Loading...
HomeMy WebLinkAboutContractAward Date: February 18, 2019 Awarded to: K-A General Construction Contractor, LLC Bidding Requirements, City of Renton Forms, Contract Forms, Conditions of the Contract, Plans and Specifications CAG-19-010 ,"City of �Y o City of Renton 2019 Stormwater Facility Fencing Project Project No. SWP-27-3677 January 2019 City of Renton 1055 South Grady Way Renton WA 98057 Project Manager: Ken Srilofung 425-430-7247 GPrinted on Recycled Paper CITY OF RENTON RENTON, WASIUNGTON CONTRACT DOCUMENTS for the 2019 Stormwater Facility Fencing Project PROJECT NO. SWP-27-3677 January 2019 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS CITY OF RENTON 1055 South Grady Way Renton, WA 98057 0 Printed on Recycled Paper K-A General Construction Cont. P.O.BOX 2304 Woodinville, WA 98072 Phone: 206-353-2727 Feb. 26tb 2019 City of Renton Surface Water Utility 1055 S Grady Way Renton, WA 98057 Re: 2019 Storm -water Facility Fencing Project SWP-27-3677 Attn: Ken Srilofung, P.E., Surface Water Utility Engineer Dear Mr. Srilofung, .2019 DVPO The person, whose signature appear below, one of whom is the principal of K-A General Construction Cont. LLC, and is authorized to sign the contract or any other documents pertaining to "Reuse-Reef�art S��n"' ` ��u� Maplewood " project. The information provided below is true and correct in all material lul� respect. d Date: Feb. 26te 2019 Name: Kalwinder (Kal) Brar Designation: Principal Signature: Sincerely, Susan Sihota Office Administration K-A General Construction Contractor LLC K-A General Construction Cont. P.O.BOX 2304 Woodinville, WA 98072 Phone: 206-353-2727 Responsible Officer- Kal Brar Emergency Number- 206-353-2727 4423 2391h PI SE Bothell, WA 98021 Cell- 206-353-2727 Bonding Agent- Cameron Huntsucker Integrity Surety LLC 17544 Midvale Ave. N, Ste #300 Seattle WA 98133 Phone: 800-592-8662 or 206-546-1397 Insurance Agent - Vicki Banker Darragh -Banker -&-Leavitt insurance Agency Ine. Lower Valley Brokers P.O. Box 645/601 E 2od St. Grandview, WA 98930 K-A GENERAL CONST CONTR LLC Home Espanol Contact Search L&I Page 1 of 2 A-Z Index Help My L&I Safety & Health Claims & Insurance Workplace Rights Trades & Licensing OnWashington State Department of Labor & Industries K-A GENERAL CONST CONTR LLC Owner or tradesperson PO BOX 2304 WOODINVILLE, WA 98072 Principals 206-353-2727 BRAR, KALWINDER KING County SINGH, PARTNER/MEMBER Doing business as K-A GENERAL CONST CONTR LLC WA UBI No. Business type 602 560 519 Limited Liability Company License Verify the contractor's active registration / license / certification (depending on trade) and any past violations. Construction Contractor Active. .......................................................... Meets current requirements. License specialties GENERAL License no. KAGENGC941C3 Effective — expiration 02/23/2006— 05/18/2020 Bond DEVELOPERS SURETY & INDEM CO $12,000.00 Bond account no. 549846C Received by L&I Effective date 02/23/2006 12/15/2005 Expiration date Until Canceled Insurance ....................... Acceptance Casualty Insurance $1,000,000.00 Policy no. 2858235 Received by L&I Effective date 02/22/2019 02/23/2019 Expiration date 02/23/2020 Insurance history Savings ................... No savings accounts during the previous 6 year period. Lawsuits against the bond or savings Cause no. 13-2-38120-6sea Dismissed ........................ Complaint filed by Complaint against bond(s) or savings ralph's concrete pumping inc 549846C Complaint date Complaint amount Help us improve https://secure.Ini.wa.gov/verify/Detail.aspx?UBI=602560519&LIC=KAGENGC941C3&SAW= 03/06/2019 K-A GENERAL CONST CONTR LLC 1112012013 $5,386.03 Page 2 of 2 L&I Tax debts No L&I tax debts are recorded for this contractor license during the previous 6 year period, but some debts may be recorded by other agencies. License Violations .................................... No license violations during the previous 6 year period. Workers' comp Do you know if the business has employees? If so, verify the business is up-to-date on workers' comp premiums. L&I Account ID Account is current. 109,811-00 ......................... Doing business as K-A GENERAL CONSTRUCTION CONTR Estimated workers reported Quarter 4 of Year 2018 "1 to 3 Workers" L&I account contact TO / JULIE SUR (360)902-4715 - Email: SURJ235@lni.wa.gov Public Works Strikes and Debarments Verify the contractor is eligible to perform work on public works projects. Contractor Strikes have strikes have been issued against this contractor. Contractors not allowed to bid No debarments have been issued against this contractor. Workplace safety and health Check for any past safety and health violations found on jobsites this business was responsible for. Inspection results date 02/20/2015 Violations Inspection no. 317934933 Location 8510 240th st. SW. Edmonds, WA 98020 ©Washington State Dept. of Labor & Industries. Use of this site is subject to the laws of the state of Washington. Help us improve https://secure.Ini.wa.gov/verify/Detail.aspx?UBI=602560519&LIC=KAGENGC941C3&SAW= 03/06/2019 Department of Labor and Industries K-A GENES CONST CONTR LLC PO Box 44450 Olympia, WA 98504-4450 Reg: CC KAGENGC941C3 UBI: 602-560-519 Registered as provided by Law as: Construction Contractor (CCO1) - GENERAL 684 K-A GENERAL CONST CONTR LLC Effective Date: 2/23/2006 PO BOX 2304 Expiration Date: 5/18/2020 WOODINVILLE WA 98072 Business License 1055 South Grady Way Renton, WA 98057 (425) 430-6851 Renton License* 51097 WA State UBI# 602560519-001-0001 Expiration Date: 1/31/2020 K-A GENERAL CONSTRUCTION CONTRACTOR LLC 4423 239TH PL SE BOTHELL WA 98021-9009 LICENSE MUST BE POSTED IN THE PLACE OF BUSINESS FOR WHICH IT IS ISSUED BELOW 1'l BUSINESS LICENSE `j NON -TRANSFERABLE i K-A GENERAL CONSTRUCTION CONTRACTOR LLC 4423 239TH PL SE BOTHELL WA 98021-9009 &ez:i 24z-v1- Mayor, Denks Law Renton Business License #: 51097 WA State UBI# 602560519-001-0001 Expiration Date: 1/31/2020 ASD Administrator, Jan Hawn Licensee has applied for a City of Renton business license in accordance with Renton Municipal Code (the Code), Title V Business, Chapter 5 Business License. The Licensee agrees to comply with all requirements of the Code, as well as State laws and regulations applicable to the business activity licensed. LICENSE MUST BE POSTED IN THE PLACE OF BUSINESS FOR WHICH IT IS ISSUED 1055 S Grady Way, Renton WA 98057 (425) 430-6851 licensing@rentonwa.gov CITY OF RENTON 2019 Stormwater Facility Fencing Project SWP-27-3677 CONTRACT DOCUMENT TABLE OF CONTENTS Summary of Fair Practices Policy Summary of Americans with Disability Act Policy Scope of Work Project Locations Instructions to Bidders Call for Bids *Bid Bond Form *Dept. of Labor and Industries Certificate Registration *Proposal and Combined Affidavit & Certificate Form: (Non -Collusion, Anti -Trust Claims, Minimum Wage) *Schedule of Prices *Acknowledgement of Receipt of Addenda *Certification of Compliance with Wage Payment Statues ❖Bond to the City of Renton ❖Fair Practices Policy Affidavit of Compliance ❖Contract Agreement (Contracts other than Federal — Aid FHWA) ❖Retainage Selection Insurance Requirements Wash.State Statement of Intent to Pay Prevailing Wages, Affidavit of Prevailing Wages Paid Wash. State Prevailing Hourly Wage Rates Reference Renton Certificate of Payment of Prevailing Wages City of Renton SPECIAL PROVISIONS WSDOT Amendments Reference Construction Plans (reduced 11x17) Documents marked as follows must be submitted at the time noted and must be executed by the Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. * Submit with Bid Submit after Notice of Award CITY OF RENTON - Public Works Department 03 Contents-2019 Fencing Project\ CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION N0. 4085 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 O RENTON n Denis Law, Mayor Attest: Bonnie I. Walton, City Clerk RENTON CITY COUNCIL Q214 �1� uncil Pr sident CITY OF RENTON SUMMARY OFAMERICANS WITH DISABILITIES ACT POLICY ADOPTED BYRESOLUTIONNO. 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. accommodate the disability. This policy shall 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: (I) EMPLOYMENT PRA E - All activities relating to employment such as recruitment, selection, promotion, termination and training shall be conducted in a non- discriminatory manner. 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 BIMM_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 Wl TH DISABIL=S 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) QQNTRACTOM' OBLIGATION - Contractors, subcontractors, consultants and suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities 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 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 4th day of October 1993. C RENTON Mayor Attest: City Clerk RENTON CITY COUNCIL: ouncil President CITY OF RENTON 2019 Stormwater Facility Fencing Project SWP-27-3677 SCOPE OF WORK The work involved under the terms of this contract document shall consist of furnishing all materials, labor, tools, and equipment necessary to construct approximately 3,029 Linear Feet (LF) of the chain link fence and 9 chain link gates. Other works will include the removal and disposal of existing wooden fence and gate, the existing chain link, and other obstructions as shown on the plans and specifications of this contract document. The estimated project cost is in range $192,000 to $264,000. A total of 50 working days is allowed for a completion of the project. For Bid Item Descriptions see Special Provisions Section 1-09.14 Any contractor connected with this project shall comply with all federal, state, county, and city codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document. 06a-Scope 2018\ LJW W NE_7th-PI NE=7th-PI U n a w w 90 U Z fq NE- 6th=Cf CE-7� O NE 7th St w 7 J o cIz-NE=6th Y Q 51 � N, �co, ¢' 2 Or a Y w w-NE 6th-St w o N cc Z z z w ? SE-124th-St St C 00 - > > Z ai o -NE-5th=Ct - SE-124th J I I Z U �,N&5th-Pl O �°, S a Q'iw VE-5th w Cir Q z Q NE-5th-St NE-4th-Ct z, Y ?tea a w a d-NEAh-Pl N—NE=4th=P_I o'I Z Y Z U Z N Z 5 L�+p�U - O'a CL D rn a w—NE=4th-St=2 -- Z m >=NE-3rd=L=n, N NE- z 3 N/_d NE3rd=Ct o w c w Maureen Div. 1 Pond NE3[d=PI f o az �I I¢> m w o NE3rd=Sty43)-�•�o w w �, CON�c a�LIJ -TT mm z z NE-2nd Ct t -'' NE-2nd Ct co �� Q w 3 w N m NE 2nd= -n NE 2nd_St o > NE 2nd-St W w ¢ cn Q TI av' 2 NE 2nd-St SE-132nd St N_ E 1st NE 1st=Cir Q � L � w Cir w U z ab b2�in z a > I NE 1st=St`� c y OSE=133rd=E SE1.33rd_St o--NE=1st=P-I NFL NE-1st=St Qi ; o � w �/ L m NE-1st=St -SE=1st=PI N O w w o °o NE-1_st St v —0NF o cLA co �>E=2ndS p' SE-2nd_COaOf vi Q� Q J 0.3 0.15 0 Miles N Project Location: Maureen Div. 1 Pond Honey Creek Ridge Pond LI 0.3 0.15 0 Miles N Project Location: Honey Creek Ridge Pond N 0.3 0.15 0 Miles AI Project Location: Morning Glen Pond 0.3 0.15 0 Miles N Project Location: Chinquapin Pond w SE 167th St N� ��� `v -SE-167th-St��� qwi ��1 � ¢ q e2tih s SF S'E=16�\h P_l Q N w CN W — ,N i - SE-168th-St .E=_169th-S_t rn w w w -SE- 69W_-Pl ��.�� 9th-PI > > W- cn / N N N > h ' o r'SE=17_0th- 119th.Ave-S LO N O Q\ 8E171st=L I- SE 171_st St w 3 I o - SE_1.-7_1 st-P_I--O r• \ s Kimberly Lane Pond w w D CD U) SSE-1-72nd-L-n SE-172nd- L w � N m 7iy7A /22�a ' C.14 S > Q JgE o 125th 73�q N N / CIA�c9 Ave SE St t W ER fA /// N � N- la SE=173rd PI SE-1=746h St SE 174th Ln -126, SE-175th-St w G � �� ' »- w r a w c cu a� SE 175" � I _ SE•PetrovitskyRd fOth rp Ct SEA- th cj- r N 5� SE'176r N SE 178th St�� cN,.w Q '0 w n' Q SE-180th-St rCUO �r-SE-179th-Pill �r,� w N �S\ �=�j m U) m 0.3 0.15 0 Miles N Project Location: Kimberly Lane Pond S 49� rSt 49\h 3 i ) N 9 ��hers S=49th-St ; SE -St S P a Shattuc+ `S m Talbot PI S 167 QCO 50th S 50th St St S=50th=St SE=187thSt N S P 9Go��e o o Q m a S 50th PI o ~, S S 51 st St g51st SE=188tti=St . S=52nd=St SE_1.90th St� SE-1 90th S S=53rd_PI WOa St SE 190th=PI a SpringBrook Terrace Pond S_1.92nd_St - �- S-55th=St 5E7192nd=St 8_ Pi SE-192nd- PI W (' 2 m Q O � s N S_194th -St ,a /o s-lsstn-P> D m N St C �S � T S 19��r C9 P�e- m N,,3 1g9th P/ > r St rn �y{10� ❑ eSE(n o� a o,`tc� S 200th'St W o ro o m�—SE 200th-S � Q' o a N 0.3 0.15 0 Miles AI Project Location: SpringBrook Terrace Pond 2019 Stormwater Facility Fencing Project SWP-27-3677 INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, the City of Renton City Hall, until the time and date specified in the Call for Bids. At this time the bids will be opened and publicly read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention of the Project Engineer. Written addenda to clarify questions that arise may then be issued. No oral statements by Owner, Engineer, or other representative of the owner shall, in any way, modify the contract documents, whether made before or after letting the contract. 3 The work to be done is shown in the plans and / or specifications. Quantities are understood to be only approximate. Final payment will be based on actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. 5. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. 7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. S. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 11. Payment for this work will be made in Cash Warrants. 12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation, public liability, and property damage as identified within Special Provisions, Specification Section 1-07.18 "Public Liability and Property Damage Insurance". 13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. 14 Before starting work under this contract, the Contractor is required to supply information to the City of Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing City of Renton Employees. 15. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage". 16. Basis For Approval The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be considered responsive for award. The total price of all schedules will be used to determine the successful low responsive bidder. Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet the needs of the City. The intent is to award to only one BIDDER. 17. Trench Excavation Safety Systems As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. 18. Payment of Prevailing Wages In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers, workmen, mechanics or subconsultants. The most recent issue of the prevailing wage rates are included within these specifications under section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this project. 19. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the prevention of environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. 20. Standard Specifications All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Supplemental Specifications, Special Provisions other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly, paragraph by paragraph, or not. 1. WSDOT/APWA "2018 Standard Specifications for Road, Bridge and Municipal Construction" and "Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard Specifications." A. Any reference to "State," "State of Washington," "Department of Transportation," "WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified to read "City of Renton," unless specifically referring to a standard specification or test method. B. All references to measurement and payment in the WSDOT/APWA standards shall be detected and the measurement and payment provisions of Section 1-09.14, Measurement and Payment (added herein) shall govern. 21. If a soils investigation has been completed, a copy may be included as an appendix to this document. If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize themselves adequately with the project site and existing subsurface condition as needed to submit their bid. Upon approval of the City, the Bidder may make such subsurface explorations and investigations as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and other buried or surface improvements and shall restore the site to the satisfaction of the City. 22 Bidder's Checklist ❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to bid opening time. ❑ Have you submitted, as part of your bid, all documents marked in the index as "Submit With Bid"? ❑ Has bid bond or certified check been enclosed? ❑ Is the amount of the bid guaranty at least S percent of the total amount of bid including sales tax? ❑ Has the proposal been signed? ❑ Have you bid on ALL ITEMS and ALL SCHEDULES? ❑ Have you submitted Certification of Compliance with Wage Payment Statues? ❑ Have you reviewed the Prevailing Wage Requirements? ❑ Have you certified Receipt of Addenda, if any? ❑ Have you submitted Dept. of Labor and Industtries Certificate of Registration Form? CAG-19-010 CITY OF RENTON CALL FOR BIDS 2019 Stormwater Facility Fencing Project SW P-27-3677 Sealed bids will be received until 2:30 p.m. on Wednesday, February 6, 2019, at the City Clerk's office, 7t' floor, and will be opened and publicly read in Conference Room #511 on the 5th floor, Renton City Hall, 1055 South Grady Way, Renton WA 98057, for 2019 Stormwater Facility Fencing Project The work to be performed within 50 working days from the date of commencement under this contract shall include, but not be limited to furnish all materials, labor, tools, and equipment necessary to construct the chain link fence and gate. Other works will include the removal of existing wooden fence and gate, chain link, and other obstructions as shown on the plans and as described in the contract specifications. The estimated project cost is in the range of $192,000 - $264,000 The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Bid documents will be available on January 16, 2019. Plans, specifications, addenda, and the 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."). Should you required further assistance, contact Builder Exchange of Washington at (425) 258-1303. Bidders are not to contact the City of Renton or the Engineer to obtain bidding documents. Questions about the project shall be addressed to, Ken Srilofung, City of Renton, Public Works Dept., 1055 Grady Way, Fifth Floor, Renton, WA, 98057, phone (425) 430-7247, or by email at ksrilofung@rentonwa.gov. A certified check or bid bond in the amount of five percent (5%) of the total of each bid must accompany each bid. The City's Fair Practices, Non -Discrimination, and Americans with Disability Act Policies shall apply. Jaso A. Seth, C , City Clerk 7 Published: Daily Journal of Commerce January 16, 2019 Daily Journal of Commerce January 22, 2019 Proposal Bid Bond KNOW ALL MEN BY THESE PRESENTS, That we, [Contractor] K A General Construction Contractors LLC of [address] PO Box 2304, Woodinville WA 98072 as Principal, and [Surety] Developers Surety and Indemnity Company a corporation duly organized under the laws of the State of California and authorized to do business in the State of Washington, as Surety, are held and firmly bound unto the City of Renton in the sum of five (5) percent of the total amount of the bid proposal of said Principal for the work hereinafter described, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators and assigns, and successorsand 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 project, to wit: 2019 Stormwater Facility Fencing Proiect SWP-27-3677 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 performance 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 performance 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. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be signed and sealed this 6th day of February # 2019 K A General Construction Contractors LLC [Princip ... By: [Signature of authorized official] Kalwinder S Brar, Managing Member [Title] Developers Surety and Indqrnniqr Company [Surety] By: [Sig a of autho zed official] By: Cameron Huntsucker [Attorney-i n-Fact] c/o Integrity Surety LLC 17544 Midvale Ave N #300 [Address] Seattle WA 98133 206-546-1397 [Telephone Number] Approved by the City Attorney on 6/03/13 POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO Box 19725, IRVINE, CA 92623 (949) 263-3300 KNOW ALL BY THESE PRESENTS that except as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, do each hereby make, constitute and appoint: ***Kara Skinner, Cameron L. Huntsucker, Mercedes Trokey-Moudy, jointly or severally*** as their true and lawful Alomey(s)-in-Fact, to make, execute, deliver and acknowledge, for and on behalf of said corporations, as sureties, bonds, undertakings and contracts of suretyship giving and granting unto said Attomey(s)-in-Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of said corporations could do, but reserving to each of said corporations full power of substitution and revocation, and all of the acts of said Attomey(s)-in-Fact, pursuant to these presents, are hereby ratified and confirmed. This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Boards of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, effective as of January 1st, 2008. RESOLVED, that a combination of any two of the Chairman of the Board, the President, Executive Vice -President, Senior Vice -President or any Vice President of the corporations be, and that each of them hereby is, authorized to execute this Power of Attorney, qualifying the attomey(s) named in the Power of Attorney to execute, on behalf of the corporations, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assistant Secretary of either of the corporations be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney; RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporations when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it is attached. IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by their respective officers and attested by their respective Secretary or Assistant Secretary this 6th day of February, 2017. By: ANYO, Daniel Young, Senior Vice -President ,,J•aco�ORirF�'. ;�' p¢PO�q� o By: L�'Cii� Mark Lansdon, Vice -President State of California County of Orange 1936 �_- x = OCT. 5 "nua..a A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. On February 6, 2017 before me, Lucille Raymond, Notary Public Date Here Insert Name and Title of the Officer personally appeared Daniel Young and Mark Lansdon Names) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of LUCILLE RAYIMOND which the person(s) acted, executed the instrument. Commission #� 2081945 4P Notary Public - California I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is Z Orange County true and correct M Comm. Expires Oct 13 2018 WITNESS my hand and official seal. Place Notary Seal Above Signature Lucille q y ond, Notary Public CERTIFICATE v The undersigned, as Secretary orAssistant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY or INDEMNITY COMPANY OF CALIFORNIA, does hereby certify that the foregoing Power of Attorney remains in full force and has not been revuked and, furthermore, that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in the Power of Attorney are in force as of the date of this Certificate. This Certificate cate is executed in the City of Irvine, California, this 6th day of February 2019 ,•``� AND/pANY ya%,, 4p1A U,� 9 a � 2gpo T• 5LU � rt <- Cassie JVmsford, ssistan4Starty_ o q ' o o t9B7 ATS-1002 (02/17) �o" • ���� 2019 Stormwater Facility Fencing Project SWP-27-3677 Department of Labor and Industries Certificate of Registration Name on Registration: Registration Number: W I -k 1621 V - ao L c-c ems• e- -A- !«cr c*iCz G4Y o C-,,3 Expiration Date: B ,�L- Ile .1 Note: A copy of the certificate will be requested as part of contract execution when project is awarded. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal - Page i of 2 CITY OF RENTON 2019 Stormwater Facility Fencing Project SWP-27-3677 Proposal & Combined Affidavit & Certificate Form TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications, contract and schedule of prices. The undersigned further certifies and agrees to the following provisions: NON -COLLUSION AFFIDAVIT Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact usually borne by the purchaser. Therefore, vendor hereby assigns to purchaser any and all claims for such over -charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract. I have read the above and foregoing statements and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal - Page 2 of 2 FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT �� - ✓� G e.+ti¢.ir' "fir u.c lrt C•M ,- I„LC. Name of Bidder's Firm Printed Name:_ 1<C-6 i, t4U-r Brzw, Signature: Address: `�� O ax '���{ Won L . ,,,u. 16 w/4- G' eD TZ Contact Name (please print): /-r z Phone: �4.- '� - 0-7 Z7 Email: &a L4 o asg c.a� Names of Members of Partnership: OR Name of President of Corporation Name of Secretary of Corporation Corporation Organized under the laws of With Main Office in State of Washington at Subscribed and sworn to before me on this day of 20 Notary Public in and for the State of Washington Notary (Print) My appointment expires: Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF RENTON SCHEDULE OF PRICES 2019 Stormwater Facility Fencing Project SWP-27-3677 (Sales Tax Rule 170 Applies To This Project) SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR BID ITEMS. "Note: Show UNIT PRICE and TOTAL AMOUNT in FIGURES only. ITEM ITEM WITH UNIT PRICED BID APPROX. UNIT PRICE* TOTAL AMOUNT* NO. QUANTITY Dollars Cents Dollars Cents 1 Minor Changes 1 $18,000.00 $18,000.00 Est. Per Est 2 Construction Surveying, Staking, and As-Builts 1 ooO -" `f 3 Cs1. LS Per LS 3 (may not be more than 10% of total 1 $_(�—boc_ f � (3'000 BMo�bilization LS Per LS 4 Removal of Structures and Obstructions 1 �* s age- 31. a 8a LS Per LS 5 Maureen Highland Division 1 Pond - Black 659 � 36 - 7! _ Chain Link Fence LF Per LF Honey Creek Ridge Pond - Black Chain Link 738 -A Fence LF Per LF 7 Morning Glen Pond - Black Chain Link Fence 472 �6 7j _ ! 7 34/ 6 LF Per LF 8 Chinquapin Ridge Pond - Black Chain Link 592 ,� 2�.- 7s2— _ � �,/�7:56 6� Fence LF Per LF 9 Kimberly Lane Pond - Black Chain Link Fence 233 _7 � _ Sl FJ ,6 -7 LF Per LF 10 Springbrook Terrace Pond - Black Chain Link Fence 335 36 _??_ LF Per LF 11 Maureen Highland Division 1 Pond - Black 16- 1 �b a � , I ! `U Foot Chain Link Gate EA Per EA12 Honey Creek Ridge Pond - Black 16-Foot Chain a cro Link Gate EA Per EA 13 MorningGlen Pond - Black 16-Foot Chain Link 1 _ Gate EA Per EA 14 Chinquapin Ridge Pond - Black 16-Foot Chain 1 / Link Gate EA Per EA 15 Kimberly Lane Pond - Black 16-Foot Chain Link Gate c9 EA Per EA Schedule of Prices Page 1 of 2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF RENTON SCHEDULE OF PRICES 2019 Stormwater Facility Fencing Project SWP-27-3877 (Sales Tax Rule 170 Applies To This Project) SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR BID ITEIIAS. "Note: Show UNIT PRICE and TOTAL AMOUNT in FIGURES only. ITEM NO. ITEM WITH UNIT PRICED BID APPROX. UNIT PRICE* TOTAL AMOUNT* QUANTITY Dollars Cents Dollars Cents 16 Springbrook Terrace Pond - Black 16 Foot Chain Link Gate 1 JV,75 EA _ Per EA 17 Honey Creek Ridge Pond - Black 8-Foot Chain Link Gate 1 S"'_- `O 4 EA Per_EA 18 Chinquapin Ridge Pond - Black 4-Foot Chain Unk Gate 1 EA Per EA 19 Springbrook Terrace Pond - Black 8- Foot Chain Link Gate 1 ,$ 5 �6 S `� EA _ _ Per EA Subtotal =$ 10.0 % Sales Tax = $ r99p 8/ TOTAL - $ 17,1- T? 7• �/ 2 Schedule of Prices Page 2 of 2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF RENTON 2019 Stormwater Facility Fencing Project SWP-27-3677 ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA NO. DATE: 3, , ar , ZO / 7 NO. -?L DATE: j d o/ NO. DATE: NO. DATE: NO. DATE: SIGNED: TITLE: ADDRESS: e-(> Ao�c -,23 0V CITY/ STATE/ ZIP: TELEPHONE: 9-cpL— 0Q Z -2-7 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Denis Law Mayor 1[-%,�R Public Works Department Gregg Zimmerman, P.E., Administrator 2019 Stormwater Facility Fencing Project-SWP-27-3677 Addendum No. 1 Date of Issue: January 28, 2019 Date of bidding: February 6, 2019 Notice to All Planholders: Addendum No. 1, containing the following revisions, additions, deletions and/or clarifications, is hereby made part of the plans and Contract Provisions for the above -named project. Bidders shall take this addendum into consideration when preparing and submitting their bids and shall be attached to the Contract Provisions. Bidders shall acknowledge the receipt of this Addendum No. 1 in the place provided in the Acknowledgement of Receipt of Addenda. Failure to do so may disqualify the bidders from consideration of its bid. CONTRACT PROVISIONS The following information will be added in the Special Provisions, Section 2-02 Removal of Structure and obstructions; 2.02.1 Description: "The existing post concrete footing resulting from the installation of current existing wooden fences/gates for the Maureen Div. 1 Pond shall be removed when they conflict with the post concrete footing installation of the new chain link fence and/or gate." CONSTRUCTION PLANS The Construction Note No. 3 called out on the construction plan drawing sheet 6 of 11, Chinquapin Pond Plan, located approximately 12 feet northerly from the edge of the existing concrete sidewalk pavement on SE 192nd St, is changed to the Construction Note No. 4. ALL OTHER REQUIREMENTS OF THE CONTRACT PROVISIONS REMAIN IN EFFECT. Date: January 28, 2019 Ken Srilofung, PE Project Manager H:\File Sys\SWP - Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-3677 Stormwater Facility FENCE Project\2018 Stormwater Facility Fence Project\1100 Design Planning\Bid Ready Set\2019 Fencing Project_Addendum No.l.docx 1055 South Grady Way, Renton, WA 98057 • rentonwa.gov Denis Law Mayor 1[-%,�R Public Works Department Gregg Zimmerman, P.E., Administrator 2019 Stormwater Facility Fencing Project SWP-27-3677 Addendum No. 2 Date of Issue: February 1, 2019 Date of bidding: February 6, 2019 Notice to All Planholders: Addendum No. 2, containing the following revisions, additions, deletions and/or clarifications, is hereby made part of the plans and Contract Provisions for the above -named project. Bidders shall take this addendum into consideration when preparing and submitting their bids and shall be attached to the Contract Provisions. Bidders shall acknowledge the receipt of this Addendum No. 2 in the place provided in the Acknowledgement of Receipt of Addenda. Failure to do so may disqualify the bidders from consideration of its bid. CONSTRUCTION PLANS • The construction plan sheet 11 of 11, Pond Fencing and Gate -Post Detail Plan; the gate post in the member column of POST AND RAIL SPECIFICATIONS is revised to be 3-1/2" in NOM. SIZE (SCH. 40) I.D. with 9.10 lb./ft. in weight. ALL OTHER REQUIREMENTS OF THE CONTRACT PROVISIONS REMAIN IN EFFECT. Date: February 1, 2019 Ken Srilofung, P.E. Project Manager \\rvl2rfps02\Depts\PW\File Sys\SWP - Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-3677 Stormwater Facility FENCE Project\2018 Stormwater Facility Fence Project\1100 Design Planning\Bid Ready Set\2019 Fencing Project —Addendum No. 2.docx 1055 South Grady Way, Renton, WA 98057 • rentonwa.gov This form must be submitted with the Bid Proposal at the time for delivery of the Bid Proposal. Certification of Compliance with Wage Payment Statutes The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date, the bidder is not a "willful" violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. Bidder's Bu iness Name Signature of Authorized Official* Printed Name ®L.e_- tx- r Title F-g�6. 4, , -20 1,78 �[�t-QL � Date city State Check One: Sole Proprietorship 9 Partnership ❑ Joint Venture ❑ Corporation ❑ State of Incorporation, or if not a corporation, State where business entity was formed: f'J-�LF.ka-n-r` If a co -partnership, give firm name under which business is transacted: *If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). If a co -partnership, proposal must be executed by a partner. Template Updated 12/29/2017 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 2 — CONTRACT SECTION INFORMATION ONLY 2019 Stormwater Facility Fencing Project SWP-27-3677 The contract documents in this section must be executed and submitted by the successful Bidder within ten (10) days following the Notice of Award. ❖Bond to the City of Renton ❖Fair Practices Policy Affidavit of Compliance ❖Contract Agreement (Contracts other than Federal - Aid FHWA) ❖Retainage Selection 14-CONTRACT SECTION-2019Fencing\ BOND TO THE CITY OF RENTON Bond #383688P KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned K A General Construction Contractor LLC as principal, and Developers Surety and Indemnity Company corporation organized and existing under the laws of the State of _California 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 ftmly bound to the City of Renton in the penal sum of $175,997.92 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or person representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City of Renton. Dated at Seattle , Washington, this 27th day of February , 2019 Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract CAG-19-010 providing for construction of 2019 Stormwater Facility Fencing PKMIect SWP-27-3677 dated February 2019. the principal is required to furnish a bond for the faithful performance of the contract; and WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmcn, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in the contract or from defects appearing or developing in the material or workmanship provided or performed under the contract within a period of one year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. K A General Construction Contractor LLC Pn * al Signaiure Kalwinder S Brar, Member Title Developers Surety and Indemnity Company Surety Signature Cameron Huntsucker, Attome-in-Iact _ Title POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO Box 19725, IRVINE, CA 92623 (949) 263-3300 KNOW ALL BY THESE PRESENTS that except as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, do each hereby make, constitute and appoint: ***Kara Skinner, Cameron L. Huntsucker, Mercedes Trokey-Moudy, jointly or severally*** as their true and lawful Attomey(s)-in-Fact, to make, execute, deliver and acknowledge, for and on behalf of said corporations, as sureties, bonds, undertakings and contracts of suretyship giving and granting unto said Attomey(s)-in-Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of said corporations could do, but reserving to each of said corporations full power of substitution and revocation, and all of the acts of said Attorney(s)-in-Fact, pursuant to these presents, are hereby ratified and confirmed. This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Boards of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, effective as of January 1st, 2008. RESOLVED, that a combination of any two of the Chairman of the Board, the President, Executive Vice -President, Senior Vice -President or any Vice President of the corporations be, and that each of them hereby is, authorized to execute this Power of Attorney, qualifying the attomey(s) named in the Power of Attorney to execute, on behalf of the corporations, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assistant Secretary of either of the corporations be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney; RESOLVED, FURTHER, that the signatures of such officers maybe affixed to any such Power of Attomey or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporations when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it is attached. IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by their respective ��officers sand attested by their respective Secretary or Assistant Secretary this 6th day of February, 2017. V 0 /4 By: ,��.�yAND[HO PANYp.� J: •oµPOR;•• c� • G APOR Daniel Young, Senior Vice-PresidentOF y; 'Fd �y y; vo ,r�"cG Mark Lansdon, Vice -President ......... <rFOto A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On Februa 6 2017 before me, Lucille Raymond Notary Public Date Here Insert Name and Me of the Officer personal y appea ed Daniel Young and Mark Lansdon Names) of signers) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of LUCILLE RAYMOND which the person(s) acted, executed the instrument Commission # 2081945 i Notary Public - California I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is Z Oranpe County true and correct. M Comm. Expires Oct 13 2018 WITNESS my hand and official seal. Place Notary Seal Above Signature ..... . Lucilli Aykond, Notary Public CERTIFICATE The undersigned, as Secretary or Assistant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY or INDEMNITY COMPANY OF CALIFORNIA, does hereby car* that the foregoing Power of Attorney remains in full force and has not been revoked and, furthermore, that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in the Power of Attorney are in force as of the date of this Certificate. ,,pNo-ode%• PANY This Certificate is executed in the City of Irvine, California, this 27th day of February 2019 cy AND�' GG� PO O� yJ�\2Fat+FOR1lFoFl. `OP R4C'q s•c..42&�� 1936 '• �' r OCT. s ° c By: Cassie J. • Assistant S tary ,� •°q[IFO'P i�or f' ��l1FOP��! �; •......• �a. ATS-1002(02/17) CITY OF RENTON FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE .( . hereby confirms and declares that: (Name of contractor/subcontractor/consultant) It is the policy of the above -named contractor/subcontractor/consultant, to offer equal opportunity to all qualified employees and applicants for employment without regard to their race; religion/creed; national origin; ancestry; sex; the presence of a physical, sensory, or mental disability; 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. The above -named contractor/subcontractor/consultant complies with all applicable federal, state and local laws governing non-discrimination in employment. III. When applicable, the above -named contractor/subcontractor/consultant will seek out and negotiate with minority and women contractors for the award of subcontracts. ��w�►ti.cJ� (�rcc.Y Print Agent/Representative's Name �YI V Q D Print Agent/Representative's Title Agent/Representative's Signature F.ecn - a a , I IT Date Signed Instructions: This document MUST be completed by each contractor, subcontractor, consultant and/or supplier. Include or attach this document(s) with the contract. H:\File Sys\SWP - Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-3677 Stormwater Facility FENCE Project\2018 Stormwater Facility Fence Project\1601 SPECS-2018\16-Affidavit-Fair Practices -FINAL 2011.doc CAG-19—010 c's Y o + + N °÷ AGREEMENT THIS AGREEMENT,made and entered into this 13 day of II ,2019 by and between the CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "City" and K-A General Construction Contractor, LLC, hereinafter referred to as"Contractor." Now,therefore the parties agree as follows: 1. Agreement. This agreement incorporates the following documents as if fully set forth herein: the 2018 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations ("Standard Specifications"); the City's Contract Bid Documents for the Project, including but not limited to Addenda, Proposal Form, Special Provisions, Contract Plans, and Amendments to the Standard Specifications; Contractor's Proposal and all documents submitted therewith in response to the City's Call for Bids Documents; and any additional documents referenced as comprising the Contract and Contract Documents in Section 1-04.2 of the Standard Specifications, as revised by the Amendments and Special Provisions included with the City's Call for Bids and Contract Documents. 2. Project. Contractor shall complete all work and furnish all labor, tools, materials, and equipment for the project entitled 2019 Stormwater Facility Fencing Project , SWP-27-3677, including all changes to the Work and force account work, in accordance with the Contract Documents, as described in Section 1-04.2 of the Special Provisions. 3. Payments. City shall pay Contractor at the unit and lump sum prices, and by force account as specified in the Proposal according to the Contract Documents as to time, manner, and condition of payment in a contract amount not to exceed $175,997.92, unless modified by an approved change order or addendum. The payments to Contractor include the costs for all labor,tools, materials and equipment for the Work. 4. Completion Date. Contract time shall commence upon City's Notice to Proceed to Contractor. The Work under this Agreement shall be completed within the time specified in the Contract Bid Documents. If the Physical Work under this Agreement is not completed within the time specified, Contractor shall pay liquidated damages and all engineering inspection and supervision costs to City as specified in the Contract Bid Documents. 5. Attorney's Fees. In the event litigation is commenced to enforce this Agreement, the prevailing party shall be entitled to recover its costs, including reasonable attorney's and expert witness fees. 6. Disclaimer. No liability of Contractor shall attach to City by reason of entering into this Agreement, except as expressly provided in this Agreement. 7. Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties, each of which shall for all purposes be deemed an original. IN WITNESS WHEREOF,the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written. CONTRACTOR: CITY OF REN ON: t� is President/Par er/Owner enis Law, ayor e"\11111111111" �* 1 JJJ p ATTEST \�a a11uyF� , Secretary % � - = son Seth, ity erk ", ' ORATEO`' \`• FIRM'INPO11 t ATION d/b/a K-A General Construction Contractor CHECK ONE: ® Limited Liability Company ❑ Partnership ❑ Corporation STATE OF INCORPORATION: Washington CONTRACTOR CONTACT INFORMATION: CITY CONTACT INFORMATION: K-A General Construction Contractor, LLC City of Renton PO Box 2304 1055 South Grady Way Woodinville,WA. 98072 Renton, WA 98057 206-353-2727 Surface Water Utility Engineer, Ken Srilofung,425-430-7247 KAGCCO@gmail.com ksrilofung@rentonwa.gov Fax: 425-430-7241 Attention: If business is a CORPORATION,the name of the corporation should be listed in full and both the President and Secretary must sign the contract. OR, if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract document. If the business is a PARTNERSHIP, the full name of each partner should be listed followed by d/b/a (doing business as) and firm or trade name. Any one partner may sign the contract. If the business is an limited Liability Company,an authorized managing member or manager must sign followed by his/her title. 2019 Stormwater Facility Fencing Project [Enter Agreement Name] a , [Enter Date] �` Contract Template Updated 12/29/2017 CITY OF RENTON 2019 Stormwater Facility Fencing Project SWP-27-3677 RETAINAGE SELECTION Per Standard Specifications Section 1-09.9(1) Retainage, and RCW 60.28, a sum of 5-percent of the monies earned by the Contractor will be retained from progress estimates. The retainage will be used as a trust fund for the protection and payment of (1) the State with respect to taxes, and (2) the claims of any person arising under the Contract. Retainage shall be placed in a fund held by the City (non -interest bearing), unless the Contractor selects a one of the options listed below and completes all arrangements needed for that option to the satisfaction of the City. Other retainage fund options: 1. Deposited by the City in an escrow account (interest bearing) in a bank, mutual savings bank, or savings and loan association. Deposits will be in the name of the City and are not allowed to be withdrawn without the City's written authorization, or 2. The City, at its' option, may accept a bond from the Contractor in lieu of retainage. If the Contractor selects option 1 or 2 it is fully responsible for selecting the bank or association to be used, and for making all arrangements and paying all costs associated with that option. All arrangements and forms needed for option 1 or 2 shall be submitted to the City for review and approval. Release of the Retainage will be made 60 days following the Completion Date provided the conditions in Special Provisions Section 1-09.9(1), and applicable State Regulations, are met. SIGNED: PRINT NAME: : x dt p, COMPANY: iC—FA 6-7e4,2yc,SQ DATE: F"_ Insurance Requirements See City of Renton Insurance Guidelines, sample Acord Certificate, and sample Endorsement form following this page. Also see Special Provisions Section 1-07.18 The ACCORD Certificate holder should be address to: City of Renton ATTN: Ken Srilofung, Surface Water Utility Engineer 1055 South Grady Way Renton, WA 98057 19a-Insurance Reqmts-Revised 6-17\ CITY OF woww�Renton Insurance Guidelines for the City of Renton The City of Renton typically requires current insurance certificates for one or more of the following lines of coverage and minimum insurance limits: • $1,000,000 per occurrence and $2,000,000 aggregate for Commercial General Liability (CGL) or Special Event coverage. Limits may be increased for higher than usual or special liability exposures. • $1,000,000 combined single limit for Auto Liability. Required if a commercial vehicle will be used in performance of work or delivery of products, beyond normal commutes. • Proof of Workers' Compensation coverage, as required by the State of Washington (provide the Washington L&1 or excess coverage policy number). • Excess Liability or Umbrella. Required only if needed to reach minimum CGL or auto liability coverage limits. • $1,000,000 Professional Liability. Required if professional services (e.g. architect, engineering, surveying, legal, or medical) are being provided to the city and if those professional services are excluded from the CGL policy. • $1,000,000 Pollution Liability — Required if work involves a pollution risk to the environment. • $1,000,000 per occurrence Aircraft Liability (including Property Damage Liability). Required coverage for aircraft tie -down leases. Requirements unique to the City of Renton: • Name the City of Renton as a Primary and Non-contributory Additional Insured on the policy (only applies to Commercial General, Auto Liability, Excess/Umbrella, Special Event, and Aircraft Liability policies). • The City shall be provided with written notice of any policy cancellation within a minimum of two business days of receipt of such notice by the policy holder. • The city does not represent that the minimum required insurance coverage or limits are adequate to protect the vendor/contractor/consultant from all liabilities. • Insurance certificate requirements and minimum limits can only be waived or modified with Risk Manager approval. • The certificate holder should read: City of Renton ATTN: {enter your City contact's name here and Department) 1055 South Grady Way Renton, WA. 98057 Direct any questions, comments, or concerns to: Gary B. Lamb, Risk Manager 425.430.7669 - direct 425.430.7665 - fax glamb@rentonwa.gov Revised 5/18/17 ACOORLY CERTIFICATE OF LIABILITY INSURANCE �4� DATE (MMIDDIYYYY) 3/1/2019 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(les) must 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 rights to the certificate holder in lieu of such endorsements . PRODUCER Darragh, Banker, & Leavitt Insurance Agency, Inc. DBA: Lower Valley Brokers P . 0. BOX 645 Grandview WA 98930 CONTACT Vicki Banker-CSR N E: PHONE (509) 882-3337 AC No :866-908-9860 E-MAILD:vicki-banker@leavitt.com INSURERS AFFORDING COVERAGE NAIC # INSURER A'Acceptance Casualty Insurance 10349 INSURED R-A General Construction Contractor LLC P . 0. BOX 2304 Woodinville WA 98072 INSURER B : INSURERC: INSURER D : INSURER E : INSURER F r_nv=QAr_=c r-FRTIFar_OTF NIIMRI=R2-23-19 TO 2-23-20 REVISION NUMBER: 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. TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS rA X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE X❑ OCCUR X CP00162018 2/23/2019 2/23/2020 EACH OCCURRENCE $ 1,000,000 DAMAGE TO�R�occurrenENTED � $ 100,000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L X AGGREGATE LIMIT APPLIES PER: PRO J7 LOC POLICY JECT OTHER: GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMPIOP AGG $ 2,000,000 $ A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED x SCHEDULED AUTOS AUTOS NON -OWNED HIRED AUTOS AUTOS(Per X BMS6195852 7/3/2018 7/3/2019 C aMBBINEEDtSINGLE LIMIT $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE accident $ $ UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED RETENTION $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y� OFFICERIMEMBER EXCLUDED? (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA A I CP00162018/EMPLOYERS LIAB 2/23/2019 2/23/2020 PER X OTH- STATUTEER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT 1 $ 11000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) THE CITY OF RENTON IS PRIMARY AND NON-CONTRIBUTORY ADDITIONAL INSURED. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE CITY OF RENTON 1055 SOUTH GRADY WAY THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. RENTON, WA 98057 AUTHORIZED REPRESENTATNE -� } Vicki Banker/VSB V� ACORD 25 (2014/01) INS025 (201401) GO 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD K-A GENERAL CONSTRUCTION CONTRACTOR, LLC POLICY NUMBER: CA00162018 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization CITY OF RENTON 1055 SOUTH GRADY WAY RENTON, WA 98057 (if no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section il) is amended to include as an Insured the person or organization shown in the Schedule but only with respect to liability arising out of your ongoing operations performed for that Insured. CG 2010 03 97 Owners, Lessees, or Contractors SAMPLE No Completed Operations WCK Imumme Requirements PREVAILING MINIMUM HOURLY WAGE RATES City of Renton Certification of Payment of Prevailing Wages Form State Intent Example State Affidavit Example Washington State Prevailing Wage Rate Reference WASHINGTON STATE PREVAILING WAGE RATES FOR PUBLIC WORKS CONTRACTS REFERENCE The State of Washington Prevailing Wage Rates applicable for this public works contract, which is located in _King_ County, may be found at the following website address of the Department of Labor and Industries: https:Hfortress.wa.gov/lni/wa elg ookuM/prvWa el�p.aspx . Check with the Department of Labor and Industries for any questions regarding Prevailing Wage Rates, and for a copy of all trade classifications. Based on the bid submittal deadline for this project, the applicable effective date for prevailing wages for this project is February 6, 2019. A copy of the applicable prevailing wages rates is also available for viewing at the office of the Owner, located at _Renton City Hall, 1055 South Grady Way, Renton, Washington. Upon request, the Owner will mail a hard copy of the applicable prevailing wage rates for this project. 24a-State Prevailing Wages ReferenceA CERTIFICATION OF PAYMENT OF PREVAILING WAGES Date: Ref: Final Pay Estimate Project 2019 Stormwater Facility Fencing Project SWP-27-3677 CAG No. This is to certify that the prevailing wages have been paid to our employees and our subcontractors' employees for the period from through , in accordance with the Statements of Intent to Pay Prevailing Wage filed with the Washington State Department of Labor & Industries. This form will be executed and submitted to the City of Renton for the last pay estimate. Title: List of Subcontractors Used on the Project: Company Name 2 1 -City-Cert-PrevailingWages\ STATg o� Department of Labor and Industries ��F Prevailing Wage o 6 STATEMENT OF INTENT TO 902-5335 z PAY PREVAILING WAGES N& R%%w Nw.lni.��a.sov/TradesLicensin /PrevWaee � -� y" y� �� • This form must be typed or printed in ink. 1889 Public Works Contract • Fill in all blanks or the form will be returned for correction (see instructions). $40.00 Filing Fee Required • Please allow a minimum of 10 working days for processing. • Once approved, your form will be posted online at Intent ID # (Assigned by L&I) https:Hfortress.wa.00v/lni/pwiapubiSeai-cliFoi-.asp Your Company Information Awarding Agency Information Your Company Name Project Name Contract Number ABC Company, Inc. Road Repair 2011 01 B Your Address Awarding Agency 1234 Main Street WA State Department of Transportation City State Zip+4 Awarding Agency Address Olympia WA 98501-1234 PO Box 47354 Your Contractor Registration Number Your UBI Number City State Zip+4 ABCCI*0123AA 123456789 Olympia�WA 98501 Your Industrial Insurance Account Number Awarding Agency Contact Name Phone Number I11,111-I1 John Doe f555)555-5555 to Your Email Address (required for notification of approval) Your Phone Number County Where %yo& Will Be Performed ' gity Where Work Will Be Performed prevailingwage@lni.wa.gov (555) 555-5555 Thurston Olympia Additional Details Contract Details Your Expected Job Start Date (mm/dd/yyyy) Bid Due Date (Prime Com ae' r's). Award Date (Prime Contractor's) 01/01/2011 08/01/2010 08/10/2010 Job Site Address/Directions Indicate Total Dollar Amount 4-Your Contract (including State Street @ Plum Street sales tax) or time and material if applicable. $1000.00 ARRA Funds Weatherization or Energy Efficient Funds Does this project utilize American Recovery and Reinvestment Act (ARRA) funds? Does this project utilize any weatherization or energy efficiency upgrade funds ❑ Yes ® No (ARRA or otherwise)? ❑ Yes ® No Prime Contractor's Company Information Hiring Contractor's Company Information Prime Contractor's Company Name Prime Contract r'S Intent Nurtibcr Hiring OpHiractor's Company Name XYZ Company, Inc. 123456 Super''Pavers, Inc. Prime Contractor's Registration Number Prime Contractor's LfB[ hinmbt r Hirng Contractor's Contractor Registration Number Hiring Contractor's UBI Number XYZIN*0123AA 987654321 B SUPERPA123AA 321456987 Employment Information Do you intend to use ANY subcontractors? ❑ Yes O &o Will employees perform work on this project? ® Yes ❑ No Will ALL work be subcontracted? ❑ Yes ® No Do you intend to use apprentice employees? ® Yes ❑ No Number of Owner/Opetaibrs who own at least 30% of the company who will perform work on the project: ❑ None(0) ® One (1) ❑ Two (2) ❑ Three (3) Crafts/Trades/Ogcupations - (Do not list apprentices. They are listed on the Affidavit of Wages Paid only.) of Hourly If an employee works in more than one trade, enstrre that all hours worked in each trade are reported below. Number of Rate of HourlyRate Usual ("Fringe") For additional crafts/trades/oceapatibpLease use ddefidum A. Workers Pay Benefits Laborer - Asphalf Milmr 2 39.28 5.00 Power Equipment Operator - Asphalt Plapt Operator 1 48.04 2.35 rl. Truck Driver - Asphalt Mix (overse1cls) 1 46.47 0.00 Signature Block I hereby certify that I have read and understand the instructions to complete this form and that the information, including any addenda, are correct and that all workers I employ on this Public Works Project will be paid no less than the Prevailing Wage Rate(s) as determined by the Industrial Statistician of the Department of Labor and Industries. Print Name: Print Title: ISienature: I Date: For L I Use Onl Approved by signature of the Department of Labor and Industries Industrial Statistician NOTICE: If the prime contract is at a cost of over one million dollars ($1,000,000.001, RCW 39.04.370 requires you to complete the EHB 2805 (RCW 39.04.370t Addendum and attach it to your Affidavit of Wages of Paid when your work on the project concludes. This is only a notice. The EHB 2805 Addendum is not submitted with this Intent - SAMPLE - F700 029-000 Statement of Intent to Pay Prevailing Wages 03.2011 Department of Labor and Industries � STArg0 Prevailing Wage Program o b (360) 902-5335 < — z w_ww.Ini.wa.t,,ov/Ti-adesLicensine/Pre�Watiie • This form must be typed or printed in ink. • Fill in ALL blanks or the form will be returned for correction (see instructions). • Please allow a minimum of 10 working days for processing. • Once approved, your form will be posted online at https:Hforti-ess.wa.eoN /Ini/Vwiapub/SearchFor.asLl AFFIDAVIT OF WAGES PAID Public Works Contract $40.00 Filing Fee Required Affidavit ID # (Assigned by L&I): SAMPLE Your Company Information I Awarding Agency Information Your Company Name ABC Company Project Name 7,23-456 Road Repair ontract Number Your Address 1234 Main Street _ Awarding Agency WA St Department of Transportation City Olympia State WA Zip+4 198501-1234 Awarding Agency Address PO Box 123 Your Contractor Registration Number ABCCI*0123AA Your UBI Number 123456789 City Olympia State Zip+4 WA �98501 Your Industrial Insurance Account Number 111,111-11 Awarding Agency Contact Name John Doe Phone Number (555) 555-5555 Your Email Address (required for notification of approval) prevailingwage@Ini.wa.gov Your Phone Number 1(555) 555-5555 County Where Work Was Performed Thurston City Where Work Was Performed Olympia Additional Details Contract Details Your Job Start Date (mm/dd/yyyy) 2/ 1 /2011 Your Date Work Completed (mm/dd/yyyy) 13/l/2011 Bid Due Date (Prime Contractor's) Award I / 1 /2011 1 Date (Prime Contractor's) /5/2011 Job Site Address/Directions Plum and State Street Your Approved Intent ID # 1123456 Indicate Total Dollar Amount of Your Contract (including sales tax). T$10,000.00 EHB 2805 (RCW 39.04.370) — Is the Prime Contractor's Contract at a cost of over one million dollars ($1,000,000)? If you answered "Yes" to the EHB 2805 question and the Award Date is 9/1/2010 or 11El Yes ®No later you must complete and submit the EHB 2805 (RCW 39.04.370) Addendum. ARRA Funds Weatherization or Energy Efficient Funds Does this project utilize American Recovery and Reinvestment Act (ARRA) funds? ❑ Yes ® No Does this project utilize any weatherization or energy efficiency upgrade funds (ARRA or otherwise)? ❑ Yes ® No Prime Contractor's Company Information Hiring Contractor's Company Information Prime Contractor's Company Name XYZ Company Hiring Contractor's Company Name CBA Corn an -Prime Contractor's Registration Number Prime Contractor's UBI Number XYZCI*0123AA 987654321 Hiring Contractor's Registration Number Hiring CBACI*0123AA 456789123 Contractor's UBI Number Employment Information Did you use ANY subcontractors? ❑ Yes (Addendum B Reauired) ® No Did employees perform work on this project? ® Yes ❑ No Was ALL work subcontracted? ❑ Yes (Addendum B Required) ® No Did you use apprentice employees? ❑ Yes ® No Number of Owner/Operators who own at least 30% of the company who performed work on this project: You must list the First and Last Name(s) of any Owner/Operator performing work below ❑ None (0) ® One (1) ❑ Two (2) ❑ Three (3) List your Crafts/Trades/Occupations Below - For Journey Level Workers you must provide all of the information below Owner/Operators - must provide their First and Last name no other information required `'Apprentices are not recorded below. You must use Addendum D to list Apprentices. Number of Workers Total # of Hours Worked Rate of Hourly Pay Rate of Hourly Usual ("Fringe") Benefits General Labor 2 153 41.23 8.54 Carpenter 5 210 52.26 10.13 Signature Block I hereby certify that I have read and understand the instructions to complete this form and that the information on the form and any addenda is correct and that all workers I employed on this Public Works Project were paid no less than the Prevailing Wage Rate(s) as determined by the Industrial Statistician of the Department of Labor and Industries. Print Name: Jane Doe Print Title: Bookkeeper Signature: Date:3/5/201 1 Only APPROVED: Department of Labor and Industries g Industrial Statistician SAMPLE - F700-007-000 Affidavit of Wages Paid 3-2011 Page 1 of 18 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: 02/06/2019 Coun!y Trade Job Classification Wage Holiday Overtime Note King Asbestos Abatement Workers Journey Level $46.57 5D 1 H King Boilermakers Journey Level $66.54 5N 1C King Brick Mason Journey Level $57.32 5A 1M King Brick Mason Pointer -Caulker -Cleaner $57.32 5A 1M King Building Service Employees Janitor $24.63 5S 2F King Building Service Employees Traveling Waxer/Shampooer $25.08 5S 2F King Building Service Employees Window Cleaner (Non- Scaffold) $28.13 5S 2F King Building Service Employees Window Cleaner (Scaffold) $29.03 5S 2F King Cabinet Makers (In Shop) Journey Level $22.74 1 King Carpenters Acoustical Worker $60.04 5D 4C King Carpenters Bridge, Dock And Wharf Carpenters $60.04 5D 4C King Carpenters Carpenter $60.04 5D 4C King Carpenters Carpenters on Stationary Tools $60.17 5D 4C King Carpenters Creosoted Material $60.14 5D 4C King Carpenters Floor Finisher $60.04 5D 4C King Carpenters Floor Layer $60.04 5D 4C King Carpenters Scaffold Erector $60.04 5D 4C King Cement Masons Journey Level $60.07 7A 4U King Divers Et Tenders Bell/Vehicle or Submersible Operator (Not Under Pressure) $113.60 5D 4C King Divers 8t Tenders Dive Supervisor/Master $76.33 5D 4C King Divers Et Tenders Diver $113.60 5D 4C 8V King Divers Et Tenders Diver On Standby $71.33 5D 4C King Divers Et Tenders Diver Tender $64.71 5D 4C King Divers Et Tenders Manifold Operator $64.71 5D 4C King Divers Et Tenders Manifold Operator Mixed Gas $69.71 5D 4C King Divers Et Tenders Remote Operated Vehicle Operator/Technician $64.71 5D 4C King Divers 8t Tenders $60.29 5A 4C https:Hfortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 03/06/2019 Page 2 of 18 Remote Operated Vehicle Tender King Dredge Workers Assistant Engineer $56.44 5D 3F King Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F King Dredge Workers Boatmen $56.44 5D 3F King Dredge Workers Engineer Welder $57.51 5D 3F King Dredge Workers Leverman, Hydraulic $58.671 5D 3F King Dredge Workers Mates $56.44 5D 3F King Dredge Workers Oiler $56.00 5D 3F King Drywall Applicator Journey Level $58.48 5D 1 H King Drywall Tapers Journey Level $59.32 5P 1 E King Electrical Fixture Maintenance Workers Journey Level $28.99 5L 1 E King Electricians - Inside Cable Splicer $77.51 7C 4E King Electricians - Inside Cable Splicer (tunnel) $82.84 7C 4E King Electricians - Inside Certified Welder $74.90 7C 4E King Electricians - Inside Certified Welder (tunnel) $80.37 7C 4E King Electricians - Inside Construction Stock Person $39.69 7C 4E King Electricians - Inside Journey Level $72.30 7C 4E King Electricians - Inside Journey Level (tunnel) $77.51 7C 4E King Electricians Motor Shop Journey Level $45.08 5A 1 B King Electricians - Powerline Construction Cable Splicer $79.43 5A 4D King Electricians - Powerline Construction Certified Line Welder $69.75 5A 4D King Electricians - Powerline Construction Groundperson $46.28 5A 4D King Electricians - Powerline Construction Heavy Line Equipment Operator $69.75 5A 4D King Electricians - Powerline Construction Journey Level Lineperson $69.75 5A 4D King Electricians - Powerline Construction Line Equipment Operator $59.01 5A 4D King Electricians - Powerline Construction Meter Installer $46.28 5A 4D 8W King Electricians - Powerline Construction Pole Sprayer $69.75 5A 4D King Electricians - Powerline Construction Powderperson $52.20 5A 4D King Electronic Technicians Journey Level $48.06 7E 1 E King Elevator Constructors Mechanic $91.24 7D 4A King Elevator Constructors Mechanic In Charge $98.51 7D 4A King Fabricated Precast Concrete All Classifications - In -Factory Work Only $17.72 5B 111 Products King Fence Erectors Fence Erector $41.45 7A 31 King Fence Erectors Fence Laborer $41.45 7A 31 King Fla ers Journey Level $41.45 7A 31 King Glaziers Journey Level $63.06 7L 1Y https:Hfortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 03/06/2019 Page 3 of 18 King Heat Et Frost Insulators And Journeyman $73.58 5J 4H Asbestos Workers King Heating Equipment Mechanics Journey Level $82.51 7F 1 E King Hod Carriers Et Mason Tenders Journey Level $50.42 7A 31 King Industrial Power Vacuum Journey Level $12.00 1 Cleaner King Inland Boatmen Boat Operator $61.41 5B 1 K King Inland Boatmen Cook $56.48 5B 1 K King Inland Boatmen Deckhand $57.48 5B 1 K King Inland Boatmen Deckhand Engineer $58.81 5B 1 K King Inland Boatmen Launch Operator $58.89 5B 1 K King Inland Boatmen Mate $57.31 5B 1 K King Inspection/Cleaning/Sealing Cleaner Operator, Foamer Operator $31.49 1 Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Grout Truck Operator $12.00 1 Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Head Operator $24.91 1 Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Technician $19.33 1 Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Tv Truck Operator $20.45 1 Of Sewer Et Water Systems By Remote Control King Insulation Applicators Journey Level $60.04 5D 4C King Ironworkers Journeyman $69.28 7N 10 King Laborers Air, Gas Or Electric Vibrating Screed $48.90 7A 31 King Laborers Airtrac Drill Operator $50.42 7A 31 King Laborers Ballast Regular Machine $48.90 7A 31 King Laborers Batch Weighman $41.45 7A 31 King Laborers Brick Pavers $48.90 7A 31 King Laborers Brush Cutter $48.90 7A 31 King Laborers Brush Hog Feeder $48.90 7A 31 King Laborers Burner $48.90 7A 31 King Laborers Caisson Worker $50.42 7A 31 King Laborers Carpenter Tender $48.90 7A 31 King Laborers Caulker $48.90 7A 31 King Laborers Cement Dumper -paving $49.81 7A 31 King Laborers Cement Finisher Tender $48.90 7A 31 King Laborers Change House Or Dry Shack $48.90 7A 31 King Laborers Chipping Gun (under 30 Lbs.) $48.90 7A 31 King Laborers Chipping Gun(30 Lbs. And Over) $49.81 7A 31 King Laborers Choker Setter $48.901 7A 1 31 https:Hfortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 03/06/2019 Page 4 of 18 King Laborers IChuck Tender $48.901 7A 1 31 King Laborers Clary Power Spreader $49.81 7A 31 King Laborers Clean-up Laborer $48.90 7A 31 King Laborers Concrete Dumper/chute Operator $49.81 7A 31 King Laborers Concrete Form Stripper $48.90 7A 31 King Laborers Concrete Placement Crew $49.81 7A 31 King Laborers Concrete Saw Operator/core Driller $49.81 7A 31 King Laborers Crusher Feeder $41.45 7A 31 King Laborers Curing Laborer $48.90 7A 31 King Laborers Demolition: Wrecking Et Moving (incl. Charred Material) $48.90 7A 31 King Laborers Ditch Digger $48.90 7A 31 King Laborers Diver $50.42 7A 31 King Laborers Drill Operator (hydrautic, diamond) $49.81 7A 31 King Laborers Dry Stack Walls $48.90 7A 31 King Laborers Dump Person $48.90 7A 31 King Laborers Epoxy Technician $48.90 7A 31 King Laborers Erosion Control Worker $48.90 7A 31 King Laborers Faller Et Bucker Chain Saw $49.81 7A 31 King Laborers Fine Graders $48.90 7A 31 King Laborers Firewatch $41.45 7A 31 King Laborers Form Setter $48.90 7A 31 King Laborers Gabian Basket Builders $48.90 7A 31 King Laborers General Laborer $48.90 7A 31 King Laborers Grade Checker Et Transit Person $50.42 7A 31 King Laborers Grinders $48.90 7A 31 King Laborers Grout Machine Tender $48.90 7A 31 King Laborers Groutmen (pressure)including Post Tension Beams $49.81 7A 31 King Laborers Guardrail Erector $48.90 7A 31 King Laborers Hazardous Waste Worker (level A) $50.42 7A 31 King Laborers Hazardous Waste Worker (level B) $49.81 7A 31 King Laborers Hazardous Waste Worker (level C) $48.90 7A 31 King Laborers High Scaler $50.42 7A 31 King Laborers Jackhammer $49.81 7A 31 King Laborers Laserbeam Operator $49.81 7A 31 King Laborers Maintenance Person $48.90 7A 31 King Laborers Manhole Builder-mudman $49.81 7A 31 King Laborers Material Yard Person $48.90 7A 31 https:Hfortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 03/06/2019 Page 5 of 18 King ILaborers Motorman -dinky Locomotive 1 $49.811 7A 1 31 King Laborers Nozzleman (concrete Pump, Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla $49.81 7A 31 King Laborers Pavement Breaker $49.81 7A 31 King Laborers Pilot Car $41.45 7A 31 King Laborers Pipe Layer Lead $50.42 7A 31 King Laborers Pipe Layer/tailor $49.81 7A 31 King Laborers Pipe Pot Tender $49.81 7A 31 King Laborers Pipe Reliner $49.81 7A 31 King Laborers Pipe Wrapper $49.81 7A 31 King Laborers Pot Tender $48.90 7A 31 King Laborers Powderman $50.42 7A 31 King Laborers Powderman's Helper $48.90 7A 31 King Laborers Power Jacks $49.81 7A 31 King Laborers Railroad Spike Puller - Power $49.81 7A 31 King Laborers Raker - Asphalt $50.42 7A 31 King Laborers Re-timberman $50.42 7A 31 King Laborers Remote Equipment Operator $49.81 7A 31 King Laborers Rigger/signal Person $49.81 7A 31 King Laborers Rip Rap Person $48.90 7A 31 King Laborers Rivet Buster $49.81 7A 31 King Laborers Rodder $49.81 7A 31 King Laborers Scaffold Erector $48.90 7A 31 King Laborers Scale Person $48.90 7A 31 King Laborers Sloper (over 20") $49.81 7A 31 King Laborers Sloper Sprayer $48.90 7A 31 King Laborers Spreader (concrete) $49.81 7A 31 King Laborers Stake Hopper $48.90 7A 31 King Laborers Stock Piler $48.90 7A 31 King Laborers Tamper Et Similar Electric, Air Et Gas Operated Tools $49.81 7A 31 King Laborers Tamper (multiple Et Self- propelled) $49.81 7A 31 King Laborers Timber Person - Sewer (lagger, Shorer Et Cribber) $49.81 7A 31 King Laborers Toolroom Person (at Jobsite) $48.901 7A 31 King Laborers Topper $48.90 7A 31 King Laborers Track Laborer $48.90 7A 31 King Laborers Track Liner (power) $49.81 7A 31 King Laborers Traffic Control Laborer $44.33 7A 31 8R King Laborers Traffic Control Supervisor $44.33 7A 31 8R King Laborers Truck Spotter $48.90 7A 31 King Laborers Tugger Operator $49.81 7A 31 https:Hfortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 03/06/2019 Page 6 of 18 King Laborers Tunnel Work -Compressed Air Worker 0-30 psi $107.60 7A 31 King Laborers Tunnel Work -Compressed Air Worker 30.01-44.00 psi $112.63 7A 31 King Laborers Tunnel Work -Compressed Air Worker 44.01-54.00 psi $116.31 7A 31 King Laborers Tunnel Work -Compressed Air Worker 54.01-60.00 psi $122.01 7A 31 King Laborers Tunnel Work -Compressed Air Worker 60.01-64.00 psi $124.13 7A 31 King Laborers Tunnel Work -Compressed Air Worker 64.01-68.00 psi $129.23 7A 31 King Laborers Tunnel Work -Compressed Air Worker 68.01-70.00 psi $131.13 7A 31 King Laborers Tunnel Work -Compressed Air Worker 70.01-72.00 psi $133.13 7A 31 King Laborers Tunnel Work -Compressed Air Worker 72.01-74.00 psi $135.13 7A 31 King Laborers Tunnel Work-Guage and Lock Tender $50.52 7A 31 King Laborers Tunnel Work -Miner $50.52 7A 31 King Laborers Vibrator $49.81 7A 31 King Laborers Vinyl Seamer $48.90 7A 31 King Laborers Watchman $37.67 7A 31 King Laborers Welder $49.81 7A 31 King Laborers Well Point Laborer $49.81 7A 31 King Laborers Window Washer/cleaner $37.67 7A 31 King Laborers Underground Sewer General Laborer Et Topman $48.90 7A 31 Et Water King Laborers Underground Sewer Pipe Layer $49.81 7A 31 Et Water King Landscape Construction Landscape Laborer $37.67 7A 31 King Landscape Construction Landscape Operator $59.49 7A 3C 8P King Lathers Journey Level $58.48 5D 1 H King Marble Setters Journey Level $57.32 5A 1M King Metal Fabrication (In Shop) Fitter $15.86 1 King Metal Fabrication In Shop) Laborer $12.00 1 King Metal Fabrication In Shop) Machine Operator $13.04 1 King Metal Fabrication (In Shop) Painter $12.00 1 King Metal Fabrication In Shop) Welder $15.48 1 King Millwright Journey Level $61.54 5D 4C King Modular Buildings Cabinet Assembly $12.00 1 King Modular Buildings Electrician $12.00 1 King Modular Buildings Equipment Maintenance $12.00 1 King Modular Buildings Plumber $12.00 1 King Modular Buildings Production Worker $12.00 1 King Modular Buildings Tool Maintenance $12.00 1 King Modular Buildings Utility Person $12.00 1 https:Hfortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 03/06/2019 Page 7 of 18 King Modular Buildings Welder $12. 001 1 1 King Painters Journey Level $42.50 6Z 2B King Pile Driver Crew Tender $54.99 5D 4C King Pile Driver Hyperbaric Worker - Compressed Air Worker 0-30.00 PSI $74.87 5D 4C King Pile Driver Hyperbaric Worker - Compressed Air Worker 30.01 - 44.00 PSI $79.87 5D 4C King Pile Driver Hyperbaric Worker - Compressed Air Worker 44.01 - 54.00 PSI $83.87 5D 4C King Pile Driver Hyperbaric Worker - Compressed Air Worker 54.01 - 60.00 PSI $88.87 5D 4C King Pile Driver Hyperbaric Worker - Compressed Air Worker 60.01 - 64.00 PSI $91.37 5D 4C King Pile Driver Hyperbaric Worker - Compressed Air Worker 64.01 - 68.00 PSI $96.37 5D 4C King Pile Driver Hyperbaric Worker - Compressed Air Worker 68.01 - 70.00 PSI $98.37 5D 4C King Pile Driver Hyperbaric Worker - Compressed Air Worker 70.01 - 72.00 PSI $100.37 5D 4C King Pile Driver Hyperbaric Worker - Compressed Air Worker 72.01 - 74.00 PSI $102.37 5D 4C King Pile Driver Journey Level $60.29 5D 4C King Plasterers Journey Level $56.54 7� 1 R King Play,round Et Park Equipment Journey Level $12.00 1 Installers King Plumbers Et Pipefitters Journey Level $83.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $60.49 7A 3C 8P King Power Equipment Operators Assistant Engineer $56.90 7A 3C 8P King Power Equipment Operators Barrier Machine (zipper) $59.96 7A 3C 8P King Power Equipment Operators Batch Plant Operator, Concrete $59.96 7A 3C 8P King Power Equipment Operators Bobcat $56.90 7A 3C 8P King Power Equipment Operators Brokk - Remote Demolition Equipment $56.90 7A 3C 8P King Power Equipment Operators Brooms $56.90 7A 3C 8P King Power Equipment Operators Bump Cutter $59.96 7A 3C 8P King Power Equipment Operators Cableways $60.49 7A 3C 8P King Power Equipment Operators Chipper $59.96 7A 3C 8P King Power Equipment Operators Compressor $56.90 7A 3C 8P King Power Equipment Operators $60.49 7A 3C 8P https:Hfortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 03/06/2019 Page 8 of 18 Concrete Pump: Truck Mount With Boom Attachment Over 42 M King Power Equipment Operators Concrete Finish Machine -laser Screed $56.90 7A 3C 8P King Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $59.49 7A 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Up To 42m $59.96 7A 3C 8P King Power Equipment Operators Conveyors $59.49 7A 3C 8P King Power Equipment Operators Cranes Friction: 200 tons and over $62.33 7A 3C 8P King Power Equipment Operators Cranes: 20 Tons Through 44 Tons With Attachments $59.96 7A 3C 8P King Power Equipment Operators Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $61.10 7A 3C 8P King Power Equipment Operators Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $61.72 7A 3C 8P King Power Equipment Operators Cranes: 300 tons and over or 300' of boom including jib with attachments $62.33 7A 3C 8P King Power Equipment Operators Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $60.49 7A 3C 8P King Power Equipment Operators Cranes: A -frame - 10 Tons And Under $56.90 7A 3C 8P King Power Equipment Operators Cranes: Friction cranes through 199tons $61.72 7A 3C 8P King Power Equipment Operators Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $59.49 7A 3C 8P King Power Equipment Operators Crusher $59.96 7A 3C 8P King Power Equipment Operators Deck Engineer/deck Winches (power) $59.96 7A 3C 8P King Power Equipment Operators Derricks, On Building Work $60.49 7A 3C 8P King Power Equipment Operators Dozers D-9 &t Under $59.49 7A 3C 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck Or Crane Mount $59.49 7A 3C 8P King Power Equipment Operators Drilling Machine $61.10 7A 3C 8P King Power Equipment Operators Elevator And Man -lift: Permanent And Shaft Type $56.90 7A 3C 8P King Power Equipment Operators Finishing Machine, Bidwell And Gamaco &t Similar Equipment $59.96 7A 3C 8P King Power Equipment Operators Forklift: 3000 Lbs And Over With Attachments $59.49 7A 3C 8P https:Hfortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 03/06/2019 Page 9 of 18 King Power Equipment Operators Forklifts: Under 3000 Lbs. With Attachments $56.90 7A 3C 8P King Power Equipment Operators Grade Engineer: Using Blue Prints, Cut Sheets, Etc $59.96 7A 3C 8P King Power Equipment Operators Gradechecker/stakeman $56.90 7A 3C 8P King Power Equipment Operators Guardrail Punch $59.96 7A 3C 8P King Power Equipment Operators Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. Et Over $60.49 7A 3C 8P King Power Equipment Operators Hard Tail End Dump Articulating Off -road Equipment Under 45 Yards $59.96 7A 3C 8P King Power Equipment Operators Horizontal/directional Drill Locator $59.49 7A 3C 8P King Power Equipment Operators Horizontal/directional Drill Operator $59.96 7A 3C 8P King Power Equipment Operators Hydralifts/boom Trucks Over 10 Tons $59.49 7A 3C 8P King Power Equipment Operators Hydralifts/boom Trucks, 10 Tons And Under $56.90 7A 3C 8P King Power Equipment Operators Loader, Overhead 8 Yards. Et Over $61.10 7A 3C 8P King Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards $60.49 7A 3C 8P King Power Equipment Operators Loaders, Overhead Under 6 Yards $59.96 7A 3C 8P King Power Equipment Operators Loaders, Plant Feed $59.96 7A 3C 8P King Power Equipment Operators Loaders: Elevating Type Belt $59.49 7A 3C 8P King Power Equipment Operators Locomotives, All $59.96 7A 3C 8P King Power Equipment Operators Material Transfer Device $59.96 7A 3C 8P King Power Equipment Operators Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $61.10 7A 3C 8P King Power Equipment Operators Motor Patrol Graders $60.49 7A 3C 8P King Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $60.49 7A 3C 8P King Power Equipment Operators Oil Distributors, Blower Distribution Et Mulch Seeding Operator $56.90 7A 3C 8P King Power Equipment Operators Outside Hoists (elevators And Manlifts), Air Tuggers,strato $59.49 7A 3C 8P King Power Equipment Operators Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $59.96 7A 3C 8P King Power Equipment Operators Overhead, Bridge Type: 100 Tons And Over $61.10 7A 3C 8P King Power Equipment Operators Overhead, Bridge Type: 45 Tons Through 99 Tons $60.49 7A 3C 8P King Power Equipment Operators Pavement Breaker $56.90 7A 3C 8P King Power Equipment Operators Pile Driver (other Than Crane Mount) $59.96 7A 3C LA-P https:Hfortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 03/06/2019 Page 10 of 18 King Power Equipment Operators Plant Oiler - Asphalt, Crusher $59.491 7A 3C 8P King Power Equipment Operators Posthole Digger, Mechanical $56.90 7A 3C 8P King Power Equipment Operators Power Plant $56.90 7A 3C 8P King Power Equipment Operators Pumps - Water $56.90 7A 3C 8P King Power Equipment Operators Quad 9, Hd 41, D10 And Over $60.49 7A 3C 8P King Power Equipment Operators Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $56.90 7A 3C 8P King Power Equipment Operators Remote Control Operator On Rubber Tired Earth Moving Equipment $60.49 7A 3C 8P King Power Equipment Operators Rigger And Bellman $56.90 7A 3C 8P King Power Equipment Operators Rigger/Signal Person, Bellman (Certified) $59.49 7A 3C 8P King Power Equipment Operators Rollagon $60.49 7A 3C 8P King Power Equipment Operators Roller, Other Than Plant Mix $56.90 7A 3C 8P King Power Equipment Operators Roller, Plant Mix Or Multi -lift Materials $59.49 7A 3C 8P King Power Equipment Operators Roto-mill, Roto-grinder $59.96 7A 3C 8P King Power Equipment Operators Saws - Concrete $59.49 7A 3C 8P King Power Equipment Operators Scraper, Self Propelled Under 45 Yards $59.96 7A 3C 8P King Power Equipment Operators Scrapers - Concrete Et Carry All $59.49 7A 3C 8P King Power Equipment Operators Scrapers, Self-propelled: 45 Yards And Over $60.49 7A 3C 8P King Power Equipment Operators Service Engineers - Equipment $59.49 7A 3C 8P King Power Equipment Operators Shotcrete/gunite Equipment $56.90 7A 3C 8P King Power Equipment Operators Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $59.49 7A 3C 8P King Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $60.49 7A 3C 8P King Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $59.96 7A 3C 8P King Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $61.10 7A 3C 8P King Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons $61.72 7A 3C 8P King Power Equipment Operators Slipform Pavers $60.49 7A 3C 8P King Power Equipment Operators Spreader, Topsider Et Screedman $60.49 7A 3C 8P King Power Equipment Operators Subgrader Trimmer $59.96 7A 3C 8P King Power Equipment Operators Tower Bucket Elevators $59.49 7A 3C 8P King Power Equipment Operators Tower Crane Up To 175' In Height Base To Boom $61.10 7A 3C 8P King Power Equipment Operators $61.72 7A 3C 8P https:Hfortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 03/06/2019 Page 11 of 18 Tower Crane: over 175' through 250' in height, base to boom King Power Equipment Operators Tower Cranes: over 250' in height from base to boom $62.33 7A 3C 8P King Power Equipment Operators Transporters, All Track Or Truck Type $60.49 7A 3C 8P King Power Equipment Operators Trenching Machines $59.491 7A 3C 8P King Power Equipment Operators Truck Crane Oiler/driver - 100 Tons And Over $59.96 7A 3C 8P King Power Equipment Operators Truck Crane Oiler/driver Under 100 Tons $59.49 7A 3C 8P King Power Equipment Operators Truck Mount Portable Conveyor $59.96 7A 3C 8P King Power Equipment Operators Welder $60.49 7A 3C 8P King Power Equipment Operators Wheel Tractors, Farmall Type $56.90 7A 3C 8P King Power Equipment Operators Yo Yo Pay Dozer $59.96 7A 3C 8P King Power Equipment Operators- Asphalt Plant Operators $60.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $59.96 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, Concrete $59.96 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Bobcat $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition Equipment $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Brooms $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $59.96 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cableways $60.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Chipper $59.96 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Compressor $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Concrete Pump: Truck Mount With Boom Attachment Over 42 M $60.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Concrete Finish Machine -laser Screed $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $59.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Concrete Pump: Truck Mount With Boom Attachment Up To 42m $59.96 7A 3C 8P Underground Sewer Et Water King Conveyors $59.49 7A 3C 8P https:Hfortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 03/06/2019 Page 12 of 18 Power Equipment Operators - Underground Sewer Et Water King Power Equipment Operators- Cranes Friction: 200 tons and over $62.33 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: 20 Tons Through 44 Tons With Attachments $59.96 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $61.10 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $61.72 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: 300 tons and over or 300' of boom including jib with attachments $62.33 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $60.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: A -frame - 10 Tons And Under $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: Friction cranes through 199 tons $61.72 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $59.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Crusher $59.96 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/deck Winches (power) $59.96 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Derricks, On Building Work $60.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Dozers D-9 Et Under $59.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck Or Crane Mount $59.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Drilling Machine $61.10 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Elevator And Man -lift: Permanent And Shaft Type $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Finishing Machine, Bidwell And Gamaco Et Similar Equipment $59.96 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Forklift: 3000 Lbs And Over With Attachments $59.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Forklifts: Under 3000 Lbs. With Attachments $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Grade Engineer: Using Blue Prints, Cut Sheets, Etc $59.96 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Gradechecker/stakeman $56.90 7A 3C 8P Underground Sewer Et Water https:Hfortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 03/06/2019 Page 13 of 18 King Power Equipment Operators- Guardrail Punch $59.96 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. Et Over $60.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump Articulating Off -road Equipment Under 45 Yards $59.96 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Horizontal/directional Drill Locator $59.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Horizontal/directional Drill Operator $59.96 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Hydralifts/boom Trucks Over 10 Tons $59.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Hydralifts/boom Trucks, 10 Tons And Under $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Loader, Overhead 8 Yards. Et Over $61.10 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Loader, Overhead, 6 Yards. But Not Including 8 Yards $60.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Loaders, Overhead Under 6 Yards $59.96 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Loaders, Plant Feed $59.96 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $59.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $59.96 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $59.96 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $61.10 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Motor Patrol Graders $60.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $60.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Oil Distributors, Blower Distribution Et Mulch Seeding Operator $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Outside Hoists (elevators And Manlifts), Air Tuggers,strato $59.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $59.96 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Overhead, Bridge Type: 100 Tons And Over $61.10 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Overhead, Bridge Type: 45 Tons Through 99 Tons $60.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Pavement Breaker $56.90 7A 3C 8P Underground Sewer Et Water King $59.96 7A 3C 8P https:Hfortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 03/06/2019 Page 14 of 18 Power Equipment Operators- Pile Driver (other Than Crane Mount) Underground Sewer Et Water King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $59.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Power Plant $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Pumps - Water $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $60.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Remote Control Operator On Rubber Tired Earth Moving Equipment $60.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Rigger And Bellman $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Rigger/Signal Person, Bellman (Certified) $59.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Rollagon $60.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi -lift Materials $59.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Roto-mill, Roto-grinder $59.96 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $59.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under 45 Yards $59.96 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Scrapers - Concrete Et Carry All $59.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Scrapers, Self-propelled: 45 Yards And Over $60.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Service Engineers - Equipment $59.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shotcrete/gunite Equipment $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $59.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $60.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $59.96 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- $61.10 7A 3C 8P Underground Sewer Et Water https:Hfortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 03/06/2019 Page 15 of 18 Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: Over 90 Metric Tons $61.72 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Slipform Pavers $60.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et Screedman $60.49 7A 3C 813 Underground Sewer Et Water King Power Equipment Operators- Subgrader Trimmer $59.96 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Tower Bucket Elevators $59.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Tower Crane Up To 175' In Height Base To Boom $61.10 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Tower Crane: over 175' through 250' in height, base to boom $61.72 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Tower Cranes: over 250' in height from base to boom $62.33 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Transporters, All Track Or Truck Type $60.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Trenching Machines $59.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/driver - 100 Tons And Over $59.96 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/driver Under 100 Tons $59.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Truck Mount Portable Conveyor $59.96 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Welder $60.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farmall Type $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Yo Yo Pay Dozer $59.96 7A 3C 8P Underground Sewer Et Water King Power Line Clearance Tree Trimmers Journey Level In Charge $49.96 5A 4A King Power Line Clearance Tree Spray Person $47.37 5A 4A Trimmers King Power Line Clearance Tree Tree Equipment Operator $49.96 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $44.57 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $33.60 5A 4A Trimmers King Refrigeration Et Air Conditioning Mechanics Journey Level $79.51 6Z 1G King Residential Brick Mason Journey Level $57.32 5A 1M King Residential Carpenters Journey Level $45.05 5D 4C King Residential Cement Masons Journey Level $60.07 7A 4U https:Hfortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 03/06/2019 Page 16 of 18 King Residential Drywall Applicators Journey Level $45.05 5D 4C King Residential Drywall Tapers Journey Level $45.19 5P 1 E King Residential Electricians Journey Level $37.26 20 King Residential Glaziers Journey Level $42.05 7L 1 H King Residential Insulation Applicators Journey Level $45.05 5D 4C King Residential Laborers Journey Level $36.681 7A 1 H King Residential Marble Setters Journey Level $57.32 5A 1M King Residential Painters Journey Level $42.50 6Z 2B King Residential Plumbers Et Pipefitters Journey Level $51.37 5A 1G King Residential Refrigeration Et Air Journey Level $51.37 5A 1G Conditioning Mechanics King Residential Sheet Metal Workers Journey Level (Field or Shop) $50.01 7F 111 King Residential Soft Floor Layers Journey Level $49.43 5A 3.1 King Residential Sprinkler Fitters Journey Level $46.58 5C 2R (Fire Protection) King Residential Stone Masons Journey Level $57.32 5A 1M King Residential Terrazzo Workers Journey Level $52.61 5A 1M King Residential Terrazzo/Tile Journey Level $43.44 5A 1 B Finishers King Residential Tile Setters Journey Level $52.61 5A 1M King Roofers Journey Level $51.52 5A 3H King Roofers Using Irritable Bituminous Materials $54.52 5A 3H King Sheet Metal Workers Journey Level (Field or Shop) $82.51 7F 1 E King Shipbuilding Et Ship Repair New Construction Boilermaker $36.36 7V 1 King Shipbuilding Et Ship Repair New Construction Carpenter $36.36 7V 1 King Shipbuilding Et Ship Repair New Construction Crane Operator $36.36 7V 1 King Shipbuilding Et Ship Repair New Construction Electrician $36.36 7V 1 King Shipbuilding Et Ship Repair New Construction Heat Et Frost Insulator $73.58 5J 4H King Shipbuilding Et Ship Repair New Construction Laborer $36.36 7V 1 King Shipbuilding Et Ship Repair New Construction Machinist $36.36 7V 1 King Shipbuilding Et Ship Repair New Construction Operating Engineer $36.36 7V 1 King Shipbuilding Et Ship Repair New Construction Painter $36.36 7V 1 King Shipbuilding Et Ship Repair New Construction Pipefitter $36.36 7V 1 King Shipbuilding Et Ship Repair New Construction Rigger $36.36 7V 1 King Shipbuilding Et Ship Repair New Construction Sheet Metal $36.36 7V 1 King Shipbuilding Et Ship Repair New Construction Shipfitter $36.36 7V 1 King Shipbuilding Et Ship Repair New Construction Warehouse/Teamster $36.36 7V 1 King Shipbuilding Et Ship Repair New Construction Welder / Burner $36.36 7V 1 https:Hfortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 03/06/2019 Page 17 of 18 King Shipbuilding Et Ship Repair Ship Repair Boilermaker $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Carpenter $44.95 7X 4.1 King Shipbuilding Et Ship Repair Ship Repair Crane Operator $44.06 7Y 4K King Shipbuilding Et Ship Repair Ship Repair Electrician $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Heat Et Frost Insulator $73.58 5.1 4H King Shipbuilding Et Ship Repair Ship Repair Laborer $44.95 7X 4.1 King Shipbuilding Et Ship Repair Ship Repair Machinist $44.95 7X 4.1 King Shipbuilding Et Ship Repair Ship Repair Operating Engineer $44.06 7Y 4K King Shipbuilding Et Ship Repair Ship Repair Painter $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Pipefitter $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Rigger $44.95 7X 4.1 King Shipbuilding Et Ship Repair Ship Repair Sheet Metal $44.95 7X 4.1 King Shipbuilding Et Ship Repair Ship Repair Shipwright $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Warehouse / Teamster $44.06 7Y 4K King Sign Makers Et Installers (Electrical) Journey Level $49.70 0 1 King Sign Makers Et Installers (Non- Journey Level $31.52 0 1 Electrical) King Soft Floor Layers Journey Level $49.43 5A 3J King Solar Controls For Windows Journey Level $12.441 1 King Sprinkler Fitters (Fire Protection) Journey Level $77.39 5C 1X King Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) King Stone Masons Journey Level $57.32 5A 1M King Street And Parking Lot Sweeper Workers Journey Level $19.09 1 King Surveyors Assistant Construction Site Surveyor $59.49 7A 3C 8P King Surveyors Chainman $58.93 7A 3C 8P King Surveyors Construction Site Surveyor $60.49 7A 3C 8P King Telecommunication Technicians Journey Level $48.06 7E 1 E King Telephone Line Construction - Cable Splicer $41.22 5A 2B Outside King Telephone Line Construction - Hole Digger/Ground Person $23.12 5A 2B Outside King Telephone Line Construction - Installer (Repairer) $39.53 5A 2B Outside King Telephone Line Construction - Special Aparatus Installer 1 $41.22 5A 2B Outside King Telephone Line Construction - Special Apparatus Installer II $40.41 5A 2B Outside King Telephone Line Construction - Telephone Equipment Operator (Heavy) $41.22 5A 2B Outside King $38.36 5A 2B https:Hfortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 03/06/2019 Page 18 of 18 Telephone Line Construction - Telephone Equipment Operator (Light) Outside King Telephone Line Construction - Telephone Lineperson $38.36 5A 2B Outside King Telephone Line Construction - Television Groundperson $21.92 5A 2B Outside King Telephone Line Construction - Television Lineperson/Installer $29.13 5A 2B Outside King Telephone Line Construction - Television System Technician $34.68 5A 2B Outside King Telephone Line Construction - Television Technician $31.18 5A 2B Outside King Telephone Line Construction - Tree Trimmer $38.36 5A 2B Outside King Terrazzo Workers Journey Level $52.61 5A 1M King Tile Setters Journey Level $52.61 5A 1M King Tile, Marble Et Terrazzo Finishers Finisher $43.44 5A 1 B King Traffic Control Stripers Journey Level $45.53 7A 1 K King Truck Drivers Asphalt Mix Over 16 Yards $54.30 5D 3A 8L King Truck Drivers Asphalt Mix To 16 Yards $53.46 5D 3A 8L King Truck Drivers Dump Truck $53.46 5D 3A 8L King Truck Drivers Dump Truck Et Trailer $54.30 5D 3A 8L King Truck Drivers Other Trucks $54.30 5D 3A 8L King Truck Drivers Ready Mix Booster 9 Yards and Over $52.78 5A 4T King Truck Drivers - Ready Mix Non -Booster Loads Under 9 Cubic Yards $52.53 5A 4T King Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers Et Irrigation Pump Oiler $12.97 1 Installers King Well Drillers Et Irrigation Pump Well Driller $18.00 1 Installers https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 03/06/2019 "'City of 0 S` CITY OF RENTON SPECIAL PROVISIONS City of Renton SPECIAL PROVISIONS SpecialProvisions......................................................................................... 5 1-01 DEFINITIONS AND TERMS............................................................ 5 1-01.1 General............................................................................................................................ S 1-01.3 Definitions...................................................................................................................... S 1-02... BID PROCEDURES AND CONDITIONS ..................................... 8 1-02.1 Prequalification of Bidders............................................................................................ 8 1-02.2 Plans and Specifications................................................................................................. 8 1-02.7 Bid Deposit...................................................................................................................... 8 1-02.9 Delivery of Proposal....................................................................................................... 9 1-02.10 Withdrawing, Revising, or Supplementing Proposal ..................................................... 9 1-02.12 Public Opening of Proposals........................................................................................ 9 1-02.13 Irregular Proposals....................................................................................................... 9 1-02.14 Disqualification of Bidders......................................................................................... 10 1-02.1 S Pre Award Information................................................................................................ 13 1-03 AWARD AND EXECUTION OF CONTRACT ............................ 14 1-03.1 Consideration of bids..................................................................................................... 14 1-03.2 Award of Contract......................................................................................................... 14 1-03.3 Execution of Contract................................................................................................... 14 1-03.4 Contract Bond............................................................................................................... 15 1-03.7 Judicial Review............................................................................................................. 16 1-04 SCOPE OF WORK..........................................................................16 1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and Addenda..................................................................................................................................... 16 1-04.3 Contractor -Discovered Discrepancies.......................................................................... 16 1-04.4 Changes......................................................................................................................... 16 1.04.4 (1) Minor Changes........................................................................................................ 17 1-04.8 Progress Estimates and Payments................................................................................. 17 1-04.11 Final Cleanup.............................................................................................................. 17 1-05 CONTROL OF WORK.................................................................... 17 2019 Stormwater Facility Fencing Project January 2019 Page 1 1-05 CONTROL OF WORK.................................................................... 17 1-05.3 Working Drawings......................................................................................................... 17 1-05.4 Conformity With and Deviation from Plans and Stakes ................................................ 18 1-05.4(3) Contractor Supplied Surveying................................................................................ 19 1-05.4(4) Contractor Provided As -Built Information............................................................... 19 1-05.7 Removal of Defective and Unauthorized Work............................................................. 20 1-05.11 Final Inspection...........................................................................................................20 1-05.12 Final Acceptance......................................................................................................... 22 1-05.12(1) One -Year Guarantee Period.................................................................................... 22 1-05.14 Cooperation with Other Contractors.......................................................................... 22 1-05.15 Method of Serving Notices.......................................................................................... 23 1-05.16 Water and Power......................................................................................................... 23 1-06 CONTROL OF MATERIAL........................................................... 23 1-06.1 Approval of Materials Prior to Use............................................................................... 23 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC....................................................................................................... 24 1-07.1 Laws to be Observed..................................................................................................... 24 1-07.2 State Taxes..................................................................................................................... 24 1-07.9(5) Required Documents.................................................................................................25 1-07.11(11) City of Renton Affidavit of Compliance................................................................. 25 1-07.13(1) General...................................................................................................................26 1-07.14 Responsibility for Damage.......................................................................................... 26 1-07.16(1) Private/Public Property..........................................................................................26 1-07.17 Utilities and Similar Facilities.................................................................................... 26 1-07.18 Public Liability and Property Damage Insurance...................................................... 27 1-07.22 Use of Explosives........................................................................................................ 30 1-07.23(1) Construction Under Traffic ..................................................................................... 30 1-07.24 Rights of Way............................................................................................................... 31 1-08 PROSECUTION AND PROGRESS .............................................. 32 1-08.0 Preliminary Matters...................................................................................................... 32 1-08.0(1) Preconstruction Conference..................................................................................... 32 1-08.1 Subcontracting..............................................................................................................33 1-08.2 Assignment.................................................................................................................... 34 1-08.3 Progress Schedule......................................................................................................... 34 2019 Stormwater Facility Fencing Project January 2019 Page 2 1-08.4 Prosecution of the Work................................................................................................ 35 1-08.5 Time For Completion.................................................................................................... 35 1-08.6 Suspension of Work....................................................................................................... 36 1-08.9 Liquidated Damages..................................................................................................... 37 1-08.11 Contractor's Plant and Equipment.............................................................................. 37 1-08.12 Attention to Work......................................................................................................... 37 1-09 MEASUREMENT AND PAYMENT .............................................. 37 1-09.1 Measurement of Quantities........................................................................................... 37 1-09.3 Scope of Payment.......................................................................................................... 38 1-09.6 Force Account............................................................................................................... 38 1-09.7 Mobilization.................................................................................................................. 39 1-09.9 Payments....................................................................................................................... 39 1-09.9(1) Retainage.................................................................................................................. 39 1-09.11(3) Time Limitations and Jurisdiction.......................................................................... 41 1-09.13(3) B Procedures to Pursue Arbitration....................................................................... 42 1-09.14 Payment Schedule....................................................................................................... 42 Section1-09.14(1) Scope.......................................................................................................... 42 1-09.14(2) Basic Bid................................................................................................................. 43 1-10 TEMPORARY TRAFFIC CONTROL .......................................... 46 1-10.1(2) Description............................................................................................................... 46 1-11 RENTON SURVEYING STANDARDS ......................................... 46 2-01 CLEARING GRUBBING AND ROADSIDE CLEANUP .......... 51 2-01.2(2) Disposal Method No. 2 —Waste Site......................................................................... 51 2-01.3 Construction Requirements........................................................................................... 51 2-01.3(4) Roadside Cleanup..................................................................................................... 51 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS ............. 51 2.02.1 Description.................................................................................................................... 51 2.02.5 Payment......................................................................................................................... 52 8.01 EROSION CONTROL AND WATER POLLUTION CONTROL 53 8.01.3 (8) Street Cleaning......................................................................................................... 53 8-12 CHAIN LINK FENCE AND WIRE FENCE .................................. 53 8-12.1 Description.................................................................................................................... 53 8-12.3 Construction Requirements........................................................................................... 53 2019 Stormwater Facility Fencing Project January 2019 Page 3 8-12.4 Measurement................................................................................................................. 54 8-12.5 Payment......................................................................................................................... 55 2019 Stormwater Facility Fencing Project January 2019 Page 4 Special Provisions The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2018 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications"). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project -specific fill-ins; and project -specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. In the event of a conflict between this contract documents and the Standard Specifications, the more stringent requirement shall apply. Also incorporated into the Contract Documents by reference are: • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any • Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current edition • City of Renton Standard Details, City of Renton Public Works Department, current edition • Public Rights of Way Accessibility Guidelines (PROWAG), current edition Contractor shall obtain copies of these publications, at Contractor's own expense. 1-01 DEFINITIONS AND TERMS 1-01.1 General Section 1-01.1 is supplemented with: The purpose of this contract is that the contractor shall furnish all materials, labor, and equipment necessary to construct chain link fence and gates at the locations shown in the plans. Other work include the removal and disposal of existing wooden and chain link fence, trees, bushes and other obstructions in accordance with the plans and specifications in this contract provision. Whenever reference is made to the State, Commission, Department of Transportation, Secretary of Transportation, Owner, Contracting Agency or Engineer, such reference shall be deemed to mean the City of Renton acting through its City Council, employees, and duly authorized representatives for all contracts administered by the City of Renton. 1-01.3 Definitions Section 1-01.3 is revised and supplemented by the following: 2019 Storrawater Facility Fencing Project January 2019 Page 5 Act of god "Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of nature. A rain, windstorm, high water or other natural phenomenon of unusual intensity for the specific locality of the work, which might reasonably have been anticipated from historical records of the general locality of the work, shall not be construed as an act of god. Consulting Engineer The Contracting Agency's design consultant, who may or may not administer the construction program for the Contracting Agency. Contract Price Either the unit price, the unit prices, or lump sum price or prices named in the proposal, or in properly executed change orders. Dates Bid Opening Date: The date on which the Contracting Agency publicly opens and reads 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 by the Contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date: The date the Contracting Agency accepts the work as complete per the contract requirements. Day Unless otherwise designated, day(s) as used in the Contract Documents, shall be understood to mean working days. Engineer The City Engineer or duly authorized representative, or an authorized member of a licensed consulting firm retained by Owner for the construction engineering of a specific public works project. Inspector Owner's authorized representative assigned to make necessary observations of the work performed or being performed, or of materials furnished or being furnished by Contractor. 2019 Storrawater Facility Fencing Project January 2019 Page 6 Or Equal Where the term "or equal" is used herein, the Contracting Agency, or the Contracting Agency on recommendation of the engineer, shall be the sole judge of the quality and suitability of the proposed substitution. The responsibility and cost of furnishing necessary evidence, demonstrations, or other information required to obtain the approval of alternative materials or processes by the Owner shall be entirely borne by the Contractor. Owner The City of Renton or its authorized representative also referred to as Contracting Agency. Performance and Payment Bond Same as "Contract Bond" defined in the Standard Specifications. Plans The contract plans and/or standard plans which show location, character, and dimensions of prescribed work including layouts, profiles, cross -sections, and other details. Drawings may either be bound in the same book as the balance of the Contract Documents or bound in separate sets, and are a part of the Contract Documents, regardless of the method of binding. The terms "Standard Drawings" or "Standard Details" generally used in specifications refers to drawings bound either with the specification documents or included with the Plans or the City of Renton Standard Plans. Points Wherever reference is made to Engineer's points, this shall mean all marks, bench marks, reference points, stakes, hubs, tack, etc., established by Engineer for maintaining horizontal and vertical control of the work. Provide Means "furnish and install" as specified and shown in the Plans. Secretary, Secretary of Transportation The chief executive officer of the Department and other authorized representatives. The chief executive officer to the Department shall also refer to the Department of Planning/Building/Public Works Administrator. Shop Drawings Same as "Working Drawings" defined in the Standard Specifications. Special Provisions Modifications to the standard specifications and supplemental specifications that apply to an individual project. The special provisions may describe work the specifications do not cover. Such work shall comply first with the special provisions and then with any specifications that apply. The Contractor shall include all costs of doing this work within the bid prices. State The state of Washington acting through its representatives. The State shall also refer to The City of Renton and its authorized representatives where applicable. Supplemental Drawings and Instructions Additional instructions by Engineer at request of Contractor by means of drawings or documents necessary, in the opinion of Engineer, for the proper execution of the work. Such drawings and instructions are consistent with the Contract Documents. Utility Public or private fixed improvement for the transportation of fluids, gases, power, signals, or communications and shall be understood to include tracks, overhead and underground wires, cables, pipelines, conduits, ducts, sewers, or storm drains. 2019 Storrawater Facility Fencing Project January 2019 Page 7 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this section and replace it with the following: 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 Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed can be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced plans (I I" x 17") 4 Furnished automatically upon award. Contract Provisions 2 Furnished automatically upon award. Large plans (e.g., 22" x 34") 2 Furnished only upon request. Additional plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor's own expense. 1-02.7 Bid Deposit 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 the said signature; 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. 2019 Storrawater Facility Fencing Project January 2019 Page 8 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. 1-02.9 Delivery of Proposal Delete this section and replace it with the following: Each Proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery. The Contracting Agency will not consider Proposals it receives after the time fixed in the call for Bids 1-02.10 Withdrawing, Revising, or Supplementing Proposal 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. 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. 1-02.12 Public Opening of Proposals Delete this section 1-02.12 and replace it with the following Proposal will not be opened and publicly read. Contracting Agency reserves the right to postpone the date and time for accepting the proposal. Notification to bidder will be by addenda. 1-02.13 Irregular Proposals 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; 2019 Storrawater Facility Fencing Project January 2019 Page 9 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, if applicable, as required in Section 1-02.6; h. The Bidder fails to submit or properly complete an Underutilized Disadvantaged Business Enterprise Certification, if applicable, as required in Section 1-02.6; i. The Bidder fails to submit written confirmation from each UDBE firm listed on the Bidder's completed UDBE Utilization Certification that they are in agreement with the bidder's UDBE 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 UDBE 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 Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or 1. More than one Proposal is submitted for the same project from a Bidder under the same or different names. 2. A Proposal may be considered irregular and may be rejected i£ 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 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 the Supplemental Criteria: 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 2019 Storrawater Facility Fencing Project January 2019 Page 10 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). Subcontractor Responsibility A. Criterion: The Bidder's standard subcontract form shall include the subcontractor responsibility language required by RCW 39.06.020, and the Bidder shall have an established procedure which it utilizes to validate the responsibility of each of its 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. 2019 Storrawater Facility Fencing Project January 2019 Page 11 Public Bidding Crime A. Criterion: The Bidder and/or its owners shall not have been convicted of a crime involving bidding on a public works contract in the five years prior to the bid submittal date. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder and/or its owners have not been convicted of a crime involving bidding on a public works contract. 6. Termination for Cause / Termination for Default A. Criterion: The Bidder shall not have had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date; or if Bidder was terminated, describe the circumstances. 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. 8. Duration of Business Operation A. Criterion: The Bidder shall have been in business continuously for a period of five years prior to the bid submittal date B. Documentation: The Bidder shall be listed on the Washington State Corporations Division website with a filing date a minimum of five years prior to the bid submittal date and with a "perpetual" duration, or the bidder shall submit alternative documentation to demonstrate that this criterion has been met 2019 Storrawater Facility Fencing Project January 2019 Page 12 As evidence that the Bidder meets the Supplemental Responsibility 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 Responsibility Criteria. The Contracting Agency reserves the right to request further documentation as needed from the low bidder and documentation from other Bidders as well to assess Bidder responsibility and compliance with all bidder responsibility criteria. The Contracting Agency also reserves the right to obtain information from third -parties and independent sources of information concerning a Bidder's compliance with the mandatory and supplemental criteria, and to use that information in their evaluation. The Contracting Agency may consider mitigating factors in determining whether the Bidder complies with the requirements of the Supplemental Criteria. The basis for evaluation of Bidder compliance with these mandatory and Supplemental Criteria shall include any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from others for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter. If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Contracting Agency's determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before issuing its final determination. If the final determination 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 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, 2019 Storrawater Facility Fencing Project January 2019 Page 13 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. A copy of State of Washington Contractor's Registration; or 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of bids Section 1-03.1 The first paragraph is revised with the following: After proposal submittal, 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 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. 1-03.2 Award of Contract Section 1-03.2 is supplemented with the following: The contract, bond form, and all other forms requiring execution, together with a list of all other forms or documents required to be submitted by the successful bidder, will be forwarded to the successful bidder within 10 days of the award. The number of copies to be executed by the Contractor shall be determined by the Contracting Agency. 1-03.3 Execution of Contract Section 1-03.3 is revised and supplemented as follows: Within 10 calendar days after receipt from the City of the forms and documents required to be completed by the Contractor, the successful bidder shall return the signed Contracting Agency - prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency -furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. 2019 Storrawater Facility Fencing Project January 2019 Page 14 If the bidder experiences circumstances beyond their control that prevents return of the contract documents within 10 calendar days after the award date, the Contracting Agency may grant up to a maximum of 10 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a Contractor who is not registered or licensed as required by the laws of the state. In addition, the Contracting Agency requires persons doing business with the Contracting Agency to possess a valid City of Renton business license prior to award. When the Bid Form provides spaces for a business license number, a Washington State Contractors registration number, or both the Bidder shall insert such information in the spaces provided. The Contracting Agency requires legible copies of the Contractor's Registration and business license be submitted to the Engineer as part of the Contracting Agency's post -award information and evaluation activities. 1-03.4 Contract Bond Delete the first paragraph and replace it with the following: The successful bidder shall provide executed contract bond for the full contract amount. This contract bond 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 person, or any other person who provides supplies or provisions for carrying out the work; 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond(s) must be signed by the president or vice president, unless accompanied by written proof of the authority of the individual signing the bond(s) to bind the corporation (i.e., corporate resolution, power of attorney, or a letter to such effect signed by the president or vice president). 2019 Storrawater Facility Fencing Project January 2019 Page 15 1-03.7 Judicial Review Section 1-03.7 is revised as follows: Any decision made by the Contracting Agency regarding the Award and execution of the Contract or Bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington Law. Such review, if any, shall be timely filed in the Superior Court of the county where the RCW 36.01.05 shall control venue and 1-04 SCOPE OF WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and Addenda Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, 4. Contract Plans, 5. Amendments to Division 1-99 APWA Supplement 6. Amendments to the Standard Specifications, 7. Division 1-99 APWA Supplement 8. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction 9. Contracting Agency's Standard Plans (if any) 10. WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction Section 1-04.3 is a new section: 1-04.3 Contractor -Discovered Discrepancies Upon receipt of award of contract, Contractor shall carefully study and compare all the components of the Contract Documents and other instructions, and check and verify all field measurements. Contractor shall, prior to ordering material or performing work, report in writing to Engineer any error, inconsistency, or omission in respect to design or mode of construction, which is discovered. If Contractor, in the course of this study or in the accomplishment of the work, finds any discrepancy between the Plans and the physical condition of the locality as represented in the Plans, or any such errors or omissions in respect to design or mode of construction in the Plans or in the layout as given by points and instructions, it shall be Contractor's duty to inform Engineer immediately in writing, and Engineer will promptly check the same. Any work done after such discovery, until correction of Plans or authorization of extra work is given, if Engineer finds that extra work is involved, will be done at Contractor's risk. If extra work is involved, the procedure shall be as provided in Section 1- 04.4 of the Standard Specifications. 1-04.4 Changes The last two paragraphs are replaced with the following: 2019 Storrawater Facility Fencing Project January 2019 Page 16 Renton does not have a formal policy or guidelines on cost reduction alternatives, but will evaluate such proposals by the Contractor on a case -by -case basis. 1.04.4 (1) Minor Changes Section 1-04.8 is replaced to read: Minor changes, as ordered by Engineer, shall consist of Work not otherwise provided for in the Contract and paid in accordance with Section 1-09.6. such work may include: 1. Field conflicts or adjustments needed to complete the work; 2. Miscellaneous work directed by the Contracting Agency, not covered in the Contract and not exceed $10,000 per change; 3. Removal unexpected Structures or obstructions; Payment for "Minor Changes" to the Contractor will made in accordance with Section 1-09.6 To provide a common proposal for all Bidders, the Contracting Agency has entered an amount in the Proposal to become a part of the Contractor's total Bid. 1-04.8 Progress Estimates and Payments Section 1-04.8 is supplemented as follows: The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of lump sum work accomplished to date. The Engineer's calculations and decisions shall be final in regard to the actual percentage of any lump sum pay item accomplished and eligible for payment unless another specific method of calculating lump sum payments is provided elsewhere in the specifications. 1-04.11 Final Cleanup Section 1-04.11 is supplemented as follows: All waste materials, workmen debris, lunch bag, and etc. shall be removed from the job sites and disposed in accordance with local and state laws and regulations. All costs associated with "Final Cleanup" shall be considered incidental to and included in various bid items and no additional compensation will be made. 1-05 CONTROL OF WORK 1-05.3 Working Drawings Section 1-05.3 is supplemented with the following: The Engineer may furnish to the contractor additional plans and explanations consistent with the original plans. The contractor shall perform the work in accordance with these additional plans and explanations. 2019 Storrawater Facility Fencing Project January 2019 Page 17 The contractor shall submit supplemental working drawings for required bases of new posts (Kimberly Lane Pond). The working drawing will include, but not limited to the dimension of floor flange, set screws, material types, sizes, and descriptions. The drawing shall be on sheets measuring 24 by 36 inches or on sheets with the dimensions in multiples of 8 %2 by 11 inches. The drawings shall be provided enough in advance prior to construction to allow the Engineer's review and approval. The contractor shall obtain the Engineer's written approval of the drawing before proceeding with the work they represent. The contractor shall bear all risk and all costs of any work delays caused by non - approval of working drawings. All costs associated with the preparation, revision, and submittal required working drawings shall be considered incidental and included in the various bid items. No additional payment will be made 1-05.4 Conformity With and Deviation from Plans and Stakes Section 1-05.4 is supplemented with the following: The Contractor shall provide all required survey works, including such work as mentioned in Sections 1-05.4, 1-11 and elsewhere in these specifications. All costs for this survey work shall be included in "Construction Surveying, Staking, and As-Builts," per lump sum. The Contractor supplied surveyor will provide construction stakes and marks, establishing lines, slopes, and defining stormwater pond property lines and corners for a boundary survey as stipulated in this section, construction plans, and 1-11 SURVEYING STANDARDS. The Contractor Surveyor shall assume full responsibility for the close coordination of field locations and measurements, having required horizontal datum tied to 2 (two) City of Renton control monuments and establishing all required horizontal survey controls to ensure the new chain link fences and gates, and other works will be constructed with the City owned stormwater pond property lines. The Contractor shall provide a work site which has been prepared to permit construction staking to proceed in a safe and orderly manner. The Contractor shall keep the Engineer or Contractor supplied surveyor informed of staking requirements and provide at least 48 hours notice to allow the Contractor supplied surveyor adequate time for setting stakes. The Contractor shall carefully preserve stakes, marks, and other reference points, including existing monumentations set by Contracting Agency. The Contractor will be charged for the costs of replacing stakes, markers and monumentations that were not to be disturbed but were destroyed or damaged by the Contractor's operations. This charge will be deducted from monies due or to become due to the Contractor. The Contractor shall provide all surveys required other than those to be performed by the Engineer. All survey work shall be done in accordance with Section 1-11 SURVEYING STANDARDS of these specifications. The Contractor shall keep updated survey field notes in a standard field book and in a format set by the Engineer, per Section 1-11.1(4). These field notes shall include all survey work performed by the Contractor's surveyor in establishing line, grade and slopes for the construction work. Copies of these field notes shall be provided the Engineer upon request and upon completion of the contract work the field book or books shall be submitted to the Engineer and become the property of the Contracting Agency. If the survey work provided by the Contractor does not meet the standards of the Engineer, then the Contractor shall, upon the Engineer's written request, remove the individual or individuals doing the survey work and the survey work will be completed by the Engineer at the Contractor's expense. Costs for completing the survey work required by the Engineer will be deducted from monies due or to become due the Contractor. 2019 Storrawater Facility Fencing Project January 2019 Page 18 1-05.4(3) Contractor Supplied Surveying Section 1-05.4(3) is a new section: When the contract provides for Contractor Supplied Surveying, the Contractor shall supply the survey work required for the project. The Contractor shall retain as a part of the Contractor Organization an experienced team of surveyors under the direct supervision of a professional land surveyor licensed by the State of Washington. All survey work shall be done in accordance with Sections 1-05.4 and 1- 11, SURVEYING STANDARDS. The Contractor and/or Surveyor shall inform the Engineer in writing of any errors, discrepancies, and omissions to the plans that prevent the Contractor and/or Surveyor from constructing the project in a manner satisfactory to the Engineer. All errors, discrepancies, and omissions must be corrected to the satisfaction of the Engineer before the survey work may be continued. The Contractor shall coordinate his work with the Surveyor and perform his operations in a manner to protect all survey stakes from harm. The Contractor shall inform the Surveyor of the Contractor's intent to remove any survey stakes and/or points before physically removing them. The surveyor shall be responsible for maintaining As -Built records for the project. The Contractor shall coordinate his operations and assist the Surveyor in maintaining accurate As -Built records for the project. If the Contractor and Surveyor fail to provide, as directed by the Engineer and/or these plans and specifications, accurate As -Built records and other work the Engineer deems necessary, the Engineer may elect to provide at Contractor expense, a surveyor to provide all As -Built records and other work as directed by the Engineer. The Engineer shall deduct expenses incurred by the Engineer -supplied surveying from moneys owed to the Contractor. Payment for all work and materials required for the full and complete survey work required to complete the project and as -built drawings shall be included in the lump sum price for "Construction Surveying, Staking, and As-Builts." 1-05.4(4) Contractor Provided As -Built Information Section 1-05.4(4) is a new section: It shall be the contractor responsibility to record the location of existing wooden fence and chain link fence, the new chain link fence and gate. It shall be the contractor responsibility to have his surveyor locate by the centerline station and offset each major item of work done under this contract per the survey standard of Section 1-11. After the completion of the work covered by this contract, the contractor shall provide to the City the hard copy covered filed book (s) containing the as -built notes and one set of white prints of the project drawings upon which he has been plotted the notes of the contractor locating existing utilities, and as-builts locations of new work as he recorded in the field book(s). This drawing shall bear the surveyor seal and signature certifying its accuracy. All work shall be located within the City of Renton owned properties and performed per the City of Renton Survey Control Network. All costs associated with contractor provided as -built information and work shall be included in the contract item "Construction Surveying, Staking, and As-Builts," in lump sum price. 2019 Storrawater Facility Fencing Project January 2019 Page 19 1-05.7 Removal of Defective and Unauthorized Work Section 1-05.7 is supplemented as follows: 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 Section 1-05.11 is deleted and replace it with the following: 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. 2019 Storrawater Facility Fencing Project January 2019 Page 20 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. 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. 2019 Storrawater Facility Fencing Project January 2019 Page 21 The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. 1-05.12 Final Acceptance The third and fourth sentences in paragraph 1 are deleted and replaced with: The Final Acceptance date shall be that date in which the Renton City Council formally approves acceptance of the Contract. 1-05.12(1) One -Year Guarantee Period Add the following new section: The Contractor shall return to the project and repair or replace all defects in workmanship and material discovered within one year after Final Acceptance of the Work. The Contractor shall start work to remedy any such defects within 7 calendar days of receiving Contracting Agency's written notice of a defect, and shall complete such work within the time stated in the Contracting Agency's notice. In case of an emergency, where damage may result from delay or where loss of services may result, such corrections may be made by the Contracting Agency's own forces or another contractor, in which case the cost of corrections shall be paid by the Contractor. In the event the Contractor does not accomplish corrections within the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor. When corrections of defects are made, the Contractor shall then be responsible for correcting all defects in workmanship and materials in the corrected work for one year after acceptance of the corrections by Contracting Agency. This guarantee is supplemental to and does not limit or affect the requirements that the Contractor's work comply with the requirements of the Contract or any other legal rights or remedies of the Contracting Agency. 1-05.14 Cooperation with Other Contractors Section 1-05.14 is supplemented as follows: Contractor shall afford Owner and other contractors working in the area reasonable opportunity for the introduction and storage of their materials and the execution of their respective work and shall properly connect and coordinate Contractor's work with theirs. Other utilities, districts, agencies, and contractors who may be working within the project area are: 1. Puget Sound Energy (gas and electric) 2. AT&T Broadband 3. QWest Communications 4. City of Renton (water, sewer, transportation) 5. Soos Creek Sewer and Water District 6. Cedar River Sewer and Water District 7. Skyway Sewer and Water District 8. Private contractors employed by adjacent property owners 2019 Storrawater Facility Fencing Project January 2019 Page 22 The Contractor shall coordinate with City of Renton on tying into any existing electrical service cabinet. 1-05.15 Method of Serving Notices Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the 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 a -mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. 1-05.16 Water and Power Add the following new section: The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power and water as a pay item. 1-06 CONTROL OF MATERIAL 1-06.1 Approval of Materials Prior to Use Section 1-06.1 is supplemented as follows: The materials and equipment lists submitted to Engineer at the Preconstruction Conference shall include the quantity, manufacturer and model number, if applicable, of materials and equipment to be installed under the Contract. This list will be checked by Engineer as to conformity with the Contract Documents. Engineer will review the lists within 10 working days, noting required corrections. Contractor shall make required corrections and file 2 corrected copies with Engineer within one week after receipt of required corrections. Engineer's review and acceptance of the lists shall not relieve Contractor from responsibility for suitability for the intended purpose, nor for deviations from the Contract Documents. The Contractor shall make arrangements to obtain the necessary materials at their own expense. All costs associated with acquiring, producing, and placing this material in the finished work shall be considered incidental and included in the various bid items. No additional compensation shall be made 1-06.2(1) Samples and Tests for Acceptance Section 1-06.2(1) is supplemented a follows: The finished Work shall be in accordance with approved samples. Approval of samples by Engineer does not relieve Contractor of responsibility for performance of the Work in accordance with the Contract Documents. 2019 Storrawater Facility Fencing Project January 2019 Page 23 1-06.2(2) Statistical Evaluation of Materials for Acceptance Section 1-06.02(2) is supplemented by adding the following: Unless stated otherwise in the special provisions, statistical evaluation will not be used by the City of Renton. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed Section 1-07.1 is supplemented as follows: 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). Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the work, all necessary safeguards for protection of workers and the public; shall post danger signs warning against known or unusual hazards; and shall designate as Safety Supervisor a responsible employee on the construction site whose duty shall be the enforcement of safety. The name and position of such person so designated shall be reported in writing to Engineer by Contractor. Contractor shall, at all times, enforce strict discipline and good order among all employees and shall not employ any person unfit or not skilled in the work assigned to him/her. Necessary sanitation conveniences for the use of the workers on the job, properly secluded from public observation, shall be provided and maintained by Contractor. 1-07.2 State Taxes Delete this section, including its sub -sections, in its entirety and replace it with the following: 1-07.2 State Sales Tax The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. 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 2019 Storrawater Facility Fencing Project January 2019 Page 24 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. 1-07.9(5) Required Documents Delete the first sentence of the third paragraph, and replace it with the following: Contractor must submit weekly -certified payrolls for the Contractor and all subcontractors and lower tier subcontractors, regardless ofproject's funding source. 1-07.11(11) City of Renton Affidavit of Compliance Section 1-07.11(11) is new: Each Contractor, Subcontractor, Consultant, and or Supplier shall complete and submit a copy of the "City of Renton Fair Practices Policy Affidavit of Compliance". A copy of this document will be bound in the bid documents. 2019 Storrawater Facility Fencing Project January 2019 Page 25 1-07.13(1) General Section 1-07.13(1) is supplemented as follows: During unfavorable weather and other conditions, the contractor shall pursue only such portions of the work as shall not be damaged thereby. No portion of the work whose satisfactory quality or efficiency will be affected by unfavorable conditions shall be constructed while these conditions exist, unless by special means or precautions acceptable to the engineer, the contractor shall be able to overcome them. 1-07.14 Responsibility for Damage Section 1-07.14 is supplemented by adding the following: All references to the "State", "Commission", "Secretary", "Department", and "officers and employees of the State" shall read "Contracting Agency". 1-07.16(1) Private/Public Property Supplement this section with the following: It is the responsibility of the contractor to deliver the fence and materials to the sites. The City is not responsible for the fence, materials, tools, or machinery that is left or lost on site during after the work The contractor shall be responsible for damages/repair to privately owned property and/or assets including trees, wooden fence, signs, and etc. resulting from the work performed by the contractor. The contractor shall be responsible for secure the work site against possible injury or harm others. After the existing wooden and chain link fence is removed, temporary orange fencing and/or other materials/approaches may be selected as approved by the Engineer to secure the work site area A waste site for this project will not be provided by the Contracting Agency. Contractor -provided disposal sites shall be in compliance with section 2-03.3(7) of the 2018 WSDOT Standard Specifications. Materials shall not be deposited upon private property without the approval of the property owner and Contracting Agency. All materials so deposited shall be in compliance with the City of Renton Municipal Codes and other applicable laws. All costs associated with secure the work with temporary orange fencing and/or other approved material, labor, materials, equipment, and tool and disposal of waste materials site shall be incidental and included in the various bid items. No additional payment will be made 1-07.17 Utilities and Similar Facilities Section 1-07.17 is supplemented by adding: Existing utilities indicated in the Plans are from the best information available to Engineer. Information and data shown or indicated in the Contract Documents with respect to existing underground utilities or services at or contiguous to the project site are based on information and data furnished to Owner and Engineer by owners of such underground facilities or others, and Owner and Engineer do not assume responsibility for the accuracy or completeness thereof. It is to be understood that other aboveground or underground facilities not shown in the Plans may be encountered during the course of the work. All utility valves, manholes, vaults, or pull boxes which are buried shall be conspicuously marked in a fashion acceptable to the Owner and Engineer by the Contractor to allow their location to be determined by the Engineer or utility personnel under adverse conditions, (inclement weather or darkness). 2019 Storrawater Facility Fencing Project January 2019 Pagc 26 Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area. Contractor shall resolve all crossing and clearance problems with the utility company concerned. No excavation shall begin until all known facilities, in the vicinity of the excavation area, have been located and marked. In addition to Contractor having all utilities field marked before starting work, Contractor shall have all utilities field marked after they are relocated in conjunction with this project. Call Before You Dig The 48 Hour Locators 1-800-424-5555 At least 2 and not more than 10 working days prior to commencing any excavations for utility potholing or for any other purpose under this Contract, Contractor shall notify the Underground Utilities Location Center by telephone of the planned excavation and progress schedule. Contractor is also warned that there may be utilities on the project that are not part of the One Call system. They must be contacted directly by Contractor for locations. Contractor shall make arrangements 48 hours in advance with respective utility owners to have a representative present when their utility is exposed or modified, if the utility chooses to do so. Existing utilities for telephone, power, gas, water, and television cable facilities shall be adjusted or relocated by the appropriate utility company unless other notes in the plans. These adjustments may be completed before contractor begin work, or may be performed in conjunction with the contract work. Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits. See also Section 1-05.14 of these Special Provisions. If or when utility conflicts occur, Contractor shall continue the construction process on other aspects of the project whenever possible. No additional compensation will be made to Contractor for reason of delay caused by the actions of any utility company and Contractor shall consider such costs to be incidental to the other items of the contract. All costs associated with calling for utility locates and utility coordination shall be considered incidental and included in the various bid items and no additional compensation will be made. 1-07.18 Public Liability and Property Damage Insurance Section 1-07.18 is deleted replaced by the following new section and subsections: 1-07.18(1) General The Contractor shall obtain and maintain in full force and effect, from the Contract Execution Date to the Completion Date, public liability and property damage insurance with an insurance company(ies) or through sources approved by the State Insurance Commissioner pursuant to RCW 48. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency. Insurance shall provide coverage to the Contractor, all subcontractors, Contracting Agency and the Contracting Agency's consultant. The coverage shall protect against claims for bodily injuries, personal injuries, including accidental death, as well as claims for property damages which may arise from any act or omission of the Contractor or the subcontractor, or by anyone directly or indirectly employed by either of them. If warranted work is required the Contractor shall provide the City proof that insurance coverage and limits established under the term of the Contract for work are in full force and effect during the period of warranty work. 2019 Storrawater Facility Fencing Project January 2019 Page 27 The Contracting Agency may request a copy of the actual declaration pages(s) for each insurance policy effecting coverage(s) required on the Contract prior to the date work commences. Failure of the Contractor to fully comply during the term of the Contract with the requirements described herein will be considered a material breach of contract and shall be caused for immediate termination of the Contract at the option of the Contracting Agency. All costs for insurance shall be incidental to and included in the unit or Lump Sum prices of the contract and no additional payment will be made. 1-07.18(2) Coverages All coverage provided by the Contractor shall be in a form and underwritten by a company acceptable to the Contracting Agency. The City requires that all insurers: 1. Be licensed to do business within the State of Washington. 2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution coverage are acceptable when written on a claims -made basis). The City may also require proof of professional liability coverage be provided for up to two (2) years after the completion of the project. 3. The City may request a copy of the actual declaration page(s) for each insurance policy affecting coverage(s) required by the Contract prior to the date work commences. 4. Possess a minimum A.M. best rating of AVII (A rating of A XII or better is preferred.) If any insurance carrier possesses a rating of less than AVII, the City may make an exception. The City reserves the right to approve the security of the insurance coverage provided by the insurance company(ies), terms, conditions, and the Certificate of Insurance. Failure of the Contractor to fully comply during the term of the Contract with these requirements will be considered a material breach of contract and shall be cause for immediate termination of the contract at the option of the City. The Contractor shall obtain and maintain the minimum insurance coverage set forth below. By requiring such minimum insurance, the City of Renton shall not be deemed or construed to have assessed the risks that may be applicable to the Contractor. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverage. Coverage shall include: A. Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be written on an occurrence basis and include: • Premises and Operations (including CG2503; General Aggregate to apply per project, if applicable) • Explosion, Collapse, and Underground Hazards. • Products/Completed Operations • Contractual Liability (including Amendatory Endorsement CG 0043 or equivalent which includes defense coverage assumed under contract) • Broad Form Property Damage • Independent Contractors • Personal/Advertising Injury • Stop Gap Liability B. Automobile Liability including all • Owned Vehicles • Non -Owned Vehicles • Hired Vehicles C. Workers' Compensation • Statutory Benefits (Coverage A) - Show Washington Labor & Industries Number D. Umbrella Liability (when necessary) 2019 Storrawater Facility Fencing Project January 2019 Page 28 • Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. E. Professional Liability - (whenever the work under this Contract includes Professional Liability, including Advertising activities) the (CONTRACTOR) shall maintain professional liability covering wrongful acts, errors and/or omissions of the (CONTRACTOR) for damage sustained by reason of or in the course of operations under this Contract. F. Pollution Liability - the City may require this coverage whenever work under this Contract involves pollution risk to the environment. This coverage is to include sudden and gradual coverage for third party liability including defense costs and completed operations. Contractor shall name City of Renton, and its officers, officials, agents, employees and volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The Contractor shall provide City of Renton Certificates of Insurance prior to commencement of work. The City reserves the right to request copies of insurance policies, if at their sole discretion it is deemed appropriate. Further, all policies of insurance described above shall: A. Be on a primary basis not contributory with any other insurance coverage and/or self-insurance carried by City of Renton. B. Include a Waiver of Subrogation Clause. C. Severability of Interest Clause (Cross Liability) D. The Contractor shall provide the Contracting Agency and all Additional Insured's with written notice of any policy cancellation, within two business days of their receipt of such notice. E. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. 1-07.18(3) Limits LIMITS REQUIRED Providing coverage in these stated amounts shall not be construed to relieve the Contractor from liability in excess of such limits. The Contractor shall carry the following limits of liability as required below: Commercial General Liabili General Aggregate* $2,000,000 ** Products/Completed Operations Aggregate $2,000,000 ** Each Occurrence Limit $1,000,000 Personal/Advertising Injury $1,000,000 Fire Damage (Any One Fire) $50,000 Medical Payments (Any One Person) $5,000 Stop Gap Liability $1,000,000 * General Aggregate to apply per project (ISO Form CG2503 or equivalent) **Amount may vary based on project risk Automobile Liability Bodily Injury/Property Damage $1,000,000 (Each Accident) Workers' Compensation Statutory Benefits - Coverage A Variable (Show Washington Labor and Industries Number) Umbrella Liability Each Occurrence Limit $1,000,000 General Aggregate Limit $1,000,000 Products/Completed Operations Aggregate $1,000,000 2019 Storrawater Facility Fencing Project January 2019 Page 29 Professional Liabilitv (If reauired Each Occurrence/ Incident/Claim $1,000,000 Aggregate $2,000,000 Pollution Liabili , (If required)to apply on a per project basis Per Loss $1,000,000 Aggregate $1,000,000 The City may require the Contractor to keep professional liability coverage in effect for up to two (2) years after completion of the project. The Contractor shall promptly advise the CITY OF RENTON in the event any general aggregates are reduced for any reason, and shall reinstate the aggregate at the Contractor's expense to comply with the minimum limits and requirements as stated above and shall furnish to the CITY OF RENTON a new certificate of insurance showing such coverage is in force. 1-07.18(4) Evidence of Insurance: Within 20 days of award of the Contract, the Contractor shall provide evidence of insurance by submitting to the Contracting Agency the Certificate of Insurance (ACORD Form 25s or equivalent) conforming to items as specified in Sections 1-07.18(1), 1-07.18(2), and 1-07.18(3) as revised above. Other requirements are as follows: A. Strike the following or similar wording: "This Certificate is issued as a matter of information only and confers no rights upon the Certificate Holder". B. Strike the wording regarding cancellation notification to the City: "Failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives". C. Amend the cancellation clause to state: "Should any of the above described policies be cancelled before the expiration date thereof, notice will be delivered in accordance with the policy provisions." For Professional Liability coverage only, instead of the cancellation language specified above, the City will accept a written agreement that the consultant's broker will provide the required notification. 1-07.22 Use of Explosives Section 1-07.22 is supplemented by the following: Explosives shall not be used without specific authority of the Engineer, and then only under such restrictions as may be required by the proper authorities. Explosives shall be handled and used in strict compliance with WAC 296-52 and such local laws, rules and regulations that may apply. The individual in charge of the blasting shall have a current Washington State Blaster Users License. The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary in conjunction with blasting operations. 1-07.23(1) Construction Under Traffic Section 1-07.23(1) is supplemented by adding the following: The contractor shall be responsible for controlling dust and mud within the project limits and on any street which is utilized by his equipment for the duration of the project. The contractor shall be prepared to use watering trucks, power sweepers, and other pieces of equipment as deemed necessary by the engineer, to avoid creating a nuisance. 2019 Storrawater Facility Fencing Project January 2019 Page 30 Dust and mud control shall be considered as incidental to the project, and no compensation will be made for this section. Complaints of dust, mud, or unsafe practices and/or property damage to private Ownership will be transmitted to the Contractor and prompt action in correcting them will be required by the Contractor. Contractor shall maintain the roads during construction in a suitable condition to minimize affects to vehicular and pedestrian traffic. All cost to maintain the roads shall be borne by Contractor. At least one-way traffic shall be maintained on all cross -streets within the project limits during working hours. One lane shall be provided in each direction for all streets during non -working hours. Contractor shall provide one driveable roadway lane and maintain convenient access for local and commuter traffic to driveways, businesses, and buildings along the line of Work throughout the course of the project. Such access shall be maintained as near as possible to that which existed prior to the commencement of construction. This restriction shall not apply to the paving portion of the construction process. Contractor shall notify and coordinate with all property owners and tenants of street closures, or other restrictions which may interfere with their access —at least 24 hours in advance for single-family residential property, and at least 48 hours in advance for apartments, offices, and commercial property. Contractor shall give a copy of all notices to Engineer. When the abutting owners' access across the right-of-way line is to be eliminated and replaced under the Contract by other access, the existing access shall not be closed until the replacement access facility is available. All unattended excavations shall be properly barricaded and covered at all times. Contractor shall not open any trenches that cannot be completed and refilled that same day. Trenches shall be patched or covered by a temporary steel plate, at Contractor's expense, except in areas where the roadway remains closed to public traffic. Steel plates must be anchored. Contractor's coordination and notification to all property owners and tenant of street closures, or other restriction, which may interfere with their access shall be considered as incidental to the project, and no compensation will be made for this section. 1-07.24 Rights of Way Section 1-07.24 is supplemented by adding the following: Street right of way lines, limits of easements, and limits of construction permits are indicated on the Drawings. The Contractor's construction activities shall be confined within these limits unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to Bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the completion of the Work. Exceptions to this are noted in the Contract Documents or brought to the Contractor's attention by a duly issued Addendum. Whenever any of the Work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements are included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted on the Drawings. The Contractor shall not proceed with any portion of the Work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the 2019 Storrawater Facility Fencing Project January 2019 Page 31 Contractor that the right of way or easement is available or that the right of entry had been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry of right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contactor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability of the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any 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 Section 1-08.0 is a new section with subsection: 1-08.0 Preliminary Matters 1-08.0(1) Preconstruction Conference The Engineer will furnish the Contractor with up to 4 copies of the Contract Documents. Additional documents may be furnished upon request at the cost of reproduction. Prior to undertaking each part of the Work the Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures shown therein and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy which the Contractor may discover. After the Contract has been executed, but prior to the Contractor beginning the Work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The Contractor shall prepare and submit at the preconstruction meeting: 4 Contractor's plan of operation and progress schedule (3+ copies) 4 Approval of qualified subcontractors (bring list of subcontractors if different from list submitted with Bid) 4 List of materials fabricated or manufactured off the project 4 Material sources on the project 4 Names of principal suppliers 4 Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both working and standby rates) 4 Weighted wage rates for all employee classifications anticipated to be used on Project 4 Cost percentage breakdown for lump sum bid item(s) 4 Shop Drawings (bring preliminary list) In addition, the Contractor shall be prepared to address: 2019 Storrawater Facility Fencing Project January 2019 Page 32 Bonds and insurance Project meetings — schedule and responsibilities Provision for inspection for materials from outside sources Responsibility for locating utilities Responsibility for damage Time schedule for relocations, if by other than Contractor Compliance with Contract Documents Acceptance and approval of work Labor compliance, payrolls, certifications Safety regulations for Contractors' and Owner's employees and representatives Suspension of work, time extensions Change order procedures Progress estimates - procedures for payment Special requirements of funding agencies Construction engineering, advance notice of special work Any interpretation of the Contract Documents requested by Contractor Any conflicts or omissions in Contract Documents Any other problems or questions concerning the work Processing and administration of public complaints Easements and rights of entry Other contracts The franchise utilities may be present at the preconstruction conference, and Contractor should be prepared for their review and discussion of progress schedule and coordination. 1-08.1 Subcontracting Section 1-08.1 is supplemented as follows: Written requests for change in subcontractors shall be submitted by Contractor to Engineer at least 7 calendar days prior to start of a subcontractor's work. Contractor agrees that s/he is fully responsible to Owner for the acts and omissions of all subcontractors and lower -tier subcontractors, and persons either directly or indirectly employed by the subcontractors, as well as for the acts and omissions of persons directly employed by Contractor. Contractor shall be required to give personal attention to the work that is sublet. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and Owner. Contractor shall be responsible for making sure all subcontractors submit all required documentation, forms, etc. 1-08.1(2) Hours of Work Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the contract shall be any consecutive 8-hour period between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1-hour lunch break and a 5-day work week. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing the Work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work such times. Permission to work longer than an 8-hour period between 7:00 a.m. an 6:00 p.m. is not required. Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 7:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the 2019 Storrawater Facility Fencing Project January 2019 Page 33 contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to work Saturdays, Sunday, holidays of other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited to : requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the Work; requiring the Contractor to reimburse the Contracting Agency for the cost of engineering salaries paid Contracting Agency employees who worked during such times; considering the Work performed on Saturday and holiday as working day with regards to the Contract Time; and considering multiple work shifts as multiple working days with respect to Contract Time even though the multiple shifts occur in a single 24-hour period. Assistants may include, but are not limited to, survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees when in the opinion of the Engineer such work necessitates their presence. 1-08.1(3) Reimbursement for Overtime Work of Contracting Agency Employees Where the Contractor elects to work on a Saturday, Sunday, or other holiday, of longer than an 8-hour work shift on a regular working day, as defined in the Standard Specifications, such work shall be considered as overtime work. On all such overtime work an inspector will be present, and a survey crew may be required at the discretion of the Engineer. The Contractor shall reimburse the Contraction Agency for the full amount of the straight time plus overtime costs for employees of the Contracting Agency required to work overtime hours. The Contractor by these Specifications does hereby authorize the Engineer to deduct such costs from the amount due or to become due the Contractor. 1-08.2 Assignment The second paragraph of Section 1-08.2 is modified as follows: Contractor shall not assign any moneys due or to become due to Contractor hereunder without the prior written consent of Owner. The assignment, if approved, shall be subject to all setoffs, withholdings, and deductions required by law and the Contract. 1-08.3 Progress Schedule Section 1-08.3 is supplemented as follows: The progress schedule for the entire project shall be submitted 7 calendar days prior to the Preconstruction Conference. The schedule shall be prepared using the critical path method (CPM), preferably using Microsoft Project or equivalent software. The schedule shall contain this information, at a minimum: 1. Construction activities, in sufficient detail that all activities necessary to construct a complete and functional project are considered. Any activity that has a scheduled duration exceeding 30 calendar days shall be subdivided until no sub -element has a duration exceeding 30 calendar days. The schedule shall clearly indicate the activities that comprise the critical path. For each activity not on the critical path, the schedule shall show the float, or slack, time. 2. Procurement of material and equipment. 3. Submittals requiring review by Engineer. Submittal by Contractor and review by Engineer shall be shown as separate activities. 4. Work to be performed by a subcontractor, agent, or any third party. 5. Allowances for delays that could result from normal inclement weather (time extensions due to inclement weather will not be allowed). 2019 Storrawater Facility Fencing Project January 2019 Page 34 6. Allowances for the time required by utilities (Owner's and others) to locate, monitor, and adjust their facilities as required. Engineer may request Contractor to alter the progress schedule when deemed necessary in the opinion of Engineer —in the interest of public safety and welfare or of Owner, or for coordination with any other activity of other contractors, the availability of all or portions of the job site, or special provisions of this Contract, or to reasonably meet the completion date of the project. Contractor shall provide such revised schedule within 10 days of request. If, at any time, in the opinion of Engineer, the progress of construction falls significantly behind schedule, Contractor may be required to submit a plan for regaining progress and a revised schedule indicating how the remaining work items will be completed within the authorized contract time. Contractor shall promptly report to Engineer any conditions which Contractor feels will require revision of the schedule and shall promptly submit proposed revisions in the progress schedule for acceptance by Engineer. When such changes are accepted by Engineer, the revised schedule shall be followed by Contractor. Weekly Schedule. Contractor shall submit a weekly progress schedule to Engineer which sets forth specific work to be performed the following week, and a tentative schedule for the second week. Failure to Maintain Progress Schedule. Engineer will check actual progress of the work against the progress schedule a minimum of two times per month. Failure, without just cause, to maintain progress in accordance with the approved schedule shall constitute a breach of Contract. If, through no fault of Contractor, the proposed construction schedule cannot be met, Engineer will require Contractor to submit a revised schedule to Engineer for acceptance. The approved revisions will thereafter, in all respects, apply in lieu of the original schedule. Failure of Contractor to follow the progress schedule submitted and accepted, including revisions thereof, shall relieve Owner of any and all responsibility for furnishing and making available all or any portion of the job site, and will relieve Owner of any responsibility for delays to Contractor in the performance of the work. The cost of preparing the progress schedule, any supplementary progress schedules, and weekly schedules shall be considered incidental to the Contract and no other compensation shall be made. 1-08.4 Prosecution of the Work Section 1-08.4 is supplemented as follows: (******) Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurances have been approved and filed by the Owner. The Contractor shall not commence the Work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the Project Site within ten days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. There shall be no voluntary shutdowns or slowing of operations to the Contractor without prior approval of the Engineer. Such approval shall not relieve the Contractor from the Contractual obligation to complete the work within the prescribed Contract Time. 1-08.5 Time For Completion The first five paragraphs of Section 1-08.5 are deleted and replaced with the following: (******) The Work shall be physically completed in its entirety within ***50*** working days or as extended by the Engineer. The Contract Time will be stated in "working days", shall begin on the Notice To Proceed Date, and shall end on the Contract Completion Date. 2019 Storrawater Facility Fencing Project January 2019 Page 35 A nonworking day is defined as a Saturday, a Sunday, a day on which the contract specifically suspends work, or one of these holidays: January 1, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. The day before Christmas shall be a holiday when Christmas Day occurs on a Tuesday or Friday. The day after Christmas shall be a holiday when Christmas Day occurs on a Monday, Wednesday, or Thursday. When Christmas Day occurs on a Saturday, the two preceding working days shall be observed as holidays. When Christmas day occurs on a Sunday, the two working days following shall be observed as holidays. When holidays other than Christmas fall on a Saturday, the preceding Friday will be counted as a non -working day and when they fall on a Sunday the following Monday will be counted as a non- working day. The Contract Time has been established to allow for periods of normal inclement weather which, from historical records, is to be expected during the Contract Time, and during which periods, work is anticipated to be performed. Each successive working day, beginning with the Notice to Proceed Date and ending with the Physical Completion Date, shall be charged to the Contract Time as it occurs except a day or part of a day which is designated a nonworking day or an Engineer determined unworkable day. The Engineer will furnish the Contractor a weekly report showing (1) the number of working days charged against the Contract Time for the preceding week; (2) the Contract Time in working days; (3) the number of working days remaining in the Contract Time; (4) the number of nonworking days; and (5) any partial or whole days the Engineer declared unworkable the previous week. This weekly report will be correlated with the Contractor's current approved progress schedule. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. The Contractor will be allowed 10 calendar days from the date of each report in which to file a written protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the report will be deemed to have been accepted by the Contractor as correct. The requirements for scheduling the Final Inspection and establishing the Substantial Completion, Physical Completion, and Completion Dates are specified in Sections 1-05.11 and 1-05.12. Section 1-08.5 is supplemented as follows: Within 10 calendar days after execution of the Contract by the Contracting Agency, Contractor shall provide the Contracting Agency with copies of purchase orders for all equipment items deemed critical by the Contracting Agency, including but not limited to signal controller materials, lighting standards, and signal standards required for the physical completion of the contract. Such purchase orders shall disclose the estimated delivery dates for the equipment. All items of work which can be performed without delivery of the critical items shall start and be completed as soon as possible. At that time, Engineer may suspend the work upon request of Contractor until the critical items are delivered to Contractor, if the Contracting Agency received a purchase order within 10 calendar days after execution of the Contract by the Contracting Agency. Contractor will be entitled to only one such suspension of time during the performance of the work and during such suspension shall not perform any additional work on the project. Upon delivery of the critical items, contract time will resume and continue to be charged in accordance with Section 1- 08. 1-08.6 Suspension of Work Section 1-08.6 is supplemented as follows: Owner may at any time suspend the work, or any part thereof, by giving notice to Contractor in writing. The work shall be resumed by Contractor within 14 calendar days after the date fixed in the written notice from Owner to Contractor to do so. 2019 Storrawater Facility Fencing Project January 2019 Page 36 Contractor shall not suspend work under the Contract without the written order of Owner. If it has been determined that Contractor is entitled to an extension of time, the amount of such extension shall be only to compensate for direct delays and shall be based upon Contractor's diligently pursuing the work at a rate not less than that which would have been necessary to complete the original Contract Work on time. 1-08.9 Liquidated Damages Section 1-08.9 is supplemented as follows: In addition, Contractor shall compensate Owner for actual engineering inspection and supervision costs and any other expenses and legal fees incurred by Owner as a result of such delay. Such labor costs will be billed to Contractor at actual costs, including administrative overhead costs. In the event that Owner is required to commence any lawsuit in order to enforce any provision of this Contract or to seek redress for any breach thereof, Owner shall be entitled to recover its costs, including reasonable attorneys fees, from Contractor. 1-08.11 Contractor's Plant and Equipment The contractor alone shall at all times be responsible for the adequacy, efficiency, and sufficiency of his and his subcontractor's plant and equipment. The Owner shall have the right to make use of the contractor's plant and equipment in the performance of any work on the site of the work. The use by the Owner of such plant and equipment shall be considered as extra work and paid for accordingly. Neither the Owner nor the engineer assumes any responsibility, at any time, for the security of the site from the time contractor's operations have commenced until final acceptance of the work by the engineer and the Owner. The contractor shall employ such measures as additional fencing, barricades, and watchmen service, as he deems necessary for the public safety and for the protection of the site and his plant and equipment. The Owner will be provided keys for all fenced, secured areas. 1-08.12 Attention to Work Section 1-08.12 is a new section: The contractor shall give his personal attention to and shall supervise the work to the end that it shall be prosecuted faithfully, and when he is not personally present on the work site, he shall at all times be represented by a competent superintendent who shall have full authority to execute the same, and to supply materials, tools, and labor without delay, and who shall be the legal representative of the contractor. The contractor shall be liable for the faithful observance of any instructions delivered to him or to his authorized representative. 1-09 MEASUREMENT AND PAYMENT 1-09.1 Measurement of Quantities Section 1-09.1 is supplemented by adding the following: 2019 Storrawater Facility Fencing Project January 2019 Page 37 Lump Sum. The percentage of lump sum work completed, and payment will be based on the cost percentage breakdown of the lump sum bid price(s) submitted at the preconstruction conference. The Contractor shall submit a breakdown of costs for each lump sum bid item. The breakdown shall list the items included in the lump sum together with a unit price of labor, materials, and equipment for each item. The summation of the detailed unit prices for each item shall add up to the lump sum bid. The unit price values may be used as a guideline for determining progress payments or deductions or additions in payment for ordered work changes. 1-09.3 Scope of Payment Section 1-09.3 is supplemented by adding the following: Unless modified otherwise in the Contract Provisions, the Bid Items listed or referenced in the "Payment" clause of each Section of the Standard Specifications, will be the only items for which compensation will be made for the Work described in or specified in that particular Section when the Contractor performs the specified Work. Should a Bid Item be listed in a "Payment" clause but not in the Proposal Form, and Work for that item is performed by the Contractor and the work is not stated as included in or incidental to a pay item in the contract and is not work that would be required to complete the intent of the Contract per Section 1-04.1, then payment for that Work will be made as for Extra Work pursuant to a Change Order. The words "Bid Item," "Contract Item," and "Pay Item," and similar terms used throughout the Contract Documents are synonymous. If the "payment" clause in the Specifications relating to any unit Bid Item price in the Proposal Form requires that said unit Bid Item price cover and be considered compensation for certain work or material essential to the item, then the work or material will not be measured or paid for under any other Unit Bid Item which may appear elsewhere in the Proposal Form or Specifications. Pluralized unit Bid Items appearing in these Specifications are changed to singular form. Payment for Bid Items listed or referenced in the "Payment" clause of any particular Section of the Specifications shall be considered as including all of the Work required, specified, or described in that particular Section. Payment items will generally be listed generically in the Specifications, and specifically in the bid form. When items are to be "furnished" under one payment item and "installed" under another payment item, such items shall be furnished FOB project site, or, if specified in the Special Provisions, delivered to a designated site. Materials to be "furnished," or "furnished and installed" under these conditions, shall be the responsibility of the Contractor with regard to storage until such items are incorporated into the Work or, if such items are not to be incorporated into the work, delivered to the applicable Contracting Agency storage site when provided for in the Specifications. Payment for material "furnished," but not yet incorporated into the Work, may be made on monthly estimates to the extent allowed. 1-09.6 Force Account Supplement this section with the following: 2019 Storrawater Facility Fencing Project January 2019 Page 38 The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account as minor changes, 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 correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1-09.7 Mobilization Section 1-09.7 is supplemented as follows: Mobilization shall also include, but not be limited to, the following items: the movement of Contractor's personnel, equipment, supplies, and incidentals to the project site; the establishment of an office, buildings, and other facilities necessary for work on the project; providing sanitary facilities for Contractor's personnel; and obtaining permits or licenses required to complete the project not furnished by Owner. Payment will be made for the following bid item(s): "Mobilization," Lump Sum. 1-09.9 Payments Section 1-09.9 is supplemented as follows: Applications for payment shall be itemized and supported to the extent required by Engineer by receipts or other vouchers showing payment for materials and labor, payments to subcontractors, and other such evidence of Contractor's right to payment as Engineer may direct. Contractor shall submit a progress report with each monthly request for a progress payment. The progress report shall indicate the estimated percent complete for each activity listed on the progress schedule (see Section 1-08.3). 1-09.9(1) Retainage Section 1-09.9(1) is supplemented as follows: The retained amount shall be released as stated in the Standard Specifications if no claims have been filed against such funds as provided by law and if Owner has no unsatisfied claims against Contractor. hi the event claims are filed, Owner shall withhold, until such claims are satisfied, a sum sufficient to satisfy all claims and to pay attorney's fees. In addition, Owner shall withhold such amount as is required to satisfy any claims by Owner against Contractor, until such claims have been finally settled. Neither the final payment nor any part of the retained percentage shall become due until Contractor, if requested, delivers to Owner a complete release of all liens arising out of this Contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit that so far as Contractor has knowledge or information, the release and receipts include all labor and materials for which a lien could be filed: but Contractor may, if any subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactorily to Engineer to indemnify Owner against the lien. If any lien remains unsatisfied after all payments are made, Contractor shall reimburse to Owner all monies that the latter may be compelled to pay in discharging such lien, including all costs and reasonable engineer's and attorney's fees. The Contractor may submit a bond for all or any portion of the contract retainage in a form acceptable to the Contracting Agency and from a bond company meeting the same standards as established for the Performance and Payment Bonds. The Contracting Agency will accept a bond meeting these requirements unless the Contracting Agency demonstrates good cause for refusing to accept it. Such a bond and any proceeds therefrom is subject to all claims and liens and in the same manner and 2019 Storrawater Facility Fencing Project January 2019 Page 39 priority as set for retained percentages in RCW 60.28. The Contracting Agency will release the bonded portion of the retained funds to the Contractor within 30 days of accepting the bond from the Contractor. Whenever the Contracting Agency accepts a bond in lieu of retained funds from the Contractor, the Contractor must accept like bonds from any subcontractors or suppliers from which the Contractor has retained funds. The Contractor must then release the fund retained from the Subcontractors or suppliers to the Subcontractors or suppliers within thirty (30) days of accepting the bond from Subcontractors or suppliers. In addition to monies retained pursuant to RCW 60.28 and subject to RCW 39.04.250, RCW 39.12 and RCW 39.76, the Contractor authorizes the Engineer to withhold progress payments due or deduct an amount from any payment or payments due the Contractor which, in the Engineer's opinion, may be necessary to cover the Contracting Agency's costs for or to remedy the following situations: 1. Damage to another contractor when there is evidence thereof and a claim has been filed. 2. Where the Contractor has not paid fees or charges to public authorities of municipalities which the contractor is obligated to pay. 3. Utilizing material, tested and inspected by the Engineer, for purposes not connected with the Work (Section 1-05.6) 4. Landscape damage assessments per Section 1-07.16. 5. For overtime work performed by City personnel per Section 1-08.1(4) 6. Anticipated or actual failure of the Contractor to complete the Work on time: a. Per Section 1-08.9 Liquidated Damages; or b. Lack of construction progress based upon the Engineer's review of the Contractor's approved progress schedule which indicates the Work will not be complete within the Contract Time. When calculating an anticipated time overrun, the Engineer will make allowances for weather delays, approved unavoidable delays, and suspensions of the Work. The amount withheld under this subparagraph will be based upon the liquidated dames amount per day se forth in Contract Documents multiplied by the number of days the Contractor's approved progress schedule, in the opinion of the Engineer, indicates the Contract may exceed the Contract Time. 7. Failure of the Contractor to perform any of the Contractor's other obligations under the contract, including but not limited to: a. Failure of the Contractor to perform any of the Contractor to provide the Engineer with a field office when required by the Contract Provisions. b. Failure of the Contractor to protect survey stakes, markers, etc., or to provide adequate survey work as required by Section 1-05.5. c. Failure of the Contractor to correct defective or unauthorized work (Section 1-05.8). d. Failure of the Contractor to furnish a Manufacture's Certificate of Compliance in lieu of material testing and inspection as required by Section 1-06.3. e. Failure to submit weekly payrolls, Intent to Pay Prevailing Wage forms, or correct underpayment to employees of the Contractor of subcontractor an=of any tier as required by Section 1-07.9. f. Failure of the Contractor to pay worker's benefits (Title 50 and Title 51 RCW) as required by Section 1-07.10. g. Failure of the Contractor to submit and obtain approval of a progress schedule per Section 1-08.3. 2019 Storrawater Facility Fencing Project January 2019 Page 40 The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds as have been withheld pursuant to this section to a party or parties who are entitled to payment. Disbursement of such funds, if the Engineer elects to do so will be made only after giving the Contractor 15 calendar days prior written notice of the Contracting Agency's intent to do so, and if prior to the expiration of the 15-calendar day period, 1. No legal action has commenced to resolve the validity of the claims, and 2. The Contractor has not protested such disbursement. A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this section will be made. A payment made pursuant to this section shall be considered as payment make under the terms and conditions of the Contract. The Contracting Agency shall not be liable to the Contractor for such payment make in good faith. 1-09.9(2) Final Payment Section 1-09.9(2) is a new section: Upon Acceptance of the Work by the Contracting Agency the final amount to be paid the Contactor will be calculated based upon a Final Progress Estimate made by the Engineer. Acceptance by the Contractor of the Final Payment shall be and shall operate as a release: 1. to the Contracting Agency of all claims and all liabilities of the Contractor, other than claims in stated amounts as may be specifically excepted in writing by the Contractor; 2. for all things done or furnished in connection with the Work; 3. for every act and neglect by the Contracting Agency; and 4. for all other claims and liability relating to or arising out of the Work. A payment (monthly, final, retainage, or otherwise) shall not release the Contractor or the Contractor's Surety from any obligation required under the terms of the Contract Documents or the Contract Bond; nor shall such payment constitute a waiver of the Contracting Agency's ability to investigate and act upon findings of non-compliance with the WMBE requirements of the Contract; nor shall such payment preclude the Contracting Agency from recovering damages, setting penalties, or obtaining such other remedies as may be permitted by law. Before the Work will be accepted by the Contracting Agency, the Contractor shall submit an affidavit, on the form provided by the Engineer, of amounts paid to certified disadvantaged (DB), minority (MBE) or women business enterprises (WBE) participating in the Work. Such affidavit shall certify the amounts paid to the DB, MBE or WBE subcontractors regardless of tier. If the Contractor fails, refuses, or is unable to sign and return the Final Progress Estimate or any other documents required for the final acceptance of the contract, the Contracting Agency reserves the right to establish a completion date and unilaterally accept the contract. Unilateral acceptance will occur only after the Contractor has been provided the opportunity, by written request from the Engineer, to voluntarily submit such documents, If voluntary compliance is not achieved, formal notification of the impending unilateral acceptance will be provided by certified letter from the Engineer to the Contractor which will provide 30 calendar days for the Contractor to submit the necessary documents. The 30-calendar day deadline shall begin on the date of the postmark of the certified letter from the Engineer requesting the necessary documents. This reservation by the Contracting Agency to unilaterally accept the contract will apply to contracts that are completed in accordance with Section 1-08.5 of for contracts that are terminated in accordance with Section 1-08.10. Unilateral acceptance of the contract by the Contracting Agency does not in any way relieve the Contractor of the provisions under contract or of the responsibility to comply with all laws, ordinances, and regulations — Federal, State, or local — that affect the contract. The dated the Contraction Agency unilaterally signs the Final Progress Estimate constitutes the final acceptance date (Section 1-05.12). 1-09.11(3) Time Limitations and Jurisdiction Paragraph 1, Sentence 1 is revised as follows: 2019 Storrawater Facility Fencing Project January 2019 Page 41 ...such claims or causes of action shall be brought in the Superior Court of the county where the work is performed. 1-09.13(3) B Procedures to Pursue Arbitration Section 1-09.13(3) B is supplemented by adding: The findings and decision of the board of arbitrators shall be final and binding on the parties, unless the aggrieved party, within 10 days, challenges the findings and decision by serving and filing a petition for review by the superior court of King County, Washington. The grounds for the petition for review are limited to showing that the findings and decision: 1. Are not responsive to the questions submitted; 2. Is contrary to the terms of the contract or any component thereof, 3. Is arbitrary and/or is not based upon the applicable facts and the law controlling the issues submitted to arbitration. The board of arbitrators shall support its decision by setting forth in writing their findings and conclusions based on the evidence adduced at any such hearing. The arbitration shall be conducted in accordance with the statutes of the State of Washington and court decisions governing such procedure. The costs of such arbitration shall be borne equally by the City and the contractor unless it is the board's majority opinion that the contractor's filing of the protest or action is capricious or without reasonable foundation. In the latter case, all costs shall be borne by the contractor. 1-09.14 Payment Schedule Measurement and Payment Schedule for Bid Items in this project proposal Section 1-09.14 is a new section: General Section 1-09.14(1) Scope A. Payment for the various items of the Bid Sheets, as further specified herein, shall include all compensation to be received by the CONTRACTOR for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of work being described, as necessary to complete the various items of the WORK all in accordance with the requirements of the Contract Documents, including all appurtenances thereto, and including all costs of compliance with the regulations of public regulations of public agencies having jurisdiction, including Safety and Health Administration of the US Department of Labor (OSHA). B. The Owner shall not pay for material quantities that exceed the actual measured amount used and approved by the ENGINEER. C. It is the intention of these specifications that the performance of all work under the bid for each item shall result in the complete construction, in an accepted operating condition, of each item. Work and material not specifically listed in the proposal but required in the plans, specifications, and general construction practice, shall be considered incidental to the construction of the project and the Contractor shall include the cost within the unit bid prices. No separate payment will be made for these incidental items. 2019 Storrawater Facility Fencing Project January 2019 Page 42 1-09.14(2) Basic Bid This section is an outline of the basic bid items that will determine the low bidder for this project. Measurement and Payment, where described in a bid item, shall supercede Measurement and Payment listed in other sections of the Special Provisions and Standard Specifications. Basis For award The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid schedule items of the all schedules set forth in the bid forms to be considered responsive for award. Partial bids will not be accepted. The total price of all schedules will be used to determine the successful low responsive bidder. The owner reserves the right to award any or all schedules of the bid to meet the needs of the City. The intent is to award to only one bidder. 2019 Storrawater Facility Fencing Project January 2019 Page 43 Bid Item No. 1: Minor Changes (Est.) For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount for Minor Changes in the Proposal to become a part of the total bid by the contractor. At the discretion of the Contracting Agency, all or part of this estimated amount may be used in lieu of the more formal procedure as outlined in Section 1-04.4 of the Standard Specifications. The unit contract price for Minor Changes is given in the Schedule of Prices and shall not be changed by the bidder. All work and payment under this item shall be authorized in writing by the City Project Manager or Supervisor. Payment will be determined in accordance with Section 1-09.4 of the Standard Specifications. If no changes are authorized under this bid item final payment for this item will be $0 (zero). Bid Item No. 2: Construction Surveying, Staking, and As-Builts (LS) The work consists of furnishing all materials, labor, and equipment necessary to perform a boundary survey to define the boundaries of the pond property. Each corner of the pond properties shall be located, verified or re-established and reset for a clear visibility. Markers in accordance with Special Provision Section 1-11.2 Materials shall be placed at each corner of the pond property and shall be set along the property lines. Construction Surveying and Staking shall be per Special Provisions Section 1-05.4 and the City of Renton Surveying Standards in Special Provisions Section 1-11 under the direct supervision of a professional land survey (PLS) licensed by the State of Washington. The work also consist of providing the City's As -built information including showing the pond boundary lines and corners, legal descriptions, horizontal datum and control points, required reference surveys, the existing chain link and wooden fence location, and new chain link fence location. Recording of the survey with the King County Recorder is required. The ponds needed for Construction Surveying, Staking, As-Builts are Morning Glen, Chinquapin, and Springbrook Terrace. Measurement for Construction Surveying, Staking, and As-Builts will be per the lump sum bid price. Payment will be a complete compensation for all labor, materials, equipment, travel, preparation and submittal as -built records, field surveying work, and recording of the survey with King County needed to construct the chain link fence and gate as shown on the plans, to provide the required construction and as -constructed field (as -built information) notes and drawings, etc., which is required to complete this item of work in conformance with the Contract Documents. No more than 70% of the bid amount for this item shall be paid prior to the review and acceptance of the final as -built survey by the Engineer. Bid Item No. 3: Mobilization (LS) Mobilization includes the complete cost of furnishing and installing, complete and in -place all work and materials necessary to move equipment and personnel to the job site, provide and maintain all necessary support facilities and utilities, obtain all necessary permits and licenses, prepare the site for construction operations, maintain the site and surrounding areas during construction, provide protection of existing utilities, provide component and system testing, and move all personnel and equipment off the site after contract completion. This item also includes final cleanup, dressing, and trimming the project area after construction and the moving all personnel, equipment, and remaining materials off the site after the work is completion. The contractor shall not store materials and equipment on private property outside the existing easement, City Right of Way (ROW) or work area limits. The storage area shall not interfere with the current use of the City ROW and residential access. 2019 Storrawater Facility Fencing Project January 2019 Page 44 Measurement for mobilization will be per lump sum bid price. Payment for mobilization will be made at the lump sum amount bid (NOT to exceed 70% of bid price prior to completion of construction) based on the percent of completed Work as defined in the Standard Specifications for Road, Bridge, and Municipal Construction (WSDOT) for mobilization. Payment for the remaining 30% will be made upon completion and final clean-up of the construction site. Such payment will be complete compensation for all mobilization of employees, equipment and materials, preparation of all necessary submittals, bonds, insurance, site improvements, permits, clean-up, and other plans/submittals not specifically covered in bid items, etc. all in conformance with the Contract Documents. Bid Item No. 4: Removal of Structures and Obstructions (LS) The work consists of furnishing all materials, labor, and equipment necessary to remove and dispose of The work described in the Special Provision Section 2-02, Removal of Structure and Obstructions Measurement for Removal of Structures and Obstructions will be per lump sum bid price Payment will be a complete compensation for hauling, disposing cost of the removed structures and obstructions and furnishing all labor, tools, materials, and equipment necessary. Bid Item No. 5: Maureen Highland Division 1 Pond - Black Chain Link Fence Bid Item No. 6: Honey Creek Ridge Pond - Black Chain Link Fence Bid Item No. 7: Morning Glen Pond - Black Chain Link Fence Bid Item No. 8: Chinquapin Ridge Pond - Black Chain Link Fence Bid Item No. 9: Kimberly Lane Pond - Black Chain Link Fence Bid Item No. 10: Springbrook Terrace Pond - Black Chain Link Fence Bid item No 5, 6, 7, 8, 9, and 10 consist of furnishing all materials, labor, and equipment necessary to install chain link fence in accordance with the plans and specifications at locations shown in the plans. The materials shall include chain link fabric, top rail, tie wire, tension wire, fabric band, stretcher bar, end post, corner post, pull post, brace post, hog rings, line post, concrete post base, and miscellaneous materials/fittings for the complete installation of the chain link fence. Chain link fence will be measured by the linear foot (LF) of completed fence along the ground line excluding the length occupied by gate openings. Payment will constitute full compensation for furnishing all materials, labor, and equipment necessary to complete the work. Bid Item No. 11: Maureen Highland Division 1 Pond - Black 16-Foot Chain Link Gate Bid Item No. 12: Honey Creek Ridge Pond - Black 16-Foot Chain Link Gate Bid Item No. 13: Morning Glen Pond - Black 16-Foot Chain Link Gate Bid Item No. 14: Chinquapin Ridge Pond - Black 16-Foot Chain Link Gate Bid Item No. 15: Kimberly Lane Pond - Black 16-Foot Chain Link Gate Bid Item No. 16: Springbrook Terrace Pond - Black 16 Foot Chain Link Gate Bid Item No. 17: Honey Creek Ridge Pond - Black 8-Foot Chain Link Gate Bid Item No. 18: Chinquapin Ridge Pond - Black 4-Foot Chain Link Gate Bid Item No. 19: Springbrook Terrace Pond - Black 8- Foot Chain Link Gate Bid item No 11, 12, 13, 14, 15, 16, 17, 18, and 19 consist of furnishing all materials, labor, and equipment necessary to install chain link gates in accordance with the plans and specifications at locations shown in the plans. The materials shall include gate frame, gate post, tie wire, trust rod, dome top, chain link fabric, concrete post base, and miscellaneous materials/fittings. 2019 Storrawater Facility Fencing Project January 2019 Page 45 Measurement of Chain link gate will be per each (EACH) bid price. Payment will constitute full compensation for furnishing all materials, labor, and equipment necessary to complete the work. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1(2) Description Revise the first, second, and third paragraph to read: The contractor shall keep all existing pedestrian route and access point including sidewalk open and clear at all time and shall protect the public safety at all time from injuries and damage resulting from the contractor's operation. All street and lane closures require the submittal of traffic control plan(s) and application(s) and obtain the City's approval. All street and lane closures shall be performed in compliance with the City and State traffic regulations and the Manual on Uniform Traffic Control Devices (MUTCD). A notification of emergency services (253-852-2121) twenty-four (24) hours before any street or lane closures. Any lanes or street closures not in conformance with the approved traffic control plan and/or without notification of emergency services can result in receive a receiving a citation for violation of RCW 47.36.200 through 47.36.220, 9A.36.050 Reckless Endangerment, and other applicable States and City Codes. The contractor shall indemnify and hold harmless the City of Renton from any and all claims, actions, and judgements, including all cost of defense and attorney's fees incurred in defending against same, arising from towing of private vehicles and the acts of the Contractor.. The City of Renton shall be entitled, in its reasonable discretion, to settle claims prior to suit or judgment, and in such event shall indemnify and hold harmless the City for any such claims paid, including the City's reasonable attorney fees and litigation cost incurred resulting from such claim. In the event any claim or suit is brought against the City, the Contractor will pay for legal counsel chosen by the City to defend again same. Flagger and sign placement are subject to revision by the Engineer on site, if needed to address traffic or pedestrian safety or travel. Temporary Traffic Control including the preparation and submittal of temporary traffic control plan(s), the need of flaggers and sign and sign placement will be considered incidental and shall be included in the various bid items. No additional compensation will be made. 1-11 RENTON SURVEYING STANDARDS The following is a new section with new subsections: 1-11.1(1) Responsibility for surveys All surveys and survey reports shall be prepared under the direct supervision of a person registered to practice land surveying under the provisions of Chapter 18.43 RCW. All surveys and survey reports shall be prepared in accordance with the requirements established by the Board of Registration for Professional Engineers and Land Surveyors under the provisions of Chapter 18.43 RCW. 1-11.1(2) Survey Datum and Precision The horizontal component of all surveys shall have as its coordinate base: The North American Datum of 1983/91. 2019 Storrawater Facility Fencing Project January 2019 Page 46 All horizontal control for projects must be referenced to or in conjunction with a minimum of two of the City of Renton's Survey Control Network monuments. The source of the coordinate values used will be shown on the survey drawing per RCW 58.09.070. The horizontal component of all surveys shall meet or exceed the closure requirements of WAC 332-130-060. The control base lines for all surveys shall meet or exceed the requirements for a Class A survey revealed in Table 2 of the Minimum Standard Detail Requirements for ALTA/ACSM Land Title Surveys jointly established and adopted by ALTA and ACSM in 1992 or comparable classification in future editions of said document. The angular and linear closure and precision ratio of traverses used for survey control shall be revealed on the face of the survey drawing, as shall the method of adjustment. The horizontal component of the control system for surveys using global positioning system methodology shall exhibit at least 1 part in 50,000 precision in line length dependent error analysis at a 95 percent confidence level and performed pursuant to Federal Geodetic Control Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning Techniques dated August 1, 1989 or comparable classification in future editions of said document. The vertical component of all surveys shall be based on NAVD 1988, the North American Vertical Datum of 1988, and tied to at least one of the City of Renton Survey Control Network benchmarks. If there are two such benchmarks within 3000 feet of the project site a tie to both shall be made. The benchmark(s) used will be shown on the drawing. If a City of Renton benchmark does not exist within 3000 feet of a project, one must be set on or near the project in a permanent manner that will remain intact throughout the duration of the project. Source of elevations (benchmark) will be shown on the drawing, as well as a description of any bench marks established. 1-11.1(3) Subdivision Information Those surveys dependent on section subdivision shall reveal the controlling monuments used and the subdivision of the applicable quarter section. Those surveys dependent on retracement of a plat or short plat shall reveal the controlling monuments, measurements, and methodology used in that retracement. 1-11.1(4) Field Notes Field notes shall be kept in conventional format in a standard bound field book with waterproof pages. hi cases where an electronic data collector is used field notes must also be kept with a sketch and a record of control and base line traverses describing station occupations and what measurements were made at each point. Every point located or set shall be identified by a number and a description. Point numbers shall be unique within a complete job. The preferred method of point numbering is field notebook, page and point set on that page. Example: The first point set or found on page 16 of field book 348 would be identified as Point No. 348.16.01, the second point would be 348.16.02, etc. Upon completion of a City of Renton project, either the field notebook(s) provided by the City or the original field notebook(s) used by the surveyor will be given to the City. For all other work, surveyors will provide a copy of the notes to the City upon request. In those cases where an electronic data collector is used, a hard copy print out in ASCII text format will accompany the field notes. 1-11.1(5) Corners and Monuments Corner A point on a land boundary, at the juncture of two or more boundary lines. A monument is usually set at such points to physically reference a corner's location on the ground. Monument Any physical object or structure of record which marks or accurately references: 2019 Storrawater Facility Fencing Project January 2019 Page 47 • A corner or other survey point established by or under the supervision of an individual per section 1-11.1(1) and any corner or monument established by the General Land Office and its successor the Bureau of Land Management including section subdivision corners down to and including one -sixteenth corners; and • Any permanently monumented boundary, right of way alignment, or horizontal and vertical control points established by any governmental agency or private surveyor including street intersections but excluding dependent interior lot corners. 1-11.1(6) Control or Base Line Survey Control or Base Line Surveys shall be established for all construction projects that will create permanent structures such as roads, sidewalks, bridges, utility lines or appurtenances, signal or light poles, or any non -single family building. Control or Base Line Surveys shall consist of such number of permanent monuments as are required such that every structure may be observed for staking or "as-builting" while occupying one such monument and sighting another such monument. A minimum of two of these permanent monuments shall be existing monuments, recognized and on record with the City of Renton. The Control or Base Line Survey shall occupy each monument in turn, and shall satisfy all applicable requirements of Section 1-11.1 herein. The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale. North orientation should be clearly presented and the scale shown graphically as well as noted. The drawing must be of such quality that a reduction thereof to one-half original scale remains legible. If recording of the survey with the King County Recorder is required, it will be prepared on 18 inch by 24 inch mylar and will comply with all provisions of Chapter 58.09 RCW A photographic mylar of the drawing will be submitted to the City of Renton and, upon their review and acceptance per the specific requirements of the project, the original will be recorded with the King County Recorder. If recording is not required, the survey drawing shall be prepared on 22 inch by 34 inch mylar, and the original or a photographic mylar thereof will be submitted to the City of Renton. The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and shall conform to the City of Renton's Drafting Standards. American Public Works Association symbols shall be used whenever possible, and a legend shall identify all symbols used if each point marked by a symbol is not described at each use. An electronic listing of all principal points shown on the drawing shall be submitted with each drawing. The listing should include the point number designation (corresponding with that in the field notes), a brief description of the point, and northing, easting, and elevation (if applicable) values, all in ASCII format, on IBM PC compatible media. 1-11.1(7) Precision Levels Vertical Surveys for the establishment of bench marks shall satisfy all applicable requirements of section 1-05 and 1-11.1. Vertical surveys for the establishment of bench marks shall meet or exceed the standards, specifications and procedures of third order elevation accuracy established by the Federal Geodetic Control Committee. Bench marks must possess both permanence and vertical stability. Descriptions of bench marks must be complete to insure both recoverability and positive identification on recovery. 1-11.1(8) Radial and Station —Offset Topography Topographic surveys shall satisfy all applicable requirements of section 1-11.1 herein. 2019 Storrawater Facility Fencing Project January 2019 Page 48 All points occupied or back sighted in developing radial topography or establishing baselines for station -- offset topography shall meet the requirements of section 1 A 1.1 herein. The drawing and electronic listing requirements set forth in section 1-11.1 herein shall be observed for all topographic surveys. 1-11.1(9) Radial Topography Elevations for the points occupied or back sighted in a radial topographic survey shall be determined either by 1) spirit leveling with misclosure not to exceed 0.1 feet or Federal Geodetic Control Committee third order elevation accuracy specifications, OR 2) trigonometric leveling with elevation differences determined in at least two directions for each point and with misclosure of the circuit not to exceed 0.1 feet. 1-11.1(10) Station --Offset Topography Elevations of the baseline and topographic points shall be determined by spirit leveling and shall satisfy Federal Geodetic Control Committee specifications as to the turn points and shall not exceed 0.1 foot's error as to side shots. 1-11.1(11) As -Built Survey All improvements required to be "as -built" (post construction survey) per City of Renton Codes, TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be located both horizontally and vertically by a Radial survey or by a Station offset survey. The "as -built" survey must be based on the same base line or control survey used for the construction staking survey for the improvements being "as -built". The "as -built" survey for all subsurface improvements should occur prior to backfilling. Close cooperation between the installing contractor and the "as-builting" surveyor is therefore required. All "as -built" surveys shall satisfy the requirements of section 1-11.1(1) herein and shall be based upon control or base line surveys made in conformance with these Specifications. The field notes for "as -built" shall meet the requirements of section 1-11.1(4) herein and submitted with stamped and signed "as -built" drawings which includes a statement certifying the accuracy of the "as built". The drawing and electronic listing requirements set forth in section 1-11.1(6) herein shall be observed for all "as -built" surveys. 1-11.1(12) Monument Setting and Referencing All property or lot corners, as defined in 1-11.1(5), established or reestablished on a plat or other recorded survey shall be referenced by a permanent marker at the corner point per 1-11.2(1). In situations where such markers are impractical or in danger of being destroyed, e.g., the front corners of lots, a witness marker shall be set. In most cases, this will be the extension of the lot line to a tack in lead in the curb. The relationship between the witness monuments and their respective corners shall be shown or described on the face of the plat or survey of record, e.g., "Tacks in lead on the extension of the lot side lines have been set in the curbs on the extension of said line with the curb." In all other cases the corner shall meet the requirements of section 1- 11.2(1) herein. All non corner monuments, as defined in 1-11.1(5), shall meet the requirements of section 1- 11.2(2) herein. If the monument falls with in a paved portion of a right of way or other area, the monument shall be set below the ground surface and contained within a lidded case kept separate from the monument and flush with the pavement surface, per section 1-11.2(3). In the case of right of way centerline monuments all points of curvature (PC), points of tangency (PT), street intersections, center points of cul-de-sacs shall be set. If the point of intersection, PI, for the tangents of a curve fall within the paved portion of the right of way, a monument can be set at the PI instead of the PC and PT of the curve. 2019 Storrawater Facility Fencing Project January 2019 Page 49 For all non corner monuments set while under contract to the City of Renton or as part of a City of Renton approved subdivision of property, a City of Renton Monument Card (furnished by the city) identifying the monument; point of intersection (PI), point of tangency (PT), point of curvature (PC), one -sixteenth corner, Plat monument, street intersection, etc., complete with a description of the monument, a minimum of two reference points and NAD 83/91 coordinates and NAVD 88 elevation shall be filled out and filed with the city. 1-11.2 Materials 1-11.2(1) ProperoAot Corners Corners per 1-11.1(5) shall be marked in a permanent manner such as 1/2 inch diameter rebar 24 inches in length, durable metal plugs or caps, tack in lead, etc. and permanently marked or tagged with the surveyor's identification number. The specific nature of the marker used can be determined by the surveyor at the time of installation. 1-11.2(2) Monuments Monuments per 1-11.1(5) shall meet the requirements as set forth in City of Renton Standard Plans page H031 and permanently marked or tagged with the surveyor's identification number. 1-11.2(3) Monument Case and Cover Materials shall meet the requirements of section 9-22 and City of Renton Standard Plans page H031. End of Division 1 2019 Storrawater Facility Fencing Project January 2019 Page 50 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.2(2) Disposal Method No. 2 — Waste Site Supplement this section with the following: No waste site has been provided for the disposal of excess or unused materials. The Contractor shall make his or her own arrangements for obtaining waste sites in accordance with Section 2-03.3(7) C of the Standard Specifications. All costs associated with hauling excess and unused materials and providing a waste site shall be considered incidental and included in the various bid items. No additional payment will be made. 2-01.3 Construction Requirements 2-01.3(4) Roadside Cleanup Supplement this section with the following: Roadside Cleanup related work and restoring all disturbed areas to pre-existing conditions or better which may become necessary under this section shall be considered incidental and included in the various bid items. No additional compensation shall be made. 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS 2.02.1 Description Revise the paragraph to read: This work consists of furnishing all materials, labor, and equipment necessary to remove and dispose of the following; • Existing wooden fence approximately 410 LF as shown in Maureen Div. 1 pond plan • Existing wooden gate 1 EACH • Existing 4-foot height chain link fence approximately 116 LF • Existing trees and vegetation approximately 996 SF total area as shown in Chinquapin pond plan • Existing posts, rails, braces, fence fabric, and etc. associated with existing wooden fence and gate, 4-foot height chain link fence • Other existing trees, brush, and other obstructions located at or near the new chain link fence and gate construction alignment for every pond Existing trees shall be cut and leave stumps approximately 2-3 inches in height from the existing ground level. Spray stumps with mix of Garlon 4 Ultra in oil or other applicable chemicals as approved by the Engineer after mechanically cut to ensure would plants are 2019 Storrawater Facility Fencing Project January 2019 Page 51 controlled and does not re -sprout in the future. Cut trees, braches, and vegetation, existing wooden fence and gate, posts, rails, braces, fence fabric, and etc. shall be disposed in accordance with applicable laws and regulations 2.02.5 Payment Revise this section to read: The cost associated with the disposal and removal of Structural and Obstructions will be paid in lump sum (LS), which shall include full compensation for hauling, disposing cost of the removed structures and obstruction and furnishing all labor, tools, materials, and equipment necessary. END OF DIVISION 2 2019 Storrawater Facility Fencing Project January 2019 Page 52 8.01 EROSION CONTROL AND WATER POLLUTION CONTROL 8.01.3 (8) Street Cleaning Supplement this section with the following: The Contractor shall be responsible for controlling dust and mud within the project. All streets used by the Contractor during the execution of the work under this contract shall be maintained in a clean condition. All costs associated with this described works such as all materials, labor, and equipment necessary shall be considered incidental and included in the various bid items. No additional compensation will be made. 8-12 CHAIN LINK FENCE AND WIRE FENCE 8-12.1 Description Revise the first paragraph to read; This work consists of furnishing all materials, labor, and equipment necessary to install chain link fence and gates specified in accordance with the plans and these specifications at the locations shown in the plans and in conformity with the lines as stakes. All materials used in the construction of chain link fence and gates shall be new AND in BLACK color. 8-12.3 Construction Requirements Supplement this section with the following; Clearing Fence Line Trees, brush, stumps, rocks, debris, and other obstructions would interfere with the proper construction of the fence in the required location shall be removed a minimum width of 2 feet and/or as directed by the Engineer on each side of the fence centerline before starting fencing operations. The trees located outside of the existing wooden fence toward to the streets may not be removed unless directed by the Engineer. Refill holes remaining after post and stump removal with the suitable soil, gravel, or other materials acceptable to the engineer and compact it properly with tampers. The start and end point of the chain link fence installation will be in accordance with the plans and/or as directed by the Engineer. The cost of removing and disposing of the material and refilling holes and materials shall be considered incidental and included in the various bid items. No additional payment will be made Installing Posts All posts shall be spaced no more than 10 feet apart measured from center to center of posts and shall be set a minimum of 1.5 feet or 3 feet in concrete footing as specified in the standard plans in this bid 2019 Storrawater Facility Fencing Project January 2019 Page 53 document. Corner post shall be installed when there is a change in horizontal or vertical direction of 30 degree or more. The concrete shall be thoroughly compacted around the posts by tamping or vibrating and shall have a smooth finish slightly higher than the ground and sloped to drain away from the posts. All posts shall be set plumb and to the required grade and alignment. No materials shall be installed on the posts, nor shall the posts be disturbed in any manner within 7 days after the individual post footing is completed. Should rock be encountered at a depth less than the planned footing depth, a hole 2 inches larger than the greatest dimension of the posts shall be drilled to a depth of 12 inches. After the posts are set, the remainder of the drilled hole shall be filled with grout, composed of one part Portland cement and two parts mortar sand. Any remaining space above the rock shall be filled with concrete in the manner described above. In lieu of drilling, the rock may be excavated to the required footing depth. No extra compensation shall be made for rock excavation. Installing Top Rails The top rail shall be continuous and shall pass through the post tops. The coupling used to join the top rail lengths shall allow for expansion. Installing Fabric The wire fabric shall be firmly attached to the posts and braced in the manner shown on the plans. All wire shall be stretched taut and shall be installed. The fence shall generally follow the contour of the ground, with the bottom of the fence fabric no less than 1 inch or more than 4 inches from the ground surface. Grading shall be performed where necessary to provide a neat appearance. At locations where it is not practical to have the fence conform to the general contour of the ground surface, longer posts may be used. Installing Chain Link Gates Fencing and gate Installation shall be in accordance with ASTM F567. Chain link wire fabric shall be the same type of the fence and shall be fastened to the frame by the use of stretcher bar as specified for the fence. 8-12.4 Measurement Replace the section with the following; Chain link fence will be measured by the linear foot (LF) of completed fence along the ground line excluding the length occupied by gate openings. This measure by linear foot (LF) shall include chain link fabric, top rail, tie wire, tension wire, fabric band, stretcher bar, end post, corner post, pull post, brace post, hog rings, line post, concrete post base, and miscellaneous materials/fittings necessary for the complete installation of the chain link fence. Chain Link Gate will be measured by the unit for each (EACH) of gate furnished and installed, which shall include gate frame, gate post, tie wire, trust rod, dome top, chain link fabric, concrete post base, earth work and miscellaneous materials/fittings necessary for the complete installation of the chain link gates. 2019 Storrawater Facility Fencing Project January 2019 Page 54 8-12.5 Payment Revise this section to read: Quantity of chain link fence will be paid per linear foot (LF) unit bid price, which shall constitute full compensation for furnishing all materials, labor, and equipment necessary to complete the work. Quantity of chain link gate will be paid per each (EACH) unit bid price, which shall constitute full compensation for furnishing all materials, labor, and equipment necessary to complete the work. END DIVISION 8 2019 Storrawater Facility Fencing Project January 2019 Page 55 WSDOT AMENDMENTS The WSDOT Amendments are incorporated in their Entirety. The First Page is included as a Reference. See the WSDOT Construction Specifications Web Site for a Complete Copy //www.wsdot.wa.Lov/Business/Construction/SDccIficationsAmendmentsGSPS.htm K 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 INTRO.AP1 INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2018 Standard Specifications for Road, Bridge, and Municipal Construction. AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. 1-01.AP1 Section 1-01, Definitions and Terms August 6, 2018 1-01.3 Definitions The following new term and definition is inserted before the definition for "Shoulder": Sensitive Area — Natural features, which may be previously altered by human activity, that are present on or adjacent to the project location and protected, managed, or regulated by local, tribal, state, or federal agencies. The following new term and definition is inserted after the definition for "Working Drawings": WSDOT Form — Forms developed and maintained by WSDOT that are required or available for use on a project. These forms can be downloaded from the forms catalogue at: http://wsdot.wa.gov/forms/pdfForms. htmI 1-02.AP1 Section 1-02, Bid Procedures and Conditions October 30, 2018 1-02.4(1) General This section is supplemented with the following: Prospective Bidders are advised that the Contracting Agency may include a partially completed Washington State Department of Ecology (Ecology) Transfer of Coverage (Ecology Form ECY 020-87a) for the Construction Stormwater General Permit (CSWGP) as part of the Bid Documents. When the Contracting Agency requires the transfer of coverage of the CSWGP to the Contractor, an informational copy of the Transfer of Coverage and the associated CSWGP will be included in the appendices. As a condition of Section 1-03.3, the Contractor is required to complete sections I, III, and VIII of the Transfer of Coverage and return the form to the Contracting Agency. AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS October 30, 2018 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 The Contracting Agency is responsible for compliance with the CSWGP until the end of day that the Contract is executed. Beginning on the day after the Contract is executed, the Contractor shall assume complete legal responsibility for compliance with the CSWGP and full implementation of all conditions of the CSWGP as they apply to the Contract Work. 1-02.5 Proposal Forms The first sentence of the first paragraph is revised to read: At the request of a Bidder, the Contracting Agency will provide a physical Proposal Form for any project on which the Bidder is eligible to Bid. 1-02.6 Preparation of Proposal Item number 1 of the second paragraph is revised to read: A unit price for each item (omitting digits more than two places to the right of the decimal point), In the third sentence of the fourth paragraph, "WSDOT Form 422-031" is revised to read "WSDOT Form 422-031 U". The following new paragraph is inserted before the last paragraph: The Bidder shall submit with their Bid a completed Contractor Certification Wage Law Compliance form (WSDOT Form 272-009). 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. 1-03.AP1 Section 1-03, Award and Execution of Contract January 2, 2018 1-03.3 Execution of Contract The first paragraph is revised to read: Within 20 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, and shall be registered as a contractor in the state of Washington. 1-03.5 Failure to Execute Contract The first sentence is revised to read: Failure to return the insurance certification and bond with the signed Contract as required in Section 1-03.3, or failure to provide Disadvantaged, Minority or Women's Business Enterprise information if required in the Contract, or failure or refusal to sign the Contract, or failure to register as a contractor in the state of Washington, or failure to return the completed Transfer of Coverage for the Construction Stormwater General AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS October 30, 2018 CONSTRUCTION PLANS 11 x 17 Plans included in Scan for Bid Advertisement 1912J � o 100• 00 — ......:::::::::......::::::::. 82......::......:::::. • .....::::. I 1 1 END 1 2 ND I � �4 I 1 Sp\ I � � � I _ 1n 1 �� � 1 I � o I N � 1 1 b (n I �S Ln � 1 BEGIN 2 1 3 1 BEGIN I 61 - 1 - - -CF— - _-OF, - - - - -CF 3" 105' CIS CIS J SE 192n d St 0 50 1Q0 Feet REVISION GENERAL NOTES 1. PRIOR TO START OF CONSTRUCTION, A BOUNDARY SURVEY SHALL BE PERFORMED TO DEFINE THE THE BOUNDARIES OF POND PROPERTY LINES AND CORNERS. ALL PROPERTY CORNERS OF THE POND SHALL BE CLEARLY VISIBLE. APPROPRIATE MARKERS SHALL BE SET ALONG THE PROPERTY LINES AND CORNERS TO MARK THE BOUNDARIES OF THE POND 2. PRIOR TO START OF CONSTRUCTION, PROPOSED FENCE ALIGNMENT TO BE WALKED WITH THE CONTRACTOR AND ENGINEER TO CONFIRM ITS LOCATIONS CONSTRUCTION NOTES O1 INSTALL -409 LF OF CHAIN LINK FENCE PER SHEET 9 AND 11 2O INSTALL -183 LF OF CHAIN LINK FENCE PER SHEET 9 AND 11 O3 INSTALL A 4-FOOT CHAIN LINK GATE PER SHEET 9 AND 11 OINSTALL A 16-FOOT CHAIN LINK GATE PER SHEET 10 AND 11 OREMOVE TREES AND ALL VEGETATIONS HORIZONTAL DATUM: NAD 83/91. ALL HORIZONTAL CONTROL MUST BE REFERENCED TO OR IN CONJUNCTION WITH A MINIMUM OF 2 (TWO) CITY OF RENTON's SURVEY CONTROL NETWORK MONUMENTS. SEE CONTRACT SPECIAL PROVISION SECTION 1-05.4 AND 1-11 FOR CONTRACTOR SUPPLIED SURVEYING, REQUIRED AS-BUILTS INFORMATION, AND REQUIRED RENTON SURVEYING STANDARDS. CITY OF 2019 STORMWATER FACILITY 1/101/2019 RENTON FENCING PROJECT o ng/publicWorks Dept . CHINQUAPIN POND PLAN _ SD — —T--- L BEGIN BEGIN O 2 47' 30' —CF —CF —CF —tom —CF — — SD I ---- BEGIN 1 00 I N I I END 5 I 3 LQ I BEGIN 4 �2 1 END N — — j1— AD— — — I 3' 1 • J 17228 I ' y t GENERAL NOTES 1, PRIOR TO START OF CONSTRUCTION, PROPOSED FENCE ALIGNMENT TO BE WALKED WITH THE CONTRACTOR AND ENGINEER TO CONFIRM ITS LOCATIONS 2. THE HEIGHT OF NEW 6—FOOT CHAIN LINK FENCE INSTALLED ON TOP OF AN EXISTING CONCRETE WALL SHALL BE MEASURED FROM THE BASE, THE POST BASES SHALL BE 6" X 6" X r PLATE WELDED TO POSTS PRE—POWDWER COATING AND ATTACHED TO TOP OF WALL WITH 4 EA. J" X 4" EXPANSION ANCHORS CONSTRUCTION NOTES OREMOVE — 116 LF OF EXISTING 4—FOOT CHAIN LINK IN TOTAL OINSTALL —198 LF OF CHAIN LINK FENCE ON TOP OF CONCRETE WALL OINSTALL A 16—FOOT CHAIN LINK GATE PER SHEET 9 AND 11 OINSTALL —7 LF OF CHAIN LINK FENCE PER SHEET 9 AND 11 OINSTALL —28 LF OF CHAIN LINK FENCE PER SHEET 9 AND 11 0 50 1Q0 Feet ` pS S111—ER/(O F 1�o GD IIALE —TIo ti r to Gs - AS NOTED oRaOti.. tia 9s'�ia"" - � Pc"PD. DATUM 0 Al 111112019 NO. REVISION BY DATE APPR o"o E0 CITY OF 2019 STORMWATER FACILITY RENTON FENCING PROJECT ng/Public Works Dept. KIMBERLY LANE POND PLAN 1/11/2019 10' MAX. PULL POST END OR CORNER POST B TOP RAIL 34.70 TIE WIRE (TYP.) LINE POST A SPACED @ 10' 4.70 TOP RAIL MAX. TENSION WIRE Z ?Sj C34 FABRIC I I K 1 TIE WIRE (TYP.) 6' FABRIC K 111 HEIGHT HEIGHT FABRIC BAND (TYP.)� i STRETCHER BAR (TYP.) _1, TENSION WIRE 3'-0" 2-6 (TYP.) (TYP.) HOG RINGS (TYP.) SPACED @ 24" MAX. a SEE NOTE 4 6" CORNER LINE POST (TYP.) (FENCE RUN) PUI FAI HE PULL POST SPACED @ 1000- MAX. 1000' MAX. 10' MAX. (TYP.) D BRACE POST 34.70 rTIE WIRES (TYP•)�B�CE POSED TM� TOP RAIL / TENSION WIRE TENSION TIE WIRE (TYP.) FABRIC BAND (TYP.)� STRETCHER BAR (TYP.) I 1 TENSION WIRE KNUCKLED SELVAGE (TYP.) CONCRETE POST BASE (TYP.) 10" DIA MIN. PULL POST (FENCE RUN) TIE WIRES (TYP) SPACED @14" MAX. vr4 1 16 GENERAL NOTES: 1. FENCE MATERIAL SHALL BE 9 GAUGE GALVANIZED STEEL FABRIC WITH BONDED VINYL COATING. VINYL COATING SHALL BE COMPATIBLE WITH THE SURROUNDING ENVIRONMENT AS APPROVED BY THE CITY (E.G. GREEN IN OPEN, GRASSY AREAS AND BLACK IN WOODED AREAS). ALL POSTS, CROSS BARS, AND GATES SHALL BE PAINTED OR COATED THE SAME COLOR AS VINYL CHAIN LINK FENCE. 2. ALONG THE TOP AND BOTTOM, USING WIRE TIES AND HOG RINGS, FASTEN THE CHAIN LINK FENCE FABRIC TO THE TOP RAIL AND TENSION WIRE WITHIN THE LIMITS OF THE FIRST FULL FABRIC WEAVE. 3. WITHIN 10 FEET OF A TRAVELED LANE, USE TENSION WIRE INSTEAD OF A TOP RAIL. 4. IF SOIL ALLOWS, LINE POSTS ALONG FENCE RUN MAY BE DRIVEN DIRECTLY INTO GROUND A MINIMUM OF 2'-6" INSTEAD OF USING CONCRETE POST BASE. 5. SEE WSDOT STD. SPEC SECTION 9-16.1 FOR FENCE MATERIAL REQUIREMENTS. Pl SR/( UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) WA$y c �oGymmo. CITY OF AS NOTED n. . -cc S' 0 2019 STORMWATER FACILITY 1/11/2019 ti Eo 93788 �4�, • • FENTON FENCING PROJECT F`cSSONA�G\� x� DATUM planningg/Building/PublicWork sDept. POND FENCING AND 16—FOOT GATE PLAN 1/11i2019 NO. REVISION BY DATE APPR � �"""�'"°" "' 9 ° 11 10' MAX. PULL POST END OR CORNER POST A TIE WIRE (TYP.) 4.70 TOP RAIL TENSION WIRES B OP RAIL LINE POST SPACED @ 10' MAX. / C: PULL POST SPACED @ 1000' MAX. 1000' MAX. 10' MAX. (TYP.) D BRACE POST 34.70 TIE WIRES (TYP.)�B�CE POST TTOP RAIL TENSION WIRE TIE WIRE (TYP.) TENSION WI 6' TIE WIRE (TYP.) 6' FABRIC FABRIC HEIGHT HEIGHT /f FABRIC BAND (TYP.) J FABRIC BAND (TYP.) STRETCHER BAR (TYP.) _1 STRETCHER BAR (TYP.) TENSION WIRE 3'-0" 2-6 TENSION WIRE (TYP.) (TYP.) HOG RINGS KNUCKLED SELVAGE (TYP.) (TYP.) SPACED @ 24" MAX. CONCRETE POST BASE (TYP.)10" DIA MIN. SEE NOTE 4 6" CORNER LINE POST (TVP.) PULL POST (FENCE RUN) (FENCE RUN) 4' or 8' 10, GATE POST (TYP.)—3-1/2" DIA. (NOM., SCH. 40) TIE WIRES (TYP.) TOPSPACED @14" MAX. HINGE —180° MATCH FENCE SWING E PULL POSTA TIE WIRES (TYP.) SPACED @14" MAX TOP RAIL SELVAGE (TYP.)� (TYP.)� TOP RAIL PULL POST 34.70 TIE WIRES (TYP.) SPACED @14" MAX. 6' N FABRIC ION WIRE (TYP.)� > ON WIRE (TYP.) HEIGHT BRIC BAND (TYP.) �4 TCHER BA TRUSS ROD (TYP.) xxxxx x7.................x r.77, .. .. . .. . . .. . TENSION WIRE CHAIN LINK FENCE FABRIC ti.' : MATCH FENCE SELVAGE (TYP.) HOG RINGS (TYP.) SPACED @ 24" MAX. BOTTOM HINGE F G —180° SWING (TYP.) �I If10" MIN. ROUND 3'-0" 12" ROUND S= =i 34.70 34R.70 �MIN. (TYP.) I I ROUND ROUND GATE GENERAL NOTES: 1. FENCE MATERIAL SHALL BE 9 GAUGE GALVANIZED STEEL FABRIC WITH BONDED VINYL COATING. VINYL COATING SHALL BE COMPATIBLE WITH THE SURROUNDING ENVIRONMENT AS APPROVED BY THE CITY (E.G. GREEN IN OPEN, GRASSY AREAS AND BLACK IN WOODED AREAS). ALL POSTS, CROSS BARS, AND GATES SHALL BE PAINTED OR COATED THE SAME COLOR AS VINYL CHAIN LINK FENCE. 2. ALONG THE TOP AND BOTTOM, USING WIRE TIES AND HOG RINGS, FASTEN THE CHAIN LINK FENCE FABRIC TO THE TOP RAIL AND TENSION WIRE WITHIN THE LIMITS OF THE FIRST FULL FABRIC WEAVE. 3. WITHIN 10 FEET OF A TRAVELED LANE, USE TENSION WIRE INSTEAD OF A TOP RAIL. 4. IF SOIL ALLOWS, LINE POSTS ALONG FENCE RUN MAY BE DRIVEN DIRECTLY INTO GROUND A MINIMUM OF 2'-6" INSTEAD OF USING CONCRETE POST BASE. 5. SEE WSDOT STD. SPEC SECTION 9-16.1 FOR FENCE MATERIAL REQUIREMENTS. UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) Pl SR/( WA$y�oGyc ti m Eo AS NOTED - CITY OF 2019 STORMWATER FACILITY 1/11/2019 93788o �4�, • • FENTON FENCING PROJECT FF 1sTc� SS/ONAIE� Planning Building Public WorksDept. POND FENCING AND 4 & 8—FOOT GATE PLAN 1/11/2019 NO. REVISION BY DATE APPR � �"" "°" — 10,11 ��.l WASC OF w = ���•t�^'PE'CISTERc� \��4i fSS/ONALE�G 111112019 BRACE BAND WITH CARRIAGE BOLT AND NUT FABRIC BAND t WITH CARRIAGE BOLT AND NUT ` TOP RAIL j\ STRETCHER BAR IL DETAIL - END OR CORNER POST A SCALE: NTS 34.60 RAIL TENSION WIRE (TYP.)— TWO WAY BRACE BAND WITH CARRIAGE BOLT AND NUT FABRIC BAND WITH CARRIAGE BOLT STRETCHER BAR (TYP.) AND NUT (TYP.) DETAIL - PULL POST (WITHIN RUN) D SCALE: NTS 234.60 TENS WIRE TOP RAIL STRETCHER BAR (TYP.) 3RACE BAND WITH ;ARRIAGE BOLT AND NUT LlL'j U \-FABRIC BAND WITH CARRIAGE BOLT AND NUT (TYP.) DETAIL - PULL POST (AT END, CORNER, OR GATE) B SCALE: NTS 34.60 BRACE BAND W CARRIAGE BOLL AND NUT (TYP.) TOI HIN DETAIL - GATE POST E SCALE: NTS 234.60 TENSION TIE WIRE SPACED @ 14" MAX. (TYP.)I" o BRACE BAND WITH I, CARRIAGE BOLT AND NUT TENSION TURNBUCKLE WIRE — BOTTOM HOG RING SPACED @ 24" MAX. (TYP.)- DETAIL - BRACE POST �c SCALE: NTS 34.60 STRETCHER BAR (TYP.) WITH CARRIAGE T (TYP.) SION WIRE (TYP.) TURNBUCKLE STRETCHER BAR (TYP.) FABRIC BAND WITH CARRIAGE BOLT DETAIL - GATE POST F AND NUT (TYP.) o SCALE: NTS 34.60 o STRETCHER BAR o POST FABRIC EYE BOLT FABRIC BAND WITH CARRIAGE BOLT AND I NUT SPACED 15" MAX. POST AND RAIL SPECIFICATIONS MEMBER NOM. SIZE (SCH. 40) I.D. WEIGHT (LB/FT) TURNBUCKLE EYE NUT o o END, CORNER, GATE, OR D ' TENSION WIRE (TYP.) PULL POST 2-1/2" DIA. 5.80 D LINE OR BRACE POST 2" DIA. 3.65 METHOD OF FASTENING DETAIL - PULL POST STRETCHER BAR TO POST TOP RAIL 1-1/4" DIA. 2.27 (AT GATE) G SCALE: NTS 234.60 �� DATUM CITY OF 2019 STORMWATER FACILITY 1/11/2019 mneoac RENTON FENCING PROJECT ng/Public Works Dept. POND FENCING AND GATE —POST DETAIL PLAN