0005-002 07/01/2020
STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH),
SKAMANIA, AND WAHKIAKUM COUNTIES
Rates Fringes
Painters:
STRIPERS....................$ 31.90 17.23
PAIN0005-004 03/01/2009
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND
WHATCOM COUNTIES
Rates Fringes
PAINTER..........................$ 20.82 7.44
* PAIN0005-006 07/01/2018
ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE);
CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS,
LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA,
WHITMAN AND YAKIMA COUNTIES
Rates Fringes
PAINTER
Application of Cold Tar
Products, Epoxies, Polyure
thanes, Acids, Radiation
Resistant Material, Water
and Sandblasting............$ 30.19
Over 30'/Swing Stage Work..$ 22.20
Brush, Roller, Striping,
Steam-cleaning and Spray....$ 22.94
Lead Abatement, Asbestos
Abatement...................$ 21.50
11.71
7.98
11.61
7.98
*$.70 shall be paid over and above the basic wage rates
listed for work on swing stages and high work of over 30
feet.
37 | Page
WA20200001 Modification 15
Federal Wage Determinations for Highway Construction
----------------------------------------------------------------
----------------------------------------------------------------
----------------------------------------------------------------
Page | 38
PAIN0055-003 07/01/2020
CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM
COUNTIES
Rates Fringes
PAINTER
Brush & Roller..............$ 26.56 13.40
Spray and Sandblasting......$ 26.56 13.40
All high work over 60 ft. = base rate + $0.75
PAIN0055-006 03/01/2020
CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES
Rates Fringes
Painters:
HIGHWAY & PARKING LOT
STRIPER.....................$ 35.87 13.40
PLAS0072-004 06/01/2020
ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,
FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND
OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA
COUNTIES
Rates Fringes
CEMENT MASON/CONCRETE FINISHER
ZONE 1......................$ 31.30 15.53
Zone Differential (Add to Zone 1 rate): Zone 2 - $2.00
BASE POINTS: Spokane, Pasco, Lewiston; Wenatchee
Zone 1: 0 - 45 radius miles from the main post office
Zone 2: Over 45 radius miles from the main post office
38 | Page
WA20200001 Modification 15
Federal Wage Determinations for Highway Construction
----------------------------------------------------------------
----------------------------------------------------------------
Page | 39
PLAS0528-001 06/01/2020
CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING,
KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT,
SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES
Rates Fringes
CEMENT MASON
CEMENT MASON................$ 45.80 18.54
COMPOSITION, TROWEL
MACHINE, GRINDER, POWER
TOOLS, GUNNITE NOZZLE.......$ 46.30 18.54
TROWELING MACHINE OPERATOR
ON COMPOSITION..............$ 46.30 18.54
PLAS0555-002 07/01/2019
CLARK, KLICKITAT AND SKAMANIA COUNTIES
ZONE 1:
Rates Fringes
CEMENT MASON
CEMENT MASONS DOING BOTH
COMPOSITION/POWER
MACHINERY AND
SUSPENDED/HANGING SCAFFOLD..$ 37.32
CEMENT MASONS ON
18.77
SUSPENDED, SWINGING AND/OR
HANGING SCAFFOLD............$ 36.58 18.77
CEMENT MASONS...............$ 35.85 18.77
COMPOSITION WORKERS AND
POWER MACHINERY OPERATORS...$ 36.58 18.77
Zone Differential (Add To Zone 1 Rates):
Zone 2 - $0.65
Zone 3 - 1.15
Zone 4 - 1.70
Zone 5 - 3.00
BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND,
SALEM, THE DALLES, VANCOUVER
ZONE 1: Projects within 30 miles of the respective city hall
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall
39 | Page
WA20200001 Modification 15
Federal Wage Determinations for Highway Construction
Page | 40
TEAM0037-002 06/01/2019
CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line
made by extending the north boundary line of Wahkiakum County
west to the Pacific Ocean), SKAMANIA, AND WAHKIAKUM COUNTIES
Truck drivers:
Rates Fringes
ZONE 1
GROUP 1....................$ 29.08 15.27
GROUP 2....................$ 29.20 15.27
GROUP 3....................$ 29.34 15.27
GROUP 4....................$ 29.62 15.27
GROUP 5....................$ 29.85 15.27
GROUP 6....................$ 30.03 15.27
GROUP 7....................$ 30.24 15.27
Zone Differential (Add to Zone 1 Rates):
Zone 2 - $0.65
Zone 3 - 1.15
Zone 4 - 1.70
Zone 5 - 2.75
BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER
ZONE 1: Projects within 30 miles of the respective city
hall.
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall.
TRUCK DRIVERS CLASSIFICATIONS
GROUP 1: A Frame or Hydra lifrt truck w/load bearing
surface; Articulated Dump Truck; Battery Rebuilders; Bus or
Manhaul Driver; Concrete Buggies (power operated); Concrete
Pump Truck; Dump Trucks, side, end and bottom dumps,
including Semi Trucks and Trains or combinations there of:
up to and including 10 cu. yds.; Lift Jitneys, Fork Lifts
(all sizes in loading, unloading and transporting material
on job site); Loader and/or Leverman on Concrete Dry Batch
Plant (manually operated); Pilot Car; Pickup Truck; Solo
Flat Bed and misc. Body Trucks, 0-10 tons; Truck Tender;
Truck Mechanic Tender; Water Wagons (rated capacity) up to
3,000 gallons; Transit Mix and Wet or Dry Mix - 5 cu. yds.
and under; Lubrication Man, Fuel Truck Driver, Tireman,
Wash Rack, Steam Cleaner or combinations; Team Driver;
Slurry Truck Driver or Leverman; Tireman
40 | Page
WA20200001 Modification 15
Federal Wage Determinations for Highway Construction
----------------------------------------------------------------
Page | 41
GROUP 2: Boom Truck/Hydra-lift or Retracting Crane;
Challenger; Dumpsters or similar equipment all sizes; Dump
Trucks/Articulated Dumps 6 cu to 10 cu.; Flaherty Spreader
Driver or Leverman; Lowbed Equipment, Flat Bed Semi-trailer
or doubles transporting equipment or wet or dry materials;
Lumber Carrier, Driver-Straddle Carrier (used in loading,
unloading and transporting of materials on job site); Oil
Distributor Driver or Leverman; Transit mix and wet or dry
mix trcuks: over 5 cu. yds. and including 7 cu. yds.;
Vacuum Trucks; Water truck/Wagons (rated capacity) over
3,000 to 5,000 gallons
GROUP 3: Ammonia Nitrate Distributor Driver; Dump trucks,
side, end and bottom dumps, including Semi Trucks and
Trains or combinations thereof: over 10 cu. yds. and
including 30 cu. yds. includes Articulated Dump Trucks;
Self-Propelled Street Sweeper; Transit mix and wet or dry
mix truck: over 7 cu yds. and including 11 cu yds.; Truck
Mechanic-Welder-Body Repairman; Utility and Clean-up Truck;
Water Wagons (rated capacity) over 5,000 to 10,000 gallons
GROUP 4: Asphalt Burner; Dump Trucks, side, end and bottom
cumps, including Semi-Trucks and Trains or combinations
thereof: over 30 cu. yds. and including 50 cu. yds.
includes Articulated Dump Trucks; Fire Guard; Transit Mix
and Wet or Dry Mix Trucks, over 11 cu. yds. and including
15 cu. yds.; Water Wagon (rated capacity) over 10,000
gallons to 15,000 gallons
GROUP 5: Composite Crewman; Dump Trucks, side, end and
bottom dumps, including Semi Trucks and Trains or
combinations thereof: over 50 cu. yds. and including 60 cu.
yds. includes Articulated Dump Trucks
GROUP 6: Bulk Cement Spreader w/o Auger; Dry Pre-Batch
concrete Mix Trucks; Dump trucks, side, end and bottom
dumps, including Semi Trucks and Trains of combinations
thereof: over 60 cu. yds. and including 80 cu. yds., and
includes Articulated Dump Trucks; Skid Truck
GROUP 7: Dump Trucks, side, end and bottom dumps, including
Semi Trucks and Trains or combinations thereof: over 80 cu.
yds. and including 100 cu. yds., includes Articulated Dump
Trucks; Industrial Lift Truck (mechanical tailgate)
41 | Page
WA20200001 Modification 15
Federal Wage Determinations for Highway Construction
Page | 42
* TEAM0174-001 06/01/2019
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PACIFIC (North of a straight line made by extending the
north boundary line of Wahkiakum County west to the Pacific
Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND
WHATCOM COUNTIES
Rates Fringes
Truck drivers:
ZONE A:
GROUP 1:...................$ 40.38 20.46
GROUP 2:...................$ 39.54 20.46
GROUP 3:...................$ 36.73 20.46
GROUP 4:...................$ 31.76 20.46
GROUP 5:...................$ 39.93 20.46
ZONE B (25-45 miles from center of listed cities*): Add $.70
per hour to Zone A rates.
ZONE C (over 45 miles from centr of listed cities*): Add
$1.00 per hour to Zone A rates.
*Zone pay will be calculated from the city center of the
following listed cities:
BELLINGHAM CENTRALIA RAYMOND OLYMPIA
EVERETT SHELTON ANACORTES BELLEVUE
SEATTLE PORT ANGELES MT. VERNON KENT
TACOMA PORT TOWNSEND ABERDEEN BREMERTON
TRUCK DRIVERS CLASSIFICATIONS
GROUP 1 - ""A-frame or Hydralift"" trucks and Boom trucks or
similar equipment when ""A"" frame or ""Hydralift"" and Boom
truck or similar equipment is used; Buggymobile; Bulk
Cement Tanker; Dumpsters and similar equipment,
Tournorockers, Tournowagon, Tournotrailer, Cat DW series,
Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid
Two and Four-Wheeled power tractor with trailer and similar
top-loaded equipment transporting material: Dump Trucks,
side, end and bottom dump, including semi-trucks and trains
or combinations thereof with 16 yards to 30 yards capacity:
Over 30 yards $.15 per hour additional for each 10 yard
increment; Explosive Truck (field mix) and similar
equipment; Hyster Operators (handling bulk loose
aggregates); Lowbed and Heavy Duty Trailer; Road Oil
Distributor Driver; Spreader, Flaherty Transit mix used
exclusively in heavy construction; Water Wagon and Tank
Truck-3,000 gallons and over capacity
42 | Page
WA20200001 Modification 15
Federal Wage Determinations for Highway Construction
----------------------------------------------------------------
Page | 43
GROUP 2 - Bulllifts, or similar equipment used in loading or
unloading trucks, transporting materials on job site;
Dumpsters, and similar equipment, Tournorockers,
Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra,
Le Tourneau, Westinghouse, Athye wagon, Euclid two and
four-wheeled power tractor with trailer and similar
top-loaded equipment transporting material: Dump trucks,
side, end and bottom dump, including semi-trucks and trains
or combinations thereof with less than 16 yards capacity;
Flatbed (Dual Rear Axle); Grease Truck, Fuel Truck,
Greaser, Battery Service Man and/or Tire Service Man;
Leverman and loader at bunkers and batch plants; Oil tank
transport; Scissor truck; Slurry Truck; Sno-Go and similar
equipment; Swampers; Straddler Carrier (Ross, Hyster) and
similar equipment; Team Driver; Tractor (small,
rubber-tired)(when used within Teamster jurisdiction);
Vacuum truck; Water Wagon and Tank trucks-less than 3,000
gallons capacity; Winch Truck; Wrecker, Tow truck and
similar equipment
GROUP 3 - Flatbed (single rear axle); Pickup Sweeper; Pickup
Truck. (Adjust Group 3 upward by $2.00 per hour for onsite
work only)
GROUP 4 - Escort or Pilot Car
GROUP 5 - Mechanic
HAZMAT PROJECTS
Anyone working on a HAZMAT job, where HAZMAT certification is
required, shall be compensated as a premium, in addition to
the classification working in as follows:
LEVEL C: +$.25 per hour - This level uses an air purifying
respirator or additional protective clothing.
LEVEL B: +$.50 per hour - Uses same respirator protection as
Level A. Supplied air line is provided in conjunction with
a chemical ""splash suit.""
LEVEL A: +$.75 per hour - This level utilizes a fully-
encapsulated suit with a self-contained breathing apparatus
or a supplied air line.
43 | Page
WA20200001 Modification 15
Federal Wage Determinations for Highway Construction
Page | 44
TEAM0690-004 01/01/2019
ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,
FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND
OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA
COUNTIES
Rates Fringes
Truck drivers: (AREA 1:
SPOKANE ZONE CENTER: Adams,
Chelan, Douglas, Ferry,
Grant, Kittitas, Lincoln,
Okanogan, Pen Oreille,
Spokane, Stevens, and Whitman
Counties
AREA 1: LEWISTON ZONE CENTER:
Asotin, Columbia, and
Garfield Counties
AREA 2: PASCO ZONE CENTER:
Benton, Franklin, Walla Walla
and Yakima Counties)
AREA 1:
GROUP 1....................$ 23.91 17.40
GROUP 2....................$ 26.18 17.40
GROUP 3....................$ 26.68 17.40
GROUP 4....................$ 27.01 17.40
GROUP 5....................$ 27.12 17.40
GROUP 6....................$ 27.29 17.40
GROUP 7....................$ 27.82 17.40
GROUP 8....................$ 28.18 17.40
AREA 2:
GROUP 1....................$ 26.05 17.40
GROUP 2....................$ 28.69 17.40
GROUP 3....................$ 28.80 17.40
GROUP 4....................$ 29.13 17.40
GROUP 5....................$ 29.24 17.40
GROUP 6....................$ 29.24 17.40
GROUP 7....................$ 29.78 17.40
GROUP 8....................$ 30.10 17.40
Zone Differential (Add to Zone 1 rate: Zone 1 + $2.00)
BASE POINTS: Spokane, Pasco, Lewiston
Zone 1: 0-45 radius miles from the main post office.
Zone 2: Outside 45 radius miles from the main post office
44 | Page
WA20200001 Modification 15
Federal Wage Determinations for Highway Construction
Page | 45
TRUCK DRIVERS CLASSIFICATIONS
GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power
Boat Hauling Employees or Material
GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and
under); Leverperson (loading trucks at bunkers); Trailer
Mounted Hydro Seeder and Mulcher; Seeder & Mulcher;
Stationary Fuel Operator; Tractor (small, rubber-tired,
pulling trailer or similar equipment)
GROUP 3: Auto Crane (2000 lbs. capacity); Buggy Mobile &
Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. &
under); Flat Bed Truck with Hydraullic System; Fork Lift
(3001-16,000 lbs.); Fuel Truck Driver, Steamcleaner &
Washer; Power Operated Sweeper; Rubber-tired Tunnel Jumbo;
Scissors Truck; Slurry Truck Driver; Straddle Carrier
(Ross, Hyster, & similar); Tireperson; Transit Mixers &
Truck Hauling Concrete (3 yd. to & including 6 yds.);
Trucks, side, end, bottom & articulated end dump (3 yards
to and including 6 yds.); Warehouseperson (to include
shipping & receiving); Wrecker & Tow Truck
GROUP 4: A-Frame; Burner, Cutter, & Welder; Service Greaser;
Trucks, side, end, bottom & articulated end dump (over 6
yards to and including 12 yds.); Truck Mounted Hydro
Seeder; Warehouseperson; Water Tank truck (0-8,000 gallons)
GROUP 5: Dumptor (over 6 yds.); Lowboy (50 tons & under);
Self- loading Roll Off; Semi-Truck & Trailer; Tractor with
Steer Trailer; Transit Mixers and Trucks Hauling Concrete
(over 6 yds. to and including 10 yds.); Trucks, side, end,
bottom and end dump (over 12 yds. to & including 20 yds.);
Truck-Mounted Crane (with load bearing surface either
mounted or pulled, up to 14 ton); Vacuum Truck (super
sucker, guzzler, etc.)
GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift
(over 16,000 lbs.); Dumps (Semi-end); Mechanic (Field);
Semi- end Dumps; Transfer Truck & Trailer; Transit Mixers &
Trucks Hauling Concrete (over 10 yds. to & including 20
yds.); Trucks, side, end, bottom and articulated end dump
(over 20 yds. to & including 40 yds.); Truck and Pup;
Tournarocker, DWs & similar with 2 or more 4 wheel-power
tractor with trailer, gallonage or yardage scale, whichever
is greater Water Tank Truck (8,001- 14,000 gallons);
Lowboy(over 50 tons)
GROUP 7: Oil Distributor Driver; Stringer Truck (cable
oeprated trailer); Transit Mixers & Trucks Hauling Concrete
(over 20 yds.); Truck, side, end, bottom end dump (over 40
yds. to & including 100 yds.); Truck Mounted Crane (with
load bearing surface either mounted or pulled (16 through
25 tons);
45 | Page
WA20200001 Modification 15
Federal Wage Determinations for Highway Construction
----------------------------------------------------------------
----------------------------------------------------------------
Page | 46
GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end,
bottom and articulated end dump (over 100 yds.); Helicopter
Pilot Hauling Employees or Materials
Footnote A - Anyone working on a HAZMAT job, where HAZMAT
certification is required, shall be compensated as a
premium, in additon to the classification working in as
follows:
LEVEL C-D: - $.50 PER HOUR (This is the lowest level of
protection. This level may use an air purifying respirator
or additional protective clothing.
LEVEL A-B: - $1.00 PER HOUR (Uses supplied air is conjunction
with a chemical spash suit or fully encapsulated suit with
a self-contained breathing apparatus.
Employees shall be paid Hazmat pay in increments of four(4)
and eight(8) hours.
NOTE:
Trucks Pulling Equipment Trailers: shall receive $.15/hour
over applicable truck rate
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
================================================================
Note: Executive Order (EO) 13706, Establishing Paid Sick Leave
for Federal Contractors applies to all contracts subject to the
Davis-Bacon Act for which the contract is awarded (and any
solicitation was issued) on or after January 1, 2017. If this
contract is covered by the EO, the contractor must provide
employees with 1 hour of paid sick leave for every 30 hours
they work, up to 56 hours of paid sick leave each year.
Employees must be permitted to use paid sick leave for their
own illness, injury or other health-related needs, including
preventive care; to assist a family member (or person who is
like family to the employee) who is ill, injured, or has other
health-related needs, including preventive care; or for reasons
resulting from, or to assist a family member (or person who is
like family to the employee) who is a victim of, domestic
violence, sexual assault, or stalking. Additional information
on contractor requirements and worker protections under the EO
is available at www.dol.gov/whd/govcontracts.
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) (ii)).
46 | Page
WA20200001 Modification 15
Federal Wage Determinations for Highway Construction
Page | 47
The body of each wage determination lists the classification
and wage rates that have been found to be prevailing for the
cited type(s) of construction in the area covered by the wage
determination. The classifications are listed in alphabetical
order of ""identifiers"" that indicate whether the particular
rate is a union rate (current union negotiated rate for local),
a survey rate (weighted average rate) or a union average rate
(weighted union average rate).
Union Rate Identifiers
A four letter classification abbreviation identifier enclosed
in dotted lines beginning with characters other than ""SU"" or
""UAVG"" denotes that the union classification and rate were
prevailing for that classification in the survey. Example:
PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of
the union which prevailed in the survey for this
classification, which in this example would be Plumbers. 0198
indicates the local union number or district council number
where applicable, i.e., Plumbers Local 0198. The next number,
005 in the example, is an internal number used in processing
the wage determination. 07/01/2014 is the effective date of the
most current negotiated rate, which in this example is July 1,
2014.
Union prevailing wage rates are updated to reflect all rate
changes in the collective bargaining agreement (CBA) governing
this classification and rate.
Survey Rate Identifiers
Classifications listed under the ""SU"" identifier indicate that
no one rate prevailed for this classification in the survey and
the published rate is derived by computing a weighted average
rate based on all the rates reported in the survey for that
classification. As this weighted average rate includes all
rates reported in the survey, it may include both union and
non-union rates. Example: SULA2012-007 5/13/2014. SU indicates
the rates are survey rates based on a weighted average
calculation of rates and are not majority rates. LA indicates
the State of Louisiana. 2012 is the year of survey on which
these classifications and rates are based. The next number, 007
in the example, is an internal number used in producing the
wage determination. 5/13/2014 indicates the survey completion
date for the classifications and rates under that identifier.
Survey wage rates are not updated and remain in effect until a
new survey is conducted.
47 | Page
WA20200001 Modification 15
Federal Wage Determinations for Highway Construction
----------------------------------------------------------------
Page | 48
Union Average Rate Identifiers
Classification(s) listed under the UAVG identifier indicate
that no single majority rate prevailed for those
classifications; however, 100% of the data reported for the
classifications was union data. EXAMPLE: UAVG-OH-0010
08/29/2014. UAVG indicates that the rate is a weighted union
average rate. OH indicates the state. The next number, 0010 in
the example, is an internal number used in producing the wage
determination. 08/29/2014 indicates the survey completion date
for the classifications and rates under that identifier.
A UAVG rate will be updated once a year, usually in January of
each year, to reflect a weighted average of the current
negotiated/CBA rate of the union locals from which the rate is
based.
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be:
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a position on
a wage determination matter
* a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
Regional Office for the area in which the survey was conducted
because those Regional Offices have responsibility for the
Davis-Bacon survey program. If the response from this initial
contact is not satisfactory, then the process described in 2.)
and 3.) should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
48 | Page
WA20200001 Modification 15
Federal Wage Determinations for Highway Construction
Page | 49
2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
payment data, project description, area practice material,
etc.) that the requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
================================================================
END OF GENERAL DECISION"
49 | Page
WA20200001 Modification 15
Federal Wage Determinations for Highway Construction
City of Renton
Contract Provisions for
Lake Washington Loop Trail Project
______________________________________________________________________________
APPENDIX B – City of Renton Standard Plans
CEMENT
SEE NOTE 31
CEMENT- DEPRESSED MONOLITHIC
CONCRETE - CURB 8 CUTTER
SIX -WALK j j (SEE DETAIL MS SHEET)
TYPE C213 - ISOMETRIC VIEW
COMMERCIAL, WITH BUFFER)
NOTES
1. When a driveway width exceeds 15 feet, consbud a full depth
expanslon joint with 3f8' Joint filler along the driveway lane lines
see std. plan 102). Construct expansion joints parallel with the
centerline as required at 15 maximum sparing when driveway
Widths exceed 30'.
2. See std. plan 102 for sidewalk details.
3. Curb and gutter shown, other curb designs may be specified.
See std. plan 101 for curb details.
4. Not used.
5. The engineer will design all driveways to Include elevations at all
points marked with symbol "X'. All elevations are at the back of
Curb top on uphill side.
6. Not used.
7. For Driveway Widths see DRIVEWAY STANDARDS
See NOTE 10). The expansion joints (see end. plan 102) shall be
spaced as shown In the corresponding leamViic New.
8. Slopes shall comply with sections 8303.21 or R303.2.2 or
R303-2.3 of the Revised Draft Guidelines for Accessible Public
Rigbtsaf=Way of Nove uba 23, 2005 (PROWAO).
9. Curb returns for any Type C -MAX Driveway maybe approved on
a case-by-case basis,
10. STREET STANDARDS= Renton Municipal Code (RMC)
Tide IV Development Regulators
CHAPTER 6 STREET AND UTILITY STANDARDS
Section 4.6-060 STREET STANDARDS
DRIVEWAY STANDARDS = Renton Municipal Cade (RMC)
Tice IV Development Regulations
CHAPTER 4
CITY-WIDE PROPERTY DEVELOPMENT STANDARDS
Section 4 -4 -ON PARKING, LOADING AND DRIVEWAY
REGULATIONS
aEE.C.
coNTwtcnCN X}
aro N.w tae
b
SEE DEFREMECC Dr1M
on r z ew-
Wit TOPOF1110MY
NOTE, ORNE NYtalC.naEULmMB1IX1
ADM
NOLtFMALO
CURBDEPRESSEDMDNOLTTNIDpJRB 6 DUTfEfiOETAL
FACE OF ADJACENT WF®
DEPRESSED CURB DETAIL
AT RESIDEMW. ORCORBBK.YAL DRIVEWAYS, AND ALIEN'S
DdvelNay Example: TYPE C11 B
R=Rlisd, d, C.CwwnwdAl 1NurtofLAIW. _----
MA)(x lwne Comm q
a=b,(Pia tNSw;l 3an1F41e Buffer -
PUBLIC WORE' CEMENT CONCRETE DRIVEWAY
STD. PLAN - 104.2
DEPARTMENT ENTRANCES - NOTES AND DETAILS A11f'— //
PATCHED AREA
i
A q
COVER
COVER PER STD PLAN 401
SEE NOTE 9)
SEAL WITH AR 4000 OR APPROVED
EQUAL AND DRY SAND AFTER P L A N
PATCHING
NTS
OUTSIDE DIAMETER OF
SEE NOTE 9) ADJUSTMENT RING AND x SEE NOTE 2
X
gOTTOM OF FRAME
t----
MORTAR JOINT(S) (3/8" MIN.-2" MAX.) ADJUSTMENT RING (1" MIN.). SEE
SEE NOTE 3 AND SPECIAL PROVISION NOTE 6.
7-05.3(1).
SECTION A-A
NOTES
1. REMOVE PAVEMENT AND BASE MATERIALS FOR A DISTANCE 5. CONSTRUCTION AND ADJUSTMENT SHALL BE PERFORMED
WHICH IS EQUAL TO THE DIAMETER OF THE FRAME PLUS ONE ONLY BY A JOURNEYMAN MASON.
FOOT(MIN.). ADJUST CASTING FRAME TO PAVEMENT
SURFACE USING RISER RINGS AND MORTAR. 6. ADJUSTMENT OF THE FRAME TO GRADE SHALL BE
ACCOMPLISHED WITH ADJUSTMENT RINGS AND MORTAR ONLY.
2. REPLACE EXCAVATED MATERIAL WITH A MINIMUM OF 8"OF THE USE OF SHIMS IS PROHIBITED.
HMA CLASS"PG 64-22(OR TO A DEPTH THAT S 2"BELOW
THE BOTTOM OF THE UPPER ADJUSTMENT RING WHICHEVER 7• FRAME SHALL BE ADJUSTED TO PAVEMENT GRADE BY
IS GREATER)OR AS APPROVED BY THE ENGINEER. TAPPING UNTIL FRAME IS FLUSH WITH PAVEMENT AS
DETERMINED WITH A STRAIGHT EDGE OF SUFFICIENT LENGTH.
3. ADJUSTMENT RINGS AND FRAME SHALL BE FULLY BEDDED IN
MORTAR.MORTAR SHALL BE ASTM C270 FOR TYPE S. 8. ALL MORTAR JOINTS SHALL BE TRIMMED FLUSH AND REMAIN
VISIBLE UPON COMPLETION.
4. MORTAR SHALL BE MIXED AND APPLIED PER
MANUFACTURERS DIRECTIONS. 9. X=1'-0"MIN.TO 2'-6"MAX.-PER ENGINEER'S INSTRUCTION
STD. PLAN - 106
j PUBLIC WORKS
TY'CAL CONSTRUCTION A ROVED:
al' DEPARTMENT AND ADJUSTMENT OF
flMANNOLERISER3
e o r>tor DA E
DocuSign Envelope ID: F41B6C7D-1A89-4D3E-83C3-E2F0224FAF96
POLE & BRACKET CABLE, #12
AWG. SPLICES BETWEEN FUSE
HOLDER AND LUMINAIRE FIXTURE
SHALL NOT BE ALLOWED
FUSE KITS QUICK
REFER TO WSDOT LOCKING DISCONNECT 3 AMP IN LINE
LID STANDARD DUTY FUSE KITS S.E.C. OR EQUAL -
JUNCTION BOX TYPES 1 &
2 STANDARD PLAN J-40.10
GROUND LUG
SPLICE KITS CLEAR EPDXY SPLICE
KITS ON ALL THRU WIRE RUNS
CONCRETE PAD OR
SIDEWALK PER STD PLAN 120
24"(MIN) COVER #8 BARE COPPER
GROUND WIRE
1 -#8 EQUIPMENT GROUND
WIREW/GREEN INSULATION
FROM SERVICE CABINET
2 - LIGHTING SYSTEM
WIRES TO CONTACTOR
SIZED AS REQ'D.)
NOTES:
GROUND
CLAMP
PVC CONDUI
5/8"x8' COPPER CLAD
GROUND ROD
TO LUMINAIRE
8 GREEN INSULATED WIRE
TO FIXTURE GROUND LUG
CONCRETE FOUNDATION
THIS DETAIL DEPICTS THE BASIC LUMINAIRE ELECTRICAL WIRING SYSTEM. ADDITIONAL ELECTRICAL EQUIPMENT MAY
VARY.
2. MINIMUM GROUND WIRE SIZE SHALL BE #8, AS SHOWN ABOVE. IF CURRENT CARRYING CONDUCTORS ARE LARGER
THAN #8, THE MINIMUM GROUND WIRE SIZE SHALL MATCH THE LARGEST WIRE SIZE OF THE CURRENT CARRYING
CONDUCTORS.
3. EQUIPMENT GROUND WIRE & BARE WIRE SHALL BE SECURELY FASTENED TO THE GROUND LUG INSIDE THE POLE
HANDHOLE. ALL BONDING & GROUNDING CONNECTIONS SHALL REMAIN ACCESSIBLE FOR INSPECTION AND
MAINTENANCE.
4. IF THE FIXTURE MANUFACTURER HAS MADE PROVISIONS FOR THE ATTACHMENT OF A GROUND WIRE, A GREEN
INSULATED WIRE OF THE SAME SIZE SHALL RUN FROM THE FIXTURE TO THE GROUND LUG INSIDE THE POLE
HANDHOLE. IF THE FIXTURE MANUFACTURER HAS A GROUND LUG A #8 GREEN INSULATED WIRE SHALL BE RUN
FROM THE FIXTURE GROUND LUG TO THE POLE GROUND LUG.
G•
ty O LUMINAIRE ELECTRICAL
STD. PLAN - 119
PUBLIC WORKS WIRING SYSTEM AP ROVED:
F
DEPARTMENT GAZ 5/22/2019
DATE
DocuSign Envelope ID: 5D308A1A-204D-48E8-BB23-8A2834BB565E
7'-0"
1'-6"
0 0
oQo
o
1'-6" 1'-0"
LUMINAIRE POLE JUNCTION BOX
CONCRETE PAD
PLAN VIEW
SIDE VIEW
LUMINAIRE CONCRETE PAD DETAIL
GENERAL NOTES:
1. LUMINAIRE CONCRETE PAD SHALL BE USED IN AREAS
OUTSIDE OF SIDEWALK
2. CONCRETE CLASS FOR LUMINAIRE CONCRETE PAD SHALL
BE PER STD PLAN 135
3. TOP OF LUMINAIRE FOUNDATION ELEVATION SHALL BE
LOCATED AT BOTTOM OF LUMINAIRE CONCRETE PAD
ELEVATION OR BOTTOM OF SIDEWALK ELEVATION
4. LUMINAIRE POLE AND JUNCTION BOX TYPE PER PLAN
5. LUMINAIRE CONCRETE PAD ACCOMMODATES TYPE 1 AND
TYPE 2 JUNCTION BOXES ONLY
S-0"
LUMINAIRE POLE JUNCTION BOX
CONCRETE SIDEWALK
PLAN VIEW PER STD PLAN 102
LUMINAIRE POLE
CONCRETE SIDEWALK
PER STD PLAN 102
4°
BOX JUNCTION BOX
LUMINAIRE CONCRETE
FOUNDATION
SIDE VIEW
LUMINAIRE WITH SIDEWALK DETAIL
CONCRETE PAD
JUNCTION BOX
PLAN VIEW
1'-0"
4"
CONCRETE PAD I'
JUNCTION BOX SIDE VIEW
INDIVIDUAL JUNCTION BOX PAD DETAIL
sT
LUMINAIRE CONCRETE
STD. PLAN 120
PUBLIC WORKS PAD/SIDEWALK AND AIR"VED:
DEPARTMENT JUNCTION BOX CONCRETE PAD Grego A. Zimm4I rMan0191-6C'.74An07RFRR45F DATE
DocuSign Envelope ID: 1A67EB64-FDC0-44CD-AF93-5F66899DD39F
DocuSign Envelope ID: 5D308A1A-204D-48E8-BB23-8A2834BB565E
COMPONENT SCHEDULE
1D METERBASE: 200 AMP. 4 JA'vV. B-L-INE LI264- MANUAL B"_--P SS_
W/ 5TH JAW AT 9:00 POSITION
PANELBOARD: 120-240 -\'AC. 100 A',IP COP?7—R 3L-S.
MAIN BREAKER: 100 ANIP FRA'\IE. 100 AEI? -RI?.
BOLT -ON BRANCH BREAKERS. EATON TY?= BA3
2 - 20.2 ILLUMINATION BRANCH A B
1 - 201 ITS BRANCH
1 - 20.1 CONTROL CKT BRANCH
1 - 20.1 GROUND FAULT RECEPTACLE BRANC=
3 - 20.1 SPARE BRANCH
CONTACTOR: NE1IA LIGHTING RATED. 36A. = POLE. 2 V
SQD #8910DPA34V02. 1—REQUIRED
4 PHOTO CELL: PHOTO ELECTRIC CELL: h .'- Vx GATT. I
MOUNTED INSIDE CABINET BEHIND XVIREGLASS
5 PHOTO -CELL BYPASS SNITCH. SPDT. 15 _ANIP,
6 GROUND FAULT RECEPTACLE: -10 AMP_ 12 , '\ 'AC. D ..-?;- X
CABINET: NEMA 3R. PAD\IOL"NT. 1 S" ALUNIINUNI 2 _z- C+ -Y a-- _ _
2 SCREENED AND GASKET-D A"=N-S
DOORS: HEAVY DUTY HINGES (LIFT-0-7-7
STAINLESS STEEL VAULT HANDLES.'AD__C
BEST" CN LOCK ON DISTRIB ,TION D00--l- _ - =- __--- NVINDONV
IN AIETER DOOR. CLOSED C7— - N ' -N7 -7-, CARD
HOLDER FINISH:
MILL FINISH ALUMINUM NOTE:
1.
SIGNAL BREAKER(S) SHALL BE ADDED WHEN APPLICABLE SERVICE
CABINET NOTES STD.
PLAN - 122.2 PUBLIC
WORKS A ROVED: DEPARTMENT
GAZ 3/13/2019 DATE
DocuSign Envelope ID: 5D308A1A-204D-48E8-BB23-8A2834BB565E
CONDUIT ENTRANCE AREA
PLAN VIEW
SIZE TO FIT SIZE TO FIT
CABINET CABINET
6" 6"
GRADE LEVEL
N a
ad' d
FRONT VIEW SIDE VIEW
ELECTRICAL SERVICE CABINET FOUNDATION
n
SHIM TO PLUMB
SEE NOTE 3
0 L_k_HT71 #
4 HOOPS
4 BAR E AC-,' CORNER
6" MIN 1" TO 2"
3/8" DIAMETER PLASTIC DRAIN
SIDE VIEW
CABINET DEPTH
1'-6" + 2" 1'-6"
IIII #4 BAR EACH
4 CORNER
HOOPS
Q TIT
PLAN VIEW
CONTROLLER CABINET FOUNDATION
NOTES PER STD PLAN 126.2
Y o CABINET FOUNDATION
STD. PLAN 126.1
PUBLIC WORKS DETAILS PROVED:
Ps 1w DEPARTMENT ZAZ 3/13/2019 MIT
DATE
DocuSign Envelope ID: 5D308A1A-204D-48E8-BB23-8A2834BB565E
SHIM TO PLUMB
SEE NOTE
NOTES
1. WHERE FOUNDATION PAD IS LOCATED WITHIN A SIDEWALK, CONSTRUCT
PAD TOP FLUSH WITH SIDEWALK GRADE, OMITTING CHAMFER WHERE
TOP AND SIDEWALK ABUT. MOUNT TOP SHALL BE FINISHED BY A
CONCRETE CONTRACTOR AND SHALL MEET THE REQUIREMENTS OF
SECTION 8-14.3 IN THE WSDOT STANDARD SPECIFICATIONS.
2. PAD MOUNT DESIGN IS TYPICAL.
3. PLACE A SILICONE SEAL BETWEEN THE FOUNDATION AND CABINET.
4. ANCHOR BOLTS AND THEIR SPACING TO BE SUPPLIED BY CABINET
MANUFACTURER AND SUBMITTED TO THE ENGINEER FOR APPROVAL.
5. CONDUIT SIZES/QUANTITIES FOR THE CONTROLLER AND CONTACTOR
CABINETS SHALL BE INSTALLED PER THE CONTRACT PLANS, PLUS ONE
2" SPARE CAPPED OUT PAST THE FOUNDATION.
6. CONCRETE CLASS PER STD PLAN 135.
7. 2" CONDUIT SHALL BE PLACED FROM THE COMBINED BBS/CONTACTOR
TO THE CONTROLLER CABINET.
8. EACH CABINET SHALL HAVE A 3/s" DIAMETER PLASTIC DRAIN PIPE.
9. LOCATE CONDUITS CENTRALLY WITHIN THE CABINETS.
10. WHEN ALL THREE CABINETS ARE TO BE INSTALLED AND SPACE
ALLOWS, A COMBINED FOUNDATION SHALL BE USED.
11. WOODEN SHIMS SHALL NOT BE USED
12. GROUNDING SHALL BE PER WSDOT STANDARD PLAN J-60.05, SHEET 3.
SHIM TO PLUMB
SEE NOTE 3
4 HOOPS SHIM TO PLUMB
EQUAL SPACES)
SEE NOTE 3
NI 2»
6" MIN
3 — #4 REINFORCING BAR (EQUAL SPACES)
SEE NOTE 5
1 1.
I I \ \
Li
U
1" TO 2'
FRONT VIEW
3/8" DIAMETER PLASTIC DRAIN (ONE PER CABINET)
SEE NOTE 7
3/8" DIAMETER PLASTIC DRAIN
SEE NOTE 5
O U w
U >
HORIZONTAL
0
COMBINED FOUNDATION
REINF. BAR DIAGRAM
6 PIECES
L#4 HOOPS
BBSI
CONTROLLER CONTACTOR
CABINET CABINET
10"
WIDTH
5„
WIDTH
10" 1' + 2"
PLAN VIEW
COMBINED CONTROLLER/BBS/CONTACTOR FOUNDATION
3 — #4 REINFORCING BAR
EQUAL SPACES)
CABINET FOUNDATION
STD. PLAN 126.2
PUBLIC WORKS DETAILS A6ROVED:
DEPARTMENT AZ 3/13/2019 1 4SDATE
BAND -
OR
MOUNTING ON EXISTING
METAL POLE OR LUMINAIRE
MIN.
NOTES
1. DIMENSIONS FOR THE PARTS USED TO ASSEMBLE THE BASE
CONNECTIONS ARE INTENTIONALLY NOT SHOWN. BASE
CONNECTIONS ARE PATENTED, MANUFACTURED PRODUCTS
THAT ARE IN COMPLIANCE WITH NCHRP 350 CRASH TEST
CRITERIA. THE BASE CONNECTION DETAILS ARE SHOWN ON
THIS PLAN ONLY TO ILLUSTRATE HOW THE PARTS ARE
ASSEMBLED.
2. A 2- (IN) POST WITH A 2 1/4" (IN) PSST ANCHOR OR A 2
1/4" (IN) POST WITH A 2 1/2" (IN) PSST ANCHOR MAY BE
SUBSTITUTED. SEE CONTRACT PLANS.
3. PERFORATED SQUARE STEEL POST SHALL MEET THE
REQUIREMENTS OF WSOOT STANDARD SPECIFICATION 9-06.
4. USE ONLY BASE CONNECTION MANUFACTURER SUPPLIED
HARDWARE THAT MEETS THE REQUIREMENTS OF WSDOT
STANDARD SPECIFICATIONS 9-06 AND 9-28.
EDGE OF TRAVELED
ROADWAY
90-F,3C
FOR REFLECTORIZED SIGNS: MOUNT
FACING 3'(degree) OUTWARD IF SIGN
IS WITHIN 30 FEET OF ROADWAY
SIGN FACE ORIENTATION
BOLT STOPGN POST
TYPE ST -4 SIGN SUPPORT
OST SUPPORT — 2.25"
HOT—DIP GALV.,
ANCHOR
ON CRE 1E
MOUNTING ON METAL POST
SIGN MOUNTING ON SINGLE STD. PLAN- 129isPUBLICWORKSMETALPOSTAPPROVED: tiZ + DEPARTMENT (
ADOPTED ( /V
nerc
SIGN POST
s
LOWER SIGN
e
5/16" (IN) CORNER BOLT
IN) POST SUPPORT OR 3/6' FLANGED
SHOULDER BOLT NTH
NUT AND WASHERS
2 REQUIRED (TYP.)
BOLT STOPGN POST
TYPE ST -4 SIGN SUPPORT
OST SUPPORT — 2.25"
HOT—DIP GALV.,
ANCHOR
ON CRE 1E
MOUNTING ON METAL POST
SIGN MOUNTING ON SINGLE STD. PLAN- 129isPUBLICWORKSMETALPOSTAPPROVED: tiZ + DEPARTMENT (
ADOPTED ( /V
nerc
DocuSign Envelope ID: 5D308A1A-204D-48E8-BB23-8A2834BB565E
GENERAL NOTES:
1. ALL TRANSPORTATION INFRASTRUCTURE FEATURES ARE TO BE MAINTAINED ON LEVEL GRADE IF
THE SURFACE LEVEL FROM CONSTRUCTION IS CHANGED (I. E. JUNCTION BOXES, LUMINAIRE
POLES, TRAFFIC SIGNAL POLES, SIGN POSTS).
2. ALL OTHER TRANSPORTATION INFRASTRUCTURE SHALL BE PROVIDED TO BE ON LEVEL GRADE
ONCE CONSTRUCTION IS COMPLETE.
3. ALL EXISTING OR PROPOSED TRANSPORTATION FEATURES WITHIN THE PROJECT CONSTRUCTION
LIMITS SHALL MEET CURRENT ADA STANDARDS(I.E. JUNCTION BOXES SHALL HAVE NON-SKID
LIDS).
4. ALL NEW TRAFFIC SIGNALS SHALL BE CONSTRUCTED WITH FIBER COMMUNICATION CONNECTION
TO CITY OF RENTON TRANSPORTATION FIBER OPTIC NETWORK.
5. ALL TRANSPORTATION ASSETS THAT ARE TO BE REMOVED AND THEN REINSTALLED AT A LATER
DATE DURING CONSTRUCTION SHALL BE RE -INSTALLED TO CURRENT STANDARDS.
6. SIGNAL POLE, LUMINAIRE, AND CABINET FOUNDATIONS SHALL BE CLASS 4000P CONCRETE.
7. ALL PROPOSED SIGNAL POLE FOUNDATIONS AND EXISTING MODIFIED SIGNAL POLE FOUNDATIONS
SHALL INCLUDE A CONCRETE PAD AROUND THE FOUNDATION. PROPOSED OR EXISTING SIDEWALK
SHALL BE CONSIDERED PART OF THE FOUNDATION PAD. FOUNDATION PAD SHALL BE AT LEAST
2 FEET OFFSET FROM THE SIGNAL POLE FOUNDATION, AS SPACE ALLOWS.
8. WHEN THE TRAFFIC SIGNAL IS OPERATIONAL, VEHICLE DETECTION SHALL BE MAINTAINED AND
REMAIN FUNCTIONAL. NEW PERMANENT/TEMPORARY VIDEO DETECTION SHALL BE INSTALLED
AND OPERATIONAL PRIOR TO DESTROYING ANY EXISTING VEHICLE DETECTION.
9. ALL TRAFFIC SIGNAL SYSTEMS, ILLUMINATION SYSTEMS, OR OTHER ELECTRICAL TRANSPORTATION
SYSTEMS ARE SUBJECT TO INSPECTION BY CITY OF RENTON TRANSPORTATION OPERATIONS
MAINTENANCE DEPARTMENT PRIOR TO FINAL ACCEPTANCE. CONTRACTOR TO COORDINATE
INSPECTION WITH THE TRANSPORTATION OPERATIONS MAINTENANCE MANAGER OR OTHER
TRANSPORTATION OPERATIONS MAINTENANCE REPRESENTATIVE.
G•
tY O TRANSPORTATION NOTES
PUBLIC WORKS
STD. PLAN - 135
F
DEPARTMENT GAZOVED: 3/13/2019 1 4
DATE
4"25"PRECAST
BASE
SECTION NOTES:1.AS ACCEPTABLE ALTERNATIVES TO THE REBAR
SHOWN IN THE PRECAST BASE SECTION, FIBERS (
PLACED IN ACCORDANCE WITH STANDARD SPECIFICATION 9-05.
50(9)),OR WIRE MESH HAVING A MINIMUM AREA OF 0.
12 SQUARE INCHES PER FOOT SHALL BE USED WITH
THE MINIMUM REQUIRED REBAR SHOWN IN THE
ALTERNATIVE PRECAST BASE SECTION. WIRE MESH SHALL NOT BE PLACED
IN THE KNOCKOUTS. AS AN ACCEPTABLE ALTERNATIVE
TO THE REBAR SHOWN IN THE
RECTANGULAR ADJUSTMENT SECTION, WIRE MESH HAVING A MINIMUM AREA OF
0.12 SQUARE INCHES PER FOOT MAY
BE USED.2.THE KNOCKOUT DIAMETER SHALL NOT BE
GREATER THAN 18". KNOCKOUTS SHALL HAVE A WALL THICKNESS
OF 2"MINIMUM TO 2.5" MAXIMUM. PROVIDE A 1.5"
MINIMUM GAP BETWEEN THE KNOCKOUT WALL AND THE OUTSIDE
OF THE PIPE. AFTER THE PIPE IS INSTALLED, FILL THE
GAP WITH JOINT MORTAR IN ACCORDANCE
WITH STANDARD SPECIFICATION 9-
04.3.3.THE MAXIMUM DEPTH FROM THE FINISHED GRADE
TO THE LOWEST PIPE INVERT SHALL
BE 5'.4.THE FRAME AND GRATE SHALL BE INSTALLED
WITH THE
FLANGE DOWN.5.THE PRECAST BASE SECTION MAY HAVE A
ROUNDED FLOOR,AND THE WALLS MAY BE SLOPED AT A RATE OF 1H:
24V
OR STEEPER.6.THE STRUCTURE OPENING DIMENSIONS
SHALL BE MEASURED AT THE TOP OF THE PRECAST
BASE SECTION.7.ALL PICKUP HOLES SHALL BE GROUTED FULL
AFTER THE INLET HAS BEEN PLACED. USE GROUT TYPE
2 FOR NON-SHRINK APPLICATIONS IN
ACCORDANCE WITH STANDARD SPECIFICATION 9-20.
3(2).8.ALL GRADE RINGS AND CASTINGS SHALL BE SET
IN MORTAR IN ACCORDANCE WITH STANDARD SPECIFICATION 9-
04.3.THEN APPLY MORTAR TO INSIDE AND OUTSIDE
OF ALL JOINTS, RINGS, RISERS,
AND FRAMES.9.MORTAR SHALL BE MIXED AND
APPLIED PER MANUFACTURER'
S DIRECTIONS.10.FRAME SHALL BE ADJUSTED TO PAVEMENT
GRADE BY TAPPING UNTIL FRAME IS FLUSH WITH
PAVEMENT AS DETERMINED WITH A STRAIGHT EDGE
OF
SUFFICIENT LENGTH.11.ALL MORTAR JOINTS SHALL BE TRIMMED FLUSH
AND REMAIN VISIBLE
UPON COMPLETION.FRAME AND
VANED GRATE RECTANGULAR
ADJUSTMENT SECTION 4"
MI N. (T
Y
P.)26",SEE N O T E6
22
SE
E
N
O
T
E 6 SEE
NOTE 1 ALTERNATIVE PRECAST
BASE SECTION 3 BAR
EACH SIDE TOP
AND BOTTOM 3 BAR
EACH CORNER ONE #
3 BAR
ACROSS BOTTOM 3
BAR EACH CORNER
18" (MIN.)3
BAR HOOP
PIPE ALLOWANCES
PIPE
MATERIAL
MAXIMUM
INSIDE DIAMETER REINFORCED
OR
PLAIN
CONCRETE 12"ALL METAL
PIPE
15"CPSSP* ,STD. SPEC. 9-
05.
20 12"SOLID
WALL PVC,STD. SPEC. 9-05.12(
1)15"PROFILE
WALL PVC,STD. SPEC. 9-05.
12(
2)15"CORRUGATED
POLYETHYLENE STORM
SEWER
PIPE
34"
24"
30
20
5"5"1", 2", 4", 6", 12",
OR 24"ONE #3 BAR HOOP FOR
6" HEIGHT INCREMENT (
SPACED EQUALLY),SEE
NOTE 1
CONCRETE INLET STD. PLAN -
200.30
PUBLIC
WORKS
DEPARTMENTAPPROVED:
DATEGregg Zimmerman Public
Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO
SCALE (NTS)DocuSign Envelope ID: 6EECF5B6-602A-4E4A-
B436-A317AA638878 9/28/2018 | 9:45
NOTES:
ISOMETRIC
SECTION B
TOPFOUNDRY
NAMEDIFLOW
SECTION A
1.BOLT-DOWN CAPABILITY IS REQUIRED ON ALL FRAMES, GRATES, AND
COVERS, UNLESS OTHERWISE SPECIFIED. PROVIDE TWO HOLES IN
THE FRAME THAT ARE VERTICALLY ALIGNED WITH THE GRATE OR
COVER SLOTS. THE FRAME SHALL ACCEPT THE 5/8"-11 NC x 2" ALLEN
HEAD CAP SCREW BY BEING TAPPED, OR OTHER APPROVED
MECHANISM. LOCATION OF BOLT-DOWN HOLES VARIES BY
MANUFACTURER.
2.REFER TO STANDARD SPECIFICATION 9-05.15(2) FOR ADDITIONAL
REQUIREMENTS.
3.FOR FRAME DETAILS, SEE STANDARD PLAN 204.00.
FLOWFLOWBOLT-DOWN SLOT DETAIL
SEE NOTE 1
1/2"
3/4"
1 1/4"
5/8"
BOLT-DOWN SLOT,
SEE DETAIL AND
NOTE 1
20"
5"
5"
5"
3"
1"
3"
5"
5"
5"
DIRECTION OF FLOW
24"
7 OR 8 EQUAL SPACES
1 5/8" MAX.
A
BOUTFALL TO STREAM DUMP NO POLLUTANTS
3/8" RECESSED LETTERING
RECTANGULAR VANED GRATE
STD. PLAN - 204.20
PUBLIC WORKS
DEPARTMENT
APPROVED:
DATEGreggZimmerman
Public Works Administrator
UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)
DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878
9/28/2018 | 9:45 AM PDT
City of Renton
Contract Provisions for
Lake Washington Loop Trail Project
______________________________________________________________________________
APPENDIX C – WSDOT Standard Plans