Loading...
HomeMy WebLinkAboutContract - Vol 1'ĞŶĞƌĂůŝĚ/ŶĨŽƌŵĂƟŽŶ͗ƵŝůĚĞƌƐdžĐŚĂŶŐĞŽĨtĂƐŚŝŶŐƚŽŶ͕/ŶĐ͘ ;ϰϮϱͿϮϱϴͲϭϯϬϯ ŝƚLJŽŶƚĂĐƚ͗DŝĐŚĂĞů^ŝƉƉŽ ;ϰϮϱͿϰϯϬͲϳϮϵϴ ŵƐŝƉƉŽΛƌĞŶƚŽŶǁĂ͘ŐŽǀ ŽŶƐƵůƚĂŶƚŽŶƚĂĐƚ͗KůŝǀŝĂWĂƌĂƐĐŚŝǀ͕W͘͘ ;ϮϱϯͿϲϮϳͲϬϳϮϬ ŽůŝǀŝĂ͘ƉĂƌĂƐĐŚŝǀΛƉƐŽŵĂƐ͘ĐŽŵ ǁĂƌĚŵŽƵŶƚ͗ͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺ ǁĂƌĚĂƚĞ͗ͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺ ǁĂƌĚdŽ͗ͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺ ͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺ ͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺͺ ŽŶƚƌĂĐƚEŽ͗͘'ͲϮϯͲϮϰϭ KtEdKtEKZ^dZd^WW,^ϮͶt/>>/D^sEh^Khd, ƉƉƌŽǀĞĚĨŽƌŝĚ  BBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBB ŝƚLJŽĨZĞŶƚŽŶ  ĂƚĞ͗  ŽŶƚƌĂĐƚWƌŽǀŝƐŝŽŶƐ /KhDEd   ϭϬϱϱ^ŽƵƚŚ'ƌĂĚLJtĂLJ͕ZĞŶƚŽŶ͕tĂƐŚŝŶŐƚŽŶϵϴϬϱϳ  ^ƵďŵŝƩĞĚďLJ͗ sŽůƵŵĞϭŽĨϮ ƉƉƌŽǀĞĚĨŽƌŽŶƐƚƌƵĐƟŽŶ  BBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBB ŝƚLJŽĨZĞŶƚŽŶ  ĂƚĞ͗ <ŝŶŐŽƵŶƚLJ'WƌŽũĞĐƚEŽ͗͘ϭϵϯϱϮ Community & Economic Development Development Engineering Division ϮϱϬϮ:ĞīĞƌƐŽŶǀĞ dĂĐŽŵĂ͕tϵϴϰϬϮ 6/29/2023Michael Sippo 6/29/23 Michael Sippo 8/29/23 $1,109,109.00 August 14, 2023 Active Construction, Inc. P.O. Box 430 Puyallup, WA. 98371     CITY OF RENTON  Downtown Core Streetscape Phase 2  Williams Avenue South    Table of Contents   VOLUME I    I. CALL FOR BIDS    II.  INFORMATION AND CHECKLIST FOR BIDDERS  1.  INFORMATION AND CHECKLIST FOR BIDDERS  2.  SUMMARY OF FAIR PRACTICES POLICY, CITY OF RENTON  3.     SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY, CITY OF RENTON    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.  *PROPOSAL FOR INCORPORATING RECYCLED MATERIALS INTO THE PROJECT  8.  *CONTRACTOR CERTIFICATION, WAGE LAW COMPLIANCE – RESPONSIBILITY CRITERIA,  WASHINGTON STATE PUBLIC WORKS CONTRACTS  9.  *PROPOSAL SIGNATURE PAGE  10.  *PROPOSAL BID BOND    IV.   AGREEMENT FORMS    1.   AGREEMENT  2.   CONTRACT BOND TO THE CITY OF RENTON  3.   FAIR PRACTICES AND NON‐DISCRIMINATION POLICY DECLARATION   4.   RETAINAGE SELECTION   5.   INSURANCE GUIDELINES FOR THE CITY OF RENTON   6.   ADDITIONAL INSURANCE REQUIREMENTS UNIQUE TO THE GRANT CONTRACT    *   Submit as part of the bid.   Submit within 10 days after Notice of Award.    V.   REQUIRED CONTRACT PROVISIONS FOR FEDERAL‐AID CONSTRUCTION CONTRACTS            VI.   HUD REGULATIONS   KING COUNTY HOUSING, HOMELESSNESS, AND COMMUNITY DEVELOPMENT DIVISION  SUPPLEMENTAL CONSTRUCTION CONTRACT CONDITIONS   FEDERAL LABOR STANDARDS PROVISIONS (DAVIS BACON) – HUD 4010   EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION – HUD 92010   KING COUNTY COMMUNITY DEVELOPMENT CONTRACT REQUIREMENTS: SECTION 3  MODULE   ABOUT SECTION 3 WORKER, TARGETED SECTION 3 WORKER, AND SECTION 3 BUSINESS  INTEREST CERTIFICATION   SECTION 3 BUSINESS CONCERN   SECTION 3 WORKER AND TARGETED SECTION 3 WORKER SELF‐CERTIFICATION   SECTION 3 QUALITATIVE EFFORTS   HCD FORM 3 ‐ CONTRACT AND SUBCONTRACT ACTIVITY   HCD LABOR FORM #5 – CONTRACT/SUB‐CONTRACTOR AGREEMENT FORM   HCD LABOR FORM #6 – SUB‐TIER CONTRACT AGREEMENT   HCD LABOR FORM #7 – AUTHORIZATION TO SIGN PAYROLL   HCD LABOR FORM #8 – FRINGE BENEFIT SUMMARY FORM   KING COUNTY COMMUNITY DEVELOPMENT PROGRAM / CAPITAL PROJECT EMPLOYEE  ROSTER FORM   HCD LABOR FORM #10 – NO WORK PERFORMED   HCD FORM #13 – NONPROFIT PROJECT_LABOR COMPLIANCE CLOSEOUT LIST   HCD LABOR FORM #9 – WH347    VII.    SPECIAL PROVISIONS      VIII.   APPENDICES    APPENDIX A – Wage Rates  1. Davis‐Bacon Act Wage Determination  2. Washington State Prevailing Wage Rates  APPENDIX B ‐ City of Renton Standard Plans  APPENDIX C ‐ WSDOT Standard Plans  APPENDIX D – Pothole Data      VOLUME II – PLANS  City of Renton Contract Provisions for Downtown Core Streetscape Phase 2 Williams Avenue South ______________________________________________________________________________ I. CALL FOR BIDS CITY OF RENTON  Downtown Core Streetscape Phase 2 – Williams Avenue South  King County CDBG Project No. C19352  Project No. CAG‐23‐241  CALL FOR BIDS  Sealed bids will be received until 1:00 PM on Thursday, July 20, 2023 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 (meeting information below) at 1:00 PM on  Monday, July 24, 2023. Any bids received after the published bid submittal time cannot be considered and  will not be accepted. Join Zoom Meeting   https://us02web.zoom.us/j/83683956597?pwd=SGtZb0trUmR1ZmVuSm15WFJycjBwdz09   Meeting ID: 836 8395 6597       Passcode: 994744  Approved Plans, Specifications, Addenda, and Plan Holders List for this project are available on‐line  through Builders Exchange of Washington, Inc., at http://www.bxwa.com. Click on bxwa.com; Posted  Projects; Public Works; City of Renton; Projects Bidding.  (Note: Bidders are encouraged to Register as a  Bidder, in order to receive automatic email notification of future Addenda and to be placed on the Bidders  List), contact Builders Exchange of Washington at 425‐258‐1303 should you require further assistance.  All Bid Proposals shall be accompanied by a Bid Proposal deposit (certified check or Surety bond) in an  amount equal to five percent (5%) of the amount of such Bid Proposal. Should the successful Bidder fail  to enter into such Contract and furnish satisfactory performance bond within the time stated in the  Specifications, the Bid Proposal deposit shall be forfeited to the City of Renton.  The recipient, in accordance with Title VI of the Civil Rights Act of 1964, (78 Stat. 252, 42 U.S.C.  2000d to 2000d‐4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure  that in any contract entered into pursuant to this advertisement, disadvantaged business  enterprises will be afforded full and fair opportunity to submit bids in response to this invitation  and will not be discriminated against on the grounds of race, color, or national origin in  consideration for an award.  The improvement for which Bids will be received is described below:   Construct the Downtown Core Streetscape Phase 2 project.  The work includes but is not limited to:  Williams Ave S, from S 3rd St to S 2nd St to install new illumination, irrigation, trees and tree grates, curb,  gutter, sidewalks, and urban design amenities, and all other Work necessary to complete the Work as  specified and shown in the Contract Provisions.  _________________________________________  Jason A. Seth, MMC, City Clerk  Published:  Daily Journal of Commerce: July 1, 2023  Renton Reporter:July 1, 2023  CAG-23-241 Contract Documents Page 2 Downtown Core Streetscape Phase 2 June 2023 Williams Avenue South City of Renton Contract Provisions for Downtown Core Streetscape Phase 2 Williams Avenue South __________________________________________________________________________________ II. INFORMATION AND CHECKLIST FOR BIDDERS 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 the time of Advertisement are provided in Appendix A. It is the Bidder's responsibility to obtain wage information for any work classifications that are not included. b. Traffic Control and Hours of Work. This project is in a busy, congested area. Traffic control and the safety of the traveling public will be paramount. The Contractor will be required to keep a minimum 1 lane open to traffic during the day, except when approved by the City during intersection closures. Night work may be required to meet the construction schedule; at night, additional lane closures will be permitted. c. Required Contract Provisions for Federal-Aid Construction Contract. The Contractor shall comply with Federal-Aid Contract Provisions per Section V of these Contract Provisions. d. HUD Regulations and King County Insurance. The Contractor shall comply with HUD Regulations per Section VI of these Contract Provisions.The Contractor shall obtain and keep in force the policies of insurance required with King County for this project as outlined in the King County Housing, Homelessness, and Community Development Division Supplemental Construction Contract Conditions. e. Protection of Buildings and Other Existing Features.The Contractor shall protect buildings and other existing features from damage or stains resulting from construction activities.All costs for protection and repair of damages are considered incidental to the contract per Standard Specification Section 1-07.16(6). 2. Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, shall request the explanation or interpretation in writing by the close of business five (5) business days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their Bids. Oral explanations, interpretations,or instructions given by anyone before the Award of Contract will not be binding on the City of Renton. 3. If a bidder has any questions regarding the project, the bidder may either: Submit questions via e-mail to Michael Sippo: msippo@rentonwa.gov. Put "Downtown Core Streetscape Phase 2—Williams Avenue South" in the subject line No other type of inquiry will be accepted. 4. Substantial Completion for this project must occur before December 31, 2023. 5. 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 Contract Documents Page 3 Downtown Core Streetscape Phase 2 June 2023 Williams Avenue South Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal practical ability to satisfactorily perform the work. 6. 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. 7. The City of Renton reserves the right to reject any and all bids or waive any and/or all informalities. 8. Payment for this work will be made in cash warrants. 9. 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. 10. Payment of Retainage shall be done in accordance with Standard Specification Section 1-09.9(1). 11. Grant Management.The Contracting Agency will be responsible for all communications and billing regarding the performance of the grant. 12. Grant Contract Terms and Conditions. The grant contract requirements have been included in Section V (Required Contract Provisions for Federal-Aid Construction Contracts) and Section VI HUD Regulations). The Contractor, and any subcontractors on the project, shall follow all applicable terms and conditions of the grant contract. The Contractor, and any subcontractors on this project, must not be presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or agency. 13. Bidding Checklist Each bid must be submitted in a sealed envelope bearing on the outside the name and address of the Bidder, and the name and number of the project for which the bid is submitted. It is the responsibility of each bidder to ascertain if all the documents listed below and in the Table of Contents are included in their copy of the Contract Provisions. If documents are missing, it is the sole responsibility of the Bidder to contact the City of Renton to obtain the missing documents prior to the date and time bids are due. The following documents shall be submitted with the bid. 1.Va. 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. t/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. ire. Non-Collusion Declaration — The form included in these Bid Documents must be used; no substitute will be accepted. Contract Documents Page 4 Downtown Core Streetscape Phase 2 June 2023 Williams Avenue South Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 7f. 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. L/g. Proposal for Incorporating Recycled Materials into the Project-The form included in these Bid Documents must be used; no substitute will be accepted. V'h. 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. 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. 1.. 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. 14. Contract Checklist The following forms are to be executed by the successful Bidder after the Contract is awarded. 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 (City) —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. f. Certificates of Insurance (King County) — Required coverages are listed in the King County Housing, Homelessness, and Community Development Division Supplemental Construction Contract Conditions (Section VI). e. Retainage Selection —The form included in these Bid Documents must be used; no substitute will be accepted. Two originals shall be executed by the successful Bidder. Contract Documents Page 5 Downtown Core Streetscape Phase 2 June 2023 Williams Avenue South Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 4 5 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to their race; religion/creed; national origin; ancestry; sex; age over 40;sexual orientation or gender identity; pregnancy;HIV/AIDS and Hepatitis C status; use of a guide dog/service animal; marital status; parental/family status; military status; or veteran's status, or the presence of a physical, sensory, or mental disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non-discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: 1) EMPLOYMENT PRACTICES- The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules, and labor contract agreements. 2) COOPERATION WITH HUMAN_RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. 3) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and by City policy. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 7th day of March 2011 CITY F RENTON RENTON CITY COUNCIL Denis Law, Mayor until Pritsident Attest:` Pp t.e., •r i s Jl 7ri Lit f,,_Py,; Bonnie I. Walton, City Clerk t* SEAL .r. 27t. C 0 c# uua11!:;nnu Contract Documents Page 6 Downtown Core Streetscape Phase 2 June 2023 Williams Avenue South Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF RENTON SUMMARY OF AMERICANS WPPH DISABILITIF_SACT POLICY ADOPTED BY RESOL U77ON NO. 3007 The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure employment opportunity to persons with disabilities, when the City of Renton can reasonably acconunoclate the disability. This policy ¢hall be based on the principles of equal employment opportunity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City of Renton shall adhere to the following guidelines: 1) EMPLOYMENT PRACTICES - All activities relating to employment such as reertutment, selection,promotion,termination and training shall be conducted in a non- discriminatory Wanner. Personnel decisions will be based on individual performance, staffing requirements,and in accordance with the Americans With Disabilities Act and other applicable laws and regulations. 2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity for persons with disabilities in employment and receipt of City services,activities and programs, 3) AMERICANS WITH DISABILITIES ACT POLICY-The City of Renton Americans With Disabilities Act Policy will be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with disabilities. It shall be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth in this policy 4) CONTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and suppliers conducting business with the City of Renton shall abide by the requirements of the Amenranc With Disabilities Act and promote access to services, acnvi:tes and programs for people with disabilities. Copies of this policy shall be distributed to all City employees,shall appear in all operational documentation of the Cite, including bid calls,and shall be prominently displayed in appropriate City facilities. CONCURRED IN by the City Council of the City of Renton, Washrngron, this 4th day of October 1993 CITYr RENTON RENTON CITYIT COUNCIL: EIZ:7,&_21,7 Mayor Council President Attest. v City Clerks Contract Documents Page 7 Downtown Core Streetscape Phase 2 June 2023 Williams Avenue South Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal City of Renton Contract Provisions for Downtown Core Streetscape Phase 2 Williams Avenue South Ill. PROJECT PROPOSAL Project: Downtown Core Streetscape Phase 2 —Williams Avenue South King County CDBG Project No: C19352 City Contract Number: CAG-23-241 Company: 1 G71 V 67 67Jat71 Oy -- Address: ld /0V00 grO E. m101np , W,uA g06/16 Phone Number: 2J3• fo' Fax Number: Oaa /0/2-- Total Bid Amount: t 4c1 F 10C1 ,OO Contract Documents Page 8 Downtown Core Streetscape Phase 2 June 2023 Williams Avenue South Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal G\ TY 0 NIR PROPOSAL s N r o Downtown Core Streetscape Phase 2 Williams Avenue South TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned (Bidder) hereby certify that the Bidder has examined the location and construction details of the proposed work and has read and thoroughly understands the Contract Documents governing the work, and the nature of the work, and the method by which payment will be made for said work. Bidder hereby proposes to undertake and complete the work detailed in and in accordance with these Contract Documents,for the Total Bid Amount shown on the attached Schedule of prices. The Bidder understands that the quantities mentioned herein are approximate only and are subject to increase or decrease, and hereby proposes to perform all quantities of work as either increased or decreased in accordance with the Contract Documents. As evidence of good faith, pursuant to RCW 35.23.352(1), an original Bid Proposal Deposit in the form of check one)Abid bond, or 0 cashier's check (made payable to the City of Renton), or 0 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 40 working days. Contract time shall begin on the first working day following the Notice to Proceed date. Contract Documents Page 9 Downtown Core Streetscape Phase 2 June 2023 Williams Avenue South Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal SCHEDULE OF PRICES Downtown Core Streetscape Phase 2-Williams Ave 5 ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID Note:Unit prices for all items,all extensions,and total amount of Bid shall be shown. Enter unit prices in numerical figures only in dollars and cents,i.e.to two(2)decimal places(including for whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be rejected as unresponsive. Where conflict occurs between the unit price and the total amount specified for any item,the unit price shall prevail,and totals shall be corrected to conform thereto. Item Spec. Description Quantity Unit Unit Price*Amount No. Section 1 1-04 Minor Change 1 EST $ 25,000.00 $ 25,000.00 2 1-05 Roadway Surveying 1 LS LUMP SUM $9 1 00.dbI 3 1-05 Record Drawings 1 LS LUMP SUM $ 06,60 4 1-07 SPCC Plan 1 LS LUMP SUM $ I 5 1-09 Mobilization 1 LS LUMP SUM $r' a.66 6 1-10 Project Temporary Traffic Control 1 LS LUMP SUM $73I000•00 7 2-01 Relocate Street Tree 6 EA $al$00.t)0 $I(,,g0p,o0 8 2-02 Removal of Structures and Obstructions 1 LS LUMP SUM $I5,000.(k 9 2-02 Asphalt Conc.Pavement Removal 930 SY $ Og.O0 $(90ILI 1,0.00 10 2-02 Cement Conc.Sidewalk Removal 910 SY $ fl 0 0 $ 15 T10.00 11 2-02 Curb Removal 840 LF $1,00 97ao.0C 12 4-04 Crushed Surfacing Base Course 550 TON $ 53.00 $ 1-0,0)J 13 5-04 HMA Cl.1/2"PG 58H-22 470 TON $ ]5U MO $701`. .c0 14 5-04 Planing Bituminous Pavement 1660 SY $ 1g•e° $ n4590 40 15 7-01 Downspout and Roof Drains 1 LS LUMP SUM $9,100.00 16 7-05 Furnish and Install New Frame and Grate,Adjust to Grade 3 EA $1,35p.pp $4,a5o.00 17 7-05 Connection to Drainage Structure 3 EA $I f boo.00 $- *CO c 18 7-05 Storm System Cleanout 4 EA $ - 1& 1,1.00 $ i 55G.o 19 7-05 Adjust Cleanout to Grade 3 EA $ too, $ 1 lj00 ,(A 20 7-05 Adjust Water Valve Box to Grade 8 EA $1.1(05.a $311.20A 21 7-05 Adjust Sewer Manhole to Grade 1 EA $1D45.cp $-7 x--.csb, Contract Documents Downtown Core Streetscape Phase 2 Page 10 Williams Avenue South June 2023 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal SCHEDULE OF PRICES Downtown Core Streetscape Phase 2-Williams Ave S ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID Note:Unit prices for all items,all extensions,and total amount of Bid shall be shown. Enter unit prices in numerical figures only in dollars and cents,i.e.to two(2)decimal places(including for whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be rejected as unresponsive. Where conflict occurs between the unit price and the total amount specified for any item,the unit price shall prevail,and totals shall be corrected to conform thereto. Item Spec. Description Quantity Unit Unit Price*Amount No. Section 22 7-05 Adjust Storm Drainage Structure to Grade 6 EA $63cg.6r) $31 .(X) 23 7-05 Adjust Area Drain to Grade 1 EA $4/30•w $i- O •oO 24 7-05 Adjust Monitoring Well to Grade 2 EA $ 4 s0 cb $c J`,o 06 25 7-15 Furnish and Install New Water Meter Box 8 EA $30 Ub $' I , 140.(A 26 8-01 Erosion Control and Water Pollution Prevention 1 LS LUMP SUM $ J'a15W0• 27 8-02 Topsoil Type A 62 CY $$9 ;a) $5,611;,(D 28 8-02 Bark or Wood Chip Mulch 2 CV P i- l)O (0 $ •NO,(C 29 8 02 PS Nyssa Sylvatica'David Odom'/Afterburner Tupelo;2.5" 4 EA $ a q (,Ocal.,12'-14'ht. 30 8-02 PS Parrotia persica'Vanessa'/Vanessa Persian Ironwood; 7 EA $ ^ib2.5"cal.,12'-14'ht. d co Sm J w 31 8-02 PS Quercus x Bimundorum'JFS-KW2QX'/JFS-KW2QX Skinny 3 EA $ Genes Oak;2.5"cal.,12'-14'ht. p•( 1 •oO 32 8-02 PS Sesleria autumnalis/Autumn Moor Grass;1 Gal.Cont. 24 EA $6azieoco 33 8-02 PS Bouteloua gracilis'Blonde Ambition'/Blonde Ambition 39 EA $ a'a • $ GGQ 'n/ Blue Gramma Grass;1 Gal.Cont. J U•W 34 8-02 Root Barrier 390 LF $ j-1 CO $r J_OD 35 8-02 Plant Establishment-1 Year 1 LS LUMP SUM $cf JiA15.0 36 8-03 Irrigation System 1 LS LUMP SUM $491 p I. 37 8-04 Cement Conc.Traffic Curb and Gutter 830 LF $ 53.co $*13/990.0 38 8-06 Cement Conc.Driveway Entrance 130 SY $ 1•00 $A/' 1,0 39 8-14 Cement Conc.Sidewalk 760 SY $ I a-) (A 6 5,9P.C,0 40 8-14 Cement Conc.Curb Cut Access 1 EA $ I t kr 1L,,(A $ 1 I(.91Cu 41 8-20 Illumination System Along Williams Avenue,Complete 1 LS LUMP SUM $31 110O0AO 42 8-20 Spare Conduit System,Complete 1 LS LUMP SUM $d.11000•01) Contract Documents Downtown Core Streetscape Phase 2 Page 11 Williams Avenue South June 2023 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal SCHEDULE OF PRICES Downtown Core Streetscape Phase 2-Williams Ave S ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID Note:Unit prices for all items,all extensions,and total amount of Bid shall be shown. Enter unit prices in numerical figures only in dollars and cents,i.e.to two(2)decimal places(including for whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be rejected as unresponsive. Where conflict occurs between the unit price and the total amount specified for any item,the unit price shall prevail,and totals shall be corrected to conform thereto. Item Spec. Description Quantity Unit Unit Price*Amount No. Section 43 8-21 Permanent Signing 1 LS LUMP SUM $315 44 8-22 Paint Line 980 LF $ 45 8-22 Plastic Line 160 LF $ 1.06 $I'1']0 ooti 46 8-22 Plastic Access Parking Space Symbol 1 EA $356.(A $"y.6GJ.06 47 8-28 Tree Grate 10 EA $'77I50, b$114AA.( 48 8-30 Waste Receptacle 2 EA $),a00.(b $y,N 60,(A 49 8-32 Landscape Strip Fencing 88 LF $'500 a $Api 900.CL 50 8-33 Resolution of Utility Conflicts 1 EST $ 15,000.00 $ 15,000.00 Total Bid Amount* $ . l V—1. V 0 All applicable sales tax shall be included in the unit and lump sum Bid price per Section 1-07.2(1)and WAC 458-20-171. Contract Documents Downtown Core Streetscape Phase 2 Page 12 Williams Avenue South June 2023 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 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 making 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 participant also agrees by submitting his or her bid or proposal that he or she shall reguire 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. SR DOT Form 272-040A EF 07/2011 Contract Documents Page 13 Downtown Core Streetscape Phase 2 June 2023 Williams Avenue South Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Failure to return this Declaration as part of the bid proposal package will make the bid nonresponsive and ineligible for award. NON-COLLUSION DECLARATION I,by signing the proposal,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 has(have) not, either directly or indirectly, entered into any agreement,participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, lam deemed to have signed and to have agreed to the provisions of this declaration. NOTICETO ALL BIDDERS To report rigging activities call: 1-800-424-9071 The U.S. Department of Transportation (USDOT) operates the above toll-free"hotline" Monday through Friday, 8:00 a.m.to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. SR DOT Form 272-036 EF 7/2011 Contract Documents Page 14 Downtown Core Streetscape Phase 2 June 2023 Williams Avenue South Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Local Agency Name A ,,1/4,-,am Local Agency Address occ 5. 612An1/ WAy Local Agency Subcontractor List to-R wn. q t,S7 Prepared in compliance with RCW 39 30.060 as amended rin `e n /,, ry,,.Pi Be Submitted with the Bid Proposal Project Name L2 I vwlJ (?DI2 G G E i31. 2 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 E Subcontractor Name Work to be performed S [G. 66-7-Ee Subcontractor Name Work to be performed l-/J,40L_ Subcontractor Name 771 1 1-020 irl ut• Work to be performed P 06-- Subcontractor Name I%4 141 4tv/4•L 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 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal sa 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: 4enve srigte_enah-.GNU Signature of Authorized Official: Date: 7/20/ 3 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal WAIWashington State Department of Transportation 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: AG771/g ea/1ST/40- 7i7Y1.ZvG Name of Contractor/Bidder-Print fuN legal entity name of firm By: A4 fr'D 19it7 / Signature of authorized person Print Name of person making certifications for firm Title: g1 --r- Place: 4m,4 Title of person signing certificate Print city and state where signed Date: 7l217l Proliltled-Teguilders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal u\S Y Ok PROPOSAL SIGNATURE PAGE N T 0 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 7//3/ 3 2 7//0/3 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. Acnve ebtrl 5 won . Signature of Authorized Official] * Business Name] UI.Y eeGZltn—rl 5//o goice, /2P6. `7ThomR 'V gtiC3 Printed Name] Address Line 1] f2icsiattr po• eae y3-t) Paq' to 9 9837/ Title] Address Line 2] 1J2o/23 253•u18• 101 Date] Telephone Number] J OTE: Evidence of the signatory's authority to sign the Proposal on behalf of the business entity shall be V/ submitted with the Bid. Otherwise, the submitted Bid will be considered irregular and non-responsive and the Bid will be rejected. ^. Y1G44 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, co or State where business entity was formed: W - Contract Documents Page 18 Downtown Core Streetscape Phase 2 June 2023 Williams Avenue South Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal WA State Contractor's Registration# G-Tl— / - //i/ UBI # CZ7300/ 533 Industrial Insurance Account#Za2Z %33-DO Employment Security Department#3u 12ic'0O— State Excise Tax Registration#C2 /5Do17 3 DUNS# 02T31 1 C The Surety Company which will furnish the required Contract Bond is: 1?0,1 L iNSugnitZe 12O1 PING/,/G fti vE -k/aoo Surety]Address Line 1] 3.75 1 ZZD b carnig 98902 Telephone Number]Address Line 2] Contract Documents Page 19 Downtown Core Streetscape Phase 2 June 2023 Williams Avenue South Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 114" PROPOSAL BID BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS, That we, [Bidder] Active Construction, Inc. of address] P. O. Box 430, Puyallup, WA 98371 as Principal, and Surety] Liberty Mutual Insurance Company a corporation organized and existing under the laws of the State of Massachusetts as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as Surety,are jointly and severally held and firmly bound unto the City of Renton in the full sum of five (5) percent of the total amount of the proposal of said Principal for the work hereinafter described, for the payment of which, well and truly to be made, we bind ourselves and our heirs,executors,administrators and assigns,and successors and assigns,jointly and severally,firmly by these presents. The condition of this bond is such,that whereas the Principal herein is herewith submitting his/her or its sealed proposal for the following public works construction project,to wit: Downtown Core Streetscape Phase 2—Williams Avenue South said bid and proposal, by reference thereto, being made a part hereof. NOW,THEREFORE,if the said proposal bid by said Principal be accepted,and the contract be awarded to said Principal, and if said Principal shall duly make and enter into and execute said contract and shall furnish contract bond as required by the City of Renton within a period of ten (10) days from and after said award, exclusive of the day of such award, then this obligation shall be null and void,otherwise it shall remain and be in full force and effect. IN THE EVENT, the Principal, following award, fails to execute an Agreement with the City of Renton in accordance with the terms of the Proposal and furnish a contract bond with Surety or Sureties approved by the City of Renton within ten (10) days from and after said award,then Principal shall forfeit the Bid Bond/Bid Proposal Deposit or Surety shall immediately pay and forfeit to the City of Renton the amount of the Proposal Bid Bond, as set forth in RCW 35A.40.200 and RCW 35.23.352. This Proposal Bid Bond shall be governed and construed by the State of Washington,and venue shall be in King County, Washington. IN TESTIMONY WHEREOF,the Principal and Surety have caused these presents to be signed and sealed this 20th day of July 20 23 . Contract Documents Page 20 Downtown Core Streetscape Phase 2 June 2023 Williams Avenue South PRINCIPAL SURETY Active Construction, Inc. Liberty Mutual Insurance Company Principal]Surety] By: Signature of Authorized Official] Sig atur of Authorized Official] Jamie L. Marques Printed Name] Printed Name] i YL'r Attorney-in-Fact Title] Title] 07/20/2023 07/20/2023 Date] Date] Name, address, and phone number of Propel Insurance local office of Agent and/or Surety Company:1201 Pacific Ave, Suite 1000 Tacoma, WA 98402 253) 759-2200 Surety WAOIC#733 Surety NAIC#23043 Contract Documents Page 21 Downtown Core Streetscape Phase 2 June 2023 Williams Avenue South This Power of Attorney limits the acts of those named herein,and they have no authority toowe-t, - bind the Company except in the manner and to the extent herein stated.six `, - Liberty Liberty Mutual Insurance Company F* ' Mutual® The Ohio Casualty Insurance Company Certificate No: 8207353-023049 West American Insurance CompanySURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Aliceon A. Keltner;Alyssa J.Lopez;Amber Lynn Reese;Amelia G.Burrill:Annelies M.Richie;Brandon K.Bush;Brent E.Heilesen;Carley Espiritu;Christopher Kinyon; Cynthia L.Jay;Dana Marie Brinkley;Diane M.Harding;Donald Shanklin,Jr.;Eric A.Zimmerman;Erica E.Mosley;Holli Albers;Jacob T.Haddock;James B. Binder:Jamie L.Marques;Julie R.Truitt;Justin Dean Price;Kari Michelle Motley:Katharine J.Snider;Lindsey Elaine Jorgensen;Lois F.Weathers;Michael Mansfield;Misti M.Webb;Sara Sophie Sellin:Tamara A.Ringeisen all of the city of Tacoma state of WA each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 17th day of February , 2022 . Liberty Mutual Insurance Company P, INSURq POSY INs, q a tNSugq The Ohio Casualty Insurance Company cooPOR4rF+ hJoPOR4r' V `cI ooaPOR4r + West American Insurance Company3ocmvw3omW3tco z 1912y 0 ° 1919 „ t 1991 0 CD d,> '24 cHU5 aa3' y° 7MPsap a3 `( ',MAO. b 714 Q) O C 09,7 * 1` dy1 * ),* s' M * ),ad By: al07DavidM.Carey,Assistant Secretary cc`o State of PENNSYLVANIA 2 rn County of MONTGOMERY sso E o = On this 17th day of February , 2022 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 3 a) as 4Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes•` therein contained by signing on behalf of the corporations by himself as a duly authorized officer. a cc c-oo IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. N P pA d_ O ` Q( 4 MONtyP TF( Commonwealth of Pennsylvania-Notary Seal N& oN p h o.' 4( 1 v Teresa Pastella,Notary Public 4)• O Montgomery County iJAZAtst)OF My commission expires March 28,2025 BO E qc,,_ P Commission number 1126044 y• V ,_ N 4 "'vSY1.0 V Member,Pennsylvania Association of Notaries eresa Pastella,Notary Public Q 0 03N qqy Ov This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual 3 0? E.E Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: ao M ARTICLE IV-OFFICERS:Section 12.Power of Attorney. co o c`o Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the v o President mayprescribe,shall appointmaynecessary Corporationacknowledgesurety CO— such attorneys-in-fact,as be to act in behalf of the to make,execute,seal, and deliver as To c any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall"03 o = have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed, such o a) Z 0 instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under the f ccoo provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casually Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 20th day of July , 2023 . v 1NSUR Pvvi INs& p d 1NSURq A?"4oµportt y, .,cOapoR,yr`i.. 4P/oaPo*4r y g ay* Fo m L 0• 1912 y o o 1919 m } \ 1991 L ,Gym c Q o rd,t'SS4cHus¢da y° va:APs e{ a3 `rs 'Ro5AHr- 4b By: Renee C.Llewellyn,Assistant SecretaryRz) * t'1 Sys * 'M * 0 LMS-12873 LMIC OCIC WAIC Multi Co 02/21 G\cY O Emieu. FNTOt, DOWNTOWN CORE STREETSCAPE PHASE 2 -WILLIAMS AVE SOUTH ADDENDUM NO. 1 CAG-23-241 DATE OF ADDENDUM ISSUE: July 13, 2023 DUE DATE FOR BIDS: July 20, 2023 DATE OF BID OPENING: July 24, 2023 NOTE TO ALL PLANHOLDERS: This Addendum No. 1, containing the following revisions, additions, deletions, and/or clarifications, is hereby made a part of the Plans and Contract Provisions (Contract Documents) for the above-named project. Bidders shall take this Addendum into consideration when preparing and submitting their bids. Bidders shall acknowledge receipt and acceptance of this Addendum No. 1 in the space provided on the Proposal Signature Page or by signing in the space provided below and submitting the signed addendum with the bid package. Failure to provide this written acknowledgment may result in disqualification of the Bidder's submittal. PLANS 1. DELETE Plan Sheet 9 and REPLACE with attached Plan Sheet 9. Revisions include: Wring Modifications ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT. Sincerely, t,4ael S#o 7/73/23 Michael Sippo Civil Engineer III City of Renton Receipt acknowledged, and conditions agreed to this /3 day of Jiiat , 2023 Bidder Signature Downtown Core Streetscape Phase 2 —Williams Ave South Addendum No. 1 Page 1 of 1 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal GAT Y o Pp NTOt DOWNTOWN CORE STREETSCAPE PHASE 2 -WILLIAMS AVE SOUTH ADDENDUM NO. 2 CAG-23-241 DATE OF ADDENDUM ISSUE: July 19, 2023 DUE DATE FOR BIDS: July 20, 2023 DATE OF BID OPENING: July 24, 2023 NOTE TO ALL PLANHOLDERS: This Addendum No. 2, containing the following revisions, additions, deletions, and/or clarifications, is hereby made a part of the Plans and Contract Provisions (Contract Documents) for the above-named project. Bidders shall take this Addendum into consideration when preparing and submitting their bids. Bidders shall acknowledge receipt and acceptance of this Addendum No. 2 in the space provided on the Proposal Signature Page or by signing in the space provided below and submitting the signed addendum with the bid package. Failure to provide this written acknowledgment may result in disqualification of the Bidder's submittal. SPECIAL PROVISIONS 1. DELETE Page SP-99 and REPLACE with attached Page SP-99. Revisions include: Delete the requirement for the application of anti-graffiti coating under Special Provision Section 6-07.2(1). ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT. Sincerely, 406/gpo 7/9/23 Michael Sippo Civil Engineer III City of Renton itReceiptacknowledged, and conditions agreed to this /O day of (1 , 2023 Bidder Signature Downtown Core Streetscape Phase 2 —Williams Ave South Addendum No. 2 Page 1 of 1 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale ACTIVE CONSTRUCTION,INC. JOINT CONSENT IN LIEU OF ANNUAL MEETING OF THE SHAREHOLDERS AND BOARD OF DIRECTORS AUGUST 23,2019 The undersigned, being all of the shareholders and all of the members of the Board of Directors of Active Construction, Inc., a Washington corporation (the "Corporation"), hereby waive all notices, statutory and otherwise, and, acting pursuant to RCW 23B.08.210 and RCW 23B.08.230, without a meeting, do hereby unanimously adopt the following corporate resolutions,and do hereby unanimously consent to the taking of the actions therein set forth: Election of Directors RESOLVED, that David Ceccanti, Rosemarie A. Garms, Scott D. Morse and Ryan Heathers are hereby elected to serve as the directors of the Board of Directors of the Corporation until their successors shall be duly elected and qualified. Appointment of Officers RESOLVED,that the following persons are hereby appointed to serve as officers of the Corporation until their successors shall be duly appointed and qualified: David Ceccanti President Scott D.Morse Vice President Rosemarie A. Garms Secretary/Treasurer General Authority RESOLVED, that the President is hereby authorized and directed, in the name and on behalf of the Corporation,to take any and all such further action as in his judgment may be desirable or appropriate to carry out the purposes of the foregoing resolutions; RESOLVED FURTHER, that the execution by the President of any paper or document or the doing by him of any act in connection with the foregoing matters shall conclusively establish his authority therefor from the Company and the approval and ratification by the Board of Directors of the papers and documents so executed and the action so taken; and RESOLVED FURTHER, that any and all actions heretofore or hereafter taken by the President within the terms of the foregoing resolutions be, and they hereby are, ratified and confirmed. Consent The undersigned shareholders and directors of Active Construction, Inc. hereby consent to the foregoing resolutions effective as of August 23,2019. SHAREHOLDERS David Ceccanti xAcdatt manta., Scott D. Morse tZo"<am.[Lut, a 7 clJ.ma. Rosemarie A. Garms RN Ryan Heathers DIRECTORS: hcurixt. David Ceccanti x c. t manta., Scott D. Morse a ice. Rosemarie A. Garms Ryan Heathers 2 CITRIX RightSignature REFERENCE NUMBER 0842B806-45A9-4C86-B1E5-54F11A290F6D SIGNATURE CERTIFICATE TRANSACTION DETAILS DOCUMENT DETAILS Reference Number Document Name 0842B806-45A9-4C86-B1E5-54F11A290F6D Active Construction Inc Joint Sh-Bod 2019 Annual Meeting Consent Ab 8-23-19 Transaction Type Filename Signature Request active_construction_incjoint_sh-bod_2019_annual_meeting_consent_ab 8-23-19_.pdf Sent At Pages 10/02/2019 13:07 PDT 2 pages Executed At Content Type 10/08/2019 11:59 PDT application/pdf Identity Method File Size email 16.2 KB Distribution Method Original Checksum email f61.3ludHt6l0.1w.Jmb0b41.1.3•9ee6e616,0uc•]eiw1.116m3a]5 Signed Checksum 69.b4 34.363cd4b0[61•u13c6.36,0t9$d1icl•)14.129 7tc[d••31.9197 Signer Sequencing Disabled Document Passcode Disabled SIGNERS SIGNER E-SIGNATURE EVENTS Name Status Viewed At David Ceccanti signed 10/08/2019 11:56 PDT Email Multi-factor Digital Fingerprint Checksum Identity Authenticated At davidc@activeconstruction.com 69t1.0e9741163339056396b93095,•cc796ec9e603.67•b7b6t96.0b9e506a 10/08/2019 11:59 PDT Components IP Address Signed At 2 74.94.65.194 10/08/2019 11:59 PDT Device Chrome via Windows Typed Signature Signature Reference ID E40D31C8 Name Status Viewed At Ryan Heathers signed 10/03/2019 11:35 PDT Email Multi-factor Digital Fingerprint Checksum Identity Authenticated At ryanh@activeconstruction.com 10/03/2019 11:38 PDT Components IP Address Signed At 2 74.94.65.194 10/03/2019 11:38 PDT Device Microsoft Edge via Windows Drawn Signature Signature Reference ID 41ECFC93 Signature Biometric Count 193 Name Status Viewed At Scott Morse signed 10/02/2019 13:32 PDT Email Multi-factor Digital Fingerprint Checksum Identity Authenticated At scottm@activeconstruction.com 9„b9669,0,._,.. «10c10769be9.663e65d4I2,6de10,:1-: 10/02/2019 13:32 PDT Components IP Address Signed At 2 74.94.65,194 10/02/2019 13:32 PDT Device Chrome via Windows Typed Signature XALOtt man a.t Signature Reference ID 021983F0 SIGNER E-SIGNATURE EVENTS Name Status Viewed At Rose Garms signed 10/02/2019 13:18 PDT Email Multi-factor Digital Fingerprint Checksum Identity Authenticated At roseg@activeconstruction.com 1.esldm.elneeome:11<1.e...5.9999.e09.5.m9eam57z1e.51eeehr -: 10/02/2019 13:18 PDT Components IP Address Signed At 2 73.221.207.26 10/02/2019 13:18 PDT Device Chrome via Windows Typed Signature a )8[14,14- Signature Reference ID 7485A55E AUDITS TIMESTAMP AUDIT 10/08/2019 11:59 PDT David Ceccanti(davidc@activeconstruction.com)signed the document on Chrome via Windows from 74.94.65.194. 10/08/2019 11:59 PDT David Ceccanti(davidc@activeconstruction.com)authenticated via email on Chrome via Windows from 74.94.65.194. 10/08/2019 11:56 PDT David Ceccanti(davidc@activeconstruction.com)viewed the document on Chrome via Windows from 74.94.65.194. 10/08/2019 10:16 PDT David Ceccanti(davidc@activeconstruction.com)was emailed a reminder. 10/03/2019 11:38 PDT Ryan Heathers(ryanh@activeconstruction.com)signed the document on Microsoft Edge via Windows from 74.94.65.194. 10/03/2019 11:38 PDT Ryan Heathers(ryanh@activeconstruction.com)authenticated via email on Microsoft Edge via Windows from 74.94.65.194. 10/03/2019 11:35 PDT Ryan Heathers(ryanh@activeconstruction.com)viewed the document on Microsoft Edge via Windows from 74.94.65.194. 10/02/2019 13:32 PDT Scott Morse(scottm@activeconstruction.com)signed the document on Chrome via Windows from 74.94.65.194. 10/02/2019 13:32 PDT Scott Morse(scottm@activeconstruction.com)authenticated via email on Chrome via Windows from 74.94.65.194. 10/02/2019 13:32 PDT Scott Morse(scottm@activeconstruction.com)viewed the document on Chrome via Windows from 74.94.65.194. 10/02/2019 13:18 PDT Rose Garms(roseg@activeconstruction.com)signed the document on Chrome via Windows from 73.221.207.26. 10/02/2019 13:18 PDT Rose Garms(roseg@activeconstruction.com)authenticated via email on Chrome via Windows from 73.221.207.26. 10/02/2019 13:18 PDT Rose Garms(roseg@activeconstnxtion.com)viewed the document on Chrome via Windows from 73.221.207.26. 10/02/2019 13:07 PDT David Ceccanti(davidc@activeconstruction.com)was emailed a link to sign. 10/02/2019 13:07 PDT Scott Morse(scottm@activeconstruction.com)was emailed a link to sign. 10/02/2019 13:07 PDT Rose Garms(roseg@activeconstruction.com)was emailed a link to sign. 10/02/2019 13:07 PDT Ryan Heathers(ryanh@activeconstruction.com)was emailed a link to sign. 10/02/2019 13:07 PDT Amanda Sampson(amandas@activeconstruction.corn)created document'active construction_incjoint_sh- bod_2019_annual_meeting_consent_ab_8-23-19_.pdf on Chrome via Windows from 74 94.65 194. Contract Documents Page 22 Downtown Core Streetscape Phase 2 June 2023 Williams Avenue South City of Renton Contract Provisions for Downtown Core Streetscape Phase 2 Williams Avenue South ______________________________________________________________________________ IV. AGREEMENT FORMS 6th September 2023 Armondo Pavone, Mayor ACTIVE CONSTRUCTION,INC. JOINT CONSENT IN LIEU OF ANNUAL MEETING OF THE SHAREHOLDERS AND BOARD OF DIRECTORS AUGUST 23,2019 The undersigned, being all of the shareholders and all of the members of the Board of Directors of Active Construction, Inc., a Washington corporation (the "Corporation"), hereby waive all notices, statutory and otherwise, and, acting pursuant to RCW 23B.08.210 and RCW 23B.08.230, without a meeting, do hereby unanimously adopt the following corporate resolutions,and do hereby unanimously consent to the taking of the actions therein set forth: Election of Directors RESOLVED, that David Ceccanti, Rosemarie A. Garms, Scott D. Morse and Ryan Heathers are hereby elected to serve as the directors of the Board of Directors of the Corporation until their successors shall be duly elected and qualified. Appointment of Officers RESOLVED,that the following persons are hereby appointed to serve as officers of the Corporation until their successors shall be duly appointed and qualified: David Ceccanti President Scott D.Morse Vice President Rosemarie A. Garms Secretary/Treasurer General Authority RESOLVED, that the President is hereby authorized and directed, in the name and on behalf of the Corporation,to take any and all such further action as in his judgment may be desirable or appropriate to carry out the purposes of the foregoing resolutions; RESOLVED FURTHER, that the execution by the President of any paper or document or the doing by him of any act in connection with the foregoing matters shall conclusively establish his authority therefor from the Company and the approval and ratification by the Board of Directors of the papers and documents so executed and the action so taken; and RESOLVED FURTHER, that any and all actions heretofore or hereafter taken by the President within the terms of the foregoing resolutions be, and they hereby are, ratified and confirmed. Consent The undersigned shareholders and directors of Active Construction, Inc. hereby consent to the foregoing resolutions effective as of August 23,2019. SHAREHOLDERS David Ceccanti xAcdatt manta., Scott D. Morse tZo"<am.[Lut, a 7 clJ.ma. Rosemarie A. Garms RN Ryan Heathers DIRECTORS: hcurixt. David Ceccanti x c. t manta., Scott D. Morse a ice. Rosemarie A. Garms Ryan Heathers 2 CITRIX RightSignature REFERENCE NUMBER 0842B806-45A9-4C86-B1E5-54F11A290F6D SIGNATURE CERTIFICATE TRANSACTION DETAILS DOCUMENT DETAILS Reference Number Document Name 0842B806-45A9-4C86-B1E5-54F11A290F6D Active Construction Inc Joint Sh-Bod 2019 Annual Meeting Consent Ab 8-23-19 Transaction Type Filename Signature Request active_construction_incjoint_sh-bod_2019_annual_meeting_consent_ab 8-23-19_.pdf Sent At Pages 10/02/2019 13:07 PDT 2 pages Executed At Content Type 10/08/2019 11:59 PDT application/pdf Identity Method File Size email 16.2 KB Distribution Method Original Checksum email f61.3ludHt6l0.1w.Jmb0b41.1.3•9ee6e616,0uc•]eiw1.116m3a]5 Signed Checksum 69.b4 34.363cd4b0[61•u13c6.36,0t9$d1icl•)14.129 7tc[d••31.9197 Signer Sequencing Disabled Document Passcode Disabled SIGNERS SIGNER E-SIGNATURE EVENTS Name Status Viewed At David Ceccanti signed 10/08/2019 11:56 PDT Email Multi-factor Digital Fingerprint Checksum Identity Authenticated At davidc@activeconstruction.com 69t1.0e9741163339056396b93095,•cc796ec9e603.67•b7b6t96.0b9e506a 10/08/2019 11:59 PDT Components IP Address Signed At 2 74.94.65.194 10/08/2019 11:59 PDT Device Chrome via Windows Typed Signature Signature Reference ID E40D31C8 Name Status Viewed At Ryan Heathers signed 10/03/2019 11:35 PDT Email Multi-factor Digital Fingerprint Checksum Identity Authenticated At ryanh@activeconstruction.com 10/03/2019 11:38 PDT Components IP Address Signed At 2 74.94.65.194 10/03/2019 11:38 PDT Device Microsoft Edge via Windows Drawn Signature Signature Reference ID 41ECFC93 Signature Biometric Count 193 Name Status Viewed At Scott Morse signed 10/02/2019 13:32 PDT Email Multi-factor Digital Fingerprint Checksum Identity Authenticated At scottm@activeconstruction.com 9„b9669,0,._,.. «10c10769be9.663e65d4I2,6de10,:1-: 10/02/2019 13:32 PDT Components IP Address Signed At 2 74.94.65,194 10/02/2019 13:32 PDT Device Chrome via Windows Typed Signature XALOtt man a.t Signature Reference ID 021983F0 SIGNER E-SIGNATURE EVENTS Name Status Viewed At Rose Garms signed 10/02/2019 13:18 PDT Email Multi-factor Digital Fingerprint Checksum Identity Authenticated At roseg@activeconstruction.com 1.esldm.elneeome:11<1.e...5.9999.e09.5.m9eam57z1e.51eeehr -: 10/02/2019 13:18 PDT Components IP Address Signed At 2 73.221.207.26 10/02/2019 13:18 PDT Device Chrome via Windows Typed Signature a )8[14,14- Signature Reference ID 7485A55E AUDITS TIMESTAMP AUDIT 10/08/2019 11:59 PDT David Ceccanti(davidc@activeconstruction.com)signed the document on Chrome via Windows from 74.94.65.194. 10/08/2019 11:59 PDT David Ceccanti(davidc@activeconstruction.com)authenticated via email on Chrome via Windows from 74.94.65.194. 10/08/2019 11:56 PDT David Ceccanti(davidc@activeconstruction.com)viewed the document on Chrome via Windows from 74.94.65.194. 10/08/2019 10:16 PDT David Ceccanti(davidc@activeconstruction.com)was emailed a reminder. 10/03/2019 11:38 PDT Ryan Heathers(ryanh@activeconstruction.com)signed the document on Microsoft Edge via Windows from 74.94.65.194. 10/03/2019 11:38 PDT Ryan Heathers(ryanh@activeconstruction.com)authenticated via email on Microsoft Edge via Windows from 74.94.65.194. 10/03/2019 11:35 PDT Ryan Heathers(ryanh@activeconstruction.com)viewed the document on Microsoft Edge via Windows from 74.94.65.194. 10/02/2019 13:32 PDT Scott Morse(scottm@activeconstruction.com)signed the document on Chrome via Windows from 74.94.65.194. 10/02/2019 13:32 PDT Scott Morse(scottm@activeconstruction.com)authenticated via email on Chrome via Windows from 74.94.65.194. 10/02/2019 13:32 PDT Scott Morse(scottm@activeconstruction.com)viewed the document on Chrome via Windows from 74.94.65.194. 10/02/2019 13:18 PDT Rose Garms(roseg@activeconstruction.com)signed the document on Chrome via Windows from 73.221.207.26. 10/02/2019 13:18 PDT Rose Garms(roseg@activeconstruction.com)authenticated via email on Chrome via Windows from 73.221.207.26. 10/02/2019 13:18 PDT Rose Garms(roseg@activeconstnxtion.com)viewed the document on Chrome via Windows from 73.221.207.26. 10/02/2019 13:07 PDT David Ceccanti(davidc@activeconstruction.com)was emailed a link to sign. 10/02/2019 13:07 PDT Scott Morse(scottm@activeconstruction.com)was emailed a link to sign. 10/02/2019 13:07 PDT Rose Garms(roseg@activeconstruction.com)was emailed a link to sign. 10/02/2019 13:07 PDT Ryan Heathers(ryanh@activeconstruction.com)was emailed a link to sign. 10/02/2019 13:07 PDT Amanda Sampson(amandas@activeconstruction.corn)created document'active construction_incjoint_sh- bod_2019_annual_meeting_consent_ab_8-23-19_.pdf on Chrome via Windows from 74 94.65 194. Human Resources & Risk Management Memorandum DATE:August 21, 2023 TO:Michael Sippo, Community and Economic Development (CED), Development Engineering FROM:Risk Management SUBJECT:Insurance Review/ Active Construction Inc. RE: CAG-23-241 Downtown Core Streetscape Ph 2 - Williams Ave S Risk Management has reviewed the certificate of insurance for the above-named entity. The insurance certificate meets the City of Renton’s risk management requirements. Corresponding with the COI expiration, this approval memo is valid until 6/15/2024, or until changes in the contract or work invalidate the insurance coverage. INSR ADDL SUBR LTR INSR WVD DATE (MM/DD/YYYY) PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) COMMERCIAL GENERAL LIABILITY AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE INSURER(S) AFFORDING COVERAGE NAIC # Y / N N / A (Mandatory in NH) ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? EACH OCCURRENCE $ DAMAGE TO RENTED $PREMISES (Ea occurrence)CLAIMS-MADE OCCUR MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ $ PRO- OTHER: LOCJECT COMBINED SINGLE LIMIT $(Ea accident) BODILY INJURY (Per person)$ANY AUTO OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS AUTOS ONLY HIRED PROPERTY DAMAGE $AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE $ CLAIMS-MADE AGGREGATE $ DED RETENTION $$ PER OTH- STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below POLICY NON-OWNED SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03) ACORDTM CERTIFICATE OF LIABILITY INSURANCE Valley Forge Insurance Company Continental Insurance Company National Fire Ins Co of Hartford 8/21/2023 Propel Insurance 1201 Pacific Avenue; Suite 1000 COM Construction Tacoma, WA 98402-4321 Anna Reid 800 499-0933 866 577-1326 anna.reid@propelinsurance.com Active Construction Inc PO Box 430 Puyallup, WA 98371-0162 20508 35289 20478 A X X X PD Ded:5,000 X 5093447379 06/15/2023 06/15/2024 1,000,000 500,000 15,000 1,000,000 2,000,000 2,000,000 C X X X 5093447351 06/15/2023 06/15/2024 1,000,000 B X X X 10000 5093447365 06/15/2023 06/15/2024 9,000,000 9,000,000 A N 5093447379 WA Stop Gap ONLY 06/15/2023 06/15/2024 X 1,000,000 1,000,000 1,000,000 Re: ACI Job #23-034 - Downtown Core Streescape Phase 2 - Williams Ave. South City of Renton is included as Additional Insured as required by written contract, as set forth in the attached form(s) and/or endorsement(s). City of Renton 1055 South Grady Way Renton, WA 98055 1 of 1 #S6112466/M5981197 ACTICONS3Client#: 142662 AMR00 1 of 1 #S6112466/M5981197   Contract Documents    Page 30  Downtown Core Streetscape Phase 2 – Williams Avenue South  June 2023      Additional Insurance Requirements Unique to the King County Supplementary Conditions – Section 3 (HUD) Grant Contract This page is provided for reference. The Contractor is required to provide insurance coverage that meets the insurance coverage requirements listed in Insurance Requirements – General Section of the King County Supplementary Construction Conditions, Grant Contract (see Section VI of the Contract Documents). An additional COI Acord form with King County named as Certificate Holder will be required with the following lines of coverage and minimum insurance limits:  Commercial General Liability: $1,000,000 combined single limit per occurrence by bodily injury, personal injury, and property damage; and for those policies with aggregate limits, a $2,000,000 aggregate limit.  Professional Liability, Errors, and Omissions: $1,000,000, Per Claim and in the Aggregate.  Automobile Liability: $1,000,000 combined single limit per accident for bodily injury and property damage if the use of motor vehicles is contemplated  Workers’ Compensation: Statutory requirements of the state of residency.  Stop Gap /Employers Liability: $1,000,000.  Property Insurance: One hundred percent replacement value of funded structure.  Contractors Pollution Contractor shall provide Contractor’s Pollution Liability coverage in the amount of $1,000,000 per occurrence and in the aggregate.  The above lines of coverage and insurance limits do not represent the minimum required insurance coverage or limits that are adequate to protect the contractor/subcontractors from all liabilities.  Name King County, its agents, its officers, and employees as Additional Insureds on the policy. This requirement applies to Commercial General Liability and Auto Liability policies; it does not apply to Professional Liability, Errors and Omissions Insurance.  The City Project Manager shall be provided with written notice of any policy cancellation within a minimum of two (2) business days of receipt of such notice by the Policy Holder.  The Certificate Holder should read: o King County 401 Fifth Avenue, Suite 500 Seattle, WA 98104 INSR ADDL SUBR LTR INSR WVD DATE (MM/DD/YYYY) PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) COMMERCIAL GENERAL LIABILITY AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE INSURER(S) AFFORDING COVERAGE NAIC # Y / N N / A (Mandatory in NH) ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? EACH OCCURRENCE $ DAMAGE TO RENTED $PREMISES (Ea occurrence)CLAIMS-MADE OCCUR MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ $ PRO- OTHER: LOCJECT COMBINED SINGLE LIMIT $(Ea accident) BODILY INJURY (Per person)$ANY AUTO OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS AUTOS ONLY HIRED PROPERTY DAMAGE $AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE $ CLAIMS-MADE AGGREGATE $ DED RETENTION $$ PER OTH- STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below POLICY NON-OWNED SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03) ACORDTM CERTIFICATE OF LIABILITY INSURANCE Valley Forge Insurance Company Continental Insurance Company National Fire Ins Co of Hartford 8/21/2023 Propel Insurance 1201 Pacific Avenue; Suite 1000 COM Construction Tacoma, WA 98402-4321 Anna Reid 800 499-0933 866 577-1326 anna.reid@propelinsurance.com Active Construction Inc PO Box 430 Puyallup, WA 98371-0162 20508 35289 20478 A X X X PD Ded:5,000 X 5093447379 06/15/2023 06/15/2024 1,000,000 500,000 15,000 1,000,000 2,000,000 2,000,000 C X X X 5093447351 06/15/2023 06/15/2024 1,000,000 B X X X 10000 5093447365 06/15/2023 06/15/2024 9,000,000 9,000,000 A N 5093447379 WA Stop Gap ONLY 06/15/2023 06/15/2024 X 1,000,000 1,000,000 1,000,000 Re: ACI Job #23-034 - Downtown Core Streescape Phase 2 - Williams Ave. South King County and its officers, elected officials, employees, agents and volunteers are included as Additional Insured as required by written contract, as set forth in the attached form(s) and/or endorsement(s). King County 401 Fifth Avenue, Suite 500 Seattle, WA 98104 1 of 1 #S6112467/M5981197 ACTICONS3Client#: 142662 AMR00 1 of 1 #S6112467/M5981197 City of Renton Contract Provisions for Downtown Core Streetscape Phase 2 Williams Avenue South ______________________________________________________________________________ V. REQUIRED CONTRACT PROVISIONS FOR FEDERAL-AID CONSTRUCTION CONTRACTS 1 FHWA-1273 -- Revised July 5, 2022 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS I.General II.Nondiscrimination III.Non-segregated Facilities IV.Davis-Bacon and Related Act Provisions V.Contract Work Hours and Safety Standards Act Provisions VI.Subletting or Assigning the Contract VII.Safety: Accident Prevention VIII.False Statements Concerning Highway Projects IX.Implementation of Clean Air Act and Federal Water Pollution Control Act X.Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion XI.Certification Regarding Use of Contract Funds for Lobbying XII. Use of United States-Flag Vessels: ATTACHMENTS A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (included in Appalachian contracts only) I. GENERAL 1.Form FHWA-1273 must be physically incorporated in each construction contract funded under title 23, United States Code, as required in 23 CFR 633.102(b) (excluding emergency contracts solely intended for debris removal). The contractor (or subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services). 23 CFR 633.102(e). The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. 23 CFR 633.102(e). Form FHWA-1273 must be included in all Federal-aid design- build contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services) in accordance with 23 CFR 633.102. The design-builder shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. Contracting agencies may reference Form FHWA-1273 in solicitation-for-bids or request-for-proposals documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower-tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a construction contract). 23 CFR 633.102(b). 2. Subject to the applicability criteria noted in the following sections, these contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract. 23 CFR 633.102(d). 3. A breach of any of the stipulations contained in these Required Contract Provisions may be sufficient grounds for withholding of progress payments, withholding of final payment, termination of the contract, suspension / debarment or any other action determined to be appropriate by the contracting agency and FHWA. 4. Selection of Labor: During the performance of this contract, the contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal-aid highway unless it is labor performed by convicts who are on parole, supervised release, or probation. 23 U.S.C. 114(b). The term Federal-aid highway does not include roadways functionally classified as local roads or rural minor collectors. 23 U.S.C. 101(a). II. NONDISCRIMINATION (23 CFR 230.107(a); 23 CFR Part 230, Subpart A, Appendix A; EO 11246) The provisions of this section related to 23 CFR Part 230, Subpart A, Appendix A are applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR Part 60, 29 CFR Parts 1625-1627, 23 U.S.C. 140, Section 504 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794), Title VI of the Civil Rights Act of 1964, as amended (42 U.S.C. 2000d et seq.), and related regulations including 49 CFR Parts 21, 26, and 27; and 23 CFR Parts 200, 230, and 633. The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 60- 1.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3. Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR Part 60, and 29 CFR Parts 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with 23 U.S.C. 140, Section 504 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794), and Title VI of the Civil Rights Act of 1964, as amended (42 U.S.C. 2000d et seq.), and related regulations including 49 CFR Parts 21, 26, and 27; and 23 CFR Parts 200, 230, and 633. The following provision is adopted from 23 CFR Part 230, Subpart A, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements. 2 1. Equal Employment Opportunity: Equal Employment Opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (see 28 CFR Part 35, 29 CFR Part 1630, 29 CFR Parts 1625-1627, 41 CFR Part 60 and 49 CFR Part 27) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140, shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The provisions of the Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR Part 35 and 29 CFR Part 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the contracting agency and the Federal Government to ensure that it has made every good faith effort to provide equal opportunity with respect to all of its terms and conditions of employment and in their review of activities under the contract. 23 CFR 230.409 (g)(4) & (5). b. The contractor will accept as its operating policy the following statement: "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, sexual orientation, gender identity, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre-apprenticeship, and/or on-the-job training." 2. EEO Officer: The contractor will designate and make known to the contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active EEO program and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action or are substantially involved in such action, will be made fully cognizant of and will implement the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer or other knowledgeable company official. b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minorities and women. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minorities and women in the area from which the project work force would normally be derived. a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minorities and women. To meet this requirement, the contractor will identify sources of potential minority group employees and establish with such identified sources procedures whereby minority and women applicants may be referred to the contractor for employment consideration. b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, the contractor is expected to observe the provisions of that agreement to the extent that the system meets the contractor's compliance with EEO contract provisions. Where implementation of such an agreement has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Federal nondiscrimination provisions. c. The contractor will encourage its present employees to refer minorities and women as applicants for employment. Information and procedures with regard to referring such applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, sexual orientation, gender identity, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to ensure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action 3 within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of their avenues of appeal. 6. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and women who are applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved. b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs (i.e., apprenticeship and on-the-job training programs for the geographical area of contract performance). In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contracting agency may reserve training positions for persons who receive welfare assistance in accordance with 23 U.S.C. 140(a). c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. d. The contractor will periodically review the training and promotion potential of employees who are minorities and women and will encourage eligible employees to apply for such training and promotion. 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. 23 CFR 230.409. Actions by the contractor, either directly or through a contractor's association acting as agent, will include the procedures set forth below: a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment. b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, sexual orientation, gender identity, national origin, age, or disability. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the contracting agency and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the contractor with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, sexual orientation, gender identity, national origin, age, or disability; making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the requirements of this paragraph. In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the contracting agency. 8. Reasonable Accommodation for Applicants / Employees with Disabilities: The contractor must be familiar with the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established thereunder. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an undue hardship. 9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, sexual orientation, gender identity, national origin, age, or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract. a. The contractor shall notify all potential subcontractors, suppliers, and lessors of their EEO obligations under this contract. b. The contractor will use good faith efforts to ensure subcontractor compliance with their EEO obligations. 10. Assurances Required: a. The requirements of 49 CFR Part 26 and the State DOT’s FHWA-approved Disadvantaged Business Enterprise (DBE) program are incorporated by reference. b. The contractor, subrecipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate, which may include, but is not limited to: (1) Withholding monthly progress payments; (2) Assessing sanctions; (3) Liquidated damages; and/or (4) Disqualifying the contractor from future bidding as non- responsible. c. The Title VI and nondiscrimination provisions of U.S. DOT Order 1050.2A at Appendixes A and E are incorporated by reference. 49 CFR Part 21. 11. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the contractor for all contract work and shall be available at reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA. a. The records kept by the contractor shall document the following: 4 (1) The number and work hours of minority and non- minority group members and women employed in each work classification on the project; (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; and (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minorities and women. b. The contractors and subcontractors will submit an annual report to the contracting agency each July for the duration of the project indicating the number of minority, women, and non- minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. The staffing data should represent the project work force on board in all or any part of the last payroll period preceding the end of July. If on-the-job training is being required by special provision, the contractor will be required to collect and report training data. The employment data should reflect the work force on board during all or any part of the last payroll period preceding the end of July. III. NONSEGREGATED FACILITIES This provision is applicable to all Federal-aid construction contracts and to all related construction subcontracts of more than $10,000. 41 CFR 60-1.5. As prescribed by 41 CFR 60-1.8, the contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex, sexual orientation, gender identity, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensure that its employees are not assigned to perform their services at any location under the contractor's control where the facilities are segregated. The term "facilities" includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees. The contractor shall provide separate or single-user restrooms and necessary dressing or sleeping areas to assure privacy between sexes. IV. DAVIS-BACON AND RELATED ACT PROVISIONS This section is applicable to all Federal-aid construction projects exceeding $2,000 and to all related subcontracts and lower-tier subcontracts (regardless of subcontract size), in accordance with 29 CFR 5.5. The requirements apply to all projects located within the right-of-way of a roadway that is functionally classified as Federal-aid highway. 23 U.S.C. 113. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. 23 U.S.C. 101. Where applicable law requires that projects be treated as a project on a Federal-aid highway, the provisions of this subpart will apply regardless of the location of the project. Examples include: Surface Transportation Block Grant Program projects funded under 23 U.S.C. 133 [excluding recreational trails projects], the Nationally Significant Freight and Highway Projects funded under 23 U.S.C. 117, and National Highway Freight Program projects funded under 23 U.S.C. 167. The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5 “Contract provisions and related matters” with minor revisions to conform to the FHWA- 1273 format and FHWA program requirements. 1. Minimum wages (29 CFR 5.5) a. All laborers and mechanics employed or working upon the site of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph 1.d. of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph 1.b. of this section) and the Davis-Bacon poster (WH–1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. b. (1) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (i) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (ii) The classification is utilized in the area by the construction industry; and 5 (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, 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 Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (4) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs 1.b.(2) or 1.b.(3) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. c. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. d. If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 2. Withholding (29 CFR 5.5) 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 (29 CFR 5.5) a. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis- Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. b. (1) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g., the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH–347 is available for this purpose from the Wage and Hour Division Web site. 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 6 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 29 CFR 5.5(a)(3)(ii), the appropriate information is being maintained under 29 CFR 5.5(a)(3)(i), 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 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 18 U.S.C. 1001 and 31 U.S.C. 231. 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, 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 (29 CFR 5.5) a. Apprentices (programs of the USDOL). Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. b. Trainees (programs of the USDOL). Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the 7 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. 23 CFR 230.111(e)(2). The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to 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 as provided in 29 CFR 5.5. 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. 8. Compliance with Davis-Bacon and Related Act requirements. All rulings and interpretations of the Davis- Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract as provided in 29 CFR 5.5. 9. Disputes concerning labor standards. As provided in 29 CFR 5.5, disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 10. Certification of eligibility (29 CFR 5.5) 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 Pursuant to 29 CFR 5.5(b), the following clauses apply to any Federal-aid construction contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include 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. 29 CFR 5.5. 2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph 1 of this section, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. 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 currently provided in 29 CFR 5.5(b)(2)* for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph 1 of this section. 29 CFR 5.5. * $27 as of January 23, 2019 (See 84 FR 213-01, 218) as may be adjusted annually by the Department of Labor; pursuant to the Federal Civil Penalties Inflation Adjustment Act of 1990). 8 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. 29 CFR 5.5. 4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs 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. 29 CFR 5.5. VI. SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal-aid construction contracts on the National Highway System pursuant to 23 CFR 635.116. 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635.116). a. The term “perform work with its own organization” in paragraph 1 of Section VI refers to workers employed or leased by the prime contractor, and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or lower tier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be included in this term if the prime contractor meets all of the following conditions: (based on longstanding interpretation) (1) the prime contractor maintains control over the supervision of the day-to-day activities of the leased employees; (2) the prime contractor remains responsible for the quality of the work of the leased employees; (3) the prime contractor retains all power to accept or exclude individual employees from work on the project; and (4) the prime contractor remains ultimately responsible for the payment of predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirements. b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract. 23 CFR 635.102. 2. Pursuant to 23 CFR 635.116(a), the contract amount upon which the requirements set forth in paragraph (1) of Section VI is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. Pursuant to 23 CFR 635.116(c), the contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the contracting agency has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. (based on long- standing interpretation of 23 CFR 635.116). 5. The 30-percent self-performance requirement of paragraph (1) is not applicable to design-build contracts; however, contracting agencies may establish their own self-performance requirements. 23 CFR 635.116(d). VII. SAFETY: ACCIDENT PREVENTION This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR Part 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 23 CFR 635.108. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR Part 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). 29 CFR 1926.10. 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance 9 with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal- aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, Form FHWA-1022 shall be posted on each Federal-aid highway project (23 CFR Part 635) in one or more places where it is readily available to all persons concerned with the project: 18 U.S.C. 1020 reads as follows: "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal-aid Roads Act approved July 11, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined under this title or imprisoned not more than 5 years or both." IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT (42 U.S.C. 7606; 2 CFR 200.88; EO 11738) This provision is applicable to all Federal-aid construction contracts in excess of $150,000 and to all related subcontracts. 48 CFR 2.101; 2 CFR 200.326. By submission of this bid/proposal or the execution of this contract or subcontract, as appropriate, the bidder, proposer, Federal-aid construction contractor, subcontractor, supplier, or vendor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251-1387). Violations must be reported to the Federal Highway Administration and the Regional Office of the Environmental Protection Agency. 2 CFR Part 200, Appendix II. The contractor agrees to include or cause to be included the requirements of this Section in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements. 2 CFR 200.326. X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION This provision is applicable to all Federal-aid construction contracts, design-build contracts, subcontracts, lower-tier subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA approval or that is estimated to cost $25,000 or more – as defined in 2 CFR Parts 180 and 1200. 2 CFR 180.220 and 1200.220. 1. Instructions for Certification – First Tier Participants: a. By signing and submitting this proposal, the prospective first tier participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective first tier participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. 2 CFR 180.320. c. The certification in this clause is a material representation of fact upon which reliance was placed when the contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of default. 2 CFR 180.325. d. The prospective first tier participant shall provide immediate written notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 2 CFR 180.345 and 180.350. e. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180, Subpart I, 180.900-180.1020, and 1200. “First Tier Covered Transactions” refers to any covered transaction between a recipient or subrecipient of Federal funds and a participant (such as the prime or general contract). “Lower Tier Covered Transactions” refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). “First Tier Participant” refers to the participant 10 who has entered into a covered transaction with a recipient or subrecipient of Federal funds (such as the prime or general contractor). “Lower Tier Participant” refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). f. The prospective first tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. 2 CFR 180.330. g. The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transactions," provided by the department or contracting agency, entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. 2 CFR 180.220 and 180.300. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. 2 CFR 180.300; 180.320, and 180.325. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. 2 CFR 180.335. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the System for Award Management website (https://www.sam.gov/). 2 CFR 180.300, 180.320, and 180.325. i. Nothing contained in the foregoing shall be construed to require the establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of the prospective participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph (f) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. 2 CFR 180.325. * * * * * 2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – First Tier Participants: a. The prospective first tier participant certifies to the best of its knowledge and belief, that it and its principals: (1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency, 2 CFR 180.335;. (2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property, 2 CFR 180.800; (3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification, 2 CFR 180.700 and 180.800; and (4) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. 2 CFR 180.335(d). (5) Are not a corporation that has been convicted of a felony violation under any Federal law within the two-year period preceding this proposal (USDOT Order 4200.6 implementing appropriations act requirements); and (6) Are not a corporation with any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted, or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability (USDOT Order 4200.6 implementing appropriations act requirements). b. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant should attach an explanation to this proposal. 2 CFR 180.335 and 180.340. 3. Instructions for Certification - Lower Tier Participants: (Applicable to all subcontracts, purchase orders, and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200). 2 CFR 180.220 and 1200.220. a. By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. 2 CFR 180.365. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180, Subpart I, 180.900 – 180.1020, and 1200. You may contact the person to which this proposal is 11 submitted for assistance in obtaining a copy of those regulations. “First Tier Covered Transactions” refers to any covered transaction between a recipient or subrecipient of Federal funds and a participant (such as the prime or general contract). “Lower Tier Covered Transactions” refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). “First Tier Participant” refers to the participant who has entered into a covered transaction with a recipient or subrecipient of Federal funds (such as the prime or general contractor). “Lower Tier Participant” refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 2 CFR 1200.220 and 1200.332. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. 2 CFR 180.220 and 1200.220. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the System for Award Management website (https://www.sam.gov/), which is compiled by the General Services Administration. 2 CFR 180.300, 180.320, 180.330, and 180.335. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 2 CFR 180.325. * * * * * 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: (a) is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency, 2 CFR 180.355; (b) is a corporation that has been convicted of a felony violation under any Federal law within the two-year period preceding this proposal (USDOT Order 4200.6 implementing appropriations act requirements); and (c) is a corporation with any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted, or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (USDOT Order 4200.6 implementing appropriations act requirements) 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant should attach an explanation to this proposal. * * * * * XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING This provision is applicable to all Federal-aid construction contracts and to all related subcontracts which exceed $100,000. 49 CFR Part 20, App. A. 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier 12 subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. XII. USE OF UNITED STATES-FLAG VESSELS: This provision is applicable to all Federal-aid construction contracts, design-build contracts, subcontracts, lower-tier subcontracts, purchase orders, lease agreements, or any other covered transaction. 46 CFR Part 381. This requirement applies to material or equipment that is acquired for a specific Federal-aid highway project. 46 CFR 381.7. It is not applicable to goods or materials that come into inventories independent of an FHWA funded-contract. When oceanic shipments (or shipments across the Great Lakes) are necessary for materials or equipment acquired for a specific Federal-aid construction project, the bidder, proposer, contractor, subcontractor, or vendor agrees: 1. To utilize privately owned United States-flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to this contract, to the extent such vessels are available at fair and reasonable rates for United States-flag commercial vessels. 46 CFR 381.7. 2. To furnish within 20 days following the date of loading for shipments originating within the United States or within 30 working days following the date of loading for shipments originating outside the United States, a legible copy of a rated, ‘on-board’ commercial ocean bill-of-lading in English for each shipment of cargo described in paragraph (b)(1) of this section to both the Contracting Officer (through the prime contractor in the case of subcontractor bills-of-lading) and to the Office of Cargo and Commercial Sealift (MAR-620), Maritime Administration, Washington, DC 20590. (MARAD requires copies of the ocean carrier's (master) bills of lading, certified onboard, dated, with rates and charges. These bills of lading may contain business sensitive information and therefore may be submitted directly to MARAD by the Ocean Transportation Intermediary on behalf of the contractor). 46 CFR 381.7. 13 ATTACHMENT A - EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS (23 CFR 633, Subpart B, Appendix B) This provision is applicable to all Federal-aid projects funded under the Appalachian Regional Development Act of 1965. 1. During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done as on-site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except: a. To the extent that qualified persons regularly residing in the area are not available. b. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. c. For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that the number of nonresident persons employed under this subparagraph (1c) shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph (4) below. 2. The contractor shall place a job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees required in each classification, (c) the date on which the participant estimates such employees will be required, and (d) any other pertinent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. If during the course of the contract work, the information submitted by the contractor in the original job order is substantially modified, the participant shall promptly notify the State Employment Service. 3. The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work required. 4. If, within one week following the placing of a job order by the contractor with the State Employment Service, the State Employment Service is unable to refer any qualified job applicants to the contractor, or less than the number requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph (1c) above. 5. The provisions of 23 CFR 633.207(e) allow the contracting agency to provide a contractual preference for the use of mineral resource materials native to the Appalachian region. 6. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on-site work. City of Renton Contract Provisions for Downtown Core Streetscape Phase 2 Williams Avenue South ______________________________________________________________________________ VI. HUD REGULATIONS Housing, Homelessness, and Community Development Division Supplemental Construction Contract Conditions SUPERSEDING If there are conflicts between this exhibit and other sections of th is bid document/agreement and amendments these Supplementary Conditions shall supersede such sections unless otherwise agreed upon in writing by both parties . Project Click or tap here to enter text. Downtown Core Streetscape Phase 2 - Williams Avenue South King County Supplementary Construction Conditions Page 2 King County Supplementary Construction Conditions Page 3 GENERAL CONDITIONS 1. PRECONSTRUCTION CONFERENCE a. Either before or soon after the actual award of the Contract (but in any event prior to the start to Work at site), the Prime Contractor’s bookkeeper/accountant/individual in charge of payroll shall attend a Preconstruction Conference with representatives of the Owner, and the King County Community Development Block Grant Program. b. The Conference will be held to establish procedures for discussion of Federal and State Prevailing Wage requirements for the project. The date, time, and place of the Conference will be furnished to the Contractor by the Owner or the Architect/Engineer. The Contractor will notify his subcontractors of the Conference and encourage their attendance. Other items of note, not discussed at the technical preconstruction conference, may be discussed at the labor/administrative conference. 2. SUBMISSION OF COMPLIANCE DOCUMENTS In order to document compliance with the King County Community Development Block Grant Program requirements and Federal regulations, the successful Bidder will be required to submit and to require his subcontractors to submit various forms and reports required by the Contract Documents, including but not limited to: HCD Labor Form 3 Contractor List HCD Labor Form 4 Prime Contractor Cert. of Business Status; HCD Labor Form 5 Sub-Contract Agreement for any sub-contracts; HCD Labor Form 6 Sub-Tier Sub-Contract Agreement for any sub-tier sub-contracts; HCD Labor Form 7 Authorization to Sign Payroll HCD Labor Form 8 Fringe Benefit Form attached to submitted weekly payrolls (Optional) HCD Labor Form Employee Roster Form (Optional) HCD Labor Form 10 No Work Performed in lieu of Dept of Labor Payroll Form if no work is performed HCD Labor Form 13 Labor Compliance Closeout List Dept. of Labor Weekly Payroll Form WH347 HCD Section 3 Forms Unanticipated Discovery Plan (UDP) 3. ACCESS TO RECORDS AND EMPLOYEE INTERVIEWS a. Contractors and subcontractors will be required to allow interviews with employees on the job during working hours. b. The Secretary of HUD, the King County Community Development Block Grant Program, the Comptroller General of the United States, the Owner and any of their duly authorized representatives shall have access to all books, accounts, records, reports, files, and other papers or property of the Contractor and his Subcontractors pertaining to work performed under this Contractor and his Subcontractors pertaining to work performed under this Contract for the purpose King County Supplementary Construction Conditions Page 4 of making surveys, audits, examinations, excerpts, and transcripts. The Contractor shall retain records pertinent to this Contract for a period of six years from the date of termination or completion of this contract. 4. ELIGIBLE SUBCONTRACTORS The Contractor shall not propose or contract with any person or entity included in the United States Department of Housing and Urban Development Consolidated List of Debarred, Suspended, and Ineligible Contractors and Grantees, or legally prohibited from conducting business in Washington State. 5. INTEREST OF CERTAIN FEDERAL OFFICIALS No member of or delegate to the Congress of the United States and no Resident Commissioners shall be admitted to any share or part of this Agreement or to any benefit that may arise hereunder. 6. INTEREST OF OWNER'S EMPLOYEES OR OTHER PUBLIC OFFICIALS No member officer, or employee of King County, or its designees or agents, no member of the governing body of the city in which the Project is located, and no other public official of the city in which the Project is located who exercises any functions or responsibilities with respect to the King County Community Development Block Grant Program during his or her tenure or for one year thereafter, shall have any interest, direct or indirect, in this Agreement or any subcontract, or the proceeds thereof. The Contractor shall incorporate, or cause to be incorporated, in all subcontracts a provision prohibiting such interest. 7. CERTIFICATION REGARDING LOBBYING a. By signing this contract, the undersigned certifies, to the best of his or her knowledge and belief, that: b. 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 agency, a Member of Congress, an officer or employee 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. c. 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 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. King County Supplementary Construction Conditions Page 5 d. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants. loans and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. e. 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 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 such failure. SECTION 3 Note: HUD Section 3 Compliance Applies to this Project (Section 3 section May be deleted if under $200K in HUD Funds) Subrecipients, subgrantees, developers, contractors, and subcontractors involved with this project must satisfy the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u and the regulations at Title 24 C.F.R. Subtitle A part 75, and the terms of this contract. 1. Governing law & Definitions: a. HUD Section 3 is governed by 12 U.S.C. § 1701u and Title 24 C.F.R. Subtitle A part 75 (hereinafter 24 C.F.R. §75.XX); and b. Definitions for this section are pursuant to 24. C.F.R. §75.5. (See § 16 Below). 2. Compliance; goals; reporting. The Bidder agrees to comply with and to cause its covered contractors and covered subcontractors to comply with the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u and the regulations at 24 C.F.R. Part 75, and the terms of this contract. The purpose of Section 3 is to ensure that economic opportunities, most importantly employment, generated by certain HUD financial assistance shall be directed to low- and very low-income persons, particularly those who are recipients of government assistance for housing or residents of the community in which the Federal assistance is spent. a. The 20% Section 3 Worker and 5% Section 3 Targeted Worker goals apply to this contract by the Bidder. b. The Bidder agrees to report to the County its compliance with these Section 3 requirements on the form(s) supplied by the County. 3. Requirements. The Bidder agrees that the following requirements apply to this contract: a. Employment & Training: i. Actions to facilitate participation by Section 3 residents. ii. The Bidder agrees, to the greatest extent feasible, and consistent with King County Supplementary Construction Conditions Page 6 existing Federal, state, and local laws and regulations, to ensure that employment and training opportunities arising in connection with Section 3 projects are provided to Section 3 workers within the metropolitan area (or nonmetropolitan county) in which the project is located. b. The Bidder further agrees to, where feasible, afford priority for opportunities and training described in paragraph (A)(1) of this section to: i. Section 3 workers residing within the service area or the neighborhood of the project, and ii. Participants in YouthBuild programs. 4. Contracting: Actions To facilitate participation by Section 3 businesses. a. The Bidder agrees, to the greatest extent feasible, and consistent with existing Federal, state, and local laws and regulations, recipients covered by this subpart shall ensure contracts for work awarded in connection with Section 3 projects are provided to business concerns that provide economic opportunities to Section 3 workers residing within the metropolitan area (or nonmetropolitan county) in which the project is located. b. The Bidder agrees that, where feasible, priority for contracting opportunities described in paragraph (b)(1) of this section should be given to: i. Section 3 business concerns that provide economic opportunities to Section 3 workers residing within the service area or the neighborhood of the project, and ii. YouthBuild programs. c. The Bidder also agrees to assist the COUNTY in compliance as it pertains to this project, in accordance with the Section 3 regulations in 24 C.F.R. §75. 5. Targeted Section 3 Workers a. The Bidder agrees to prioritize and report on efforts to employ and train Targeted Section 3 workers on this project in accordance with the following definitions and acknowledges a 5% goal for inclusion of Targeted Section 3 workers: b. A Targeted Section 3 worker for housing and community development financial assistance means a Section 3 worker who is: i. A worker employed by a Section 3 business concern ii. A worker who currently fits or when hired fit at least one of the following categories, as documented within the past five years: iii. Living within the service area or the neighborhood of the project, as defined by 24 C.F.R. 75.5; or iv. A YouthBuild participant. King County Supplementary Construction Conditions Page 7 6. Reporting. The Bidder agrees to report to the County in a manner consistent with federal regulations outlined at 24 C.F.R. §75.25, and in accordance with documents provided by the County pursuant to the to demonstrate efforts to satisfy HUD Section 3 Requirements outlined herein. a. Reporting of Labor Hours For Section 3 projects, recipients must report in a manner prescribed by HUD: i. The total number of labor hours worked; ii. The total number of labor hours worked by Section 3 workers; and iii. The total number of labor hours worked by Targeted Section 3 workers. b. Section 3 workers' and Targeted Section 3 workers' labor hours may be counted for five years from when their status as a Section 3 worker or Targeted Section 3 worker is established pursuant to §IV. c. The labor hours reported under paragraph (A)(1) of this section must include the total number of labor hours worked on a Section 3 project, including labor hours worked by any subrecipients, contractors and subcontractors that the recipient is required, or elects pursuant to paragraph D. of this section, to report. d. Recipients reporting under this section, as well as subrecipients, contractors and subcontractors who report to recipients, may report labor hours by Section 3 workers, under paragraph (A)(1)(a) of this section, and labor hours by Targeted Section 3 workers, under paragraph (A)(1)(c) of this section, from professional services without including labor hours from professional services in the total number of labor hours worked under paragraph (A)(1)(a) of this section. If a contract covers both professional services and other work and the recipient or contractor or subcontractor chooses not to report labor hours from professional services, the labor hours under the contract that are not from professional services must still be reported. e. Recipients may report their own labor hours or that of a subrecipient, contractor, or subcontractor based on the employer's good faith assessment of the labor hours of a full-time or part-time employee informed by the employer's existing salary or time and attendance based payroll systems, unless the project or activity is otherwise subject to requirements specifying time and attendance reporting. f. If the Bidder has not met the benchmarks outlined herein, the Bidder shall report in a form prescribed by HUD on the qualitative nature of its activities and those its contractors and subcontractors pursued. Such qualitative efforts may, for example, include but are not limited to the following: i. Engaged in outreach efforts to generate job applicants who are Targeted Section 3 workers. ii. Provided training or apprenticeship opportunities. King County Supplementary Construction Conditions Page 8 iii. Provided technical assistance to help Section 3 workers compete for jobs (e.g., resume assistance, coaching). iv. Provided or connected Section 3 workers with assistance in seeking employment including: drafting resumes, preparing for interviews, and finding job opportunities connecting residents to job placement services. v. Held one or more job fairs. vi. Provided or referred Section 3 workers to services supporting work readiness and retention (e.g., work readiness activities, interview clothing, test fees, transportation, child care). vii. Provided assistance to apply for/or attend community college, a four-year educational institution, or vocational/technical training. viii. Assisted Section 3 workers to obtain financial literacy training and/or coaching. ix. Engaged in outreach efforts to identify and secure bids from Section 3 business concerns. x. Provided technical assistance to help Section 3 business concerns understand and bid on contracts. xi. Divided contracts into smaller jobs to facilitate participation by Section 3 business concerns. xii. Provided bonding assistance, guaranties, or other efforts to support viable bids from Section 3 business concerns. xiii. Promoted use of business registries designed to create opportunities for disadvantaged and small businesses. xiv. Outreach, engagement, or referrals with the state one-stop system as defined in Section 121(e)(2) of the Workforce Innovation and Opportunity Act. g. Reporting Frequency The Bidder shall submit reports on labor hours and compliance on a weekly basis along with Certified Payroll Reports as required by 29 CFR 5.5 (Davis-Bacon and Related Acts Regulations/Contract Requirements). 7. Section 3 Safe Harbor. a. The Bidder shall certify to the County its compliance with HUD Section 3 by certifying on documents provided by the County that the Bidder has followed the prioritization requirements for employment and contracting outlined in § III of these terms. b. Upon supplying the certification, the Bidder shall be deemed to have complied the requirements of HUD Section 3 by meeting or exceeding the benchmarks outlined herein for inclusion of Section 3 workers, as reported on documents King County Supplementary Construction Conditions Page 9 provided by the County, absent evidence to the contrary. 8. Record Keeping. a. HUD shall have access to all records, reports, and other documents or items of the recipient that are maintained to demonstrate compliance with the requirements of this part, or that are maintained in accordance with the regulations governing the specific HUD program by which the Section 3 project is governed, or the public housing financial assistance is provided or otherwise made available to the recipient, subrecipient, contractor, or subcontractor. b. Recipients must maintain documentation, or ensure that a subrecipient, contractor, or subcontractor that employs the worker maintains documentation, to ensure that workers meet the definition of a Section 3 worker or Targeted Section 3 worker, at the time of hire or the first reporting period, as follows: i. For a worker to qualify as a Section 3 worker, one of the following must be maintained: 1. A worker's self-certification that their income is below the income limit from the prior calendar year; 2. A worker's self-certification of participation in a means-tested program such as public housing or Section 8-assisted housing; 3. Certification from a PHA, or the owner or property manager of project-based Section 8-assisted housing, or the administrator of tenant-based Section 8-assisted housing that the worker is a participant in one of their programs; 4. An employer's certification that the worker's income from that employer is below the income limit when based on an employer's calculation of what the worker's wage rate would translate to if annualized on a full-time basis; or 5. An employer's certification that the worker is employed by a Section 3 business concern. ii. For a worker to qualify as a Targeted Section 3 worker, one of the following must be maintained: 1. A worker's certification that the worker is a YouthBuild participant. 2. An employer's confirmation that a worker's residence is within one mile of the work site or, if fewer than 5,000 people live within one mile of a work site, within a circle centered on the work site that is sufficient to encompass a population of 5,000 people according to the most recent U.S. Census; or 3. An employer's certification that the worker is employed by a Section 3 business concern. c. The documentation for this project must be maintained for the time period King County Supplementary Construction Conditions Page 10 required for record retentions in accordance with applicable program and/or Washington State regulations or, in the absence of applicable program regulations, in accordance with 2 CFR part 200. The stricter of time period requirements shall prevail. d. A Bidder may report on Section 3 workers and Targeted Section 3 workers for five years from when their certification as a Section 3 worker or Targeted Section 3 worker is established. 9. Remedies for default. Upon a failure to comply with any of the requirements described herein, the COUNTY may elect to enforce the terms of this contract as afforded by law or equity. 10. Definitions 1937 Act means the United States Housing Act of 1937, 42 U.S.C. 1437 et seq. Contractor means any entity entering into a contract with: (1) A recipient to perform work in connection with the expenditure of public housing financial assistance or for work in connection with a Section 3 project; or (2) A subrecipient for work in connection with a Section 3 project. Labor hours means the number of paid hours worked by persons on a Section 3 project or by persons employed with funds that include public housing financial assistance. Low-income person means a person as defined in Section 3(b)(2) of the 1937 Act. Material supply contracts means contracts for the purchase of products and materials, including, but not limited to, lumber, drywall, wiring, concrete, pipes, toilets, sinks, carpets, and office supplies. Professional services means non-construction services that require an advanced degree or professional licensing, including, but not limited to, contracts for legal services, financial consulting, accounting services, environmental assessment, architectural services, and civil engineering services. Public housing financial assistance means assistance as defined in § 75.3(a)(1). Public housing project is defined in 24 CFR 905.108. Recipient means any entity that receives directly from HUD public housing financial assistance or housing and community development assistance that funds Section 3 projects, including, but not limited to, any State, local government, instrumentality, PHA, or other public agency, public or private nonprofit organization. Section 3 means Section 3 of the Housing and Urban Development Act of 1968, as amended (12 U.S.C. 1701u). Section 3 business concern means: A business concern meeting at least one of the following criteria, documented within the last six-month period: It is at least 51 percent owned and controlled by low- or very low-income persons; King County Supplementary Construction Conditions Page 11 Over 75 percent of the labor hours performed for the business over the prior three-month period are performed by Section 3 workers; or It is a business at least 51 percent owned and controlled by current public housing residents or residents who currently live in Section 8-assisted housing. The status of a Section 3 business concern shall not be negatively affected by a prior arrest or conviction of its owner(s) or employees. Nothing in this part shall be construed to require the contracting or subcontracting of a Section 3 business concern. Section 3 business concerns are not exempt from meeting the specifications of the contract. Section 3 project means a project defined in § 75.3(a)(2). Section 3 worker means: Any worker who currently fits or when hired within the past five years fit at least one of the following categories, as documented: The worker's income for the previous or annualized calendar year is below the income limit established by HUD. The worker is employed by a Section 3 business concern. The worker is a YouthBuild participant. The status of a Section 3 worker shall not be negatively affected by a prior arrest or conviction. Nothing in this part shall be construed to require the employment of someone who meets this definition of a Section 3 worker. Section 3 workers are not exempt from meeting the qualifications of the position to be filled. Section 8-assisted housing refers to housing receiving project-based rental assistance or tenant-based assistance under Section 8 of the 1937 Act. Service area or the neighborhood of the project means an area within one mile of the Section 3 project or, if fewer than 5,000 people live within one mile of a Section 3 project, within a circle centered on the Section 3 project that is sufficient to encompass a population of 5,000 people according to the most recent U.S. Census. Small PHA means a public housing authority that manages or operates fewer than 250 public housing units. Subcontractor means any entity that has a contract with a contractor to undertake a portion of the contractor's obligation to perform work in connection with the expenditure of public housing financial assistance or for a Section 3 project. Subrecipient has the meaning provided in the applicable program regulations or in 2 CFR 200.93. Targeted Section 3 worker has the meanings provided in §§ 75.11, 75.21, or 75.29, and does not exclude an individual that has a prior arrest or conviction. Very low-income person means the definition for this term set forth in section 3(b)(2) of the 1937 Act. YouthBuild programs refers to YouthBuild programs receiving assistance under the Workforce Innovation and Opportunity Act (29 U.S.C. 3226). King County Supplementary Construction Conditions Page 12 CERTIFICATION OF NONSEGREGATED FACILITIES By signing the Bid Proposal, the Bidder certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The Bidder certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The Bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term segregated facilities means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, or national origin, because of habit, local custom, or otherwise. The Bidder agrees that (except where he has obtained identical certification from proposed sub-contractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certifications in his files. *Note: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. NATIONAL ENVIRONMENTAL PROTECTION ACT 1. The Contractor shall comply with all applicable standards, orders, or requirements issued under the Federal Water Pollution Control Act (33 USC 1251 et seq.) the Clean Air Act (42 USC 1857 et seq.), Executive Order 11738, and Environmental Protection Agency regulations (40 CFR Parts 15 and 61) including the following requirements: 2. The Contractor warrants that any facility utilized in the performance of this agreement is not listed on the EPA List of Violating Facilities pursuant to 40 CFR 15.20 as of the date of contract award. 3. The Contractor will comply with all the requirements of Section 114 of the Clean Air Act and Section 308 of the Federal Water Pollution Control Act relating to inspection, monitoring, entry, reports, and information, as well as all other requirements specified in said sections and all regulations and guidelines issued thereunder. 4. The Contractor agrees that as a condition for the award of this contract he will notify the owner of the receipt of any communication from the Assistant Administrator of EPA that a facility to be utilized for the contract is under consideration to be listed on the EPA List of Violating Facilities; and will make any such notification promptly prior to contract award. King County Supplementary Construction Conditions Page 13 5. The Contractor will include or cause to be included the criteria and requirements in paragraphs (1) through (4) of this article in every non-exempt subcontract and will take such action as the United States Government or its agencies may direct as a means of enforcing such provisions. 6. <Additional Requirements Per Project | UDP may be attached at end if used> HOLD HARMLESS AND INDEMNIFICATION 1. Contractor Indemnification of County This subsection applies to all non-state agencies. The Contractor shall protect, defend, indemnify, and save harmless the County, their officers, employees, and agents from any and all costs, claims, judgments, and/or awards of damages, arising out of, or in any way resulting from, the negligent acts or omissions of the Contractor, its officers, employees, contractors, subcontractors and/or agents, in its performance and/or non- performance of its obligations under this contract. The Contractor agrees that its obligations under this subparagraph extend to any claim, demand, and/or cause of action brought by, or on behalf of, any of its employees or agents. For this purpose, the Contractor, by mutual negotiation, hereby waives, as respects to the County only, any immunity that would otherwise be available against such claims under the Industrial Insurance provisions of RCW, Title 51. In the event the County incurs any judgment, award, and/or cost arising therefrom including attorneys’ fees to enforce the provisions of this article, all such fees, expenses, and costs shall be recoverable from the Contractor. To the extent that an Contractor subcontractor fails to satisfy its obligation to defend and indemnify King County, as detailed in XVII, the Contractor shall protect, defend, indemnify and hold harmless King County, its officers, employees, and agents from any and all costs, claims, judgments, and/or awards or damages arising out of, or in any way resulting from the negligent act or omissions of the Contractor’s contractor/subcontractor, its officers, employees, and/or agents in connection with or in support of this Contract. 2. Claims shall include, but not be limited to, assertions that use or transfer of software, book, document, report, film, tape, or sound reproduction or material of any kind, delivered hereunder, constitutes an infringement of any copyright, patent, trademark, trade name, and/or otherwise results in unfair trade practice. 3. The Contractor agrees not to perform any acts that include, but are not limited to, use or transfer of software, book, document, report, film, tape, or sound reproduction or material of any kind, delivered hereunder, that constitutes an infringement of any copyright, patent, trademark, trade name, and/or otherwise results in unfair trade practice. The Contractor agrees to indemnify the County for any harm resulting from unfair trade practices. 4. The provisions in this section shall survive the termination and/or duration of the contract term. 5. Nothing contained within this provision shall affect and/or alter the application of any other provision contained within this Contract. King County Supplementary Construction Conditions Page 14 INSURANCE REQUIREMENTS—GENERAL 1. Minimum Limits of Insurance—Capital Projects a. The Project Owner shall maintain limits no less than, for: i. Commercial General Liability: $1,000,000 combined single limit per occurrence by bodily injury, personal injury, and property damage; and for those policies with aggregate limits, a $2,000,000 aggregate limit. ii. Professional Liability, Errors, and Omissions: $1,000,000, Per Claim and in the Aggregate. iii. Automobile Liability: $1,000,000 combined single limit per accident for bodily injury and property damage if the use of motor vehicles is contemplated iv. Workers’ Compensation: Statutory requirements of the state of residency. v. Stop Gap /Employers Liability: $1,000,000. vi. Property Insurance: One hundred percent replacement value of funded structure. vii. Contractors Pollution Contractor shall provide Contractor’s Pollution Liability coverage in the amount of $1,000,000 per occurrence and in the aggregate. 2. Minimum Limits of Insurance for Building/General Contractors—-Building Construction Period a. Prior to commencement of building construction and until construction is complete and approved by the Project Owner, the Project Owner shall cause the Prime Construction Contractor and related professionals to procure and maintain insurance against claims for injuries to persons or damages to property which may arise from, or in connection with the activities related to this Contract. The Project Owner and County shall be a named as additional insureds on liability policies except Workers Compensation and Professional Liability, and as Named Insureds on Builders Risk policies. The cost of such insurance shall be paid by the construction contractor and/or any subcontractors. The construction contractor shall maintain limits no less than, for: i. Commercial General Liability: $1,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage and $2,000,000 in the aggregate. Endorsement coverage shall be documented and provided on Commercial General Liability Form CG 2010 11/85 or its equivalent. King County Supplementary Construction Conditions Page 15 ii. Automobile Liability: $1,000,000 combined single limit per accident for bodily injury and property damage. iii. Professional Liability, Errors & Omissions: $1,000,000, Per Claim and in the Aggregate iv. *Builder's Risk Insurance: One hundred percent replacement cost value. v. Workers Compensation: Statutory requirements of the State of residency. vi. Stop Gap or Employers Liability Coverage: $1,000,000. 3. Deductibles and Self-Insured Retentions a. Any deductibles or self-insured retentions must be declared to, and approved by, the County. The deductible and/or self-insured retention of the policies shall not apply to the Contractor’s liability to the County and shall be the sole responsibility of the Contractor. b. Builders Risk Insurance does not apply to infrastructure projects that do not have a facility or structural component listed as part of the scope in the project activities. 4. Other Insurance Provisions The insurance policies required in this Contract are to contain, or be endorsed to contain, the following provisions: a. All Liability Policies except Professional and Workers Compensation i. The County, its officers, officials, employees, and agents are to be covered as additional insureds as respects liability arising out of activities performed by or on behalf of the Contractor/Contractor in connection with this Contract. Such coverage shall include Products- Completed Operations. ii. To the extent of the Contractor’s/Contractor’s negligence, the Contractor’s/ Contractor’s insurance coverage shall be primary insurance as respects the County, its officers, officials, employees, and agents. Any insurance and/or self-insurance maintained by the County, its officers, officials, employees, or agents shall not contribute with the Contractor’s insurance or benefit the Contractor in any way. iii. The Contractor’s insurance shall apply separately to each insured against whom claim is made and/or lawsuit is brought, except with respect to the limits of the insurer’s liability. b. Property Coverage Policies i. The County shall be added to all Property Coverage Policies as a loss payee as its interests may appear. King County Supplementary Construction Conditions Page 16 ii. The County shall be added as a Named Insured as their interests may appear to all Builders Risk policies c. All Policies Coverage shall not be suspended, voided, canceled, reduced in coverage or in limits, except by the reduction of the applicable aggregate limit by claims paid, until after 45 days prior written notice has been given to the County. 5. Acceptability of Insurers a. Unless otherwise approved by the County, insurance is to be placed with insurers with a Bests’ rating of no less than A: VIII, or, if not rated with Bests, with minimum surpluses the equivalent of Bests’ surplus size VIII. b. Professional Liability, Errors, and Omissions insurance may be placed with insurers with a Bests’ rating of B+VII. Any exception must be approved by the County. c. If, at any time, the foregoing policies shall fail to meet the above requirements, the Prime Construction Contractor shall, upon notice to that effect from the County, promptly obtain a new policy, and shall submit the same to the County, with appropriate certificates and endorsements, for approval. 6. Verification of Coverage a. The Prime Construction Contractor shall furnish the County with certificates of insurance and endorsements required by this Contract. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements for each insurance policy are to be on forms approved by the County prior to the commencement of activities associated with the Contract. The County reserves the right to require complete, certified copies of all required insurance policies at any time. b. If the Agency/Contracting Party is a Municipal Corporation or an agency of the State of Washington and is a member of the Washington Cities Insurance Authority (WCIA) or any other self-insurance risk pool, a written acknowledgement/certification of current membership will be attached to the Agreement as Exhibit I and satisfies the insurance requirements specified above. 7. Subcontractors The Contractor shall include all subcontractors as insureds under its policies or shall require separate certificates of insurance and policy endorsements from each subcontractor. Insurance coverages provided by contractors/subcontractors, as evidence of compliance with the insurance requirements of this Contract, shall be subject to all of the requirements stated herein. King County Supplementary Construction Conditions Page 17 ADDITIONAL FEDERAL NONDISCRIMINATION REQUIREMENTS The Contractor shall comply with all applicable federal laws prohibiting discrimination, including the following: 1. Executive Order 11063 as amended by Executive Order 12259 and implementing regulations at 24 CFR Part 107; 2. Section 109 of the HCD Act of 1974, as amended (42 USC 5301); 3. The Americans with Disabilities Act (42 USC 1213; 47 USC 155, 201, 218 and 225); and 4. Section 504 of the Rehabilitation Act of 1973 and regulations at 24 CFR Part 8. PROHIBITED DISCRIMINATORY ACTIONS. 1. The Contractor may not, under any program or activity to which this Contract may apply, directly or through contractual or other arrangements, discriminate on the grounds of age, color, creed, familial status, marital status, nationality, religion, race, sex, sexual orientation, or the presence of any, physical, mental or sensory disability. Discriminatory actions may include but are not limited to the following: a. Denying any person access to facilities, services, financial aid or other benefits provided under the program or activity. b. Denying any person services due to limited English proficiency. c. Providing any person with facilities, services, financial aid or other benefits, which are different, or are provided in a different form from that provided to others under the program or activity. d. Subjecting any person to segregated or separate treatment in any facility or in any matter or process related to receipt of any service or benefit under the program or activity. e. Restricting in any way access to or in the enjoyment of any advantage or privilege enjoyed by others in connection with facilities, services, financial aid or other benefits under the program or activity. f. Treating any person differently from others in determining whether the person satisfies any admission, enrollment, eligibility, membership, or other requirement or condition which individuals must meet in order to be provided any facilities, services or other benefit provided under the program or activity. g. Denying any person any opportunity to participate in a program or activity as an employee. h. Failing to design and construct facilities for first occupancy after January 26, 1993 that are readily accessible to and usable by individuals with disabilities King County Supplementary Construction Conditions Page 18 and failure to remove architectural and communication barriers that are structural in nature in existing facilities, where such removal can be accomplished without difficulty and expense. 2. The Contractor shall not utilize criteria or methods of administration which have the effect of subjecting individuals to discrimination on the basis of age, color, familial status, nationality, race, religion, sex, or sexual orientation; or mental, physical, or sensory disability; or have the effect of defeating or substantially impairing accomplishment of the objectives of the program or activity with respect to individuals of a particular age, color, familial status, nationality, race, religion, sex, or sexual orientation; or the presence of any mental, physical, or sensory disability. 3. The Contractor, in determining the site or location of housing or facilities provided in whole or in part with funds under this Contract, may not make selections of such site or location which have the effect of excluding individuals, denying them benefits, or subjecting them to discrimination on the grounds of age, sex, marital status, familial status, religion, race, creed, color, sexual orientation, nationality, or the presence of any sensory, mental or physical disability; or which have the purpose or effect of defeating or substantially impairing the accomplishment of the objectives of the HCD Act or of the HUD Regulations. EMPLOYMENT PROJECTIONS In all solicitations under this Contract, the Contractor shall state that all qualified applicants will be considered for employment. The words “equal opportunity employer” in advertisements shall constitute compliance with this Section. SUBCONTRACTS AND PURCHASES 1. Subcontract Defined “Subcontract” shall mean any agreement between the Contractor and a subcontractor or between subcontractors that is based on this Contract, provided that the term “subcontract” does not include the purchase of (1) support services not related to the subject matter of this Contract, or (2) supplies. 2. Writing Required Any work or services assigned or subcontracted hereunder shall be in writing and must be approved by the County. The Contractor agrees that it is as fully responsible to the County for the acts and omissions of its subcontractors and their employees and agents, as it is for the acts and omissions of its own employees and agents. 3. Required Contract Terms a. The Contractor agrees to include the following language verbatim in every subcontract, provider agreement, or purchase agreement for services, which relate to the subject matter of this Contract: b. “Subcontractor shall protect, defend, indemnify, and hold harmless King County, its officers, employees, and agents from any and all costs, King County Supplementary Construction Conditions Page 19 claims, judgments, and/or awards of damages arising out of, or in any way resulting from the negligent act or omissions of subcontractor, its officers, employee, and/or agents in connection with or in support of this Contract. Subcontractor expressly agrees and understands that King County is a third party beneficiary to this Contract and shall have the right to bring an action against subcontractor to enforce the provisions of this paragraph.” 4. Debarred Contractors The Contractor shall not make any award at any time to any contractor, which is debarred, suspended or excluded, from participation in federal assistance programs under Executive Order 12549, “Debarment and Suspension”. 5. Subcontracting Requirements a. A Contractor which receives federal funds under this Contract also shall include the following Sections in every subcontract or purchase order for goods and services which are paid for in whole or in part with funds provided under this Contract: b. The Labor Standards provisions (HUD 4010) are included in the aforesaid sub-tier contract; c. The applicable Davis-Bacon wage rates are included in aforesaid sub-tier contract; d. This Addendum to the contract between contractor and subcontractor is part of the sub- tier contract; and e. Correction of any infractions of the aforesaid conditions, including infractions by the sub-contractor and any lower tier subcontractors, is a mutual responsibility. WASHINGTON STATE PREVAILING WAGES 1. Contractor shall maintain records indicating that the contractor has paid all employees performing work under this contract in compliance with state prevailing wage rules set forth in Chapter 39.12 RCW. 2. Contractor shall submit to King County, prior to work, Washington State Statement of Intent to Pay Prevailing Wages Numbers. 3. Prior to release of retainage by Owner, “Affidavits of Wages Paid” by all subcontractors shall be submitted to King County as required by RCW 39.12.040. If the Contractor believes that prevailing wage are not required for this project, the Contractor shall provide verification to HCD Community Development that it has consulted with and obtained confirmation from the Washington Department of Labor and Industries that such requirements do not apply and shall submit a signed certification attesting to that fact. King County Supplementary Construction Conditions Page 20 4. If there is a difference between Washington State Prevailing Wages and Federal Davis-Bacon wages, the contractor and all subcontractors shall pay the higher of the two wages. FEDERAL BID GUARANTEE AND BOND REQUIREMENTS 1. If the construction cost estimate is over $250,000, the Prime Construction Contractor shall provide a bid guarantee of five percent of the bid price, and a performance and payment bond for one hundred percent of the contract price. 2. If the Prime Contractor is subcontracting construction work under this Contract, the subcontract shall require for any construction subcontracts exceeding $100,000: 3. A performance bond from the subcontractor for one hundred percent of the contract price; and 4. A payment bond from the subcontractor for one hundred percent of the contract price. The Prime Construction Contractor may, at its discretion, require any of these requirements on construction contracts of less than $100,000. The specific requirements for bid guarantees and bonds are at 24 CFR Part 84.48(c) for nonprofit corporations and 24 CFR Part 85.36(h) for municipal corporations and agencies of the State of Washington. 5. The Contractor shall submit to the HCD Project manager all copies of Project bonds demonstrating compliance with this section and elsewhere defined in the Construction Documents. FAILURE TO COMPLY IS DEFAULT Failure by the Prime Contractor to require compliance with the above terms and conditions in subcontracts shall constitute a breach of this Contract. PROJECT FUNDING SIGN DURING CONSTRUCTION The Contractor shall include the following phrase on a construction sign erected during construction to identify funding sources used for the project: “Funding for this project was provided by King County’s Community Development Block Grant Program.” CONFLICT OF INTEREST 1. Contractor Covenants The Contractor covenants that no officer, employee, consultant, elected or appointed official, or agent of the Contractor who exercises any functions or responsibilities in connection with the activities funded in whole or in part under this Contract, herein, or any other person who presently exercises any functions or responsibilities in connection with the activities funded herein, shall have any King County Supplementary Construction Conditions Page 21 personal financial interest, direct or indirect, in this Contract. The Contractor shall take appropriate steps to assure compliance with this provision. 2. Non-Disclosure is Grounds for Termination If the Contractor violates the above provisions or does not disclose other interests required to be disclosed pursuant to King County Code Chapter 3.04, or if the Contractor is a municipal corporation which has adopted an employee code of ethics, and violates the adopted employee code of ethics, the County shall not be liable for payment of services rendered pursuant to this Contract. Violation of this Section shall constitute a substantial breach of this Contract and grounds for termination as well as any other right or remedy provided in this Contract or law. RECORD-KEEPING REQUIREMENTS AND SITE VISITS 1. The Contractor shall maintain, for at least six years after completion of all work under this Contract, the following: a. Records of employment, employment advertisements, application forms, and other pertinent data, records and information related to employment, applications for employment or the administration or delivery of services or any other benefits under this Contract; and b. Records, including written quotes, bids, estimates or proposals submitted to the Contractor by all businesses seeking to participate on this Contract, and any other information necessary to document the actual use of and payments to subcontractors and suppliers in this Contract, including employment records. 2. The County may visit, at any time, the site of the work and the Contractor’s office to review the foregoing records. The Contractor shall provide every assistance requested by the County during such visits. In all other respects, the Contractor shall make the foregoing records available to the County for inspection and copying upon request. If this Contract involves federal funds, the Contractor shall comply with all record keeping requirements set forth in any federal rules, regulations or statutes included or referenced in the contract documents. SANCTIONS FOR VIOLATIONS 1. Any violation of the mandatory requirements of the provisions of this Section shall be a material breach of contract for which the Contractor may be subject to damages, withholding payment and any other sanctions provided for by the Contract and by applicable law. 2. Prior to any payment on the project, pre-approval must be received from County staff that federal labor standards and other requirements as described in the Construction Documents have been met. If the Agency pays the Contractor before the County approves, the Contractor will be responsible for any compliance problems. 3. All documentation and communication regarding this project shall be identified by the HHCDD Project Activity Number and Project Name. King County Supplementary Construction Conditions Page 22 4. The weekly payroll reports and documentation of construction activity and supporting documents for labor compliance shall be submitted to: King County Community Development, 401 Fifth Avenue, Suite 500, Seattle, WA 98104 prior to any payment of CDBG funds for work that the Contractor has applied for payment. Upon review and approval of said documents, the Project Owner shall be advised by the County that payment can be made. Alternate transmittal methods may be utilized contingent on pandemic/and or other mandatory telecommuting orders. 5. The Contractor shall provide documentation to the County at contract/subcontract completion showing that the contract activities were completed in accordance with the Contract. ATTACHMENTS: The following attachments are hereby incorporated to this and all construction documents for this construction contract/agreement. <<Inser/Attacht>>HUD 4010 Labor Standards <<Insert/Attach>>HUD 92010 HUD EEO Regulation FEDERAL WAGE DETERMINATION (copy and paste the appropriate Federal Wage Determination from SAM.gov here) Listed in Appendix A of these Contract Documents form HUD-4010 (07/2021) Previous editions are obsolete Page 1 of 5 ref. Handbook 1344.1 Federal Labor Standards Provisions U.S. Department of Housing and Urban Development Office of Davis-Bacon and Labor Standards A. APPLICABILITY The Project or Program to which the construction work covered by this Contract pertains is being assisted by the United States of America, and the following Federal Labor Standards Provisions are included in this Contract pursuant to the provisions applicable to such Federal assistance. (1) MINIMUM WAGES (i) 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 29 CFR 5.5(a)(1)(iv); also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, that the employer’s payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under 29 CFR 5.5(a)(1)(ii) and the Davis-Bacon poster (WH1321)) 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. (ii) Additional Classifications. (A) Any class of laborers or mechanics 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. HUD shall approve an additional classification and wage rate and fringe benefits therefor only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If the contractor, the laborers and mechanics to be employed in the classification (if known), or their representatives, and HUD or its designee agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), a report of the action taken shall be sent by HUD or its designee to the Administrator of the Wage and Hour Division (“Administrator”), Employment Standards Administration, U.S. Department of Labor, Washington, D.C. 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget (“OMB”) under OMB control number 1235-0023.) (C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, or HUD or its designee do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), HUD or its designee shall refer the questions, including the views of all interested parties and the recommendation of HUD or its designee, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 1235-0023.) form HUD-4010 (07/2021) Previous editions are obsolete Page 2 of 5 ref. Handbook 1344.1 (D) The wage rate (including fringe benefits, where appropriate) determined pursuant to subparagraphs (1)(ii)(B) or (C) of this paragraph, 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. (iii) 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. (iv) 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. (Approved by the Office of Management and Budget under OMB Control Number 1235-0023.) (2) Withholding. HUD or its designee shall, upon its own action or upon written request of an authorized representative of the U.S. 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, HUD or its designee may, after written notice to the contractor, sponsor, applicant, or owner, 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. HUD or its designee may, after written notice to the contractor, disburse such amounts withheld for and on account of the contractor or subcontractor to the respective employees to whom they are due. The Department of Labor shall make such disbursements in the case of direct Davis-Bacon Act contracts. (3) Payrolls and basic records. (i) Maintaining Payroll Records. 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(s), 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. (Approved by the Office of Management and Budget under OMB Control Numbers 1235-0023 and 1215-0018) (ii) Certified Payroll Reports. (A) The contractor shall submit weekly, for each week in which any contract work is performed, a copy of all payrolls to HUD or its designee if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant sponsor, or owner, as the case may be, for transmission to HUD or its designee. 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 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 https://www.dol.gov/agencies/whd/forms or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. form HUD-4010 (07/2021) Previous editions are obsolete Page 3 of 5 ref. Handbook 1344.1 Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to HUD or its designee if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant sponsor, or owner, as the case may be, for transmission to HUD or its designee, the contractor, or the Wage and Hour Division of the U.S. Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this subparagraph 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 HUD or its designee. (Approved by the Office of Management and Budget under OMB Control Number 1235-0008.) (B) 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: (1) That the payroll for the payroll period contains the information required to be provided under 29 CFR 5.5(a)(3)(ii), the appropriate information is being maintained under 29 CFR 5.5(a)(3)(i), and that such information is correct and complete; (2) 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 29 CFR Part 3; (3) 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; and (C) 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 subparagraph (a)(3)(ii)(b). (D) 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 3729 of Title 31 of the United States Code. (iii) The contractor or subcontractor shall make the records required under subparagraph (a)(3)(i) available for inspection, copying, or transcription by authorized representatives of HUD or its designee or the U.S. 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, HUD or its designee may, after written notice to the contractor, sponsor, applicant, or owner, 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. (i) Apprentices. 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. form HUD-4010 (07/2021) Previous editions are obsolete Page 4 of 5 ref. Handbook 1344.1 If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringe benefits 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. (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed, unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee’s level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage 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 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. (iii) Equal employment opportunity. The utilization of apprentices, trainees, and journeymen under 29 CFR Part 5 shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. (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 will insert in any subcontracts the clauses contained in subparagraphs (1) through (11) in this paragraph (a) and such other clauses as HUD or its designee may, by appropriate instructions, require, and a copy of the applicable prevailing wage decision, and also a clause requiring the subcontractors to include these clauses 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 this paragraph. (7) Contract termination; debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. (8) Compliance with Davis-Bacon and Related Act Requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this Contract. (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 U.S. 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 HUD or its designee, the U.S. Department of Labor, or the employees or their representatives. (10) Certification of Eligibility. (i) 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) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. form HUD-4010 (07/2021) Previous editions are obsolete Page 5 of 5 ref. Handbook 1344.1 (ii) 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) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (iii) Anyone who knowingly makes, presents, or submits a false, fictitious, or fraudulent statement, representation or certification is subject to criminal, civil and/or administrative sanctions, including fines, penalties, and imprisonment (e.g., 18 U.S.C. §§ 287, 1001, 1010, 1012; 31 U.S.C. §§ 3729, 3802. (11) Complaints, Proceedings, or Testimony by Employees. No laborer or mechanic, to whom the wage, salary, or other labor standards provisions of this Contract are applicable, shall be discharged or in any other manner discriminated against by the contractor or any subcontractor because such employee has filed any complaint or instituted or caused to be instituted any proceeding or has testified or is about to testify in any proceeding under or relating to the labor standards applicable under this Contract to his employer. B. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT The provisions of this paragraph (b) are applicable where the amount of the prime contract exceeds $100,000. 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 the individual is employed on such work to work in excess of 40 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 40 hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in subparagraph B(1) of this paragraph, 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 subparagraph B(1) of this paragraph, in the sum of $27 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of 40 hours without payment of the overtime wages required by the clause set forth in subparagraph B(1) of this paragraph. In accordance with the Federal Civil Penalties Inflation Adjustment Act of 1990 (28 U.S.C. § 2461 Note), the Department of Labor adjusts this civil monetary penalty for inflation no later than January 15 each year. (3) Withholding for unpaid wages and liquidated damages. HUD or its designee shall, upon its own action or upon written request of an authorized representative of the U.S. 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 contract, 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 subparagraph B(2) of this paragraph. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in subparagraph B(1) through (4) of this paragraph 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 subparagraphs B(1) through (4) of this paragraph. C. HEALTH AND SAFETY The provisions of this paragraph (c) are applicable where the amount of the prime contract exceeds $100,000. (1) No laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his or her health and safety, as determined under construction safety and health standards promulgated by the Secretary of Labor by regulation. (2) The contractor shall comply with all regulations issued by the Secretary of Labor pursuant to 29 CFR Part 1926 and failure to comply may result in imposition of sanctions pursuant to the Contract Work Hours and Safety Standards Act, (Public Law 91-54, 83 Stat 96), 40 U.S.C. § 3701 et seq. (3) The contractor shall include the provisions of this paragraph in every subcontract, so that such provisions will be binding on each subcontractor. The contractor shall take such action with respect to any subcontractor as the Secretary of Housing and Urban Development or the Secretary of Labor shall direct as a means of enforcing such provisions. form HUD-92010 (3/2006) VA form 26-421 U.S. Department of Housing and Urban Development Office of Housing OMB Control No. 2502-0029 Federal Housing Commissioner (exp. 9/30/2016) Equal Employment Opportunity Certification Excerpt From 41 CFR §60-1.4(b) The applicant hereby agrees that it will incorporate or cause to be incorporated into any contract for construction work, or modifi- cation thereof, as defined in the regulations of the Secretary of Labor at 41 CFR Chapter 60, which is paid for in whole or in part with funds obtained from the Federal Government or borrowed on the credit of the Federal Government pursuant to a grant, contract, loan insurance, or guarantee, or undertaken pursuant to any Federal program involving such grant, contract, loan, insur- ance, or guarantee, the following equal opportunity clause: During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that em- ployees are treated during employment without regard to their race, color, religion, sex, or national origin, such action shall include, but not be limited to the following: Employ- ment, upgrading, demotion, or transfer; recruitment or re- cruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for em- ployment without regard to race, color, religion, sex, or national origin. (3) The contractor will send to each labor union or representative of workers with which it has a collective bargaining agree- ment or other contract or understanding, a notice to be provided advising the said labor union or workers' represen- tatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regu- lations and relevant orders of the Secretary of Labor. (5) The contractor will furnish all information and reports re- quired by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to its books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compli- ance with such rules, regulations, and orders. (6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be can- celed, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Govern- ment contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (7) The contractor will include the portion of the sentence imme- diately preceding paragraph (1) and the provisions of para- graphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Sec- retary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcon- tract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to enter into such litigation to protect the interests of the United States. The applicant further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, That if the applicant so participating is a State or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract. The applicant agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the discharge of the agency's primary responsibility for securing compliance. The applicant further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a contractor debarred from, or who has not demonstrated eligibility for, Government contracts and Federally-assisted construction contracts pursuant to the Executive order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed Firm Name and Address By Title Department of Veterans Affairs form HUD-92010 (3/06) VA form 26-421 upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part II, Subpart D of the Executive order. In addition, the applicant agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: Cancel, terminate, or suspend in whole or in part this grant (contract, loan, insurance, guarantee); refrain from extending any further assis- tance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such applicant; and refer the case to the Department of Justice for appropriate legal proceedings. Excerpt from HUD Regulations 200.410Definition of term “applicant”. (a) In multifamily housing transactions where controls over the mortgagor are exercised by the Commissioner either through the ownership of corporate stock or under the provisions of a regulatory agreement, the term “applicant” as used in this subpart shall mean the mortgagor. (b) In transactions other than those specified in paragraph(a) of this section, the term “applicant” as used in this subpart shall mean the builder, dealer or contractor performing the con- struction, repair or rehabilitation work for the mortgagor or other borrower. 200.420Equal Opportunity Clause to be included in contracts and subcontracts. (a) The following equal opportunity clause shall be included in each contract and subcontract which is not exempt: During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any em- ployee or applicant for employment because of race, creed, color, or national origin. The contractor will take affirmative action to ensured that applicants are employed, and that employees are treated during employment without regard to their race, creed, color, or national origin. Such action shall include, but not be limited to the following: 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 ap- prenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employ- ment, notices to be provided setting forth the provisions of the nondiscrimination clause. (2)The contractor will in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard race, creed, color, or national origin. (3) The contractor will send to each labor union or repre- sentative of workers with which he has a collective bargain- ing agreement or other contract or understanding, a notice, to be provided, advising the said labor union or workers’ repre- sentative of the contractor’s commitments under this section, and shall post copies of the notices in conspicuous places available to employees and applicants for employment. (4) The contractor will comply with all provisions of Ex- ecutive Order 10925 of March 6 1961, as amended, and of the regulations, and relevant orders of the President’s Commit- tee on Equal Employment Opportunity created thereby. (5) The contractor will furnish all information and reports required by Executive Order 10925 of March 6, 1961, as amended, and by the regulations, and orders of the said Committee , or pursuant thereto, and will permit access to his books, records, and accounts by HUD and the Committee for purposes of investigation to ascertain compliance with such regulations, and orders. (6) In the event of the contractor’s non-compliance with the nondiscrimination clause of this contract or with any of the said regulations, or orders, this contract may be can- celled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further Govern- ment contracts or Federally-assisted construction contracts in accordance with procedures authorized in Executive Order 10925 of March 6, 1961, as amende, and such other sanctions may be imposed and remedies invoke s provided in the said Executive Order or by regulations, or order of the President’s Committee on Equal Employment Opportunity, or as other- wise provided by law. (7) The contractor will include the provisions of Para- graphs(1) through (7) in every subcontract or purchase order unless exempted by regulations, or orders of the President’s Committee on Equal Employment Opportunity issued pursu- ant to Section 303 of Executive Order 10925 of March 6, 1961, as amended, so that such provisions will be binding upon each subcontractor or vender. The contractor will take such action with respect to any subcontract or purchase orders as HUD may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vender as a result of such direction by HUD, the contractor may request the United States to enter into such litigation to protect the interests of the United States. (b) Except in subcontracts for the performance of construction work at the site of construction, the clause is not required to be inserted in subcontracts below the second tier. Subcontracts may incorporate by referenced to the equal opportunity clause. 200.425Modification in and exemptions from the regulations in this subpart. (a) The following transactions and contracts are exempt from the regulations in this subpart: (1) Loans, mortgages, contracts and subcontracts not ex- ceeding $10,000. (2) Contract and subcontracts not exceeding $100,000 for standard commercial supplies or raw material; (3)Contracts and subcontracts under which work is to be or has been performed outside the United States and where no recruit- ment of workers within the United States in involved. To the extent that work pursuant to such contracts is done within the Untied States, the equal opportunity clause shall be applicable; (4) Contracts for the sale of Government property where no appreciable amount of work is involved; and (5) Contracts and subcontracts for an indefinite quantity which are not to extend for ore than one year if the purchaser determines that the amounts to be ordered under any such contract or subcontract are not reasonably expected to exceed $100,000 in the case of contracts or subcontracts for standard commercial supplies and raw materials, or $10,000 in the case of all other contracts and subcontracts. King County Community Development Contract Requirements: Section 3 Module Version 2/2022 Page 1 Attachment Click or tap here to enter text. Subrecipients, subgrantees, developers, contractors, and subcontractors involved with the project described in the Exhibit (the “Project”) must satisfy the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u and the regulations at Title 24 C.F.R. Subtitle A part 75 (collectively, “Section 3”), and the terms of this Attachment Click or tap here to enter text.. Note: Replace “Bidder” with “City” or “Agency” depending on Contract level. E.g. if this is a module for construction documents, Bidder may be left in. (Delete these instructions once you’ve completed customization) I. Compliance; goals; reporting. The Bidder shall comply with and to cause its covered contractors and covered subcontractors to comply with the requirements of Section 3 and the terms of this contract. The purpose of Section 3 is to ensure that economic opportunities, most importantly employment, generated by certain financial assistance provided by the U.S. Department of Housing and Urban Development (“HUD”) shall be directed to low- and very low-income persons, particularly those who are recipients of government assistance for housing or residents of the community in which the Federal assistance is spent. A. The 20% Section 3 Worker and 5% Section 3 Targeted Worker goals apply to this contract by the Bidder. B. The Bidder agrees to report to the County its compliance with these Section 3 requirements on the form(s) supplied by the County. II. Requirements. A. Employment & Training 1. The Bidder shall, to the greatest extent feasible, and consistent with existing Federal, state, and local laws and regulations, ensure that employment and training opportunities arising in connection with this Project are provided to Section 3 workers within the metropolitan area (or nonmetropolitan county) in which this Project is located. 2. The Bidder shall, where feasible, afford priority for opportunities and training described in paragraph A.1. of this Section to: a) Section 3 workers residing within the service area or the neighborhood of the project, and b) Participants in YouthBuild programs. B. Subcontracting 1. The Bidder shall, to the greatest extent feasible, and consistent with existing Federal, state, and local laws and regulations, ensure subcontracts for work awarded in connection with this Project are provided to business concerns that provide economic opportunities to Section 3 workers residing within the metropolitan area (or nonmetropolitan county) in which this Project is located. 2. The Bidder shall, where feasible, give priority for subcontracting opportunities King County Community Development Contract Requirements: Section 3 Module Version 2/2022 Page 2 described in paragraph B.1. of this Section to: a) Section 3 business concerns that provide economic opportunities to Section 3 workers residing within the service area or the neighborhood of the project, and b) YouthBuild programs. 3. The Bidder also agrees to assist the COUNTY in compliance as it pertains to this project, in accordance with the Section 3 regulations in 24 C.F.R. §75. III. Targeted Section 3 Workers The Bidder shall prioritize and report on efforts to employ and train Targeted Section 3 workers on this Project. The Bidder acknowledges a 5% goal for inclusion of Targeted Section 3 workers. IV. Reporting The Bidder shall report to DCHS in a manner consistent with federal regulations outlined at 24 C.F.R. §75.25, and in accordance with documents provided by DCHS pursuant to the Project Exhibit to demonstrate efforts to satisfy compliance with the Section 3 requirements outlined in this Attachment. A. Reporting of Labor Hours 1. For this Project, the Bidder shall report: a) The total number of labor hours worked; b) The total number of labor hours worked by Section 3 workers; and c) The total number of labor hours worked by Targeted Section 3 workers. 2. Section 3 workers' and Targeted Section 3 workers' labor hours may be counted for five years from when their status as a Section 3 worker or Targeted Section 3 worker is established pursuant to §II. 3. The labor hours reported under paragraph A.1. of this Section must include the total number of labor hours worked on this Project, including labor hours worked by any subcontractors that the Bidder is required, or elects pursuant to paragraph A.4. of this Section, to report. 4. The Bidder may report labor hours by Section 3 workers, under paragraph A.1.a) of this Section, and labor hours by Targeted Section 3 workers, under paragraph A.1.c) of this section, from professional services without including labor hours from professional services in the total number of labor hours worked under paragraph A.1.a) of this Section. If a subcontract covers both professional services and other work and the Bidder chooses not to report labor hours from professional services, the labor hours under the contract that are not from professional services must still be reported. 5. The Bidder may report its own labor hours, or that of a subcontractor, based on the employer’s good faith assessment of the labor hours of a full-time or part-time employee informed by the employer's existing salary or time and attendance based payroll systems, unless this Project or the activity is King County Community Development Contract Requirements: Section 3 Module Version 2/2022 Page 3 otherwise subject to requirements specifying time and attendance reporting. B. If the Bidder has not met the benchmarks outlined in Section III, the Bidder shall report in a form prescribed by DCHS on the qualitative nature of its activities and those its subcontractors pursued. Such qualitative efforts may, for example, include but are not limited to the following: 1. Engaged in outreach efforts to generate job applicants who are Targeted Section 3 workers. 2. Provided training or apprenticeship opportunities. 3. Provided technical assistance to help Section 3 workers compete for jobs (e.g., resume assistance, coaching). 4. Provided or connected Section 3 workers with assistance in seeking employment including: drafting resumes, preparing for interviews, and finding job opportunities connecting residents to job placement services. 5. Held one or more job fairs. 6. Provided or referred Section 3 workers to services supporting work readiness and retention (e.g., work readiness activities, interview clothing, test fees, transportation, childcare). 7. Provided assistance to apply for/or attend community college, a four-year educational institution, or vocational/technical training. 8. Assisted Section 3 workers to obtain financial literacy training and/or coaching. 9. Engaged in outreach efforts to identify and secure bids from Section 3 business concerns. 10. Provided technical assistance to help Section 3 business concerns understand and bid on contracts. 11. Divided contracts into smaller jobs to facilitate participation by Section 3 business concerns. 12. Provided bonding assistance, guaranties, or other efforts to support viable bids from Section 3 business concerns. 13. Promoted use of business registries designed to create opportunities for disadvantaged and small businesses. 14. Outreach, engagement, or referrals with the state one-stop system as defined in Section 121(e)(2) of the Workforce Innovation and Opportunity Act. C. Reporting Frequency The Bidder shall submit reports on labor hours and compliance on a weekly basis along with Certified Payroll Reports as required by 29 CFR 5.5 (Davis-Bacon and Related Acts Regulations/Contract Requirements). V. Certifying Section 3 Compliance A. The Bidder shall certify to DCHS its compliance with Section 3 by certifying on documents provided by DCHS that the Bidder has followed the prioritization King County Community Development Contract Requirements: Section 3 Module Version 2/2022 Page 4 requirements for employment and contracting outlined in this Attachment. B. Upon supplying the certification, the Bidder shall be deemed to have complied the requirements of Section 3 by meeting or exceeding the benchmarks outlined herein for inclusion of Section 3 workers and Targeted Section 3 workers, as reported on documents provided by the County, absent evidence to the contrary. VI. Record Keeping. A. HUD shall have access to all records, reports, and other documents or items of the recipient that are maintained to demonstrate compliance with the requirements of this Attachment, or that are maintained in accordance with the regulations governing the specific HUD program by which this Project is governed, or the public housing financial assistance is provided, or otherwise made available to the Bidder or its subcontractors. B. The Bidder shall maintain documentation, and ensure that its subcontractors that employ the worker maintains documentation, to ensure that workers meet the definition of a Section 3 worker or Targeted Section 3 worker, at the time of hire or the first reporting period, as follows: 1. For a worker to qualify as a Section 3 worker, one of the following must be maintained: a) A worker's self-certification that their income is below the income limit from the prior calendar year; b) A worker's self-certification of participation in a means-tested program such as public housing or Section 8-assisted housing; c) Certification from a public housing authority, or the owner or property manager of project-based Section 8-assisted housing, or the administrator of tenant-based Section 8-assisted housing that the worker is a participant in one of their programs; d) An employer's certification that the worker's income from that employer is below the income limit when based on an employer's calculation of what the worker's wage rate would translate to if annualized on a full-time basis; or e) An employer's certification that the worker is employed by a Section 3 business concern. 2. For a worker to qualify as a Targeted Section 3 worker, one of the following must be maintained: a) A worker's certification that the worker is a YouthBuild participant. b) An employer's confirmation that a worker's residence is within one mile of the work site or, if fewer than 5,000 people live within one mile of a work site, within a circle centered on the work site that is sufficient to encompass a population of 5,000 people according to the most recent U.S. Census; or c) An employer's certification that the worker is employed by a Section 3 business concern. C. The documentation for this Project shall be maintained for the time period required King County Community Development Contract Requirements: Section 3 Module Version 2/2022 Page 5 for record retentions in accordance with applicable program and/or Washington State regulations or, in the absence of applicable program regulations, in accordance with 2 CFR part 200. The stricter of time period requirements shall prevail. D. The Bidder may report on Section 3 workers and Targeted Section 3 workers for five years from when their certification as a Section 3 worker or Targeted Section 3 worker is established. VII. Definitions 1937 Act means the United States Housing Act of 1937, 42 U.S.C. 1437 et seq. Contractor means any entity entering into a contract with: (1) A recipient to perform work in connection with the expenditure of public housing financial assistance or for work in connection with a Section 3 project or (2) A subrecipient for work in connection with a Section 3 project. Labor hours means the number of paid hours worked by persons on a Section 3 project or by persons employed with funds that include public housing financial assistance. Low-income person means a person as defined in Section 3(b)(2) of the 1937 Act. Material supply contracts means contracts for the purchase of products and materials, including, but not limited to, lumber, drywall, wiring, concrete, pipes, toilets, sinks, carpets, and office supplies. Professional services means non-construction services that require an advanced degree or professional licensing, including, but not limited to, contracts for legal services, financial consulting, accounting services, environmental assessment, architectural services, and civil engineering services. Public housing financial assistance means assistance as defined in § 75.3(a)(1). Public housing project is defined in 24 CFR 905.108. Recipient means any entity that receives directly from HUD public housing financial assistance or housing and community development assistance that funds Section 3 projects, including, but not limited to, any State, local government, instrumentality, PHA, or other public agency, public or private nonprofit organization. Section 3 means Section 3 of the Housing and Urban Development Act of 1968, as amended (12 U.S.C. 1701u). Section 3 business concern means: A. A business concern meeting at least one of the following criteria, documented within the last six-month period: 1. It is at least 51 percent owned and controlled by low- or very low-income persons; 2. Over 75 percent of the labor hours performed for the business over the prior three-month period are performed by Section 3 workers; or 3. It is a business at least 51 percent owned and controlled by current public housing residents or residents who currently live in Section 8-assisted housing. King County Community Development Contract Requirements: Section 3 Module Version 2/2022 Page 6 B. The status of a Section 3 business concern shall not be negatively affected by a prior arrest or conviction of its owner(s) or employees. C. Nothing in this part shall be construed to require the contracting or subcontracting of a Section 3 business concern. Section 3 business concerns are not exempt from meeting the specifications of the contract. Section 3 project means a project defined in § 75.3(a)(2). Section 3 worker means: A. Any worker who currently fits or when hired within the past five years fit at least one of the following categories, as documented: 1. The worker's income for the previous or annualized calendar year is below the income limit established by HUD. 2. The worker is employed by a Section 3 business concern. 3. The worker is a YouthBuild participant. B. The status of a Section 3 worker shall not be negatively affected by a prior arrest or conviction. C. Nothing in this part shall be construed to require the employment of someone who meets this definition of a Section 3 worker. Section 3 workers are not exempt from meeting the qualifications of the position to be filled. Section 8-assisted housing refers to housing receiving project-based rental assistance or tenant-based assistance under Section 8 of the 1937 Act. Service area or the neighborhood of the project means an area within one mile of the Section 3 project or, if fewer than 5,000 people live within one mile of a Section 3 project, within a circle centered on the Section 3 project that is sufficient to encompass a population of 5,000 people according to the most recent U.S. Census. Small PHA means a public housing authority that manages or operates fewer than 250 public housing units. Subcontractor means any entity that has a contract with a contractor to undertake a portion of the contractor's obligation to perform work in connection with the expenditure of public housing financial assistance or for a Section 3 project. Subrecipient has the meaning provided in the applicable program regulations or in 2 CFR 200.93. Targeted Section 3 worker has the meanings provided in §§ 75.11, 75.21, or 75.29, and does not exclude an individual that has a prior arrest or conviction. Very low-income person means the definition for this term set forth in section 3(b)(2) of the 1937 Act. YouthBuild programs refers to YouthBuild programs receiving assistance under the Workforce Innovation and Opportunity Act (29 U.S.C. 3226). Updated as of: Jan 28, 2022 About Section 3 Worker, Targeted Section 3 Worker, and Section 3 Business Interest Certification What is Section 3? Section 3 was created to direct work to low-income people for projects paid for through certain Housing and Urban Development (HUD) contracts, like many of King County’s CDBG and HOME grants. Workers might qualify through Section 3 based on income, if they receive government housing assistance, or if they live in the neighborhood where the project is taking place. When King County uses HUD funding for projects, it must comply with Section 3 and help grant awardees and contractors understand how they should comply. People and businesses/nonprofits that qualify as Section 3 can receive preference when competing for funding. How do I meet this standard? Grant subrecipients, as well as contractors, or subcontractors who will be performing work on a King County CDBG- or HOME-funded project, are required to either self-certify as a Section 3 worker or be employed by a Section 3 business interest. What do I need to do to certify? The requirements to meet Section 3 status are located in the certification forms. These forms certify and track Section 3 Business Concerns (usually companies or nonprofit organizations), Section 3 Workers, and Targeted Section 3 Workers seeking certification and/or a preference in employment. Targeted Section 3 Workers may include people with a prior arrest or conviction. 1 1 Section 3 Business Concern Description: Businesses, nonprofits, or other entities seeking a preference in contracting on applicable Section 3 projects may qualify as a Section 3 business concern if they meet the following criteria:  At least 51 percent of the business is owned and controlled by low- or very low-income persons, or  At least 51 percent of the business is owned and controlled by current public housing residents or residents who currently live in Section 8-assisted housing, or  Over 75 percent of the labor hours performed for the business over the prior three-month period are performed by Section 3 workers. Section 3 Business Concern 2 2 Certification for Contracting Instructions: Enter the following information and select the criteria that applies to certify your company’s Section 3 Business Concern status. Business Information Name of Business Address of Business Name of Business Owner Phone Number of Business Owner Email Address of Business Owner Preferred Contact Information ☐ Same as above Name of Preferred Contact Phone Number of Preferred Contact Type of Business (select from the following options): ☐ Corporation ☐ Partnership ☐ Sole Proprietorship ☐ Joint Venture Select from ONE of the following three options below that applies: ☐ At least 51 percent of the business is owned and controlled by low- or very low-income persons (Refer to income guidelines on page 4). ☐ At least 51 percent of the business is owned and controlled by current public housing residents or residents who currently live in Section 8-assisted housing. ☐ Over 75 percent of the labor hours performed for the business over the prior three-month period are performed by Section 3 workers (Refer to definition on page 4). 3 3 Business Concern Affirmation I affirm that the above statements are true, complete, and correct to the best of my knowledge and belief. I understand that businesses who misrepresent themselves as Section 3 business concerns and report false information to King County may have their contracts terminated as default and be barred from ongoing and future considerations for contracting opportunities. I hereby certify, under penalty of law, that the following information is correct to the best of my knowledge. Print Name: Signature: Date: *Certification expires within six months of the date of signature Information regarding Section 3 Business Concerns can be found at 24 CFR 75.5 4 4 King County and King County Housing Authority Section 3 Income Limits Eligibility Guidelines The worker’s income must be at or below the amount provided below for an individual (household of 1) regardless of actual household size. Individual Income Limits   Updated as of 5/25/2022  Income Limits Category FY 2022 Income Limits Extremely Low-Income Limit (30%) $27,200 Very Low-Income Limit (50%) $45,300 Low-Income Limit (80%) $66,750 Section 3 Worker Definition: • A low or very low-income resident (the worker’s income for the previous or annualized calendar year is below the income limit established by HUD); or • Employed by a Section 3 business concern; or • A YouthBuild participant. Targeted Section 3 Worker Definition: • Employed by a Section 3 business concern or • Currently meets or when hired met at least one of the following categories as documented within the past five years: • A resident of public housing; or • A resident of other public housing projects or Section 8-assisted housing; or • A YouthBuild participant. • Living within the service area or the neighborhood of the project, as defined in 24 CFR 75.5 1 Section 3 Worker and Targeted Section 3 Worker Self-Certification The purpose of HUD’s Section 3 program is to provide employment, training and contracting opportunities to low-income individuals, particularly those who are recipients of government assistance for housing or other public assistance programs. Your response is voluntary, confidential, and has no effect on your employment. Eligibility for Section 3 Worker or Targeted Section 3 Worker Status A Section 3 worker seeking certification shall self-certify and submit this form to the recipient contractor or subcontractor, that the person is a Section 3 Worker or Targeted Section 3 Worker as defined in 24 CFR Part 75. Instructions: Enter/select the appropriate information to confirm your Section 3 worker or Targeted Section 3 Worker status. Employee Name: 1. Are you a resident of public housing or a Housing Choice ☐YES ☐NO Voucher Holder (Section 8)? 2. Are you a resident of the service area or the ☐YES ☐NO neighborhood of the project? 3. In the field below, select the amount of individual income you believe you earn on an annual basis. *The grantee should confirm that their state and local laws do not prohibit this question. ☐ Less than $10,000 ☐ $30,001 - $40,000 ☐ More than $60,000 ☐ $10,001 - $20,000 ☐ $40,001 - $50,000 ☐ $20,001 - $30,000 ☐ $50,001 - $60,000 Select from ONE of the following two options below: I qualify as a: ☐ Section 3 Worker (as defined on page 3 of Section 3 Worker Certification Form) ☐ Targeted Section 3 Worker (as defined on pages 3 of Section 3 Worker Certification Form) (front side) 2 Employee Affirmation I affirm that the above statements (on frontside of this form) are true, complete, and correct to the best of my knowledge and belief. I hereby certify, under penalty of law, that the following information is correct to the best of my knowledge. Employee email address: Employee Address: Print Name: Date Hired: Signature: Date: _______ EMPLOYERS MUST RETAIN THIS FORM IN THEIR SECTION 3 COMPLIANCE FILE FOR SIX YEARS. FOR ADMINISTRATIVE USE ONLY Is the employee a Section 3 worker based upon their self-certification? □YES □NO Is the employee a Targeted Section 3 worker based upon their self-certification? □YES □NO Was this an applicant who was hired as a result of the Section 3 project? □YES □NO If Yes, what is the name of the company? What was the date of hire? 3 (backside) King County and King County Housing Authority Section 3 Income Limits Eligibility Guidelines The worker’s income must be at or below the amount provided below for an individual (household of 1) regardless of actual household size. Individual Income Limits Updated as of 5/25/2022 Income Limits Category FY 2022 Income Limits Extremely Low-Income Limit (30%) $27,200 Very Low-Income Limit (50%) $45,300 Low-Income Limit (80%) $66,750 Section 3 Worker Definition: • A low or very low-income resident (the worker’s income for the previous or annualized calendar year is below the income limit established by HUD); or • Employed by a Section 3 business concern; or • A YouthBuild participant. Targeted Section 3 Worker Definition: • Employed by a Section 3 business concern or • Currently meets or when hired met at least one of the following categories as documented within the past five years: • A resident of public housing; or • A resident of other public housing projects or Section 8-assisted housing; or • A YouthBuild participant. • Living within the service area or the neighborhood of the project, as defined in 24 CFR 75.5 Section 3 Qualitative Efforts Project Name: Click or tap here to enter text Contractor: Click or tap here to enter text Name: Click or tap here to enter text Qualitative efforts to satisfy Section 3 requirements included the following actions: Please select all qualitative efforts that were completed ☐ Outreach efforts to generate job applicants who are Public Housing Targeted Workers. ☐ Outreach efforts to generate job applicants who are Other Funding Targeted Workers. ☐ Direct, on-the job training (including apprenticeships). ☐ Indirect training such as arranging for, contracting for, or paying tuition for, off-site training. ☐ Technical training such as arranging for, contracting for, or paying tuition for, off-site training. ☐ Outreach efforts to identify and secure bids from Section 3 business concerns. ☐ Technical assistance to help Section 3 business concerns understand and bid on contracts. ☐ Division of contracts into smaller jobs to facilitate participation by Section 3 business concerns. ☐ Provided or connected residents with assistance in seeking employment, including drafting resumes, preparing for interviews, finding job opportunities, connecting residents to job placement services. ☐ Held one or more job fairs. ☐ Provided or connected residents with supportive services that can provide direct services or referrals. ☐ Provided or connected residents with supportive services that provide one or more of the following: work readiness health screenings, interview clothing, uniforms, test fees, transportation. ☐ Assisted residents with finding childcare. ☐ Assisted residents to apply for/or attend community college or a four-year educational institution. ☐ Assisted residents to apply for or attend vocational/technical training. ☐ Assisted residents to obtain financial literacy training and/or coaching. ☐ Bonding assistance, guaranties, or other efforts to support viable bids from Section 3 business concerns. ☐ Provided or connected residents with training on computer use or online technologies. ☐ Provided technical assistance to help Section 3 workers compete for jobs (e.g., resume assistance, coaching). ☐ Promoted the use of a business registry designed to create opportunities for disadvantaged and small business. ☐ Outreach, engagement, or referrals with the state one-stop system as defined in Section 121(e)(2) of the Workforce Innovation and Opportunity Act. ☐ Other. Specify: Click or tap here to enter text. Project# Prime Contractor Version Date Staff Person Completing Email Amount of Contract Type of Trade Contractor Race/ Ethnicity (see below) Women Owned Business? (Y or N) Section 3 Business? (Y or N) Contractor Federal Employer Identification Number (IRS Tax #) Unique Entity ID (UEI) Washington State UBI State Zip Phone Email Project Name Contractor Payroll Staff 2 = Black Americans 1 = White Americans Please list all construction contractors furnishing labor and trade work on the project. Contractor/Subcontractor Name and Address Name Street City 5 = Asian/Pacific Americans 7d: Racial/Ethnic Codes: 3 = Native Americans 4 = Hispanic Americans HCD Form 3: Contract & Subcontract Activity Form King County Housing and Community Development This report is to be completed by grantees, developers, sponsors, builders, agencies, and/or project owners for reporting contract and subcontract activities of $10,000 or more under the following programs: Community Development Block Grants (entitlement and small cities); Urban Development Action Grants; Housing Development Grants; Multifamily Insured and Noninsured; Public and Indian Housing Authorities; and contracts entered into by recipients of CDBG rehabilitation assistance. completed for public and Indian housing and most community development programs. Form HUD- 60002 is to be completed by all other HUD programs including State administered community development programs covered under Section3. A Section 3 Contractor/subcontractor is a business concern that provides economic opportunities to low and very Low-income residents of the metropolitan area (or nonmetropolitan county), including a business concern that is 51 person or more owned by low-income residents; Contracts/subcontracts of less than $10,000 need be reported only if such contracts represent a significant portion of your total contracting activity. Include only contracts executed during this reporting period. or provides subcontracting or business development opportunities to businesses owned by low or low- income residents. Low and very low-income residents; include participants in Youthbuild programs established under Subtitle D of Title IV of the Cranston-Gonzalez National Affordable Housing Act. This form has been modified to capture Section 3 contract data in columns 7g and 7i. Section 3 requires that the employment and other economic opportunities generated by HUD financial assistance for housing and community development programs shall, to the greatest extent feasible, be directed toward low- and very low-income persons, particularly those who are recipients of government assistance for housing. Recipients using this form to report Section 3 contract data must also use Part I of form HUD-60002 to report employment and training opportunities data. Form HUD-2516 is to be The terms “low-income persons” and “very low-income persons” have the same meanings given the terms in section3(b)(2) of the United States Housing Act of 1937. Low-income persons mean families (including single persons) whose incomes do not exceed 80 per centum of the median income for the area, as determined by the Secretary, with adjustments for smaller an larger families, except that the Secretary may establish income ceilings higher or lower than 80 per centum of the median for the area on the basis of the Secretary's findings that such variations are necessary because of prevailing levels of construction Community Development Programs Multifamily Housing Programs 1. Grantee: Enter the name of the unit of government submitting this report.1. Grantee/Project Owner: Enter the name of the unit of government, agency or mortgagor entity submitting this report. 3. Contact Person: Enter name and phone of person responsible for maintaining and submitting contract/subcontract data.3. Contact Person: Same as item 3 under CPD Programs. 7a. Grant Number: Enter the HUD Community Development Block Grant Identification Number (with dashes). For example: B-32-MC-25-0034. For Entitlement Programs and Small City multi- year comprehensive programs, enter the latest approved grant number. 4. Reporting Period: Check only one period. 7b. Amount of Contract/Subcontract: Enter the dollar amount rounded to the nearest dollar. If subcontractor ID number is provided in 7f, the dollar figure would be for the subcontract only and not for the prime contract. 5. Program Code: Enter the appropriate program code. 7c. Type of Trade: Enter the numeric codes which best indicates the contractor's/subcontractor's service. If subcontractor ID number is provided in 7f., the type of trade code would be for the subcontractor only and not for the prime contractor. 7a. Grant/Project Number: Enter the HUD Project Number or Housing Development Grant or number assigned. The "other" category includes supply, professional services and all other activities except construction and education/training activities.7b. Amount of Contract/Subcontract: Same as item 7b. under CPD Programs. 7d. Business Racial/Ethnic/Gender Code: Enter the numeric code which indicates the racial/ethnic/gender character of the owner(s) and controller(s) of 51% of the business. 7c. Type of Trade: Same as item 7c. under CPD Programs. When 51% or more is not owned and controlled by any single racial/ethnic/gender category, enter the code which seems most appropriate. If the subcontractor ID number is provided, the code would apply to the subcontractor and not to the prime contractor. 7d. Business Racial/Ethnic/Gender Code: Same as item 7d. under CPD Programs. 7e. Woman Owned Business: Enter Yes or No.7e. Woman Owned Business: Enter Yes or No. 7f. Contractor Identification (ID) Number: Enter the Employer (IRS) Number of the Prime Contractor as the unique identifier for prime recipient of HUD funds. Note that the Employer (IRS) Number must be provided for each contract/subcontract awarded. 7f. Contractor Identification (ID) Number: Same as item 7f. under CPD Programs. 7g. Section 3 Contractor: Enter Yes or No.7g. Section 3 Contractor: Enter Yes or No. 7h. Subcontractor Identification (ID) Number: Enter the Employer (IRS) Number of the subcontractor as the unique identifier for each subcontract awarded from HUD funds. When the subcontractor ID Number is provided, the respective Prime Contractor ID Number must also be provided. 7h. Subcontractor Identification (ID) Number: Same as item 7h. under CPD Programs. 7i. Section 3 Contractor: Enter Yes or No.7i. Section 3 Contractor: Enter Yes or No. 7j. Contractor/Subcontractor Name and Address: Enter this information for each firm receiving contract/subcontract activity only one time on each report for each firm.7j. Contractor/Subcontractor Name and Address: Same as item 7j. under CPD Programs. costs or unusually high or low-income families. Very low-income families (including single persons) whose incomes do not exceed 50 per centum of the median family income for the area, as determined by the Secretary with adjustments for smaller and larger families, except that the secretary may establish income ceilings higher or lower than 50 per centum of the median for the area on the basis of the Secretary's findings that such variations are necessary because of unusually high or low family incomes. Submit two (2) copies of this report to your local HUD Office within ten (10) days after the end of the reporting period you checked in item 4 on the front. Complete item 7h. Only once for each contractor/subcontractor on each semi-annual report. Enter the prime contractor's ID in item 7f. for all contracts and subcontracts. Include only contracts expected during this reporting period. PHAs/IHAs are to report all contracts/subcontracts. Public Housing and Indian Housing Programs PHAs/IHAs are to report all contracts/subcontracts. Include only contracts executed during this reporting period. 1. Project Owner: Enter the name of the unit of government, agency or mortgagor entity submitting this report. Check box as appropriate. 3. Contact Person: Same as item 3 under CPD Programs. 4. Reporting Period: Check only one period. 5. Program Code: Enter the appropriate program code. 7a. Grant/Project Number: Enter the HUD Project Number or Housing Development Grant or number assigned. 7b. Amount of Contract/Subcontract: Same as item 7b. under CPD Programs. 7c. Type of Trade: Same as item 7c. under CPD Programs. 7d. Business Racial/Ethnic/Gender Code: Same as item 7d. under CPD Programs. 7e. Woman Owned Business: Enter Yes or No. 7f. Contractor Identification (ID) Number: Same as item 7f. under CPD Programs. 7g. Section 3 Contractor: Enter Yes or No. 7h. Subcontractor Identification (ID) Number: Same as item 7h. under CPD Programs. 7i. Section 3 Contractor: Enter Yes or No. 7j. Contractor/Subcontractor Name and Address: Same as item 7j. under CPD Programs. HCD Labor Form #5 REV 5/2022 Page 1 of 2 Contract/Sub-Contractor Agreement Form COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM CONTRACT/SUB- CONTRACTOR LABOR STANDARDS COMPLIANCE AGREEMENT ADDENDUM TO CONTRACT BETWEEN CONTRACTOR AND SUBCONTRACTOR Date: Prime Contractor: Project No.: Address 1 (Street) Project Owner: Address 2 Project Name: City State, ZIP 1. The parties, having executed a sub-tier contract for (indicate one construction/rehabilitation): ______________________________ in the amount of $_ , in the construction of above-identified project, acknowledge and agree that: a. The Labor Standards provisions are included in the aforesaid sub-tier contract; b. The applicable Davis-Bacon wage rates are included in aforesaid sub-tier contract; c. This Addendum to the contract between contractor and subcontractor is part of the sub- tier contract; and d. Correction of any infractions of the aforesaid conditions, including infractions by the sub- contractor and any lower tier subcontractors, is a mutual responsibility. e. Contractor shall maintain records indicating that the it has paid all employees performing work under this contract in compliance with state prevailing wage rules set forth in Chapter 39.12 RCW, including the filing of the “Statement of Intent to Pay Prevailing Wages” and “Affidavit of Wages Paid” as required by RCW 39.12.040. If the Contractor believes that prevailing wage are not required for this project, the Contractor shall provide verification to HCD Community Development that it has consulted with and obtained confirmation from the Washington Department of Labor and Industries that such requirements do not apply and shall submit a signed certification attesting to that fact. 2. The parties certify that: a. Neither they nor any firm, partnership or association in which they have substantial interest is designated as an ineligible contractor by the Comptroller General of the United States pursuant to Section 5.6(b) of the Regulations of the Secretary of Labor, Part 5 (29 CFR, Part 5) or pursuant to Section 3(a) of the Davis-Bacon Act, as amended (40 U.S.C. 276A-2(a)); b. No Part of the aforementioned contract has been or will be subcontracted to any subcontractor if such subcontractor or any firm, corporation, partnership or association in which such subcontractor has a substantial interest is designated as an ineligible contractor pursuant to any of the aforementioned regulator or statutory provisions. 3. The subcontractor agrees to obtain and forward to the aforementioned contractor within ten days after the execution of any subcontract, including those executed by the subcontractors and any lower tier subcontractors, copy of said contract containing fully executed items 1a., b. and c. listed above. HCD Labor Form #5 REV 5/2022 Page 2 of 2 Contract/Sub-Contractor Agreement Form 4. The sub-tier contractor certifies that: The legal name and business address are: Name: IRS (T/EIN) # Company Name UEI # Address 1 Subtier Lic. (L&I) Address 2 Subtier UBI City State, ZIP Telephone Email Website Indicate type of company: Single Proprietorship Partnership Corporation organized and licensed in the State of Other organization (describe) The name, title and residence of the owner, partners for officers of the prime contractor are: Name Title City of Residence The prime contractor is: Union Non-Union Yes No Woman-owned Business Minority-owned Business WA State Certified M/WBE ? USDL Disadvantaged Business Enterprise A HUD Section 3 Business Concern 4. Indicate which ethnic group owns and controls 51% or more of the firm: Asian/Pacific Black Native American/Alaskan Native White Prime Contractor Signature __________________________ ______________________ ______________ Print Signature Title Date Subcontractor Contractor Signature __________________________ ______________________ ______________ Print Signature Title Date HCD Labor Form #6 REV May 2022 Page 1 of 2 Sub-tier Contractor Agreement Form COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM SUBCONTRACTOR/SUBTIER CONTRACTOR LABOR STANDARDS COMPLIANCE AGREEMENT ADDENDUM TO CONTRACT BETWEEN CONTRACTOR AND SUBCONTRACTOR Prime Contractor:________________________ Date: Sub-Contractor: _________________________ Project No.: __ Sub-Tier Contractor :______________________ Project Name:_ __________________ Address: _______________________________ Agency (Project Owner): _______________________________________ 1. The parties, having executed a sub-tier contract for (indicate one construction/rehabilitation): [indicate trade]______________________________ in the amount of $_____________, in the construction of above-identified project, acknowledge and agree that: a. The Labor Standards provisions are included in the aforesaid sub-tier contract; b. The applicable Davis-Bacon wage rates are included in aforesaid sub-tier contract; c. This Addendum to the contract between contractor and subcontractor is part of the sub- tier contract; and d. Correction of any infractions of the aforesaid conditions, including infractions by the sub- contractor and any lower tier subcontractors, is a mutual responsibility. 2. The parties certify that: a. Neither they nor any firm, partnership or association in which they have substantial interest is designated as an ineligible contractor by the Comptroller General of the United States pursuant to Section 5.6(b) of the Regulations of the Secretary of Labor, Part 5 (29 CFR, Part 5) or pursuant to Section 3(a) of the Davis-Bacon Act, as amended (40 U.S.C. 276A-2(a)); b. No Part of the aforementioned contract has been or will be subcontracted to any subcontractor if such subcontractor or any firm, corporation, partnership or association in which such subcontractor has a substantial interest is designated as an ineligible contractor pursuant to any of the aforementioned regulator or statutory provisions. 3. The subcontractor agrees to obtain and forward to the aforementioned contractor within ten days after the execution of any subcontract, including those executed by the subcontractors and any lower tier subcontractors, copy of said contract containing fully executed items 1a., b. and c. listed above. 4. The sub-tier contractor certifies that: a. The legal name and business address are: Name: IRS Identification No:___________ ___________________________________________UEI No: ___________________ Address: Sub-tier Contractor License No: _________________________________________ ____________________________ _________________________________________ Telephone No: _________________________________________ ____________________________ E-Mail: _____________________ HCD Labor Form #6 REV May 2022 Page 2 of 2 Sub-tier Contractor Agreement Form b. The name, title and residence of the owner, partners for officers of the Sub-Tier contractor are: Name Title City of Residence Yes No c) The contractor is: ____ Union ____ Non-Union d) Woman-owned Business ____ ____ e) Minority-owned Business ____ ____ f) WA State Certified M/WBE ____ ____ g) USDL Disadvantaged Business Enterprise ____ ____ h) A HUD Section 3 Business Concern ____ ____ 5. Indicate which ethnic group owns and controls 51% or more of the firm: ____ White ____ Black ____ Native American/Alaskan Native ____ Asian/Pacific Islander 6. Indicate type of company: ____ Single Proprietorship ____ Partnership ____ © Corporation organized and licensed in the State of ______________________ ____ Other organization (describe):_________________________________________ __________________________ ______________________ ______________ Sub-Contractor Signature Title Date __________________________ ______________________ ______________ Sub-tier Contractor Signature Title Date HCD LABOR FORM #7 Authorization Sign Payroll REV Dec 2011 Certificate from Contractor Appointing Officer or Employee to Supervise Payment of Employee U.S. Department of Housing and Urban Development Contractor: _______________________________________ Date:_______ Project Name: _ Project No: _ Project Location: I hereby certify that I am (the prime contractor) (a subcontractor) for (list trade)_______________________________________(i.e. “General Construction,” “Plumbing,” “Roofing,” etc.) in connection with construction of the above-mentioned Construction Project and that I have appointed ___________________________________________________________, (Print Name) whose signature appears here_____________________________________________________ (Identifying Signature of Appointee) to supervise the payment of my employees beginning (Date: mm/dd/yyyy) ________________ ; That they are in a position to have full knowledge of the facts set forth in the payroll documents and in the statement of compliance required by the so-called Kick-Back Statue which they are to execute with my full authority and approval until such time as I submit to the King County Housing and Community Development Project Manager a new certificate appointing some other person for the purposes hereinabove stated. Attest (If required) ______________________________________________________ ______________________________________________________ (Name of Firm or Corporation) By ___________________________________________________ (Signature) (Print Name) ______________________________________________________ (Title) ________________________________________________________________ (Date: mm/dd/yyyy) (Date: mm/dd/yyyy) Note: This certificate must be executed by an authorized officer of a corporation or by a member of a partnership, and shall be executed prior to and be submitted with the first payroll. Should the appointee be changed, a new certificate must accompany the first payroll for which the new appointee executes a statement of compliance required by the Kick-Back Statue. HCD Labor Form 8 Fringe Benefit Summary Jan 2012 King County Community Development Block Grant Program FRINGE BENEFIT DISTRIBUTION FORM Project Name: Project Number: Contractor Name: Date of Initial Submittal Updated Date: Wages and Fringes paid on behalf of employee must be greater than or equal to the Wages and Fringe Rates set forth in the Wage Decision Associated with this Project. The contractor/sub named above will pay employees on this project fringe benefits required by the applicable David-Bacon wage determination as follows: Required fringe benefit amounts will be paid in cash. Note, individual’s full hourly wage must be greater than or equal to the Wage Decision combination of Wage + Fringe. Fringe Benefit Distribution (fringe benefits will be paid into a fund, plan, or program administered by a third party "e.g., union plan, Blue Cross" For Union Plans, please indicate which Locals are included) Please use hourly units. Worker/ Fringe Paid In Cash Hourly Retirement Hourly Medical Hourly Vacation* Hourly Holiday* Hourly Apprentice Program Total Hourly Benefits Name of Union Locals/Third Party Benefit Plans (if any) 3. UNFUNDED PLAN(S) (Deductions for fringe benefits will be administered by the contractor "e.g. vacation plan") PLEASE SUBMIT PLAN DOCUMENTATION TO KING COUNTY using Deduction Declaration Form. Project #:Project NameBusiness NameContractor Lic.Name Classification Email Address City State ZIPKing County Community Development Program: Capital Project Employee Roster FormWhen complete, submit to:your.email@kngcounty.gov HCD Labor Form #10 - No Work Performed REV July 2021 NO WORK PERFORMED I hereby certify that no work was performed by the undersigned contractor and/or employees on the construction of: Project No: Project Name: During the period dating from Click or tap to enter a date. through Click or tap to enter a date. representing payroll(s) # through # in sequential order of payrolls submitted for this construction contract. By:________________________________________ (Signature) (Print Name) Title: Date: Click or tap to enter a date. Contractor: 08_HCD Labor Form #13 Nonprofit Project_Labor Compliance Closeout List.docx HOUSING AND COMMUNITY DEVELOPMENT PROGRAM CONSTRUCTION PROJECT LABOR CLOSEOUT LIST Project# Project Name Contractor Name Owner Name Construction Completion Date Final Payroll: No. I/We certify and submit for final consideration for the project: 1. Updated and Final Contract/Subcontract Activity and Subcontractor’s List Form (HCD Form #3) 2. Final Payroll 3. Updated and Final Employee Roster (HCD Form #3) 4. All Outstanding paperwork has been submitted -- such as but not limited to: a. Apprenticeship Documentation b. Draws, Garnishments and Voluntary Deduction Authorizations c. Revised Certified payrolls (if necessary) d. Furthermore, I certify that appropriate Prevailing Wages have been paid to all laborers and mechanics on the project. Name (Printed) Signature Date U.S. Department of LaborPAYROLL (For Contractor's Optional Use; See Instructions at www.dol.gov/whd/forms/wh347instr.htm) Wage and Hour Division Persons are not required to respond to the collection of information unless it displays a currently valid OMB control number. NAME OF CONTRACTOR OR SUBCONTRACTOR ADDRESSOMB No.:1235-0008 Expires: 07/31/2024PAYROLL NO. FOR WEEK ENDING PROJECT AND LOCATION PROJECT OR CONTRACT NO. (1) (2) (3) (4) DAY AND DATE(5) (6) (7) (9) (8) DEDUCTIONS O O O O O O O O NAME AND INDIVIDUAL IDENTIFYING NUMBER (e.g., LAST FOUR DIGITS OF SOCIAL SECURITY NUMBER) OF WORKERNO. OF WITHHOLDiNG EXEMPTIONS WORK CLASSIFICATION OT. OR ST. HOURS WORKED EACH DAY TOTAL HOURS RATE OF PAY GROSS AMOUNT EARNEDFICA WITH-HOLDING TAXOTHER TOTAL DEDUCTIONS NET WAGES PAID FOR WEEK S SS S S S S S Rev. Dec. 2008Rev. Dec. 2008While completion of Form WH-347 is optional, it is mandatory for covered contractors and subcontractors performing work on Federally financed or assisted construction contracts to respond to the information collection contained in 29 C.F.R. §§ 3.3, 5.5(a). The Copeland Act (40 U.S.C. § 3145) contractors and subcontractors performing work on Federally financed or assisted construction contracts to "furnish weekly a statement with respect to the wages paid each employee during the preceding week." U.S. Department of Labor (DOL) regulations at 29 C.F.R. § 5.5(a)(3)(ii) require contractors to submit weekly a copy of all payrolls to the Federal agency contracting for or financing the construction project, accompanied by a signed "Statement of Compliance" indicating that the payrolls are correct and complete and that each laborer or mechanic has been paid not less than the proper Davis-Bacon prevailing wage rate for the work performed. DOL and federal contracting agencies receiving this information review the information to determine that employees have received legally required wages and fringe benefits. Public Burden StatementWe estimate that is will take an average of 55 minutes to complete this collection, including time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. If you have any comments regarding these estimates or any other aspect of this collection, including suggestions for reducing this burden, send them to the Administrator, Wage and Hour Division, U.S. Department of Labor, Room S3502, 200 Constitution Avenue, N.W. Washington, D.C. 20210(over) Date I,(Name of Signatory Party) (Title) do hereby state: (1) That I pay or supervise the payment of the persons employed byon the (Contractor or Subcontractor) ; that during the payroll period commencing on the (Building or Work) day of,, and ending theday of,, all persons employed on said project have been paid the full weekly wages earned, that no rebates have been or will be made either directly or indirectly to or on behalf of said from the full (Contractor or Subcontractor) weekly wages earned by any person and that no deductions have been made either directly or indirectly from the full wages earned by any person, other than permissible deductions as defined in Regulations, Part 3 (29 C.F.R. Subtitle A), issued by the Secretary of Labor under the Copeland Act, as amended (48 Stat. 948, 63 Stat. 108, 72 Stat. 967; 76 Stat. 357; 40 U.S.C. § 3145), and described below: (2)That any payrolls otherwise under this contract required to be submitted for the above period are correct and complete; that the wage rates for laborers or mechanics contained therein are not less than the applicable wage rates contained in any wage determination incorporated into the contract; that the classificationsset forth therein for each laborer or mechanic conform with the work he performed. (3) That any apprentices employed in the above period are duly registered in a bona fide apprenticeshipprogramregistered with a State apprenticeship agency recognized by the Bureau of Apprenticeship andTraining, United States Department of Labor, or if no such recognized agency exists in a State, are registeredwith the Bureau of Apprenticeship and Training, United States Department of Labor. (4)That:(a)WHERE FRINGE BENEFITS ARE PAID TO APPROVED PLANS, FUNDS, OR PROGRAMS−in addition to the basic hourly wage rates paid to each laborer or mechanic listed inthe above referenced payroll, payments of fringe benefits as listed in the contracthave been or will be made to appropriate programs for the benefit of such employees, except as noted in section 4(c) below.(b)WHERE FRINGE BENEFITS ARE PAID IN CASH−Each laborer or mechanic listed in the above referenced payroll has been paid,as indicated on the payroll, an amount not less than the sum of the applicablebasic hourly wage rate plus the amount of the required fringe benefits as listedin the contract, except as noted in section 4(c) below.(c) EXCEPTIONSREMARKS: EXCEPTION (CRAFT)EXPLANATION NAME AND TITLE SIGNATURE THE WILLFUL FALSIFICATION OF ANY OF THE ABOVE STATEMENTS MAY SUBJECT THE CONTRACTOR OR SUBCONTRACTOR TO CIVIL OR CRIMINAL PROSECUTION. SEE SECTION 1001 OF TITLE 18 AND SECTION 3729 OF TITLE 31 OF THE UNITED STATES CODE. City of Renton Contract Provisions for Downtown Core Streetscape Phase 2 Williams Avenue South ______________________________________________________________________________ VII. SPECIAL PROVISIONS Special Provisions – Bid Document i Downtown Core Streetscape Phase 2- Williams Avenue South June 2023 Table of Contents INTRODUCTION TO THE SPECIAL PROVISIONS ................................................................................... 1 DESCRIPTION OF WORK .......................................................................................................................... 3 1-01 DEFINITIONS AND TERMS ........................................................................................................... 3 1-01.3 Definitions ............................................................................................................................ 3 1-02 BID PROCEDURES AND CONDITIONS ....................................................................................... 5 1-02.1 Prequalification of Bidders ................................................................................................... 5 1-02.2 Plans and Specifications ..................................................................................................... 5 1-02.5 Proposal Forms ................................................................................................................... 6 1-02.6 Preparation of Proposal ....................................................................................................... 6 1-02.6(1) Recycled Materials Proposal ............................................................................................... 7 1-02.7 Bid Deposit .......................................................................................................................... 7 1-02.10 Withdrawing, Revising, or Supplementing Proposal ........................................................... 7 1-02.13 Irregular Proposals .............................................................................................................. 8 1-02.14 Disqualification of Bidders ................................................................................................... 9 1-02.15 Pre Award Information .......................................................................................................12 1-03 AWARD AND EXECUTION OF CONTRACT .............................................................................12 1-03.1 Consideration of Bids.........................................................................................................12 1-03.1(1) Identical Bid Totals .............................................................................................................13 1-03.3 Execution of Contract ........................................................................................................13 1-03.4 Contract Bond ....................................................................................................................14 1-03.7 Judicial Review ..................................................................................................................15 1-04 SCOPE OF WORK ......................................................................................................................15 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda ............................................................................................................................15 1-05 CONTROL OF WORK .................................................................................................................15 1-05.4 Conformity With and Deviations From Plans and Stakes..................................................15 1-05.7 Removal of Defective and Unauthorized Work..................................................................19 1-05.11 Final Inspection ..................................................................................................................19 1-05.11 Final Inspections and Operational Testing .........................................................................20 1-05.11(1) Substantial Completion Date .............................................................................................20 1-05.11(2) Final Inspection and Physical Completion Date ................................................................20 1-05.11(3) Operational Testing ............................................................................................................21 1-05.13 Superintendents, Labor and Equipment of Contractor ......................................................21 1-05.14 Cooperation with Other Contractors ..................................................................................21 1-05.15 Method of Serving Notices ................................................................................................22 1-05.16 Water and Power ...............................................................................................................22 1-05.18 Record Drawings ...............................................................................................................22 1-06 CONTROL OF MATERIAL ...........................................................................................................24 1-06.1 Approval of Materials Prior to Use .....................................................................................27 1-06.6 Recycled Materials ............................................................................................................27 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ............................................28 1-07.1 Laws to be Observed .........................................................................................................28 1-07.2 State Sales Tax ..................................................................................................................28 1-07.2 State Sales Tax ..................................................................................................................28 1-07.2(1) State Sales Tax — Rule 171 ..............................................................................................29 1-07.2(2) State Sales Tax — Rule 170 ..............................................................................................29 1-07.2(3) Services .............................................................................................................................30 1-07.7 Load Limits ........................................................................................................................30 1-07.9 Wages ................................................................................................................................30 1-07.9(1) General ..............................................................................................................................30 1-07.9(5)A Required Documents .........................................................................................................30 1-07.11 Requirements for Nondiscrimination .................................................................................30 1-07.12 Federal Agency Inspection ................................................................................................45 Special Provisions – Bid Document ii Downtown Core Streetscape Phase 2- Williams Avenue South June 2023 1-07.17 Utilities and Similar Facilities .............................................................................................45 1-07.18 Public Liability and Property Damage Insurance ...............................................................47 1-07.18 Insurance ...........................................................................................................................47 1-07.18(1) General Requirements.......................................................................................................47 1-07.18(2) Additional Insured ..............................................................................................................48 1-07.18(3) Subcontractors ...................................................................................................................48 1-07.18(4) Verification of Coverage ....................................................................................................48 1-07.18(5) Coverages and Limits ........................................................................................................49 1-07.18(5)A Commercial General Liability .............................................................................................49 1-07.18(5)B Automobile Liability ............................................................................................................50 1-07.18(5)C Workers’ Compensation ....................................................................................................50 1-07.18(5)K Professional Liability ..........................................................................................................50 1-07.23 Public Convenience and Safety .........................................................................................50 1-07.23(1) Construction Under Traffic .................................................................................................50 1-07.23(2) Construction and Maintenance of Detours ........................................................................52 1-07.24 Rights of Way.....................................................................................................................52 1-08 PROSECUTION AND PROGRESS .............................................................................................53 1-08.0 Preliminary Matters ............................................................................................................53 1-08.0(1) Preconstruction Conference ..............................................................................................53 1-08.0(2) Hours of Work ....................................................................................................................54 1-08.1 Subcontracting ...................................................................................................................55 1-08.3 Progress Schedule ............................................................................................................56 1-08.3(2)A Type A Progress Schedule ................................................................................................56 1-08.4 Prosecution of Work ..........................................................................................................56 1-08.4 Notice to Proceed and Prosecution of Work ......................................................................56 1-08.5 Time for Completion ..........................................................................................................57 1-08.6 Suspension of Work ...........................................................................................................58 1-08.9 Liquidated Damages ..........................................................................................................58 1-09 MEASUREMENT AND PAYMENT ..............................................................................................59 1-09.2(1) General Requirements for Weighing Equipment ...............................................................59 1-09.2(5) Measurement .....................................................................................................................59 1-09.6 Force Account ....................................................................................................................59 1-09.9 Payments ...........................................................................................................................60 1-09.11(3) Time Limitation and Jurisdiction ........................................................................................61 1-09.13(3)A Administration of Arbitration ...............................................................................................62 1-09.13(4) Venue for Litigation ............................................................................................................62 1-10 TEMPORARY TRAFFIC CONTROL ............................................................................................62 1-10.2 Traffic Control Management ..............................................................................................62 1-10.2(1) General ..............................................................................................................................62 1-10.3(3)A Construction Signs............................................................................................................63 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP ..................................................................65 2-01.1 Description .........................................................................................................................65 2-01.3(3) Relocate Street Trees ........................................................................................................65 2-01.4 Measurement ....................................................................................................................66 2-01.5 Payment ............................................................................................................................66 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS ..............................................................66 2-02.1 Description .........................................................................................................................66 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters ....................................................67 2-02.3(4) Salvage ..............................................................................................................................68 2-02.4 Measurement .....................................................................................................................68 2-02.5 Payment .............................................................................................................................69 2-04 HAUL ............................................................................................................................................69 2-04.1 Description .........................................................................................................................69 5-04 HOT MIX ASPHALT .....................................................................................................................70 5-04 Hot Mix Asphalt ..................................................................................................................70 5-04.1 Description .........................................................................................................................70 Special Provisions – Bid Document iii Downtown Core Streetscape Phase 2- Williams Avenue South June 2023 5-04.2 Materials ............................................................................................................................70 5-04.2(1) How to Get an HMA Mix Design on the QPL .....................................................................71 5-04.2(1)A Vacant ................................................................................................................................71 5-04.2(2) Mix Design - Obtaining Project Approval ...........................................................................71 5-04.2(2)B Using Warm Mix Asphalt Processes ..................................................................................72 5-04.3 Construction Requirements ...............................................................................................73 5-04.3(1) Weather Limitations ...........................................................................................................73 5-04.3(2) Paving Under Traffic ..........................................................................................................73 5-04.3(3) Equipment ..........................................................................................................................74 5-04.3(3)A Mixing Plant .......................................................................................................................74 5-04.3(3)B Hauling Equipment ............................................................................................................75 5-04.3(3)C Pavers ................................................................................................................................75 5-04.3(3)D Material Transfer Device or Material Transfer Vehicle .......................................................76 5-04.3(3)E Rollers ................................................................................................................................77 5-04.3(4) Preparation of Existing Paved Surfaces ............................................................................77 5-04.3(4)A Crack Sealing ....................................................................................................................78 5-04.3(4)B Vacant ................................................................................................................................78 5-04.3(4)C Pavement Repair ...............................................................................................................78 5-04.3(5) Producing/Stockpiling Aggregates and RAP .....................................................................78 5-04.3(5)A Vacant ................................................................................................................................79 5-04.3(6) Mixing ................................................................................................................................79 5-04.3(7) Spreading and Finishing ....................................................................................................79 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA .......................................................80 5-04.3(9) HMA Mixture Acceptance ..................................................................................................80 5-04.3(9)A Vacant ................................................................................................................................81 5-04.3(9)B Vacant ................................................................................................................................81 5-04.3(9)C Mixture Acceptance – Nonstatistical Evaluation ................................................................81 5-04.3(9)C1 Mixture Nonstatistical Evaluation – Lots and Sublots ........................................................81 5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling ......................................................................82 5-04.3(9)C3 Mixture Nonstatistical Evaluation – Acceptance Testing ...................................................82 5-04.3(9)C4 Mixture Nonstatistical Evaluation – Pay Factors ...............................................................82 5-04.3(9)C5 Vacant ................................................................................................................................83 5-04.3(9)C6 Mixture Nonstatistical Evaluation – Price Adjustments ......................................................83 5-04.3(9)C7 Mixture Nonstatistical Evaluation - Retests .......................................................................83 5-04.3 (9)D Mixture Acceptance – Commercial Evaluation ..................................................................84 5-04.3(10) HMA Compaction Acceptance ...........................................................................................84 5-04.3(10)A HMA Compaction – General Compaction Requirements ..................................................85 5-04.3(10)B HMA Compaction - Cyclic Density .....................................................................................86 5-04.3(10)C Vacant ................................................................................................................................86 5-04.3(10)D HMA Nonstatistical Compaction ........................................................................................86 5-04.3(10)D1 HMA Nonstatistical Compaction - Lots and Sublots ..........................................................86 5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation – Acceptance Testing ...................................86 5-04.3(10)D3 HMA Nonstatistical Compaction – Price Adjustments .......................................................87 5-04.3(11) Reject Work .......................................................................................................................87 5-04.3(11)A Reject Work General .........................................................................................................87 5-04.3(11)B Rejection by Contractor .....................................................................................................87 5-04.3(11)C Rejection Without Testing (Mixture or Compaction) ..........................................................87 5-04.3(11)D Rejection - A Partial Sublot ................................................................................................88 5-04.3(11)E Rejection - An Entire Sublot ...............................................................................................88 5-04.3(11)F Rejection - A Lot in Progress .............................................................................................88 5-04.3(11)G Rejection - An Entire Lot (Mixture or Compaction) ............................................................88 5-04.3(12) Joints .................................................................................................................................88 5-04.3(12)A HMA Joints .........................................................................................................................88 5-04.3(12)A1 Transverse Joints ..............................................................................................................88 5-04.3(12)A2 Longitudinal Joints .............................................................................................................89 5-04.3(12)B Bridge Paving Joint Seals ..................................................................................................89 Special Provisions – Bid Document iv Downtown Core Streetscape Phase 2- Williams Avenue South June 2023 5-04.3(13) Surface Smoothness .........................................................................................................89 5-04.3(14) Planing Bituminous Pavement ...........................................................................................90 5-04.3(14)A Pre-Planing Metal Detection Check ...................................................................................91 5-04.3(14)B Paving and Planing Under Traffic ......................................................................................91 5-04.3(14)B1 General ..............................................................................................................................91 5-04.3(14)B2 Submittals - Planing Plan and HMA Paving Plan ..............................................................92 5-04.3(14)B3 Pre-Paving and Pre-Planing Briefing .................................................................................93 5-04.3(15) Sealing Pavement Surfaces ..............................................................................................95 5-04.3(16) HMA Road Approaches .....................................................................................................95 5-04.4 Measurement .....................................................................................................................95 5-04.5 Payment .............................................................................................................................95 6-07 PAINTING .....................................................................................................................................98 6-07.1 Description .........................................................................................................................98 6-07.2 Materials ............................................................................................................................98 6-07.2(1) Materials for Signal and Luminaire Poles, Luminaires, Terminal Cabinets and Video Detection Systems .............................................................................................................99 6-07.2(2) Materials for Permanent Signing and Landscape Strip Fencing .....................................100 6-07.3 Construction Requirements .............................................................................................100 6-07.3(14) Painting of Aluminum Surfaces ........................................................................................100 6-07.5 Payment ...........................................................................................................................100 7-01 DRAINS .....................................................................................................................................101 7-01.1 Description .......................................................................................................................101 7-01.2 Materials ..........................................................................................................................101 7-01.3 Construction Requirements .............................................................................................101 7-01.4 Measurement ...................................................................................................................101 7-01.5 Payment ...........................................................................................................................101 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS ....................................................102 7-05.2 Materials ..........................................................................................................................102 7-05.3 Construction Requirements .............................................................................................102 7-05.3(1) Adjusting Manholes and Catch Basins to Grade ............................................................102 7-05.3(3) Connections to Existing Catch Basins .............................................................................103 7-05.4 Measurement ...................................................................................................................104 7-05.5 Payment ...........................................................................................................................104 7-15 SERVICE CONNECTIONS .........................................................................................................105 7-15.1 Description .......................................................................................................................105 7-15.3(2) Adjust Water Meter Box to Grade ....................................................................................105 7-15.4 Measurement ...................................................................................................................105 7-15.5 Payment ...........................................................................................................................105 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL .................................................107 8-01.1 Description .......................................................................................................................107 8-01.3 Construction Requirements .............................................................................................107 8-01.3(1)A Submittals ........................................................................................................................107 8-01.3(8) Street Cleaning ................................................................................................................107 8-01.3(9)D Inlet Protection .................................................................................................................107 8-02 ROADSIDE RESTORATION ......................................................................................................108 8-02.2 Materials ..........................................................................................................................108 8-02.3(1) Responsibility During Construction ..................................................................................108 8-02.3(2)A Roadside Work Plan ........................................................................................................108 8-02.3(4) Topsoil ..............................................................................................................................109 8-02.3(4)A Topsoil Type A ..................................................................................................................109 8-02.3(6)B Fertilizers .........................................................................................................................109 8-02.3(8)B Plant Installation .............................................................................................................. 110 8-02.3(11)B Bark or Wood Chip Mulch ................................................................................................ 110 8-02.3(13) Plant Establishment ......................................................................................................... 110 8-02.4 Measurement ................................................................................................................... 112 8-02.5 Payment ........................................................................................................................... 112 Special Provisions – Bid Document v Downtown Core Streetscape Phase 2- Williams Avenue South June 2023 8-03 IRRIGATION SYSTEM ...............................................................................................................113 8-03.1 Description ....................................................................................................................... 113 8-03.2 Materials .......................................................................................................................... 113 8-03.3 Construction Requirements ............................................................................................. 113 8-03.3(4) Irrigation Water Service ................................................................................................... 114 8-03.3(5) Irrigation Electrical Service .............................................................................................. 114 8-03.3(7)A Irrigation Piping ................................................................................................................ 114 8-03.3(7)A Irrigation Sleeves ............................................................................................................. 114 8-03.3(10)B Flushing and Testing ....................................................................................................... 114 8-03.3(14) System Operation ........................................................................................................... 115 8-03.5 Payment .......................................................................................................................... 115 8-04 CURBS, GUTTERS, AND SPILLWAYS ....................................................................................116 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways ............................................................ 116 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES ....................................................................116 8-06.1 Description ....................................................................................................................... 116 8-06.3 Construction Requirements ............................................................................................. 116 8-06.4 Measurement ................................................................................................................... 116 8-06.5 Payment ........................................................................................................................... 116 8-14 CEMENT CONCRETE SIDEWALKS .........................................................................................116 8-14.1 Description ....................................................................................................................... 116 8-14.2 Materials .......................................................................................................................... 117 8-14.3 Construction Requirements ............................................................................................. 117 8-14.3(4) Curing .............................................................................................................................. 119 8-14.4 Measurement ................................................................................................................... 119 8-14.5 Payment ...........................................................................................................................120 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION SYSTEMS, AND ELECTRICAL .....................................................................................................................120 8-20.1 Description .......................................................................................................................120 8-20.1(1) Regulations and Code .....................................................................................................120 8-20.1(3) Permitting and Inspection ................................................................................................121 8-20.1(4) Restrictions on the Schedule of Work .............................................................................121 8-20.1(5) Errors and Omissions ......................................................................................................121 8-20.2 Materials ..........................................................................................................................121 8-20.2(1) Equipment List and Drawings ..........................................................................................122 8-20.3 Construction Requirements .............................................................................................122 8-20.3(2) Excavating and Backfilling ...............................................................................................123 8-20.3(2)A Trench and Backfill ..........................................................................................................123 8-20.3(3) Removing and Replacing Improvements.........................................................................124 8-20.3(4) Foundations .....................................................................................................................125 8-20.3(5) Conduit ............................................................................................................................128 8-20.3(5)A General ............................................................................................................................128 8-20.3(5)A3 Damaged or Blocked Conduits ........................................................................................129 8-20.3(5)B Conduit Type ....................................................................................................................129 8-20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes ................................................................130 8-20.3(8) Wiring ...............................................................................................................................130 8-20.3(9) Bonding, Grounding .........................................................................................................131 8-20.3(11) Testing .............................................................................................................................131 8-20.3(13) Illumination Systems ........................................................................................................131 8-20.3(13)A Light Standards ................................................................................................................131 8-20.3(15) Grout ................................................................................................................................133 8-20.3(17) “As Built” Plans ................................................................................................................133 8-20.4 Measurement ...................................................................................................................133 8-20.5 Payment ...........................................................................................................................134 8-28 TREE GRATE (NEW SECTION) ................................................................................................134 8-28.1 Description .......................................................................................................................134 8-28.2 Materials ..........................................................................................................................134 Special Provisions – Bid Document vi Downtown Core Streetscape Phase 2- Williams Avenue South June 2023 8-28.3 Construction Requirements .............................................................................................135 8-28.4 Measurements .................................................................................................................135 8-28.5 Payment ...........................................................................................................................135 8-30 WASTE RECEPTACLE (NEW SECTION) .................................................................................136 8-30.1 Description .......................................................................................................................136 8-30.2 Materials ..........................................................................................................................136 8-30.3 Construction Requirements .............................................................................................136 8-30.4 Measurement ...................................................................................................................136 8-30.5 Payment ...........................................................................................................................137 8-32 LANDSCAPE STRIP FENCING (NEW SECTION) ....................................................................137 8-32.1 Description .......................................................................................................................137 8-32.2 Materials ..........................................................................................................................137 8-32.3 Construction Requirements .............................................................................................137 8-32.4 Measurement ...................................................................................................................139 8-32.5 Payment ...........................................................................................................................139 8-33 RESOLUTION OF UTILITY CONFLICTS (NEW SECTION) .....................................................139 8-33.1 Description .......................................................................................................................139 8-33.3 Construction Requirements .............................................................................................140 8-33.5 Payment ...........................................................................................................................140 9-14 EROSION CONTROL AND ROADSIDE PLANTING ................................................................142 9-14.2(1) Topsoil Type A ..................................................................................................................142 9-14.4 Fertilizer ...........................................................................................................................142 9-14.5(3) Bark or Wood Chips .........................................................................................................142 9-14.7(2) Quality ..............................................................................................................................143 9-14.7(3) Handling and Shipping ....................................................................................................143 9-14.9 Root Barrier .....................................................................................................................144 9-15 IRRIGATION SYSTEM ...............................................................................................................144 9-15.1 Pipe Tube and Fittings .....................................................................................................144 9-15.1(2) Polyvinyl Chloride Pipe and Fittings ................................................................................144 9-15.2 Drip Tubing ......................................................................................................................144 9-15.4 Irrigation Heads ...............................................................................................................144 9-15.5 Valve Boxes .....................................................................................................................144 9-15.7(2) Automatic Control Valves .................................................................................................145 9-15.17 Electrical Wire and Splices ..............................................................................................145 9-29 ILLUMINATION, SIGNAL, ELECTRICAL...................................................................................145 9-29.1 Conduit, Innerduct, and Outerduct ..................................................................................145 9-29.1(10) Directional Boring ............................................................................................................146 9-29.2 Junction Boxes, Cable Vaults, and Pull Boxes ................................................................146 9-29.2(1)A Standard Duty Junction Boxes ........................................................................................146 9-29.6 Light and Signal Standards .............................................................................................147 9-29.6(1) Steel Light and Signal Standards ....................................................................................147 9-29.6(1)C Decorative Pedestrian Luminaire Poles ..........................................................................147 9-29.10(2) Decorative Luminaires .....................................................................................................148 9-29.11(2) Photoelectric Controls......................................................................................................149 Special Provisions – Bid Document SP-1 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 INTRODUCTION TO THE SPECIAL PROVISIONS (December 10, 2020 APWA GSP) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2023 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 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) Also incorporated into the Contract Documents by reference are: • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any • Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current edition • City of Renton Standard Details, City of Renton Public Works Department, current edition • Revised Draft Guidelines for Accessible Public Rights-of-Way, November 23, 2005 (commonly referred to as the 2005 PROWAG) Contractor shall obtain copies of these publications, at Contractor’s own expense. Special Provisions – Bid Document SP-2 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 (This Page Intentionally Left Blank) Special Provisions – Bid Document SP-3 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995 WDOT GSP) This Contract provides for the improvement of ** Williams Ave S, from S 3rd St to S 2nd St to install new illumination, irrigation, landscaping, curb and gutter, sidewalks, and urban design amenities. ** and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 1-01 DEFINITIONS AND TERMS 1-01.3 Definitions (January 19, 2022 APWA GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following: Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date The date the Contracting Agency officially binds the Agency to the Contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the Contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract. Physical Completion Date The day all of the Work is physically completed on the project. All documentation required by the Contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required Special Provisions – Bid Document SP-4 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 by the Contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the Work as complete. Supplement this Section with the following: All references in the Standard Specifications or WSDOT General Special Provisions, to the terms “Department of Transportation”, “Washington State Transportation Commission”, “Commission”, “Secretary of Transportation”, “Secretary”, “Headquarters”, and “State Treasurer” shall be revised to read “Contracting Agency”. All references to the terms “State” or “state” shall be revised to read “Contracting Agency” unless the reference is to an administrative agency of the State of Washington, a State statute or regulation, or the context reasonably indicates otherwise. All references to “State Materials Laboratory” shall be revised to read “Contracting Agency designated location”. All references to “final contract voucher certification” shall be interpreted to mean the Contracting Agency form(s) by which final payment is authorized, and final completion and acceptance granted. Additive A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Business Day A business day is any day from Monday through Friday except holidays as listed in Section 1-08.5. Contract Bond The definition in the Standard Specifications for “Contract Bond” applies to whatever bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond. Contract Documents See definition for “Contract”. Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Special Provisions – Bid Document SP-5 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency’s acceptance of the Bid Proposal. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins. Traffic Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. 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 will be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17") 5 Furnished automatically upon award. Contract Provisions 5 Furnished automatically upon award. Large plans (e.g., 22" x 34") 1 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. Special Provisions – Bid Document SP-6 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 1-02.5 Proposal Forms (July 31, 2017 APWA GSP) Delete this section and replace it with the following: The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder’s name, address, telephone number, and signature; the bidder’s UDBE/DBE/M/WBE commitment, if applicable; a State of Washington Contractor’s Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified. 1-02.6 Preparation of Proposal (December 10, 2020 APWA GSP, Option B) Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. Delete the last two paragraphs, and replace them with the following: The Bidder shall submit with their Bid a completed Contractor Certification Wage Law Compliance form, provided by the Contracting Agency. Failure to return this certification as part of the Bid Proposal package will make this Bid Nonresponsive and ineligible for Award. A Contractor Certification of Wage Law Compliance form is included in the Proposal Forms. The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any UDBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any UDBE requirements are to be satisfied through such an agreement. Special Provisions – Bid Document SP-7 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 Add the following new section: 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. 1-02.7 Bid Deposit (March 8, 2013 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency-assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder’s officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany said signature; 6. The signature of the surety’s officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 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: 1. 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 2. The Contracting Agency receives the request before the time set for receipt of Bid Proposals, and 3. The revised or supplemented Bid Proposal (if any) is received by the Contracting Agency before the time set for receipt of Bid Proposals. Special Provisions – Bid Document SP-8 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 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 (December 30, 2022 APWA GSP ) Delete this section and replace it with the following: 1. A Proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized Proposal form furnished by the Contracting Agency is not used or is altered; c. The completed Proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; g. The Bidder fails to submit or properly complete a subcontractor list (WSDOT Form 271-015), if applicable, as required in Section 1-02.6; h. The Bidder fails to submit or properly complete a Disadvantaged Business Enterprise Certification (WSDOT Form 272-056), if applicable, as required in Section 1-02.6; i. The Bidder fails to submit Written Confirmations (WSDOT Form 422-031) 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; j. 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; k. The Bidder fails to submit a DBE Bid Item Breakdown (WSDOT Form 272-054), 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; l. The Bidder fails to submit DBE Trucking Credit Forms (WSDOT Form 272-058), 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; m. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or n. More than one Proposal is submitted for the same project from a Bidder under the same or different names. Special Provisions – Bid Document SP-9 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 2. A Proposal may be considered irregular and may be rejected if: a. The Proposal does not include a unit price for every Bid item; b. 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; c. Receipt of Addenda is not acknowledged; d. 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 e. 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 Special Provisions – Bid Document SP-10 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 established procedure which it utilizes to validate the responsibility of each of its 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. Special Provisions – Bid Document SP-11 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 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. . 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 Special Provisions – Bid Document SP-12 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 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 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 (December 30, 2022 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 Consideration of Bids (December 30, 2022 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder’s unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally Special Provisions – Bid Document SP-13 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1-03.1(1) Identical Bid Totals ( December 30, 2022 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 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 (January 19, 2022 APWA GSP) Revise this section to read: Within 3 calendar days of Award date (not including Saturdays, Sundays and Holidays), the successful Bidder shall provide the information necessary to execute the Contract to the Contracting Agency. The Bidder shall send the contact information, including the full name, email address, and phone number, for the authorized signer and bonding agent to the Contracting Agency. 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 10 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, a satisfactory bond as required by law and Section 1-03.4, the Transfer of Coverage form for the Construction Stormwater General Permit with sections I, III, and VIII completed when provided. 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- Special Provisions – Bid Document SP-14 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 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 2 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); 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 persons, 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; 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). Special Provisions – Bid Document SP-15 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 1-03.7 Judicial Review (December 30, 2022 APWA GSP) Revise this section to read: All decisions 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 (December 30, 2022 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, 4. Contract Plans, 5. Standard Specifications, 6. Contracting Agency’s Standard Plans or Details (if any), and 7. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1-05 CONTROL OF WORK 1-05.4 Conformity With and Deviations From Plans and Stakes Section 1-05.4 is supplemented with the following: Contractor Surveying – Roadway (January 13, 2021 WSDOT GSP) The Contracting Agency has provided primary survey control in the Plans. 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 Special Provisions – Bid Document SP-16 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 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: 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. Special Provisions – Bid Document SP-17 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 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. 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. Special Provisions – Bid Document SP-18 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 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. 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 "Roadway 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: Licensed Surveyors The Contractor shall be responsible for reestablishing or locating legal survey markers such as GLO monuments or property corner monuments, conduct boundary surveys to determine Contracting Agency right-of-way locations, and obtain, review and analyze deeds and records as necessary to determine these boundaries. The Contracting Agency will provide “rights of entry” as needed by the Contractor to perform the work. The Contractor shall brush out or clear and stake or mark the right-of-way lines as designated by the Engineer. 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 Contractors expense. When required, the Contractor shall prepare and file a Record of Survey map in accordance with RCW 58.09 and provide a recorded copy to the Contracting Agency. The Contracting Agency will provide all existing base maps, existing horizontal and vertical control, and other material available with Washington State Plane Coordinate information to the Contractor. The Contracting Agency will also provide maps, plan sheets, and/or aerial photographs clearly identifying the limits of the areas to be surveyed. The Contractor shall establish Washington State Plane Coordinates on all points required in the Record of Survey and other points designated in the Contract documents. Existing right of way documentation, existing base maps, existing horizontal and vertical control descriptions, maps, plan sheets, aerial photographs and all other available material may be viewed by prospective bidders at the office of the Engineer. The Contractor shall perform all of the necessary calculations for the contracted survey work Special Provisions – Bid Document SP-19 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 and shall provide copies of these calculations to the Contracting Agency. Electronic files of all survey data shall be provided and in a format acceptable to the Contracting Agency. All survey work performed by the Contractor shall conform to all applicable sections of the Revised Code of Washington and the Washington Administrative Code. The Contractor shall provide all traffic control, signing, and temporary traffic control devices in order to provide a safe work zone. Payment The Work described above under subsection Licensed Surveyors shall be incidental to the Bid Item “Roadway Surveying”. 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor’s unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency’s rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency’s right to pursue any other avenue for additional remedy or damages with respect to the Contractor’s failure to perform the work as required. 1-05.11 Final Inspection Delete this section and replace it with the following: Special Provisions – Bid Document SP-20 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 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 When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. 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. Special Provisions – Bid Document SP-21 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 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 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. 1-05.14 Cooperation with Other Contractors (March 13, 1995 WSDOT GSP) Section 1-05.14 is supplemented with the following: Other Contracts Or Other Work It is anticipated that the following work adjacent to or within the limits of this project will be performed by others during the course of this project and will require coordination of the work: *** • Adjustment to finished grade of various franchise utility surface structures Special Provisions – Bid Document SP-22 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 • See also 1-07.17 herein for additional requirements *** 1-05.15 Method of Serving Notices (*****) 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. (*****) Add new paragraph: Notices delivered by email shall be sent to all addresses on a mutually agreed upon list of addresses for the Contractor or the Contracting Agency. The list shall be agreed upon prior to issuance of the “Notice to Proceed with Construction” and shall be maintained by the Engineer. An email is deemed to be received by the end of the next business day following the date and time as recorded by the device used by the sender from which the email was sent. Email notifications shall have a subject line containing at least the project name and the word Notification (Downtown Core Streetscape Phase 2 – Notification). Attachments over 10 megabytes are not allowed. For files over 10 megabytes, a link to a secure file transfer service shall be provided. Confirmation of receipt of email notification shall be provided by the recipient no later than one business day following receipt of the email notification. Add the following new section: 1-05.16 Water and Power (October 1, 2005 APWA GSP) 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. Add the following new section: 1-05.18 Record Drawings (March 8, 2013 APWA GSP) 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. Special Provisions – Bid Document SP-23 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 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. 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 ± .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 Special Provisions – Bid Document SP-24 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 • 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.). 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 $ 800) 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 Section 1-06 is supplemented with the following: Build America/Buy America (June 6, 2023 WSDOT GSP Option 2A) General Requirements In accordance with Division G, Title IX - Build America, Buy America Act (BABA), of Public Law 117-58 (Infrastructure Investment and Jobs Act), the following materials must be American-made: 1. All steel and iron used in the project are produced in the United States. This means all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. 2. All manufactured products used in the project are produced in the United States. This means the manufactured product was manufactured in the United States, and the cost of the components of the manufactured product that are mined, produced, or manufactured in the United States is greater than 55 percent of the total cost of all components of the manufactured product, unless another standard for Special Provisions – Bid Document SP-25 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 determining the minimum amount of domestic content of the manufactured product has been established under applicable law or regulation. 3. All construction materials are manufactured in the United States. This means that all manufacturing processes for the construction material occurred in the United States. An article, material, or supply will be classified in one of three categories: 1) Steel and Iron, 2) Manufactured Product or 3) Construction Material. Only a single category will apply to an item and be subject to the requirements of the BABA requirements of that category. Some contract items are composed of multiple parts that may fall into different categories. Individual components will be categorized as a construction material, manufactured product, or steel and iron based on their composition when they arrive at the staging area or work site When steel or iron are a component of a manufactured product or construction material, the steel and iron components will be subject to “Steel and Iron Requirements” of this Specification. Definitions 1. Construction material: Defined as any article, material, or supply brought to the construction site for incorporation into the final product. Construction materials include an article, material, or supply that is or consists primarily of: a. Non-ferrous metals; b. Plastic and polymer-based products (including polyvinylchloride, composite building materials, and polymers used in fiber optic cables); c. Glass (including optic glass); d. Lumber; or e. Drywall. Construction Materials do not include items of primarily iron or steel; manufactured products; cement and cementitious materials; aggregates such as stone, sand, or gravel; or aggregate binding agents or additives. 2. Manufactured Product: A Manufactured product includes any item produced as a result of the manufacturing process. Items that consist of two or more of the listed construction materials that have been combined together through a manufacturing process, and items that include at least one of the listed materials combined with a material that is not listed through a manufacturing process, should be treated as manufactured products, rather than as construction materials. 3. Manufactured in the United States: A construction material will be considered as manufactured in the United States if all manufacturing processes have occurred in the United States. 4. Structural Steel: Defined as all structural steel products included in the project. 5. United States: To further define the coverage, a domestic product is a manufactured steel construction 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. Special Provisions – Bid Document SP-26 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 Steel and Iron Requirements Major quantities of steel and iron construction materials that are permanently incorporated into the project shall consist of American-made materials only. BABA requirements do not apply to temporary steel or iron 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. 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 BABA requirements. Additionally, products manufactured domestically from foreign source steel billets or iron ingots do not conform to the BABA requirements because the initial melting and mixing of alloys to create the material occurred in a foreign country. 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, BABA requirements do not apply to raw materials (iron ore and alloys), scrap (recycled steel or iron), and pig iron ore 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. Special Provisions – Bid Document SP-27 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 A certification of materials origin will be required for all items comprised of, or containing, steel or iron construction materials prior to such items being incorporated into the permanent work. The Contractor will not receive payment until the certification is received by the Engineer. The certification shall be on WSDOT Form 350-109 provided by the Engineer, or such other form the Contractor chooses, provided it contains the same information as WSDOT Form 350-109. Manufactured Products Due to a nationwide waiver, BABA requirements do not apply to manufactured products. Manufactured products that contain steel and iron, regardless of a nationwide waiver, will follow “Steel and Iron Requirements” of this Specification Construction Material Requirements A Contractor provided certification of materials origin will be required before each progress estimate or payment. The Contractor will not receive payment until the certification is received by the Engineer. The Contractor shall certify that all construction materials installed during the current progress estimate period meets the Build America, Buy America Act. The certification shall be on WSDOT Form 350-110 provided by the Engineer, or such other form the Contractor chooses, provided it contains the same information as WSDOT Form 350- 110. 1-06.1 Approval of Materials Prior to Use (April 3, 2017 WSDOT GSP) Section 1-06.1 is supplemented with the following: For each proposed material that is required to be submitted for approval using either the QPL or RAM process the Contractor will be allowed to submit for approval two material sources or manufacturers per material type at no cost. Additional material sources or manufacturers may be submitted for approval and will be processed at a cost of $125.00 per material source or manufacturer submitted by QPL submittal and $400.00 per material submitted by RAM. All costs for processing additional material sources or manufacturers will be deducted from monies due or that may come due to the Contractor. Subject to a request by the Contractor and a determination by the Engineer the costs for processing may be waived. 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. Special Provisions – Bid Document SP-28 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 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 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, for all 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. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor’s plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor’s performance does not, and shall not, be intended to include review and adequacy of the Contractor’s safety measures in, on, or near the project site. 1-07.2 State Sales Tax Delete this section, including its sub-sections, in its entirety and replace it with the following: 1-07.2 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 Special Provisions – Bid Document SP-29 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1- 07.2(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. Special Provisions – Bid Document SP-30 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 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). 1-07.7 Load Limits Section 1-07.7 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 Section 1-07.9(1) is supplemented with the following: (January 9, 2023 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. WA20230001. The State rates incorporated in this contract are applicable to all construction activities associated with this contract. 1-07.9(5)A Required Documents (December 30, 2022 APWA GSP) This section is revised to read as follows: 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 to the State L&I online Prevailing Wage Intent & Affidavit (PWIA) system. 1-07.11 Requirements for Nondiscrimination Section 1-07.11 is supplemented with the following: (October 3, 2022 WSDOT GSP OPT 1 GR1) Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246) Special Provisions – Bid Document SP-31 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 1. The Contractor's attention is called to the Equal Opportunity Clause and the Standard Federal Equal Employment Opportunity Construction Contract Specifications set forth herein. 2. The goals and timetables for minority and female participation set by the Office of Federal Contract Compliance Programs, expressed in percentage terms for the Contractor's aggregate work force in each construction craft and in each trade on all construction work in the covered area, are as follows: Women - Statewide Timetable Goal Until further notice 6.9% Minorities - by Standard Metropolitan Statistical Area (SMSA) Spokane, WA: SMSA Counties: Spokane, WA 2.8 WA Spokane. Non-SMSA Counties 3.0 WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield; WA Lincoln, WA Pend Oreille; WA Stevens; WA Whitman. Richland, WA SMSA Counties: Richland Kennewick, WA 5.4 WA Benton; WA Franklin. Non-SMSA Counties 3.6 WA Walla Walla. Yakima, WA: SMSA Counties: Yakima, WA 9.7 WA Yakima. Non-SMSA Counties 7.2 WA Chelan; WA Douglas; WA Grant; WA Kittitas; WA Okanogan. Seattle, WA: SMSA Counties: Seattle Everett, WA 7.2 WA King; WA Snohomish. Tacoma, WA 6.2 WA Pierce. Non-SMSA Counties 6.1 WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA Kitsap; WA Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA Thurston; WA Whatcom. Special Provisions – Bid Document SP-32 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 Portland, OR: SMSA Counties: Portland, OR-WA 4.5 WA Clark. Non-SMSA Counties 3.8 WA Cowlitz; WA Klickitat; WA Skamania; WA Wahkiakum. These goals are applicable to each nonexempt Contractor’s total on-site construction workforce, regardless of whether or not part of that workforce is performing work on a Federal, or federally assisted project, contract, or subcontract until further notice. Compliance with these goals and time tables is enforced by the Office of Federal Contract compliance Programs. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, in each construction craft and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goal shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Office of Federal Contract Compliance Programs (OFCCP) within 10 working days of award of any construction subcontract in excess of $10,000 or more that are Federally funded, at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. The notification shall be sent to: U.S. Department of Labor Office of Federal Contract Compliance Programs Pacific Region Attn: Regional Director San Francisco Federal Building 90 – 7th Street, Suite 18-300 San Francisco, CA 94103(415) 625-7800 Phone (415) 625-7799 Fax 4. As used in this Notice, and in the contract resulting from this solicitation, the Covered Area is as designated herein. Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246) 1. As used in these specifications: Special Provisions – Bid Document SP-33 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 a. Covered Area means the geographical area described in the solicitation from which this contract resulted; b. Director means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. Employer Identification Number means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U. S. Treasury Department Form 941; d. Minority includes: (1) Black, a person having origins in any of the Black Racial Groups of Africa. (2) Hispanic, a fluent Spanish speaking, Spanish surnamed person of Mexican, Puerto Rican, Cuban, Central American, South American, or other Spanish origin. (3) Asian or Pacific Islander, a person having origins in any of the original peoples of the Pacific rim or the Pacific Islands, the Hawaiian Islands and Samoa. (4) American Indian or Alaskan Native, a person having origins in any of the original peoples of North America, and who maintain cultural identification through tribal affiliation or community recognition. 2. Whenever the Contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or subcontractor's failure to take good faith effort to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of this Special Provision. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should Special Provisions – Bid Document SP-34 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its action. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not Special Provisions – Bid Document SP-35 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on-the-job training opportunity and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the U.S. Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on-site supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. Special Provisions – Bid Document SP-36 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. l. Conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single-user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor-union, contractor-community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of the obligations under 7a through 7p of this Special Provision provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensure that the concrete benefits of the program are reflected in the Contractor's minority and female work-force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrate the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). Special Provisions – Bid Document SP-37 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspensions, terminations and cancellations of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of this Special Provision, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the government and to keep records. Records shall at least include, for each employee, their name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, the Contractors will not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). 16. Additional assistance for Federal Construction Contractors on contracts administered by Washington State Department of Transportation or by Local Agencies may be found at: Washington State Dept. of Transportation Office of Equal Opportunity PO Box 47314 310 Maple Park Ave. SE Olympia WA 98504-7314 Ph: 360-705-7090 Fax: 360-705-6801 http://www.wsdot.wa.gov/equalopportunity/default.htm Special Provisions – Bid Document SP-38 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 (October 3, 2022) 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. As such, the requirements of this Contract are to make affirmative efforts to solicit DBEs, provide information on who submitted a Bid or quote and to report DBE participation monthly as described elsewhere in these Contract Provisions. No preference will be included in the evaluation of Bids/Proposals, no minimum level of DBE participation shall be required as a Condition of Award and Bids/Proposals may not be rejected or considered non-responsive on that basis. 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. The on-line Directory is available to Contractors 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 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.” Contract – For this Special Provision only, this definition supplements Section 1- 01.3. 49 CFR 26.5 defines contract as: “… a legally binding relationship obligating a seller to furnish supplies or services (including, but not limited to, construction and professional services) and the buyer to pay for them. For purposes of this part, a lease is considered to be a contract.” Special Provisions – Bid Document SP-39 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 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. 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. 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 Goals No DBE goals have been assigned as part of this Contract. Affirmative Efforts to Solicit DBE Participation The Contractor shall not discriminate on the grounds of race, color, sex, national origin, age, or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. DBE firms shall have an equal opportunity to compete for subcontracts in which the Contractor enters into pursuant to this Contract. Contractors are encouraged to: 1. Advertise opportunities for subcontractors or suppliers in a timely and reasonably designed manner to provide notice of the opportunity to DBEs capable of performing the Work. All advertisements should include a Contract Provision encouraging participation by DBE firms. This may be accomplished through general advertisements (e.g. newspapers, journals, etc.) or by soliciting Bids/Proposals directly from DBEs. 2. Establish delivery schedules that encourage participation by DBEs and other small businesses. 3. Participate with a DBE as a joint venture. Special Provisions – Bid Document SP-40 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 DBE Eligibility/Selection of DBEs for Reporting Purposes Only Contractor may take credit for DBEs utilized on this Contract only if the firm is certified for the Work being performed, and the firm performs a commercially useful function (CUF). Absent a mandatory goal, all DBE participation that is attained on this project will be considered as “race neutral” participation and shall be reported as such. Crediting DBE Participation All DBE subcontractors shall be certified before the subcontract on which they are participating is executed. Be advised that although a firm is listed in the directory, there are cases where the listed firm is in a temporary suspension status. The Contractor shall review the OMWBE Suspended DBE Firms list. A DBE firm that is included on this list may not enter into new contracts that count towards participation. 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 equal to the distinct, clearly defined portion of the Work that the DBE performs with its own forces. 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. If a DBE subcontracts a portion of the Work of its contract to another firm, the value of the subcontracted Work may be credited only if the DBE’s Lower-Tier subcontractor is also a DBE. Work subcontracted to a non-DBE shall not be credited. Special Provisions – Bid Document SP-41 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 Count expenditures toward race/gender-neutral participation only if the DBE is performing a CUF on the contract. 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. The subcontract agreement shall incorporate requirements of the primary Contract. Subcontract agreements of all tiers, including lease agreements shall be readily available at the project site for the Engineer review. DBE Service Provider The value of fees or commissions charged by a DBE Broker, a DBE behaving in a manner of a Broker, or another service provider for providing a bona fide service, such as professional, technical, consultant, managerial services, or for providing bonds or insurance specifically required for the performance of the contract will only be credited as DBE participation, if the fee/commission is determined by the Contracting Agency to be reasonable and the firm has performed a CUF. Temporary Traffic Control If the DBE firm is being utilized in the capacity of only “Flagging”, the DBE firm must provide a Traffic Control Supervisor (TCS) and flagger, which are under the direct control of the DBE. The DBE firm shall also provide all flagging equipment (e.g. paddles, hard hats, and vests). If the DBE firm is being utilized in the capacity of “Traffic Control Services”, the DBE firm must provide a TCS, flaggers, and traffic control items (e.g., cones, barrels, signs, etc.) and be in total control of all items in implementing the traffic control for the project. In addition, if the DBE firm utilizes the Contractor’s equipment, such as Transportable Attenuators and Portable Changeable Message Signs (PCMS) no DBE credit can be taken for supplying and operating the items. 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. 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 Work that a DBE trucking firm performs with trucks it leases from other certified DBE trucking firms qualify for 100% DBE credit The trucking Work subcontracted to any non-DBE trucking firm will not receive credit for Work done on the project. The DBE may lease trucks from a non-DBE truck Special Provisions – Bid Document SP-42 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 leasing company, but can only receive credit as DBE participation if the DBE uses its own employees as drivers. DBE credit for a truck broker is limited to the fee/commission that the DBE receives for arranging transportation services. Truck registration and lease agreements shall be readily available at the project site for the Engineer review. DBE Manufacturer and DBE Regular Dealer One hundred percent (100%) of the cost of the manufactured product obtained from a DBE Manufacturer can count as DBE participation. Sixty percent (60%) of the cost of materials or supplies purchased from a DBE Regular Dealer may be credited as DBE participation. If the role of the DBE Regular Dealer is determined to be that of a pass-through, then no DBE credit will be given for its services. 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. Regular Dealer DBE firms must be approved before being 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. The Regular Dealer must submit the Regular Dealer Status Request form a minimum of five days prior to being utilized on the specific project. Purchase of materials or supplies from a DBE which is neither a manufacturer nor a regular dealer, (i.e. Broker) only the fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or transportation charges for the delivery of materials or supplies required on a job site, can count as DBE participation provided the fees are not excessive as compared with fees customarily allowed for similar services. Documentation will be required to support the fee/commission charged by the DBE. The cost of the materials and supplies themselves cannot be counted toward as DBE participation. Note: Requests to be listed as a Regular Dealer will only be processed if the requesting firm is a material supplier certified by the Office of Minority and Women’s Business Enterprises in a NAICS code that falls within the 42XXXX NAICS Wholesale code section. Procedures Between Award and Execution After Award and prior to Execution, the Contractor shall provide the additional information described below. Failure to comply shall result in the forfeiture of the Bidder’s Proposal bond or deposit. 1. A list of all firms who submitted a Bid or quote in attempt to participate in this project whether they were successful or not. Include the business name and mailing address. Special Provisions – Bid Document SP-43 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 Note: The firms identified by the Contractor may be contacted by the Contracting Agency to solicit general information as follows: age of the firm and average of its gross annual receipts over the past three-years. Procedures After Execution Commercially Useful Function (CUF) The Contractor may only take credit for the payments made for Work performed by a DBE that is determined to be performing a CUF. Payment must be commensurate with the work actually performed by the DBE. This applies to all DBEs performing Work on a project, whether or not the DBEs are COA, if the Contractor wants to receive credit for their participation. The Engineer will conduct CUF reviews to ascertain whether DBEs are performing a CUF. A DBE performs a CUF when it is carrying out its responsibilities of its contract by actually performing, managing, and supervising the Work involved. The DBE must be responsible for negotiating price; determining quality and quantity; ordering the material, installing (where applicable); and paying for the material itself. If a DBE does not perform “all” of these functions on a furnish-and-install contract, it has not performed a CUF and the cost of materials cannot be counted toward 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 readily available for review by the Engineer. 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 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. The following are some of the factors that the Engineer will use in determining whether a DBE trucking company is performing a CUF: • The DBE shall be responsible for the management and supervision of the entire trucking operation for which it is responsible on the Contract. The owner demonstrates business related knowledge, shows up on site and is determined to be actively running the business. • The DBE shall with its own workforce, 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. Special Provisions – Bid Document SP-44 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 • Leased trucks shall display the name and identification number of the DBE. 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 and installing and paying for the material itself.” The Contractor shall submit DBE Joint Check Request Form for the Engineer approval prior to using a joint check. Material costs paid by the Contractor directly to the material supplier is 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. 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. Decertification When a DBE is “decertified” from the DBE program during the course of the Contract, the participation of that DBE shall continue to count as DBE participation as long as the subcontract with the DBE was executed prior to the decertification notice. The Contractor is obligated to substitute when a DBE does not have an executed subcontract agreement at the time of decertification. Consequences of Non-Compliance Each contract with a Contractor (and each subcontract the Contractor signs with a subcontractor) must include the following assurance clause: Special Provisions – Bid Document SP-45 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 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. 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 Section 1-07.12 is supplemented with the following: (July 25, 2022 WSDOT GSP) Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) Revised July 5, 2022 and the amendments thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this Contract; provided, however, that if any of the provisions of FHWA 1273, as amended, are less restrictive than Washington State Law, then the Washington State Law shall prevail. The provisions of FHWA 1273, as amended, included in this Contract require that the Contractor insert the FHWA 1273 and amendments thereto in each subcontract, together with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be included in each subcontract requiring the subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier subcontracts, together with the wage rates. The Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each subcontract for subcontractors and lower tier subcontractors. For this purpose, upon request to the Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special Provision. 1-07.17 Utilities and Similar Facilities Section 1-07.17 is supplemented with the following: Special Provisions – Bid Document SP-46 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 (April 2, 2007 WSDOT GSP) 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: • Adjustment of surface castings by Puget Sound Energy, Lumen, and/or their representatives. The Contractor shall attend a mandatory utility preconstruction meeting with the Engineer, all affected subcontractors, and all utility owners and their contractors prior to beginning onsite work. The following addresses and telephone numbers of utility companies known 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: Dustin Weller (206) 379-4347 Dustin.Weller@pse.com Puget Sound Energy (gas) Contact: Dustin Weller (206) 379-4347 Dustin.Weller@pse.com Comcast Cable Contact: Todd Zimny (253) 864-4281 Todd_Zimny@comcast.com Lumen Contact: Paul Elsaeed (253) 458-6583 Paula.elsaeed@lumen.com Verizon Contact: Scott Christenson (425) 471-1079 scott.christenson@one.verizon.com Zayo Contact: Jason Tesdal (253) 221-7585 jason.tesdal@zayo.com City of Renton - Sewer David Christensen (425) 430-7212 DChristensen@Rentonwa.gov City of Renton - Surface Water Contact: Jared McDonald (425) 430-7293 JMcDonald@Rentonwa.gov City of Renton - Water Contact: Abdoul Gafour (425) 430-7210 AGafour@Rentonwa.gov Special Provisions – Bid Document SP-47 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 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 (December 30, 2022 APWA GSP) 1-07.18(1) General Requirements A. The Contractor shall procure and maintain the insurance described in all subsections of section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best rating of not less than A-: VII and licensed to do business in the State of Washington. The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer’s financial condition. B. The Contractor shall keep this insurance in force without interruption from the commencement of the Contractor’s Work through the term of the Contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated below. C. If any insurance policy is written on a claims-made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made and state the retroactive date. Claims-made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Completion Date or earlier termination of this Contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period (“tail”) or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The Contractor’s Automobile Liability, Commercial General Liability and Excess or Umbrella Liability insurance policies shall be primary and non-contributory insurance as respects the Contracting Agency’s insurance, self-insurance, or self-insured pool coverage. Any insurance, self-insurance, or self-insured pool coverage maintained by the Contracting Agency shall be excess of the Contractor’s insurance and shall not contribute with it. E. The Contractor shall provide the Contracting Agency and all additional insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. F. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency G. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days’ notice to the Contractor to correct the breach, immediately 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. Special Provisions – Bid Document SP-48 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 H. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the Contract and no additional payment will be made. 1-07.18(2) Additional Insured All insurance policies, with the exception of Workers Compensation, and of Professional Liability and Builder’s Risk (if required by this Contract) shall name the following listed entities as additional insured(s) using the forms or endorsements required herein:  the Contracting Agency and its officers, elected officials, employees, agents, and volunteers  the Contracting Agency’s construction administration and design consultants  King County The above-listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4) describes limits lower than those maintained by the Contractor. For Commercial General Liability insurance coverage, the required additional insured endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. 1-07.18(3) Subcontractors The Contractor shall cause each subcontractor of every tier to provide insurance coverage that complies with all applicable requirements of the Contractor-provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by subcontractors. The Contractor shall ensure that all subcontractors of every tier add all entities listed in 1-07.18(2) as additional insureds, and provide proof of such on the policies as required by that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency evidence of insurance and copies of the additional insured endorsements of each subcontractor of every tier as required in 1-07.18(4) Verification of Coverage. 1-07.18(4) Verification of Coverage The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. Failure of Contracting Agency to demand such verification of coverage with these insurance requirements or failure of Contracting Agency to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor’s obligation to maintain such insurance. Verification of coverage shall include: Special Provisions – Bid Document SP-49 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07.18(2) as additional insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. 3. Any other amendatory endorsements to show the coverage required herein. 4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these requirements – actual endorsements must be submitted. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is required on this Project, a full and certified copy of that policy is required when the Contractor delivers the signed Contract for the work. 1-07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Contractor’s maintenance of insurance, its scope of coverage, and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the Contracting Agency’s recourse to any remedy available at law or in equity. All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible or self-insured retention shall be the responsibility of the Contractor. In the event an additional insured incurs a liability subject to any policy’s deductibles or self-insured retention, said deductibles or self- insured retention shall be the responsibility of the Contractor. 1-07.18(5)A Commercial General Liability Commercial General Liability insurance shall be written on coverage forms at least as broad as ISO occurrence form CG 00 01, including but not limited to liability arising from premises, operations, stop gap liability, independent contractors, products-completed operations, personal and advertising injury, and liability assumed under an insured contract. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement. Contractor shall maintain Commercial General Liability Insurance arising out of the Contractor’s completed operations for at least three years following Substantial Completion of the Work. Such policy must provide the following minimum limits: $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 Special Provisions – Bid Document SP-50 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 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)K Professional Liability (December 30, 2022 APWA GSP) The Contractor and/or its subcontractor(s) and/or its design consultant providing construction management, value engineering, or any other design-related non-construction professional services shall provide evidence of Professional Liability insurance covering professional errors and omissions. Such policy shall provide the following minimum limits: $1,000,000 per claim and annual aggregate If the scope of such design-related professional services includes work related to pollution conditions, the Professional Liability insurance shall include coverage for Environmental Professional Liability. If insurance is 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. 1-07.23 Public Convenience and Safety 1-07.23(1) Construction Under Traffic (Special Provisions) Lane closures are subject to the following restrictions: The Contractor shall prepare and submit a project specific Traffic Control Plan (TCP) to the Engineer for approval. Review, revision of the TCP may take up to 3 weeks. The Contractor is alerted that no work affecting traffic operations will be performed until the TCP is approved. The TCP submittal shall also include necessary phasing and sequencing diagrams to clarify the proposed order of work and work zones. Traffic Control Plans and Phasing and Sequencing Plans are the sole responsibility of the Contractor. Special Provisions – Bid Document SP-51 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 The following minimum Traffic Control requirements shall be maintained during the construction of the project: 1. Lane closures will only be permitted as identified under ‘Special Conditions’ of this Section. 2. The Contractor shall be responsible for notifying all affected property owners prior to commencing the barricading of streets, sidewalks and driveways. 3. All driveways shall remain open except as necessary to permit curing of construction materials or for short periods of time as required for excavations. However, at least one (1) driveway per parcel shall remain open to vehicular traffic at all times unless otherwise approved by the Engineer and affected property owner in writing. If a parcel has only one driveway, then that driveway must be constructed one‐half at a time to allow the passage of vehicles. The amount of time that a driveway can be closed will be limited. Business owners and/or residents shall be notified in writing at least 48 hours in advance of any planned driveway closures. 5. Signs and barricades shall be supplemented by Type C steady burn lights to delineate edge of roadway during the hours of darkness. 6. Any asphalt concrete pavement, crushed surfacing, or gravel base for maintaining traffic during the life of this contract shall be placed by the Contractor immediately upon request by the Engineer. In addition, cuts made in the traveled lanes or on walkways that are paved shall be temporarily patched with hot mix and maintained daily until such time as a permanent patch can be made. Payment for crushed surfacing, gravel and asphalt will be paid at their respective bid items, as included in the contract. 7. Detours will not be allowed except as noted herein or in the Plans. However, if the Contractor wants to propose alternate staging and detours, the Contractor shall prepare the appropriate Traffic Control Plans and Detour Routes to be reviewed and approved by the City. 8. Traffic Safety Drums with flashers in addition to temporary striping shall be used to channelize traffic through construction zones. Opposing lanes of traffic shall be separated by pylons when clearance for drums is not adequate. 9. Temporary paint striping, reflective marking tape, and/or retroreflective tubular markers shall be required for each shift of traffic control. Paint, reflective marking tape, and/or retroreflective tubular markers used for temporary striping shall meet the requirements of Section 8‐23. 10. The Contractor provided Traffic Control Plans shall lay out traffic control device spacing, tapers, etc., to scale, shall contain accurate dimensions and legends and shall be signed by the preparer. In developing the Progress Schedule, the Contractor shall carefully consider the following restrictions to sequencing and scheduling of the Work. No additional payment shall be made to the Contractor from the Owner due to time constraints imposed by these requirements. Special Provisions – Bid Document SP-52 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 Special Conditions Lane closures will be permitted on Wells Ave S as follows: 1) Single lane closure on Wells Ave S will be permitted at all hours. 2) Contractor may be permitted to close additional lanes between the hours of 8:00pm to 5:00am by request. Additional Requirements • 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. If the Engineer determines the permitted closure hours adversely affect traffic, the Engineer may adjust the hours accordingly. The Engineer will notify the Contractor in writing of any change in the closure hours. (May 2, 2017 APWA GSP) Revise the third sentence of the second paragraph to read: Accessibility to existing or temporary pedestrian push buttons shall not be impaired; if approved by the Contracting Agency activating pedestrian recall timing or other accommodation may be allowed during construction. 1-07.23(2) Construction and Maintenance of Detours Section 1-07.23(2) is supplemented with the following: The Contractor shall notify King County Metro Transit at least 2 weeks prior to beginning any construction or installation activities that will affect Transit operations or facilities. Coordination must be made through the Metro Transit Construction Information Center at: http://www.kingcounty.gov/transportation/kcdot/MetroTransit/Construction.aspx Contact Construction Coordinators at telephone number 206-477-1140 or e-mail: construction.coord@kingcounty.gov 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 this are noted in the Bid Documents or will be brought to the Contractor’s attention by a duly issued Addendum. Special Provisions – Bid Document SP-53 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 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 Add the following new section: 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) Add the following new section: 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: Special Provisions – Bid Document SP-54 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 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 noon on the working day 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 necessary by the Engineer include, but are not limited to: survey crews; Special Provisions – Bid Document SP-55 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 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 Section 1-08.1 is supplemented with the following: (October 3, 2022 WSDOT GSP OPT 1) 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 2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal- aid Projects (WSDOT Form 420-004). The Contractor shall submit 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. This form shall be submitted to the Engineer by email to the following email address for the region administering the Contract: Eastern Region – ERegionOEO@wsdot.wa.gov North Central Region – NCRegionOEO@wsdot.wa.gov Northwest Region – NWRegionOEO@wsdot.wa.gov Olympic Region – ORegionOEO@wsdot.wa.gov South Central Region – SCRegionOEO@wsdot.wa.gov Southwest Region – SWRegionOEO@wsdot.wa.gov Washington State Ferries – FerriesOEO@wsdot.wa.gov The Contractor's records pertaining to the requirements of this Special Provision shall be open to inspection or audit by representatives of the Contracting Agency during the life of the contract and for a period of not less than three years after the date of acceptance of the contract. The Contractor shall retain these records for that period. The Contractor shall also Special Provisions – Bid Document SP-56 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 guarantee that these records of all subcontractors and lower-tier subcontractors shall be available and open to similar inspection or audit for the same time period. 1-08.3 Progress Schedule 1-08.3(2)A Type A Progress Schedule (December 30, 2022 APWA GSP) Revise this section to read: The Contractor shall submit 5 copies of a Type A Progress Schedule no later than at the preconstruction conference, or some other mutually agreed upon submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule format. Regardless of which format used, the schedule shall identify the critical path. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 1-08.4 Prosecution of Work 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. Special Provisions – Bid Document SP-57 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 1-08.5 Time for Completion Section 1-08.5 is supplemented with the following: (March 13, 1995 WSDOT GSP) This project shall be physically completed within *** 40 *** working days. (December 30, 2022 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 The statement will be identified as a Written Determination by the Engineer. If the Contractor does not agree with the Written Determination of working days, the Contractor shall pursue the protest procedures in accordance with Section 1-04.5. By failing to follow the procedures of Section 1-04.5, 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 Special Provisions – Bid Document SP-58 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 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 (February 6, 2023 WSDOT GSP OPT 2) Section 1-08.6 is supplemented with the following: Contract time may be suspended for procurement of critical materials (Procurement Suspension). In order to receive a Procurement Suspension, the Contractor shall within 21 calendar days after execution by the Contracting Agency, place purchase orders for all materials deemed critical by the Contracting Agency for physical completion of the contract. The Contractor shall provide copies of purchase orders for the critical materials. Such purchase orders shall disclose the purchase order date and estimated delivery dates for such critical material. The Contractor shall show procurement of the materials listed below as activities in the Progress Schedule. If the approved Progress Schedule indicates 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: *** Illumination Equipment *** Charging of contract time will resume upon delivery of the critical materials to the Contractor or 21 calendar days after execution by the Contracting Agency, whichever occurs first. 1-08.9 Liquidated Damages (March 3, 2021 APWA GSP, Option B) Revise the second and third paragraphs to read: Accordingly, the Contractor agrees: 1. To pay (according to the following formula) liquidated damages for each working day beyond the number of working days established for Physical Completion, and 2. To authorize the Engineer to deduct these liquidated damages from any money due or coming due to the Contractor. Liquidated Damages Formula LD=0.15C/T Where: Special Provisions – Bid Document SP-59 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 LD = liquidated damages per working day (rounded to the nearest dollar) C = original Contract amount T = original time for Physical Completion When the Contract Work has progressed to Substantial Completion as defined in the Contract, the Engineer may determine the Contract Work is Substantially Complete. The Engineer will notify the Contractor in writing of the Substantial Completion Date. For overruns in Contract time occurring after the date so established, 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 Engineer, the Contractor shall furnish a written schedule for completing the physical Work on the Contract. 1-09 MEASUREMENT AND PAYMENT 1-09.2(1) General Requirements for Weighing Equipment (December 30, 2022 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 (December 30, 2022 APWA GSP) Revise the first paragraph to read: Scale Verification Checks – At the Engineer’s discretion, the Engineer may perform verification checks on the accuracy of each batch, hopper, or platform scale used in weighing contract items of Work. 1-09.6 Force Account (December 30, 2022 APWA GSP) Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will Special Provisions – Bid Document SP-60 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by the Engineer. 1-09.9 Payments (December 30, 2022 APWA GSP) Section 1-09.9 is revised to read: 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: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — based on the approved Contractor’s lump sum breakdown for that item, or absent such a breakdown, based on the Engineer’s determination. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1), on non FHWA-funded projects; 2. The amount of progress payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Special Provisions – Bid Document SP-61 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 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. Failure to perform obligations under the Contract by the Contractor may be decreed by the Contracting Agency to be adequate reason for withholding any payments until compliance is achieved. Upon completion of all Work and after final inspection (Section 1-05.11), the amount due the Contractor under the Contract will be paid based upon the final estimate made by the Engineer and presentation of a Final Contract Voucher Certification to be signed by the Contractor. The Contractor's signature on such voucher shall be deemed a release of all claims of the Contractor unless a Certified Claim is filed in accordance with the requirements of Section 1- 09.11 and is expressly excepted from the Contractor’s certification on the Final Contract Voucher Certification. The date the Contracting Agency signs the Final Contract Voucher Certification constitutes the final acceptance date (Section 1-05.12). If the Contractor fails, refuses, or is unable to sign and return the Final Contract Voucher Certification or any other documentation required for completion and final acceptance of the Contract, the Contracting Agency reserves the right to establish a Completion Date (for the purpose of meeting the requirements of RCW 60.28) and unilaterally accept the Contract. Unilateral final acceptance will occur only after the Contractor has been provided the opportunity, by written request from the Engineer, to voluntarily submit such documents. If voluntary compliance is not achieved, formal notification of the impending establishment of a Completion Date and unilateral final acceptance will be provided by email with delivery confirmation from the Contracting Agency to the Contractor, which will provide 30 calendar days for the Contractor to submit the necessary documents. The 30 calendar day period will begin on the date the email with delivery confirmation is received by the Contractor. The date the Contracting Agency unilaterally signs the Final Contract Voucher Certification shall constitute the Completion Date and the final acceptance date (Section 1-05.12). The reservation by the Contracting Agency to unilaterally accept the Contract will apply to Contracts that are Physically Completed in accordance with Section 1-08.5, or for Contracts that are terminated in accordance with Section 1-08.10. Unilateral final acceptance of the Contract by the Contracting Agency does not in any way relieve the Contractor of their responsibility to comply with all Federal, State, tribal, or local laws, ordinances, and regulations that affect the Work under the Contract. Payment to the Contractor of partial estimates, final estimates, and retained percentages shall be subject to controlling laws. 1-09.11(3) Time Limitation and Jurisdiction (December 30, 2022 APWA GSP) Revise this section to read: For the convenience of the parties to the Contract it is mutually agreed by the parties that all 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 all Special Provisions – Bid Document SP-62 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 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 all such claims or causes of action. It is further mutually agreed by the parties that when 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 all records deemed necessary by the Contracting Agency to assist in evaluating the claims or action. 1-09.13(3)A Administration of Arbitration (January 19, 2022 APWA GSP) Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency’s headquarters is located, provided that where claims subject to arbitration are asserted against a county, RCW 36.01.050 shall control venue and 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. 1-09.13(4) Venue for Litigation (December 30, 2022 APWA GSP) Revise this section to read: Litigation shall be brought in the Superior Court of the county in which the Contracting Agency’s headquarters is located, provided that where claims are asserted against a county, RCW 36.01.050 shall control venue and jurisdiction of the Superior Court. It is mutually agreed by the parties that when litigation occurs, the Contractor shall permit the Contracting Agency to have timely access to all records deemed necessary by the Contracting Agency to assist in evaluating the claims or action. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.2 Traffic Control Management 1-10.2(1) General Section 1-10.2(1) is supplemented with the following: (October 3, 2022 WSDOT GSP) The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers-Employers Training Trust 27055 Ohio Ave. Special Provisions – Bid Document SP-63 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 Kingston, WA 98346 (360) 297-3035 https://www.nwlett.edu Evergreen Safety Council 12545 135th Ave. NE Kirkland, WA 98034-8709 1-800-521-0778 https://www.esc.org The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406-1022 Training Dept. Toll Free (877) 642-4637 Phone: (540) 368-1701 https://atssa.com/training Integrity Safety 13912 NE 20th Ave. Vancouver, WA 98686 (360) 574-6071 https://www.integritysafety.com US Safety Alliance (904) 705-5660 https://www.ussafetyalliance.com K&D Services Inc. 2719 Rockefeller Ave. Everett, WA 98201 (800) 343-4049 https://www.kndservices.net 1-10.3(3)A Construction Signs Section 1-10.3(3)A is supplemented with the following: (City of Renton GSP) Special Provisions – Bid Document SP-64 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 The Work shall also consist of furnishing and installing two (2) business access signs placed at each end of the project limits as directed by the Engineer. Business Access Signs The Contractor shall fabricate and install Business Access Signs during construction for the project as detailed on the Plans. Business Access Signs shall not be measured for payment but shall be included in the lump sum price for Project Temporary Traffic Control. Contractor shall request electronic file from the City of Renton for sign graphic content prior to fabrication and installation. Special Provisions – Bid Document SP-65 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 DIVISION 2 EARTHWORK 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.1 Description Section 2-01.1 is supplemented with the following: The work shall also include digging and relocating existing street trees to new locations within Downtown Renton, where shown and as detailed on the Plans. Add the following new section: 2-01.3(3) Relocate Street Trees Contractor shall relocate street trees, as noted, to locations as shown on the Plans. Tree digging and relocation shall be performed by a qualified landscape contractor with experience transplanting medium-size trees, and shall be performed under the supervision of the City or Renton Urban Forester. Contractor shall provide a minimum of 48 hours’ notice prior to beginning transplanting work. Street trees shall be dug when the soil is moist; if digging occurs during dry weather, the trees shall be thoroughly watered 2-3 days prior to digging. Digging shall not occur during heavy rain when the soil is saturated. Prior to beginning digging, the contractor shall verify that the soil moisture is sufficient for obtaining a cohesive and stable root ball; if the soil is found to be too dry or saturated, digging operations shall be delayed. Street trees designated for relocation shall be dug in such a manner as to provide a root ball that is sufficient to ensure survival of the tree when relocated. Root ball size shall be calculated according to the diameter of the tree at breast height (DBH), with 10-12” radius for each 1” of caliper of the tree; the ball depth shall be a minimum of 60% of the width. A trench shall be dug at the radius indicated above; roots shall be cleanly cut and the ball shall be rounded to the correct depth indicated above. Root ball shall be carefully wrapped in damp burlap and secured with twine. Trees shall be immediately relocated and replanted at the locations designated on the plans, unless approved by the Engineer. If trees are not immediately relocated and replanted, the balled-and-burlapped trees shall be temporarily stored in a shaded area and the root balls covered with moistened wood chips or damp straw to keep the trees in good condition until replanting. The maximum storage period shall be one week. During removal, storage and transportation, the root ball and vegetative portions of the trees shall be protected from damage from wind or injury. Trees shall not be exposed to excessive drying after digging. Water for digging, storing (if required) and watering in relocated trees shall be provided by the Contractor at their own expense. A sufficiently-sized planting hole shall be provided at the relocation site to ensure successful regrowth, and trees shall be planted as detailed on the Plans. Four (4) trees shall be relocated to existing tree grate locations, which will require stump grinding within the tree grate planter area prior to transplanting. Two (2) trees shall be relocated to planter areas; existing plant Special Provisions – Bid Document SP-66 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 material shall be cleared and grubbed only to area required to plant tree as specified herein. Topsoil Type A shall be used to pit plant trees and also as required to bring planter or tree grate areas up to required finish grades prior to planting. All tree planting locations shall be approved in the field by the Engineer prior to beginning transplanting operations. After relocation, tree(s) shall be watered and maintained until City acceptance in writing and the start of the establishment period, see Section 8-02 of these Special Provisions. 2-01.4 Measurement Section 2-01.4 is supplemented with the following: “Relocate Street Tree” shall be measured per each street tree relocated. 2-01.5 Payment Section 2-01.5 is supplemented with the following: Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the Proposal: “Relocate Street Tree”, per each. The unit bid price for the above including all incidental work shall be full compensation for all labor, material, tools, and equipment necessary to satisfactorily complete the work as defined in the Standard Specifications and these Special Provisions. The work shall include, but is not limited to, watering trees prior to transplanting as necessary; digging and wrapping tree root balls; transporting and caring for trees during transport; all necessary clearing, grubbing and stump grinding and removal of ground material; topsoil for pit planting; planting of trees; bark mulch and pea gravel for topdressing, and watering and maintenance of transplanted trees until final acceptance by the City. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.1 Description Section 2-02.1 is supplemented with the following: For the purpose of this Contract, “Removal of Structure and Obstruction” shall include the removing, abandoning, protecting, storing, and salvaging, of miscellaneous objects required to complete the new construction. The lump sum contract price for “Removal of Structure and Obstruction” shall be full compensation for furnishing all labor, tools, materials, and equipment necessary to: • Satisfactorily remove and dispose of the items specified, backfill, and compact the resulting void • Satisfactorily abandon the items specified, including plugging, capping, and backfilling with CDF or other materials that are required by the Plans or Specifications. • Satisfactorily salvage the items specified for re-use or to be returned to the property owner or the City. Special Provisions – Bid Document SP-67 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 The following items shall be removed, abandoned, or salvaged: Item Action Approx. Location Approx. Qty. Raised Planter Box Remove and Reset ~ 31+15, LT 3 EA Tree Remove See Site Preparation Plan 6 EA Tree Grate Salvage See Site Preparation Plan 12 EA Water Meter Remove ~33+63, LT 1 EA Sign Post and Foundation Remove See Site Preparation Plan 5 EA Waste Receptacle Salvage See Site Preparation Plan 1 EA Quantities shown are approximate. Quantities are for the Contractor’s convenience and should be verified prior to bidding. If requested by a specific property owner, existing features (such as fencing, etc.) shall be protected, salvaged, and returned to the property owner. 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters Section 2-02.3(3) is supplemented with the following: The Contractor shall remove existing asphalt concrete pavement, cement concrete pavement, curb and gutter, extruded curb, sidewalk, and other associated roadside elements as shown on the Plans and approved by the Engineer. Removal shall include excavation of the underlying soil as required to achieve the subgrade elevations shown on the Plans. Existing roadside elements to remain that are damaged shall be replaced by the Contractor to City of Renton standards and at the Contractor’s own expense. At locations marked by the Engineer, transitions to existing asphalt or cement concrete driveways, curb and gutter, and walkways shall be vertically saw cut full depth with straight uniform edges. The Contractor shall be responsible for ensuring that special precautions are undertaken so that no concrete or concrete by-products, or products and by-products used in the saw cut of asphalt or concrete, are discharged into any storm drain or surface water system. In accordance with the Department of Ecology guidelines, wastewater from Portland Cement Concrete, masonry, and asphalt concrete cutting operations shall not be discharged to storm drainage systems or surface waters. Cutting operations increase the pH of wastewater, therefore, filtering prior to discharge is NOT acceptable. Special Provisions – Bid Document SP-68 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 To thoroughly clean saw cuts where necessary, the Contractor shall use high pressure water (high pressure water is considered greater than 1400 p.s.i.). All wastewater shall be collected using a wet-dry vacuum or pumped into drums for disposal. Disposal of the waste liquid may be to soil or other porous surfaces away from storm drains and surface water, only if the Contractor collects and disposes of remaining sediment after water has filtered into soil or evaporated. Impervious surfaces contaminated with sediment and grit from cutting, planing, or pulverizing operations shall be cleaned by sweepers to prevent contaminants from entering the storm drainage system or surface waters when it rains. Flushing saw cuts with high-pressure water and collection of wasted water with vacuum system, and pollution control shall be included in the unit contract price for associated removal bid items, which require sawcutting. New Section 2-02.3(4) is added: 2-02.3(4) Salvage When salvageable material is to remain Contracting Agency property, the Specifications, Plans, or Contracting Agency will identify the material and describe how the Contractor shall remove it. Such material shall be stockpiled and/or delivered to the following location after first contacting the Contracting Agency representative at Eric Cutshall at (425) 430-7400. The Contractor shall provide the agency a minimum of two (2) working days’ notice prior to delivering the equipment to: City of Renton Public Works Yard 3555 NE 2nd Street, Renton, WA 98056 2-02.4 Measurement Section 2-02.4 is supplemented with the following: No specific unit of measurement shall be applied to the lump sum bid item “Removal of Structures and Obstructions”. “Asphalt Conc. Pavement Removal” shall be measured per square yard, regardless of depth or material. “Cement Conc. Sidewalk Removal” shall be measured per square yard, and shall include concrete driveway approaches, curb ramps, and sidewalk regardless of depth. “Curb Removal” shall be measured per linear foot for all types of curb removed, including curb and gutter, vertical curb, pedestrian curb, or extruded curb. No measurement for payment shall be made for saw cutting of any kind. Saw cutting shall be incidental to the other associated Bid items in the Proposal. No measurement for payment shall be made for filling voids left after demolition. Special Provisions – Bid Document SP-69 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 2-02.5 Payment Section 2-02.5 is supplemented with the following: “Removal of Structures and Obstructions”, lump sum. All items noted for removal/abandonment or salvage on the Plans to which other Bid items do not apply shall be considered included in the lump sum Bid item “Removal of Structures and Obstructions” including, but not limited to, the items shown on the Plans and those specified herein. Demolition, haul, and disposal of all structures and materials and dismantling/restoration of surface features to which this Bid item applies shall also be considered incidental. “Asphalt Conc. Pavement Removal”, per square yard. The unit Contract price for “Asphalt Conc. Pavement Removal” per square yard shall be full compensation for all saw cutting and cleanup, labor, tools, equipment, and materials necessary to remove and dispose of asphalt concrete pavement at an offsite location. “Cement Conc. Sidewalk Removal”, per square yard. The unit Contract prices for “Cement Conc. Sidewalk Removal” and shall be full compensation for all saw cutting and cleanup, labor, tools, material, and equipment costs necessary or incidental to completely remove concrete sidewalks, curb ramps, and driveways, regardless of depth, to the nearest joint and dispose of at an offsite location. “Curb Removal”, per linear foot. The unit Contract price for “Curb Removal” shall be full compensation for all saw cutting and cleanup, labor, tools, material, and equipment costs necessary or incidental to completely remove curbs of any type and dispose of at an offsite location. 2-04 HAUL 2-04.1 Description Section 2-04.1 is supplemented with the following: In reference to the term “haul” as used in Section 2-04 and Section 2-09.3(1)D of the Standard Specifications, all costs and expenses involved in haul will be considered incidental to the unit contract prices of the bid items and no additional compensation will be made. Special Provisions – Bid Document SP-70 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5-04 HOT MIX ASPHALT 5-04 Hot Mix Asphalt (January 31, 2023 APWA GSP) Delete Section 5-04, 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 (RAP) 9-03.8(3)B, 9-03.21 Reclaimed Asphalt Shingles (RAS) 9-03.8(3)B, 9-03.21 Mineral Filler 9-03.8(5) Recycled Material 9-03.21 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. Special Provisions – Bid Document SP-71 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 The Contractor may use up to 20 percent RAP by total weight of HMA with no additional sampling or testing of the RAP. If the Contractor wishes to utilize High RAP/Any RAS, the design must be listed on the WSDOT Qualified Products List (QPL). 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, temporary pavement, 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. Special Provisions – Bid Document SP-72 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 • The proposed HMA mix design on WSDOT Form 350-042 with the seal and certification (stamp & signature) 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: • Be designed for ***$$1$$*** million equivalent single axle loads (ESALs). • 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 Mix Design. 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 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. Special Provisions – Bid Document SP-73 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 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. Special Provisions – Bid Document SP-74 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 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: 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. Special Provisions – Bid Document SP-75 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 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. 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. Special Provisions – Bid Document SP-76 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 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. 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 otherwise 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. Special Provisions – Bid Document SP-77 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 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. 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. Special Provisions – Bid Document SP-78 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 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 When the Proposal includes a pay item for crack sealing, seal cracks in accordance with Section 5-03. 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. Special Provisions – Bid Document SP-79 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 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. 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 Special Provisions – Bid Document SP-80 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 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 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: Special Provisions – Bid Document SP-81 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 a. First, determine preliminary upper and lower acceptance limits by applying the following tolerances to the approved JMF. 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. Special Provisions – Bid Document SP-82 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 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. 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 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 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 CPF using the following price adjustment factors: Special Provisions – Bid Document SP-83 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 Table of Price Adjustment Factors Constituent Factor “f” All aggregate passing: 1½″, 1″, ¾″, ½″, ⅜″ and No.4 sieves 2 All aggregate passing No. 8 sieve 15 All aggregate passing No. 200 sieve 20 Asphalt binder 40 Air Voids (Va) (where applicable) 20 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 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. Special Provisions – Bid Document SP-84 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 5-04.3 (9)D 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 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 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 CPF of not less than 0.75 when evaluated in accordance with Section 1-06.2, using a 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. Special Provisions – Bid Document SP-85 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 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. 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 Special Provisions – Bid Document SP-86 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 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. 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. Special Provisions – Bid Document SP-87 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 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 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)C 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 Special Provisions – Bid Document SP-88 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 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. 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 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 PF 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. Special Provisions – Bid Document SP-89 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 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 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 Bridge Paving Joint Seals shall be in accordance with Section 5-03. 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. 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, Special Provisions – Bid Document SP-90 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 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 and Pre- Planing Briefing (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 Bituminous Pavement The planing plan must be approved by the Engineer and a pre-planing meeting must be held prior to the start of any planing. See Section 5-04.3(14)B2 for information on planing submittals. 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 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. Special Provisions – Bid Document SP-91 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 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: 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. Special Provisions – Bid Document SP-92 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 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. 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. Special Provisions – Bid Document SP-93 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 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, 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 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 the Paving and Planing: a. The actual times of starting and ending daily operations. Special Provisions – Bid Document SP-94 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 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, public convenience and safety, and other Contractors who may operate in the Project limits. 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 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, streetcar rail, and castings, before planing as per 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 of 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 of equipment as it relates to meeting Specification requirements. c. Number of JMFs to be placed, and if more than one JMF is used, how the Contractor will ensure different JMFs are distinguished, how pavers and how MTVs are distinguished, 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. Special Provisions – Bid Document SP-95 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 e. Number of sublots to be placed, sequencing of density testing, and other sampling and testing. 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 Construct HMA approaches at the locations shown in the Plans or where staked by the Engineer, 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. Pavement repair excavation will be measured by the square yard of surface marked prior to excavation. Planing bituminous pavement will be measured by the square yard. 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 Special Provisions – Bid Document SP-96 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 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. “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. “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). “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. “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 Work associated with the coring (e.g., traffic control) shall be incidental and included in the unit Bid price per each. Special Provisions – Bid Document SP-97 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 “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. Special Provisions – Bid Document SP-98 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 DIVISION 6 STRUCTURES 6-07 PAINTING 6-07.1 Description Section 6-07.1 is supplemented with the following: This work shall consist of painting systems and colors for metal elements as shown on the Plans. 6-07.2 Materials Section 6-07.2 is supplemented with the following: Paint materials shall comply with the requirements in Section 9-08 unless described in this section. Paint colors and paint systems shall be as shown in the following table for the following items: Paint Color / Paint System Table Specification Section Item Paint Color Paint System 8-21 Permanent Signing: metal sign backing, attachment, hardware and post RAL 9005 “Jet Black” Per Section 6-07.2(2) and 6-07.3(14) of these Special Provisions 8-30 Waste Receptacle “Black” Powder Coat, paint system shall be per manufacturer 8-31 Bench “Black” Powder Coat, paint system shall be per manufacturer 8-32 Landscape Strip Fencing RAL 9005 “Jet Black” Per Section 6-07.2(2) of these Special Provisions 9-29.6(1)D Decorative Pedestrian RAL 9005TX “Jet Black” Per Section 6-07.2(1) of these Special Provisions Special Provisions – Bid Document SP-99 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 Luminaire Poles and Bases 9-29.10(2)A Decorative Pedestrian Luminaire and arm assembly, flower basket arms and banner arms RAL 9005TX “Jet Black” Per Section 6-07.2(1) of these Special Provisions Galvanizing All fabricated steel components and materials to be galvanized per ASTM 123. All steel hardware components and materials to be galvanized per ASTM 153. Paint materials shall comply with the requirements in Section 9-08 unless described in this section. 6-07.2(1) Materials for Signal and Luminaire Poles, Luminaires, Terminal Cabinets and Video Detection Systems The Contractor shall provide a swatch paint sample from the pole manufacturer for use as a color match for the Engineer’s approval prior to factory finish coating. Contractor shall also provide two gallons of touch-up paint to the City. Painting plan submittals shall be per Standard Specifications Section 6-07 Painting. Steel Poles and Steel Sub-Assemblies Paint Specifications: Steel poles and sub-assemblies shall be factory galvanized, primed and finished with powder coating per Section 6-07 and section 9-08 of the Standard Specifications. Aluminum Poles, Aluminum Sub-Assemblies and Aluminum Luminaire Housings Specifications: Aluminum poles, luminaires, terminal cabinets and other aluminum components shall be factory primed and painted with polyester powder coating to recommended industry standards and shall meet AAMA 2604 performance requirements and test procedures. Special Provisions – Bid Document SP-100 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 6-07.2(2) Materials for Permanent Signing and Landscape Strip Fencing The Contractor shall provide a swatch paint sample as a color match for the Engineer’s approval prior to factory finish coating. Contractor shall also provide two gallons of touch-up paint to the City. Painting plan submittals shall be per Standard Specifications Section 6-07 Painting. Steel Paint Specifications: Steel parts and sub-assemblies shall be factory galvanized, primed and finished with polyester powder coating per Section 6-07 and Section 9-08 of the Standard Specifications. Additional anti-graffiti coating shall be applied to all exposed Landscape Strip Fencing surface. 6-07.3 Construction Requirements Section 6-07.3 is supplemented with the following: The Contractor shall submit three (3) samples of each custom color, textures, and gloss for Engineer’s approval. Metal coupon samples shall be three (3) inches by five (5) inches per table on section 6-07.2. Add New Section 6-07.3(14): 6-07.3(14) Painting of Aluminum Surfaces All aluminum items specified herein to be powder coated shall be factory primed and powder coated in accordance with the manufacturer’s recommendations and 2020 WSDOT Standard Specifications. The paint color of aluminum surfaces shall be per 6-07.2 6-07.5 Payment Section 6-07.5 is supplemented with the following: Measurement and payment for all painting and finishes including anti-graffiti coatings shall be incidental to the related bid items that receive the painting and finishes included all labor, equipment, materials, and tools necessary to complete the work as shown on the Plans and required by the Specifications. Special Provisions – Bid Document SP-101 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7-01 DRAINS 7-01.1 Description Section 7-01.1 is supplemented with the following: This work shall also include removing and replacing downspout and roof drains as noted on the Plans. 7-01.2 Materials The second paragraph of Section 7-01.2 is supplemented with the following: All drain pipe shall be polyvinyl chloride (PVC) in accordance with Section 9-05.2(6) of the Standard Specifications. 7-01.3 Construction Requirements Section 7-01.3 is supplemented with the following: Existing roof drains or downspouts that are currently piped to existing curb and gutter shall be reinstalled with new pipe and fittings to drain to new curb and gutter. Construct drains to existing downspouts as detailed on the Plans. 7-01.4 Measurement Section 7-01.4 is supplemented with the following: No specific unit measurement will apply to the lump sum price for installing downspouts or roof drains. 7-01.5 Payment Section 7-01.5 is supplemented with the following: Payment will be made for the following bid item: “Downspout and Roof Drains”, per lump sum. The lump sum price for “Downspout and Roof Drains” shall be full pay for removing existing downspout and roof drains; replacing with new pipe, couplings, fittings for connections, thickened sidewalk and rebar, labor, tools, and equipment necessary to satisfactorily complete Special Provisions – Bid Document SP-102 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 the work as indicated on the Plans and defined in the Standard Specifications and these Special Provisions. 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 7-05.2 Materials Section 7-05.2 is supplemented by adding the following: New frame and grates shall be per City of Renton Standard Plans 204.00, 204.20, and 204.30 as noted on the Plans. New storm system cleanouts shall be per City of Renton Standard Plan 226.00. 7-05.3 Construction Requirements Section 7-05.3 is supplemented by adding the following: Connection to manholes or catch basins for storm sewer pipe less than 24-inch shall be “Kor- n-Seal” boot or approved equal. 7-05.3(1) Adjusting Manholes and Catch Basins to Grade Section 7-05.3(1) is replaced with: Where shown in the Plans or where directed by the Engineer, the existing manholes, catch basins, area drains, cleanouts, or inlets shall be adjusted to the grade as staked or otherwise designated by the Engineer. The existing cast iron ring and cover on manholes and the catch basin frame and grate shall first be removed and thoroughly cleaned for reinstalling at the new elevation. From that point, the existing structure shall be raised or lowered to the required elevation. The Contractor shall construct manholes so as 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 standard detail 400.1, prior to final acceptance of the Work. Manholes in unimproved areas shall be adjusted to 6” above grade. In unpaved streets: manholes, catch basins, and similar structures in areas to be surfaced with crushed rock or gravel shall be constructed to a point approximately eight inches below the subgrade and covered with a temporary wood cover. Existing manholes shall be cut off and covered in a similar manner. The Contractor shall carefully reference each manhole so that they may be easily found upon completion of the street Work. After placing the gravel or crushed stone surfacing, the manholes and manhole castings shall be constructed to the finished grade of the roadway surface. Excavation necessary for bringing manholes to grade shall center about the manhole and be held to the minimum area necessary. At the completion of the manhole adjustment, the void around the manhole shall be backfilled with materials which result in the section required on the typical roadway section, and be thoroughly compacted. Special Provisions – Bid Document SP-103 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 In cement concrete pavement: manholes, catch basins, and similar structures shall be constructed and adjusted in the same manner as outlined above except that the final adjustment shall be made and cast iron frame be set after forms have been placed and checked. In placing the concrete pavement, extreme care shall be taken not to alter the position of the casting in any way. In asphalt concrete pavement: manholes shall not be adjusted until the pavement is completed, at which time the center of each manhole shall be carefully relocated from references previously established by the Contractor. The pavement shall be cut in a restricted area and base material be removed to permit removal of the cover. The manhole shall then be brought to proper grade utilizing the same methods of construction as for the manhole itself. The cast iron frame shall be placed on the concrete blocks and wedged up to the desired grade. The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the cast iron frame plus two feet. The base materials and crushed rock shall be removed, and Class 4000 or Commercial Portland Cement Concrete shall be placed so that the entire volume of the excavation is replaced up to but not to exceed 2 inches of the finished pavement surface. On the day following placement of the concrete, the edge of the asphalt concrete pavement, and the outer edge of the casting shall be painted with hot asphalt cement. Asphalt Class G concrete shall then be placed and compacted with hand tampers and a patching roller. The complete patch shall match the existing paved surface for texture, density, and uniformity of grade. The joint between the patch and the existing pavement shall then be carefully painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. The inside throat of the manhole shall be thoroughly mortared and plastered. Adjustment of inlets: The final alignment and grade of cast iron frames for new and old inlets to be adjusted to grade will be established from the forms or adjacent pavement surfaces. The final adjustment of the top of the inlet will be performed in similar manner to the above for manholes. On asphalt concrete paving projects using curb and gutter section, that portion of the cast iron frame not embedded in the gutter section shall be solidly embedded in concrete also. The concrete shall extend a minimum of six inches beyond the edge of the casting and shall be left 2 inches below the top of the frame so that the wearing course of asphalt concrete pavement will butt the cast iron frame. The existing concrete pavement and edge of the casting shall be painted with hot asphalt cement. Adjustments in the inlet structure shall be constructed in the same manner and of the same material as that required for new inlets. The inside of the inlets shall be mortared and plastered. Monitoring well castings: monitoring well castings shall be adjusted to grade in the same manner as for manholes. Valve box castings: adjustments of valve box castings shall be made in the same manner as for manholes. The unit bid price per each shall be full compensation for all labor, materials and equipment required. 7-05.3(3) Connections to Existing Catch Basins Section 7-05.3(3) is supplemented by adding the following: Special Provisions – Bid Document SP-104 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 Where shown on the Plans, new drain pipes shall be connected to existing line, catch basin, curb inlets and/or manholes. The Contractor shall be required to core drill into the structure, shape the new pipe to fit and re-grout the opening in a workmanlike manner. Where directed by the Engineer or where shown on the Plans, additional structure channeling will be required. Connections to existing sanitary sewer manholes shall be core drilled. Couplings shall be equal to “Kor-n-Seal” boots. Existing sanitary sewer manholes shall be cleaned, repaired, and re-channeled as necessary to match the new pipe configuration and as shown on the Construction Plans. A "connection to existing" item will be allowed at any connection of a new line to an existing structure, or the connection of a new structure to an existing line. No "connection to existing" will be accepted at the location of new installation, relocation and adjustment of line manholes, catch basins, or curb inlets. Any damage to existing pipe or structure that is to remain in place resulting from the Contractor's operations shall be repaired or replaced at her/his own expense. The unit bid price per each shall be full compensation for all labor, materials and equipment required. 7-05.4 Measurement Section 7-05.4 is supplemented with the following: “Furnish and Install New Frame and Grate, Adjust to Grade”, shall be measured per each frame and grate furnished and installed on an existing catch basin, complete and adjusted to finished grade. “Storm System Cleanout”, shall be measured per each cleanout furnished, installed, and adjusted to finished grade. 7-05.5 Payment Section 7-05.5 is supplemented with the following: “Furnish and Install New Frame and Grate, Adjust to Grade”, per each. The unit cost shall be full compensation for all labor, tools, equipment, and materials necessary to providing and installing a new frame and grate on an existing catch basin. Work elements may include, but shall not be limited to, removing and disposing of the existing frame and grate; excavation; concrete collar; adjustment rings; providing and installing the new frame and grade; adjusting to final grade; purchasing, providing, placing, and compacting crushed surfacing; concrete collars; and purchasing, providing, and installing HMA for final restoration. “Adjust Cleanout to Grade”, per each. “Adjust Water Valve Box to Grade”, per each “Adjust Sewer Manhole to Grade”, per each Special Provisions – Bid Document SP-105 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 “Adjust Storm Drainage Structure to Grade”, per each. “Adjust Area Drain to Grade”, per each. “Adjust Monitoring Well to Grade”, per each. The unit Contract price per each for “Adjust ___ to Grade” shall be full pay for all costs necessary to adjust existing cleanout, storm drainage structure or area drain to finished grade. “Storm System Cleanout”, per each. The unit cost shall be full compensation for all labor, tools, equipment, and materials necessary to providing and installing a storm system cleanout per COR Standard Plan 226.00. 7-15 SERVICE CONNECTIONS 7-15.1 Description Section 7-15.1 is supplemented by adding the following: This Work shall also include furnishing and installing new water meter boxes per City of Renton standards to replace old castings. Add New Section 7-15.3(2): 7-15.3(2) Adjust Water Meter Box to Grade Meter boxes shall be adjusted to grade in the same manner as for manholes, as detailed in Section 7-05.3(1) of these Special Provisions. 7-15.4 Measurement Section 7-15.4 is supplemented by adding the following: Furnishing and installing new water meter boxes shall be measured per each. 7-15.5 Payment Section 7-15.5 is revised as follows: Payment will be made in accordance with Section 1-04.1, for the following bid item when it is included in the proposal: "Furnish and Install New Water Meter Box," per each. Special Provisions – Bid Document SP-106 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 The contract bid price for " Furnish and Install New Water Meter Box ", per each, shall be full compensation to furnish, install, and adjust new water meter box to grade. Special Provisions – Bid Document SP-107 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 8-01.1 Description Section 8-01.1 is supplemented with the following: This project is not required to have a National Pollution Discharge Elimination System Construction Stormwater General Permit (CSWGP) because the disturbance area is less than one acre. However, all other applicable provisions of Section 8-01 shall remain in effect. 8-01.3 Construction Requirements 8-01.3(1)A Submittals Section 8-01.3(1)A is supplemented with the following: The Contractor shall either adopt the TESC Plan in the Contract or develop a new TESC Plan. If the Contractor adopts the TESC plan in the Contract, the Contractor shall modify the TESC Plan to match the Contractor’s schedule, method of construction, and to include all areas that will be used to directly support construction activity. 8-01.3(8) Street Cleaning Section 8-01.3(8) is supplemented with the following: The Contractor shall be responsible for controlling dust and mud within the project. The Contractor shall be prepared to use watering trucks equipped with high-velocity water jets and low-head sprinkling devices, power sweepers, and any other pieces of equipment necessary to avoid creating a nuisance. All streets used by the Contractor during the execution of the work under this contract shall be maintained in a clean condition. Any damage caused by dust and/or mud shall be the sole responsibility of the Contractor. In no case shall sediment- laden water be allowed to enter drainage facilities without prior filtration or sedimentation. The roadways shall be swept daily and as needed, and kept in a clean condition. All costs associated with Street Cleaning and Sweeping shall be incidental to the various bid items. 8-01.3(9)D Inlet Protection Section 8-01.3(9)D is supplemented with the following: Inlet protection can be in the form of internal devices and shall be installed prior to clearing, grubbing, or earthwork activities. Catch Basin Inserts shall be installed on all new Catch Basins that are constructed as part of this contract. Special Provisions – Bid Document SP-108 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 When the depth of accumulated sediment and debris reaches approximately one-half the height of an internal device or one-third the height of the external device (or less if so specified by the manufacturers), the deposits shall be removed and stabilized on site. Catch basin inserts shall be installed at all catch basins within project limits and those immediately downstream of the project site that could possibly receive sediment laden runoff from the site. They shall be installed and meet the requirement of the detail in the Plans. Simply placing a piece of geotextile under the catch basin grate is not acceptable. Catch basin inserts shall be installed, maintained, inspected, and removed by the Contractor per the Standard Specifications and as recommended by the manufacturer. Inlet protection devices shall be regularly cleaned at the discretion of the Engineer. The cost of this cleaning is incidental to other items of Work. 8-02 ROADSIDE RESTORATION 8-02.2 Materials Section 8-02.2 is supplemented with the following: Topsoil Type A Section 9-14.2(1) Fertilizer Section 9-14.4 Bark or Wood Chip Mulch Section 9-14.5(3) Root Barrier Section 9-14.9 8-02.3(1) Responsibility During Construction Section 8-02.3(1) is supplemented with the following: Dumping or stockpiling of topsoil or bark mulch shall not be allowed on roadway surfaces. The Contractor shall locate all underground utilities (both new and existing) prior to starting work and shall not disturb or damage them. Promptly notify the Engineer of any conflict between the proposed work and any obstructions. The Contractor shall be responsible for making any and all repairs for damage caused by his or her activities. 8-02.3(2)A Roadside Work Plan Section 8-02.3(2)A is supplemented with the following: The Contractor shall submit to the Contracting Agency a Roadside Work Plan meeting the requirements of the Standard Specifications a minimum of 30 calendar days prior to commencing the installation of topsoil, bark mulch, irrigation systems, and / or landscape materials. Special Provisions – Bid Document SP-109 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 8-02.3(4) Topsoil Section 8-02.3(4) is supplemented with the following: Thoroughly scarify subgrade in all roadway planter and tree grate areas to a minimum depth of eight inches (8”), unless otherwise noted on the plans. Scarified subgrade shall be inspected and approved by the Engineer prior to the placement of topsoil. Remove all construction debris and rocks over two-inches (2”) in diameter prior to placing topsoil. Topsoil Type A shall be used in any areas requiring additional soil to bring subgrade up to grade, prior to the placement of required depth of Topsoil A as noted on the plans. Upon approval of the subgrade, Topsoil Type A shall be installed in two lifts. The first six-inch (6”) lift shall be incorporated into the top eight inches (8”) of the subgrade by rototilling. Then the remaining topsoil shall be installed to achieve the minimum compacted depth detailed on the Plans. Remove rocks, roots, and debris over 1-inch (1”) diameter in cultivated areas. Lightly compact soil to a compaction rate of no more than 85% and establish a smooth and uniform finished grade to allow surface drainage and prevent ponding. Finish grade of roadway planter and tree grate areas shall be as detailed on the Plans. Finish grades shall be reviewed and approved by the Engineer prior to any tree installation. Any additional fine grading to get a firm smooth surface shall be considered incidental to and included in the unit contract price for placement and installation of Topsoil Type A. The costs of removing all excess material and debris shall be considered incidental to and included in the unit contract prices of other items in this contract. Contractor shall coordinate installation of root barrier with topsoil installation, where shown on the Plans. Root barrier shall conform to Section 9-14.9 of these Special Provisions. 8-02.3(4)A Topsoil Type A Section 8-02.3(4)A is supplemented with the following: Topsoil Type A shall conform to Section 9-14.2(1) of these Special Provisions and shall be supplied by a Contractor's supplied source, and as approved by the Engineer. 8-02.3(6)B Fertilizers Section 8-02.3(6)B is supplemented with the following: Trees and shrubs shall be fertilized at a rate according to manufacturer’s recommendations. Fertilizer tablets shall be considered incidental to and included in the unit contract price for trees and shrubs. Fertilizers shall be as specified in Section 9-14.4 Fertilizer, of these Special Provisions. Special Provisions – Bid Document SP-110 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 8-02.3(8)B Plant Installation Section 8-02.3(8)B is supplemented with the following: All trees shall be planted as detailed on the Plans. Scarify sides and bottom of all planting pits prior to planting. Sufficient planting soil shall be placed around the plant and compacted so as to ensure that the location of the ground line at the top of the root ball is the same as the nursery. Plant trees upright and face to give best appearance or relationship to adjacent structures and hold rigidly in position until planting soil has been backfilled and tamped firmly around the root ball or roots. Balled and burlapped plants shall be placed in the planting pits with the burlap intact; then the binding shall be removed and all of the burlap or cloth wrapping materials shall be removed from the root ball. Remove all plastic, twine and ropes. The plant shall be rejected if the root ball is cracked or broken during removal of wrapping or during the planting process. When the pit is backfilled halfway, place the specified quantity of fertilizer in planting pit, unless otherwise specified on the plans. Evenly spread fertilizer adjacent to the root system at a depth that is between the middle and the bottom of the root system. Do not injure root system. Place and compact planting topsoil carefully to avoid injury to roots; fill all voids. When pit is three-quarters (3/4) backfilled, completely fill with water and allow water to soak away. If water does not drain within ½ hour notify Engineer; tree planting pits which do not drain properly may require drain-rock sump to facilitate drainage. Fill pits with additional soil to finish grade and continue backfilling as detailed on plans. Pea gravel for tree grates shall be considered incidental to and included in the unit cost of the tree grates. 8-02.3(11)B Bark or Wood Chip Mulch Section 8-02.3(11)B is supplemented with the following: Bark mulch shall be placed over all planting beds to a depth of no less than two inches (2”). Thoroughly water and hose down plants with a fine spray to wash the leaves of the plants immediately after application. Bark Mulch shall meet the requirements of Section 9-14.5(3) Bark or Wood Chip Mulch of these special provisions and shall be supplied by a Contractor's supplied source, and as approved by the Engineer. 8-02.3(13) Plant Establishment Section 8-02.3(13) is supplemented with the following: Plant Establishment Prior to Completion of Initial Planting Special Provisions – Bid Document SP-111 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 The Contractor shall maintain the planting areas and all plants planted within the project limits to ensure the resumption and continued growth of the planted material until initial planting is accepted by the City. Maintenance shall include, but not be limited to, labor and materials necessary for removal of foreign, dead, or rejected plant material, maintaining a weed-free condition, and the replacement of all unsatisfactory plant material planted under the contract. All plant material shall be watered, pruned, sprayed and otherwise maintained and protected throughout the plant establishment period at regular intervals. Rejected plant materials shall be replaced. Plant material for replacement shall be inspected and approved as equal plant material prior to replacement being made. If plants are stolen or damaged by the acts of others prior to final acceptance by the County, the Contracting Agency will pay invoice cost only for the replacement plants with no mark-up and the Contractor will be responsible for the labor to install the replacement plants. Plant Establishment After Completion of Initial Planting The first-year plant establishment shall begin immediately upon written notification from the Engineer of the completion of initial planting for the project. Plant establishment shall consist of caring for all plants planted on the project and caring for the planting areas within the project limits. The provisions of Sections 1-07.13(2) and 1-07.13(3) do not apply to this Section. The Contractor shall submit a first-year plant establishment plan for approval by the Engineer. The first year of plant establishment shall begin immediately upon final project acceptance by the County. The first-year plant establishment period shall be a minimum of 1 calendar year. During the first-year plant establishment period, the Contractor shall perform all Work necessary to ensure the resumption and continued growth of the transplanted material and for the continued healthy and vigorous growth of all plant material, as directed by the Engineer. This care shall include, but not be limited to, labor and materials necessary for regular watering of all plant material not covered by automatic irrigation system, removal of foreign, dead, or rejected plant material, maintaining a weed-free condition, and the replacement of all unsatisfactory plant material planted under the Contract. If plants are stolen or damaged by the acts of others, the Contracting Agency will pay invoice cost only for the replacement plants with no mark-up and the Contractor will be responsible for the labor to install the replacement plants. All landscaped areas shall be kept weed free. Frequency of weeding shall be sufficient to keep weeds from going to seed and shall be performed a minimum of bi-weekly during the growing season, April through August. Chemical herbicides shall not be used for a period of 60 calendar days after the installation of plant material. When using chemical herbicides, manufacturer’s recommended application rates shall be followed. Any chemical herbicide use must be approved by the Engineer prior to use. Any plant material damaged by use of herbicides shall be replaced at the Contractor's expense. All tree stakes, wrappings, guards and fastenings shall be kept intact and effective in maintaining firm support. Where fastenings have become too tight or too short, new and larger fastenings shall be furnished and installed by the Contractor to prevent strangulation or Special Provisions – Bid Document SP-112 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 irregular growth of the tree. Stakes, wrappings, guards, and fastenings shall be removed during the last month of Plant Establishment. Cleanup shall be made immediately after and as part of the work done in the area. The cleanup shall include the entire area under this contract. The contract area shall be cleaned of litter and debris at least once each month. Such cleanup shall include the pickup and removal from the contract area of all clippings, trimmings, leaves, litter, and debris originating from any source whatsoever. Planting areas shall be neatly dressed and finished; walks and paved area shall be hosed off with water as necessary and otherwise kept clean and free from dirt, bark, and litter. Contractor is responsible for routine inspection during the Plant Establishment period. In addition, the Contractor shall meet with the Engineer for the purpose of joint inspection of the plant materials, on a mutually agreed upon schedule. All conditions unsatisfactory to the Engineer shall be corrected by the Contractor within a seven (7) day period immediately following the inspection. Corrective work shall include the removal and disposal of all unsatisfactory plant material. If plant replacement is required, the Contractor shall, within the 7-day period, submit a plan and schedule for the plant replacement to occur immediately at the beginning of the planting period between October 1st and March 1st. Failure to comply with corrective steps outlined by the Engineer shall constitute justification for the County to take corrective steps. All costs incurred by the County in correcting unsatisfactory conditions shall be paid by the Contractor. All plants which, at any point during the plant establishment period, do not show healthy and vigorous growth shall be removed and replaced. 8-02.4 Measurement Section 8-02.4 is supplemented with the following: The pay quantities for the plant materials will be determined by count of the number of satisfactory installed trees, shrubs, groundcover and other landscape materials accepted by the Engineer. Topsoil and bark mulch will be measured by the cubic yard in the haul conveyance at the point of delivery. Root barrier will be measured by the linear foot of root barrier installed and accepted by the Engineer. No specific unit of measurement shall apply to the lump sum bid item “Plant Establishment – 1 Year” 8-02.5 Payment Section 8-02.5 is supplemented with the following: “Topsoil Type A”, per cubic yard “Bark or Wood Chip Mulch”, per cubic yard “PS____”, per each Special Provisions – Bid Document SP-113 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 The unit contract price for “PS____", per each, shall be full compensation for all materials, labor, tools, equipment, and supplies necessary to fine grade, produce, plant, cultivate and cleanup for the particular items called for in the plans. Tree anchoring and fertilizer shall be incidental to the above bid items and all costs shall be included in the unit contract prices. “Root Barrier”, per linear foot “Plant Establishment – 1 Year”, per lump sum. The lump sum price for “Plant Establishment-1 Year” shall be full compensation for Plant Establishment after written notification of completion of initial planting, as specified herein. It is the City’s intent that the “Plant Establishment-1 Year” lump sum amount will be paid out with the final invoice following the City approving the revisions to the Roadside Work Plan. Contractor shall be required to execute a Landscaping and Irrigation Warranty and Defect bond, which will remain in effect through the duration of the Plant Establishment period after final project acceptance. 8-03 IRRIGATION SYSTEM 8-03.1 Description Section 8-03.1 is supplemented with the following: The work shall consist of installing a fully functioning and complete landscape irrigation system for planting beds, tree grates and luminaire flower basket watering. The proposed irrigation is an extension from an existing system with a mainline stub out and controller wiring located on the north-east corner of S 3rd and Williams Ave S. 8-03.2 Materials Section 8-03.2 is supplemented with the following: Refer to Section 9-15 Irrigation System of these Specifications. 8-03.3 Construction Requirements Section 8-03.3 is supplemented with the following: The Contractor shall coordinate installation of irrigation piping, flower basket drip pipe and valves with concrete pouring for illumination foundation. Backfilling of irrigation piping shall be in accordance with Section 7-08.3(3) Backfilling of these Special Provisions. In paved asphalt areas, the pavement restoration shall be per typical sections shown on the Plans. Special Provisions – Bid Document SP-114 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 8-03.3(4) Irrigation Water Service Section 8-03.3(4) is supplemented with the following: Irrigation water service and mainline connection shall be as shown on the Plans. 8-03.3(5) Irrigation Electrical Service Section 8-03.3(5) is supplemented with the following: Irrigation Electrical Service shall be as shown on the Plans. Extend existing wiring from mainline stub out as needed for proposed valves. Verify adequate wiring available for proposed valves, notify Engineer if not. 8-03.3(7)A Irrigation Piping Section 8-03.3(7)A is supplemented with the following: Due to the nature of PVC pipe and fittings, the Contractor shall exercise care in handling, loading, unloading and storing pipe to avoid damage. The pipe and fittings shall be stored under cover and shall be transported in a vehicle with a bed long enough to allow the length of pipe to lie flat so as not to be subject to undue ending or concentrated external load at any point. Any pipe that has been dented or damaged shall be set aside until such damage has been cut out and pipe is rejoined with a coupling. Backfilling shall be done when pipe is not in an expanded condition due to heat or pressure. Cooling of the pipe can be accomplished by operation the system for a short time before backfill, or by backfilling in the early part of the morning before the heat of day. Before pressure testing, soluble weld joints shall be given at least 24 hours curing time. Great care must be taken to ensure that the inside of the pipe is absolutely clean. Any pipe ends not being worked on must be protected and not left open. 8-03.3(7)A Irrigation Sleeves Section 8-03.3(7)A is supplemented with the following: All irrigation sleeves shall be Schedule 40 and located as shown on the Plans, under paved areas as required. All control wire to be placed in the sleeve, when not directly buried and taped to irrigation piping in planter areas. The Contractor is alerted that irrigation sleeves are not shown on the Roadway Plan & Profile Sheets and thus will require coordination with the Irrigation Plans. 8-03.3(10)B Flushing and Testing Section 8-03.3(10)B is supplemented with the following: Special Provisions – Bid Document SP-115 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 The Contractor shall advise the Engineer at least 48 hours before pressure tests are to be conducted and shall have the approval of the Engineer before backfilling. All drip system lines, lateral and drip microtubing, shall be fully flushed (3) three times, to ensure removal of any debris in the system. Before backfilling, new extension of main line and automatic valves shall be flushed twice, once prior to placement of valves and the second after placement of the valves. Contractor shall install manual shut off gate valve prior to proposed valves in order to isolate extension of system, as indicated on the plans. 8-03.3(14) System Operation Section 8-03.3(14) is supplemented with the following: Before the sprinkler system will be accepted, the Contractor, in the presence of the Engineer, shall perform a water coverage test to determine if the water coverage and operation of the system is complete and satisfactory. If any part of the system is inadequate it shall be repaired or replaced at the Contractor's expense and the test repeated until accepted. The entire sprinkler system shall be guaranteed by the Contractor to give complete and satisfactory service for a period of one year from the date of final acceptance of the work by the City of Renton. Should any malfunction develop within the one-year period, which in the opinion of Engineer, is due to faulty material or workmanship, the trouble shall be corrected, without delay, to the satisfaction of the Engineer at the Contractor's expense. All backfilled trenches shall be repaired by the Contractor at his expense, including restoration of plant materials. 8-03.5 Payment Section 8-03.5 is supplemented with the following: Payment shall be made for the following bid item: “Irrigation System”, lump sum All costs associated with testing, inspection, and obtaining final approval; and for furnishing and installing valve boxes where indicated and as detailed in the Plans shall be considered incidental to the lump sum contract price for “Irrigation System”. The lump sum price for "Irrigation System" shall be full compensation for furnishing all labor, materials, tools, and equipment necessary or incidental to the construction of the complete and operable sprinkler irrigation system as shown in the Plans or as directed by the Engineer. Special Provisions – Bid Document SP-116 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 8-04 CURBS, GUTTERS, AND SPILLWAYS 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways The first paragraph of Section 8-04.3(1) is deleted and replaced with the following: All Cement Conc. Traffic Curb and Gutter shall be constructed with air entrained concrete Class 4000 conforming to the requirements of Section 6-02. 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES 8-06.1 Description Section 8-06.1 is supplemented with the following: This work shall also consist of installing cement concrete driveway entrances with saw cut scoring and medium-light sandblast finish. 8-06.3 Construction Requirements Section 8-06.3 is supplemented with the following: Cement concrete driveway entrances shall be constructed with sawcut scoring and medium- light sandblast finish as shown on the Plans. 8-06.4 Measurement Section 8-06.4 is supplemented with the following: Cement concrete driveway entrances will be measured by the square yard of finished surface including flare/wing on either side of the driveway, any adjacent cement concrete pedestrian curb where needed to match existing, sawcut scoring and medium-light sandblast finish as indicated on the Plans. The flare/wing areas shall be excluded from payment under “Cement Conc. Sidewalk”. 8-06.5 Payment Section 8-06.5 is supplemented with the following: Payment will be made for the following bid item: “Cement Conc. Driveway Entrance”, per square yard. 8-14 CEMENT CONCRETE SIDEWALKS 8-14.1 Description Special Provisions – Bid Document SP-117 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 Section 8-14.1 is supplemented with the following: This work shall consist of constructing and installing cement concrete sidewalks with sawcut scoring and medium-light sandblast finish. This work shall also consist of constructing a cement concrete curb cut access as shown and detailed on the Plans. Cement Concrete Driveway Entrance shall be measured separately from sidewalks. 8-14.2 Materials Section 8-14.2 is supplemented with the following: Medium-light sandblast finish shall be achieved using water-based, polymerized high performance top surface retardant installed in locations as shown on the Plans. Concrete for surface areas receiving medium-light sandblast finish shall have the following properties: • Minimum of 4,000 PSI (pound per square inch) compression stress • 60 (fine) to 40 (course) ratio • ¾” aggregates Asphalt mastic joint fillers in the sidewalk shall be 3/8” x 4” and of the same material as that used in the curb. 8-14.3 Construction Requirements The first paragraph of Section 8-14.3 is deleted and replaced with the following: The concrete in the sidewalks shall be air entrained Class 4000 in accordance with the requirements of Section 6-02. Section 8-14.3 is supplemented with the following: Cement Concrete Sidewalk sawcut scoring shall be perpendicular to the back of curb and scored joints shall be parallel and perpendicular to the roadway centerline, as detailed on the Plans. Contractor shall physically lay out scoring with non-permanent markings for Engineer’s approval prior to saw cut scoring installation. Finish areas shall be as shown per Plans Cement concrete sidewalk thickness shall be as shown on the Plans. Full depth expansion joints for cement concrete sidewalk shall be constructed with a maximum spacing of approximately 10 feet, and as detailed on the Plans. Score joints shall be constructed at a maximum distance of 6 feet from each full depth expansion joint, except where specific dimensions are detailed on the Plans. Asphalt mastic joint fillers in the sidewalk shall be 3/8” x 4” and of the same material as that used in the curb and shall be placed in the same location as that in the curb. Contractor shall provide layout of sidewalk scoring and expansion joints for Engineer’s approval in the field prior to installation. No concrete for sidewalk shall be poured against dry forms or dry subgrade. Special Provisions – Bid Document SP-118 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 The Contractor may provide suitable vibrating finishers for use in finishing concrete sidewalks. The type of vibrator and its method of use shall be subject to the approval of the City. All completed work shall be so barricaded as to prevent damage by unauthorized use. Any damage sections shall be removed and replaced at the Contractor’s expense. Existing building facades disturbed during construction shall be restored to original condition. Cement Concrete Sidewalk saw cut scoring shall be perpendicular to the back of curb and scored joints shall be parallel and perpendicular to the roadway centerline, as detailed on the Plans. Finish areas shall be as shown per Plans. Surface Retardant Operations and Requirements: Apply surface retardant wherever medium-light sandblast finish is indicated on Plans to exposed concrete surfaces. Apply surface retardant after placement of properly prepared concrete, during dry weather at a duration per manufacturer’s recommendation. Coordinate with formwork construction, concrete placement schedule, and formwork removal to ensure that surfaces to receive surface retardant provides uniform results throughout the concrete surfaces. When using the surface retardant it is generally better to remove the retarder the same day for best results or generally within 8-12 hours of finishing in warm weather. Surface retarders shall be installed per manufacturer’s recommendations. Applicator Qualifications: Medium-light sandblast finish shall be applied by qualified surface retardant applicator(s) as appropriate for the system scheduled and acceptable to the Resident Engineer. Applicators shall have experience in the concrete surface preparation, application and removal for and application of surface retardant for medium-light sandblast finish on cement concrete sidewalk projects similar in extent to this Contract. Mock-Ups Prior to start of installation of cement concrete sidewalks with sawcut scoring and medium- light sandblast finish the Contractor shall provide a minimum thirty-six (36) square foot sample, 6’x6’ of cement concrete with sawcut scoring and medium-light sandblast finish to be reviewed and approved by the Engineer. This sample shall be the standard for the balance of the rest of the work installed, for both the cement concrete sidewalk and the cement concrete driveway entrance sawcut scoring and medium-light sandblast finish and shall be protected from damage until final acceptance and approval. Submittals Submit product information (technical specifications) and proposed procedure and methods for concrete preparations and product installation for surface retardant for Engineer’s approval prior to mock-up sample installation. Section 8-14.3 is supplemented with the following: (October 3, 2022 WSDOT GSP) The Contractor shall request a pre-construction meeting with the Engineer to be held two to five working days before any work can start on cement concrete sidewalks, curb ramps or Special Provisions – Bid Document SP-119 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 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 8-14.3(4) Curing Section 8-14.3(4) is supplemented with the following: The Contractor shall use the curing materials and procedures specified in section 5-05.3(13) Curing, except that the Contractor shall use clear curing compound instead of white pigmented curing compound. The Contractor shall apply curing agent immediately after brushing and maintain it for a period of five (5) days. During the curing period the Contractor shall exclude all pedestrian and vehicular traffic. The Engineer may also exclude vehicular traffic. Protection of concrete: The Contractor is responsible for barricading, patrolling or otherwise protecting newly placed concrete. The Contractor shall remove and replace at his expense all damaged (accidental or otherwise), vandalized and/or unsightly concrete. 8-14.4 Measurement Section 8-14.4 is supplemented with the following: Cement concrete sidewalks shall not be measured for payment within cement concrete driveway entrance. Cement concrete sidewalks will be measured by the square yard of finished surface, including sawcutting, sandblast finish, and mock-up sample(s) and will not include the surface area of the curb ramps. Special Provisions – Bid Document SP-120 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 Cement concrete curb cut access shall be measured per each installed curb cut access as detailed on the Plans. 8-14.5 Payment Section 8-14.5 is supplemented with the following: The unit Contract price for “Cement Conc. Sidewalk” shall be full pay including labor, materials and equipment needed for installing the cement concrete sidewalk, including mock-up sample(s), sawcutting and medium-light sandblast finish. The unit Contract price per each “Cement Conc. Curb Cut Access” shall be full pay including labor, materials and equipment needed for installing the cement concrete curb cut access as shown on the Plans. 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION SYSTEMS, AND ELECTRICAL 8-20.1 Description Section 8-20.1 is supplemented with the following: This Work shall consist of, but will not be limited to providing new complete systems in the vicinity of the following locations: • Illumination System along Williams Avenue All work shall be performed as shown in the Plans in accordance with applicable Standard Specifications, Standard Plans, Amendments, City of Renton Standards, , included herein and the following Special Provisions. The Work involves, but shall not be limited to, the following: • Trenching • Directional boring • Junction boxes • Conduit and wire • Luminaires, poles • Foundations • Subsurface exploration and potholing • Utility locates • Surface restoration • Receptacles 8-20.1(1) Regulations and Code Section 8-20.1(1) is supplemented with the following: All materials and methods required under this section, unless otherwise superseded herein, shall conform to the 2023 edition of the Washington State Department of Transportation Special Provisions – Bid Document SP-121 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 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. 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(3) Permitting and Inspection Section 8-20.1(3) is supplemented with the following: The City Electrical Inspector shall inspect and approve the electrical portions of the project. The Contractor shall notify the City 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- 7200). 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. 8-20.1(4) Restrictions on the Schedule of Work Section 8-20.1(4) is added as follows: Work in Roadway All work in the roadway is subject to the traffic control requirements specified in Special Provision, Section 1-10. 8-20.1(5) Errors and Omissions Section 8-20.1(5) 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 Section 8-20.2 is supplemented with the following: Material requirements for electrical 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 Special Provisions – Bid Document SP-122 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 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 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(1) Equipment List and Drawings Remove “If require to do so” from the first sentence of the second paragraph After the last paragraph, add the following: Shop drawing lighting standards shall be provided in an electronic format (AUTOCAD Release 2009 or later), as well as complying with Section 6-03.3(7) of the Standard Specifications. Manufacturer's technical information shall be submitted for all poles, luminaires, wire, conduit, junction boxes, electrical service cabinet and all other items to be used on the Project. Final ground and roadway cross sections at the locations of the standards shall be submitted for approval along with the shop drawings. All approvals by the Engineer must be received by the Contractor before material will be allowed on the job site. Materials not approved will not be permitted on the job site. The Engineer shall have fourteen (14) calendar days to review information for each submittal that is made. Approval of shop drawings does not constitute final acceptance or guarantee of the material, but is solely to assist the Contractor in providing the specified materials. All shop drawings for street lights that are not listed on the WSDOT Pre-Approved plans shall be stamped by a State of Washington registered Structural Engineer. For each proposed material that is required to be submitted for approval using either the QPL or RAM process the Contractor will be allowed to submit for approval two materials per material type at no cost. Additional materials may be submitted for approval and will be processed at a cost of $150.00 per material submitted by QPL submittal and $350.00 per material submitted by RAM. All costs for the processing additional materials will be deducted from monies due or that may come due to the Contractor. Subject to a request by the Contractor and a determination by the Engineer the costs for processing may be waived. Manufacturer's data for materials proposed for the electrical systems, for use in the Contract which require approval shall be submitted in one complete package. 8-20.3 Construction Requirements Section 8-20.3 is supplemented with the following: Special Provisions – Bid Document SP-123 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 Electrical Installation Coordination with the City The Contractor shall coordinate with COR Transportation Maintenance Department Representative (contact person: Eric Cutshall at 425-430-7423) for all required electrical installation work and testing. 8-20.3(2) Excavating and Backfilling Section 8-20.3(2) is supplemented with the following: 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, 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 not attempt to adjust the location of an existing utility unless specifically agreed to by the utility owner. 8-20.3(2)A Trench and Backfill Section 8-20.3(2)A is added as follows: Special Provisions – Bid Document SP-124 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 The Contractor shall provide trenching as specified herein, regardless of the material encountered, as necessary for complete and proper installation of the illumination and communications conduit. Trenching shall conform to the following: 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 3 inches above the highest conduit. When trenching is being accomplished within the sidewalk area, the backfill material shall be per Section 8-20.2 of these Special Provisions 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 12 inches or the conduit diameter plus 2 inches, whichever is larger. 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. 8-20.3(3) Removing and Replacing Improvements Section 8-20.3(3) is supplemented with the following: Salvaged Equipment Special Provisions – Bid Document SP-125 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 All existing equipment that is to be removed shall not be stockpiled within the job site without the Engineer's approval. The following illumination equipment shall remain the property of the Contracting Agency and shall be disconnected, dismantled, stacked separately and delivered to the Contracting Agency: • Luminaire Standards and Arms • Luminaires 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. The 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 Corporate Yard 3555 NE 2nd Street Renton, WA 98056 Phone: 425-430-7423 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 18 inches below 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. 8-20.3(4) Foundations Section 8-20.3(4) is supplemented with the following: 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 ninety-five (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. After the specified curing period, the Contractor may install the applicable device thereon. Special Provisions – Bid Document SP-126 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 All concrete foundations shall be installed at locations per stationing on the Plans. Pole locations shall be staked by the Contractor and locations shall be field verified and approved by the Engineer in the field prior to excavation. The Contractor shall secure the anchor bolts required for the item to be mounted on the foundation. The Contractor shall also securely locate all conduit required. Location of all concrete foundations shall be approved by the Engineer prior to excavation. A. Luminaire Pole Foundations: • Decorative Pedestrian Luminaire Pole foundation shall be per City of Renton Standard Plan 117.2. Construction Sequence All excavation for a single pile cap foundation in which the drilled shafts are to be constructed shall be completed before shaft construction begins. After shaft construction is completed, all loose or displaced materials shall be removed from around the shafts, leaving a clean solid surface to receive the footing concrete. Shaft Excavation 1. Shafts shall be excavated to the required depth as shown in the Plans or as required by the Engineer. The excavation shall be completed in a continuous operation using equipment capable of excavating through the type of material expected to be encountered. The concrete shall be placed within two hours after the completion of shaft excavation and cleanout without any undue delay. 2. If the shaft excavation is stopped with the approval of the Engineer, the shaft shall be secured by the installation of a safety cover. It shall be the Contractor's responsibility to ensure the safety of the shaft and the surrounding soil and the stability of the sidewalls. A temporary casing should be used if necessary, to ensure such safety and stability. 3. Where caving conditions are encountered, due to soft soils or water intrusion, no further excavation will be allowed until the Contractor selects a method to prevent ground movement. The Contractor may elect to place a temporary casing or use other methods approved by the Engineer. 4. The Contractor shall use appropriate means such as a clean-out bucket, to clean the bottom of the excavation such that a minimum of 50 percent of the base of each shaft will have less than 1-inch of sediment at the time of placement of the concrete. The maximum depth of sediment or any debris at any place on the base of the shaft shall not exceed 2 inches. 5. If unexpected obstructions, which require specialized equipment and/or labor are encountered, the Contractor shall notify the Engineer promptly. Excavation shall be continued as approved by the Engineer. Excavation Inspection 1. The Contractor shall provide equipment for checking the dimensions and alignment of each permanent shaft excavation. The dimensions and alignment shall be determined by the Contractor with the approval of the Engineer. 2. Final shaft depths shall be measured with a suitable weighted tape or other approved methods after final clean-out. 3. Shaft cleanliness will be determined by the Engineer, by visual inspection. Special Provisions – Bid Document SP-127 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 4. The excavated shaft shall be approved by the Engineer prior to placing any steel or concrete into the shaft. Reinforcing Steel Cage Construction and Placement 1. The reinforcing steel cage consisting of longitudinal bars, ties, cage stiffener bars, spacers, centralizers, and other necessary appurtenances shall be completely assembled and placed as a unit immediately after the shaft excavation is inspected and accepted prior to concrete placement. The reinforcing cage shall be rigidly braced to retain its configuration during handling and when lowered into the shaft, during placement of concrete and extraction of the casing from the shaft. No loose bars will be permitted. The reinforcing steel fabricator shall include bracing and any extra reinforcing steel required to fabricate the cage in the shop drawings. 2. If the bottom of the constructed shaft elevation is lower than the bottom of the shaft elevation in the Plans, a minimum of one half of the longitudinal bars required in the upper portion of the shaft shall be extended the additional length. Tie bars shall be continued for the extra depth, spaced on 1 feet centers, and the stiffener bars shall be extended to the final depth. These bars may be lap spliced, or un-spliced bars of the proper length may be used. Welding to the planned reinforcing steel will not be permitted unless specifically shown in either the Plans or Special Provisions. 3. The reinforcing steel in the shaft shall be tied and supported so that the reinforcing steel will remain within allowable tolerances given in this specification. Concrete spacers or other approved non-corrosive spacing devices shall be used at sufficient intervals (near the bottom and at intervals not exceeding 5 feet up the shaft) to insure concentric spacing for the entire cage length. Spacers shall be constructed of approved material equal in quality and durability to the concrete specified for the shaft. 4. The elevation of the top of the steel cage shall be checked before and after the concrete is placed. If the rebar cage is not maintained within the specified tolerances, corrections shall be made by the Contractor as required by the Engineer. No additional shafts shall be constructed until the Contractor has modified his rebar cage support in a manner satisfactory to the Engineer. Concrete Placement Concrete placement shall commence within two (2) hours after completion of the excavation and shall be placed in one continuous operation to the top of the shaft. Concrete shall be placed through a tremie. The tremie used shall consist of a tube of one-piece construction. Concrete shall be placed through a hopper at the top of the tube so that the concrete is deposited through the center of the reinforcing steel to prevent segregation of the aggregates and splashing of concrete on the reinforcement cage. The Contractor's proposed method for depositing concrete shall have approval of the Engineer prior to concrete placement. The concrete on the top 5 feet of the shaft shall be vibrated. Casing Removal During casing removal, a minimum 5 foot head of concrete must be maintained to balance the soil and water pressure at the bottom of the casing. This casing shall be well coated with form oil prior to concrete placement. Construction Tolerances 1. The centerline of the drilled shaft shall be within 3 inches of the Plan position in the horizontal plane, at the Plan elevation for the top of the shaft. 2. The vertical alignment of the shaft excavation shall not vary from the Plan alignment by more than 1/4 inch per foot of depth. Special Provisions – Bid Document SP-128 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 3. After all the concrete is placed, the top of the reinforcing steel cage shall be no more than 1/2 inch above and no more than 1/2 inch below the Plan position. 4. The minimum diameter of the drilled shaft shall be 1inch less than the specified shaft diameter. 5. The top elevation of the shaft shall have a tolerance of ±1/2 inch from the Plan top of shaft elevation. 6. Excavation equipment and methods shall be designed so that the completed shaft excavation will have a flat bottom. The cutting edges of excavation equipment shall be normal to the vertical axis of the equipment within a tolerance of± 3/8 inch per 12 inches of diameter. Drilled shaft excavations constructed in such a manner that the concrete shaft cannot be completed within the required tolerances are unacceptable. When approved, corrections may be made to an unacceptable drilled shaft excavation by any approved combination of the following methods: 1. Overdrill the shaft excavation to a larger diameter to permit accurate placement of the reinforcing steel cage with the required minimum concrete cover. 2. Increase the number and/or size of the steel reinforcement bars. The approval of the correction procedures is dependent on analysis of the effect of the degree of misalignment and improper positioning. Correction methods may be approved as design analysis indicate. Redesign drawings and computations prepared by the Contractor's Engineer shall be signed by a Professional Engineer licensed in the State of Washington. Materials •and work necessary, including Engineering analysis and redesign, to effect corrections for out of tolerance drilled shaft excavations shall be furnished at no cost to the Contracting Agency. Submittals 1. Before placing the reinforcing steel, the Contractor shall submit shop drawings to the Engineer for the reinforcing cage. 2. Work shall not proceed until the appropriate submittals have been approved in writing by the Engineer. 8-20.3(5) Conduit 8-20.3(5)A General Section 8-20.3(5)A is supplemented with the following: When copper or fiber optic cable is part of a project, the conduit sweeps bringing the 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 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 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. Special Provisions – Bid Document SP-129 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 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. Irrigation conduit installed in Luminaire shall be Flex type conduit as soon on Irrigation Plans. 8-20.3(5)A3 Damaged or Blocked Conduits Section 8-20.3(5)A3 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(5)B Conduit Type Section 8-20.3(5)B is supplemented with the following: All conduit shall be PVC Sch 80 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. Conduit to be provided shall be of the type indicated below: 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). Special Provisions – Bid Document SP-130 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 Spare conduits shall be capped and labeled "City of Renton" conduits. 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 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. 8-20.3(8) Wiring Section 8-20.3(8) is supplemented with the following: 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. 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 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 Special Provisions – Bid Document SP-131 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 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, 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 with the following: All street light standards and other features on which electrical equipment is mounted shall be grounded to a copper clad metallic ground rod 5/8" in diameter x 8'0" in length complete with a #8 AWG bare copper bonding strap located in the nearest junction box. Ground rods are considered miscellaneous items and all costs are to be included within the Bid Items in the proposal. 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 (if not already present). 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(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 Traffic Maintenance Supervisor may, at their option, require work completed without their knowledge or inspection to be dismantled so that it can be inspected to their satisfaction. 8-20.3(13) Illumination Systems Section 8-20.3(13) is supplemented with following: Light Standards shall be erected in accordance with Standard Specifications Section 8-20.3(4). The illumination system shall be energized from the existing illumination circuits as indicated on the Plans. 8-20.3(13)A Light Standards Section 8-20.3(13)A is supplemented with following: Special Provisions – Bid Document SP-132 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 Lighting 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. Anchor bolts shall extend through the top heavy-hex nut two full threads to the extent possible while conforming to the specified base clearance requirements. Anchor bolts shall be tightened by the Turn-Of-Nut Tightening Method in accordance with Standard Specifications Sections 6- 03.3(33) and 8-20.3(4). The grout pad shall not extend above the elevation of the bottom of the base. The hand hole shall be located at 90 degrees to the luminaire arm on the side away from traffic. A grounding lug or nut shall be provided in the handhole frame or inside the handhole frame or inside the pole shaft to attach a ground bonding strap. All poles and luminaire arms shall be designed to support a luminaire weight of 50 lbs. or more and to withstand pressures caused by wind loads of 110 MPH with gust factor of 1.3. All poles shall maintain a minimum safety factor of 4.38 PSI on yield strength of weight load and 2.33 PSI for basic wind pressure. 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 provide a combination of digits and letters on each pole (per luminaire schedules on illumination plans), whether individual 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: • 3-inch square with gothic gold or white reflectorized 2-inch legend on a black background, or • 3-inch square with black 2-inch legend on a white reflectorized background. The I.D. number will be assigned to each pole at the end of the contract or project by the City of Renton Transportation Maintenance Manager. Cost for the decals shall be considered incidental to the contract bid. Install I.D tag on pole and in foundation per City of Renton Standard Plan 139. The pole shaft shall be provided with a 3" x 5" flush handhole 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 torquing of the nuts. The space between the concrete foundation and the bottom of the pole Special Provisions – Bid Document SP-133 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 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 WSDOT Standard Detail J-28.40. 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 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 pole locations, junction boxes, miscellaneous equipment, conductors, cable wires up to the cabinets, 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. 8-20.4 Measurement Section 8-20.4 is supplemented with the following: For all lump sum items listed section 8-20.5 Payment, no specific unit of measurement will apply, but measurement will be for the sum total of all items for a complete system to be furnished and install. Sawcutting required shall be incidental to lump sum items and no separate measurement will be made. Conduit zone bedding shall be incidental to the lump sum items and no separate measurement will be made. Removal, and salvage where required, of existing illumination, including grinding shall be incidental to the lump sum items and no separate measurement will be made. Temporary surface restoration items required for resuming pedestrian and vehicular traffic prior to final surfacing, including steel sheeting, crushed rock, and cold mix asphalt, shall be incidental to the lump sum items and no separate measurement will be made. The cost of conduit trenching, backfilling, compaction and landscape restoration outside of paved areas and trenching and backfill for the pipe zone within paved areas shall be included in the listed lump sums. Special Provisions – Bid Document SP-134 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 For locations where the Spare Conduit System is parallel to the Illumination System, they shall be installed in the same trench and all trenching, borings, conduit bedding, trench backfill and disposal of excavated materials shall be paid for per the “Illumination System Along Williams Avenue, Complete” bid item and no separate measurement will be made. All costs for adjustment of junction boxes, both to the final grade and any grade adjustments required for the various construction stages proposed in the Contract, or for alternative stages proposed by the Contractor, shall be included in the applicable lump sum contract price(s). 8-20.5 Payment Section 8-20.5 is supplemented with the following: Payment will be made in accordance with the Special Provisions, Section 1-04.1, for the following bid item included in the proposal: "Illumination System Along Williams Avenue, Complete", per lump sum. The unit Contract prices for above listed lump sums shall be measured for the total of all labor and equipment necessary for installation of complete permanent electrical systems. All items and labor necessary to supply, install, and test illumination poles, luminaires, receptacles, flower baskets, flex irrigation conduit, banner arms, potholing for foundations, conduit, wiring, junction boxes, excavation, backfill, removal of existing poles, luminaires, conduit/wiring, restoring facilities destroyed or damaged during construction, salvaging existing materials, coordination with local agencies, electrical inspections, traffic control, , as-built plans and all other components necessary to make a complete electrical systems, shall be included within the lump sum measurements. All painting of components shall be considered incidental to the lump sum measurement. Coordination with local agencies, testing and inspections shall be considered incidental to the bid items in this section and no additional compensation will be made. "Spare Conduit System, Complete", per lump sum. The unit Contract prices for above listed lump sums shall be measured for the total of all labor and equipment necessary for installation of complete spare conduit system. All items and labor necessary to supply and install conduit and connection to existing junction boxes as indicated on the plans. The Spare Conduit system shall be installed in the same trench as the illumination conduit, and trenching, excavation, backfill, bedding, and disposal of excavated materials shall be in included the lump sum price for the “Illumination System Along Williams Avenue, Complete” and shall not be included in the lump sum price for “Spare Conduit System, Complete”. 8-28 TREE GRATE (NEW SECTION) 8-28.1 Description This work shall consist of providing and installing Tree Grate, grate frames, mounting attachments and pea gravel at new tree locations as shown on the Plans and as specified herein. 8-28.2 Materials Materials shall meet the requirements of the following sections as applicable unless noted: Special Provisions – Bid Document SP-135 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 Aggregates 9-03.12(4) Structural Steel and related materials 9-06 Pea gravel under tree grate as noted on Plans shall be in accordance with Section 9-03.12(4) gravel backfill for drains of the Standard Specifications. Tree Grate shall be approximately 4’x8’ as detailed on Plans. Tree Grate shall be rectangular grate with a 24” diameter single tree opening, cast in 8 pieces, pattern as shown in the Plans. Material shall be cast ductile iron, ASTM A53 6 Grade 65-45-12 with baked on oil finish. Tree grate and mounting attachments shall be steel angle frames and bolts by same manufacturer as the Tree Grate, size frame to accommodate Tree Grate as shown in the Plans. 8-28.3 Construction Requirements Tree Grate and frames shall typically require 8 to 10 weeks lead time prior to delivery and installation on site. Contractor shall break center opening to accommodate tree root flare from new street trees as needed. Contractor shall carefully ensure proper care around trees and avoid further damage to tree during installation. Install Tree Grate per manufacturer’s instructions and as approved by Engineer. Install in locations and details per Plans. Contractor shall field verify all Tree Grate location with Engineer’s approval prior to installation. Submittals The Contractor shall submit tree grate product cut sheets including model and name, dimensions and descriptions of pea gravel supplier, Tree Grate, grate frames and mounting attachments for Engineer’s approval. Contractor shall provide shop drawings of Tree Grate including all dimensions, sections, plans, colors, materials, finishes, pea gravel, mounting attachments, grate frame, fabrication methodology and installation requirements for Engineer’s approval. 8-28.4 Measurements Tree Grate shall be measured per each for each installed tree grate, including grate frame, pea gravel and mounting attachments as shown in the Plans. 8-28.5 Payment Payment shall be made for the following bid item: “Tree Grate”, per each. Special Provisions – Bid Document SP-136 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 The contract bid price, including all incidental work, shall be full compensation for all labor, material, tools and equipment necessary to satisfactorily complete the work as defined in the Standard Specifications and these Special Provisions. The cost of pea gravel shall be considered incidental to and included in the unit contract price for “Tree Grate”. 8-30 WASTE RECEPTACLE (NEW SECTION) 8-30.1 Description This work shall consist of installing Waste Receptacle in locations as shown on the Plans. Waste Receptacle shall be as specified in the City of Renton Downtown Streetscape Design Standards and Guidelines. 8-30.2 Materials Materials shall meet the requirements of the following applicable standards and WSDOT Standard Specifications unless noted: Painting 6-07 Color shall be per Section 6-07.2, Painting. Waste Receptacle shall be Model: Ironsites SD-42, including high-density plastic liner, leveling feet, bolted-in-place “spherical dome” lid (without the swinging door), 3 in-line anchor holes, bottom plate cover and tri-key locking latch by Victor Stanley, or approved equal. All hardware (bolts, nuts, screws, washers, etc.) needed to complete the installation shall be corrosion resistant, stainless steel. Expansion bolts shall be stainless steel in 4” minimum length per manufacturer recommendation. 8-30.3 Construction Requirements Contractor shall submit catalog cut sheets including paint chip color sample, manufacturer’s technical specifications and installation recommendations for Waste Receptacle for Engineer’s approval prior to installation. Contractor shall install each Waste Receptacle in cement concrete sidewalk with approved expansion bolts and incidental connection materials, as detailed per the Plans. Waste Receptacle shall typically require 8 to 10 weeks lead time prior to delivery and installation on site. 8-30.4 Measurement Waste Receptacle shall be measured per each installed in its final location as shown in the Plans. Special Provisions – Bid Document SP-137 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 8-30.5 Payment Payment shall be made for the following bid item: “Waste Receptacle”, per each. The unit price bid shall be for full compensation for all labor, material, tools and equipment, supplies, incidental work including removal, protection, delivery, coordination, installation and all related costs for any work associated with coordinating Waste Receptacle to satisfactorily complete the work defined in the Standard Specifications, Special Provisions and the particular items called for in the Plans. 8-32 LANDSCAPE STRIP FENCING (NEW SECTION) 8-32.1 Description This work shall consist of fabricating and installing Landscape Strip Fencing. 8-32.2 Materials Materials shall meet the requirements of the following applicable standards and WSDOT Standard Specifications unless noted: Painting 6-07 Structural Steel and Related Materials 9-06 Landscape Strip Fencing post, top rail, vertical rail, bottom rail, finial and base plate shall be hot roll structural steel, per ASTM A-36, and shall meet the requirements of the Standard Specifications, Sections 6-03 and 9-06. All Landscape Strip Fencing hardware and material components shall match existing landscape strip fencing installed on Wells Ave S in downtown Renton. Post caps and finials shall be steel per ASTM A-36 as detailed per Plans. Fittings and fasteners shall be same basic material and alloy as parts being joined. Do not use materials that will be corrosive or incompatible with materials being fastened; do not utilize pop- rivets, sheet metal screws, adhesives or cast fittings. Landscape Strip Fencing shall be painted per Section 6-07 Painting. Touch up for scratches as recommended by coating manufacturer for field application. 8-32.3 Construction Requirements Landscape Strip Fencing shall be installed in the locations shown on the Plans and as detailed on the Plans. Landscape Strip Fencing, when completed, shall be in true alignment, on proper grade, with all posts and vertical rails plumb. Top rails, bottom rails and base plate shall be parallel to finished grade. Special Provisions – Bid Document SP-138 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 Install base plate with tamperproof bolt epoxied anchored into concrete whenever indicated on the Plans. Submittal Contractor shall submit (3) three sets of shop drawings of Landscape Strip Fencing for Engineer’s approval, showing complete dimensions and details of fabrication, including an erection diagram and assembly diagram with fittings and connections. Materials being used shall be specified in shop drawings. Contractor shall provide mechanical connections for landscape strip fencing corner(s) to aid in transportation and installation. Mock-Up Sample Contractor shall furnish one (1) panel for review, one end side segment to illustrate connections, geometries, and finishes for review by Engineer prior to production fabrication of Landscape Strip Fencing. Fabrication Landscape Strip Fencing shall be shop custom fabricated and assembled per approved shop drawings to the greatest extent possible. Assembly shall be in a neat, craftsmanship manner, using MIG Welding Processes as required, in accordance with the highest industry standards. All welding shall be in accordance with AISC and AWS Standards and shall be performed by a WABO certified welder. Welds shall be Section 6-03.3 (25) of the Standard Specifications. Top and bottom rail shall be parallel to finished grade of sidewalk. All arcs shall be smooth and continuous. Finished grade on elevations per Plans do not reflect actual finished grade on site. Contractor shall verify finished grade slopes on site prior to Landscape Strip Fencing shop drawing submittal. Field verify all dimensions for framed sections of the Landscape Strip Fencing on site prior to shop fabrication. All spacing, middle arc radii, and length dimensions for posts and base plates are approximate. Coordinate fabrication schedule with construction progress to avoid delay of work. Cutting shall be done by sawing or milling and all cuts shall be true and smooth. Flame cutting will not be permitted. All posts shall be structurally welded to flat bar, top rail, middle arc rail, bottom rail and base plate to assure fixed fastening for the life of Landscape Strip Fencing. Top rail corners shall be fitted by miter and further welded to vertical rails and as required to obtain maximum assurance of strength through the railing's useful life. Fabricate components with joints tightly fitted and secured. Provide spigots and sleeves with tolerances to accommodate site assembly and installation. Allow for thermal action resulting from the maximum range (change) in ambient temperature in the design, fabrication, and installation of rail systems, to prevent opening of joints, buckling, and other detrimental effects, including over stressing of connections and components. Expansion joints shall be provided as needed to allow for thermal expansion or contraction. Provide weep Special Provisions – Bid Document SP-139 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 holes or other means to exit entrapped water from hollow sections of railing members exposed to exterior condensation, or moisture from other sources. Prevent galvanic action and other forms of corrosion by isolating dissimilar materials from each other. Exposed mechanical fastenings shall be flush tamper-proof countersunk screws or bolts; unobtrusively located; consistent with design of component, except where specifically noted otherwise. All Landscape Strip Fencing posts, top rails, bottom rails, vertical rails, arched middle rails and base plates shall be adequately wrapped to ensure surface protection during handling and delivery to job site. Landscape Strip Fencing shall require inspection upon delivery to the Project site. Any pieces damaged during shipping or having inconsistent color shall be removed from the Project site and rejected for construction. Touch up for scratches as recommended by coating manufacturer for field application. As installation is completed, clean Landscape Strip Fencing with plain water containing a mild detergent. 8-32.4 Measurement Landscape Strip Fencing shall be measured per linear foot installed on thickened edge sidewalk. 8-32.5 Payment Payment shall be made for the following bid item: “Landscape Strip Fencing” per linear foot. The unit price bid shall be full compensation for all labor, materials, tools and equipment, supplies, incidental work, including but not limited to metal fencing fabrication, painting and mock-up sample to satisfactorily complete the work defined in the Standard Specifications and these Special Provisions. 8-33 RESOLUTION OF UTILITY CONFLICTS (NEW SECTION) 8-33.1 Description This work involves the identification and resolution of utility conflicts, including potholing, not identified in the plans between proposed improvements and existing utilities. The Contracting Agency will pay these costs by force account if the work proves to be acceptable and the Contractor has performed the work with the authority of and due notice to the Engineer. Special Provisions – Bid Document SP-140 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 8-33.3 Construction Requirements The Contracting Agency may direct the Contractor to pothole existing utilities to verify the field location and depth. Potholing shall include excavation and backfilling of the existing utility, identification of the pipe or line size, material type and condition and the survey work to locate the facility horizontally and vertically. Survey information to be obtained shall include station and offset to center of utility and elevation at top of utility. Stations, offsets and elevations shall be to the nearest 0.1 foot unless greater accuracy is required. Potholes shall be backfilled with CSBC compacted to 95%, or with CDF, as directed by the Engineer. In areas subject to public traffic, the HMA patch shall match the depth of the surrounding pavement. In the event that a conflict arises between the proposed improvements and an existing utility, the Resolution of Utility Conflicts item will compensate the Contractor for standby time and additional work in the following manner: 1. Standby time resulting from existing utility conflicts a) Standby time is defined as time the Contractor is unable to proceed with progression of a specific work item (i.e. storm drainage, underground utility installation etc.) due to conflicts with existing facilities. However, payment for standby time shall be limited to: (1) For each agreed upon conflict, a maximum of four (4) hours of standby time will be paid for actual delay of labor and equipment due to a utility conflict. The Contractor shall be responsible to adjust his work schedule and/or reassign his work forces and equipment to other areas of work to minimize standby time. (2) If the conflict is resolved within one (1) hour of notification to the Engineer, no standby time will be paid. 2. Additional work required to resolve utility conflicts will be paid for at the bid unit prices for the associated work. Work that can be measured and paid for at the unit contract prices shall not be identified as force account work. This work includes but is not limited to: (1) Storm drainage manhole, pipe, vault, and conduit realignments of line and/or grade for the storm drain, undergrounding of overhead utilities, illumination, and signal, to avoid existing utility conflicts. (2) Additional storm drainage manholes, pipe, vaults, and conduit required by a change in alignment, and/or grade, not exceeding the limits set in section 1-04.4 of the Standard Specifications. 8-33.5 Payment Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: "Resolution of Utility Conflicts" will be paid by force account as provided in Section 1-09.6. All costs for resolving utility conflicts and potholing will be paid for by force account in accordance with section 1-09.6. To provide a common proposal for all bidders, the Contracting Agency has estimated the amount for “Resolution of Utility Conflicts” and entered the amounts in the proposal Special Provisions – Bid Document SP-141 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 to become a part of the total bid by the Contractor. Utility conflicts due to the Contractor’s actions or operations shall be resolved by the Contractor at no expense to the Contracting Agency. Special Provisions – Bid Document SP-142 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 DIVISION 9 MATERIALS 9-14 EROSION CONTROL AND ROADSIDE PLANTING 9-14.2(1) Topsoil Type A Section 9-14.2(1) is supplemented with the following: Topsoil Type A shall be a two-way mix of 50% pure organic compost and 50% sand or sandy loam. The soil shall be high in organic content and comprised of fully composted and mature organic materials. Refer to Section 9-14.5(8) Compost of the Standard Specifications for compost requirements. No fresh sawdust or other fresh wood by-products shall be added to extend the volume after the composting process. Chemical and physical characteristic of Topsoil Type A shall comply with the following: Screen Size 7/16” Maximum (Approximate Particle Size) Total Nitrogen 0.25% Minimum Organic Matter 10% Minimum pH Range 5.5 to 7.5 Conductivity 5 mmhos/cm Maximum The Contractor shall provide a complete analysis of Topsoil Type A with one cubic foot sample for review and approval. 9-14.4 Fertilizer Section 9-14.4 is supplemented with the following: All fertilizer applications for trees shall follow Washington State University, National Arborist Association or other accepted agronomic or horticultural standards. Fertilizer for trees shall be 20-10-5, biodegradable packets. Apply per manufacturer’s recommendations. 9-14.5(3) Bark or Wood Chips Section 9-14.5(3) is supplemented with the following: Bark mulch shall be medium grade composted ground fir or hemlock bark. The bark shall be uniform in color, free from weed seeds, sawdust and splinters. The mulch shall not contain resin, tannin, wood fiber or other compounds detrimental to plant life. The Special Provisions – Bid Document SP-143 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 moisture content of bagged mulch shall not exceed 22%. The acceptable size range of bark mulch material is ½” to 1” with maximum of 20% passing the ½” screen. 9-14.7(2) Quality Section 9-14.7(2) is supplemented with the following: Plant material shall be free from disfiguring knots, swollen grafts, sunscald injuries, bark abrasions, evidence of improper pruning or other objectionable disfigurement. Potted and container stock shall be well rooted and vigorous enough to ensure survival and healthy growth. Shrubs shall have full foliage (not leggy). Container stock shall be grown in its delivery container for not less than six (6) months, but not for more than two (2) years. Root bound or broken containers will not be accepted. Bare root, liner and root stock with dried or shriveled roots from exposure will not be accepted. Trees shall meet WSDOT standard “Street Tree Grade” and will be provided with untapped, straight, single leaders, and shall be free of branches to minimum six (6) feet above ground line. Trees shall have full crowns and balanced branching. Measurements, caliper, branching, grading, quality, balling and burlapping shall follow the Code of Standards of the American Associate of Nurserymen in the American Standard for Nursery Stock, ANSI 260.1, latest edition. Measurements shall be taken with all branches in their normal growing position. Plants shall not be pruned prior to delivery to site. 9-14.7(3) Handling and Shipping Section 9-14.7(3) is supplemented with the following: All plant material shall be transported to planting locations with care to prevent damage. Tie back branches as necessary and protect bark from chafing with burlap bags. Do not drag plant materials along ground without proper protection of roots and branches. Protect rootballs from environmental or mechanical damage and water as necessary to keep roots moist. All plant material shall be legibly tagged. Tagging may be by species or variety with minimum of one tag per ten trees, shrubs, groundcovers. Remove all tagging prior to final acceptance. The Contracting Agency shall reserve the option of selecting and inspecting plant material at the nursery. The Contractor shall provide the Contracting Agency with at least one week notice prior to preparing plants for shipping and delivery. The Contractor shall neither deliver to site nor install plant materials until authorized by the Contracting Agency. Cold storage of plants shall not be permitted. If planting is delayed more than 24 hours after delivery, set balled and burlapped plants on the ground, well protected with soil or wet peat. Adequately cover all roots of bare root material with soil or wet peat. Protect rootballs from freezing, sun, drying winds or mechanical damage. Water plant material as necessary until planted. Plants shall not be stored for more than one week. Longer storage period at project site will result in rejection of plant materials by the Contracting Agency. Special Provisions – Bid Document SP-144 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 Add New Section 9-14.9: 9-14.9 Root Barrier Root Barrier shall be 24” depth, flexible interlocking panels with half-inch (1/2”) raised vertical reinforcing ribs, horizontal ground-lock tabs to prevent lifting and double top edge. Panels shall be made from injection molded High Impact Polypropylene (HIPP) with built-in UV inhibitors and a minimum thickness of 0.080 inches. 9-15 IRRIGATION SYSTEM 9-15.1 Pipe Tube and Fittings Section 9-15.1 is supplemented with the following: All pipe and tubing shall be PVC or approved equal. All fittings shall be Sch 80 PVC. All sleeving shall be Sch 40 PVC. 9-15.1(2) Polyvinyl Chloride Pipe and Fittings Section 9-15.1(2) is supplemented with the following: PVC pipe shall be Schedule 40 PVC pipe for the main, laterals and sleeves. 9-15.2 Drip Tubing Section 9-15.2 is supplemented with the following: Microtubing for flower baskets shall be black, UV resistant and per this section of the Standard Specifications. 9-15.4 Irrigation Heads Section 9-15.4 is supplemented with the following: Sprinkler heads shall be designed so that either an adjustment screw or interchangeable nozzles can make spray adjustments. Watering cores shall be precision machined for accurate performances and shall be easily removed without removing the housing from the pipe. All turn heads shall be designed with turf flanges having 2 gripping holes to facilitate removal of the head. The flower basket bubbler shall be a 360-degree mini spray emitter, capable of operating from 15 to 45 psi, radius of 18” @ 25PSI (emitting approx. 10.3 gph), with flow adjustment and shut off option. The flower basket bubbler shall be suitable for ¼” micro tubing, installed on spike. All materials shall be UV stabilized. 9-15.5 Valve Boxes Section 9-15.5 is supplemented with the following: Special Provisions – Bid Document SP-145 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 Valve boxes for control valves in pavement shall be grey straight box, medium duty traffic rated (non-vehicular traffic situations), composite material with UV inhibitors, heavy duty seat collar, drop in locking, size to fit manifold valves and battery operated controller, with flush, locking, solid, slip resistant composite lid (with IRR marking on lid). Drip access valve boxes for pavement shall be 12”x12”x18” composite body HD Polymer concrete combined with sheet molding compound, rated for incidental, non-deliberate traffic. Cover and ring shall be made of high-density light weight polymer concrete. Cover shall be marked “IRRIGATION” or “IRR”. Lid color shall be grey, flush with vandal proof bolt. Provide 3 spare keys for bolt. All automatic control valves shall be provided with valve boxes. Valve boxes shall be sized as appropriate to allow efficient access to components and approved by the Engineer prior to installation. Valve boxes shall be extendable to obtain the depth required. All manual control valves shall be equipped with a protective sleeve and cap as shown in the Standard Plans. 9-15.7(2) Automatic Control Valves Section 9-15.7(2) is supplemented with the following: Low Flow Valve Assembly shall be combination of ¾” low flow valve specifically designed for drip irrigation with flow operating range of 0.2 to 5.0GPM, inlet pressure 20-150PSI and combined ¾” Pressure-Regulating Filter, Low flow valve shall be capable of handling particles at low flow rate. Low flow valve and pressure-regulating filter shall have regulated pressure of 30psi and 200 (stainless steel) mesh filtration. 9-15.17 Electrical Wire and Splices Electrical Wire shall be #14 UF wire. Utilize splice kits which are UL listed and CSA Certified for direct bury and submersion applications. 9-29 ILLUMINATION, SIGNAL, ELECTRICAL 9-29.1 Conduit, Innerduct, and Outerduct Section 9-29.1 is supplemented with the following: 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. Special Provisions – Bid Document SP-146 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 9-29.1(10) Directional Boring Section 9-29.1(10) is added as follows: If the Contractor elects or is directed to directional bore, bored conduit shall be High Density Polyethylene (HDPE). All piping system components shall be the products of one manufacturer. The conduit and fittings shall be free, within commercial tolerances of objectionable lines, striations, bubbles, welds or other manufacturing defects which would impair the service of the conduit or fittings. Conduit shall be appropriate for the stress generated by the selected equipment and field conditions. Bored conduit couplings shall meet or exceed all ASTM strength and composition standards for the particular type used. All couplings shall be leak proof. Drilling fluid used for directional boring shall be an inert mixture of water and bentonite clay conforming to the drilling equipment manufacturer’s recommendations. 9-29.2 Junction Boxes, Cable Vaults, and Pull Boxes 9-29.2(1)A Standard Duty Junction Boxes Section 9-29.2(1)A is supplemented with the following: 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 WSDOT Standard Plan J-40.10 and J-40.30. Junction boxes placed in the sidewalks shall have slip-resistant lids and frames. Non-Concrete Junction Boxes shall not be allowed on the project. Junction boxes shall be marked for use in accordance with the following schedule: System Type Legend Illumination LT (September 3, 2019 WSDOT GSP) Slip-Resistance Surfacing for Junction Boxes, Cable Vaults, and Pull Boxes Where slip-resistant junction boxes, cable vaults, or pull boxes are require, each box or vault shall have slip-resistant surfacing material applied to the steel lid and frame of the box or vault. Where exposed portion of the frame is ½ inch wide or less, slip-resistant surfacing material may be omitted from that portion of the frame. Slip-resistant surfacing material shall be identified with a permanent marking on the underside of each box or vault lid where it is applied. The permanent marking shall be formed with a mild steel weld bead, with a line thickness of at least 1.8 inch. The marking shall include a two character identification code for the type of material used and the year of manufacture or application. The following materials are approved for application as slip-resistant material, and shall used the associated identification codes: 1. Harsco Industrial IKG, Mebac #1 – Steel: M1 2. W.S. Molnar Co., SlipNOT Grade 3 – Course: S3 3. Thermion, SafTrax TH604 Grade #1 – Coarse: T1 Special Provisions – Bid Document SP-147 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 9-29.6 Light and Signal Standards 9-29.6(1) Steel Light and Signal Standards 9-29.6(1)C Decorative Pedestrian Luminaire Poles Section 9-29.6(1)C is added as follows: Decorative pedestrian luminaire pole and its subassemblies (including receptacles, flower baskets, banner arms and flexible irrigation conduit) shall be per City of Renton Std. Plan 117.2, except overall pole height shall be 19’-6” to achieve 16’-6” clearance between bottom of the luminaire and top of roadway. Decorative Pole Pole shaft shall be 6” O.D. butt x 4” top x 19’-6” overall pole height, 0.25 minimum wall thickness, fabricated from T6063-T4 aluminum, finished assembly heat treated to T6 condition after welding. Bottom 24” shall be 6” O.D. straight section transitioning to tapered section (approximately 0.13”/FT), top 2’-6” shall be 4” O.D. straight section, with removable pole top cap. Bottom handhole opening shall be 3”x5” reinforced aluminum with 3/8”-16 hole for ground connector and flush fitting aluminum cover with gasket. Minimum clearance from the bottom of the luminaire to top of roadway shall be 16’-6”. Pole baseplate shall be ¾” thick plate (T6061-T6 Alloy) with (8) 3”x3”x¼” thick aluminum plate gussets (6061-T6 alloy), 7/8” x 1-3/8” slotted holes for ¾” through bolts at 10”-11” bolt circle. Four (4) galvanized steel anchor bolts (per the Plans) conforming to ASTM F1554 GR105 specifications shall be provided for each pole complete with two (2) nuts and washers for each bolt. Pole shall have festoon casting/outlet to accept GFI (WR) Receptacle and In-Use Cover painted to match the pole. Pole shall have pre-drilled 1” diameter hole for irrigation tubing, provide opening with cover at 180 degrees for access to assist with installing tubing. Pole shall have (2) ½” pre-drilled holes at 5 ¼” O.C. for upper banner arm assembly so upper banner arm is 13’-7” above bottom of baseplate. Decorative Base The decorative base shall be constructed of cast aluminum 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. Flower Basket Support Arms Flower basket support arms (2 per pole) shall be 1” diameter x 48” long solid aluminum rod with Cyclone F1AP decorative finial (or approved equal) to provide 24” long horizontal arm. Special Provisions – Bid Document SP-148 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 Vertical section is welded to (2) cast aluminum attachment clamps, clamps are sized to fit the diameter of the pole at each clamp location to provide a snug fit and to minimize the spacing between the two mated clamp assemblies when bolted together. Each clamp assembly, both upper and lower shall have a ¼-20 tapped hole and stainless steel jam screw to prevent rotation. Banner Saver Arms Banner saver arms (2 per pole) shall be Banner Saver Small assembly. Upper bracket shall be attached with (2) 3/8” SS through bolts, bottom bracket shall be secured with stainless steel bands (painted to match the pole). Banner arms shall have Cyclone F1AP decorative finial (or approved equal) and shall be mechanically fastened to arms. Pole and its subassemblies color shall be per these Special Provisions, Section 6-07.2 Materials. 9-29.10(2) Decorative Luminaires Section 9-29.10(2) is supplemented with the following: Decorative pedestrian luminaires shall be per City of Renton Std. Plan 117.2. Luminaire performance specifications shall be as follows: 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. 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 Special Provisions – Bid Document SP-149 Downtown Core Streetscape Phase 2 – Williams Avenue South June 2023 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 6-07.2 Materials of these Special Provisions. 9-29.11(2) Photoelectric Controls Section 9-29.11(2) is replaced with: The photo cell control is mounted inside existing electrical service cabinets. All the Luminaires shall be supplied with 7-pin receptacles and shorting caps. City of Renton Contract Provisions for Downtown Core Streetscape Phase 2 Williams Avenue South ______________________________________________________________________________ VIII. APPENDICES City of Renton Contract Provisions for Downtown Core Streetscape Phase 2 Williams Avenue South ______________________________________________________________________________ APPENDIX A – Wage Rates "General Decision Number: WA20230001 02/03/2023 Superseded General Decision Number: WA20220001 State: Washington Construction Type: Highway Counties: Washington Statewide. HIGHWAY (Excludes D.O.E. Hanford Site in Benton and Franklin Counties) Note: Contracts subject to the Davis-Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658. Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but do not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). ______________________________________________________________ |If the contract is entered |. Executive Order 14026 | |into on or after January 30, | generally applies to the | |2022, or the contract is | contract.| |renewed or extended (e.g., an |. The contractor must pay | |option is exercised) on or | all covered workers at | |after January 30, 2022: | least $16.20 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 2023. | |______________________________|_____________________________| |If the contract was awarded on|. Executive Order 13658 | |or between January 1, 2015 and| generally applies to the | |January 29, 2022, and the | contract.| |contract is not renewed or |. The contractor must pay all| |extended on or after January | covered workers at least | |30, 2022:| $12.15 per hour (or the | || applicable wage rate listed| || on this wage determination,| || if it is higher) for all | || hours spent performing on | || that contract in 2023. | |______________________________|_____________________________| The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at http://www.dol.gov/whd/govcontracts. P a g e |1 1 |P a g e WA20230001 Modification 1 Federal Wage Determinations for Highway Construction Modification Number Publication Date 0 01/06/2023 1 02/03/2023 CARP0003-006 06/01/2021 SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT, LEWIS(Piledriver only), PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to Willapa Bay to the Pacific Ocean), SKAMANIA, and WAHKIAKUM Counties. Rates Fringes Carpenters: CARPENTERS..................$ 44.38 16.87 DIVERS TENDERS..............$ 49.09 16.87 DIVERS......................$ 93.09 16.87 DRYWALL.....................$ 44.38 16.87 MILLWRIGHTS.................$ 46.89 16.87 PILEDRIVERS.................$ 44.97 16.87 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 - $0.85 Zone 3 - 1.25 Zone 4 - 1.70 Zone 5 - 2.00 Zone 6 - 3.00 BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND VANCOUVER, (NOTE: All dispatches for Washington State Counties: Cowlitz, Wahkiakum and Pacific shall be from Longview Local #1707 and mileage shall be computed from that point.) P a g e |2 2 |P a g e WA20230001 Modification 1 Federal Wage Determinations for Highway Construction P a g e |3 ZONE 1: Projects located within 30 miles of the respective city hall of the above mentioned cities ZONE 2: Projects located more than 30 miles and less than 40 miles of the respective city of the above mentioned cities ZONE 3: Projects located more than 40 miles and less than 50 miles of the respective city of the above mentioned cities ZONE 4: Projects located more than 50 miles and less than 60 miles of the respective city of the above mentioned cities. ZONE 5: Projects located more than 60 miles and less than 70 miles of the respective city of the above mentioned cities ZONE 6: Projects located more than 70 miles of the respected city of the above mentioned cities ---------------------------------------------------------------- CARP0030-004 06/01/2021 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM Counties Rates Fringes CARPENTER BRIDGE CARPENTERS...........$ 49.18 19.01 CARPENTERS ON CREOSOTE MATERIAL....................$ 47.02 19.01 CARPENTERS..................$ 49.18 19.01 DIVERS TENDER...............$ 54.54 19.01 DIVERS......................$ 103.43 19.01 MILLWRIGHT AND MACHINE ERECTORS....................$ 50.68 19.01 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING........$ 49.58 19.01 (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 3 | WA20230001 Modification 1 Federal Wage Determinations for Highway Construction P a g e 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 $1.50/hour ---------------------------------------------------------------- CARP0059-002 06/01/2019 ADAMS, ASOTIN, BENTON, CHELAN (East of 120th meridian), COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT (East of 120th meridian), KITTITAS (East of 120th meridian), LINCOLN, OKANOGAN (East of 120th meridian), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, and YAKIMA (East of 120th meridian) Counties Rates Fringes CARPENTER GROUP 1.....................$ 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 P a g e |4 4 |P a g e WA20230001 Modification 1 Federal Wage Determinations for Highway Construction P a g e |5 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 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. 5 |P a g e WA20230001 Modification 1 Federal Wage Determinations for Highway Construction 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. 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 +$1.00 per hour - This level utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line. ---------------------------------------------------------------- CARP0770-003 06/01/2021 WEST OF 120TH MERIDIAN FOR THE FOLLOWING COUNTIES: CHELAN, DOUGLAS, GRANT, KITTITAS, OKANOGAN, and YAKIMA Rates Fringes CARPENTER CARPENTERS ON CREOSOTE MATERIAL....................$ 47.02 19.01 CARPENTERS..................$ 49.18 19.01 DIVERS TENDER...............$ 54.54 19.01 DIVERS......................$ 103.43 19.01 MILLWRIGHT AND MACHINE ERECTORS....................$ 50.68 19.01 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING........$ 49.58 19.01 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS P a g e |6 6 |P a g e WA20230001 Modification 1 Federal Wage Determinations for Highway Construction Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Olympia Bellingham Auburn Bremerton Anacortes Renton Shelton Yakima Aberdeen-Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside Chelan Pt. Townsend Zone Pay: 0 -25 radius miles Free 26-35 radius miles $1.00/hour 36-45 radius miles $1.15/hour 46-55 radius miles $1.35/hour Over 55 radius miles $1.55/hour (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles Free 26-45 radius miles $ .70/hour Over 45 radius miles $1.50/hour ---------------------------------------------------------------- ELEC0046-001 08/01/2022 CALLAM, JEFFERSON, KING AND KITSAP COUNTIES Rates Fringes CABLE SPLICER....................$ 72.29 27.07 ELECTRICIAN......................$ 65.72 26.87 ---------------------------------------------------------------- * ELEC0048-003 01/01/2023 CLARK, KLICKITAT AND SKAMANIA COUNTIES Rates Fringes CABLE SPLICER....................$ 44.22 21.50 ELECTRICIAN......................$ 57.35 27.54 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: P a g e |7 7 |P a g e WA20230001 Modification 1 Federal Wage Determinations for Highway Construction 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 $9.00/hour *These are not miles driven. Zones are based on Delorrne Street Atlas USA 2006 plus. ---------------------------------------------------------------- * ELEC0048-029 01/01/2023 COWLITZ AND WAHKIAKUM COUNTY Rates Fringes CABLE SPLICER....................$ 44.22 21.50 ELECTRICIAN......................$ 57.35 27.54 ---------------------------------------------------------------- ELEC0073-001 07/01/2022 ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN COUNTIES Rates Fringes CABLE SPLICER....................$ 34.10 16.68 ELECTRICIAN......................$ 41.30 20.09 ---------------------------------------------------------------- * ELEC0076-002 02/01/2023 GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES Rates Fringes CABLE SPLICER....................$ 53.15 23.81 ELECTRICIAN......................$ 55.14 24.86 ---------------------------------------------------------------- ELEC0112-005 06/01/2022 ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA, YAKIMA COUNTIES Rates Fringes CABLE SPLICER....................$ 54.34 24.26 ELECTRICIAN......................$ 51.75 24.18 P a g e |8 8 |P a g e WA20230001 Modification 1 Federal Wage Determinations for Highway Construction ---------------------------------------------------------------- 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 ---------------------------------------------------------------- ENGI0302-003 06/01/2022 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...................$ 54.20 24.47 Group 1AA..................$ 54.98 24.47 Group 1AAA.................$ 55.78 24.47 Group 1.....................$ 53.40 24.47 Group 2.....................$ 52.72 24.47 Group 3.....................$ 52.12 24.47 Group 4.....................$ 48.78 24.47 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) P a g e |9 9 |P a g e WA20230001 Modification 1 Federal Wage Determinations for Highway Construction 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 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 P a g e |10 10 |P a g e WA20230001 Modification 1 Federal Wage Determinations for Highway Construction 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 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 06/01/2021 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.....................$ 29.76 20.65 GROUP 2.....................$ 30.08 20.65 GROUP 3.....................$ 30.69 20.65 GROUP 4.....................$ 30.85 20.65 GROUP 5.....................$ 31.01 20.65 GROUP 6.....................$ 31.21 20.65 GROUP 7.....................$ 31.56 20.65 GROUP 8.....................$ 32.66 20.65 ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 - $2.00 Zone 1: Within 45 mile radius of Spokane, Pasco, Washington; P a g e |11 11 |P a g e WA20230001 Modification 1 Federal Wage Determinations for Highway Construction Lewiston, Idaho Zone 2: Outside 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho 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 P a g e |12 12 |P a g e WA20230001 Modification 1 Federal Wage Determinations for Highway Construction 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) P a g e |13 13 |P a g e WA20230001 Modification 1 Federal Wage Determinations for Highway Construction P a g e |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 |P a g e WA20230001 Modification 1 Federal Wage Determinations for Highway Construction 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 P a g e |15 15 |P a g e WA20230001 Modification 1 Federal Wage Determinations for Highway Construction 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 $2.00 per hour. P a g e |16 16 |P a g e WA20230001 Modification 1 Federal Wage Determinations for Highway Construction ---------------------------------------------------------------- ENGI0612-012 06/01/2020 LEWIS, PACIFIC (portion lying north of a parallel line extending west from the northern boundary of Wahkaikum County to the sea) AND THURSTON COUNTIES ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. Zone 1 (0-25 radius miles): Rates Fringes POWER EQUIPMENT OPERATOR GROUP 1A...................$ 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 P a g e |17 17 |P a g e WA20230001 Modification 1 Federal Wage Determinations for Highway Construction 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. P a g e |18 18 |P a g e WA20230001 Modification 1 Federal Wage Determinations for Highway Construction HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing, 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. P a g e |19 19 |P a g e WA20230001 Modification 1 Federal Wage Determinations for Highway Construction All jobs or projects located in the area outside the identified boundary above, but less than 50 miles from the Portland City Hall shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the Portland City Hall, but outside the identified border above, shall receive Zone III pay for all classifications. For the following cities: ALBANY; BEND; COOS BAY; EUGENE; GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG All jobs or projects located within 30 miles of the respective city hall of the above mentioned cities shall receive Zone I pay for all classifications. All jobs or projects located more than 30 miles and less than 50 miles from the respective city hall of the above mentioned cities shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the respective city hall of the above mentioned cities shall receive Zone III pay for all classifications. POWER EQUIPMENT OPERATORS CLASSIFICATIONS Group 1 Concrete Batch Plan and or Wet mix three (3) units or more; Crane, Floating one hundred and fifty (150) ton but less than two hundred and fifty (250) ton; Crane, two hundred (200) ton through two hundred ninety nine (299) ton with two hundred foot (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 P a g e |20 20 |P a g e WA20230001 Modification 1 Federal Wage Determinations for Highway Construction P a g e |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 |P a g e WA20230001 Modification 1 Federal Wage Determinations for Highway Construction 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 P a g e |22 22 |P a g e WA20230001 Modification 1 Federal Wage Determinations for Highway Construction 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 ---------------------------------------------------------------- P a g e |23 23 |P a g e WA20230001 Modification 1 Federal Wage Determinations for Highway Construction IRON0014-005 07/04/2022 ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE, STEVENS, WALLA WALLA AND WHITMAN COUNTIES Rates Fringes IRONWORKER.......................$ 36.21 31.47 ---------------------------------------------------------------- IRON0029-002 07/01/2020 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM COUNTIES Rates Fringes IRONWORKER.......................$ 39.10 29.75 ---------------------------------------------------------------- IRON0086-002 07/04/2022 YAKIMA, KITTITAS AND CHELAN COUNTIES Rates Fringes IRONWORKER.......................$ 36.21 31.47 ---------------------------------------------------------------- IRON0086-004 07/04/2022 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES Rates Fringes IRONWORKER.......................$ 49.90 31.82 ---------------------------------------------------------------- P a g e |24 24 |P a g e WA20230001 Modification 1 Federal Wage Determinations for Highway Construction LABO0238-004 06/01/2021 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.....................$ 27.34 15.35 GROUP 2.....................$ 29.44 15.35 GROUP 3.....................$ 29.71 15.35 GROUP 4.....................$ 29.98 15.35 GROUP 5.....................$ 30.26 15.35 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 P a g e |25 25 |P a g e WA20230001 Modification 1 Federal Wage Determinations for Highway Construction 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) P a g e |26 26 |P a g e WA20230001 Modification 1 Federal Wage Determinations for Highway Construction ---------------------------------------------------------------- LABO0238-006 06/01/2021 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......................$ 30.00 13.50 ---------------------------------------------------------------- LABO0242-003 06/01/2022 KING COUNTY Rates Fringes LABORER GROUP 1.....................$ 29.82 13.80 GROUP 2A....................$ 34.20 13.80 GROUP 3.....................$ 42.86 13.80 GROUP 4.....................$ 43.90 13.80 GROUP 5.....................$ 44.62 13.80 Group 6.....................$ 45.91 13.90 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 P a g e |27 27 |P a g e WA20230001 Modification 1 Federal Wage Determinations for Highway Construction ---------------------------------------------------------------- P a g e |28 LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer/Cleaner (detail clean-up, such as but not limited to cleaning floors, ceilings, walls, windows, etc., prior to final acceptance by the owner) GROUP 2A: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender; Clean-up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical ""splash suit"" and air purifying respirator); Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site); Topper-Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper-Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical ""splash suit""); High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller-Power; Raker-Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and glas operated tool; Timber Person-sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Mortarman and Hodcarrier; Powderman; Re-Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line). Group 6: Miner 28 |P a g e WA20230001 Modification 1 Federal Wage Determinations for Highway Construction LABO0252-010 06/01/2022 CLALLAM, GRAYS HARBOR, JEFFERSON, KITSAP, LEWIS, MASON, PACIFIC (EXCLUDING SOUTHWEST), PIERCE, AND THURSTON COUNTIES Rates Fringes LABORER GROUP 1.....................$ 29.82 13.80 GROUP 2.....................$ 34.20 13.80 GROUP 3.....................$ 42.86 13.80 GROUP 4.....................$ 43.90 13.80 GROUP 5.....................$ 44.62 13.80 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 P a g e |29 29 |P a g e WA20230001 Modification 1 Federal Wage Determinations for Highway Construction P a g e |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 |P a g e WA20230001 Modification 1 Federal Wage Determinations for Highway Construction LABO0292-008 06/01/2022 ISLAND, SAN JUAN, SKAGIT, SNOHOMISH, AND WHATCOM COUNTIES Rates Fringes LABORER GROUP 1.....................$ 29.82 13.80 GROUP 2.....................$ 34.20 13.80 GROUP 3.....................$ 42.86 13.80 GROUP 4.....................$ 43.90 13.80 GROUP 5.....................$ 44.62 13.80 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 P a g e |31 31 |P a g e WA20230001 Modification 1 Federal Wage Determinations for Highway Construction 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). ---------------------------------------------------------------- P a g e |32 32 |P a g e WA20230001 Modification 1 Federal Wage Determinations for Highway Construction LABO0335-001 06/01/2022 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....................$ 37.98 13.80 GROUP 2....................$ 38.76 13.80 GROUP 3....................$ 39.35 13.80 GROUP 4....................$ 39.85 13.80 GROUP 5....................$ 34.75 13.80 GROUP 6....................$ 31.61 13.80 GROUP 7....................$ 27.44 13.80 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) P a g e |33 33 |P a g e WA20230001 Modification 1 Federal Wage Determinations for Highway Construction 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 06/01/2022 Rates Fringes Hod Carrier......................$ 37.98 13.80 ---------------------------------------------------------------- P a g e |34 34 |P a g e WA20230001 Modification 1 Federal Wage Determinations for Highway Construction LABO0348-003 06/01/2022 CHELAN, DOUGLAS (W OF 12TH MERIDIAN), KITTITAS, AND YAKIMA COUNTIES Rates Fringes LABORER GROUP 1.....................$ 25.37 13.80 GROUP 2.....................$ 29.16 13.80 GROUP 3.....................$ 31.94 13.80 GROUP 4.....................$ 32.72 13.80 GROUP 5.....................$ 32.09 13.19 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 P a g e |35 35 |P a g e WA20230001 Modification 1 Federal Wage Determinations for Highway Construction 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). ---------------------------------------------------------------- P a g e |36 36 |P a g e WA20230001 Modification 1 Federal Wage Determinations for Highway Construction PAIN0005-002 07/01/2022 STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Painters: STRIPERS....................$ 33.37 18.53 ---------------------------------------------------------------- PAIN0005-004 03/01/2009 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes PAINTER..........................$ 20.82 7.44 ---------------------------------------------------------------- * PAIN0005-006 07/01/2018 ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE); CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES Rates Fringes PAINTER Application of Cold Tar Products, Epoxies, Polyure thanes, Acids, Radiation Resistant Material, Water and Sandblasting............$ 30.19 11.71 Over 30'/Swing Stage Work..$ 22.20 7.98 Brush, Roller, Striping, Steam-cleaning and Spray....$ 22.94 11.61 Lead Abatement, Asbestos Abatement...................$ 21.50 7.98 *$.70 shall be paid over and above the basic wage rates listed for work on swing stages and high work of over 30 feet. ---------------------------------------------------------------- P a g e |37 37 |P a g e WA20230001 Modification 1 Federal Wage Determinations for Highway Construction PAIN0055-003 07/01/2020 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes PAINTER Brush & Roller..............$ 26.56 13.40 Spray and Sandblasting......$ 26.56 13.40 All high work over 60 ft. = base rate + $0.75 ---------------------------------------------------------------- PAIN0055-006 01/01/2022 CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES Rates Fringes Painters: HIGHWAY & PARKING LOT STRIPER.....................$ 48.17 16.00 ---------------------------------------------------------------- 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 - $2.00 BASE POINTS: Spokane, Pasco, Lewiston; Wenatchee Zone 1: 0 - 45 radius miles from the main post office Zone 2: Over 45 radius miles from the main post office ---------------------------------------------------------------- 38 |P a g e WA20230001 Modification 1 Federal Wage Determinations for Highway Construction P a g e |38 PLAS0528-001 06/01/2022 CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES Rates Fringes CEMENT MASON CEMENT MASON................$ 50.00 19.59 COMPOSITION, TROWEL MACHINE, GRINDER, POWER TOOLS, GUNNITE NOZZLE.......$ 50.50 19.59 TROWELING MACHINE OPERATOR ON COMPOSITION..............$ 50.50 19.59 ---------------------------------------------------------------- PLAS0555-002 07/01/2019 CLARK, KLICKITAT AND SKAMANIA COUNTIES ZONE 1: Rates Fringes CEMENT MASON CEMENT MASONS DOING BOTH COMPOSITION/POWER MACHINERY AND SUSPENDED/HANGING SCAFFOLD..$ 37.32 18.77 CEMENT MASONS ON SUSPENDED, SWINGING AND/OR HANGING SCAFFOLD............$ 36.58 18.77 CEMENT MASONS...............$ 35.85 18.77 COMPOSITION WORKERS AND POWER MACHINERY OPERATORS...$ 36.58 18.77 Zone Differential (Add To Zone 1 Rates): Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 3.00 BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND, SALEM, THE DALLES, VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall ---------------------------------------------------------------- P a g e |39 39 |P a g e WA20230001 Modification 1 Federal Wage Determinations for Highway Construction TEAM0037-002 06/01/2020 CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Truck drivers: ZONE 1 GROUP 1....................$ 29.33 16.40 GROUP 2....................$ 29.46 16.40 GROUP 3....................$ 29.60 16.40 GROUP 4....................$ 29.89 16.40 GROUP 5....................$ 30.03 16.40 GROUP 6....................$ 30.31 16.40 GROUP 7....................$ 30.53 16.40 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 P a g e |40 40 |P a g e WA20230001 Modification 1 Federal Wage Determinations for Highway Construction 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) ---------------------------------------------------------------- P a g e |41 41 |P a g e WA20230001 Modification 1 Federal Wage Determinations for Highway Construction * TEAM0174-001 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 Truck drivers: ZONE A: GROUP 1:...................$ 42.88 20.92 GROUP 2:...................$ 42.04 20.92 GROUP 3:...................$ 39.23 20.92 GROUP 4:...................$ 34.26 20.92 GROUP 5:...................$ 42.43 20.92 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 P a g e |42 42 |P a g e WA20230001 Modification 1 Federal Wage Determinations for Highway Construction 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. ---------------------------------------------------------------- P a g e |43 43 |P a g e WA20230001 Modification 1 Federal Wage Determinations for Highway Construction 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 P a g e |44 44 |P a g e WA20230001 Modification 1 Federal Wage Determinations for Highway Construction TRUCK DRIVERS CLASSIFICATIONS GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power Boat Hauling Employees or Material GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and under); Leverperson (loading trucks at bunkers); Trailer Mounted Hydro Seeder and Mulcher; Seeder & Mulcher; Stationary Fuel Operator; Tractor (small, rubber-tired, pulling trailer or similar equipment) GROUP 3: Auto Crane (2000 lbs. capacity); Buggy Mobile & Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. & under); Flat Bed Truck with Hydraullic System; Fork Lift (3001-16,000 lbs.); Fuel Truck Driver, Steamcleaner & Washer; Power Operated Sweeper; Rubber-tired Tunnel Jumbo; Scissors Truck; Slurry Truck Driver; Straddle Carrier (Ross, Hyster, & similar); Tireperson; Transit Mixers & Truck Hauling Concrete (3 yd. to & including 6 yds.); Trucks, side, end, bottom & articulated end dump (3 yards to and including 6 yds.); Warehouseperson (to include shipping & receiving); Wrecker & Tow Truck GROUP 4: A-Frame; Burner, Cutter, & Welder; Service Greaser; Trucks, side, end, bottom & articulated end dump (over 6 yards to and including 12 yds.); Truck Mounted Hydro Seeder; Warehouseperson; Water Tank truck (0-8,000 gallons) GROUP 5: Dumptor (over 6 yds.); Lowboy (50 tons & under); Self- loading Roll Off; Semi-Truck & Trailer; Tractor with Steer Trailer; Transit Mixers and Trucks Hauling Concrete (over 6 yds. to and including 10 yds.); Trucks, side, end, bottom and end dump (over 12 yds. to & including 20 yds.); Truck-Mounted Crane (with load bearing surface either mounted or pulled, up to 14 ton); Vacuum Truck (super sucker, guzzler, etc.) GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift (over 16,000 lbs.); Dumps (Semi-end); Mechanic (Field); Semi- end Dumps; Transfer Truck & Trailer; Transit Mixers & Trucks Hauling Concrete (over 10 yds. to & including 20 yds.); Trucks, side, end, bottom and articulated end dump (over 20 yds. to & including 40 yds.); Truck and Pup; Tournarocker, DWs & similar with 2 or more 4 wheel-power tractor with trailer, gallonage or yardage scale, whichever is greater Water Tank Truck (8,001- 14,000 gallons); Lowboy(over 50 tons) GROUP 7: Oil Distributor Driver; Stringer Truck (cable oeprated trailer); Transit Mixers & Trucks Hauling Concrete (over 20 yds.); Truck, side, end, bottom end dump (over 40 yds. to & including 100 yds.); Truck Mounted Crane (with load bearing surface either mounted or pulled (16 through 25 tons); P a g e |45 45 |P a g e WA20230001 Modification 1 Federal Wage Determinations for Highway Construction 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 https://www.dol.gov/agencies/whd/government-contracts. 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)). P a g e |46 46 |P a g e WA20230001 Modification 1 Federal Wage Determinations for Highway Construction The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. 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 ---------------------------------------------------------------- P a g e |47 47 |P a g e WA20230001 Modification 1 Federal Wage Determinations for Highway Construction 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 National Office because National Office has 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 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 P a g e |48 48 |P a g e WA20230001 Modification 1 Federal Wage Determinations for Highway Construction 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 DECISIO" P a g e |49 49 |P a g e WA20230001 Modification 1 Federal Wage Determinations for Highway Construction 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: 5/30/2023 County Trade Job Classification Wage HolidayOvertime Note *Risk Class King Asbestos Abatement Workers Journey Level $56.80 5D 1H View King Boilermakers Journey Level $74.29 5N 1C View King Brick Mason Journey Level $66.32 7E 1N View King Brick Mason Pointer-Caulker-Cleaner $66.32 7E 1N View King Building Service Employees Janitor $28.23 5S 2F View King Building Service Employees Traveling Waxer/Shampooer $28.68 5S 2F View King Building Service Employees Window Cleaner (Non- Scaffold) $32.18 5S 2F View King Building Service Employees Window Cleaner (Scaffold) $33.18 5S 2F View King Cabinet Makers (In Shop)Journey Level $22.74  1 View King Carpenters Acoustical Worker $71.53 15J 4C View King Carpenters Bridge, Dock And Wharf Carpenters $71.53 15J 4C View King Carpenters Floor Layer & Floor Finisher $71.53 15J 4C View King Carpenters Journey Level $71.53 15J 4C View King Carpenters Scaffold Erector $71.53 15J 4C View King Cement Masons Application of all Composition Mastic $70.09 15J 4U View King Cement Masons Application of all Epoxy Material $69.59 15J 4U View King Cement Masons Application of all Plastic Material $70.09 15J 4U View King Cement Masons Application of Sealing Compound $69.59 15J 4U View King Cement Masons Application of Underlayment $70.09 15J 4U View King Cement Masons Building General $69.59 15J 4U View King Cement Masons Composition or Kalman Floors $70.09 15J 4U View King Cement Masons Concrete Paving $69.59 15J 4U View King Cement Masons Curb & Gutter Machine $70.09 15J 4U View King Cement Masons Curb & Gutter, Sidewalks $69.59 15J 4U View King Cement Masons Curing Concrete $69.59 15J 4U View King Cement Masons Finish Colored Concrete $70.09 15J 4U View Firefox https://secure.lni.wa.gov/wagelookup/ 1 of 18 5/30/2023, 10:40 AM King Cement Masons Floor Grinding $70.09 15J 4U View King Cement Masons Floor Grinding/Polisher $69.59 15J 4U View King Cement Masons Green Concrete Saw, self- powered $70.09 15J 4U View King Cement Masons Grouting of all Plates $69.59 15J 4U View King Cement Masons Grouting of all Tilt-up Panels $69.59 15J 4U View King Cement Masons Gunite Nozzleman $70.09 15J 4U View King Cement Masons Hand Powered Grinder $70.09 15J 4U View King Cement Masons Journey Level $69.59 15J 4U View King Cement Masons Patching Concrete $69.59 15J 4U View King Cement Masons Pneumatic Power Tools $70.09 15J 4U View King Cement Masons Power Chipping & Brushing $70.09 15J 4U View King Cement Masons Sand Blasting Architectural Finish $70.09 15J 4U View King Cement Masons Screed & Rodding Machine $70.09 15J 4U View King Cement Masons Spackling or Skim Coat Concrete $69.59 15J 4U View King Cement Masons Troweling Machine Operator $70.09 15J 4U View King Cement Masons Troweling Machine Operator on Colored Slabs $70.09 15J 4U View King Cement Masons Tunnel Workers $70.09 15J 4U View King Divers & Tenders Bell/Vehicle or Submersible Operator (Not Under Pressure) $126.05 15J 4C View King Divers & Tenders Dive Supervisor/Master $89.94 15J 4C View King Divers & Tenders Diver $126.05 15J 4C 8V View King Divers & Tenders Diver On Standby $84.94 15J 4C View King Divers & Tenders Diver Tender $77.16 15J 4C View King Divers & Tenders Hyperbaric Worker - Compressed Air Worker 0-30.00 PSI $89.09 15J 4C View King Divers & Tenders Hyperbaric Worker - Compressed Air Worker 30.01 - 44.00 PSI $94.09 15J 4C View King Divers & Tenders Hyperbaric Worker - Compressed Air Worker 44.01 - 54.00 PSI $107.09 15J 4C View King Divers & Tenders Hyperbaric Worker - Compressed Air Worker 54.01 - 60.00 PSI $103.09 15J 4C View King Divers & Tenders Hyperbaric Worker - Compressed Air Worker 60.01 - 64.00 PSI $105.59 15J 4C View King Divers & Tenders Hyperbaric Worker - Compressed Air Worker 64.01 - 68.00 PSI $110.59 15J 4C View King Divers & Tenders Hyperbaric Worker - Compressed Air Worker 68.01 - 70.00 PSI $112.59 15J 4C View King Divers & Tenders Hyperbaric Worker - Compressed Air Worker 70.01 - 72.00 PSI $114.59 15J 4C View Firefox https://secure.lni.wa.gov/wagelookup/ 2 of 18 5/30/2023, 10:40 AM King Divers & Tenders Hyperbaric Worker - Compressed Air Worker 72.01 - 74.00 PSI $116.59 15J 4C View King Divers & Tenders Manifold Operator $77.16 15J 4C View King Divers & Tenders Manifold Operator Mixed Gas $82.16 15J 4C View King Divers & Tenders Remote Operated Vehicle Operator/Technician $77.16 15J 4C View King Divers & Tenders Remote Operated Vehicle Tender $71.98 15J 4C View King Dredge Workers Assistant Engineer $76.56 5D 3F View King Dredge Workers Assistant Mate (Deckhand) $75.97 5D 3F View King Dredge Workers Boatmen $76.56 5D 3F View King Dredge Workers Engineer Welder $78.03 5D 3F View King Dredge Workers Leverman, Hydraulic $79.59 5D 3F View King Dredge Workers Mates $76.56 5D 3F View King Dredge Workers Oiler $75.97 5D 3F View King Drywall Applicator Journey Level $71.53 15J 4C View King Drywall Tapers Journey Level $70.61 5P 1E View King Electrical Fixture Maintenance Workers Journey Level $37.19 5L 1E View King Electricians - Inside Cable Splicer $102.90 7C 4E View King Electricians - Inside Cable Splicer (tunnel) $110.61 7C 4E View King Electricians - Inside Certified Welder $99.38 7C 4E View King Electricians - Inside Certified Welder (tunnel) $106.75 7C 4E View King Electricians - Inside Construction Stock Person $49.28 7C 4E View King Electricians - Inside Journey Level $95.88 7C 4E View King Electricians - Inside Journey Level (tunnel) $102.90 7C 4E View King Electricians - Motor Shop Journey Level $48.68 5A 1B View King Electricians - Powerline Construction Cable Splicer $93.00 5A 4D View King Electricians - Powerline Construction Certified Line Welder $85.42 5A 4D View King Electricians - Powerline Construction Groundperson $55.27 5A 4D View King Electricians - Powerline Construction Heavy Line Equipment Operator $85.42 5A 4D View King Electricians - Powerline Construction Journey Level Lineperson $85.42 5A 4D View King Electricians - Powerline Construction Line Equipment Operator $73.35 5A 4D View King Electricians - Powerline Construction Meter Installer $55.27 5A 4D 8W View King Electricians - Powerline Construction Pole Sprayer $85.42 5A 4D View King Electricians - Powerline Construction Powderperson $63.50 5A 4D View King Electronic Technicians Journey Level $62.13 7E 1E View King Elevator Constructors Mechanic $107.49 7D 4A View King Elevator Constructors Mechanic In Charge $116.13 7D 4A View King Fabricated Precast Concrete Products All Classifications - In-Factory Work Only $21.34 5B 1R View Firefox https://secure.lni.wa.gov/wagelookup/ 3 of 18 5/30/2023, 10:40 AM King Fence Erectors Fence Erector $48.14 15J 4V 8Y View King Fence Erectors Fence Laborer $48.14 15J 4V 8Y View King Flaggers Journey Level $48.14 15J 4V 8Y View King Glaziers Journey Level $75.91 7L 1Y View King Heat & Frost Insulators And Asbestos Workers Journey Level $84.84 15H 11C View King Heating Equipment Mechanics Journey Level $94.11 7F 1E View King Hod Carriers & Mason Tenders Journey Level $59.85 15J 4V 8Y View King Industrial Power Vacuum Cleaner Journey Level $15.74  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 $15.74 1 View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Head Operator $24.91 1 View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Technician $19.33 1 View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Tv Truck Operator $20.45 1 View King Insulation Applicators Journey Level $71.53 15J 4C View King Ironworkers Journeyman $83.79 15K 11N View King Laborers Air, Gas Or Electric Vibrating Screed $56.80 15J 4V 8Y View King Laborers Airtrac Drill Operator $58.56 15J 4V 8Y View King Laborers Ballast Regular Machine $56.80 15J 4V 8Y View King Laborers Batch Weighman $48.14 15J 4V 8Y View King Laborers Brick Pavers $56.80 15J 4V 8Y View King Laborers Brush Cutter $56.80 15J 4V 8Y View King Laborers Brush Hog Feeder $56.80 15J 4V 8Y View King Laborers Burner $56.80 15J 4V 8Y View King Laborers Caisson Worker $58.56 15J 4V 8Y View King Laborers Carpenter Tender $56.80 15J 4V 8Y View King Laborers Cement Dumper-paving $57.84 15J 4V 8Y View King Laborers Cement Finisher Tender $56.80 15J 4V 8Y View King Laborers Change House Or Dry Shack $56.80 15J 4V 8Y View King Laborers Chipping Gun (30 Lbs. And Over) $57.84 15J 4V 8Y View King Laborers Chipping Gun (Under 30 Lbs.) $56.80 15J 4V 8Y View King Laborers Choker Setter $56.80 15J 4V 8Y View Firefox https://secure.lni.wa.gov/wagelookup/ 4 of 18 5/30/2023, 10:40 AM King Laborers Chuck Tender $56.80 15J 4V 8Y View King Laborers Clary Power Spreader $57.84 15J 4V 8Y View King Laborers Clean-up Laborer $56.80 15J 4V 8Y View King Laborers Concrete Dumper/Chute Operator $57.84 15J 4V 8Y View King Laborers Concrete Form Stripper $56.80 15J 4V 8Y View King Laborers Concrete Placement Crew $57.84 15J 4V 8Y View King Laborers Concrete Saw Operator/Core Driller $57.84 15J 4V 8Y View King Laborers Crusher Feeder $48.14 15J 4V 8Y View King Laborers Curing Laborer $56.80 15J 4V 8Y View King Laborers Demolition: Wrecking & Moving (Incl. Charred Material) $56.80 15J 4V 8Y View King Laborers Ditch Digger $56.80 15J 4V 8Y View King Laborers Diver $58.56 15J 4V 8Y View King Laborers Drill Operator (Hydraulic, Diamond) $57.84 15J 4V 8Y View King Laborers Dry Stack Walls $56.80 15J 4V 8Y View King Laborers Dump Person $56.80 15J 4V 8Y View King Laborers Epoxy Technician $56.80 15J 4V 8Y View King Laborers Erosion Control Worker $56.80 15J 4V 8Y View King Laborers Faller & Bucker Chain Saw $57.84 15J 4V 8Y View King Laborers Fine Graders $56.80 15J 4V 8Y View King Laborers Firewatch $48.14 15J 4V 8Y View King Laborers Form Setter $57.84 15J 4V 8Y View King Laborers Gabian Basket Builders $56.80 15J 4V 8Y View King Laborers General Laborer $56.80 15J 4V 8Y View King Laborers Grade Checker & Transit Person $59.85 15J 4V 8Y View King Laborers Grinders $56.80 15J 4V 8Y View King Laborers Grout Machine Tender $56.80 15J 4V 8Y View King Laborers Groutmen (Pressure) Including Post Tension Beams $57.84 15J 4V 8Y View King Laborers Guardrail Erector $56.80 15J 4V 8Y View King Laborers Hazardous Waste Worker (Level A) $58.56 15J 4V 8Y View King Laborers Hazardous Waste Worker (Level B) $57.84 15J 4V 8Y View King Laborers Hazardous Waste Worker (Level C) $56.80 15J 4V 8Y View King Laborers High Scaler $58.56 15J 4V 8Y View King Laborers Jackhammer $57.84 15J 4V 8Y View King Laborers Laserbeam Operator $57.84 15J 4V 8Y View King Laborers Maintenance Person $56.80 15J 4V 8Y View King Laborers Manhole Builder-Mudman $57.84 15J 4V 8Y View King Laborers Material Yard Person $56.80 15J 4V 8Y View King Laborers Mold Abatement Worker $56.80 15J 4V 8Y View King Laborers Motorman-Dinky Locomotive $59.95 15J 4V 8Y View Firefox https://secure.lni.wa.gov/wagelookup/ 5 of 18 5/30/2023, 10:40 AM 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) $59.85 15J 4V 8Y View King Laborers Pavement Breaker $57.84 15J 4V 8Y View King Laborers Pilot Car $48.14 15J 4V 8Y View King Laborers Pipe Layer (Lead) $59.85 15J 4V 8Y View King Laborers Pipe Layer/Tailor $57.84 15J 4V 8Y View King Laborers Pipe Pot Tender $57.84 15J 4V 8Y View King Laborers Pipe Reliner $57.84 15J 4V 8Y View King Laborers Pipe Wrapper $57.84 15J 4V 8Y View King Laborers Pot Tender $56.80 15J 4V 8Y View King Laborers Powderman $58.56 15J 4V 8Y View King Laborers Powderman's Helper $56.80 15J 4V 8Y View King Laborers Power Jacks $57.84 15J 4V 8Y View King Laborers Railroad Spike Puller - Power $57.84 15J 4V 8Y View King Laborers Raker - Asphalt $59.85 15J 4V 8Y View King Laborers Re-timberman $58.56 15J 4V 8Y View King Laborers Remote Equipment Operator $57.84 15J 4V 8Y View King Laborers Rigger/Signal Person $57.84 15J 4V 8Y View King Laborers Rip Rap Person $56.80 15J 4V 8Y View King Laborers Rivet Buster $57.84 15J 4V 8Y View King Laborers Rodder $57.84 15J 4V 8Y View King Laborers Scaffold Erector $56.80 15J 4V 8Y View King Laborers Scale Person $56.80 15J 4V 8Y View King Laborers Sloper (Over 20") $57.84 15J 4V 8Y View King Laborers Sloper Sprayer $56.80 15J 4V 8Y View King Laborers Spreader (Concrete) $57.84 15J 4V 8Y View King Laborers Stake Hopper $56.80 15J 4V 8Y View King Laborers Stock Piler $56.80 15J 4V 8Y View King Laborers Swinging Stage/Boatswain Chair $48.14 15J 4V 8Y View King Laborers Tamper & Similar Electric, Air & Gas Operated Tools $57.84 15J 4V 8Y View King Laborers Tamper (Multiple & Self- propelled) $57.84 15J 4V 8Y View King Laborers Timber Person - Sewer (Lagger, Shorer & Cribber) $57.84 15J 4V 8Y View King Laborers Toolroom Person (at Jobsite) $56.80 15J 4V 8Y View King Laborers Topper $56.80 15J 4V 8Y View King Laborers Track Laborer $56.80 15J 4V 8Y View King Laborers Track Liner (Power) $57.84 15J 4V 8Y View King Laborers Traffic Control Laborer $51.48 15J 4V 9C View King Laborers Traffic Control Supervisor $54.55 15J 4V 9C View King Laborers Truck Spotter $56.80 15J 4V 8Y View King Laborers Tugger Operator $57.84 15J 4V 8Y View Firefox https://secure.lni.wa.gov/wagelookup/ 6 of 18 5/30/2023, 10:40 AM King Laborers Tunnel Work-Compressed Air Worker 0-30 psi $158.87 15J 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 30.01-44.00 psi $163.90 15J 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 44.01-54.00 psi $167.58 15J 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 54.01-60.00 psi $173.28 15J 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 60.01-64.00 psi $175.40 15J 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 64.01-68.00 psi $180.50 15J 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 68.01-70.00 psi $182.40 15J 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 70.01-72.00 psi $184.40 15J 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 72.01-74.00 psi $186.40 15J 4V 9B View King Laborers Tunnel Work-Guage and Lock Tender $59.95 15J 4V 8Y View King Laborers Tunnel Work-Miner $59.95 15J 4V 8Y View King Laborers Vibrator $57.84 15J 4V 8Y View King Laborers Vinyl Seamer $56.80 15J 4V 8Y View King Laborers Watchman $43.76 15J 4V 8Y View King Laborers Welder $57.84 15J 4V 8Y View King Laborers Well Point Laborer $57.84 15J 4V 8Y View King Laborers Window Washer/Cleaner $43.76 15J 4V 8Y View King Laborers - Underground Sewer & Water General Laborer & Topman $56.80 15J 4V 8Y View King Laborers - Underground Sewer & Water Pipe Layer $57.84 15J 4V 8Y View King Landscape Construction Landscape Construction/Landscaping Or Planting Laborers $43.76 15J 4V 8Y View King Landscape Construction Landscape Operator $78.80 15J 11G 8X View King Landscape Maintenance Groundskeeper $17.87 1 View King Lathers Journey Level $71.53 15J 4C View King Marble Setters Journey Level $66.32 7E 1N View King Metal Fabrication (In Shop)Fitter/Certified Welder $42.17 15I 11E View King Metal Fabrication (In Shop)General Laborer $30.07 15I 11E View King Metal Fabrication (In Shop)Mechanic $43.63 15I 11E View King Metal Fabrication (In Shop)Welder/Burner $39.28 15I 11E View King Millwright Journey Level $73.08 15J 4C View King Modular Buildings Cabinet Assembly $15.74 1 View King Modular Buildings Electrician $15.74 1 View King Modular Buildings Equipment Maintenance $15.74 1 View King Modular Buildings Plumber $15.74 1 View King Modular Buildings Production Worker $15.74 1 View King Modular Buildings Tool Maintenance $15.74 1 View King Modular Buildings Utility Person $15.74 1 View King Modular Buildings Welder $15.74 1 View Firefox https://secure.lni.wa.gov/wagelookup/ 7 of 18 5/30/2023, 10:40 AM King Painters Journey Level $49.46 6Z 11J View King Pile Driver Crew Tender $77.16 15J 4C View King Pile Driver Journey Level $71.98 15J 4C View King Plasterers Journey Level $67.49 7Q 1R View King Plasterers Nozzleman $71.49 7Q 1R View King Playground & Park Equipment Installers Journey Level $15.74 1 View King Plumbers & Pipefitters Journey Level $96.69 6Z 1G View King Power Equipment Operators Asphalt Plant Operators $80.12 15J 11G 8X View King Power Equipment Operators Assistant Engineer $75.35 15J 11G 8X View King Power Equipment Operators Barrier Machine (zipper) $79.41 15J 11G 8X View King Power Equipment Operators Batch Plant Operator: concrete $79.41 15J 11G 8X View King Power Equipment Operators Boat Operator $80.33 7A 11H 8X View King Power Equipment Operators Bobcat $75.35 15J 11G 8X View King Power Equipment Operators Brokk - Remote Demolition Equipment $75.35 15J 11G 8X View King Power Equipment Operators Brooms $75.35 15J 11G 8X View King Power Equipment Operators Bump Cutter $79.41 15J 11G 8X View King Power Equipment Operators Cableways $80.12 15J 11G 8X View King Power Equipment Operators Chipper $79.41 15J 11G 8X View King Power Equipment Operators Compressor $75.35 15J 11G 8X View King Power Equipment Operators Concrete Finish Machine - Laser Screed $75.35 15J 11G 8X View King Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure $78.80 15J 11G 8X View King Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Over 42 M $80.12 15J 11G 8X View King Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Up To 42m $79.41 15J 11G 8X View King Power Equipment Operators Conveyors $78.80 15J 11G 8X View King Power Equipment Operators Cranes Friction: 200 tons and over $82.76 7A 11H 8X View King Power Equipment Operators Cranes, A-frame: 10 tons and under $75.55 7A 11H 8X View King Power Equipment Operators Cranes: 100 tons through 199 tons, or 150' of boom (including jib with attachments) $81.12 7A 11H 8X View King Power Equipment Operators Cranes: 20 tons through 44 tons with attachments $79.62 7A 11H 8X View King Power Equipment Operators Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $81.97 7A 11H 8X View King Power Equipment Operators Cranes: 300 tons and over or 300' of boom including jib with attachments $82.76 7A 11H 8X View Firefox https://secure.lni.wa.gov/wagelookup/ 8 of 18 5/30/2023, 10:40 AM King Power Equipment Operators Cranes: 45 tons through 99 tons, under 150' of boom(including jib with attachments) $80.33 7A 11H 8X View King Power Equipment Operators Cranes: Friction cranes through 199 tons $81.97 7A 11H 8X View King Power Equipment Operators Cranes: through 19 tons with attachments, a-frame over 10 tons $79.00 7A 11H 8X View King Power Equipment Operators Crusher $79.41 15J 11G 8X View King Power Equipment Operators Deck Engineer/Deck Winches (power) $79.41 15J 11G 8X View King Power Equipment Operators Derricks, On Building Work $80.12 15J 11G 8X View King Power Equipment Operators Dozers D-9 & Under $78.80 15J 11G 8X View King Power Equipment Operators Drill Oilers: Auger Type, Truck Or Crane Mount $78.80 15J 11G 8X View King Power Equipment Operators Drilling Machine $80.92 15J 11G 8X View King Power Equipment Operators Elevator and man-lift: permanent and shaft type $75.35 15J 11G 8X View King Power Equipment Operators Finishing Machine, Bidwell And Gamaco & Similar Equipment $79.41 15J 11G 8X View King Power Equipment Operators Forklift: 3000 lbs and over with attachments $78.80 15J 11G 8X View King Power Equipment Operators Forklifts: under 3000 lbs. with attachments $75.35 15J 11G 8X View King Power Equipment Operators Grade Engineer: Using Blue Prints, Cut Sheets, Etc $79.41 15J 11G 8X View King Power Equipment Operators Gradechecker/Stakeman $75.35 15J 11G 8X View King Power Equipment Operators Guardrail Punch $79.41 15J 11G 8X View King Power Equipment Operators Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over $80.12 15J 11G 8X View King Power Equipment Operators Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $79.41 15J 11G 8X View King Power Equipment Operators Horizontal/Directional Drill Locator $78.80 15J 11G 8X View King Power Equipment Operators Horizontal/Directional Drill Operator $79.41 15J 11G 8X View King Power Equipment Operators Hydralifts/Boom Trucks Over 10 Tons $79.00 7A 11H 8X View King Power Equipment Operators Hydralifts/boom trucks: 10 tons and under $75.55 7A 11H 8X View King Power Equipment Operators Leverman $81.75 15J 11G 8X View King Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards $80.12 15J 11G 8X View King Power Equipment Operators Loaders, Overhead Under 6 Yards $79.41 15J 11G 8X View King Power Equipment Operators Loaders, Plant Feed $79.41 15J 11G 8X View King Power Equipment Operators Loaders: Elevating Type Belt $78.80 15J 11G 8X View King Power Equipment Operators Locomotives, All $79.41 15J 11G 8X View King Power Equipment Operators Material Transfer Device $79.41 15J 11G 8X View Firefox https://secure.lni.wa.gov/wagelookup/ 9 of 18 5/30/2023, 10:40 AM King Power Equipment Operators Mechanics: All (Leadmen - $0.50 per hour over mechanic) $80.92 15J 11G 8X View King Power Equipment Operators Motor Patrol Graders $80.12 15J 11G 8X View King Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $80.12 15J 11G 8X View King Power Equipment Operators Oil Distributors, Blower Distribution & Mulch Seeding Operator $75.35 15J 11G 8X View King Power Equipment Operators Outside Hoists (Elevators and Manlifts), Air Tuggers, Strato $78.80 15J 11G 8X View King Power Equipment Operators Overhead, bridge type Crane: 20 tons through 44 tons $79.62 7A 11H 8X View King Power Equipment Operators Overhead, bridge type: 100 tons and over $81.12 7A 11H 8X View King Power Equipment Operators Overhead, bridge type: 45 tons through 99 tons $80.33 7A 11H 8X View King Power Equipment Operators Pavement Breaker $75.35 15J 11G 8X View King Power Equipment Operators Pile Driver (other Than Crane Mount) $79.41 15J 11G 8X View King Power Equipment Operators Plant Oiler - Asphalt, Crusher $78.80 15J 11G 8X View King Power Equipment Operators Posthole Digger, Mechanical $75.35 15J 11G 8X View King Power Equipment Operators Power Plant $75.35 15J 11G 8X View King Power Equipment Operators Pumps - Water $75.35 15J 11G 8X View King Power Equipment Operators Quad 9, Hd 41, D10 And Over $80.12 15J 11G 8X View King Power Equipment Operators Quick Tower: no cab, under 100 feet in height base to boom $79.41 15J 11G 8X View King Power Equipment Operators Remote Control Operator On Rubber Tired Earth Moving Equipment $80.12 15J 11G 8X View King Power Equipment Operators Rigger and Bellman $75.55 7A 11H 8X View King Power Equipment Operators Rigger/Signal Person, Bellman(Certified) $79.00 7A 11H 8X View King Power Equipment Operators Rollagon $80.12 15J 11G 8X View King Power Equipment Operators Roller, Other Than Plant Mix $75.35 15J 11G 8X View King Power Equipment Operators Roller, Plant Mix Or Multi-lift Materials $78.80 15J 11G 8X View King Power Equipment Operators Roto-mill, Roto-grinder $79.41 15J 11G 8X View King Power Equipment Operators Saws - Concrete $78.80 15J 11G 8X View King Power Equipment Operators Scraper, Self Propelled Under 45 Yards $79.41 15J 11G 8X View King Power Equipment Operators Scrapers - Concrete & Carry All $78.80 15J 11G 8X View King Power Equipment Operators Scrapers, Self-propelled: 45 Yards And Over $80.12 15J 11G 8X View King Power Equipment Operators Service Engineers: Equipment $78.80 15J 11G 8X View King Power Equipment Operators Shotcrete/Gunite Equipment $75.35 15J 11G 8X View King Power Equipment Operators Shovel, Excavator, Backhoe, Tractors Under 15 Metric Tons $78.80 15J 11G 8X View King Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $80.12 15J 11G 8X View Firefox https://secure.lni.wa.gov/wagelookup/ 10 of 18 5/30/2023, 10:40 AM King Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $79.41 15J 11G 8X View King Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $80.92 15J 11G 8X View King Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons $81.75 15J 11G 8X View King Power Equipment Operators Slipform Pavers $80.12 15J 11G 8X View King Power Equipment Operators Spreader, Topsider & Screedman $80.12 15J 11G 8X View King Power Equipment Operators Subgrader Trimmer $79.41 15J 11G 8X View King Power Equipment Operators Tower Bucket Elevators $78.80 15J 11G 8X View King Power Equipment Operators Tower Crane: over 175' through 250' in height, base to boom $81.97 7A 11H 8X View King Power Equipment Operators Tower crane: up to 175' in height base to boom $81.12 7A 11H 8X View King Power Equipment Operators Tower Cranes: over 250' in height from base to boom $82.76 7A 11H 8X View King Power Equipment Operators Transporters, All Track Or Truck Type $80.12 15J 11G 8X View King Power Equipment Operators Trenching Machines $78.80 15J 11G 8X View King Power Equipment Operators Truck Crane Oiler/Driver: 100 tons and over $79.62 7A 11H 8X View King Power Equipment Operators Truck crane oiler/driver: under 100 tons $79.00 7A 11H 8X View King Power Equipment Operators Truck Mount Portable Conveyor $79.41 15J 11G 8X View King Power Equipment Operators Vac Truck (Vactor Guzzler, Hydro Excavator) $79.41 15J 11G 8X View King Power Equipment Operators Welder $80.12 15J 11G 8X View King Power Equipment Operators Wheel Tractors, Farmall Type $75.35 15J 11G 8X View King Power Equipment Operators Yo Yo Pay Dozer $79.41 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Asphalt Plant Operators $80.12 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Assistant Engineer $75.35 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Barrier Machine (zipper) $79.41 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Batch Plant Operator, Concrete $79.41 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Boat Operator $80.33 7A 11H 8X View King Power Equipment Operators- Underground Sewer & Water Bobcat $75.35 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Brokk - Remote Demolition Equipment $75.35 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Brooms $75.35 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Bump Cutter $79.41 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Cableways $80.12 15J 11G 8X View Firefox https://secure.lni.wa.gov/wagelookup/ 11 of 18 5/30/2023, 10:40 AM King Power Equipment Operators- Underground Sewer & Water Chipper $79.41 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Compressor $75.35 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Concrete Finish Machine - Laser Screed $75.35 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure $78.80 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Concrete Pump: Truck Mount With Boom Attachment Over 42 M $80.12 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Concrete Pump: Truck Mount With Boom Attachment Up To 42m $79.41 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Conveyors $78.80 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Cranes Friction: 200 tons and over $82.76 7A 11H 8X View King Power Equipment Operators- Underground Sewer & Water Cranes, A-frame: 10 tons and under $75.55 7A 11H 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 100 tons through 199 tons, or 150' of boom (including jib with attachments) $81.12 7A 11H 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 20 tons through 44 tons with attachments $79.62 7A 11H 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 20 tons through 44 tons with attachments $79.62 7A 11H 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $81.97 7A 11H 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 300 tons and over or 300' of boom including jib with attachments $82.76 7A 11H 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 45 tons through 99 tons, under 150' of boom(including jib with attachments) $80.33 7A 11H 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: Friction cranes through 199 tons $81.97 7A 11H 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: through 19 tons with attachments, a-frame over 10 tons $79.00 7A 11H 8X View King Power Equipment Operators- Underground Sewer & Water Crusher $79.41 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Deck Engineer/Deck Winches (power) $79.41 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Derricks, On Building Work $80.12 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Dozers D-9 & Under $78.80 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Drill Oilers: Auger Type, Truck Or Crane Mount $78.80 15J 11G 8X View Firefox https://secure.lni.wa.gov/wagelookup/ 12 of 18 5/30/2023, 10:40 AM King Power Equipment Operators- Underground Sewer & Water Drilling Machine $80.92 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Elevator and man-lift: permanent and shaft type $75.35 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Finishing Machine, Bidwell And Gamaco & Similar Equipment $79.41 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Forklift: 3000 lbs and over with attachments $78.80 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Forklifts: under 3000 lbs. with attachments $75.35 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Grade Engineer: Using Blue Prints, Cut Sheets, Etc $79.41 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Gradechecker/Stakeman $75.35 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Guardrail Punch $79.41 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over $80.12 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $79.41 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Horizontal/Directional Drill Locator $78.80 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Horizontal/Directional Drill Operator $79.41 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Hydralifts/boom trucks: 10 tons and under $75.55 7A 11H 8X View King Power Equipment Operators- Underground Sewer & Water Hydralifts/boom trucks: over 10 tons $79.00 7A 11H 8X View King Power Equipment Operators- Underground Sewer & Water Leverman $81.75 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Loader, Overhead, 6 Yards. But Not Including 8 Yards $80.12 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Loaders, Overhead Under 6 Yards $79.41 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Loaders, Plant Feed $79.41 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Loaders: Elevating Type Belt $78.80 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Locomotives, All $79.41 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Material Transfer Device $79.41 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Mechanics: All (Leadmen - $0.50 per hour over mechanic) $80.92 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Motor Patrol Graders $80.12 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $80.12 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Oil Distributors, Blower Distribution & Mulch Seeding Operator $75.35 15J 11G 8X View Firefox https://secure.lni.wa.gov/wagelookup/ 13 of 18 5/30/2023, 10:40 AM King Power Equipment Operators- Underground Sewer & Water Outside Hoists (Elevators and Manlifts), Air Tuggers, Strato $78.80 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Overhead, bridge type Crane: 20 tons through 44 tons $79.62 7A 11H 8X View King Power Equipment Operators- Underground Sewer & Water Overhead, bridge type: 100 tons and over $81.12 7A 11H 8X View King Power Equipment Operators- Underground Sewer & Water Overhead, bridge type: 45 tons through 99 tons $80.33 7A 11H 8X View King Power Equipment Operators- Underground Sewer & Water Pavement Breaker $75.35 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Pile Driver (other Than Crane Mount) $79.41 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Plant Oiler - Asphalt, Crusher $78.80 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Posthole Digger, Mechanical $75.35 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Power Plant $75.35 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Pumps - Water $75.35 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Quad 9, Hd 41, D10 And Over $80.12 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Quick Tower: no cab, under 100 feet in height base to boom $79.41 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Remote Control Operator On Rubber Tired Earth Moving Equipment $80.12 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Rigger and Bellman $75.55 7A 11H 8X View King Power Equipment Operators- Underground Sewer & Water Rigger/Signal Person, Bellman(Certified) $79.00 7A 11H 8X View King Power Equipment Operators- Underground Sewer & Water Rollagon $80.12 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Roller, Other Than Plant Mix $75.35 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Roller, Plant Mix Or Multi-lift Materials $78.80 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Roto-mill, Roto-grinder $79.41 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Saws - Concrete $78.80 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Scraper, Self Propelled Under 45 Yards $79.41 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Scrapers - Concrete & Carry All $78.80 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Scrapers, Self-propelled: 45 Yards And Over $80.12 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Shotcrete/Gunite Equipment $75.35 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoe, Tractors Under 15 Metric Tons $78.80 15J 11G 8X View Firefox https://secure.lni.wa.gov/wagelookup/ 14 of 18 5/30/2023, 10:40 AM King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $80.12 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $79.41 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $80.92 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes: Over 90 Metric Tons $81.75 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Slipform Pavers $80.12 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Spreader, Topsider & Screedman $80.12 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Subgrader Trimmer $79.41 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Tower Bucket Elevators $78.80 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Tower Crane: over 175' through 250' in height, base to boom $81.97 7A 11H 8X View King Power Equipment Operators- Underground Sewer & Water Tower crane: up to 175' in height base to boom $81.12 7A 11H 8X View King Power Equipment Operators- Underground Sewer & Water Tower Cranes: over 250' in height from base to boom $82.76 7A 11H 8X View King Power Equipment Operators- Underground Sewer & Water Transporters, All Track Or Truck Type $80.12 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Trenching Machines $78.80 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Truck Crane Oiler/Driver: 100 tons and over $79.62 7A 11H 8X View King Power Equipment Operators- Underground Sewer & Water Truck Crane Oiler/Driver: 100 tons and over $79.62 7A 11H 8X View King Power Equipment Operators- Underground Sewer & Water Truck crane oiler/driver: under 100 tons $79.00 7A 11H 8X View King Power Equipment Operators- Underground Sewer & Water Truck Mount Portable Conveyor $79.41 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Vac Truck (Vactor Guzzler, Hydro Excavator) $79.41 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Welder $80.12 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Wheel Tractors, Farmall Type $75.35 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Yo Yo Pay Dozer $79.41 15J 11G 8X View King Power Line Clearance Tree Trimmers Journey Level In Charge $57.22 5A 4A View King Power Line Clearance Tree Trimmers Spray Person $54.32 5A 4A View King Power Line Clearance Tree Trimmers Tree Equipment Operator $57.22 5A 4A View King Power Line Clearance Tree Trimmers Tree Trimmer $51.18 5A 4A View Firefox https://secure.lni.wa.gov/wagelookup/ 15 of 18 5/30/2023, 10:40 AM King Power Line Clearance Tree Trimmers Tree Trimmer Groundperson $38.99 5A 4A View King Refrigeration & Air Conditioning Mechanics Journey Level $92.51 6Z 1G View King Residential Brick Mason Journey Level $66.32 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 $71.53 15J 4C View King Residential Drywall Tapers Journey Level $36.36  1 View King Residential Electricians Journey Level $48.80  1 View King Residential Glaziers Journey Level $28.93  1 View King Residential Insulation Applicators Journey Level $28.18  1 View King Residential Laborers Journey Level $29.73 1 View King Residential Marble Setters Journey Level $27.38 1 View King Residential Painters Journey Level $23.47 1 View King Residential Plumbers & Pipefitters Journey Level $96.69 6Z 1G View King Residential Refrigeration & Air Conditioning Mechanics Journey Level $92.51 6Z 1G View King Residential Sheet Metal Workers Journey Level $94.11 7F 1E View King Residential Soft Floor Layers Journey Level $55.76 5A 3J View King Residential Sprinkler Fitters (Fire Protection) Journey Level $58.26 5C 2R View King Residential Stone Masons Journey Level $66.32 7E 1N View King Residential Terrazzo Workers Journey Level $60.36 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 $60.95 5A 3H View King Roofers Using Irritable Bituminous Materials $63.95 5A 3H View King Sheet Metal Workers Journey Level (Field or Shop) $94.11 7F 1E View King Shipbuilding & Ship Repair New Construction Boilermaker $41.83 7V 1 View King Shipbuilding & Ship Repair New Construction Carpenter $41.83 7V 1 View King Shipbuilding & Ship Repair New Construction Crane Operator $41.83 7V 1 View King Shipbuilding & Ship Repair New Construction Electrician $41.83 7V 1 View King Shipbuilding & Ship Repair New Construction Heat & Frost Insulator $84.84 15H 11C View King Shipbuilding & Ship Repair New Construction Laborer $41.83 7V 1 View King Shipbuilding & Ship Repair New Construction Machinist $41.83 7V 1 View King Shipbuilding & Ship Repair New Construction Operating Engineer $41.83 7V 1 View King Shipbuilding & Ship Repair New Construction Painter $41.83 7V 1 View King Shipbuilding & Ship Repair New Construction Pipefitter $41.83 7V 1 View King Shipbuilding & Ship Repair New Construction Rigger $41.83 7V 1 View King Shipbuilding & Ship Repair New Construction Sheet Metal $41.83 7V 1 View Firefox https://secure.lni.wa.gov/wagelookup/ 16 of 18 5/30/2023, 10:40 AM King Shipbuilding & Ship Repair New Construction Shipfitter $41.83 7V 1 View King Shipbuilding & Ship Repair New Construction Warehouse/Teamster $41.83 7V 1 View King Shipbuilding & Ship Repair New Construction Welder / Burner $41.83 7V 1 View King Shipbuilding & Ship Repair Ship Repair Boilermaker $50.35 7X 4J View King Shipbuilding & Ship Repair Ship Repair Carpenter $50.95 7X 4J View King Shipbuilding & Ship Repair Ship Repair Crane Operator $45.06 7Y 4K View King Shipbuilding & Ship Repair Ship Repair Electrician $50.42 7X 4J View King Shipbuilding & Ship Repair Ship Repair Heat & Frost Insulator $84.84 15H 11C View King Shipbuilding & Ship Repair Ship Repair Laborer $50.95 7X 4J View King Shipbuilding & Ship Repair Ship Repair Machinist $50.95 7X 4J View King Shipbuilding & Ship Repair Ship Repair Operating Engineer $45.06 7Y 4K View King Shipbuilding & Ship Repair Ship Repair Painter $50.95 7X 4J View King Shipbuilding & Ship Repair Ship Repair Pipefitter $50.95 7X 4J View King Shipbuilding & Ship Repair Ship Repair Rigger $50.35 7X 4J View King Shipbuilding & Ship Repair Ship Repair Sheet Metal $50.35 7X 4J View King Shipbuilding & Ship Repair Ship Repair Shipwright $50.95 7X 4J View King Shipbuilding & Ship Repair Ship Repair Warehouse / Teamster $45.06 7Y 4K View King Sign Makers & Installers (Electrical) Journey Level $55.78 0 1 View King Sign Makers & Installers (Non- Electrical) Journey Level $35.73 0 1 View King Soft Floor Layers Journey Level $62.39 15J 4C View King Solar Controls For Windows Journey Level $15.74  1 View King Sprinkler Fitters (Fire Protection) Journey Level $92.49 5C 1X View King Stage Rigging Mechanics (Non Structural) Journey Level $15.74 1 View King Stone Masons Journey Level $66.32 7E 1N View King Street And Parking Lot Sweeper Workers Journey Level $19.09  1 View King Surveyors Assistant Construction Site Surveyor $79.00 7A 11H 8X View King Surveyors Chainman $75.55 7A 11H 8X View King Surveyors Construction Site Surveyor $80.33 7A 11H 8X View King Surveyors Drone Operator (when used in conjunction with survey work only) $75.55 7A 11H 8X View King Surveyors Ground Penetrating Radar Operator $75.55 7A 11H 8X View King Telecommunication Technicians Journey Level $62.13 7E 1E View King Telephone Line Construction - Outside Cable Splicer $39.15 5A 2B View King Telephone Line Construction - Outside Hole Digger/Ground Person $26.29 5A 2B View King Telephone Line Construction - Outside Telephone Equipment Operator (Light) $32.72 5A 2B View Firefox https://secure.lni.wa.gov/wagelookup/ 17 of 18 5/30/2023, 10:40 AM King Telephone Line Construction - Outside Telephone Lineperson $37.00 5A 2B View King Terrazzo Workers Journey Level $60.36 7E 1N View King Tile Setters Journey Level $60.36 7E 1N View King Tile, Marble & Terrazzo Finishers Finisher $51.19 7E 1N View King Traffic Control Stripers Journey Level $51.90 7A 1K View King Truck Drivers Asphalt Mix Over 16 Yards $72.45 15J 11M 8L View King Truck Drivers Asphalt Mix To 16 Yards $71.61 15J 11M 8L View King Truck Drivers Dump Truck $71.61 15J 11M 8L View King Truck Drivers Dump Truck & Trailer $72.45 15J 11M 8L View King Truck Drivers Other Trucks $72.45 15J 11M 8L View King Truck Drivers - Ready Mix Transit Mix $72.45 15J 11M 8L View King Well Drillers & Irrigation Pump Installers Irrigation Pump Installer $17.71 1 View King Well Drillers & Irrigation Pump Installers Oiler $15.74  1 View King Well Drillers & Irrigation Pump Installers Well Driller $18.00 1 View Firefox https://secure.lni.wa.gov/wagelookup/ 18 of 18 5/30/2023, 10:40 AM Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non-standard" Items) Below is the department's (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non-standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non-covered workers shall be directed to State L&I at (360) 902-5330. Supplemental to Wage Rates 1 03/03/2023 Edition, Published February 6, 2023 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. ITEM DESCRIPTION YES NO 1.Metal rectangular frames, solid metal covers, herringbone grates, and bi-directional vaned grates for Catch Basin Types 1, 1L, 1P, and 2 and Concrete Inlets. See Std. Plans X 2.Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2. X See Std. Plans 3.Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and 3 structural tubing grates for Drop Inlets. See Std. Plans. X 4.Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter.X 5.Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter.X 6.Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. X 7.Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in X diameter. May also be treated, #5. Supplemental to Wage Rates 2 03/03/2023 Edition, Published February 6, 2023 ITEM DESCRIPTION YES NO 8.Anchor Bolts & Nuts - Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock.X See Contract Plans and Std. Plans for size and material type. 9.Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be X in accordance with Section 9-28.14(3). 10.Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges.X 11.Minor Structural Steel Fabrication - Fabrication of minor steel Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and/or boring of holes. See Contact Plans for item description and X shop drawings. 12.Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in X accordance with Section 9-28.14(3). 13.Concrete Piling--Precast-Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to Section 9-19.1 of Std. Spec.. X 14.Precast Manhole Types 1, 2, and 3 with cones, adjustment sections and flat top slabs. See Std. Plans. X 15.Precast Drywell Types 1, 2, and with cones and adjustment Sections. See Std. Plans. X 16.Precast Catch Basin - Catch Basin type 1, 1L, 1P, and 2 With adjustment sections. See Std. Plans.X Supplemental to Wage Rates 3 03/03/2023 Edition, Published February 6, 2023 ITEM DESCRIPTION YES NO 17. Precast Concrete Inlet - with adjustment sections, See Std. Plans X 18. Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std. Plans.X 19. Precast Grate Inlet Type 2 with extension and top units. See Std. Plans X 20. Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans X 21.Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction X requirements. Shop drawings are to be provided for approval prior to casting 22.Vault Risers - For use with Valve Vaults and Utilities X X Vaults. 23. Valve Vault - For use with underground utilities. See Contract Plans for details. X 24.Precast Concrete Barrier - Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as X permanent barrier. 25.Reinforced Earth Wall Panels – Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing.X Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. 26.Precast Concrete Walls - Precast Concrete Walls - tilt-up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials X to be used Supplemental to Wage Rates 4 03/03/2023 Edition, Published February 6, 2023 ITEM DESCRIPTION YES NO 27.Precast Railroad Crossings - Concrete Crossing Structure XSlabs. 28.12, 18 and 26 inch Standard Precast Prestressed Girder – Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to X casting girders. See Std. Spec. Section 6-02.3(25)A 29.Prestressed Concrete Girder Series 4-14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be X provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A . 30.Prestressed Tri-Beam Girder - Prestressed Tri-Beam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided X for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 31.Prestressed Precast Hollow-Core Slab – Precast Prestressed Hollow-core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to X be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A. 32.Prestressed-Bulb Tee Girder - Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided X for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 33.Monument Case and Cover See Std. Plan. X Supplemental to Wage Rates 5 03/03/2023 Edition, Published February 6, 2023 ITEM DESCRIPTION YES NO 34.Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO-M-183. See Std. Plans, and Contract Plans for details. The steel structure Xshall be galvanized after fabrication in accordance with AASHTO-M-111. 35.Mono-tube Sign Structures - Mono-tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. X 36.Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Std. Plans, and Contract Plans for details. The steel structure X shall be galvanized after fabrication in accordance with AASHTO-M-111. 37.Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std Plans. Shop drawings for approval are to be provided prior to X fabrication 38.Light Standard-Prestressed - Spun, prestressed, hollow concrete poles.X 39.Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plans. See Specia X Provisions for pre-approved drawings. 40.Traffic Signal Standards - Traffic Signal Standards for use on highway and/or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std. X Plans. See Special Provisions for pre-approved drawings 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced)X See Std. Plans. Supplemental to Wage Rates 6 03/03/2023 Edition, Published February 6, 2023 ITEM DESCRIPTION YES NO 42.Traffic Signs - Prior to approval of a Fabricator of Traffic Signs, the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and aluminum X Xsheeting. NOTE:*** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed StdCustomSigningMessageMessage 43. Cutting & bending reinforcing steel X 44. Guardrail components X X Custom Standard End Sec Sec 45. Aggregates/Concrete mixes Covered by WAC 296-127-0 46. Asphalt Covered by WAC 296-127-0 47. Fiber fabrics X 48. Electrical wiring/components X 49. treated or untreated timber pile X 50. Girder pads (elastomeric bearing)X 51. Standard Dimension lumber X 52. Irrigation components X Supplemental to Wage Rates 7 03/03/2023 Edition, Published February 6, 2023 ITEM DESCRIPTION YES NO 53. Fencing materials X 54. Guide Posts X 55. Traffic Buttons X 56. Epoxy X 57. Cribbing X 58. Water distribution materials X 59. Steel "H" piles X 60. Steel pipe for concrete pile casings X 61. Steel pile tips, standard X 62. Steel pile tips, custom X Prefabricated items specifically produced for public works projects that are prefabricated in a county other than the county wherein the public works project is to be completed, the wage for the offsite prefabrication shall be the applicable prevailing wage for the county in which the actual prefabrication takes place. It is the manufacturer of the prefabricated product to verify that the correct county wage rates are applied to work they perform. See RCW 39.12.010 (The definition of "locality" in RCW 39.12.010(2) contains the phrase "wherein the physical work is being performed." The department interprets this phrase to mean the actual work site. Supplemental to Wage Rates 8 03/03/2023 Edition, Published February 6, 2023 WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents. Building Service Employees Electrical Fixture Maintenance Workers Electricians - Motor Shop Heating Equipment Mechanics Industrial Engine and Machine Mechanics Industrial Power Vacuum Cleaners Inspection, Cleaning, Sealing of Water Systems by Remote Control Laborers - Underground Sewer & Water Machinists (Hydroelectric Site Work) Modular Buildings Playground & Park Equipment Installers Power Equipment Operators - Underground Sewer & Water Residential *** ALL ASSOCIATED RATES *** Sign Makers and Installers (Non-Electrical) Sign Makers and Installers (Electrical) Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators" Fabricated Precast Concrete Products Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296-127. Supplemental to Wage Rates 9 03/03/2023 Edition, Published February 6, 2023 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296-127-018 Agency filings affecting this section Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to: Sand, gravel, crushed rock, concrete, asphalt, or other similar materials. (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12 RCW when they perform any or all of the following functions: (a) They deliver or discharge any of the above-listed materials to a public works project site: (i) At one or more point(s) directly upon the location where the material will be incorporated into the project; or (ii) At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials. (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule. (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e.g., excavated materials, materials from demolished structures, clean-up materials, etc.). (d) They work in a materials production facility (e.g., batch plant, borrow pit, rock quarry, etc.,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of incorporation. (f) They assist or participate in the incorporation of any materials into the public works project. Supplemental to Wage Rates 10 03/03/2023 Edition, Published February 6, 2023 (3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting to load, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage. (4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile. (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section; nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed. Workers subject to subsection (2)(d) of this section, who produce such materials at an off-site facility shall be paid the applicable prevailing wage rates for the county in which the off-site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located. [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08-24-101, § 296-127-018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12 RCW and RCW 43.22.270. 92-01-104 and 92-08-101, § 296-127-018, filed 12/18/91 and 4/1/92, effective 8/31/92.] Supplemental to Wage Rates 11 03/03/2023 Edition, Published February 6, 2023 Benefit Code Key – Effective 3/3/2023 thru 8/30/2023 ************************************************************************************************************ Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two (2) hours before or after a five-eight (8) hour workweek day or a four-ten (10) hour workweek day and the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four- ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shallbepaid atoneand one-halftimesthehourlyrateofwage. Allhoursworked overten (10)hoursMondaythrough Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1 of 15 Overtime Codes Continued Benefit Code Key – Effective 3/3/2023 thru 8/30/2023 1. O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours workedon Sundays, holidaysand after twelve (12)hours, Monday through Fridayand after ten (10) hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8)regular hours Mondaythrough Fridayand the first twelve (12) hoursonSaturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight-time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2 of 15 Benefit Code Key – Effective 3/3/2023 thru 8/30/2023 Overtime Codes Continued 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage. M. This code appears to be missing. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half (1-1/2) times the regular rate of pay. J. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on Saturdays shall be paid at a one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. K. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in excess of twelve (12) hours in a single shift shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicableovertime rate until suchtime as the employee hashad abreak of eight(8)hoursormore. When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the eight (8) hours rest period. 3 of 15 Benefit Code Key – Effective 3/3/2023 thru 8/30/2023 Overtime Codes Continued 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay. D. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system, will be paid overtime under the following rates: The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one-half (1-1/2) times the hourly rate of wage. All hours worked in excess of eight (8) hours on Saturday, and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four- day, ten hour work week, and Saturday shall be paid at one and one half (1½) times the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. The First eight (8) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight (8) per day on Saturdays shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 4 of 15 Benefit Code Key – Effective 3/3/2023 thru 8/30/2023 Overtime Codes Continued 4. J. The first eight (8) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight (8) hours on a Saturday shall be paid at double the hourly rate of wage. All hours worked over twelve (12) in a day, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. K. All hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is the sixth consecutive day worked. All hours worked over twelve (12) in a day Monday through Saturday, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. L. The first twelve (12) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on a Saturday in excess of twelve (12) hours shall be paid at double the hourly rate of pay. All hours worked over twelve (12) in a day Monday through Friday, and all hours worked on Sundays shall be paid at double the hourly rate of wage. All hours worked on a holiday shall be paid at one and one-half times the hourly rate of wage, except that all hours worked on Labor Day shall be paid at double the hourly rate of pay. U. The first four (4)hours after eight (8)regularhours Mondaythrough Fridayand the first twelve (12) hourson Saturday shallbepaid atoneand one-half timesthehourlyrateofwage.(Exceptonmakeupdaysifwork islostduetoinclement weather, then the first eight (8) hours on Saturday may be paid the regular rate.) All hours worked over twelve (12) hours Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. S. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, work performed in excess of (10) hours shall be paid at one and one half (1-1/2) times the hourly rate of pay. On Monday through Friday, work performed outside the normal work hours of 6:00 a.m. and 6:00 p.m. shall be paid at one and one-half (1-1/2) times the straight time rate, (except for special shifts or multiple shift operations). All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed on Sundays and holidays shall be paid at double the hourly rate of wage. When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. Multiple Shift Operations: When the first shift of a multiple shift (a two or three shift) operation is started at the basic straight time rate or at a specific overtime rate, all shifts of that day's operation shall be completed at that rate. Special Shifts: The Special Shift Premium is the basic hourly rate of pay plus $2.00 an hour. When due to conditions beyond the control of the employer or when an owner (not acting as the contractor), a government agency or the contract specifications require more than four (4) hours of a special shift can only be performed outside the normal 6am to 6pm shift then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they shall be paid the special shift premium for each hour worked unless they are in overtime or double-time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday). 5 of 15 Benefit Code Key – Effective 3/3/2023 thru 8/30/2023 Overtime Codes Continued 4. V. Work performed in excess of ten (10) hours of straight time per day when four ten (10) hour shifts are established or outside the normal shift (5 am to 6pm), and all work on Saturdays, except for make-up days shall be paid at time and one-half (1 ½) the straight time rate. In the event the job is down due to weather conditions, then Saturday may, be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All work performed on Sundays and holidays and work in excess of twelve (12) hours per day shall be paid at double (2x) the straight time rate of pay. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. When an employee returns to work without a break of eight (8) hours since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. X. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. Work performed outside the normal shift of 6 am to 6pm shall be paid at one and one-half the straight time rate, (except for special shifts or three shift operations). All work performed on Sundays and holidays shall bepaid at double thehourly rate of wage. Shifts may be established when considered necessary by the Employer. The Employer may establish shifts consisting of eight (8) or ten (10) hours of work (subject to WAC 296-127-022), that shall constitute a normal forty (40) hour work week. The Employer can change from a 5-eight to a 4-ten hour schedule or back to the other. All hours of work on these shifts shall be paid for at the straight time hourly rate. Work performed in excess of eight hours (or ten hours per day (subject to WAC 296-127-022) shall be paid at one and one- half the straight time rate. When due to conditions beyond the control of the Employer, or when contract specifications require that work can only be performed outside the regular day shift, then by mutual agreement a special shift may be worked at the straight time rate, eight (8) hours work for eight (8) hours pay. The starting time shall be arranged to fit such conditions of work. When an employee returns to work without at a break of eight (8) hours since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. 11. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B After an employee has worked eight (8) hours, all additional hours worked shall be paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. C The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, and all hours on Sunday shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. All non-overtime and non-holiday hours worked between 4:00 pm and 5:00 am, Monday through Friday, shall be paid at a premium rate of 15% over the hourly rate of wage. 6 of 15 Benefit Code Key – Effective 3/3/2023 thru 8/30/2023 Overtime Codes Continued 11. D. All hours worked on Saturdays and holidays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours, all additional hours worked shall be paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. E. The first two (2) hours after eight (8) regular hours Monday through Friday, the first ten (10) hours on Saturday, and the first ten (10) hours worked on Holidays shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, and Sundays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours, all additional hours worked shall be paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four- day, ten hour work week, and Saturday shall be paid at one-half times the hourly rate of wage for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. G. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in excess of twelve (12) hours in a single shift shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of nine (9) hours or more. When an employee returns to work without at least nine (9) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the nine (9) hours rest period. H. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in excess of twelve (12) hours in a single shift shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of ten (10) hours or more. When an employee returns to work without at least ten (10) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the ten (10) hours rest period. 7 of 15 Benefit Code Key – Effective 3/3/2023 thru 8/30/2023 Overtime Codes Continued 11. J. All hours worked on holidays shall be paid at double the hourly rate of wage. K. On Monday through Friday hours worked outside 4:00 am and 5:00 pm, and the first two (2) hours after eight (8) hours worked shall be paid at one and one-half times the hourly rate. All hours worked over 10 hours per day Monday through Friday, and all hours worked on Saturdays, Sundays, and Holidays worked shall be paid at double the hourly rate of wage. L. An employee working outside 5:00 am and 5:00 pm shall receive an additional two dollar ($2.00) per hour for all hours worked that shift. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. M. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay. Work performed outside the normal work hours of 5:00 a.m. and 6:00 p.m. shall be paid at one and one-half (1-1/2) times the straight time rate, (except for special shifts or multiple shift operations). When the first shift of a multiple shift (a two or three shift) operation is started at the basic straight time rate or at a specific overtime rate, all shifts of that day's operation shall be completed at that rate. When due to conditions beyond the control of the Employer or when contract specifications require that work can only be performed outside the regular day shift of 5:00 am to 6:00 pm, then a special shift may be worked at the straight time rate, plus the shift pay premium when applicable. The starting time of work will be arranged to fit such conditions of work. Such shift shall consist of eight (8) hours work for eight (8) hours pay or ten (10) hours work for ten (10) hours pay for four ten shifts. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay. All work performed after 6:00 pm Saturday to 5:00 am Monday, all work performed over twelve (12) hours, and all work performed on holidays shall be paid at double the straight time rate of pay. Shift Pay Premium: In an addition to any overtime already required, all hours worked between the hours of 6:00 pm and 5:00 am shall receive an additional two dollars ($2.00) per hour. N. All work performed over twelve hours in a shift and all work performed on Sundays and Holidays shall be paid at double the straight time rate. Any time worked over eight (8) hours on Saturday shall be paid double the straight time rate, except employees assigned to work six 10-hour shifts per week shall be paid double the straight time rate for any time worked on Saturday over 10 hours. 8 of 15 Benefit Code Key – Effective 3/3/2023 thru 8/30/2023 Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day (8). C. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6). I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). K. Holidays: New Year’s Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). L. Holidays:NewYear’sDay,Martin LutherKing Jr.Day, MemorialDay, IndependenceDay, LaborDay,Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (8). N. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9). P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, One-Half Day Before Christmas Day, And Christmas Day. (7 1/2). S. Paid Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, And Christmas Day (7). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). 6. G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day (11). H. Paid Holidays: New Year's Day, New Year’s Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (10). 9 of 15 Benefit Code Key – Effective 3/3/2023 thru 8/30/2023 Holiday Codes Continued 6. T. Paid Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observedasaholidayon thefollowing Monday. Anyholidaywhich falls on aSaturdayshallbeobserved as aholiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran’s Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President’s Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the followingMonday. Any holidaywhich falls on a Saturdayshall beobserved as aholiday on thepreceding Friday. F. Holidays: New Year’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays: New Year's Day, President’s Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 10 of 15 Benefit Code Key – Effective 3/3/2023 thru 8/30/2023 Holiday Codes Continued 7. J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the followingMonday. Any holidaywhich falls on a Saturdayshall beobserved as aholiday on thepreceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. V. Holidays: New Year's Day, President’s Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, the day before or after Christmas, and the day before or after New Year’s Day. If any of the above listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. W. Holidays: New Year's Day, Day After New Year’s, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day, the day after Christmas, the day before New Year’s Day, and a Floating Holiday. X. Holidays: New Year's Day, Day before or after New Year’s Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off, then the holiday will be taken on the last normal workday. If the holidayfalls on a Monday that is thenormal dayoff or on a Sunday, then the holiday will be taken on the next normal workday. Y. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day. (8) If the holiday falls on a Sunday, then the day observed by the federal government shall be considered a holiday and compensated accordingly. Z.Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, Christmas Eve, and Christmas Day (9). Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. 11 of 15 Benefit Code Key – Effective 3/3/2023 thru 8/30/2023 Holiday Codes Continued 15.G. New Year's Day, Washington’s Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, the last scheduled workday before Christmas, and Christmas Day (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays: New Year's Day, President’s Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holidaywhich falls on a Saturdayshall beobserved as aholiday on thepreceding Friday. Note Codes 8. D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25. S. EffectiveAugust 31,2012 –ATraffic Control Supervisorshall bepresenton theprojectwhenever flaggingorspotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. T. Effective August 31, 2012 – A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. 12 of 15 Benefit Code Key – Effective 3/3/2023 thru 8/30/2023 Note Codes Continued 8. U. Workers on hazmat projects receive additional hourly premiums as follows – Class A Suit: $2.00, Class B Suit: $1.50, And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who do “pioneer” work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional $0.50 per hour. V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. Depth premiums apply to depths of fifty feet or more. Over 50' to 100' - $2.00 per foot for each foot over 50 feet. Over 101' to 150' - $3.00 per foot for each foot over 101 feet. Over 151' to 220' - $4.00 per foot for each foot over 220 feet. Over 221' - $5.00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent and is measured by the distance travelled from the entrance. 25’ to 300’ - $1.00 per foot from entrance. 300’ to 600’ - $1.50 per foot beginning at 300’. Over 600’ - $2.00 per foot beginning at 600’. W. Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates would apply to meters not fitting this description. X. Workers on hazmat projects receive additional hourly premiums as follows - Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, and Class D Suit: $0.50. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a government agency or the contract specifications requires that work can only be performed outside the normal 5 am to 6pm shift, then the special shift premium will be applied to the basic hourly rate. When an employee works on a special shift, they shall be paid a special shift premium for each hour worked unless they are in OT or Double-time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Y. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging state or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. Z. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as a contractor), a government agency or the contract specifications require that more than (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they will be paid a special shift premium for each hour worked unless they are in overtime or double- time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) 13 of 15 Benefit Code Key – Effective 3/3/2023 thru 8/30/2023 Note Codes Continued 9. A. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a government agency or the contract specifications require that more than four (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they shall be paid a special shift premium for each hour worked unless they are in overtime or double- time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Certified Crane Operator Premium: Crane operators requiring certifications shall be paid $0.50 per hour above their classification rate. Boom Pay Premium: All cranes including tower shall be paid as follows based on boom length: (A) – 130’ to 199’ – $0.50 per hour over their classification rate. (B) – 200’ to 299’ – $0.80 per hour over their classification rate. (C) – 300’ and over – $1.00 per hour over their classification rate. B. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. C. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. EffectiveAugust 31,2012 –ATraffic Control Supervisor shall bepresenton theprojectwhenever flaggingorspotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012. D. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines, towers, dams, bridges, power generation facilities and manufacturing facilities such as chemical plants, etc., or anywhere abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required. E. Heavy Construction includes construction, repair, alteration or additions to the production, fabrication or manufacturing portions of industrial or manufacturing plants, hydroelectric or nuclear power plants and atomic reactor construction. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25. F. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines, towers, dams, power generation facilities and manufacturing facilities such as chemical plants, etc., or anywhere abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required. 14 of 15 9. H. One (1) person crew shall consist of a Party Chief. (Total Station or similar one (1) person survey system).Two (2) person survey party shall consist of a least a Party Chief and a Chain Person. Three (3) person survey party shall consist of at least a Party Chief, an Instrument Person, and a Chain Person. Benefit Code Key – Effective 3/3/2023 thru 8/30/2023 Note Codes Continued 15 of 15 City of Renton Contract Provisions for Downtown Core Streetscape Phase 2 Williams Avenue South ______________________________________________________________________________ APPENDIX B – City of Renton Standard Plans FACE OF CURB 6 112' ' 1/2" R. 1" R. 1:24 t TOP OF 112" R. ROADWAY I V ED T CEMENT CONCRETE TRAFFIC CURB AND GUTTER FACE OF ADJACENT CURB 6 1f2"-- FLUSH WITH GUTTER PAN AT SIDEWALK RAMP ENTRANCE 1:12 1:24 TOP OF 112" R. ROADWAY 1 DEPRESSED CURB SECTION AT SIDEWALK RAMPS w ' PREMOLDED JOINT FILLER E FULL -DEPTH EXPANSION JOINT 6" CEMENT CONCRETE 112" R. 1"R. SIDEWALK RAMP VARIES OR LANDING FROM ! 6"TOO S s" T 318" PREMOLDED JOINT FILLER CEMENT CONCRETE PEDESTRIAN CURB AT SIDEWALK RAMPS AND LANDINGS 6 112" ' FACE OF ADJACENT CURB SEE DEPRESSED CURB DETAIL THIS SHEET 114 TOP OF 1/2" R. ROADWAY 2" i T DEPRESSED CURB SECTION AT RESIDENTIAL DRIVEWAYS ONLY. FOR COMMERCIAL DRIVEWAYS SEE STD PLAN 104.2 1 P2' R. FACE OF ADJACENT CURB I GUTTER SURFACE u 6 112" 1" 1' R. FACE OF CURB 1" R. 8 114" 1" R. CEMENT CONCRETE i TRAFFIC CURB DEPRESSED CURB DETAIL AT RESIDENTIAL OR COMMERCIAL DRIVEWAYS, AND ALLEYS GENERAL NOTES: 1. See standard plans 102 and 101.1 for curb expansion and contraction joint spacing. 2. Expansion joint shall be full depth, 3/8" (in.) premolded joint filler. 3. For Depressed Monolithic Driveway Curb & Gutter Section, see Standard Plan 104.2 TOP OF ROADWAY STD. PLAN — 101 a PUBLIC WORKS CEMENT CONCRETE CURBSDEPARTMENT 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 ALL PAVEMENT MARKINGS SHALL CONFORM TO THE FOLLOWING WSDOT STD. PLANS, EXCEPT CROSSWALK MARKINGS AND STOP BARS SHALL BE PER CITY OF RENTON STD. PLANS 127 AND 128. WSDOT STD. PLANS NOT INCLUDED BELOW SHALL REQUIRE APPROVAL FROM CITY OF RENTON PUBLIC WORKS/TRANSPORTATION. M-3.10-04 LEFT TURN CHANNELIZATION M-3.20-03 LEFT-TURN CHANNELIZATION REDUCED TAPERS M-3.30-04 LEFT-TURN CHANNELIZATION TEE INTERSECTION AND BACK-TO-BACK TURN LANES M-3.40-04 TWO-WAY LEFT-TURN AND MEDIAN CHANNELIZATION M-3.50-03 DOUBLE LEFT TURN CHANNELIZATION M-5.10-03 RIGHT TURN CHANNELIZATION M-9.50-02 BICYCLE LANE SYMBOL LAYOUT M-9.60-00 SHARED - USE PATH MARKINGS M-11.10-03 RAILROAD CROSSING LAYOUT M-12.10-02 ROUNDABOUT PAVEMENT MARKINGS M-20.10-03 LONGITUDINAL MARKING PATTERNS M-20.30-04 LONGITUDINAL MARKING SUPPLEMENT WITH RAISED PAVEMENT MARKERS M-20.20-02 PROFILED AND EMBOSSED PLASTIC LINES M-24.20-02 SYMBOL MARKINGS ~ TRAFFIC ARROWS FOR HIGH-SPEED ROADWAYS M-24.40-02 SYMBOL MARKINGS ~ TRAFFIC ARROWS FOR LOW-SPEED ROADWAYS M-24.60-04 SYMBOL MARKINGS MISCELLANEOUS LONGITUDINAL PAVEMENT MARKINGS SHALL CONSIST OF PROFILED AND EMBOSSED METHYL METHACRYLATE MMA), OR UNLESS OTHERWISE APPROVED BY CITY OF RENTON PUBLIC WORKS/TRANSPORTATION. SUPPLEMENTAL TYPE 2 RAISED PAVEMENT MARKERS WITH REFLECTORS SHALL BE REQUIRED ON ROADWAYS WITH SPEED LIMITS OF 30 MPH OR HIGHER, OR UNLESS OTHERWISE APPROVED BY CITY OF RENTON PUBLIC WORKS/TRANSPORTATION. SUPPLEMENTAL TYPE 2 RAISED PAVEMENT MARKERS WITH REFLECTORS SHALL BE REQUIRED ON ROADWAYS WITH SPEED LIMITS OF 25 MPH OR LOWER, WHERE MINIMUM REQUIRED LIGHTING LEVELS ARE NOT MET AND/OR WHERE CITY OWNED STREET LIGHTS DO NOT EXIST, OR UNLESS OTHERWISE APPROVED BY CITY OF RENTON PUBLIC WORKS/TRANSPORTATION. PAVEMENT LETTERS, AND RED/GREEN PAVEMENT BACKGROUNDS SHALL CONSIST OF METHYL METHACRYLATE MMA), OR UNLESS OTHERWISE APPROVED BY CITY OF RENTON PUBLIC WORKS/TRANSPORTATION. PAVEMENT SYMBOLS, CROSSWALK MARKINGS, AND STOP BARS SHALL CONSIST OF THERMOPLASTIC, OR UNLESS OTHERWISE APPROVED BY CITY OF RENTON PUBLIC WORKS/TRANSPORTATION. THERMOPLASTIC SHALL CONTAIN 3M 50/50 WET/DRY ELEMENTS, OR APPROVED EQUAL. IF INSTALLED ON CONCRETE, PAVEMENT SYMBOLS, CROSSWALK MARKINGS, AND STOP BARS SHALL BE 3M STAMARK ALL WEATHER TAPE 380AW SERIES, OR APPROVED EQUAL. LONGITUDINAL PAVEMENT MARKINGS CONSISTING OF PAINT SHALL BE USED FOR MAINTENANCE PURPOSES, OR UNLESS OTHERWISE APPROVED BY CITY OF RENTON PUBLIC WORKS/TRANSPORTATION. LONGITUDINAL PAVEMENT MARKINGS WHERE ALL MARKINGS ARE TO CONSIST OF RAISED PAVEMENT MARKERS SHALL REQUIRE APPROVAL FROM CITY OF RENTON PUBLIC WORKS/TRANSPORTATION. IF APPROVED, LONGITUDINAL LANE MARKINGS SHALL FOLLOW WSDOT STD. PLAN M-20.50-02 LONGITUDINAL MARKING SUBSTITUTION W/RAISED PAVEMENT MARKERS. PAVEMENT SURFACE AND AIR TEMPERATURE AT THE TIME OF PAVEMENT MARKING APPLICATION SHALL NOT BE LESS THAN 50° F. DocuSign Envelope ID: 9D9B0DA8-0385-4664-AE66-57BFF1561D7F 7/27/2022 | 5:44 PM PDT FOUNDATIONDETAILSPOLEELEVATION M DocuSign Envelope ID: 9D9B0DA8-0385-4664-AE66-57BFF1561D7F 7/27/2022 | 5:44 PM PDT DocuSign Envelope ID: 9D9B0DA8-0385-4664-AE66-57BFF1561D7F 7/27/2022 | 5:44 PM PDT DocuSign Envelope ID: 9D9B0DA8-0385-4664-AE66-57BFF1561D7F 7/27/2022 | 5:44 PM PDT ISOMETRIC NOTES: 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.USE ONLY IN SAGS ON VERTICAL CURVES. 4.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" 24" 1 5/8" MAX. 4 EQUAL SPACES 4 EQUAL SPACES A BOUTFALL TO STREAM DUMP NO POLLUTANTS 3/8" RECESSED LETTERING RECTANGULAR BI-DIRECTIONAL VANED GRATE STD. PLAN - 204.30 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 TYPICAL CLEANOUT CONFIGURATION GENERAL NOTES: 1.CLEANOUTS FOR UNDERDRAIN, FOOTING DRAIN COLLECTOR, AND ROOF DRAIN COLLECTOR PIPES SHALL BE INSTALLED AT A MINIMUM OF EVERY 100 FEET, AT EVERY 90 DEGREE OR SECOND 45 DEGREE BEND, AT THE END OF EVERY COLLECTOR PIPE, AND AT EACH END OF AN UNDERDRAIN PIPE NOT CONNECTED TO AN OVERFLOW STRUCTURE. CLEANOUTS SHALL BE INSTALLED TO ALLOW FOR MAINTENANCE ACCESS TO ALL PIPES. 2.ALL FITTINGS SHALL BE SOIL TIGHT. 3.CLEANOUT RISER SHALL BE LOCATED OUTSIDE OF BIORETENTION PONDING WHERE POSSIBLE. 4.CLEANOUTS SHALL NOT BE LOCATED WITHIN THE STREET TRAVEL LANE, UNLESS OTHERWISE APPROVED BY THE CITY. DESIGN PONDING ELEVATION SOIL TIGHT 45° BEND EXTEND CLEANOUT RISER 2" ABOVE DESIGN PONDING ELEVATION OR PER PLAN 4" STREAMBED COBBLES PER WSDOT 9-03.11(2) SOIL TIGHT COUPLER UNDERDRAIN, FOOTING DRAIN COLLECTOR, OR ROOF DRAIN COLLECTOR PIPE, SEE NOTE 1 WYE MECHANICAL PLUG OR CONTINUED CONNECTION FERNCO GASKETED QUIK CAP OR SIMILAR CAST IRON FRAME AND COVER, SEE NOTE 3 CLEANOUT RISER, SEE NOTE 2 PAVED AREA (TYP.) TO OVERFLOW STRUCTURE OR STORM MAIN CLEANOUT RISER LOCATED WITHIN BIORETENTION PONDING AREA NOTES: 1.DIAMETER TO BE 6-INCHES MINIMUM PRIVATE, 8-INCHES MINIMUM PUBLIC. UNDERDRAIN PIPE PER STD. PLAN 262.10. 2.CLEANOUT RISER SHALL BE SAME MATERIAL AS CONNECTED UNDERDRAIN, FOOTING DRAIN COLLECTOR, OR ROOF DRAIN COLLECTOR PIPE. 3.FRAME AND COVER SHALL BE EJ PRODUCTS 3675Z1PT AND 3675APT OR APPROVED EQUAL. COVER TO BE LOCKING WITH ALLEN HEAD BOLT, MARKED "STORM" OR DRAIN". 4.FOR CLEANOUTS FULLY OR PARTIALLY WITHIN UNPAVED AREAS OUTSIDE OF BIORETENTION PONDING AREA, POUR 8" THICK, 2'x2' SQUARE CONCRETE COLLAR AROUND FRAME. CONCRETE COLLAR SHALL HAVE A MINIMUM COMPRESSIVE STRENGTH OF 3,000 PSI. CLEANOUT RISER, SEE NOTE 2 FRAME SECTION 10-1/2" DIA 4" 5/8" 9" DIA 15" DIA 8-1/8" DIA 8-13/16" DIA 5/8" COVER SECTION MADE IN USA 1" PLAN VIEW PROD NO.3/4" FLAT FACE GOTHIC 2) 3/8"-16 SS SOCKET HEAD CAP SCREW (ALLENHEAD) W/WSHRS ON A 8" DIA BOLT CIRCLE 1) OPENPICKHOLE 12"12"4" COMPACTED SAND OR GRAVEL BACKFILL FOR DRAINS PER WSDOT 9-03. 12(4)8" CLASS "B"ASPHALT, SEE NOTE 4 STORM SYSTEM CLEANOUT STD. PLAN - 226.00 PUBLIC WORKS DEPARTMENTAPPROVED: DATEMartin Pastucha Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)DocuSign Envelope ID: 3B1B34D3-7E0A-476C- ADB3-4329FFE0C108 8/13/2020 | 8:48 EROSION AND SEDIMENT CONTROL STANDARD PLAN NOTES STD. PLAN - 268.00 EROSION AND SEDIMENT CONTROL (ESC) STANDARD PLAN NOTES: THE FOLLOWING IS A LISTING OF GENERAL NOTES THAT SHALL BE INCORPORATED IN THE EROSION AND SEDIMENT CONTROL (ESC) PLAN SET. ALL THE NOTES ON THE LIST MAY NOT PERTAIN TO EVERY PROJECT. THE APPLICANT OR OWNER, HEREBY REFERRED TO AS APPLICANT, MAY STRIKE OUT IRRELEVANT NOTES IF NOT APPLICABLE TO THE PROJECT. HOWEVER, THE APPLICANT SHALL NOT RENUMBER NOR EDIT THE REMAINING NOTES. IF ADDITIONAL NOTES ARE NEEDED FOR SPECIFIC ASPECTS, THEY SHALL BE ADDED AFTER THE ESC STANDARD PLAN NOTES. 1.BEFORE ANY CONSTRUCTION OR DEVELOPMENT ACTIVITY OCCURS, A PRE-CONSTRUCTION MEETING SHALL BE HELD AMONG THE CITY OF RENTON, HEREBY REFERRED TO AS THE CITY, THE APPLICANT, AND THE APPLICANT'S CONTRACTOR. 2.THE APPLICANT IS RESPONSIBLE FOR OBTAINING THE WASHINGTON STATE DEPARTMENT OF ECOLOGY (ECOLOGY) CONSTRUCTION STORMWATER GENERAL PERMIT, IF IT IS REQUIRED FOR THE PROJECT. THE APPLICANT SHALL PROVIDE THE CITY COPIES OF ALL MONITORING REPORTS PROVIDED TO ECOLOGY ASSOCIATED WITH THE CONSTRUCTION STORMWATER GENERAL PERMIT. 3.THE ESC PLAN SET SHALL INCLUDE AN ESC CONSTRUCTION SEQUENCE DETAILING THE ORDERED STEPS THAT SHALL BE FOLLOWED FROM CONSTRUCTION COMMENCEMENT TO POST-PROJECT CLEANUP IN ORDER TO FULFILL PROJECT ESC REQUIREMENTS. 4.THE BOUNDARIES OF THE CLEARING LIMITS, SENSITIVE AREAS AND THEIR BUFFERS, AND AREAS OF VEGETATION PRESERVATION AND TREE RETENTION AS PRESCRIBED ON THE PLAN(S) SHALL BE CLEARLY DELINEATED BY FENCING AND PROTECTED IN THE FIELD IN ACCORDANCE WITH APPENDIX D OF THE CITY OF RENTON SURFACE WATER DESIGN MANUAL (RENTON SWDM) PRIOR TO THE START OF CONSTRUCTION. DURING THE CONSTRUCTION PERIOD, NO DISTURBANCE BEYOND THE CLEARING LIMITS SHALL BE PERMITTED. THE CLEARING LIMITS SHALL BE MAINTAINED BY THE APPLICANT/ESC SUPERVISOR FOR THE DURATION OF CONSTRUCTION. 5.STABILIZED CONSTRUCTION ENTRANCES SHALL BE INSTALLED AT THE BEGINNING OF CONSTRUCTION AND MAINTAINED FOR THE DURATION OF THE PROJECT. ADDITIONAL MEASURES, SUCH AS CONSTRUCTED WHEEL WASH SYSTEMS OR WASH PADS, MAY BE REQUIRED TO ENSURE THAT ALL PAVED AREAS ARE KEPT CLEAN AND TRACK-OUT TO ROAD RIGHT OF WAY DOES NOT OCCUR FOR THE DURATION OF THE PROJECT. IF SEDIMENT IS TRACKED OFFSITE, PUBLIC ROADS SHALL BE CLEANED THOROUGHLY AT THE END OF EACH DAY, OR MORE FREQUENTLY DURING WET WEATHER, AS NECESSARY TO PREVENT SEDIMENT FROM ENTERING WATERS OF THE STATE. 6.WASHOUT FROM CONCRETE TRUCKS SHALL BE PERFORMED OFF-SITE OR IN DESIGNATED CONCRETE WASHOUT AREAS ONLY. DO NOT WASH OUT CONCRETE TRUCKS ONTO THE GROUND, OR TO STORM DRAINS OR OPEN DITCHES. ON-SITE DUMPING OF EXCESS CONCRETE SHALL ONLY OCCUR IN DESIGNATED CONCRETE WASHOUT AREAS. 7.ALL REQUIRED ESC BMPS SHALL BE CONSTRUCTED AND IN OPERATION PRIOR TO LAND CLEARING AND/OR CONSTRUCTION TO PREVENT TRANSPORTATION OF SEDIMENT TO SURFACE WATER, DRAINAGE SYSTEMS AND ADJACENT PROPERTIES. ALL ESC BMPS SHALL BE MAINTAINED IN A SATISFACTORY CONDITION UNTIL SUCH TIME THAT CLEARING AND/OR CONSTRUCTION IS COMPLETE AND POTENTIAL FOR ON-SITE EROSION HAS PASSED. ALL ESC BMPS SHALL BE REMOVED AFTER CONSTRUCTION IS COMPLETED AND THE SITE HAS BEEN STABILIZED TO ENSURE POTENTIAL FOR ON-SITE EROSION DOES NOT EXIST. THE IMPLEMENTATION, MAINTENANCE, REPLACEMENT, ENHANCEMENT, AND REMOVAL OF ESC BMPS SHALL BE THE RESPONSIBILITY OF THE APPLICANT. 8.ANY HAZARDOUS MATERIALS OR LIQUID PRODUCTS THAT HAVE THE POTENTIAL TO POLLUTE RUNOFF SHALL BE DISPOSED OF PROPERLY. 9.THE ESC BMPS DEPICTED ON THIS DRAWING ARE INTENDED TO BE MINIMUM REQUIREMENTS TO MEET ANTICIPATED SITE CONDITIONS. AS CONSTRUCTION PROGRESSES AND UNEXPECTED OR SEASONAL CONDITIONS DICTATE, THE APPLICANT SHALL ANTICIPATE THAT MORE ESC BMPS WILL BE NECESSARY TO ENSURE COMPLETE SILTATION CONTROL ON THE PROPOSED SITE. DURING THE COURSE OF CONSTRUCTION, IT SHALL BE THE OBLIGATION AND RESPONSIBILITY OF THE APPLICANT TO ADDRESS ANY NEW CONDITIONS THAT MAY BE CREATED BY THE ACTIVITIES AND TO PROVIDE ADDITIONAL ESC BMPS, OVER AND ABOVE MINIMUM REQUIREMENTS, AS MAY BE NEEDED, TO PROTECT ADJACENT PROPERTIES AND WATER QUALITY OF THE RECEIVING DRAINAGE SYSTEM. 10.APPROVAL OF THIS PLAN IS FOR ESC ONLY. IT DOES NOT CONSTITUTE AN APPROVAL OF STORM DRAINAGE DESIGN, SIZE NOR LOCATION OF PIPES, RESTRICTORS, CHANNELS, OR STORMWATER FACILITIES. 11.ANY DEWATERING SYSTEM NECESSARY FOR THE CONSTRUCTION OF STORMWATER FACILITIES SHALL BE SUBMITTED TO THE CITY FOR REVIEW AND APPROVAL. 12.ANY AREAS OF EXPOSED SOILS, INCLUDING ROADWAY EMBANKMENTS, THAT WILL NOT BE DISTURBED FOR TWO DAYS DURING THE WET SEASON (OCTOBER 1ST THROUGH APRIL 30TH) OR SEVEN DAYS DURING THE DRY SEASON (MAY 1ST THROUGH SEPTEMBER 30TH) SHALL BE IMMEDIATELY STABILIZED WITH THE APPROVED ESC COVER METHODS (E.G., SEEDING, MULCHING, PLASTIC COVERING, ETC.) IN CONFORMANCE WITH APPENDIX D OF THE RENTON SWDM. 13.WET SEASON ESC REQUIREMENTS APPLY TO ALL CONSTRUCTION SITES BETWEEN OCTOBER 1ST AND APRIL 30TH, UNLESS OTHERWISE APPROVED BY THE CITY. 14.ANY AREA NEEDING ADDITIONAL ESC MEASURES, NOT REQUIRING IMMEDIATE ATTENTION, SHALL BE ADDRESSED WITHIN SEVEN (7) DAYS. 15.THE ESC BMPS ON INACTIVE SITES SHALL BE INSPECTED AND MAINTAINED AT A MINIMUM OF ONCE A MONTH OR WITHIN 24 HOURS FOLLOWING A STORM EVENT. INSPECTION AND MAINTENANCE SHALL OCCUR MORE FREQUENTLY AS REQUIRED BY THE CITY. 16.BEFORE COMMENCEMENT OF ANY CONSTRUCTION ACTIVITY, CATCH BASIN INSERTS PER THE CITY STANDARD PLAN 216.30 SHALL BE PROVIDED FOR ALL STORM DRAIN INLETS DOWNSLOPE AND WITHIN 500 FEET OF A DISTURBED OR CONSTRUCTION AREA, UNLESS THE RUNOFF THAT ENTERS THE INLET WILL BE CONVEYED TO A SEDIMENT POND OR TRAP. ALL CATCH BASIN INSERTS SHALL BE PERIODICALLY INSPECTED AND REPLACED AS NECESSARY TO ENSURE FULLY FUNCTIONING CONDITION. 17.AT NO TIME SHALL SEDIMENT ACCUMULATION EXCEED 2/3 OF THE CAPACITY OF THE CATCH BASIN SUMP. ALL CATCH BASINS AND CONVEYANCE LINES SHALL BE CLEANED PRIOR TO PAVING. THE CLEANING OPERATION SHALL NOT FLUSH SEDIMENT-LADEN WATER INTO THE DOWNSTREAM SYSTEM. 18.ANY PERMANENT STORMWATER FACILITY LOCATION USED AS A TEMPORARY SETTLING BASIN SHALL BE MODIFIED WITH THE NECESSARY ESC BMPS AND SHALL PROVIDE ADEQUATE STORAGE CAPACITY. IF THE TEMPORARY FACILITY IS TO ULTIMATELY FUNCTION AS AN INFILTRATION SYSTEM IN ITS PERMANENT STATE, THE TEMPORARY FACILITY SHALL BE ROUGH GRADED SO THAT THE BOTTOM AND SIDES ARE AT LEAST THREE FEET ABOVE THE FINAL GRADE OF THE PERMANENT FACILITY. 19.AREAS DESIGNATED ON THE PLAN(S) CONTAINING EXISTING STORMWATER FACILITIES OR ON-SITE BMPS (AMENDED SOILS, BIORETENTION, PERMEABLE PAVEMENT, ETC.) SHALL BE CLEARLY FENCED AND PROTECTED USING ESC BMPS TO AVOID SEDIMENTATION AND COMPACTION DURING CONSTRUCTION. 20.PRIOR TO THE BEGINNING OF THE WET SEASON (OCTOBER 1ST), ALL DISTURBED AREAS SHALL BE INSPECTED TO IDENTIFY WHICH ONES SHALL BE SODDED OR SEEDED IN PREPARATION FOR THE WINTER RAINS. DISTURBED AREAS SHALL BE SODDED OR SEEDED WITHIN ONE WEEK OF THE BEGINNING OF THE WET SEASON. AN EXHIBIT OF THOSE AREAS TO BE SODDED OR SEEDED AND THOSE AREAS TO REMAIN UNCOVERED SHALL BE SUBMITTED TO THE CITY FOR REVIEW. 21.PRIOR TO FINAL CONSTRUCTION ACCEPTANCE, THE PROJECT SITE SHALL BE STABILIZED TO PREVENT SEDIMENT-LADEN WATER FROM LEAVING THE PROJECT SITE, ALL ESC BMPS SHALL BE REMOVED, AND STORMWATER CONVEYANCE SYSTEMS, FACILITIES, AND ON-SITE BMPS SHALL BE RESTORED TO THEIR FULLY FUNCTIONING CONDITION. ALL DISTURBED AREAS OF THE PROJECT SITE SHALL BE VEGETATED OR OTHERWISE PERMANENTLY STABILIZED. AT A MINIMUM, DISTURBED AREAS SHALL BE SODDED OR SEEDED AND MULCHED TO ENSURE THAT SUFFICIENT COVER WILL DEVELOP SHORTLY AFTER FINAL APPROVAL. MULCH WITHOUT SEEDING IS ADEQUATE FOR AREAS TO BE LANDSCAPED BEFORE OCTOBER 1ST. 22.ROCKERIES ARE CONSIDERED TO BE A METHOD OF BANK STABILIZATION AND EROSION CONTROL. ROCKERIES SHALL NOT BE CONSTRUCTED TO SERVE AS RETAINING WALLS. ALL ROCKERIES IN CITY ROAD RIGHTS-OF-WAY SHALL BE CONSTRUCTED IN ACCORDANCE WITH CITY STANDARDS. ROCKERIES OUTSIDE OF ROAD RIGHTS-OF-WAY SHALL BE CONSTRUCTED IN ACCORDANCE WITH THE INTERNATIONAL BUILDING CODE. 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 CORPORATION STOP 1" BALL CORPORATION STOP WITH BALL VALVE, AWWA TAPERED THREAD (CC) INLET, QUICK JOINT OUTLET, FORD FB1000-4-Q-NL OR A.Y. MCDONALD 74701BQ TUBING 1" TYPE "K" SOFT COPPER TUBING METER SETTER 1" SETTER, QUICK JOINT INLET AND OUTLET, PADLOCK WINGS ON INLET ANGLE BALL VALVE, SINGLE CHECK VALVE ON OUTLET, FORD VBH74-15W-44-44-Q-NL, A.Y. MCDONALD 721-415WCQQ 44, OR MUELLER B-24701-6AN, INSTALL CENTERED AND SQUARED IN METER BOX, PROVIDE ADAPTERS FOR 5/8"x3/4" METERS WATER METER AMI WATER METER WITH RADIO AND BATTERY UNIT, TO BE PROVIDED BY THE CITY METER BOX METER BOX, ARMORCAST A6001946PCX18, WITH METER BOX LID, ARMORCAST A6001969RCI-H7, TO READ "RENTON WATER" COUPLER AND PLUG COUPLER (PACK JOINT x PACK JOINT), FORD C4#-4#-Q-NL, WITH 1" GALVANIZED PLUG IF SERVICE LINE TO PROPERTY IS TO BE INSTALLED IN THE FUTURE GRAVEL 1 1 4" WASHED GRAVEL PROPERTY LINECITY PIPING PIPING PRIVATE F BCB A D E FINISHED GRADE SIDEWALK 9" TO 12" IN UNIMPROVED ROW, INSTALL METER BOX AT PROPERTY LINE WITH 1" COPPER TAILPIECE 21" TO 30" LOOP DOWN TO CENTERLINE OF WATER MAIN TO PROVIDE SLACK IN SERVICE LINE TO METER 22 1 2° 24" TO 30" MAIN 12"PROPERTY LINEA MATERIALS B C D E F G G PUBLIC WORKS DEPARTMENT APPROVED: DATEMartin Pastucha Public Works Administrator 1" WATER SERVICE STD. PLAN - 320.1 A TEE 2" TAPPED REDUCING TEE (MJxFIPT)2" TAPPED REDUCING TEE (MJxFIPT) PIPE 2" BRASS NIPPLE (MIPT), 4" LENGTH 2" BRASS NIPPLE (MIPT), 4" LENGTH VALVE 2" GATE VALVE (FIPT) WITH SQUARE OPERATING NUT AND EXTENSION PER STD PLAN 330.8 2" GATE VALVE (FIPT) WITH SQUARE OPERATING NUT AND EXTENSION PER STD PLAN 330.8 VALVE BOX VALVE BOX AND LID PER STD PLAN 330.8 VALVE BOX AND LID PER STD PLAN 330.8 COUPLING 2" x 1 1 2" BRASS COUPLING (MIPT x PACK JOINT), FORD C44-76-Q-NL OR EQUAL 2" BRASS COUPLING (MIPT x PACK JOINT), FORD C84-77-Q-NL OR EQUAL TUBING 1 1 2" TYPE "K" SOFT COPPER TUBING 2" TYPE "K" SOFT COPPER TUBING BEND 1 1 2" 90° BRASS BEND (PACK JOINT x PACK JOINT OR PACK JOINT x FIPT), FORD L44-66-Q-NL OR L41-66-Q-NL OR EQUAL 2" 90° BRASS BEND (PACK JOINT x PACK JOINT OR PACK JOINT x FIPT), FORD L44-77-Q-NL OR L41-77-Q-NL OR EQUAL METER SETTER 1 1 2" VERTICAL METER SETTER WITH BYPASS, FLANGED ANGLE BALL VALVE AND PADLOCK WINGS ON INLET, ANGLE CHECK VALVE ON OUTLET, AND BALL VALVE ON BYPASS WITH PADLOCK WINGS, FORD VBH86-12B-11-66-Q-NL, A.Y. MCDONALD 730B-612WDFF665, OR MUELLER B-2427N (1 1 2"), BYPASS NOT PERMITTED ON IRRIGATION METERS 2" VERTICAL METER SETTER WITH BYPASS, FLANGED ANGLE BALL VALVE AND PADLOCK WINGS ON INLET, ANGLE CHECK VALVE ON OUTLET, AND BALL VALVE ON BYPASS WITH PADLOCK WINGS, FORD VBH87-12B-11-77-Q-NL, A.Y. MCDONALD 730B-612WDFF665, OR MUELLER B-2427N (2"), BYPASS NOT PERMITTED ON IRRIGATION METERS METER SPREADER 13 3 16" RIGID METER SPREADER (TEMPORARY)17 3 16" RIGID METER SPREADER (TEMPORARY) WATER METER AMI WATER METER WITH RADIO AND BATTERY UNIT, TO BE SUPPLIED AND INSTALLED BY CITY FORCES AMI WATER METER WITH RADIO AND BATTERY UNIT, TO BE SUPPLIED AND INSTALLED BY CITY FORCES METER BOX 17"X30" METER BOX, ARMORCAST A6001640PCX18, WITH METER BOX LID, ARMORCAST A6001947RCI-H7, TO READ "RENTON WATER" 17"X30" METER BOX, ARMORCAST A6001640PCX18, WITH METER BOX LID, ARMORCAST A6001947RCI-H7, TO READ "RENTON WATER" COUPLER 1 1 2" COUPLER (PACK JOINT x PACK JOINT), FORD C4#-6#-Q-NL OR EQUAL, WITH GALVANIZED PLUG IF PRIVATE SERVICE LINE IS NOT YET INSTALLED 2" COUPLER (PACK JOINT x PACK JOINT), FORD C4#-7#-Q-NL OR EQUAL, WITH GALVANIZED PLUG IF PRIVATE SERVICE LINE IS NOT YET INSTALLED GRAVEL CRUSHED ROCK BASE TO SUPPORT METER BOX, METER BYPASS TO BE EXPOSED CRUSHED ROCK BASE TO SUPPORT METER BOX, METER BYPASS TO BE EXPOSED B C D E F G H I J K L PROPERTY LINEPROPERTY LINEFINISHED GRADE SIDEWALK 21" TO 30"24" TO 30"12" IN UNIMPROVED ROW INSTALL METER BOX AT PROPERTY LINE WITH 12" COPPER TAILPIECE CITY PIPING PIPING PRIVATE A B C D G H I JK E L M MAIN MATERIALS 1 1/2" SERVICE 2" SERVICE 9" TO 12" F E M PUBLIC WORKS DEPARTMENT APPROVED: DATEMartin Pastucha Public Works Administrator 1 1 2" AND 2" WATER SERVICE IN PLANTING STRIP STD. PLAN - 320.2 PROPERTY LINEFINISHED GRADE SIDEWALK 21" TO 30"24" TO 30" CITY PIPING PIPING PRIVATE D G H I JK 9" TO 12" 12" M L A B C MAIN F A TEE 2" TAPPED REDUCING TEE (MJxFIPT)2" TAPPED REDUCING TEE (MJxFIPT) PIPE 2" BRASS NIPPLE (MIPT), 4" LENGTH 2" BRASS NIPPLE (MIPT), 4" LENGTH VALVE 2" GATE VALVE (FIPT) WITH SQUARE OPERATING NUT AND EXTENSION PER STD PLAN 330.8 2" GATE VALVE (FIPT) WITH SQUARE OPERATING NUT AND EXTENSION PER STD PLAN 330.8 VALVE BOX VALVE BOX AND LID PER STD PLAN 330.8 VALVE BOX AND LID PER STD PLAN 330.8 COUPLING 2" x 1 1 2" BRASS COUPLING (MIPT x PACK JOINT), FORD C44-76-Q-NL OR EQUAL 2" BRASS COUPLING (MIPT x PACK JOINT), FORD C84-77-Q-NL OR EQUAL TUBING 1 1 2" TYPE "K" SOFT COPPER TUBING 2" TYPE "K" SOFT COPPER TUBING BEND 1 1 2" 90° BRASS BEND (PACK JOINT x PACK JOINT OR PACK JOINT x FIPT), FORD L44-66-Q-NL OR L41-66-Q-NL OR EQUAL 2" 90° BRASS BEND (PACK JOINT x PACK JOINT OR PACK JOINT x FIPT), FORD L44-77-Q-NL OR L41-77-Q-NL OR EQUAL METER SETTER 1 1 2" VERTICAL METER SETTER WITH BYPASS, FLANGED ANGLE BALL VALVE AND PADLOCK WINGS ON INLET, ANGLE CHECK VALVE ON OUTLET, AND BALL VALVE ON BYPASS WITH PADLOCK WINGS, FORD VBH86-12B-11-66-Q-NL, A.Y. MCDONALD 730B-612WDFF665, OR MUELLER B-2427N (1 1 2"), BYPASS NOT PERMITTED ON IRRIGATION METERS 2" VERTICAL METER SETTER WITH BYPASS, FLANGED ANGLE BALL VALVE AND PADLOCK WINGS ON INLET, ANGLE CHECK VALVE ON OUTLET, AND BALL VALVE ON BYPASS WITH PADLOCK WINGS, FORD VBH87-12B-11-77-Q-NL, A.Y. MCDONALD 730B-612WDFF665, OR MUELLER B-2427N (2"), BYPASS NOT PERMITTED ON IRRIGATION METERS METER SPREADER 13 3 16" RIGID METER SPREADER (TEMPORARY)17 3 16" RIGID METER SPREADER (TEMPORARY) WATER METER AMI WATER METER WITH RADIO AND BATTERY UNIT, TO BE SUPPLIED AND INSTALLED BY CITY FORCES AMI WATER METER WITH RADIO AND BATTERY UNIT, TO BE SUPPLIED AND INSTALLED BY CITY FORCES METER BOX 17"X30" METER BOX, ARMORCAST A6001640PCX18, WITH METER BOX LID, ARMORCAST A6001947RCI-H7, TO READ "RENTON WATER" 17"X30" METER BOX, ARMORCAST A6001640PCX18, WITH METER BOX LID, ARMORCAST A6001947RCI-H7, TO READ "RENTON WATER" COUPLER 1 1 2" COUPLER (PACK JOINT x PACK JOINT), FORD C4#-6#-Q-NL OR EQUAL, WITH GALVANIZED PLUG IF PRIVATE SERVICE LINE IS NOT YET INSTALLED 2" COUPLER (PACK JOINT x PACK JOINT), FORD C4#-7#-Q-NL OR EQUAL, WITH GALVANIZED PLUG IF PRIVATE SERVICE LINE IS NOT YET INSTALLED GRAVEL CRUSHED ROCK BASE TO SUPPORT METER BOX, METER BYPASS TO BE EXPOSED CRUSHED ROCK BASE TO SUPPORT METER BOX, METER BYPASS TO BE EXPOSED B C D E F G H I J K L MATERIALS 1 1/2" SERVICE 2" SERVICE M E PUBLIC WORKS DEPARTMENT APPROVED: DATEMartin Pastucha Public Works Administrator 1 1 2" AND 2" WATER SERVICE IN ROW BEHIND SIDEWALK STD. PLAN - 320.3 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: 9D9B0DA8-0385-4664-AE66-57BFF1561D7F 7/27/2022 | 5:44 PM PDT City of Renton Contract Provisions for Downtown Core Streetscape Phase 2 Williams Avenue South ______________________________________________________________________________ APPENDIX C – WSDOT Standard Plans GROUNDING CONDUCTOR-NON-INSULATED #4 AWG STRANDED COPPER-PROVIDE 3'-0" MIN. SLACK (ROUTE CONDUCTOR TO LUMINAIRE GROUNDING STUD) CONDUIT COUPLING -INSTALL FLUSH WITH TOP OF BARRIER (DO NOT GLUE PVC STUBOUT) 3" (IN) DIAM. x 3/4" (IN) GROUT WELL (TYP.) ANCHOR BOLT (TYP.)- SEE TABLE HEAVY HEX NUT (TYP.)- SIZE TO MATCH ANCHOR BOLT - SEE TABLE ISOMETRIC VIEW SEE FIXED BASE FOR DETAILS NOT SHOWN PARTIAL ELEVATION VIEW SLIP BASE ROUND WASHER SIZE TO MATCH ANCHOR BOLT (TYP.)-SEE TABLE STRAP TEMPLATE ASSEMBLY (TYP.)- SEE DETAIL ANCHOR BOLT (TYP.)- SEE TABLE ( D + 1/16" (IN)) DIAM. HOLE (TYP.)- SEE TABLE ANCHOR BOLT ASSEMBLY (SLIP BASE SHOWN) 1/4" (IN) STEEL BAR (TYP.)- 2" (IN) WIDE x 1'-3" LONG ANCHOR BOLT TABLE LUMINAIRE MAST MAST ANCHOR BOLT HEIGHT (FT) ARM ARM DIAMETER (IN) LENGTH (H1) TYPE (FT) non 20'TO 50' SINGLE 6' TO 16' 1" 3/4" (IN) CHAMFER (TYP.) #7 REINFORCING STEEL BAR #4 REINFORCING STEEL HOOP 0 1" (IN) DIAM. CONDUIT-CAP EACH END-PROVIDE ADDITIONAL CON- DUIT FOR COMMUNICATION OR SIGNAL CABLE WHERE SHOWN IN THE CONTRACT EXTEND THE CONDUIT 6" (IN) MIN. BEYOND THE FOUNDATION OR THE CONTROLLED-DENSITY BACKFILL #4 HOOP (TYP.) CLAMP CONDUCTOR TO STEEL REINFORCING BAR WITH LISTED CONNECTOR SUITABLE FOR USE EMBEDDED IN CONCRETE CONCRETE CLASS 4000P #7 (TYP.) __L__--+- 1'-1" (TYP.) 36" EIGHT #7 BARS, EVENLY SPACED CENTER THE CONDUIT IN THE FOUNDATION 1'-3" DIAM. BOLT CIRCLE (TYP.) #4 HOOP (TYP.) TOP VIEW FIXED BASE I I ti +-+ I I I I rr-1-T-r 3/4" (IN) CHAMFER (TYP.) (!} Gz z-~~ a. en en = = ..... Cl ..... II II ~ © eoooiS enen • 'C'> a. a. 't eo en 0 0 .... w oo <ml- ::c::c ww 0 """" .... D.. D.. z ~~ ~~tll w I-~-> ::c --(!} LL._ .. w < .. wm D..W ~~ 2 1/2" CLR. +--+---1---+--+ +---------'-- 20'TO 50' DOUBLE 6'TOB' 1" SEE SLIP BASE FOR DETAILS NOT SHOWN 20'TO 45' DOUBLE 10' TO 16' 1" TOP VIEW ELEVATION VIEW 46'TO 50' DOUBLE 10' TO 16' 1 1/8" STRAP TEMPLATE ASSEMBLY FIXED BASE NOTES 1. See Standard Plan J-28.40 for Luminaire Pole base mounting details. 2. The Strap Templates shall be held in place by nuts, 6" (in) from the top of the foundation and 3" (in) from the bottom of the anchor bolts. Eighteen heavy duty hex nuts and six round washers are required for a slip base assembly. Eighteen heavy duty hex nuts and six plate washers are required for a fixed base assembly. 3. Use Steel Light Standard Foundation Type A on level ground or slopes not exceeding 4H : 1V. Use Type B for slopes steeper than 4H : 1V, but not exceeding 2H : 1V. Slopes steeper than 2H : 1V shall require a special design. 4. These foundations are designed for a minimum of 2000 PSF (TYPE A) or 1500 PSF (TYPE B) allowable lateral bearing pressure for the soil. A special foundation shall be required for soil with allowable lateral bearing pressure lower than 1500 PSF. 5. The Luminaire Pole height shall not exceed 50' (ft) (H1 ). 6. Slip bases shall not be installed on 50' (ft) (H1) poles with Double Mast Arms, nor on poles weighing more than 1 000 lbs. 7. Slip bases are required on poles installed inside the Design Clear Zone, and on poles installed behind traffic barrier that are within the traffic barrier deflection zone. 8. Foundations constructed within Media Filter Drains shall be increased in depth by the depth of the Media Filter Drain. 9. Exposed portions of the foundation shall be formed to create a Class 2 surface finish. All forming shall be removed upon completion of foundation construction. 10. For excavation, concrete placement, and backfill options, see METHOD 1 and METHOD 2 on Sheet 2 of 2. 11. The anchor bolts shall be high-strength steel, manufactured from ASTM F1554 Grade 1 05, with heavy hex nuts and hardened washers. Galvanize the anchor bolts according to ASTM F2329. 12. The foundation shall be grounded in accordance with the requirements of Standard Specification 8-20.3(4). 13. See Standard Plans C-8b and C-85.14 for steel light standards on traffic barrier. () tt SLIP BASE ~ I- FIXED BASE ANCHOR BOLT LAYOUT STEEL LIGHT STANDARD FOUNDATION TYPES A & B STANDARD PLAN J-28.30-03 SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION STATE DESIGN ENGINEER ..... ... Washington State Department of Transportation EDGE OF SHOULDER ce m w w ~ ~ UNDISTURBED SOIL (TYP.) LIGHT STANDARD FOUNDATION 3' -0" DIAM. (CASE A SHOWN) METHOD 1 LUMINAIRE POLE POLE BASE SLOPE ROUNDING SLOPE 2H: 1V (MAX.) OR FLATTER CONCRETE CLASS 4000P UNDISTURBED SOIL NO SUBSURFACE FORM This option is used only when the existing soil in the hole will remain standing and the cement concrete can be placed with- out causing the soil to collapse. Concrete shall be cast directly against undisturbed soil. Auger the hole for the foundation. Use a paper or cardboard form to achieve a smooth finish on the final exposed cement concrete. Support the form as necessary to remain plumb. See Standard Plans J-28.24 and J-28.26 for maximum heights of exposed foundation when no embankment widening is to be installed. Place the concrete foundation. After concrete has cured, remove the paper or cardboard form portion. Construct the embankment widening (if required}. EMBANKMENT WIDENING EDGE OF SHOULDER ce m w w ~ ~ UNDISTURBED (TYP.) LUMINAIRE POLE POLE BASE NOTE These foundation Construction Methods are applicable to all Steel Light Standard Placement Cases. See Standard Plans J-28.22, J-28.24, and J-28.26. SLOPE ROUNDING EMBANKMENT WIDENING SLOPE 2H: 1V (MAX.) OR FLATTER TEMPORARY SLOPE OR SHORE AS REQUIRED (TYP.) 1-1-METAL FORM FOR LIGHT STANDARD FOUNDATION OVER-EXCAVATED AREA SHALL BE BACKFILLED WITH CONTROLLED-DENSITY FILL (CDF), OR WITH COMPACTED BORROW IN ACCORDANCE WITH STANDARD SPECIFICATION 8-20.3(2) CONCRETE CLASS 4000P LIMITS OF STRUCTURE EXCAVATION 3'-0" DIAM. UNDISTURBED SOIL (CASE A SHOWN) METHOD 2 METAL (SUBSURFACE) FORM REQUIRED When the existing soil will not retain a vertical face, over-excavate the foundation area and install a 36" (in) diameter corrugated metal (pipe) form. The corrugated metal form shall not extend more than 5" (in) +/-1" (in) below any portion of the foundation that will remain exposed upon final grading. Continue forming to full height using a paper or cardboard form to achieve a smooth finish on final exposed cement concrete. Support the form as necessary to remain plumb. See Standard Plans J-28.24 and J-28.26 for maximum heights of exposed foundation when no embankment widening is to be installed. Place the concrete foundation. After concrete has cured, remove the paper or cardboard form portion. Backfill with controlled-density fill or compacted borrow in accord- ance with Standard Specification 8-20.3(2). Construct the embankment widening (if required}. STEEL LIGHT STANDARD FOUNDATION TYPES A & B STANDARD PLAN J-28.30-03 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION CONSTRUCTION METHODS STATE DESIGN ENGINEER ..... ... Washington State Department of Transportation (January 9, 2023) 1 Standard Plans 2 The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21 -01, 3 effective September 30, 2022, is made a part of this contract. 4 5 The Standard Plans are revised as follows: 6 7 A-10.30 8 RISER RING detail (Including SECTION view and RISER RING DIMENSIONS table): The 9 RISER RING detail is deleted from the plan. 10 11 INSTALLATION detail, SECTION A: The “1/4”” callout is revised to read “+/- 1/4" (SEE 12 CONTRACT ~ Note: The + 1/4" installation is shown in the Section A view)” 13 14 B-90.40 15 Valve Detail – DELETED 16 17 C-8 18 DELETED 19 20 C-8A 21 DELETED 22 23 C-20.42 24 Plan View (Case 22A-31), callout, was; “BEAM GUARDRAIL ANCHOR TYPE 10 PAY 25 LIMIT” is revised to read; “BEAM GUARDRAIL ANCHOR TYPE 11 PAY LIMIT” 26 27 C-23.60 28 DELETED 29 30 C-23.70 31 Sheet 1, Detail A, callout, was – “EIGHT 5/8” x 1/2" (IN) BOLTS W/ HEX NUTS AND 32 WASHERS (SEE NOTE 5)”is revised to read: “EIGHT 5/8” x 1-1/2" (IN) BOLTS W/ HEX 33 NUTS AND WASHERS (SEE NOTE 5)”. 34 Sheet 2, ANCHOR RAIL ELEMENT DETAIL and associated Enlarged Detail, 3/4" Diameter 35 hole pattern (8 holes), callout, “3/4" DIAMETER HOLE (TYP.)” is revised to read: “29/32” x 36 1 1/8” (IN) SLOT (TYP.)” 37 38 D-2.04 39 DELETED 40 41 D-2.06 42 DELETED 43 44 D-2.08 45 DELETED 46 47 D-2.32 48 DELETED 49 50 D-2.34 1 DELETED 2 3 D-2.60 4 DELETED 5 6 D-2.62 7 DELETED 8 9 D-2.64 10 DELETED 11 12 D-2.66 13 DELETED 14 15 D-2.68 16 DELETED 17 18 D-2.80 19 DELETED 20 21 D-2.88 22 DELETED 23 24 D-3.15 25 DELETED 26 27 D-3.16 28 DELETED 29 30 D-3.17 31 DELETED 32 33 D-3.10 34 Sheet 1, Typical Section, callout – “FOR WALLS WITH SINGLE SLOPE TRAFFIC 35 BARRIER. USE THE DETAILS ABOVE THE MATCH LINE ON STANDARD PLAN D-3.15” 36 is revised to read; ”FOR WALLS WITH SINGLE SLOPE TRAFFIC BARRIER, SEE 37 CONTRACT PLANS” 38 Sheet 1, Typical Section, callout – “FOR WALLS WITH F-SHAPE TRAFFIC BARRIER. 39 USE THE DETAILS ABOVE THE MATCH LINE ON STANDARD PLAN D-3.16” is revised to 40 read; ”FOR WALLS WITH F-SHAPE TRAFFIC BARRIER, SEE CONTRACT PLANS” 41 42 D-3.11 43 Sheet 1, Typical Section, callout – “”B” BRIDGE APPROACH SLAB (SEE BRIDGE PLANS) 44 OR PERMANENT GEOSYNTHETIC WALL BARRIER ~ SEE STANDARD PLANS D-3.15 45 OR D-3.16” is revised to read; ”B” BRIDGE APPROACH SLAB OR MOMENT SLAB (SEE 46 CONTRACT PLANS) 47 Sheet 1, Typical Section, callout – “TYPICAL BARRIER ON BRIDGE APPROACH SLAB 48 (SEE BRIDGE PLANS) OR PERMANENT GEOSYNTHETIC WALL BARRIER ~ SEE 49 STANDARD PLANS D-3.15 OR D-3.16” is revised to read; “TYPICAL BARRIER ON 50 BRIDGE APPROACH SLAB OR MOMENT SLAB (SEE CONTRACT PLANS) 51 1 D-10.10 2 Wall Type 1 may be used if no traffic barrier is attached on top of the wall. Walls with traffic 3 barriers attached on top of the wall are considered non-standard and shall be designed in 4 accordance with the current WSDOT Bridge Design Manual (BDM) and the revisions stated 5 in the 11/3/15 Bridge Design memorandum. 6 7 D-10.15 8 Wall Type 2 may be used if no traffic barrier is attached on top of the wall. Walls with traffic 9 barriers attached on top of the wall are considered non-standard and shall be designed in 10 accordance with the current WSDOT BDM and the revisions stated in the 11/3/15 Bridge 11 Design memorandum. 12 13 D-10.30 14 Wall Type 5 may be used in all cases. 15 16 D-10.35 17 Wall Type 6 may be used in all cases. 18 19 D-10.40 20 Wall Type 7 may be used if no traffic barrier is attached on top of the wall. Walls with t raffic 21 barriers attached on top of the wall are considered non-standard and shall be designed in 22 accordance with the current WSDOT BDM and the revisions stated in the 11/3/15 Bridge 23 Design memorandum. 24 25 D-10.45 26 Wall Type 8 may be used if no traffic barrier is attached on top of the wall. Walls with traffic 27 barriers attached on top of the wall are considered non-standard and shall be designed in 28 accordance with the current WSDOT BDM and the revisions stated in the revisions stated 29 in the 11/3/15 Bridge Design memorandum. 30 31 D-15.10 32 STD Plans D-15 series “Traffic Barrier Details for Reinforced Concrete Retaining Walls” are 33 withdrawn. Special designs in accordance with the current WSDOT BDM are required in 34 place of these STD Plans. 35 36 D-15.20 37 STD Plans D-15 series “Traffic Barrier Details for Reinforced Concrete Retaining Walls” are 38 withdrawn. Special designs in accordance with the current WSDOT BDM are required in 39 place of these STD Plans. 40 41 D-15.30 42 STD Plans D-15 series “Traffic Barrier Details for Reinforced Concrete Retaining Walls” are 43 withdrawn. Special designs in accordance with the current WSDOT BDM are required in 44 place of these STD Plans. 45 46 F-10.18 47 Note 2, “Region Traffic engineer approval is needed to install a truck apron lower than 3”.” - 48 DELETED 49 50 J-10.10 51 Sheet 4 of 6, “Foundation Size Reference Table”, PAD WIDTH column, Type 33xD=6’ – 3” 1 is revised to read: 7’ – 3”. Type 342LX / NEMA P44=5’ – 10” is revised to read: 6’ – 10” 2 Sheet 5 of 6, Plan View, “FOR EXAMPLE PAD SHOWN HERE:, “first bullet” item, “-SPACE 3 BETWEEN TYPE B MOD. CABINET AND 33x CABINET IS 6” (IN)” IS REVISED TO 4 READ: “SPACE BETWEEN TYPE B MOD. CABINET (BACK OF ALL CHANNEL STEEL) 5 AND 33x CABINET IS 6” (IN) (CHANNEL STEEL ADDS ABOUT 5” (IN)” 6 7 J-10.16 8 Key Note 1, Standard Plan J-10.30 revised to Standard Plan J-10.14 9 10 J-10.17 11 Key Note 1, Standard Plan J-10.30 revised to Standard Plan J-10.14 12 13 J-10.18 14 Key Note 1, Standard Plan J-10.30 revised to Standard Plan J-10.14 15 16 J-20.10 17 Elevation View, horizontal dimension to edge of sidewalk 10” (IN) OR LESS DESIRABLE ~ 18 18” (IN) MAXIMUM is revised to read: “10” (IN) MAXIMUM” 19 20 J-20.26 21 Add Note 1, “1. One accessible pedestrian pushbutton station per pedestrian pushbutton 22 post.” 23 24 J-20.16 25 View A, callout, was – LOCK NIPPLE, is revised to read; CHASE NIPPLE 26 27 J-21.10 28 Sheet 1, Elevation View, Round Concrete Foundation Detail, callout – “ANCHOR BOLTS ~ 29 ¾” (IN) x 30” (IN) FULL THREAD ~ THREE REQ’D. PER ASSEMBLY” IS REVISED TO 30 READ: “ANCHOR BOLTS ~ ¾” (IN) x 30” (IN) FULL THREAD ~ FOUR REQ’D. PER 31 ASSEMBLY” 32 Sheet 1 of 2, Elevation view (Round), add dimension depicting the distance from the top of 33 the foundation to find 2 #4 reinforcing bar shown, to read; 3” CLR.. Delete “(TYP.)” from the 34 2 ½” CLR. dimension, depicting the distance from the bottom of the foundation to find 2 # 4 35 reinf. Bar. 36 Sheet 1 of 2, Elevation view (Square), add dimension depicting the distance from the top of 37 the foundation to find 1 #4 reinforcing bar shown, to read; 3” CLR. Delete “(TYP.)” from the 38 2 ½” CLR. dimension, depicting the distance from the bottom of the foundation to find 1 # 4 39 reinf. Bar. 40 Sheet 2 of 2, Elevation view (Round), add dimension depicting the distance from the top of 41 the foundation to find 2 #4 reinforcing bar shown, to read; 3” CLR. Delete “(TYP.)” from the 42 2 ½” CLR. dimension, depicting the distance from the bottom of the foundation to find 2 # 4 43 reinf. Bar. 44 Sheet 2 of 2, Elevation view (Square), add dimension depicting the distance from the top of 45 the foundation to find 1 #4 reinforcing bar shown, to read; 3” CLR. Delete “(TYP.)” from the 46 2 ½” CLR. dimension, depicting the distance from the bottom of the foundation to find 1 # 4 47 reinf. Bar. 48 Detail F, callout, “Heavy Hex Clamping Bolt (TYP.) ~ 3/4” (IN) Diam. Torque Clamping Bolts 49 (see Note 3)” is revised to read; “Heavy Hex Clamping Bolt (TYP.) ~ 3/4” (IN) Diam. Torque 50 Clamping Bolts (see Note 1)” 51 Detail F, callout, “3/4” (IN) x 2’ – 6” Anchor Bolt (TYP.) ~ Four Required (See Note 4)” is 1 revised to read; “3/4” (IN) x 2’ – 6” Anchor Bolt (TYP.) ~ Three Required (See Note 2)” 2 3 J-21.15 4 Partial View, callout, was – LOCK NIPPLE ~ 1 ½” DIAM., is revised to read; CHASE 5 NIPPLE ~ 1 ½” (IN) DIAM. 6 7 J-21.16 8 Detail A, callout, was – LOCKNIPPLE, is revised to read; CHASE NIPPLE 9 10 J-22.15 11 Ramp Meter Signal Standard, elevation, dimension 4’ - 6” is revised to read; 6’-0” 12 (2x) Detail A, callout, was – LOCK NIPPLE ~ 1 ½” DIAM. is revised to read; CHASE 13 NIPPLE ~ 1 ½” (IN) DIAM. 14 15 J-40.10 16 Sheet 2 of 2, Detail F, callout, “12 – 13 x 1 ½” S.S. PENTA HEAD BOLT AND 12” S. S. 17 FLAT WASHER” is revised to read; “12 – 13 x 1 ½” S.S. PENTA HEAD BOLT AND 1/2” (IN) 18 S. S. FLAT WASHER” 19 20 J-40.36 21 Note 1, second sentence; ”Finish shall be # 2B for backbox and # 4 for the cover.” Is 22 revised to read; ”Finish shall be # 2B for barrier box and HRAP (Hot Rolled Annealed and 23 Pickled) for the cover. 24 25 J-40.37 26 Note 1, second sentence; ”Finish shall be # 2B for backbox and # 4 for the cover.” Is 27 revised to read; ”Finish shall be # 2B for barrier box and HRAP (Hot Rolled Annealed and 28 Pickled) for the cover. 29 30 J-75.20 31 Key Notes, note 16, second bullet point, was: “1/2” (IN) x 0.45” (IN) Stainless Steel Bands”, 32 add the following to the end of the note: “Alternate: Stainless steel cable with stainless steel 33 ends, nuts, bolts, and washers may be used in place of stainless steel bands and 34 associated hardware.” 35 36 J-75.41 37 DELETED 38 39 J-75.55 40 Notes, Note A1, Revise reference, was – G-90.29, should be – G-90.20. 41 42 K-80.20 43 DELETED 44 45 L-5.10 46 Sheet 2, Typical Elevation, callout - “2’ – 0” MIN. LAP SPLICE BETWEEN (mark) A #3 BAR 47 AND WALL REINFORCEMENT ~ TYPICAL” is revised to read: “2’ – 0” MIN. LAP SPLICE 48 BETWEEN (MARK) A #4 BAR AND WALL REINFORCEMENT ~ TYPICAL” 49 Section C, callout; “(mark) A #3” is revised to read: “(mark) A #4”, callout - “(mark) B #3” is 1 revised to read: “(mark) B #4”, callout - “(mark) C #3 TIE” is revised to read: “(mark) C #4 2 TIE” 3 Reinforcing Steel Bending Diagram, (mark) B detail, callout – “128 deg.” is revised to read: 4 “123 deg.”, callout – “51 deg.” is revised to read: “57 deg.” 5 6 The following are the Standard Plan numbers applicable at the time this project was 7 advertised. The date shown with each plan number is the publication approval date shown 8 in the lower right-hand corner of that plan. Standard Plans showing different dates shall not 9 be used in this contract. 10 11 A-10.10-00........8/7/07 A-30.35-00.......10/12/07 A-50.10-01……...8/17/21 A-10.20-00......10/5/07 A-40.00-01.........7/6/22 A-50.40-01……...8/17/21 A-10.30-00......10/5/07 A-40.10-04.........7/31/19 A-60.10-03........12/23/14 A-20.10-00......8/31/07 A-40.15-00.........8/11/09 A-60.20-03.........12/23/14 A-30.10-00......11/8/07 A-40.20-04.........1/18/17 A-60.30-01..........6/28/18 A-30.30-01......6/16/11 A-40.50-02.........12/23/14 A-60.40-00..........8/31/07 12 B-5.20-03........9/9/20 B-30.50-03.........2/27/18 B-75.20-03..........8/17/21 B-5.40-02.........1/26/17 B-30.60-00……..9/9/20 B-75.50-02..........3/15/22 B-5.60-02.........1/26/17 B-30.70-04.........2/27/18 B-75.60-00............6/8/06 B-10.20-02........3/2/18 B-30.80-01..........2/27/18 B-80.20-00.........6/8/06 B-10.40-02........8/17/21 B-30.90-02........1/26/17 B-80.40-00.........6/1/06 B-10.70-02……8/17/21 B-35.20-00..........6/8/06 B-85.10-01.........6/10/08 B-15.20-01........2/7/12 B-35.40-00..........6/8/06 B-85.20-00..........6/1/06 B-15.40-01........2/7/12 B-40.20-00..........6/1/06 B-85.30-00..........6/1/06 B-15.60-02........1/26/17 B-40.40-02........1/26/17 B-85.40-00..........6/8/06 B-20.20-02.......3/16/12 B-45.20-01..........7/11/17 B-85.50-01.........6/10/08 B-20.40-04.......2/27/18 B-45.40-01..........7/21/17 B-90.10-00….......6/8/06 B-20.60-03.......3/15/12 B-50.20-00..........6/1/06 B-90.20-00..........6/8/06 B-25.20-02........2/27/18 B-55.20-03..........8/17/21 B-90.30-00..........6/8/06 B-25.60-02.........2/27/18 B-60.20-02..........9/9/20 B-90.40-01..........1/26/17 B-30.05-00……..9/9/20 B-60.40-01..........2/27/18 B-90.50-00..........6/8/06 B-30.10-03.........2/27/18 B-65.20-01..........4/26/12 B-95.20-02..........8/17/21 B-30.15-00……..2/27/18 B-65.40-00..........6/1/06 B-95.40-01..........6/28/18 B-30.20-04.........2/27/18 B-70.20-01..........3/15/22 B-30.30-03.........2/27/18 B-70.60-01..........1/26/17 B-30.40-03..........2/27/18 13 C-1....................9/8/22 C-22.40-09........9/8/22 C-60.70-01……9/8/22 C-1b...................9/8/22 C-22.45-06........9/8/22 C-60.80-01……..9/8/22 C-1d................10/31/03 C-23.70-00……..8/22/22 C-70.15-00……..8/17/21 C-2c..................8/12/19 C.24.10-03........7/24/22 C-70.10-03........8/20/21 C-4f...................8/12/19 C-24.15-00…….3/15/22 C-75.10-02........9/16/20 C-6a................9/8/22 C-25.20-07........8/20/21 C-75.20-03........8/20/21 C-7.....................9/8/22 C-25.22-06........8/20/21 C-75.30-03........8/20/21 C-7a...................9/8/22 C-25.26-05........8/20/21 C-80.10-02........9/16/20 C-20.10-08.........9/8/22 C-25.30-01…….8/20/21 C-80.20-01........6/11/14 C-20.14-05..........9/8/22 C-25.80-05........8/12/19 C-80.30-02........8/20/21 C-20.15-02..........6/11/14 C-60.10-02…….9/8/22 C-80.40-01........6/11/14 C-20.18-04..........9/8/22 C-60.15-00……..8/17/21 C-85.10-00........4/8/12 C-20.40-09..........9/8/22 C-60.20-01……9/8/22 C-85.11-01........9/16/20 C-20.41-04..........8/22/22 C-60.30-01……8/17/21 C-85.15-02........8/27/21 C-20.42-05..........7/14/15 C-60.40-00……..8/17/21 C-85-18-03........9/8/22 C-20.43-00………8/22/22 C-60.45-00……..8/17/21 C-20.45.03..........9/8/22 C-60.50-00……..8/17/21 C-22.16-07........9/16/20 C-60.60-00……..8/17/21 1 D-2.36-03........6/11/14 D-4.................12/11/98 D-10.35-00.........7/8/08 D-2.46-02……8/13/21 D-6...................6/19/98 D-10.40-01......12/2/08 D-2.84-00........11/10/05 D-10.10-01......12/2/08 D-10.45-01......12/2/08 D-2.92-01........4/26/22 D-10.15-01......12/2/08 D-3.09-00........5/17/12 D-10.20-01.........8/7/19 D-3.10-01……5/29/13 D-10.25-01.........8/7/19 D-3.11-03……6/11/14 D-10.30-00.........7/8/08 2 E-1....................2/21/07 E-4....................8/27/03 E-2....................5/29/98 E-4a..................8/27/03 3 F-10.12-04.......9/24/20 F-10.62-02........4/22/14 F-40.15-04........9/25/20 F-10.16-00.......12/20/06 F-10.64-03........4/22/14 F-40.16-03........6/29/16 F-10.18-03.........3/28/22 F-30.10-04........9/25/20 F-45.10-03........8/13/21 F-10.40-04...........9/24/20 F-40.12-03........6/29/16 F-80.10-04........7/15/16 F-10.42-00.........1/23/07 F-40.14-03........6/29/16 4 G-10.10-00........9/20/07 G-26.10-00……7/31/19 G-20.10-03........8/20/21 G-30.10-04.......6/23/15 G-22.10-04..........6/28/18 G-50.10-03.......6/28/18 G-24.10-00......11/8/07 G-90.10-03……7/11/17 G-24.20-01......2/7/12 G-90.20-05……7/11/17 G-24.30-02......6/28/18 G-90.30-04……7/11/17 G-24.40-07.....6/28/18 G-95.10-02........6/28/18 G-24.50-05.....8/7/19 G-95.20-03........6/28/18 G-24.60-05.....6/28/18 G-95.30-03........6/28/18 G-25.10-05.......9/16/20 5 H-10.10-00..........7/3/08 H-32.10-00.......9/20/07 H-70.10-02......8/17/21 H-10.15-00..........7/3/08 H-60.10-01.........7/3/08 H-70.20-02......8/17/21 H-30.10-00......10/12/07 H-60.20-01.........7/3/08 6 I-10.10-01.........8/11/09 I-30.20-00.........9/20/07 I-40.20-00.........9/20/07 I-30.10-02.........3/22/13 I-30.30-02.........6/12/19 I-50.20-02..........7/6/22 I-30.15-02.........3/22/13 I-30.40-02.......6/12/19 I-60.10-01..........6/10/13 I-30.16-01.........7/11/19 I-30.60-02.........6/12/19 I-60.20-01..........6/10/13 I-30.17-01.........6/12/19 I-40.10-00.........9/20/07 I-80.10-02..........7/15/16 7 J-05.50-00…….8/30/22 J-28.10-02......8/7/19 J-50.25-00…….6/3/11 J-10..................7/18/97 J-28.22-00.......8/07/07 J-50.30-00…….6/3/11 J-10.10-04……9/16/20 J-28.24-02.......9/16/20 J-60.05-01…….7/21/16 J-10.12-00……9/16/20 J-28.26-01......12/02/08 J-60.11-00…....5/20/13 J-10.14-00……9/16/20 J-28.30-03......6/11/14 J-60.12-00…....5/20/13 J-10.15-01........6/11/14 J-28.40-02......6/11/14 J-60.13-00…....6/16/10 J-10.16-02……8/18/21 J-28.42-01.......6/11/14 J-60.14-01……7/31/19 J-10.17-02……8/18/21 J-28.43-01.......6/28/18 J-75.10-02……7/10/15 J-10.18-02……8/18/21 J-28.45-03.......7/21/16 J-75.20-01……7/10/15 J-10.20-04……8/18/21 J-28.50-03.......7/21/16 J-75.30-02…….7/10/15 J-10.21-02……8/18/21 J-28.60-03.......8/27/21 J-75.50-00……8/30/22 J-10.22-02........8/18/21 J-28.70-04.......8/30/22 J-75.55-00……8/30/22 J-10.25-00……7/11/17 J-29.10-02.......8/26/22 J-80.05-00……8/30/22 J-10.26-00…….8/30/22 J-29.15-01.......7/21/16 J-80.10-01……8/18/21 J-12.15-00……6/28/18 J-29.16-02.......7/21/16 J-80.12-00……8/18/21 J-12.16-00……6/28/18 J-30.10-01…...8/26/22 J-80.15-00……6/28/18 J-15.10-01........6/11/14 J-40.01-00……..8/30/22 J-81.10-02……8/18/21 J-15.15-02……7/10/15 J-40.05-00……7/21/16 J-81.12-00……9/3/21 J-20.01-00…….8/30/22 J-40.10-04…...4/28/16 J-84.05-00……8/30/22 J-20.10-04........7/31/19 J-40.20-03…...4/28/16 J-86.10-00……6/28/18 J-20.11-03........7/31/19 J-40.30-04……4/28/16 J-90.10-03…….6/28/18 J-20.15-03........6/30/14 J-40.35-01……5/29/13 J-90.20-03…….6/28/18 J-20.16-02........6/30/14 J-40.36-02……7/21/17 J-90.21-02……6/28/18 J-20.20-02........5/20/13 J-40.37-02……7/21/17 J-90.50-00……6/28/18 J-20.26-01........7/12/12 J-40.38-01.......5/20/13 J-21.10-04......6/30/14 J-40.39-00……5/20/13 J-21.15-01......6/10/13 J-40.40-02……7/31/19 J-21.16-01......6/10/13 J-45.36-00……7/21/17 J-21.17-01......6/10/13 J-50.05-00……7/21/17 J-21.20-01......6/10/13 J-50.10-01…….7/31/19 J-22.15-02......7/10/15 J-50.11-02…….7/31/19 J-22.16-03......7/10/15 J-50.12-02…….8/7/19 J-26.10-03…..7/21/16 J-50.13-01…….8/30/22 J-26.15-01…..5/17/12 J-50.15-01…….7/21/17 J-26.20-01…..6/28/18 J-50.16-01…….3/22/13 J-27.10-01…..7/21/16 J-50.18-00…….8/7/19 J-27.15-00…..3/15/12 J-50.19-00…….8/7/19 J-28.01-00……8/30/22 J-50.20-00…….6/3/11 1 K-70.20-01.......6/1/16 K-80.32-00……8/17/21 K-80.35-01.......9/16/20 K-80.10-02.......9/25/20 K-80.34-00……8/17/21 K-80.37-01.......9/16/20 2 L-5.10-00……..9/19/22 L-20.10-03........7/14/15 L-40.20-02........6/21/12 L-5.15-00……..9/19/22 L-30.10-02........6/11/14 L-70.10-01.......5/21/08 L-10.10-02........6/21/12 L-40.15-01........6/16/11 L-70.20-01.......5/21/08 3 M-1.20-04.........9/25/20 M-11.10-04........8/2/22 M-40.20-00......10/12/07 M-1.40-03.........9/25/20 M-12.10-03……8/2/22 M-40.30-01......7/11/17 M-1.60-03.........9/25/20 M-15.10-01........2/6/07 M-40.40-00......9/20/07 M-1.80-03.........6/3/11 M-17.10-02........7/3/08 M-40.50-00......9/20/07 M-2.20-03.........7/10/15 M-20.10-04........8/2/22 M-40.60-00......9/20/07 M-2.21-00……..7/10/15 M-20.20-02........4/20/15 M-60.10-01......6/3/11 M-3.10-04.........9/25/20 M-20.30-04........2/29/16 M-60.20-03......8/17/21 M-3.20-04.........8/2/22 M-20.40-03........6/24/14 M-65.10-03......8/17/21 M-3.30-04.........9/25/20 M-20.50-02........6/3/11 M-80.10-01......6/3/11 M-3.40-04.........9/25/20 M-24.20-02.......4/20/15 M-80.20-00......6/10/08 M-3.50-03.........9/25/20 M-24.40-02.......4/20/15 M-80.30-00......6/10/08 M-5.10-03.........9/25/20 M-24.60-04.......6/24/14 M-7.50-01.........1/30/07 M-24.65-00……7/11/17 M-9.50-02.........6/24/14 M-24.66-00……7/11/17 M-9.60-00……..2/10/09 M-40.10-03......6/24/14 1       City of Renton  Contract Provisions for  Downtown Core Streetscape Phase 2  Williams Avenue South  ______________________________________________________________________________     APPENDIX D – Pothole Data  WILLIAMS AVE S S 3RD STS 2ND STPOTHOLE LOCATIONS LEGEND POTHOLE NOTES PLAN NUMBER BY APP.REVISION DESCRIPTION DRAWN BY: DESIGN BY: CHECK BY: PROJ MGR: FILE:BY:DATE: APPROVED FOR CONSTRUCTION DATE DRAWING NO. PROJECT NO. FED AID NO. DATE: SHEET NO.OF SURVEYED: 21089POTHOLE_ANAYLSIS.dwg BID DOCUMENT Public Works Department CITY OF RENTON Seattle Wenatchee KPG.com Tacoma 2502 Jefferson Ave Tacoma, WA 98402 253.627.0720 CDBG #C19352 JUNE 2023 21089 KPG PSOMAS DOWNTOWN CORE STREETSCAPE PHASE 2 WILLIAMS AVE SOUTH JUNE 14, 2023 POTHOLE DATA