Loading...
HomeMy WebLinkAboutHighlands to Landing Vol I Project ManualProjectNo.:TED40003981ContractNo.:CAG-21-004ContractProvisionsAwardAmount:AwardDate:AwardTo:HighlandstoLandingPedestrianLightingPhaseIIVolume1of1GeneralBidInformation:BuildersExchangeofWashington,Inc.(425)258-1303CityContact:EmilyLogan,PE(425)430-7224ConsultantContact:LoriMcFarland,PE(425)739-7965fortyofRnApprovedforConstructionDate:Date:Preparedfor:PublicWorksDepartmentTransportationSystemsDivisionRentonCityHall—5thFloor1055SouthGradyWayRenton,Washington98057Preparedby:OtakCityofRenton11241WillowsRoadNE,Suite200Redmond,Washington98052PublicWorksDepartmentTransportationDivision CITYOFRENTONRENTON,WASHINGTONCONTRACTDOCUMENTSHighlandsto.LandingPedestrianLightingPhaseIICityProjectNumber:TED4003981CityContractNumber:CAG-21-004April2021Preparedby:Otak,Inc.Preparedfor:CityofRenton1055SouthGradyWayRenton,WA98057 Highlands to Landing Pedestrian Lighting Phase II Table of Contents Page 1 of 2 April 2021 CITY OF RENTON Highlands to Landing Pedestrian Lighting Phase II TABLE OF CONTENTS VOLUME I OF II I. CALL FOR BIDS II. INTRODUCTION 1. INFORMATION AND CHECKLIST FOR BIDDERS 2. SUMMARY OF FAIR PRACTICES POLICY 3. SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY 4. SCOPE OF WORK III. PROJECT PROPOSAL 1. * PROJECT PROPOSAL COVER SHEET 2. * PROPOSAL 3. * SCHEDULE OF PRICES 4. * LOCAL AGENCY NON‐COLLUSION DECLARATION 5. * LOCAL AGENCY SUBCONTRACTOR LIST 6. * PROPOSAL FOR INCORPORATING RECYCLED MATERIALS INTO THE PROJECT 7. * CONTRACTOR CERTIFICATION, WAGE LAW COMPLIANCE – RESPONSIBILITY CRITERIA, WASHINGTON STATE PUBLIC WORKS CONTRACTS 8. * PROPOSAL SIGNATURE PAGE 9. * PROPOSAL BID BOND TO THE CITY OF RENTON IV. CONTRACT DOCUMENT FORMS 1.  AGREEMENT 2.  CONTRACT BOND TO THE CITY OF RENTON 3.  FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE V. CONTRACT SPECIFICATIONS 1. SPECIAL PROVISIONS * Submit as part of bid.  Submit within 10 days after Notice of Award. Highlands to Landing Pedestrian Lighting Phase II Table of Contents Page 2 of 2 April 2021 APPENDICES A. City of Renton Standard Plans and WSDOT Standard Plans B. Prevailing Hourly Minimum Wage Rates Washington State Rates C. Soils Investigation VOLUME II OF II CONTRACT PLANS Highlands to Landing Pedestrian Lighting Phase II City of Renton Contract Documents for Highlands to Landing Pedestrian Lighting Phase II I. CALL FOR BIDS CAG-21-004 CITY OF RENTON Highlands to Landing Pedestrian Lighting Phase II CALL FOR BIDS Sealed bids will be received until 11:00 AM, October 26, 2021, at the lobby of Renton City Hall, 1055 South Grady Way, Renton, WA 98057. All supplemental documents, that are allowed to be submitted after this date and time, shall be received at the lobby of Renton City Hall. Sealed bids will be opened and publicly read via Zoom video‐conferencing web application at 1:00 PM, October 28, 2021. Any bids received after the published bid submittal time cannot be considered and will not be accepted. The bid opening meeting can be accessed via Zoom video-conference: •Meeting URL: https://us02web.zoom.us/j/89620186450?pwd=UHJCS0tMdGh5UlVKeHcwSzZoTzF3UT09 •Phone one-tap: 253-215-8782,, 89620186450,,,,*,262219 •Meeting ID: 896 2018 6450 •Password: 262219 •Zoom is free to use and is available at https://zoom.us/. Approved plans, specifications, addenda, and plan holders list for this project are available on- line through Builders Exchange of Washington, Inc., at http://www.bxwa.com. Click on bxwa.com; Posted Projects; Public Works; City of Renton; Projects Bidding. (Note: Bidders are encouraged to Register as a Bidder, in order to receive automatic email notification of future addenda and to be placed on the Bidders List). Contact Builders Exchange of Washington at 425-258-1303 should you require further assistance. The City of Renton in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally- Assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an award. The improvement for which bids will be received is described below: Construction of pedestrian lighting and miscellaneous improvements including fence repair, temporary erosion control, restoration of landscaping and irrigation, and temporary traffic control and all other work necessary to complete the work as specified and shown on the Contract Provisions. Jason A. Seth, City Clerk Published: Daily Journal of Commerce October 12, 2021 and October 19, 2021 Seattle Times October 12, 2021 and October 19, 2021 City of Renton Contract Documents for Highlands to Landing Pedestrian Lighting Phase II II. INTRODUCTION Highlands to Landing Pedestrian Lighting Phase II Information and Checklist for Bidders Page 1 of 4 April 2021 INFORMATION AND CHECKLIST FOR BIDDERS The following supplements the information in the Call for Bids: 1. Special Project Information. The Contract Documents, including Standard Specifications, and all applicable laws and regulations apply to this project. The following items particular to this project are repeated here for emphasis: a. 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. b. Prevailing Wages. This project does not include federal funding. Therefore, only State Prevailing Wages must be paid on this project. The Prevailing Wages in effect at time of Advertisement are included in Appendix B 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. It is the Bidder’s responsibility to obtain wage information for any work classifications that are not included. 2. Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention of the Project Engineer by the close of business five (5) business days preceding the bid opening. 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 on-line through Builders Exchange of Washington, Inc. 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 a total amount. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. Highlands to Landing Pedestrian Lighting Phase II Information and Checklist for Bidders Page 2 of 4 April 2021 7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the execution 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 a construction schedule for the project in accordance with Section 1-08.3 “Progress Schedule.” 14. 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. 15. Bidders are not required to be in possession of a current City of Renton business license in order to bid on City projects. However, Contractors and all subcontractors of all tiers must be in possession of a current City business license while conducting work in the City. 16. Bidding Checklist. Each bid must be submitted in a sealed envelope bearing on the outside the name and address of the Bidder, and the name and number of the project for which the bid is submitted. It is the responsibility of each bidder to ascertain if all the documents listed below and in the Table of Contents are included in their copy of the Contract Documents. If documents are missing, it is the sole responsibility of the Bidder to contact the City of Renton to obtain the missing documents prior to the date and time that bids are due. The following documents shall be submitted with the bid. a. Project Proposal Cover Sheet - The form included in these Bid Documents must be used; no substitute will be accepted. Highlands to Landing Pedestrian Lighting Phase II Information and Checklist for Bidders Page 3 of 4 April 2021 b. Proposal – The form included in these Bid Documents must be used; no substitute will be accepted. c. Schedule of Prices – The form(s) included in these Bid Documents must be used; no substitute will be accepted. Bidders must bid on all schedules and items shown on the Schedule of Prices. If any unit price is left blank, it will be considered no charge for that bid item, regardless of what has been placed in the extension column. d. Local Agency Non-Collusion Declaration – The form included in these Bid Documents must be used; no substitute will be accepted. e. Local Agency Subcontractor List - This form is available at http://wsdot.wa.gov/forms/pdfForms.html. Bidder may download, print and complete the form to include with Bid. The DOT Form, DOT Form Number and revision date must match the form included in these Bid Documents, otherwise the Bid will be considered irregular and non-responsive and the Bid will be rejected. If awarded the contract, bidders who subcontract work of structural steel installation and rebar installation must submit the names of the subcontractors within 48 hours after the published bid submittal time as defined in RCW 39.30.060. f. Proposal for Incorporating Recycled Materials into the Project – The form included in these Bid Documents must be used; no substitute will be accepted. g. Contractor Certification, Wage Law Compliance – Responsibility Criteria, Washington State Public Works Contracts – This form is available at http://wsdot.wa.gov/forms/pdfForms.html. Bidder may download, complete, print and sign the form to include with Bid. The DOT Form, DOT Form Number and revision date must match the form included in these Bid Documents, otherwise the Bid will be considered irregular and non-responsive and the Bid will be rejected. h. Proposal Signature Page – The form included in these Bid Documents must be used; no substitute will be accepted. Evidence of signatory’s authority to sign the Proposal on behalf of the business entity shall be submitted with the Bid. Otherwise, the submitted Bid will be considered irregular and non-responsive and the Bid may be rejected. i. Proposal Bid Bond to the City of Renton– The form included in these Bid Documents must be used; no substitute will be accepted. If an attorney-in-fact signs bond, the power of attorney authorizing such execution must be current and enforceable, be properly executed by the Surety in accordance with the Surety’s by- laws or other applicable rules and resolutions, and include all necessary corporate seals, signatures, and notaries. Must be submitted with Bid otherwise will be considered non-responsive and will be rejected. 17. Contract Checklist. The following documents are to be executed by the successful Bidder within 10 days following the award of the Contract. a. Agreement – The form included in these Bid Documents must be used; no substitute will be accepted. Two originals shall be executed by the successful Bidder. Highlands to Landing Pedestrian Lighting Phase II Information and Checklist for Bidders Page 4 of 4 April 2021 b. Contract Bond to the City of Renton – The form included in these Bid Documents must be used; no substitute will be accepted. Two originals shall be executed by the successful Bidder and its surety company. This bond covers successful completion of all work and payment of all laborers, subcontractors, suppliers, etc. If an attorney- in-fact signs bond, the power of attorney authorizing such execution must be current and enforceable, be properly executed by the Surety in accordance with the Surety’s by-laws or other applicable rules and resolutions, and include all necessary corporate seals, signatures, and notaries. c. Fair Practices Policy Affidavit of Compliance – The form included in these Bid Documents must be used; no substitute will be accepted. d. Certificates of Insurance – To be executed by an insurance company acceptable to the City, on ACORD Forms. Required coverages are listed in Section 1-07.18 of the Special Provisions. The City of Renton shall be named as “Additional Insured” on the insurance policies as well as the entities listed in Section 1-07.18(2) of the Special Provisions. Highlands to Landing Pedestrian Lighting Phase II Summary of Fair Practices Policy April 2021 Highlands to Landing Pedestrian Lighting Phase II Summary of American Disabilities Act Policy April 2021 Highlands to Landing Pedestrian Lighting Phase II Scope of Work April 2021 CITY OF RENTON Highlands to Landing Pedestrian Lighting Phase II SCOPE OF WORK The work involved under the terms of this Contract shall be full and complete installation of the facilities, as shown on the plans and as described in the construction specifications, to include but not be limited to: Construction of pedestrian lighting and miscellaneous improvements including fence repair, temporary erosion control, restoration of landscaping and irrigation, and temporary traffic control and other work. 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. A total of 60 working days will be allowed for the completion of this project. Highlands to Landing Pedestrian Lighting Phase II Project Proposal Cover Sheet April 2021 City of Renton Contract Documents for Highlands to Landing Pedestrian Lighting Phase II III. PROJECT PROPOSAL Project Name: Highlands to Landing Pedestrian Lighting Phase II City Project Number: TED4003981 City Contract Number: CAG-21-004 Company: Address: Phone No: ________________________ Fax No: Total Bid Amount: $ Highlands to Landing Pedestrian Lighting Phase II Proposal April 2021 PROPOSAL Highlands to Landing Pedestrian Lighting Phase II TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned (Bidder) hereby certify that the Bidder has examined the location and construction details of the proposed work, has read and thoroughly understands the Contract Documents governing the work, and the nature of the work, and the method by which payment will be made for said work. Bidder hereby proposes to undertake and complete the work detailed in and in accordance with these Contract Documents, for the Total Bid Amount shown on the attached Schedule of Prices. The Bidder understands that the quantities mentioned herein are approximate only and are subject to increase or decrease, and hereby proposes to perform all quantities of work as either increased or decreased in accordance with the Contract Documents. As evidence of good faith, pursuant to RCW 35.23.352(1), an original Bid Proposal Deposit in the form of (check one)  bid bond, or  cashier's check (made payable to the City of Renton), or  postal money order (made payable to the City of Renton), in an amount equal to five percent (5%) of the Total Bid Amount, is attached hereto. If a bid bond is signed by an attorney-in-fact, Bidder agrees that the power of attorney authorizing such execution must be current and enforceable, be properly executed by the Surety in accordance with the Surety’s by-laws or other applicable rules and resolutions, and include all necessary corporate seals, signatures, and notaries. Bidder understands that Contract Award or Bid rejection will occur within 45 calendar days after the opening of bids, as specified in Section 1-03.2 of the Standard Specifications. Bidder further understands that should Bidder fail to enter into this contract in accordance with his or her Bid and furnish a contract bond within a period of ten (10) days from the date at which he or she is notified that he or she is the successful bidder, the Bid Proposal Deposit shall be forfeited to the City of Renton, as set forth in RCW 35A.40.200 and RCW 35.23.352 Bidder hereby agrees to complete the Physical Work in all respects within 60 working days. Contract time shall begin on the first working day following the Notice to Proceed date. PROPOSAL - SCHEDULE OF PRICES No. Section Description Quantity Unit Unit Price Amount 1 1-09 Mobilization 1 LS 2 1-05 Roadway Surveying 1 LS 3 1-07 COVID-19 Health and Safety Plan 1 LS 4 1-07 Utility Potholing 1 EST $1,000.00 $1,000.00 5 1-07 Resolution of Utility Conflicts 1 EST $1,000.00 $1,000.00 6 1-10 Project Temporary Traffic Control 1 LS 7 1-10 Flaggers 360 HR 8 1-10 Portable Changeable Message Sign 1,000 HR 9 2-01 Vegetation Removal 150 SY 10 2-03 Roadway Excavation Including Haul 1.00 LS 11 8-01 Inlet Protection 4 EA 12 8-01 Wattles 520 LF 13 8-02 Topsoil Type A 50 CY 14 8-02 Fine Compost 10 CY 15 8-02 Plant Selection Rubus Pentalobus "EMERALD CARPET" 1,000 EA 16 8-03 Sprinkler Head Assembly 32 EA 17 8-03 PVC Pipe and Fittings 450 LF 18 8-12 Chain Link Fence Repair 31 LF 19 8-20 Illumination System 1 LS 20 8-20 Conduit- Direction Drilling 135 LF Subtotal Sales Tax, 10.1% x 70% factor (see note) Total Bid Amount Note: The Contractor shall only collect sales tax from the Contracting Agency on 70% of quantities. To compute the Total Bid Amount, apply a factor of 70% to the Sales Tax. Highlands to Landing Pedestrian Lighting Phase II Bid Schedule April 2021 Highlands to Landing Pedestrian Lighting Phase II Local Agency Non-Collusion Declaration April 2021 Highlands to Landing Pedestrian Lighting Phase II Local Agency Non-Collusion Declaration April 2021 Highlands to Landing Pedestrian Lighting Phase II Proposal for Incorporating Recycled Materials April 2021 Highlands to Landing Pedestrian Lighting Phase II Contractor Certification Wage Law Compliance – Responsibility Criteria April 2021 Highlands to Landing Pedestrian Lighting Phase II Proposal Signature Page Page 1 of 2 April 2021 PROPOSAL SIGNATURE PAGE By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum No. Date of Receipt Addendum No. Date of Receipt 1 3 2 4 NOTE: A Proposal may be considered irregular and may be rejected if the receipt of Addenda is not acknowledged. The bidder is hereby advised that by signature of this proposal he/she is deemed to have acknowledged all requirements and signed all certificates contained herein. [Signature of Authorized Official] * [Business Name] [Printed Name] [Address Line 1] [Title] [Address Line 2] [Date] [Telephone Number] * NOTE: Evidence of the signatory’s authority to sign the Proposal on behalf of the business entity shall be submitted with the Bid. Otherwise, the submitted Bid will be considered irregular and non-responsive and the Bid may be rejected. NOTE: The address and phone number listed above will be used for all communications regarding this proposal. Highlands to Landing Pedestrian Lighting Phase II Proposal Signature Page Page 2 of 2 April 2021 Type of business entity (e.g. corporation, partnership, etc.): State of Incorporation, or State where business entity was formed: WA State Contractor’s Registration # UBI # Industrial Insurance Account # Employment Security Department # State Excise Tax Registration # DUNS # N/A The Surety Company which will furnish the required Contract Bond is [Surety] [Address Line 1] [Telephone Number] [Address Line 2] Highlands to Landing Pedestrian Lighting Phase II Proposal Bid Bond to the City of Renton Page 1 of 2 April 2021 PROPOSAL BID BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS, That we, [Bidder] _________________________________ of [address] ______________________________________________________ as Principal, and [Surety] _________________________________________ a corporation organized and existing under the laws of the State of ________________________ as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as Surety, are jointly and severally held and firmly bound unto the City of Renton in the full sum of five (5) percent of the total bid amount of the proposal of said Principal for the work hereinafter described, for the payment of which, well and truly to be made, we bind ourselves and our heirs, executors, administrators and assigns, and successors and assigns, jointly and severally, firmly by these presents. The condition of the bond is such, that whereas the Principal herein is herewith submitting his/her or its sealed proposal for the following public works construction project, to wit: Highlands to Landing Pedestrian Lighting Phase II said bid and proposal, by reference thereto, being made a part hereof. NOW, THEREFORE, If the said proposal bid by said Principal be accepted, and the contract be awarded to said Principal, and if said Principal shall duly make and enter into and execute said contract and shall furnish contract bond as required by the City of Renton within a period of ten (10) days from and after said award, exclusive of the day of such award, then this obligation shall be null and void, otherwise it shall remain and be in full force and effect. IN THE EVENT, the Principal, following award, fails to execute an Agreement with the City of Renton in accordance with the terms of the Proposal and furnish a contract bond with Surety or Sureties approved by the City of Renton within ten (10) days from and after said award, then Principal shall forfeit the Bid Bond/Bid Proposal Deposit or Surety shall immediately pay and forfeit to the City of Renton the amount of the Proposal Bid Bond, as set forth in RCW 35A.40.200 and RCW 35.23.352. This Proposal Bid Bond shall be governed and construed by the laws of the State of Washington, and venue shall be in King County, Washington. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be signed and sealed this ________ day of ____________________, 20______. Highlands to Landing Pedestrian Lighting Phase II Proposal Bid Bond to the City of Renton Page 2 of 2 April 2021 PRINCIPAL SURETY [Principal] [Surety] [Signature of Authorized Official] [Signature of Authorized Official] [Printed Name] [Printed Name] [Title] [Title] [Date] [Date] Name and address of local office of Agent and/or Surety Company: Telephone: Surety WAOIC # Surety NAIC # City of Renton Contract Documents for Highlands to Landing Pedestrian Lighting Phase II ______________________________________________________________________ IV. CONTRACT DOCUMENT FORMS Highlands to Landing Pedestrian Lighting Phase II Agreement Page 1 of 3 April 2021 AGREEMENT CONTRACT NO. CAG-21-004 THIS AGREEMENT, made and entered into this ________ day of ________________, ________ by and between the CITY OF RENTON, a municipal corporation of the State of Washington, hereinafter referred to as “City” and _______________________________________________, hereinafter referred to as “Contractor.” WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: 1. The Contractor shall do all work and furnish all tools, materials, and equipment for: Highlands to Landing Pedestrian Lighting Phase II in accordance with and as described in the attached plans and specifications, and the 2020 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation (WSDOT) and the Washington State Chapter of the American Public Works Association (APWA) which are by this reference incorporated herein and made part hereof and, shall perform any changes in the work in accord with the Contract Documents. The Contractor shall provide and bear the expense of all equipment, work and labor, of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in these Contract Documents except those items mentioned therein to be furnished by the City. 2. The City hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and furnish the same in accord with the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices at the time and in the manner and upon the conditions provided for in this contract The sum total of all progress payments is not to exceed the Total Bid Amount listed in the Schedule of Prices incorporated into this contract, unless the Total Bid Amount is amended by change order(s) prepared and executed in accordance with these Contract Documents. 3. The Contractor for himself/herself, and for his/her heirs, executors, administrators, successors, and assigns, does hereby agree to full performance of all covenants required of the Contractor in the contract. Highlands to Landing Pedestrian Lighting Phase II Agreement Page 2 of 3 April 2021 4. It is further provided that no liability shall attach to the City by reason of entering into this contract, except as provided herein. 5. In the event litigation is commenced to enforce this contract, the prevailing party shall be entitled to recover its costs, including reasonable attorney’s and expert witness fees. 6. This contract is executed in two (2) identical counterparts, by the parties, each of which shall for all purposes be deemed and original. IN WITNESS WHEREOF, the Contractor has executed this instrument, on the day and year first below written and the Mayor has caused this instrument to be executed by and in the name of the City of Renton the day and year first above written. CONTRACTOR CITY OF RENTON [Signature of Authorized Official] * Denis Law, Mayor [Title] ATTEST [Business Name] Jason Seth, City Clerk [Date] Highlands to Landing Pedestrian Lighting Phase II Agreement Page 3 of 3 April 2021 * NOTE: Evidence of the signatory’s authority to sign the Agreement on behalf of the business entity shall be submitted. CONTRACTOR ADDRESS FOR GIVING NOTICES CITY OF RENTON ADDRESS FOR GIVING NOTICES Transportation Systems Division Renton City Hall – 5th Floor 1055 South Grady Way Renton, WA 98057 Highlands to Landing Pedestrian Lighting Phase II Agreement Page 1 of 3 April 2021 CONTRACT BOND TO THE CITY OF RENTON Bond No. _____________________ KNOW ALL MEN BY THESE PRESENTS, That we, [Contractor] __________________ of [address] _______________________________________ as Principal, and [Surety] __________________________ a corporation organized and existing under the laws of the State of _______________________ as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as Surety, are jointly and severally held and firmly bound to the City of Renton (City) in the penal sum of $ ____________________________ Total Contract Amount, for the payment of which sum on demand we bind ourselves and our heirs, executors, administrators and assigns, successors and assigns, or person representatives, as the case may be. This obligation is entered into pursuant to the statutes of the State of Washington. Dated at ______________, Washington, this _____ day of ______________, 20_____. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to Contract No. CAG-21-004 providing for construction of the Highlands to Landing Pedestrian Lighting Phase II; 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, by executing this Contract Bond, a combined Performance and Payment Bond, Surety indemnifies and holds the City, its officers, agents and assigns harmless from all claims, liabilities, causes of action, damages and costs, including property damages and personal injuries, resulting from any defect appearing or developing in the material provided or workmanship performed under the Contract AND for such payments for labor, equipment, and materials by satisfying all claims and demands incurred under the Contract, and reimbursing and paying City all expenses that City may incur in making good any default by Principal. FUTHERMORE, this Contract Bond shall be satisfied and released only upon the conditions that Principal:  Faithfully performs all provisions of the Contract and changes authorized by City in the manner and within the time specified as may be extended under the Contract;  Faithfully and promptly pay, in accordance with Chapters 39.08, 39.12 and 60.28 Revised Code of Washington (RCW), the sums due all workers, laborers, mechanics, subcontractors, lower tier subcontractors, material suppliers, and all other persons or agents who supply labor, equipment, or materials for carrying on of such work under the Contract; Highlands to Landing Pedestrian Lighting Phase II Agreement Page 2 of 3 April 2021  Faithfully and promptly pay all taxes, increases and penalties, if any, incurred on or related to the Contract under Titles 50 and 51 Revised Code of Washington (RCW) and any and all taxes imposed on the Principle under Title 82 RCW or any other law;  Receives a written discharge from City, signed by the Mayor or by a duly authorized representative of City. No change, extension of time, alteration, or addition to the terms of the Contract or to the Work to be performed under the Contract shall in any way affect Surety's obligation on the Contract Bond. Surety, for value received, hereby waives notice of any change, extension of time, alteration, or addition to the terms of the Contract or the Work to be performed thereunder and agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this Contract Bond and notice to Surety is not required for such increased obligation. This Contract Bond shall be governed and construed by the laws of the State of Washington, and venue shall be in King County, Washington. Any provision of this Contract Bond conflicting with statutory or legal requirements shall be deemed deleted and provisions conforming to such statutory or legal requirements shall be deemed incorporated. This Contract Bond shall be executed in two (2) original counterparts, and shall be signed by the parties’ duly authorized officers. This Contract Bond will only be accepted if is accompanied by a fully executed and original power of attorney for the office executing on behalf of the Surety. PRINCIPAL SURETY [Principal] [Surety] [Signature of Authorized Official] [Signature of Authorized Official] [Printed Name] [Printed Name] [Title] [Title] [Date] [Date] Highlands to Landing Pedestrian Lighting Phase II Contract Bond to the City of Renton Page 3 of 3 April 2021 Name and address of local office of Agent and/or Surety Company: Telephone: Highlands to Landing Pedestrian Lighting Phase II Fair Practices and Non-Discrimination Policy Declaration April 2021 FAIR PRACTICES AND NON-DISCRIMINATION POLICY DECLARATION I, by signing the Agreement, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation affirms and subscribes to the Fair Practices and Non-discrimination policies set forth by the law and by City of Renton policy, adopted by Resolution No. 4085. 2. That by signing the signature page of this Agreement, I am deemed to have signed and to have agreed to the provisions of this declaration. City of Renton Contract Documents for Highlands to Landing Pedestrian Lighting Phase II V. CONTRACT SPECIFICATIONS City of Renton Contract Documents for Highlands to Landing Pedestrian Lighting Phase II SPECIAL PROVISIONS SP-1 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 INTRODUCTION TO THE SPECIAL PROVISIONS (December 10, 2020 APWA GSP) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2020 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter “Standard Specifications”). The Standard Specifications, as modified or supplemented by these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project-specific fill-ins; and project-specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project-specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the effective date of the GSP and its source. For example: (March 8, 2013 APWA GSP) (April 1, 2013 WSDOT GSP) (******) Project Specific Special Provision added by City of Renton 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 Plans, City of Renton Public Works Department, current edition Contractor shall obtain copies of these publications, at Contractor’s own expense. SP-2 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995 WSDOT GSP) This Contract provides for the construction of pedestrian lighting and miscellaneous improvements including fence repair, temporary erosion control, restoration of landscaping and irrigation, and temporary traffic control and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 1-01 DEFINITIONS AND TERMS 1-01.3 Definitions (January 4, 2016 APWA GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following: Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date The date the Contracting Agency officially binds the Agency to the Contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the Contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract. Physical Completion Date The day all of the Work is physically completed on the project. All documentation required by the Contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required SP-3 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 by the Contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the Work as complete. Supplement this Section with the following: All references in the Standard Specifications, Amendments, or WSDOT General Special Provisions, to the terms “Department of Transportation”, “Washington State Transportation Commission”, “Commission”, “Secretary of Transportation”, “Secretary”, “Headquarters”, and “State Treasurer” shall be revised to read “Contracting Agency”. All references to the terms “State” or “state” shall be revised to read “Contracting Agency” unless the reference is to an administrative agency of the State of Washington, a State statute or regulation, or the context reasonably indicates otherwise. All references to “State Materials Laboratory” shall be revised to read “Contracting Agency designated location”. All references to “final contract voucher certification” shall be interpreted to mean the Contracting Agency form(s) by which final payment is authorized, and final completion and acceptance granted. Additive A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Business Day A business day is any day from Monday through Friday except holidays as listed in Section 1-08.5. Contract Bond The definition in the Standard Specifications for “Contract Bond” applies to whatever bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond. Contract Documents See definition for “Contract”. Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency’s acceptance of the Bid Proposal. SP-4 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins. Traffic Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this Section and replace it with the following: 1-02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. 1-02.2 Plans and Specifications (June 27, 2011 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed 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 (11" x 17") 5 Furnished automatically upon award. Contract Provisions 5 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. 1-02.4 Examination of Plans, Specifications and Site of Work 1-02.4(1) General (August 15, 2016 APWA GSP Option B) SP-5 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 The first sentence of the last paragraph is revised to read: Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, shall request the explanation or interpretation in writing by close of business 5 business days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their Bids. (September 3, 2019 WSDOT GSP) Section 1-02.4 is supplemented with the following: The Reference Information for this project is available for review by the bidder at the following location: Appendix C of the Contract Provisions The Reference Information includes the following: Bore logs GEI-1 through GEI-4, extracted from the Geotechnical Engineering Services Report for the Highlands to Landing Pedestrian Connection Project, Phase 2 – Final Design and Permitting, dated July 26, 2012 1-02.4(2) Subsurface Information (March 8, 2013 APWA GSP) The second sentence in the first paragraph is revised to read: The Summary of Geotechnical Conditions and the boring logs, if and when included as an appendix to the Special Provisions, shall be considered as part of the Contract. 1-02.5 Proposal Forms (******) Delete this section and replace it with the following: The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder’s name, address, telephone number, and signature; a State of Washington Contractor’s Registration Number; Unified Business Identifier (UBI); Industrial Insurance Account Number, Employment Security Department Number and State Excise Tax Registration Number. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified. 1-02.6 Preparation of Proposal (******) SP-6 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 Delete Section 1‐02.6 and replace it with the following: The Contracting Agency will accept only those Proposals properly executed on the physical forms it provides, or electronic forms that the Bidder has been authorized to access. Unless it approves in writing, the Contracting Agency will not accept Proposals on forms attached to the Plans and stamped “Informational”. All prices shall be in legible figures (not words) written in ink or typed, and expressed in U.S. dollars and cents. The Proposal shall include: 1. A unit price for each item (omitting digits more than four places to the right of the decimal point), 2. An extension for each unit price (omitting digits more than two places to the right of the decimal point), and 3. The Total Bid Amount (the sum of all extensions). 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. In the space provided on the signature sheet, the Bidder shall confirm that all Addenda have been received. The Bidder shall submit with the Bid a list of: 1. Subcontractors who will perform the work of heating, ventilation and air conditioning, plumbing as described in RCW 18.106 and electrical as described in RCW 19.28, and 2. The work those Subcontractors will perform on the Contract. 3. Shall not list more than one Subcontractor for each category of work identified, except, when Subcontractors vary with Bid alternates, in which case the Bidder shall identify which Subcontractor will be used for which alternate. If no Subcontractor is listed, the Bidder acknowledges that it does not intend to use any Subcontractor to perform those items of work. The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. Evidence of the signatory’s authority to sign the Bid Proposal on behalf of the business entity shall be submitted with the Bid Proposal. Otherwise, the submitted Bid Proposal will be considered irregular and non‐responsive and may be rejected. 1‐02.6(1) Recycled Materials Proposal (******) Section 1‐02.6(1) is an added new section: SP-7 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 The Bidder shall submit with the Bid, its proposal for incorporating recycled materials into the project, using the form provided in the Contract Provisions. Otherwise, the submitted Bid Proposal will be considered irregular and non‐responsive and may be rejected. 1‐02.6(2) Certification of Compliance with Wage Payment Statutes (******) Section 1‐02.6(2) is an added new section: The Bidder shall submit with the Bid a completed and signed “Contractor Certification, Wage Law Compliance – Responsibility Criteria, Washington State Public Works Contracts” document where the Bidder under penalty of perjury verifies that the Bidder is in compliance with responsible bidder criteria in RCW 39.04.350 subsection (1)(g), as required per Section 1‐02.14. Otherwise, the submitted Bid Proposal will be considered irregular and non‐responsive and will be rejected. The Bidder may use the form provided in the Bid Documents. The form is also available at http://wsdot.wa.gov/forms/pdfForms.html. The Bidder may download, print, complete and sign the form to include with Bid. The DOT Form, DOT Form Number and revision date must match the form included in the Bid Documents, otherwise the Bid will be regarded as irregular and non‐responsive and the Bid will be rejected. 1-02.7 Bid Deposit (March 8, 2013 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency-assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder’s officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6. The signature of the surety’s officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 1‐02.7(1) Bid Bond, Cashier’s Check, Postal Money Order (******) SP-8 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 Section 1‐02.7(1) is an added new section: As evidence of good faith, pursuant to RCW 35.23.352(1), an original Bid Proposal Deposit in the form of either a bid bond, cashier’s check or postal money order in an amount equal to five percent (5%) of the Total Bid Amount shall be submitted with the Bid Proposal. If the Bidder elects to provide a bid bond, the Proposal Bid Bond form included in the Bid Documents shall be used. Otherwise, the Bid Proposal will be considered irregular and non‐responsive and the Bid Proposal will be rejected. If the Bidder elects to provide a cashier’s check, it shall be made payable to the City of Renton. If the Bidder elects to provide a postal money order, it shall be made payable to the City of Renton. Cash will not be accepted for a bid deposit. 1-02.9 Delivery of Proposal (******) Delete Section 1‐02.9 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. Proposals that are received as required will be publicly opened and read as specified in Section 1‐ 02.12. The Contracting Agency will not open or consider any Bid Proposal that is received after the time specified in the Call for Bids for receipt of Bid Proposals, or received in a location other than that specified in the Call for Bids. 1‐02.10 Withdrawing, Revising, or Supplementing Proposal (July 23, 2015 APWA GSP) Delete this section, and replace it with the following: After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw, revise, or supplement it if: 1. The Bidder submits a written request signed by an authorized person and physically delivers it to the place designated for receipt of Bid Proposals, and 2. The Contracting Agency receives the request before the time set for receipt of Bid Proposals, and 3. The revised or supplemented Bid Proposal (if any) is received by the Contracting Agency before the time set for receipt of Bid Proposals. 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. SP-9 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 Late revised or supplemented Bid Proposals or late withdrawal requests will be date recorded by the Contracting Agency and returned unopened. Mailed, e ‐mailed, or faxed requests to withdraw, revise or supplement a Bid Proposal are not acceptable. 1‐02.12 Public Opening of Proposals (******) Supplement Section 1‐02.12 with the following: The Contracting Agency reserves the right to postpone the date and/or time that sealed bids are due and the bid opening. Notification to all bidders of any change will be by addenda. 1‐02.13 Irregular Proposals (******) Delete Section 1‐02.13 and replace it with the following: 1. A proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; c. The completed proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; g. The Bidder fails to submit with their Bid Proposal, an original Bid Proposal Deposit in an amount equal to five percent (5%) of the Total Bid Amount, as required in Section 1‐02.7; h. The Bidder elects to provide a Bid Bond for the Bid Proposal Deposit and does not submit or properly execute the Proposal Bid Bond form included in the Bid Documents, as required in Section 1‐02.7(1); i. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1‐02.6; j. The Bidder fails to submit or properly complete the Proposal for Incorporating Recycled Materials into the Project document, as required in Section 1‐02.6(1). k. The Bidder fails to submit or properly execute the Contractor Certification, Wage Law Compliance – Responsibility Criteria, Washington State Public Works Contractors document, as required in Section 1‐02.6(2). SP-10 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 l. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or m. 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 if: a. The Proposal does not include a unit price for every Bid item; b. Any of the unit prices are excessively unbalanced (either above or below the amount of a reasonable Bid) to the potential detriment of the Contracting Agency; c. Receipt of Addenda is not acknowledged; d. A member of a joint venture or partnership and the joint venture or partnership submit Proposals for the same project (in such an instance, both Bids may be rejected); or e. If Proposal form entries are not made in ink. 3. A Proposal will be considered irregular and may be rejected if: a. The Bidder fails to submit with their Bid Proposal, evidence of signatory’s authority to sign the Bid Proposal on behalf of the business entity, as required in Section 1‐02.6. 1-02.14 Disqualification of Bidders (May 17, 2018 APWA GSP, Option A) 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. The Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility criteria in RCW 39.04.350(1). To assess bidder responsibility, the Contracting Agency reserves the right to request documentation as needed from the Bidder and third parties concerning the Bidder’s compliance with the mandatory bidder responsibility criteria. If the Contracting Agency determines the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1) 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. SP-11 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 1-02.15 Pre Award Information (August 14, 2013 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder’s unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1-03.1(1) Identical Bid Totals (January 4, 2016 APWA GSP) Revise this section to read: SP-12 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then the tie-breaker will be the Bidder with an equal lowest bid, that proposed to use the highest percentage of recycled materials in the Project, per the form submitted with the Bid Proposal. If those percentages are also exactly equal, then the tie-breaker will be determined by drawing as follows: Two or more slips of paper will be marked as follows: one marked “Winner” and the other(s) marked “unsuccessful”. The slips will be folded to make the marking unseen. The slips will be placed inside a box. One authorized representative of each Bidder shall draw a slip from the box. Bidders shall draw in alphabetic order by the name of the firm as registered with the Washington State Department of Licensing. The slips shall be unfolded and the firm with the slip marked “Winner” will be determined to be the successful Bidder and eligible for Award of the Contract. Only those Bidders who submitted a Bid total that is exactly equal to the lowest responsive Bid, and with a proposed recycled materials percentage that is exactly equal to the highest proposed recycled materials amount, are eligible to draw. 1-03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read: Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within 10 calendar days after the award date, the successful bidder shall return the signed Contracting Agency-prepared contract, an insurance certification as required by Section 1- 07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre-award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency- furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of zero (0) additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1-03.4 Contract Bond (July 23, 2015 APWA GSP) Delete the first paragraph and replace it with the following: The successful bidder shall provide executed payment and performance bond(s) for the full contract amount. The bond may be a combined payment and performance bond; or be separate payment and performance bonds. In the case of separate payment and performance bonds, each shall be for the full contract amount. The bond(s) shall: 1. Be on Contracting Agency-furnished form(s); SP-13 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Guarantee that the Contractor will perform and comply with all obligations, duties, and conditions under the Contract, including but not limited to the duty and obligation to indemnify, defend, and protect the Contracting Agency against all losses and claims related directly or indirectly from any failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform and comply with all contract obligations, conditions, and duties, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work; 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and 5. Be accompanied by a power of attorney for the Surety’s officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond(s) must be signed by the president or vice president, unless accompanied by written proof of the authority of the individual signing the bond(s) to bind the corporation (i.e., corporate resolution, power of attorney, or a letter to such effect signed by the president or vice president). 1-03.7 Judicial Review (November 30, 2018 APWA GSP) Revise this section to read: Any decision made by the Contracting Agency regarding the Award and execution of the Contract or Bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington Law. Such review, if any, shall be timely filed in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction. 1-04 SCOPE OF WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda SP-14 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 (December 10, 2020 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, 4. Contract Plans, 5. Standard Specifications, 6. Contracting Agency’s Standard Plans or Details (if any), and 7. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1-05 CONTROL OF WORK 1-05.4 Conformity with and Deviations from Plans and Stakes (August 7, 2017 WSDOT GSP, OPT 2) Section 1-05.4 is supplemented with the following: Contractor Surveying – Roadway Copies of the Contracting Agency provided primary survey control data are available for the bidder's inspection at the office of the Engineer. The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, slope stakes, and grades necessary for the construction of the roadbed, drainage, surfacing, paving, channelization and pavement marking, illumination and signals, guardrails and barriers, and signing. Except for the survey control data to be furnished by the Contracting Agency, calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. The Contractor shall inform the Engineer when monuments are discovered that were not identified in the Plans and construction activity may disturb or damage the monuments. All monuments noted on the plans “DO NOT DISTURB” shall be protected throughout the length of the project or be replaced at the Contractors expense. Detailed survey records shall be maintained, including a description of the work performed on each shift, the methods utilized, and the control points used. The record shall be adequate to allow the survey to be reproduced. A copy of each day's record shall be provided to the Engineer within three working days after the end of the shift. SP-15 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 The meaning of words and terms used in this provision shall be as listed in "Definitions of Surveying and Associated Terms" current edition, published by the American Congress on Surveying and Mapping and the American Society of Civil Engineers. The survey work shall include but not be limited to the following: 1. Verify the primary horizontal and vertical control furnished by the Contracting Agency, and expand into secondary control by adding stakes and hubs as well as additional survey control needed for the project. Provide descriptions of secondary control to the Contracting Agency. The description shall include coordinates and elevations of all secondary control points. 2. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks on centerline or on offsets to centerline at all curve points (PCs, PTs, and PIs) and at points on the alignments spaced no further than 50 feet. 3. Establish clearing limits, placing stakes at all angle points and at intermediate points not more than 50 feet apart. The clearing and grubbing limits shall be 5 feet beyond the toe of a fill and 10 feet beyond the top of a cut unless otherwise shown in the Plans. 4. Establish grading limits, placing slope stakes at centerline increments not more than 50 feet apart. Establish offset reference to all slope stakes. If Global Positioning Satellite (GPS) Machine Controls are used to provide grade control, then slope stakes may be omitted at the discretion of the Contractor 5. Establish the horizontal and vertical location of all drainage features, placing offset stakes to all drainage structures and to pipes at a horizontal interval not greater than 25 feet. 6. Establish roadbed and surfacing elevations by placing stakes at the top of subgrade and at the top of each course of surfacing. Subgrade and surfacing stakes shall be set at horizontal intervals not greater than 50 feet in tangent sections, 25 feet in curve sections with a radius less than 300 feet, and at 10-foot intervals in intersection radii with a radius less than 10 feet. Transversely, stakes shall be placed at all locations where the roadway slope changes and at additional points such that the transverse spacing of stakes is not more than 12 feet. If GPS Machine Controls are used to provide grade control, then roadbed and surfacing stakes may be omitted at the discretion of the Contractor. 7. Establish intermediate elevation benchmarks as needed to check work throughout the project. 8. Provide references for paving pins at 25-foot intervals or provide simultaneous surveying to establish location and elevation of paving pins as they are being placed. 9. For all other types of construction included in this provision, (including but not limited to channelization and pavement marking, illumination and signals, guardrails and barriers, and signing) provide staking and layout as necessary to adequately locate, construct, and check the specific construction activity. 10. Contractor shall determine if changes are needed to the profiles or roadway sections shown in the Contract Plans in order to achieve proper smoothness and drainage where matching into existing features, such as a smooth transition from new pavement to existing pavement. The Contractor shall submit these changes to the Engineer for review and approval 10 days prior to the beginning of work. SP-16 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 The Contractor shall provide the Contracting Agency copies of any calculations and staking data when requested by the Engineer. To facilitate the establishment of these lines and elevations, the Contracting Agency will provide the Contractor with primary survey control information consisting of descriptions of two primary control points used for the horizontal and vertical control, and descriptions of two additional primary control points for every additional three miles of project length. Primary control points will be described by reference to the project alignment and the coordinate system and elevation datum utilized by the project. In addition, the Contracting Agency will supply horizontal coordinates for the beginning and ending points and for each Point of Intersection (PI) on each alignment included in the project. The Contractor shall ensure a surveying accuracy within the following tolerances: Vertical Horizontal Slope stakes 0.10 feet 0.10 feet Subgrade grade stakes set 0.04 feet below grade 0.01 feet 0.5 feet (parallel to alignment) 0.1 feet (normal to alignment) Stationing on roadway N/A 0.1 feet Alignment on roadway N/A 0.04 feet Surfacing grade stakes 0.01 feet 0.5 feet (parallel to alignment) 0.1 feet (normal to alignment) Roadway paving pins for surfacing or paving 0.01 feet 0.2 feet (parallel to alignment) 0.1 feet (normal to alignment) The Contracting Agency may spot-check the Contractor's surveying. These spot-checks will not change the requirements for normal checking by the Contractor. When staking roadway alignment and stationing, the Contractor shall perform independent checks from different secondary control to ensure that the points staked are within the specified survey accuracy tolerances. The Contractor shall calculate coordinates for the alignment. The Contracting Agency will verify these coordinates prior to issuing approval to the Contractor for commencing with the work. The Contracting Agency will require up to seven calendar days from the date the data is received. Contract work to be performed using contractor-provided stakes shall not begin until the stakes are approved by the Contracting Agency. Such approval shall not relieve the Contractor of responsibility for the accuracy of the stakes. Stakes shall be marked in accordance with Standard Plan A10.10. When stakes are needed that are not described in the Plans, then those stakes shall be marked, at no additional cost to the Contracting Agency as ordered by the Engineer. SP-17 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 Payment Payment will be made for the following bid item when included in the proposal: "Roadway Surveying", lump sum. The lump sum contract price for "Roadway Surveying" shall be full pay for all labor, equipment, materials, and supervision utilized to perform the Work specified, including any resurveying, checking, correction of errors, replacement of missing or damaged stakes, and coordination efforts. 1-05 CONTROL OF WORK 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor’s unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency’s rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency’s right to pursue any other avenue for additional remedy or damages with respect to the Contractor’s failure to perform the work as required. SP-18 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 1-05.11 Final Inspection (October 1, 2005 APWA GSP) Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor’s request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer’s right hereunder. 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 SP-19 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer’s guaranties or warranties furnished under the terms of the contract. 1-05.13 Superintendents, Labor and Equipment of Contractor (August 14, 2013 APWA GSP) Delete the sixth and seventh paragraphs of this section. 1-05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as e-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. 1-05.16 Water and Power (October 1, 2005 APWA GSP) Section 1‐05.16 is an added 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. SP-20 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 1-06 CONTROL OF MATERIAL 1-06.1(4) Fabrication Inspection Expense (June 27, 2011 AWPA GSP) Delete this section in its entirety. 1-06.6 Recycled Materials (January 4, 2016 APWA GSP) Delete this section, including its subsections, and replace it with the following: The Contractor shall make their best effort to utilize recycled materials in the construction of the project. Approval of such material use shall be as detailed elsewhere in the Standard Specifications. Prior to Physical Completion the Contractor shall report the quantity of recycled materials that were utilized in the construction of the project for each of the items listed in Section 9- 03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled glass, steel furnace slag and other recycled materials (e.g. utilization of on-site material and aggregates from concrete returned to the supplier). The Contractor’s report shall be provided on DOT form 350-075 Recycled Materials Reporting. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor’s care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor’s care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor’s plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor’s performance does not, and shall not, be SP-21 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 intended to include review and adequacy of the Contractor’s safety measures in, on, or near the project site. (May 13, 2020 WSDOT GSP, OPT 4) Supplement this section with the following: In response to COVID-19, the Contractor shall prepare a project specific COVID-19 health and safety plan (CHSP) in conformance with Section 1-07.4(2) as supplemented in these specifications, COVID-19 Health and Safety Plan (CHSP). 1-07.2 State Taxes Delete this section, including its sub-sections, in its entirety and replace it with the following: 1-07.2 State Sales Tax (June 27, 2011 APWA GSP) The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1- 07.2(2) describes this exception. The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA-funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(1) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(2) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such SP-22 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 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. 1-07.2(3) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). (*****) Section 1-07.2 is supplemented with the following: The Work includes construction of street related improvements on lands that are owned by the City of Renton and the State of Washington in the following proportion: State of Washington, Rule 170 70% City of Renton, Rule 171 30% The Contractor shall collect sales tax in accordance with Rule 170 from the Contracting Agency on 70% of quantities and shall not collect sales tax in accordance with Rule 171 on 30% of quantities, including lump sum items. 1-07.4 Sanitation 1-07.4(2) Health Hazards (May 13, 2020 WSDOT GSP, OPT 2) Section 1-07.4(2) is supplemented with the following: COVID-19 Health and Safety Plan (CHSP) The Contractor shall prepare a project specific COVID-19 health and safety plan (CHSP). The CHSP shall be prepared and submitted as a Type 2 Working Drawing prior to beginning physical Work. The CHSP shall be based on the most current State and Federal requirements. If the State or Federal requirements are revised, the CHSP shall be updated as necessary to conform to the current requirements. The Contractor shall update and resubmit the CHSP as the work progresses and new activities appear on the look ahead schedule required under Section 1-08.3(2)D. If the SP-23 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 conditions change on the project, or a particular activity, the Contractor shall update and resubmit the CHSP. Work on any activity shall cease if conditions prevent full compliance with the CHSP. The CHSP shall address the health and safety of all people associated with the project including State workers in the field, Contractor personnel, consultants, project staff, subcontractors, suppliers and anyone on the project site, staging areas, or yards. COVID-19 Health and Safety Plan (CHSP) Inspection The Contractor shall grant full and unrestricted access to the Engineer for CHSP Inspections. The Engineer (or designee) will conduct periodic compliance inspections on the project site, staging areas, or yards to verify that any ongoing work activity is following the CHSP plan. If the Engineer becomes aware of a noncompliance incident either through a site inspection or other means, the Contractor will be notified immediately (within 1 hour). The Contractor shall immediately remedy the noncompliance incident or suspend all or part of the associated work activity. The Contractor shall satisfy the Engineer that the noncompliance incident has been corrected before the suspension will end. 1-07.4(3) Measurement (******) Section 1-07.4(3) is a new section: No specific unit of measurement for “COVID-19 Health and Safety Plan” will apply, but measurement will be for the sum total of all work and material required to complete the work described under Section 1-07.4(2) as supplemented in these specifications. 1-07.4(4) Payment (******) Section 1-07.4(4) is a new section: “COVID-19 Health and Safety Plan”, lump sum. The lump sum Contract price for “COVID-19 Health and Safety Plan” includes all elements to prepare and update the COVID-19 Health and Safety Plan. 1‐07.7 Load Limits (March 13, 1995 WSDOT GSP) Section 1‐07.7 is supplemented with the following: If the sources of materials provided by the Contractor necessitates hauling over roads other than State Highways, the Contractor shall, at the Contractor's expense, make all arrangements for the use of the haul routes. 1‐07.13 Contractor’s Responsibility for Work 1‐07.13(4) Repair of Damage (August 6, 2001 WSDOT GSP) Section 1‐07.13(4) is revised to read: SP-24 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. For damage qualifying for relief under Sections 1‐07.13(1), 1‐07.13(2) or 1‐07.13(3), payment will be made in accordance with Section 1‐04.4. Payment will be limited to repair of damaged work only. No payment will be made for delay or disruption of work. 1-07.17 Utilities and Similar Facilities (April 2, 2007 WSDOT GSP) Section 1-07.17 is supplemented with the following: Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: Puget Sound Energy Contact: Kathy Johnson Municipal Construction Planning Dept. PO Box 97034 EST-11W Bellevue, WA 98009 Phone: 425-462-3381 Cell: 206240-2482 BNSF Railway Company Contact: Todd Kuhn Manager Public Projects 2454 Occidental Ave. South, Suite 1A Seattle, WA 98134 Phone: 206-625-6146 Qwest Contact: Tiffany Kuhn 23315 66th Ave. S Kent, WA 98032 Phone: 253-372-5445 Pager: 877-387-2286 Verizon Business (Fiber Optic on BNSF property) Contact: Michael Fullmer Verizon Services Operations 11311 NE 120th St. Kirkland, WA 98034 ATTN: OSP Engineering Phone: 206-409-1260 Comcast Cable Contact: Bill Walker 4020 Auburn Way N Auburn, WA 98002 Phone: 253-288-7538 Cell: 206-255-6975 Allstream (Fiber Optic on BNSF property) Contact: Dennis Gearhart Plantec Cable Management 14241 NE Woodinville-Duvall Rd., PMB 305, Woodinville, WA 98072 Phone: 360-305-2114 Renton - Water Maintenance Dept. Contact: George Stahl Field Maintenance Shops 3555 NE 2nd Street Renton, WA 98056 Phone: 425-430-7400 AT&T (Fiber Optic in City ROW) Contact: Josh Coggins AT&T Cable Maintenance 11241 Willows Rd. NE, Suite 130 Redmond, WA 98052 Phone: 425-896-9830 Cell: 253-209-0260 Renton – Traffic Signal and Sign Shop Contact: Eric Cutshall 3555 NE 2nd Street Renton, WA 98056 Renton – Information Services (City owned Fiber Optic) Contact: Ron Hansen SP-25 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 Phone: 425- 430- 7423 dsherer@rentonwa. gov Renton City Hall – 1st Floor 1055 South Grady Way Renton, WA 98057 Phone: 425-430-6873 City and WSDOT owned facilities will be relocated or adjusted by the Contractor. No adjustments or relocations are anticipated for franchise utilities. 1-07.17(3) Interruption of Services (******) Section 1-07.17(3) is a new section: Whenever in the course of the construction operation it becomes necessary to cause an outage of utilities, it shall be the Contractor’s responsibility to notify the affected users and Engineer not less than 48 hours in advance of such outage. The Contractor shall make reasonable effort to minimize the duration of outages, and shall estimate the length of time service will be interrupted and so notify the users. In the case of any utility outage that has exceeded or will exceed four hours, user contact shall again be made. Temporary service, if needed, will be arranged by the Contractor at no cost to the Owner. 1-07.17(4) Utility Potholing and Resolution of Utility Conflicts (******) Section 1-07.17(4) is a new section: In no way shall the work described under Utility Potholing or Resolution of Utility Conflicts relieve the Contractor of any of the responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions, and elsewhere in the Contract Documents. Utility Potholing Potholing is included as a bid item for use in determining the location of existing utilities in advance of the Contractor’s operations. The Contractor shall submit all potholing requests to the Engineer for approval, at least 2 working days before potholing is scheduled. Additionally, the Contractor shall provide potholing at Engineer’s request. Resolution of Utility Conflicts Resolution of utility conflicts is included as a bid item for use in resolving utility conflicts that are identified during the course of construction. Payment Payment will be made at the discretion of Engineer, for the following bid item(s) in accordance with Section 1-04.1(1) of the Standard Specifications and these Special Provisions: “Utility Potholing”, Force Account “Resolution of Utility Conflicts”, Force Account 1-07.18 Public Liability and Property Damage Insurance (January 4, 2016 APWA GSP) SP-26 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 Delete this section in its entirety, and replace it with the following: 1-07.18 Insurance 1-07.18(1) General Requirements A. The Contractor shall procure and maintain the insurance described in all subsections of section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best rating of not less than A-: VII and licensed to do business in the State of Washington. The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer’s financial condition. B. The Contractor shall keep this insurance in force without interruption from the commencement of the Contractor’s Work through the term of the Contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated below. C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims- made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Completion Date or earlier termination of this Contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period (“tail”) or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The Contractor’s Automobile Liability, Commercial General Liability and Excess or Umbrella Liability insurance policies shall be primary and non-contributory insurance as respects the Contracting Agency’s insurance, self-insurance, or self-insured pool coverage. Any insurance, self-insurance, or self-insured pool coverage maintained by the Contracting Agency shall be excess of the Contractor’s insurance and shall not contribute with it. E. The Contractor shall provide the Contracting Agency and all additional insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. F. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency G. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days’ notice to the Contractor to correct the breach, immediately terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. H. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the Contract and no additional payment will be made. 1-07.18(2) Additional Insured SP-27 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 All insurance policies, with the exception of Workers Compensation, and of Professional Liability and Builder’s Risk (if required by this Contract) shall name the following listed entities as additional insured(s) using the forms or endorsements required herein:  the Contracting Agency and its officers, elected officials, employees, agents, and volunteers  Otak, Inc. The above-listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4) describes limits lower than those maintained by the Contractor. For Commercial General Liability insurance coverage, the required additional insured endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. 1-07.18(3) Subcontractors The Contractor shall cause each Subcontractor of every tier to provide insurance coverage that complies with all applicable requirements of the Contractor-provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by Subcontractors. The Contractor shall ensure that all Subcontractors of every tier add all entities listed in 1-07.18(2) as additional insureds, and provide proof of such on the policies as required by that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency evidence of insurance and copies of the additional insured endorsements of each Subcontractor of every tier as required in 1-07.18(4) Verification of Coverage. 1-07.18(4) Verification of Coverage The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. Failure of Contracting Agency to demand such verification of coverage with these insurance requirements or failure of Contracting Agency to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor’s obligation to maintain such insurance. Verification of coverage shall include: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07.18(2) as additional insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. SP-28 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 3. Any other amendatory endorsements to show the coverage required herein. 4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these requirements – actual endorsements must be submitted. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is required on this Project, a full and certified copy of that policy is required when the Contractor delivers the signed Contract for the work. 1-07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Contractor’s maintenance of insurance, its scope of coverage, and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the Contracting Agency’s recourse to any remedy available at law or in equity. All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible or self- insured retention shall be the responsibility of the Contractor. In the event an additional insured incurs a liability subject to any policy’s deductibles or self-insured retention, said deductibles or self-insured retention shall be the responsibility of the Contractor. 1-07.18(5)A Commercial General Liability Commercial General Liability insurance shall be written on coverage forms at least as broad as ISO occurrence form CG 00 01, including but not limited to liability arising from premises, operations, stop gap liability, independent contractors, products-completed operations, personal and advertising injury, and liability assumed under an insured contract. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement. Contractor shall maintain Commercial General Liability Insurance arising out of the Contractor’s completed operations for at least three years following Substantial Completion of the Work. Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $2,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury each offence $1,000,000 Stop Gap / Employers’ Liability each accident 1-07.18(5)B Automobile Liability Automobile Liability shall cover owned, non-owned, hired, and leased vehicles; and shall be written on a coverage form at least as broad as ISO form CA 00 01. If the work involves the SP-29 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99 48 endorsements. Such policy must provide the following minimum limit: $1,000,000 Combined single limit each accident 1-07.18(5)C Workers’ Compensation The Contractor shall comply with Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 1‐07.23 Public Convenience and Safety 1-07.23(1) Construction Under Traffic (February 3, 2020 WSDOT GSP, OPT 2) Section 1-07.23(1) is supplemented with the following: Work Zone Clear Zone The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The WZCZ applies only to temporary roadside objects introduced by the Contractor’s operations and does not apply to preexisting conditions or permanent Work. Those work operations that are actively in progress shall be in accordance with adopted and approved Traffic Control Plans, and other contract requirements. During nonworking hours equipment or materials shall not be within the WZCZ unless they are protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows: SP-30 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 Regulatory Posted Speed Distance From Traveled Way (Feet) 35 mph or less 10 40 mph 15 45 to 50 mph 20 55 to 60 mph 30 65 mph or greater 35 Minimum Work Zone Clear Zone Distance (December 6, 2004 WSDOT GSP, OPT 4) Section 1-07.23(1) is supplemented with the following: The portion of Section 1-07.16(1) that prohibits the merging of construction vehicles with public traffic from an access gained through adjacent properties is rescinded, provided the Contractor’s submittal is approved as required below. Access for Construction The Contractor may enter and leave the traveled way, auxiliary lanes or shoulders at approved locations other than established legal movements. To obtain approval of such an access location, the Contractor shall submit a request to the Engineer. The Contractor’s request shall be submitted to the Engineer at least 30 calendar days prior to the time the use of the access will be required. This submittal shall include a vicinity map indicating the interstate stationing at the centerline of the access, distances from the end of ramp tapers of existing interchanges and a traffic control plan conforming with the requirements specified in Section 1-10.2(2). The access shall meet the following requirements:  Access to and from the worksite adjacent to a multi-lane facility will only be allowed to and from a closed lane.  The merging point of construction vehicles and public traffic shall provide a Decision Sight Distance for the traveling public of 1,640 ft in urban areas and 1,360 ft in rural areas.  In urban areas the access shall not be located within 3,280 ft of the end of a ramp taper, or the centerline of a road approach. In rural areas the access shall not be located within 2,720 ft of the end of a ramp taper or the centerline of a road approach.  Median crossings within 1.5 miles of the access point shall not be used in conjunction with the access.  No new median crossings shall be created for use in conjunction within 1.5 miles of the access point.  Short-duration shoulder stops in the construction zone, utilizing light vehicles properly equipped with warning flashers, will be allowed without a lane closure.  When in use the access location shall have traffic control in place as per Section 1-10. Unauthorized use of the access from adjacent property is to be prohibited by the use of signing and/or flaggers as conditions warrant. SP-31 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021  The continuity of the existing drainage system shall be maintained through the access site.  Air borne particulates created as a result of using the access shall be effectively controlled.  The access location shall not adversely affect wetlands or other sensitive areas. At the completion of the project, the Contractor shall restore the area of the access site to its original, pre-contract, condition. Any damage to the traveled way, shoulders, auxiliary lanes, side slopes or other items caused by the access shall be repaired. All work to comply with this provision or to build, maintain, provide erosion control, control airborne particulates, ensure that drainage continues through the access site, provide traffic control when necessary, remove the temporary access and restore the surrounding area when no longer required for use are the responsibility of the Contractor. The Contractor shall include all related costs in the bid prices of the contract. (January 5, 2015 WSDOT GSP, OPT 5) Section 1-07.23(1) is supplemented with the following: Lane closures are subject to the following restrictions: • Closure of the westbound shoulder will be allowed between the hours of 9:00 am and 3:00 pm, Monday to Friday, and between the hours of 7:00 pm to 5:00 am Sunday to Thursday. • Closure of the north westbound lane will be allowed between the hours of 8:00 pm and 5:00 am, Sunday to Thursday. • Per the pedestrian accommodation details in the Plans, the Contractor shall provide an accessible and marked pedestrian route or must escort pedestrians through the site at all times that a lane or shoulder closure is in effect. If the Engineer determines the permitted closure hours adversely affect traffic, the Engineer may adjust the hours accordingly. The Engineer will notify the Contractor in writing of any change in the closure hours. Lane closures are not allowed on any of the following: 1. A holiday, 2. A holiday weekend; holidays that occur on Friday, Saturday, Sunday or Monday are considered a holiday weekend. A holiday weekend includes Saturday, Sunday, and the holiday. 3. After 12:00 PM on the day prior to a holiday or holiday weekend, and 4. Before 8:30 AM on the day after the holiday or holiday weekend. (******) Section 1-07.23(1) is supplemented with the following: SP-32 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 In addition, no lane closures will be allowed during the following time periods: Annual Seafair Hydroplane Race Weekend Noon Friday to 8:00 PM Sunday. Miscellaneous Special Events as follows: Renton River Days Signs and Traffic Control Devices All signs and traffic control devices for the permitted closures shall only be installed during the specified hours. Construction signs, if placed earlier than the specified hours of closure, shall be turned over or covered so as not to be visible to motorists. Hours of Darkness The Contractor shall, at no additional cost to the Contracting Agency, make all arrangements for operations during hours of darkness. Flagger stations shall be illuminated using a minimum 150 watt floodlight. Lighting used for nighttime work shall, whenever possible, be directed away from, or shielded from, residences and oncoming traffic. 1-07.24 Rights of Way (July 23, 2015 APWA GSP) Delete this section and replace it with the following: Street Right of Way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor’s construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor’s attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public Right of Way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the SP-33 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1-08 PROSECUTION AND PROGRESS Add the following new section: 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) Add the following new section: 1-08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. SP-34 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 The Contractor shall prepare and submit at the preconstruction conference the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. Add the following new section: 1-08.0(2) Hours of Work (December 8, 2014 APWA GSP) Except in the case of emergency or unless otherwise approved by the Engineer, the normal working hours for the Contract shall be any consecutive 8-hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch break. If the Contractor desires different than the normal working hours stated above, the request must be submitted in writing prior to the preconstruction conference, subject to the provisions below. The working hours for the Contract shall be established at or prior to the preconstruction conference. All working hours and days are also subject to local permit and ordinance conditions (such as noise ordinances). If the Contractor wishes to deviate from the established working hours, the Contractor shall submit a written request to the Engineer for consideration. This request shall state what hours are being requested, and why. Requests shall be submitted for review no later than three working days prior to the day(s) the Contractor is requesting to change the hours. If the Contracting Agency approves such a deviation, such approval may be subject to certain other conditions, which will be detailed in writing. For example: 1. On non-Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight-time costs for Contracting Agency representatives who worked during such times. (The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews; personnel from the Contracting Agency’s material testing lab; inspectors; and other Contracting Agency employees or third party consultants when, in the opinion of the Engineer, such work necessitates their presence.) 2. Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. 3. Considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24-hour period. 4. If a 4-10 work schedule is requested and approved the non working day for the week will be charged as a working day. 5. If Davis Bacon wage rates apply to this Contract, all requirements must be met and recorded properly on certified payroll. SP-35 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 1-08.1 Subcontracting (May 30, 2019 APWA GSP, Option B) Delete the ninth paragraph, beginning with “On all projects, the Contractor shall certify…”. (******) Section 1‐08.1 is supplemented with the following: Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall submit to the Engineer written certification that a written agreement between the Contractor and the subcontractor or between the subcontractor and any lower tier subcontractor has been executed. A Subcontractor or lower tier Subcontractor will not be permitted to perform any work under the contract until the following documents have been completed and submitted to the Engineer: 1. Request to Sublet Work (WSDOT Form 421‐012, revised 09/2019). The Contractor's records pertaining to the requirements of this Special Provision shall be open to inspection or audit by representatives of the Contracting Agency during the life of the contract and for a period of not less than three years after the date of acceptance of the contract. The Contractor shall retain these records for that period. The Contractor shall also guarantee that these records of all Subcontractors and lower tier Subcontractors shall be available and open to similar inspection or audit for the same time period. The eighth paragraph of Section 1‐08.1 is deleted and replaced with the following: On all projects, the Contractor shall certify to the actual amount received from the Contracting Agency (Final Contract Voucher Certification) and amounts paid to all firms that were used as Subcontractors, lower tier subcontractors, manufacturers, regular dealers, or services providers on the Contract. Upon physical completion of the project, the Contractor shall submit to the Contracting Agency, a list of all firms paid under this contract and the final actual amounts paid to each firm listed. 1-08.3 Progress Schedule 1-08.3(2)A Type A Progress Schedule (March 13, 2012 APWA GSP) Revise this section to read: The Contractor shall submit 5 copies of a Type A Progress Schedule no later than at the preconstruction conference, or some other mutually agreed upon submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule format. Regardless of which format used, the schedule shall identify the critical path. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 1-08.4 Prosecution of Work (July 23, 2015 APWA GSP) SP-36 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 Delete this section and replace it with the following: 1-08.4 Notice to Proceed and Prosecution of Work Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1-10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract. 1-08.5 Time for Completion (November 30, 2018 APWA GSP, OPT A) Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor is approved to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor’s obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: SP-37 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (per Section 1-07.9(5)). b. Material Acceptance Certification Documents c. Monthly Reports of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Copies of the approved “Affidavit of Prevailing Wages Paid” for the Contractor and all Subcontractors f. A copy of the Notice of Termination sent to the Washington State Department of Ecology (Ecology); the elapse of 30 calendar days from the date of receipt of the Notice of Termination by Ecology; and no rejection of the Notice of Termination by Ecology. This requirement will not apply if the Construction Stormwater General Permit is transferred back to the Contracting Agency in accordance with Section 8- 01.3(16). g. Property owner releases per Section 1-07.24 (March 13, 1995 WSDOT GSP) Section 1-08.5 is supplemented with the following: This project shall be physically completed within 25 working days. 1-08.9 Liquidated Damages (August 14, 2013 APWA GSP) Revise the fourth paragraph to read: When the Contract Work has progressed to Substantial Completion as defined in the Contract, the Engineer may determine that the work is Substantially Complete. The Engineer will notify the Contractor in writing of the Substantial Completion Date. For overruns in Contract time occurring after the date so established, the formula for liquidated damages shown above will not apply. For overruns in Contract time occurring after the Substantial Completion Date, liquidated damages shall be assessed on the basis of direct engineering and related costs assignable to the project until the actual Physical Completion Date of all the Contract Work. The Contractor shall complete the remaining Work as promptly as possible. Upon request by the Project Engineer, the Contractor shall furnish a written schedule for completing the physical Work on the Contract. SP-38 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 1-09 MEASUREMENT AND PAYMENT 1-09.2 Weighing Equipment 1‐09.2(5) Measurement (May 2, 2017 APWA GSP) Revise the first paragraph to read: Scale Verification Checks – At the Engineer’s discretion, the Engineer may perform verification check on the accuracy of each batch, hopper, or platform scale used in weighing contract items of Work. 1-09.6 Force Account (October 10, 2008 APWA GSP) Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1-09.9 Payments (March 13, 2012 APWA GSP) Supplement this section with the following: Lump sum item breakdowns are not required when the bid price for the lump sum item is less than $20,000. (March 13, 2012 APWA GSP) Delete the first four paragraphs and replace them with the following: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction Conference, to enable the Project Engineer to determine the Work performed on a monthly basis. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent a lump sum breakdown, the Project Engineer will make a determination based on information available. The Project Engineer’s determination of the cost of work shall be final. Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. SP-39 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payments. The progress estimates are subject to change at any time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — based on the approved Contractor’s lump sum breakdown for that item, or absent such a breakdown, based on the Engineer’s determination. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1), on non FHWA-funded projects; 2. The amount of progress payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1-05.1. 1-09.11 Disputes and Claims 1-09.11(3) Time Limitation and Jurisdiction (November 30, 2018 APWA GSP) Revise this section to read: For the convenience of the parties to the Contract it is mutually agreed by the parties that any claims or causes of action which the Contractor has against the Contracting Agency arising from the Contract shall be brought within 180 calendar days from the date of final acceptance (Section 1-05.12) of the Contract by the Contracting Agency; and it is further agreed that any such claims or causes of action shall be brought only in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where SP-40 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 an action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction. The parties understand and agree that the Contractor’s failure to bring suit within the time period provided, shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action which the Contractor asserts against the Contracting Agency arising from the Contract are filed with the Contracting Agency or initiated in court, the Contractor shall permit the Contracting Agency to have timely access to any records deemed necessary by the Contracting Agency to assist in evaluating the claims or action. 1-09.13 Claim Resolution 1-09.13(3)A Administration of Arbitration (November 30, 2018 APWA GSP) Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency’s headquarters is located, provided that where claims subject to arbitration are asserted against a county, RCW 36.01.050 shall control venue and jurisdiction of the Superior Court. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the Contract as a basis for decisions. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.2 Traffic Control Management 1-10.2(1) General (March 3, 2017 WSDOT GSP, OPT 1) Section 1-10.2(1) is supplemented with the following: Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of Washington. The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers-Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297-3035 Evergreen Safety Council 12545 135th 12 Ave. NE Kirkland, WA 98034-8709 1-800-521-0778 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406-1022 Training Dept. Toll Free (877) 642-4637 Phone: (540) 368-1701 1‐10.4 Measurement SP-41 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 1‐10.4(3) Reinstating Unit Items With Lump Sum Traffic Control (August 2, 2004 WSDOT GSP, OPT 1) Section 1‐10.4(3) is supplemented with the following: The bid proposal contains the item “Project Temporary Traffic Control”, lump sum and the additional temporary traffic control items listed below. The provisions of Section 1‐10.4(1), Section 1‐10.4(3), and Section 1‐10.5(3) shall apply. “Flaggers” “Portable Changeable Message Sign” SP-42 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 DIVISION 2 EARTHWORK 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.2 Disposal of Usable Material and Debris (******) Section 2-01.2 is supplemented as follows: The Contractor shall dispose of all debris by Disposal Method No. 2 – Waste Site. 2-01.3 Construction Requirements (******) Section 2-01.3 is revised as follows: Vegetation removal shall be limited to the areas shown on the plans unless approved by the Engineer. 2-01.4 Measurement (******) Section 2-01.4 is revised as follows: Vegetation removal will be measured by the square yard. 2-01.5 Payment (******) Section 2-01.5 is revised as follows: “Vegetation Removal”, per lump sum. The lump sum Contract price for “Vegetation Removal” shall be full compensation to remove, dispose of and haul materials removed. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.1 Description (******) Section 2-03.1 is supplemented with the following: Roadway excavation work shall include, but not be limited to removal of approximately:  90 CY of excavation 2-03.3 Construction Requirements 2-03.3(7) Disposal of Surplus Material 2-03.3(7)A General SP-43 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 (******) Section 2-03.3(7)A is supplemented as follows: Excavated material shall be used for foundation backfill. Excess material shall be disposed of at a Contractor-provided disposal site. 2-03.3(14)C Compacting Earth Embankments (******) Section 2-03.3(14)C is supplemented as follows: Compaction will be by Method C. 2-03.4 Measurement (******) Section 2-03.4 is revised as follows: No specific unit of measurement shall apply to the lump sum bid item of “Roadway Excavation Incl. Haul”. 2-03.5 Payment (******) Section 2-03.5 is revised as follows: “Roadway Excavation Incl. Haul”, per lump sum. END OF DIVISION 2 SP-44 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-02 ROADSIDE RESTORATION 8-02.4 Measurement (******) Section 8-02.4 is revised as follows: Topsoil Type A will be measured by the cubic yard. Fine Compost will be measured by the cubic yard. 8-02.5 Payment (******) Section 8-02.5 is revised as follows: “Topsoil Type A”, per cubic yard. “Fine Compost”, per cubic yard. 8-03 IRRIGATION SYSTEMS 8-03.3 Construction Requirements (******) Section 8-03.3 is supplemented as follows: The Contractor shall hand trench and expose existing irrigation laterals. Excavated materials shall be set aside for re-use as backfill as needed. 8-03.4 Measurement (******) Section 8-03.4 is supplemented as follows: Sprinkler head assembly will be measured per each sprinkler head installed. PVC pipe and fittings will be measured by the linear feet of lateral pipe and fittings installed. 8-03.5 Payment (******) Section 8-03.5 is revised as follows: “Sprinkler Head Assembly”, per each. The Contract unit price for “Sprinkler Head Assembly will include all costs for furnishing materials including but not limited to pop-up spray nozzle, factory pre-assembled triple swing joint assemblies and PVC fittings to tie into the lateral, installation, excavation, backfill, disposal and haul of excess material. “PVC Pipe and Fittings”, per linear feet. SP-45 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 The Contract unit price for “PVC Pipe and fittings shall include all costs for furnishing materials, installation, excavation, backfill, disposal and haul of excess material. 8-12 CHAIN LINK FENCE AND WIRE FENCE 8-12.2 Materials (******) Section 8-12.2 is supplemented as follows: Fencing materials shall be hot-dip galvanized with a minimum of 0.8 ounce per square foot of surface area, and then coated with paint or powder-coated at least 2 mils in thickness. Any pretreatment or coating shall be applied in accordance with the manufacturer's written instructions. The Contractor shall provide the Engineer with the manufacturer's written specifications detailing the product and method of fabrication. The color shall be black. The Contractor shall supply the Engineer with 2 aerosol spray cans containing a minimum of 14 ounces each of paint of the color specified above. The touch-up paint shall be compatible with the coating system used. 8-12.3 Construction Requirements (******) Section 8-12.3 is supplemented with the following: Existing chain link fabric shall be re-used. The Contractor shall install a new post per the detail in the Plans, and rehang the fabric. 8-12.4 Measurement (******) Section 8-12.4 is supplemented with the following: Chain link fence repair will be measured by the linear foot of fence rehung as shown on the plans. Fence removed to access new pole foundations will not be measured for payment. 8-12.5 Payment (******) Section 8-12.5 is revised with the following: The Contract unit price for “Chain Link Fence Repair” shall include all costs to furnish and install new hardware and rehang existing fence fabric. 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 8-20.1 Description (******) Section 8-20.1 is supplemented with the following: This work consists of furnishing, unless otherwise specifically stated herein, and installing all materials and equipment for a illumination system complete in places shown on the plans or designated by the Engineer. All work shall be performed as shown in the Plans in accordance with Sections 8-20 and 9-29 of the Standard Specifications, Standard Plans, SP-46 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 Amendments, City Standards, Puget Sound Energy Standards, King County Standards included herein and the following Special Provisions. The existing lighting circuits shall remain in operation until the new foundation, conduit work, and wiring for the new system is in place and ready for transfer. Transfer shall be conducted in the shortest time possible, not to exceed one 8-hour workday. The exact work plan and schedule must be pre-approved by the Engineer. Work shall include all other items as shown in the Plans or in these Special Provisions. Existing lighting levels shall be maintained at all times unless specified otherwise by the City Transportation Operations Manager. The City of Renton will be providing the following materials for incorporation into the project:  Pedestrian Aluminum Poles & Luminaire Arms  Pedestrian Luminaires  Pedestrian Scale Anchor Bolts The Contractor shall coordinate with City of Renton Transportation Maintenance for pick-up of materials. Contact the City a minimum of 2 days in advance to schedule pick-up. Location of stored materials at City Owned Properties: Site 1 – Water Tower Site 2 – Maintenance Shops 3410 NE 12th Street 3555 NE 2nd St Renton, WA 98056 Renton, WA 98056 8-20.1(1) Regulations and Code (******) Section 8-21.1(1) is supplemented with the following: All materials and methods required under this section, unless otherwise superseded herein, shall conform to the 2018 edition of the Washington State Department of Transportation Standard Specifications for Road, Bridge, and Municipal Construction and Amendments (herein referred to as Standard Specifications), to all current amendments to the Standard Specifications, to the latest edition of the State of Washington Standard Plans for Road, Bridge, and Municipal Construction (herein referred to as the Standard Plans), to the State of Washington Sign Fabrication Manual, to the City of Renton Standards and Details, to the latest edition of the National Electric Code (NEC), and to the current edition of the Manual on Uniform Traffic Control Devices (MUTCD) as adopted by the State of Washington. Delete the first sentence of the first paragraph of Section 8-20.1(1) and replace with the following: All electrical equipment shall conform to the standards of the National Electrical Manufacturers Association (NEMA), FHWA IP-78-16, the Radio Manufacturers Association, the American Society for Testing and Materials (ASTM), the American Association of State Highway and Transportation Officials (AASHTO), the American National Standards Institute (ANSI), the National Electrical Safety Code (NESC), the International Municipal Signal Association (IMSA), whichever is applicable, and to other codes listed herein. Where applicable, materials shall conform to the latest requirements of the Washington State Department of Labor and Industries and Puget Sound Energy. SP-47 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 8-20.1(2) Industry Codes and Standards (******) Section 8-20.1(2) is supplemented with the following: National Electrical Safety Code (NESC), Secretary NESC, NESC Committee, IEEE Post Office Box 1331, 445 Hoes Lane, Piscataway, NJ 08855-1331. 8-20.1(3) Permitting and Inspections (******) Section 8-20.1(3) is supplemented with the following: The Contractor will be responsible for coordinating, obtaining, and paying for all permits, including electrical service applications, necessary to complete this work in a timely fashion. All costs to obtain and comply with electrical permits shall be included in the applicable bid items for the work involved. All required electrical permits shall be obtained before beginning trench excavation. The City of Renton Electrical Inspector shall inspect and approve the electrical portions of the project. The Contractor shall notify the Electrical Inspector at least 24 hours in advance of required field inspection. Before work begins, the Contractor shall contact the Electrical Inspector to coordinate a schedule of electrical inspections (call the request line at 425 430 7275). This project shall be accomplished in compliance with WAC 296-46B-010 Traffic Management Systems and shall conform to the current adopted version of the NEC. Prior to PSE energizing service cabinets, an electrical inspection must be passed with a copy of the electrical control permit and inspection sticker inside cabinets. 8-20.1(4) Restrictions on the Schedule of Work (******) Section 8-20.1(4) is added as follows: All work in the roadway is subject to the traffic control requirements specified in Section 1-10 and Section 1-07.23. 8-20.1(5) Traffic Control during Construction (******) Section 8-20.1(5) is added as follows: The Contractor shall include in the submitted traffic control plan, detailed plan during roadway trenching, erection of mast arms, installation of vehicle detection, and other activities requiring lane closures or detours. See Section 1-10 and Section 1-07.23 for traffic control requirements and uniformed police officer requirements. 8-20.1(6) Permits (******) Section 8-20.1(6) is added as follows: The Contractor will be responsible for coordinating, obtaining, and paying for all SP-48 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 permits, including electrical service applications, necessary to complete this work in a timely fashion. All costs to obtain and comply with electrical permits shall be included in the applicable bid items for the work involved. All required electrical permits shall be obtained before beginning trench excavation. The Electrical Inspector shall inspect and approve the electrical portions of the project. The Contractor shall notify the Electrical Inspector at least 24 hours in advance of required field inspection. Before work begins, the Contractor shall contact the City of Renton Electrical Inspector to coordinate a schedule of electrical inspection (call the request line at 425-430- 7275). This project shall be accomplished in compliance with WAC 296-46B-010 Traffic Management Systems and shall conform to the current adopted version of the NEC. Prior to PSE energizing service cabinets, an electrical inspection must be passed with a copy of the electrical control permit and inspection sticker inside cabinets. 8-20.1(7) Errors and Omissions (******) Section 8-20.1(7) is added as follows: The Contractor shall immediately notify the Engineer upon discovery of any errors or omissions in the Contract Documents, in the layout as given by survey points and instructions, or of any discrepancy between the Contract Documents and the physical conditions of the locality. If deemed necessary, the Engineer shall rectify the matter and advise the Contractor accordingly. Any work done after such discovery without authorization by the Engineer will be done at the Contractor’s risk. 8-20.2 Materials (******) Section 8-20.2 is supplemented with the following: Material requirements for signal, illumination and communication systems are contained in Section 9-29 of the Standard Specifications and Section 9-29 of these Special Provisions. The Engineer reserves the right to inspect the manufacturing process of all materials. Final inspection and acceptance of the installed materials will not be given until final installation and testing has been completed on the systems. Approval to install materials and equipment must be obtained from the Engineer at the job site before installation. Controlled density fill shall meet the requirements of Section 2-09.3(1)E of the Standard Specifications. Crushed surfacing top course and crushed surfacing base course shall meet the requirements of Section 9-03.9(3) of the Standard Specifications. Bedding material shall consist of 5/8-inch minus crushed rock free of any deleterious substances per Section 9-03.1(5)A of the Standard Specifications. 8-20.2(2) Equipment List and Drawings (******) Delete the first paragraph of Section 8-20.2(2) and replace with the following: SP-49 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 Within TWENTY (20) calendar days following execution of the Contract, the Contractor shall submit to the Transportation Maintenance Manager “Request for Approval of Material” that describes the material proposed for use to fulfill the Plans and Specifications. Request for Approval of Materials shall be submitted with all traffic signal, communication, and illumination materials in one complete package. Delete the fifth paragraph of Section 8-20.2(2). 8-20.3 Construction Requirements (******) Section 8-20.3 is supplemented with the following: Power Source Coordination The Contractor shall coordinate all of the installation details for the electrical service cabinet(s) with Puget Sound Energy. Within four (4) weeks after Notice to Proceed, the Contractor shall meet with a PSE Representative (call 1-888-321-7779) in the field to verify the location of power source as shown in the Plans and shall notify the Engineer immediately if any conflicts exist. Except for the service connection, the PSE portion of the installation shall be completed prior to installation of the service cabinet by the Contractor. 8-20.3(4) Foundations (******) Section 8-20.3(4) is revised and supplemented as follows: The anchor bolts shall match that of the device to be installed thereon. Concrete shall be placed against undisturbed earth if possible. Disturbed earth or backfill material shall be compacted to 95 percent of the material's maximum density. Before placing the concrete the Contractor shall block-out around any other underground utilities that lie in the excavated base so that the concrete will not adhere to the utility line. Concrete foundations shall be troweled, brushed, edged and finished in a workmanship-like manner. Concrete shall be promptly cleaned from the exposed portion of the anchor bolts and conduit after placement. Foundation shall all be Class 3000 concrete. After the specified curing period, the Contractor may install the applicable device thereon. All concrete foundations shall be constructed in the manner specified below: 1. Foundations shall be installed to an elevation relative to the sidewalk as shown in the Plans. All concrete foundations shall be located as per stationing on the Plans or as located by the Engineer in the field. 8-20.3(5) Conduit (******) Section 8-20.3(5) is revised and supplemented as follows: When the Contractor encounters obstructions or is unable to install conduit because of soil conditions, as determined by the Engineer, additional work by the Contractor to place the conduit will be paid in accordance with Section 1-04.4. SP-50 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 Pull wires shall be installed by the Contractor. All conduit openings shall be fitted with approved bell-ends or Bushings. Wall thickness of conduit shall be consistent within continuous conduit runs with no mixing of different schedule types between terminations. The Contractor shall provide and install all conduit and necessary fittings at the locations noted on the Plans. Conduit size shall be as indicated on the wiring and conduit schedule shown on Plans. Conduit to be provided and installed shall be of the type indicated below: Schedule 40 heavy wall PVC Conforming to ASTM standards shall be used whenever the conduit is to be placed other than within the roadway area. Schedule 80 extra heavy wall PVC Conforming to ASTM standards shall be used when the conduit is to be placed within the roadway area. All joints shall be made with strict compliance to the manufacturer's recommendations regarding cement used and environmental conditions. 8-20.3(8) Wiring (******) Section 8-20.3(8) is supplemented as follows: Splices to loop return cables shall be made with soldered compression type connectors. All stranded wires terminated at a terminal block shall have an open end, crimp style solderless terminal connector, and all solid wires terminated at a terminal block shall have an open end soldered terminal connector. All terminals shall be installed with a tool designed for the installation of the correct type of connector and crimping with pliers, wire cutters, etc., will not be allowed. All wiring inside the controller cabinet shall be trimmed and cabled together to make a neat, clean appearing installation. No splicing of any traffic signal conductor shall be permitted unless otherwise indicated on the Plans. All conductor runs shall be attached to appropriate signal terminal boards with pressure type binding posts. 8-20.3(9) Bonding, Grounding (******) Section 8-20.3(9) is supplemented as follows: All street light standards, signal poles and other standards on which electrical equipment is mounted shall be grounded to a copper clad metallic ground rod 5/8 inch in diameter x 8'0” in length complete with a #8 AWG bare copper bonding strap located in the nearest junction box. All signal controller cabinets and signal/lighting service cabinets shall be grounded to a 5/8 inch in diameter x 8'0” in length copper clad metallic ground rod located in the nearest junction box with a bare copper bonding strap sized in accordance with the Plans, specifications and applicable codes. Ground rods are considered miscellaneous items and all costs are to be included with the system or conductors. Ground straps are also miscellaneous items unless a separate pay item is provided in the “Schedule of prices.” SP-51 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 8-20.3(10) Services Transformer, Intelligent Transportation System (******) Section 8-20.3(10) is revised and supplemented as follows: Paragraph two is deleted. Paragraph three is deleted. The following is added: Power service shall be single phase 120/240 volt, 3 wire 60 cycle A.C. (street lighting contactor/traffic signal, grounded neutral service) per City of Renton Standard Details. The power service point shall be as noted on the Plans and shall be verified by the electrical servicing utility. 8-20.3(13) Illumination Systems 8-20.3(13)A Light Standards (******) Section 8-20.3(13)A is deleted and replaced as follows: Light standards shall be handled when loading, unloading, and erecting in such a manner that they will not be damaged. Any parts that are damaged due to the Contractor’s operations shall be repaired or replaced at the Contractor’s expense, to the satisfaction of the Engineer. Light standards shall not be erected on concrete foundations until foundations have set at least 72 hours or attained a compressive strength of 2,400 psi, and shall be raked sufficiently to be plumb after all load has been placed, or as otherwise directed by the Engineer. Light Standards shall be erected in accordance with section 8-20.3(4). Anchor bolts shall extend through the top heavy-hex nut two full threads to the extent possible while conforming to the specified slip base clearance requirements. Anchor bolts shall be tightened by the Turn-Of-Nut Tightening Method in accordance with Sections 6- 03.3(33) and 8-20.3(4). Anchor bolts damaged after the foundation concrete is placed shall not be repaired by bending or welding. The Contractor’s repair procedure is to be submitted to the Engineer for approval prior to making any repairs. The procedure is to include removing the damaged portion of the anchor bolt, cutting threads on the undamaged portion to remain, the installation of an approved threaded sleeve nut and stud, and repairing the foundation with epoxy concrete repair. The grout pad shall not extend above the elevation of the bottom of the base. Anchor Base: A one piece anchor base of adequate strength, shape and size shall be secured to the lower end of the shaft so that the base shall be capable of resisting at its yield point the bending SP-52 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 moment of the shaft at its yield point. The base shall be provided with four slotted or round holes to receive the anchor bolts. Nut covers shall be provided with each pole. Anchor Bolts: Four steel anchor bolts, each fitted with two hex nuts and two washers, shall be furnished by the City with the pole. Anchor bolts shall meet the requirements of Section 9-06.5(3) and 9- 06.5(4). The anchor bolt yield point shall be capable of resisting the bending moment of the pole shaft at its yield point. Miscellaneous Hardware: All hardware (bolts, nuts, screws, washers, etc.) needed to complete the installation shall be stainless steel. I.D. (Identification for poles): The Contractor shall supply and install a combination of 4-digits and one letter on each pole, whether individual luminaire or signal pole with luminaire. The letter and numbers combination shall be mounted at the 15 foot level on the pole facing approaching traffic. Legends shall be sealed with transparent film, resistant to dust, weather and ultraviolet exposure. The decal markers shall be either: a. 3-inch square with gothic gold or white reflectorized 2-inch legend on a black background, or b. 3-inch square with black 2-inch legend on a white reflectorized background. The I.D. number will be assigned to each pole at the end of the contract or project by the City traffic engineering office. Cost for the decals shall be considered incidental to the contract bid. The pole shaft shall be provided with a 4” x 6” flush hand hole near the base and a matching metal cover secured with stainless steel screws or bolts. The pole shall be adjusted for plumb after all needed equipment has been installed thereon. After pole is installed and plumbed, nuts shall be tightened on anchor bolts using proper sized sockets, open end, or box wrenches. Use of pliers, pipe wrenches, or other tools that can damage galvanizing will not be permitted. Tools shall be of sufficient size to achieve adequate torquing of the nuts. The space between the concrete foundation and the bottom of the pole base plate shall be filled with a dry pack mortar grout and troweled to a smooth finish conforming to the contour of the pole base plate. Dry pack mortar grout shall consist of a 1:3 mixture of portland cement and fine sand with just enough water so that the mixture will stick together on being molded into a ball by hand, and will not exude moisture when so pressed. A one half-inch drain hole shall be left in the bottom of the grout pad as shown on the standard detail. 8-20.4 Measurement (******) Section 8-20.4 is supplemented as follows: “Pedestrian Illumination System”, lump sum. 8-20.5 Payment (******) SP-53 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 Section 8-20.5 is supplemented as follows: The lump sum price for “Pedestrian Illumination System” shall be full payment for furnishing all labor, materials and equipment for the pedestrian illumination system including the installation of new luminaire foundations and luminaires, complete electrical system with service cabinets, junction boxes, conduit and conductors to connect to the new service cabinet as shown on the plans, supply of the luminaire support elbow for connection to the bridge, and for making all required tests. All additional material and labor, not shown in the Plans or called for herein and which are required to complete the electrical system shall be included in the lump sum Contract price. END OF DIVISION 8 SP-54 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 DIVISION 9 MATERIALS 9-14 EROSION CONTROL AND ROADSIDE PLANTING 9-14.2 Topsoil 9-14.2(1) Topsoil Type A (******) Section 9-14.2(1) is supplemented as follows: Topsoil Type A shall consist of a mixture of compost, meeting requirements of Section 9- 14.4(8), and sandy loam per USDA soil texture classification. The mixture shall contain a minimum of 10% organic matter. The mixture shall be free of weeds, deleterious materials, rocks, and debris. 100% of the imported topsoil shall pass through a 3/4" screen, less than 25% shall pass through a #200 sieve. Submit one-gallon sample, source, and letter of certification from the supplier for approval prior to installation. The topsoil shall be Cedar Grove Composting two-way topsoil, Pacific Topsoil 2-way mix or approved equal. To be equal, source should be a commercial operation with expertise in production of topsoil, an established method of screening materials to verify no pollutant contamination and that all materials are biodegradable, and produce a product that is equal in quality to the source listed. A quality topsoil product is at a minimum a sandy loam soil with fine compost amendments, rich in nutrients, free draining, and weed free. 9-15 IRRIGATION SYSTEM 9-15.4 Irrigation Heads (******) Section 9-15.4 is supplemented with the following: Provide as follows: A. Pop-up spray heads shall be Rain Bird 1806 Series (6” pop-ups). B. Rotary Spray Nozzles shall be Rain Bird R13-18 Series Rotary Nozzles. C. Spray Nozzles shall be Rain Bird MPR Matched Precipitation Rate. 9-29 ILLUMINATION, SIGNAL, ELECTRICAL 9-29.1 Conduit, Innerduct, and Outerduct (******) Add the following new section: 9-29.1(12) Conduit Sealing Cabinet conduit sealing shall be one of the following: 1. Duo-fill 400 – self expanding waterproof foam 2. Jackmoon – Triplex Duct Plugs 3. O-Z Gedney – Conduit Sealing Bushings SP-55 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 Mechanical plugs shall be installed per manufacturer’s recommendations. 9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable 9-29.3(2) Electrical Conductors and Cable (******) Section 9-29.3(2) is supplemented with the following: Each wire shall be numbered at each terminal end with a wrap-around type numbering strip bearing the circuit number shown on the Plans. The Contractor shall provide and install all the necessary wiring, fuses and fittings so as to complete the installation of the signal and lighting equipment as shown on the Plans. All materials and installation methods, except as noted otherwise herein, shall comply with applicable sections of the National Electrical Code. Communications cable shall meet REA specification PE-39 and shall have No. 19 AWG wires with 0.008 inch FPA/MPR coated aluminum shielding. The cable shall have a petroleum compound completely filling the inside of the cable. 9-29.6 Light and Signal Standards 9-29.6(1) Steel Light and Signal Standards (******) Add the following new section: 9-29.6(1)A Decorative Pedestrian Luminaire Poles (City furnished) Pole shaft shall be 6” O.D. butt x 4” O.D. top x 18-’0” overall pole height, 0.250” wall thickness, fabricated from 6063T4 aluminum, finished assembly heat treated to T6 condition after welding. Bottom 2’-6” shall be 6” O.D. straight section transitioning to 13’0” tapered section (0.154”/ FT), top 2’-6” shall be 4” O.D. straight section, with removable pole top cap with three set screws, 120° apart. Pole shall be equipped with two handholes. Bottom handhole opening shall be 3” x 5” reinforced aluminum with ⅜”-16 hole for ground connector and flush fitting aluminum door with gasket, center of handhole at 10½” from bottom of base plate, located at 180°. Top handhole opening shall be 3” x 5” reinforced aluminum and flush fitting aluminum door with gasket, center of handhole at 10’-6” from bottom of base plate located at 180°. Pole shall have festoon casting with cover plate painted to match the pole. Center of festoon casting at 14’-0” from bottom of base plate, located at 180°. Pole shall have pre-drilled 1” dia. hole for irrigation tubing, provide opening with cover, center of hole located 10’-6” from bottom of base plate, at 0°. Pole shall have 2½” dia. pre- drilled holes for banner arm. Bottom banner arm hole located 14’-10” from bottom of base plate. Upper banner arm hole located 5¼” O.C. from bottom banner armhole. Pole and its subassemblies color shall be RAL 9005TX (Jet Black). Pole base plate shall be 11 ½” square, 1” thick plate, corners shall be rounded with a 2” SP-56 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 radius (6061-T6 Alloy) with (8) 3” x 3” x ¼” thick aluminum plate gussets (6061-T6 alloy), base height shall be 4”, (4) 1 ¼” dia. x 1 ⅝” lg. bolt slots for 1” dia. through bolt centered on 10 ½” dia. bolt circle, 90° apart. Four galvanized steel anchor bolts conforming to ASTM F1554 GR105 specifications shall be provided for each pole. For shaft foundations, six nuts and six washers for each bolt and two anchor bolt templates shall be installed on the anchor bolts within the foundation. For spread footing foundations, four nuts and four washers for each bolt and one anchor bolt template shall be installed on the anchor bolts within the foundation. Anchor bolt template shall be 12” O.D. x 9” I.D. x ⅜” thick steel plate with (4) 1 ⅛” dia. holes for 1” dia. through bolt centered on 10 ½” dia. bolt circle, 90° apart. 9-29.6(1)B Decorative Pedestrian Luminaire Pole Mounted on Existing Concrete Barrier (City furnished) Pole shaft shall be 6” O.D. butt x 4” O.D. top x 10’-0” overall pole height, 0.250” wall thickness, fabricated from 6063-T4 aluminum, finished assembly heat treated to T6 condition after welding. Bottom 2’ shall be 6” O.D. straight section transitioning to 6’-8” tapered section (0.30”/FT), top 1’-4” shall be 4” O.D. straight section, with removable pole top cap with three set screws, 120° apart. Pole shall be equipped with one handhole opening shall be 3”x5” reinforced aluminum with ⅜”-16 hole for ground connector and flush fitting aluminum door with gasket, center of handhole at 1’-6” from bottom of base plate, located on side facing traffic. Pole and its subassemblies color shall be RAL 9005TX (Jet Black). Pole base plate shall be 11 ½” square, 1” thick plate, corners shall be rounded with a 2” radius (6061-T6 Alloy) with (8) 3” x 3” x ¼” thick aluminum plate gussets (6061-T6 alloy), base height shall be 4”, (4) 1 ¼” dia. x 1 ⅝” lg. bolt slots for 1” dia. through bolt centered on 10 ½” dia. bolt circle. Each existing anchor bolt shall have a 1” dia. x 3” lg. coupler connecting a 1” dia. x 7” lg. rod with a locking nut and two nuts and two washers. 9-29.10 Luminaires 9-29.10(2) Decorative Luminaires (City furnished) (******) Section 9-29.10(2) is supplemented with the following: Decorative pedestrian luminaires shall be LED type, 40 watt. The pedestrian luminaire housing shall be dome shaped and similar to dimensions as shown on the City Standard Plans, made of cast or spun aluminum with tempered flat glass lens attached to a round cast aluminum lens frame with one or more latches to provide tool less access to the internal components, upper section shall be round aluminum tubing with shallow dome shaped top cap. Luminaire shall be IP66 certified and conform to UL 1598 standards or CSA certified. Lens module shall be clear tempered flat glass assembled on a cast aluminum lens frame, fitted with a silicon gasket compression system to attain an IP 66 rating. Upper housing shall have a 1 ½” hole predrilled at 5 ¾” from top of 4” tubing (upper housing) to accept 1” conduit that is party of the arm assembly. SP-57 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 LED module shall be mechanically secured on a die cast aluminum heat sink, minimum 70 CRI, correlated color temperature to be 4000 Kelvin, Type III Optics. Driver module shall be auto adjustable 120-277VAC Class 1, wired at 240V, ROHS compliant assembled on a tool less removable tray with quick disconnects resisting to 221 Degrees F (105 C), high power factor of 90%. Minimum starting temperature shall be -40 degrees, maximum operating temperature of 130 Degrees F. On board thermal protection device reduces output current to 150mA if internal driver temperature (Tcase) exceeds 185 Degrees F (85 C), provide 3-pole 10KV surge protector per IEEE/ANSI C62.41.2 C High. 3- Wire Terminal Block shall be affixed to the bottom of the driver module tray which is attached to the removable pole top cap, terminal block is pre-wired to driver module, provide UL, pertinent luminaire codification labels affixed to inside of the luminaire housing. All exposed hardware shall be stainless steel, textured finish on fixture and arm shall be RAL 9005TX (Jet Black). Luminaire housing color shall be RAL 9005TX (Jet Black). Decorative pedestrian luminaires shall be dome style LED as shown in the City Standard Plans. Wattage shall be 40 W. Luminaire housing shall be dome shaped, 21” diameter at the bottom transitioning to a 4” round upper housing with a removable top cap. Cyclone Domia and Lumec Domus luminaires meet this specification. Luminaire Arm Assembly (City furnished) Luminaire arm assembly shall be 2”x4” rectangular aluminum tubing (as shown on the City Standard Plans) with internal 1” conduit running the continuous length, projecting a minimum 1 ½” inside clamp assemblies, holes in pole and luminaire shall be 1 ½” diameter. Pole attachment clamp assembly shall be 16” tall, luminaire clamp assembly to be 8” tall. Provide laser cut decorative element welded on top of rectangular arm with 3 ½” diameter hole. Arm length shall be 2’ for all types of luminaire poles. 9-29.11 Control Equipment 9-29.11(2) Photoelectric Controls (******) Section 9-29.11(2) is replaced with: Photoelectric controls shall be a plug-in device, rated to operate on 120 volts, 60 Hz. The unit shall consist of a light sensitive element connected to necessary control relays. The unit shall be so designed that a failure of any electronic component will energize the lighting circuit. The photocell shall be a solid state device with stable turn-on values in the temperature range of -55 degrees C to +70 degrees C. The photocell shall be rated as a ten-year (or higher) life expectancy. 9-29.24 Service Cabinets (******) Section 9-29.24 is replaced by the following: The electrical service cabinet shall be per the City Standard Plan 122.1 and 122.2 the breaker configuration shall be per the panel schedule as shown on the Plans. All electrical conductors, buss bars and conductor terminals shall be copper or brass. The cabinet shall be fabricated from galvanized cold rolled sheet steel, with 12 gauge used for exterior SP-58 Highlands to Landing Pedestrian Lighting Phase II Special Provisions April 2021 surfaces and 14 gauge for interior panels. Door hinges shall be the continuous concealed piano type and no screws, rivets or bolts shall be visible outside the enclosure. The cabinet door shall be fitted for a Best internal type lock. The cabinet shall have ventilation louvers on the lower and upper sides complete with screens, filters and have rain tight gaskets. The cabinet door shall have a one-piece weatherproof neoprene gasket. The finish coat shall be a factory baked on enamel light grey in color. The galvanized surface shall be etched before the baked-on enamel is applied. The interior shall be given a finish coat of exterior grade of white metal enamel. 9-29.24(2) Electrical Circuit Breakers and Contactors (******) Section 9-29.24(2) is deleted and replaced with the following: The electrical circuit breakers and contactors shall be as indicated on the contract Plans and detail sheets. The following equipment shall be featured within the cabinet. 1. Main circuit breaker 2. Branch circuit breakers 3. Utility plug (120 volt-20 Amp rated) G.F.I. Type 4. Light control test switch (120 volt-15 Amp) 5. Contactor relay for each circuit 6. Double pole branch breaker(s) for lighting circuits (240 volt) 7. One 120 volt, 20 Amp single pole branch breaker (for utility plugs) 8. Type 3-single phase 120/240 volt grounded neutral service 9. One 120 volt 40 Amp single pole branch breaker (signal service) 10. Complete provisions for 16 breaker poles 11. Name plates phenolic black with white engraving except the main breaker which shall be red with white lettering. All name plates shall be attached by S.S. screws. 12. Meter base sections are unnecessary END OF DIVISION 9 City of Renton Contract Documents for Highlands to Landing Pedestrian Lighting Phase II Appendix A – City of Renton Standard Details and WSDOT Standard Plans City of Renton Contract Documents for Highlands to Landing Pedestrian Lighting Phase II Appendix B – Prevailing Hourly Minimum Wage Rates Washington State Rates 10/11/21, 10:31 AM about:blank about:blank 1/15 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: 10/11/2021 County Trade Job Classification Wage Holiday Overtime Note *Risk Class King Asbestos Abatement Workers Journey Level $54.62 5D 1H View King Boilermakers Journey Level $70.79 5N 1C View King Brick Mason Journey Level $63.32 7E 1N View King Brick Mason Pointer-Caulker-Cleaner $63.32 7E 1N View King Building Service Employees Janitor $26.28 5S 2F View King Building Service Employees Traveling Waxer/Shampooer $26.63 5S 2F View King Building Service Employees Window Cleaner (Non-Scaffold)$29.98 5S 2F View King Building Service Employees Window Cleaner (Scaffold)$30.98 5S 2F View King Cabinet Makers (In Shop)Journey Level $22.74  1 View King Carpenters Acoustical Worker $64.94 7A 4C View King Carpenters Bridge, Dock And Wharf Carpenters $64.94 7A 4C View King Carpenters Carpenter $64.94 7A 4C View King Carpenters Carpenters on Stationary Tools $65.07 7A 4C View King Carpenters Creosoted Material $65.07 7A 4C View King Carpenters Floor Finisher $64.94 7A 4C View King Carpenters Floor Layer $64.94 7A 4C View King Carpenters Scaffold Erector $64.94 7A 4C View King Cement Masons Application of all Composition Mastic $67.41 7A 4U View King Cement Masons Application of all Epoxy Material $66.91 7A 4U View King Cement Masons Application of all Plastic Material $67.41 7A 4U View King Cement Masons Application of Sealing Compound $66.91 7A 4U View King Cement Masons Application of Underlayment $67.41 7A 4U View King Cement Masons Building General $66.91 7A 4U View King Cement Masons Composition or Kalman Floors $67.41 7A 4U View King Cement Masons Concrete Paving $66.91 7A 4U View King Cement Masons Curb & Gutter Machine $67.41 7A 4U View King Cement Masons Curb & Gutter, Sidewalks $66.91 7A 4U View King Cement Masons Curing Concrete $66.91 7A 4U View King Cement Masons Finish Colored Concrete $67.41 7A 4U View King Cement Masons Floor Grinding $67.41 7A 4U View King Cement Masons Floor Grinding/Polisher $66.91 7A 4U View King Cement Masons Green Concrete Saw, self-powered $67.41 7A 4U View King Cement Masons Grouting of all Plates $66.91 7A 4U View King Cement Masons Grouting of all Tilt-up Panels $66.91 7A 4U View King Cement Masons Gunite Nozzleman $67.41 7A 4U View 10/11/21, 10:31 AM about:blank about:blank 2/15 King Cement Masons Hand Powered Grinder $67.41 7A 4U View King Cement Masons Journey Level $66.91 7A 4U View King Cement Masons Patching Concrete $66.91 7A 4U View King Cement Masons Pneumatic Power Tools $67.41 7A 4U View King Cement Masons Power Chipping & Brushing $67.41 7A 4U View King Cement Masons Sand Blasting Architectural Finish $67.41 7A 4U View King Cement Masons Screed & Rodding Machine $67.41 7A 4U View King Cement Masons Spackling or Skim Coat Concrete $66.91 7A 4U View King Cement Masons Troweling Machine Operator $67.41 7A 4U View King Cement Masons Troweling Machine Operator on Colored Slabs $67.41 7A 4U View King Cement Masons Tunnel Workers $67.41 7A 4U View King Divers & Tenders Bell/Vehicle or Submersible Operator (Not Under Pressure) $118.80 7A 4C View King Divers & Tenders Dive Supervisor/Master $81.98 7A 4C View King Divers & Tenders Diver $118.80 7A 4C 8V View King Divers & Tenders Diver On Standby $76.98 7A 4C View King Divers & Tenders Diver Tender $69.91 7A 4C View King Divers & Tenders Manifold Operator $69.91 7A 4C View King Divers & Tenders Manifold Operator Mixed Gas $74.91 7A 4C View King Divers & Tenders Remote Operated Vehicle Operator/Technician $69.91 7A 4C View King Divers & Tenders Remote Operated Vehicle Tender $65.19 7A 4C View King Dredge Workers Assistant Engineer $73.62 5D 3F View King Dredge Workers Assistant Mate (Deckhand)$73.05 5D 3F View King Dredge Workers Boatmen $73.62 5D 3F View King Dredge Workers Engineer Welder $75.03 5D 3F View King Dredge Workers Leverman, Hydraulic $76.53 5D 3F View King Dredge Workers Mates $73.62 5D 3F View King Dredge Workers Oiler $73.05 5D 3F View King Drywall Applicator Journey Level $67.54 5D 1H View King Drywall Tapers Journey Level $67.91 5P 1E View King Electrical Fixture Maintenance Workers Journey Level $33.19 5L 1E View King Electricians - Inside Cable Splicer $92.57 7C 4E View King Electricians - Inside Cable Splicer (tunnel)$99.46 7C 4E View King Electricians - Inside Certified Welder $89.44 7C 4E View King Electricians - Inside Certified Welder (tunnel)$96.02 7C 4E View King Electricians - Inside Construction Stock Person $44.78 7C 4E View King Electricians - Inside Journey Level $86.30 7C 4E View King Electricians - Inside Journey Level (tunnel)$92.57 7C 4E View King Electricians - Motor Shop Journey Level $47.53 5A 1B View King Electricians - Powerline Construction Cable Splicer $82.39 5A 4D View King Electricians - Powerline Construction Certified Line Welder $75.64 5A 4D View King Electricians - Powerline Construction Groundperson $49.17 5A 4D View King Electricians - Powerline Construction Heavy Line Equipment Operator $75.64 5A 4D View King Electricians - Powerline Construction Journey Level Lineperson $75.64 5A 4D View King Electricians - Powerline Construction Line Equipment Operator $64.54 5A 4D View 10/11/21, 10:31 AM about:blank about:blank 3/15 King Electricians - Powerline Construction Meter Installer $49.17 5A 4D 8W View King Electricians - Powerline Construction Pole Sprayer $75.64 5A 4D View King Electricians - Powerline Construction Powderperson $56.49 5A 4D View King Electronic Technicians Journey Level $55.32 7E 1E View King Elevator Constructors Mechanic $100.51 7D 4A View King Elevator Constructors Mechanic In Charge $108.53 7D 4A View King Fabricated Precast Concrete Products All Classifications - In-Factory Work Only $18.25 5B 1R View King Fence Erectors Fence Erector $46.29 7A 4V 8Y View King Fence Erectors Fence Laborer $46.29 7A 4V 8Y View King Flaggers Journey Level $46.29 7A 4V 8Y View King Glaziers Journey Level $72.41 7L 1Y View King Heat & Frost Insulators And Asbestos Workers Journey Level $82.02 15H 11C View King Heating Equipment Mechanics Journey Level $91.83 7F 1E View King Hod Carriers & Mason Tenders Journey Level $46.42 7A 4V 8Y View King Industrial Power Vacuum Cleaner Journey Level $13.69  1 View King Inland Boatmen Boat Operator $61.41 5B 1K View King Inland Boatmen Cook $56.48 5B 1K View King Inland Boatmen Deckhand $57.48 5B 1K View King Inland Boatmen Deckhand Engineer $58.81 5B 1K View King Inland Boatmen Launch Operator $58.89 5B 1K View King Inland Boatmen Mate $57.31 5B 1K View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Cleaner Operator, Foamer Operator $31.49  1 View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Grout Truck Operator $13.69  1 View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Head Operator $24.91  1 View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Technician $19.33  1 View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Tv Truck Operator $20.45  1 View King Insulation Applicators Journey Level $64.94 7A 4C View King Ironworkers Journeyman $78.53 7N 1O View King Laborers Air, Gas Or Electric Vibrating Screed $54.62 7A 4V 8Y View King Laborers Airtrac Drill Operator $56.31 7A 4V 8Y View King Laborers Ballast Regular Machine $54.62 7A 4V 8Y View King Laborers Batch Weighman $46.29 7A 4V 8Y View King Laborers Brick Pavers $54.62 7A 4V 8Y View King Laborers Brush Cutter $54.62 7A 4V 8Y View King Laborers Brush Hog Feeder $54.62 7A 4V 8Y View King Laborers Burner $54.62 7A 4V 8Y View King Laborers Caisson Worker $56.31 7A 4V 8Y View King Laborers Carpenter Tender $54.62 7A 4V 8Y View King Laborers Cement Dumper-paving $55.62 7A 4V 8Y View King Laborers Cement Finisher Tender $54.62 7A 4V 8Y View 10/11/21, 10:31 AM about:blank about:blank 4/15 King Laborers Change House Or Dry Shack $54.62 7A 4V 8Y View King Laborers Chipping Gun (30 Lbs. And Over)$55.62 7A 4V 8Y View King Laborers Chipping Gun (Under 30 Lbs.)$54.62 7A 4V 8Y View King Laborers Choker Setter $54.62 7A 4V 8Y View King Laborers Chuck Tender $54.62 7A 4V 8Y View King Laborers Clary Power Spreader $55.62 7A 4V 8Y View King Laborers Clean-up Laborer $54.62 7A 4V 8Y View King Laborers Concrete Dumper/Chute Operator $55.62 7A 4V 8Y View King Laborers Concrete Form Stripper $54.62 7A 4V 8Y View King Laborers Concrete Placement Crew $55.62 7A 4V 8Y View King Laborers Concrete Saw Operator/Core Driller $55.62 7A 4V 8Y View King Laborers Crusher Feeder $46.29 7A 4V 8Y View King Laborers Curing Laborer $54.62 7A 4V 8Y View King Laborers Demolition: Wrecking & Moving (Incl. Charred Material) $54.62 7A 4V 8Y View King Laborers Ditch Digger $54.62 7A 4V 8Y View King Laborers Diver $56.31 7A 4V 8Y View King Laborers Drill Operator (Hydraulic, Diamond)$55.62 7A 4V 8Y View King Laborers Dry Stack Walls $54.62 7A 4V 8Y View King Laborers Dump Person $54.62 7A 4V 8Y View King Laborers Epoxy Technician $54.62 7A 4V 8Y View King Laborers Erosion Control Worker $54.62 7A 4V 8Y View King Laborers Faller & Bucker Chain Saw $55.62 7A 4V 8Y View King Laborers Fine Graders $54.62 7A 4V 8Y View King Laborers Firewatch $46.29 7A 4V 8Y View King Laborers Form Setter $54.62 7A 4V 8Y View King Laborers Gabian Basket Builders $54.62 7A 4V 8Y View King Laborers General Laborer $54.62 7A 4V 8Y View King Laborers Grade Checker & Transit Person $46.42 7A 4V 8Y View King Laborers Grinders $54.62 7A 4V 8Y View King Laborers Grout Machine Tender $54.62 7A 4V 8Y View King Laborers Groutmen (Pressure) Including Post Tension Beams $55.62 7A 4V 8Y View King Laborers Guardrail Erector $54.62 7A 4V 8Y View King Laborers Hazardous Waste Worker (Level A)$56.31 7A 4V 8Y View King Laborers Hazardous Waste Worker (Level B)$55.62 7A 4V 8Y View King Laborers Hazardous Waste Worker (Level C)$54.62 7A 4V 8Y View King Laborers High Scaler $56.31 7A 4V 8Y View King Laborers Jackhammer $55.62 7A 4V 8Y View King Laborers Laserbeam Operator $55.62 7A 4V 8Y View King Laborers Maintenance Person $54.62 7A 4V 8Y View King Laborers Manhole Builder-Mudman $55.62 7A 4V 8Y View King Laborers Material Yard Person $54.62 7A 4V 8Y View King Laborers Motorman-Dinky Locomotive $55.62 7A 4V 8Y View King Laborers nozzleman (concrete pump, green cutter when using combination of high pressure air & water on concrete & rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster) $46.42 7A 4V 8Y View King Laborers Pavement Breaker $55.62 7A 4V 8Y View King Laborers Pilot Car $46.29 7A 4V 8Y View King Laborers Pipe Layer (Lead)$46.42 7A 4V 8Y View 10/11/21, 10:31 AM about:blank about:blank 5/15 King Laborers Pipe Layer/Tailor $55.62 7A 4V 8Y View King Laborers Pipe Pot Tender $55.62 7A 4V 8Y View King Laborers Pipe Reliner $55.62 7A 4V 8Y View King Laborers Pipe Wrapper $55.62 7A 4V 8Y View King Laborers Pot Tender $54.62 7A 4V 8Y View King Laborers Powderman $56.31 7A 4V 8Y View King Laborers Powderman's Helper $54.62 7A 4V 8Y View King Laborers Power Jacks $55.62 7A 4V 8Y View King Laborers Railroad Spike Puller - Power $55.62 7A 4V 8Y View King Laborers Raker - Asphalt $46.42 7A 4V 8Y View King Laborers Re-timberman $56.31 7A 4V 8Y View King Laborers Remote Equipment Operator $55.62 7A 4V 8Y View King Laborers Rigger/Signal Person $55.62 7A 4V 8Y View King Laborers Rip Rap Person $54.62 7A 4V 8Y View King Laborers Rivet Buster $55.62 7A 4V 8Y View King Laborers Rodder $55.62 7A 4V 8Y View King Laborers Scaffold Erector $54.62 7A 4V 8Y View King Laborers Scale Person $54.62 7A 4V 8Y View King Laborers Sloper (Over 20")$55.62 7A 4V 8Y View King Laborers Sloper Sprayer $54.62 7A 4V 8Y View King Laborers Spreader (Concrete)$55.62 7A 4V 8Y View King Laborers Stake Hopper $54.62 7A 4V 8Y View King Laborers Stock Piler $54.62 7A 4V 8Y View King Laborers Swinging Stage/Boatswain Chair $46.29 7A 4V 8Y View King Laborers Tamper & Similar Electric, Air & Gas Operated Tools $55.62 7A 4V 8Y View King Laborers Tamper (Multiple & Self-propelled)$55.62 7A 4V 8Y View King Laborers Timber Person - Sewer (Lagger, Shorer & Cribber) $55.62 7A 4V 8Y View King Laborers Toolroom Person (at Jobsite)$54.62 7A 4V 8Y View King Laborers Topper $54.62 7A 4V 8Y View King Laborers Track Laborer $54.62 7A 4V 8Y View King Laborers Track Liner (Power)$55.62 7A 4V 8Y View King Laborers Traffic Control Laborer $49.50 7A 4V 9C View King Laborers Traffic Control Supervisor $52.45 7A 4V 9C View King Laborers Truck Spotter $54.62 7A 4V 8Y View King Laborers Tugger Operator $55.62 7A 4V 8Y View King Laborers Tunnel Work-Compressed Air Worker 0-30 psi $142.82 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 30.01-44.00 psi $147.85 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 44.01-54.00 psi $151.53 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 54.01-60.00 psi $157.23 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 60.01-64.00 psi $159.35 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 64.01-68.00 psi $164.45 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 68.01-70.00 psi $166.35 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 70.01-72.00 psi $168.35 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker $170.35 7A 4V 9B View 10/11/21, 10:31 AM about:blank about:blank 6/15 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock Tender $57.41 7A 4V 8Y View King Laborers Tunnel Work-Miner $57.41 7A 4V 8Y View King Laborers Vibrator $55.62 7A 4V 8Y View King Laborers Vinyl Seamer $54.62 7A 4V 8Y View King Laborers Watchman $42.08 7A 4V 8Y View King Laborers Welder $55.62 7A 4V 8Y View King Laborers Well Point Laborer $55.62 7A 4V 8Y View King Laborers Window Washer/Cleaner $42.08 7A 4V 8Y View King Laborers - Underground Sewer & Water General Laborer & Topman $54.62 7A 4V 8Y View King Laborers - Underground Sewer & Water Pipe Layer $55.62 7A 4V 8Y View King Landscape Construction Landscape Construction/Landscaping Or Planting Laborers $42.08 7A 4V 8Y View King Landscape Construction Landscape Operator $72.28 7A 3K 8X View King Landscape Maintenance Groundskeeper $17.87  1 View King Lathers Journey Level $67.54 5D 1H View King Marble Setters Journey Level $63.32 7E 1N View King Metal Fabrication (In Shop)Fitter/Certified Welder $40.39 15I 11E View King Metal Fabrication (In Shop)General Laborer $28.86 15I 11E View King Metal Fabrication (In Shop)Mechanic $41.78 15I 11E View King Metal Fabrication (In Shop)Welder/Burner $37.64 15I 11E View King Millwright Journey Level $66.44 7A 4C View King Modular Buildings Cabinet Assembly $13.69  1 View King Modular Buildings Electrician $13.69  1 View King Modular Buildings Equipment Maintenance $13.69  1 View King Modular Buildings Plumber $13.69  1 View King Modular Buildings Production Worker $13.69  1 View King Modular Buildings Tool Maintenance $13.69  1 View King Modular Buildings Utility Person $13.69  1 View King Modular Buildings Welder $13.69  1 View King Painters Journey Level $47.70 6Z 2B View King Pile Driver Crew Tender $69.91 7A 4C View King Pile Driver Crew Tender/Technician $69.91 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 0-30.00 PSI $80.76 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 30.01 - 44.00 PSI $85.76 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 44.01 - 54.00 PSI $89.76 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 54.01 - 60.00 PSI $94.76 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 60.01 - 64.00 PSI $97.26 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 64.01 - 68.00 PSI $102.26 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 68.01 - 70.00 PSI $104.26 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 70.01 - 72.00 PSI $106.26 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 72.01 - 74.00 PSI $108.26 7A 4C View King Pile Driver Journey Level $65.19 7A 4C View 10/11/21, 10:31 AM about:blank about:blank 7/15 King Plasterers Journey Level $64.14 7Q 1R View King Plasterers Nozzleman $67.64 7Q 1R View King Playground & Park Equipment Installers Journey Level $13.69  1 View King Plumbers & Pipefitters Journey Level $93.69 6Z 1G View King Power Equipment Operators Asphalt Plant Operators $73.49 7A 3K 8X View King Power Equipment Operators Assistant Engineer $69.12 7A 3K 8X View King Power Equipment Operators Barrier Machine (zipper)$72.84 7A 3K 8X View King Power Equipment Operators Batch Plant Operator: concrete $72.84 7A 3K 8X View King Power Equipment Operators Bobcat $69.12 7A 3K 8X View King Power Equipment Operators Brokk - Remote Demolition Equipment $69.12 7A 3K 8X View King Power Equipment Operators Brooms $69.12 7A 3K 8X View King Power Equipment Operators Bump Cutter $72.84 7A 3K 8X View King Power Equipment Operators Cableways $73.49 7A 3K 8X View King Power Equipment Operators Chipper $72.84 7A 3K 8X View King Power Equipment Operators Compressor $69.12 7A 3K 8X View King Power Equipment Operators Concrete Finish Machine - Laser Screed $69.12 7A 3K 8X View King Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure $72.28 7A 3K 8X View King Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Over 42 M $73.49 7A 3K 8X View King Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Up To 42m $72.84 7A 3K 8X View King Power Equipment Operators Conveyors $72.28 7A 3K 8X View King Power Equipment Operators Cranes friction: 200 tons and over $75.72 7A 3K 8X View King Power Equipment Operators Cranes: 100 tons through 199 tons, or 150' of boom (including jib with attachments) $74.22 7A 3K 8X View King Power Equipment Operators Cranes: 20 Tons Through 44 Tons With Attachments $72.84 7A 3K 8X View King Power Equipment Operators Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $74.99 7A 3K 8X View King Power Equipment Operators Cranes: 300 tons and over or 300' of boom including jib with attachments $75.72 7A 3K 8X View King Power Equipment Operators Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $73.49 7A 3K 8X View King Power Equipment Operators Cranes: A-frame - 10 Tons And Under $69.12 7A 3K 8X View King Power Equipment Operators Cranes: Friction cranes through 199 tons $74.99 7A 3K 8X View King Power Equipment Operators Cranes: through 19 tons with attachments, A-frame over 10 tons $72.28 7A 3K 8X View King Power Equipment Operators Crusher $72.84 7A 3K 8X View King Power Equipment Operators Deck Engineer/Deck Winches (power) $72.84 7A 3K 8X View King Power Equipment Operators Derricks, On Building Work $73.49 7A 3K 8X View King Power Equipment Operators Dozers D-9 & Under $72.28 7A 3K 8X View King Power Equipment Operators Drill Oilers: Auger Type, Truck Or Crane Mount $72.28 7A 3K 8X View King Power Equipment Operators Drilling Machine $74.22 7A 3K 8X View 10/11/21, 10:31 AM about:blank about:blank 8/15 King Power Equipment Operators Elevator And Man-lift: Permanent And Shaft Type $69.12 7A 3K 8X View King Power Equipment Operators Finishing Machine, Bidwell And Gamaco & Similar Equipment $72.84 7A 3K 8X View King Power Equipment Operators Forklift: 3000 Lbs And Over With Attachments $72.28 7A 3K 8X View King Power Equipment Operators Forklifts: Under 3000 Lbs. With Attachments $69.12 7A 3K 8X View King Power Equipment Operators Grade Engineer: Using Blue Prints, Cut Sheets, Etc $72.84 7A 3K 8X View King Power Equipment Operators Gradechecker/Stakeman $69.12 7A 3K 8X View King Power Equipment Operators Guardrail Punch $72.84 7A 3K 8X View King Power Equipment Operators Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over $73.49 7A 3K 8X View King Power Equipment Operators Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $72.84 7A 3K 8X View King Power Equipment Operators Horizontal/Directional Drill Locator $72.28 7A 3K 8X View King Power Equipment Operators Horizontal/Directional Drill Operator $72.84 7A 3K 8X View King Power Equipment Operators Hydralifts/Boom Trucks Over 10 Tons $72.28 7A 3K 8X View King Power Equipment Operators Hydralifts/Boom Trucks, 10 Tons And Under $69.12 7A 3K 8X View King Power Equipment Operators Loader, Overhead 8 Yards. & Over $74.22 7A 3K 8X View King Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards $73.49 7A 3K 8X View King Power Equipment Operators Loaders, Overhead Under 6 Yards $72.84 7A 3K 8X View King Power Equipment Operators Loaders, Plant Feed $72.84 7A 3K 8X View King Power Equipment Operators Loaders: Elevating Type Belt $72.28 7A 3K 8X View King Power Equipment Operators Locomotives, All $72.84 7A 3K 8X View King Power Equipment Operators Material Transfer Device $72.84 7A 3K 8X View King Power Equipment Operators Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $74.22 7A 3K 8X View King Power Equipment Operators Motor Patrol Graders $73.49 7A 3K 8X View King Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $73.49 7A 3K 8X View King Power Equipment Operators Oil Distributors, Blower Distribution & Mulch Seeding Operator $69.12 7A 3K 8X View King Power Equipment Operators Outside Hoists (Elevators And Manlifts), Air Tuggers, Strato $72.28 7A 3K 8X View King Power Equipment Operators Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $72.84 7A 3K 8X View King Power Equipment Operators Overhead, Bridge Type: 100 Tons And Over $74.22 7A 3K 8X View King Power Equipment Operators Overhead, Bridge Type: 45 Tons Through 99 Tons $73.49 7A 3K 8X View King Power Equipment Operators Pavement Breaker $69.12 7A 3K 8X View King Power Equipment Operators Pile Driver (other Than Crane Mount) $72.84 7A 3K 8X View King Power Equipment Operators Plant Oiler - Asphalt, Crusher $72.28 7A 3K 8X View King Power Equipment Operators Posthole Digger, Mechanical $69.12 7A 3K 8X View King Power Equipment Operators Power Plant $69.12 7A 3K 8X View King Power Equipment Operators Pumps - Water $69.12 7A 3K 8X View King Power Equipment Operators Quad 9, Hd 41, D10 And Over $73.49 7A 3K 8X View King Power Equipment Operators Quick Tower - No Cab, Under 100 $69.12 7A 3K 8X View 10/11/21, 10:31 AM about:blank about:blank 9/15 Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On Rubber Tired Earth Moving Equipment $73.49 7A 3K 8X View King Power Equipment Operators Rigger and Bellman $69.12 7A 3K 8X View King Power Equipment Operators Rigger/Signal Person, Bellman (Certified) $72.28 7A 3K 8X View King Power Equipment Operators Rollagon $73.49 7A 3K 8X View King Power Equipment Operators Roller, Other Than Plant Mix $69.12 7A 3K 8X View King Power Equipment Operators Roller, Plant Mix Or Multi-lift Materials $72.28 7A 3K 8X View King Power Equipment Operators Roto-mill, Roto-grinder $72.84 7A 3K 8X View King Power Equipment Operators Saws - Concrete $72.28 7A 3K 8X View King Power Equipment Operators Scraper, Self Propelled Under 45 Yards $72.84 7A 3K 8X View King Power Equipment Operators Scrapers - Concrete & Carry All $72.28 7A 3K 8X View King Power Equipment Operators Scrapers, Self-propelled: 45 Yards And Over $73.49 7A 3K 8X View King Power Equipment Operators Service Engineers - Equipment $72.28 7A 3K 8X View King Power Equipment Operators Shotcrete/Gunite Equipment $69.12 7A 3K 8X View King Power Equipment Operators Shovel, Excavator, Backhoe, Tractors Under 15 Metric Tons $72.28 7A 3K 8X View King Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $73.49 7A 3K 8X View King Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $72.84 7A 3K 8X View King Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $74.22 7A 3K 8X View King Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons $74.99 7A 3K 8X View King Power Equipment Operators Slipform Pavers $73.49 7A 3K 8X View King Power Equipment Operators Spreader, Topsider & Screedman $73.49 7A 3K 8X View King Power Equipment Operators Subgrader Trimmer $72.84 7A 3K 8X View King Power Equipment Operators Tower Bucket Elevators $72.28 7A 3K 8X View King Power Equipment Operators Tower Crane Up To 175' In Height Base To Boom $74.22 7A 3K 8X View King Power Equipment Operators Tower Crane: over 175' through 250' in height, base to boom $74.99 7A 3K 8X View King Power Equipment Operators Tower Cranes: over 250' in height from base to boom $75.72 7A 3K 8X View King Power Equipment Operators Transporters, All Track Or Truck Type $73.49 7A 3K 8X View King Power Equipment Operators Trenching Machines $72.28 7A 3K 8X View King Power Equipment Operators Truck Crane Oiler/driver - 100 Tons And Over $72.84 7A 3K 8X View King Power Equipment Operators Truck Crane Oiler/Driver Under 100 Tons $72.28 7A 3K 8X View King Power Equipment Operators Truck Mount Portable Conveyor $72.84 7A 3K 8X View King Power Equipment Operators Welder $73.49 7A 3K 8X View King Power Equipment Operators Wheel Tractors, Farmall Type $69.12 7A 3K 8X View King Power Equipment Operators Yo Yo Pay Dozer $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Asphalt Plant Operators $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Assistant Engineer $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Barrier Machine (zipper)$72.84 7A 3K 8X View 10/11/21, 10:31 AM about:blank about:blank 10/15 King Power Equipment Operators- Underground Sewer & Water Batch Plant Operator, Concrete $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Bobcat $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Brokk - Remote Demolition Equipment $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Brooms $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Bump Cutter $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cableways $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Chipper $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Compressor $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Concrete Finish Machine - Laser Screed $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Concrete Pump: Truck Mount With Boom Attachment Over 42 M $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Concrete Pump: Truck Mount With Boom Attachment Up To 42m $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Conveyors $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes friction: 200 tons and over $75.72 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 100 tons through 199 tons, or 150' of boom (including jib with attachments) $74.22 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 20 Tons Through 44 Tons With Attachments $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $74.99 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 300 tons and over or 300' of boom including jib with attachments $75.72 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: A-frame - 10 Tons And Under $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: Friction cranes through 199 tons $74.99 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: through 19 tons with attachments, A-frame over 10 tons $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Crusher $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Deck Engineer/Deck Winches (power) $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Derricks, On Building Work $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Dozers D-9 & Under $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Drill Oilers: Auger Type, Truck Or Crane Mount $72.28 7A 3K 8X View 10/11/21, 10:31 AM about:blank about:blank 11/15 King Power Equipment Operators- Underground Sewer & Water Drilling Machine $74.22 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Elevator And Man-lift: Permanent And Shaft Type $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Finishing Machine, Bidwell And Gamaco & Similar Equipment $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Forklift: 3000 Lbs And Over With Attachments $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Forklifts: Under 3000 Lbs. With Attachments $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Grade Engineer: Using Blue Prints, Cut Sheets, Etc $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Gradechecker/Stakeman $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Guardrail Punch $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Horizontal/Directional Drill Locator $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Horizontal/Directional Drill Operator $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Hydralifts/Boom Trucks Over 10 Tons $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Hydralifts/Boom Trucks, 10 Tons And Under $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Loader, Overhead 8 Yards. & Over $74.22 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Loader, Overhead, 6 Yards. But Not Including 8 Yards $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Loaders, Overhead Under 6 Yards $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Loaders, Plant Feed $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Loaders: Elevating Type Belt $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Locomotives, All $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Material Transfer Device $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $74.22 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Motor Patrol Graders $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Oil Distributors, Blower Distribution & Mulch Seeding Operator $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Outside Hoists (Elevators And Manlifts), Air Tuggers, Strato $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Overhead, Bridge Type: 100 Tons And Over $74.22 7A 3K 8X View King Power Equipment Operators-Overhead, Bridge Type: 45 Tons $73.49 7A 3K 8X View 10/11/21, 10:31 AM about:blank about:blank 12/15 Underground Sewer & Water Through 99 Tons King Power Equipment Operators- Underground Sewer & Water Pavement Breaker $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Pile Driver (other Than Crane Mount) $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Plant Oiler - Asphalt, Crusher $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Posthole Digger, Mechanical $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Power Plant $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Pumps - Water $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Quad 9, Hd 41, D10 And Over $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Remote Control Operator On Rubber Tired Earth Moving Equipment $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Rigger and Bellman $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Rigger/Signal Person, Bellman (Certified) $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Rollagon $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Roller, Other Than Plant Mix $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Roller, Plant Mix Or Multi-lift Materials $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Roto-mill, Roto-grinder $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Saws - Concrete $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Scraper, Self Propelled Under 45 Yards $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Scrapers - Concrete & Carry All $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Scrapers, Self-propelled: 45 Yards And Over $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Service Engineers - Equipment $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shotcrete/Gunite Equipment $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoe, Tractors Under 15 Metric Tons $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $74.22 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes: Over 90 Metric Tons $74.99 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Slipform Pavers $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Spreader, Topsider & Screedman $73.49 7A 3K 8X View King Power Equipment Operators-Subgrader Trimmer $72.84 7A 3K 8X View 10/11/21, 10:31 AM about:blank about:blank 13/15 Underground Sewer & Water King Power Equipment Operators- Underground Sewer & Water Tower Bucket Elevators $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Tower Crane Up To 175' In Height Base To Boom $74.22 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Tower Crane: over 175' through 250' in height, base to boom $74.99 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Tower Cranes: over 250' in height from base to boom $75.72 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Transporters, All Track Or Truck Type $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Trenching Machines $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Truck Crane Oiler/driver - 100 Tons And Over $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Truck Crane Oiler/Driver Under 100 Tons $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Truck Mount Portable Conveyor $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Welder $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Wheel Tractors, Farmall Type $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Yo Yo Pay Dozer $72.84 7A 3K 8X View King Power Line Clearance Tree Trimmers Journey Level In Charge $55.03 5A 4A View King Power Line Clearance Tree Trimmers Spray Person $52.24 5A 4A View King Power Line Clearance Tree Trimmers Tree Equipment Operator $55.03 5A 4A View King Power Line Clearance Tree Trimmers Tree Trimmer $49.21 5A 4A View King Power Line Clearance Tree Trimmers Tree Trimmer Groundperson $37.47 5A 4A View King Refrigeration & Air Conditioning Mechanics Journey Level $88.51 6Z 1G View King Residential Brick Mason Journey Level $63.32 7E 1N View King Residential Carpenters Journey Level $36.44  1 View King Residential Cement Masons Journey Level $46.64  1 View King Residential Drywall Applicators Journey Level $64.94 7A 4C View King Residential Drywall Tapers Journey Level $36.36  1 View King Residential Electricians Journey Level $48.80  1 View King Residential Glaziers Journey Level $28.93  1 View King Residential Insulation Applicators Journey Level $28.18  1 View King Residential Laborers Journey Level $29.73  1 View King Residential Marble Setters Journey Level $27.38  1 View King Residential Painters Journey Level $23.47  1 View King Residential Plumbers & Pipefitters Journey Level $93.69 6Z 1G View King Residential Refrigeration & Air Conditioning Mechanics Journey Level $88.51 6Z 1G View King Residential Sheet Metal Workers Journey Level $91.83 7F 1E View King Residential Soft Floor Layers Journey Level $51.91 5A 3J View King Residential Sprinkler Fitters (Fire Protection) Journey Level $53.04 5C 2R View King Residential Stone Masons Journey Level $63.32 7E 1N View 10/11/21, 10:31 AM about:blank about:blank 14/15 King Residential Terrazzo Workers Journey Level $57.71 7E 1N View King Residential Terrazzo/Tile Finishers Journey Level $24.39  1 View King Residential Tile Setters Journey Level $21.04  1 View King Roofers Journey Level $57.30 5A 3H View King Roofers Using Irritable Bituminous Materials $60.30 5A 3H View King Sheet Metal Workers Journey Level (Field or Shop)$91.83 7F 1E View King Shipbuilding & Ship Repair New Construction Boilermaker $39.58 7V 1 View King Shipbuilding & Ship Repair New Construction Carpenter $39.58 7V 1 View King Shipbuilding & Ship Repair New Construction Crane Operator $39.58 7V 1 View King Shipbuilding & Ship Repair New Construction Electrician $39.58 7V 1 View King Shipbuilding & Ship Repair New Construction Heat & Frost Insulator $82.02 15H 11C View King Shipbuilding & Ship Repair New Construction Laborer $39.58 7V 1 View King Shipbuilding & Ship Repair New Construction Machinist $39.58 7V 1 View King Shipbuilding & Ship Repair New Construction Operating Engineer $39.58 7V 1 View King Shipbuilding & Ship Repair New Construction Painter $39.58 7V 1 View King Shipbuilding & Ship Repair New Construction Pipefitter $39.58 7V 1 View King Shipbuilding & Ship Repair New Construction Rigger $39.58 7V 1 View King Shipbuilding & Ship Repair New Construction Sheet Metal $39.58 7V 1 View King Shipbuilding & Ship Repair New Construction Shipfitter $39.58 7V 1 View King Shipbuilding & Ship Repair New Construction Warehouse/Teamster $39.58 7V 1 View King Shipbuilding & Ship Repair New Construction Welder / Burner $39.58 7V 1 View King Shipbuilding & Ship Repair Ship Repair Boilermaker $47.45 7X 4J View King Shipbuilding & Ship Repair Ship Repair Carpenter $47.35 7X 4J View King Shipbuilding & Ship Repair Ship Repair Crane Operator $45.06 7Y 4K View King Shipbuilding & Ship Repair Ship Repair Electrician $47.42 7X 4J View King Shipbuilding & Ship Repair Ship Repair Heat & Frost Insulator $82.02 15H 11C View King Shipbuilding & Ship Repair Ship Repair Laborer $47.35 7X 4J View King Shipbuilding & Ship Repair Ship Repair Machinist $47.35 7X 4J View King Shipbuilding & Ship Repair Ship Repair Operating Engineer $45.06 7Y 4K View King Shipbuilding & Ship Repair Ship Repair Painter $47.35 7X 4J View King Shipbuilding & Ship Repair Ship Repair Pipefitter $47.35 7X 4J View King Shipbuilding & Ship Repair Ship Repair Rigger $47.45 7X 4J View King Shipbuilding & Ship Repair Ship Repair Sheet Metal $47.35 7X 4J View King Shipbuilding & Ship Repair Ship Repair Shipwright $47.35 7X 4J View King Shipbuilding & Ship Repair Ship Repair Warehouse / Teamster $45.06 7Y 4K View King Sign Makers & Installers (Electrical)Journey Level $51.56 0 1 View King Sign Makers & Installers (Non- Electrical) Journey Level $33.20 0 1 View King Soft Floor Layers Journey Level $51.91 5A 3J View King Solar Controls For Windows Journey Level $13.69  1 View King Sprinkler Fitters (Fire Protection)Journey Level $87.99 5C 1X View King Stage Rigging Mechanics (Non Structural) Journey Level $13.69  1 View King Stone Masons Journey Level $63.32 7E 1N View King Street And Parking Lot Sweeper Workers Journey Level $19.09  1 View King Surveyors Assistant Construction Site Surveyor $72.28 7A 3K 8X View King Surveyors Chainman $69.12 7A 3K 8X View King Surveyors Construction Site Surveyor $73.49 7A 3K 8X View King Telecommunication Technicians Journey Level $55.32 7E 1E View 10/11/21, 10:31 AM about:blank about:blank 15/15 King Telephone Line Construction - Outside Cable Splicer $38.27 5A 2B View King Telephone Line Construction - Outside Hole Digger/Ground Person $25.66 5A 2B View King Telephone Line Construction - Outside Telephone Equipment Operator (Light) $31.96 5A 2B View King Telephone Line Construction - Outside Telephone Lineperson $36.17 5A 2B View King Terrazzo Workers Journey Level $57.71 7E 1N View King Tile Setters Journey Level $57.71 7E 1N View King Tile, Marble & Terrazzo Finishers Finisher $48.54 7E 1N View King Traffic Control Stripers Journey Level $50.51 7A 1K View King Truck Drivers Asphalt Mix Over 16 Yards $64.55 5D 4Y 8L View King Truck Drivers Asphalt Mix To 16 Yards $63.71 5D 4Y 8L View King Truck Drivers Dump Truck $63.71 5D 4Y 8L View King Truck Drivers Dump Truck & Trailer $64.55 5D 4Y 8L View King Truck Drivers Other Trucks $64.55 5D 4Y 8L View King Truck Drivers - Ready Mix Transit Mix $64.55 5D 4Y 8L View King Well Drillers & Irrigation Pump Installers Irrigation Pump Installer $17.71  1 View King Well Drillers & Irrigation Pump Installers Oiler $13.69  1 View King Well Drillers & Irrigation Pump Installers Well Driller $18.00  1 View Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non-standard" Items) Below is the department's (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non-standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non-covered workers shall be directed to State L&I at (360) 902-5330. Supplemental to Wage Rates 09/01/2021 Edition, Published August 10, 2021 1 WSDOT's Predetermined List for Suppliers -Manufactures -Fabricator Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. ITEM DESCRIPTION YES NO 1. Metal rectangular frames, solid metal covers, herringbone grates, and bi-directional vaned grates for Catch Basin Types 1, 1L, 1P, and 2 and Concrete Inlets. See Std. Plans X X 2. Metal circular frames (rings) and covers, ci rcular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2. X X See Std. Plans 3. Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and 3 structural tubing grates for Drop Inlets. See Std. Plans. X X 4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. X X 5. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. X X 6. Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, si zes 30 inch X to 120 inches in diameter. May also be treated, 1 thru 5. X 7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in X X diameter. May also be treated, #5. Supplemental to Wage Rates 09/01/2021 Edition, Published August 10, 2021 2 ITEM DESCRIPTION YES NO 8. Anchor Bolts & N uts - Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. X X See Contract Plans and Std. Plans for size and material type. 9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the X contract plans. Welding of aluminum shall be X in accordance with Section 9-28.14(3). 10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. X X 11. Minor Structural Steel Fabrication - Fabrication of minor steel Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and/or X boring of holes. See Contact Plans for item description and X shop drawings. 12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in X X accordance with Section 9-28.14(3). 13. Concrete Piling--Precast-Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to X Section 9-19.1 of Std. Spec.. X 14. Precast Manhole Types 1, 2, and 3 with cones, adjustment X X sections and flat top slabs. See Std. Plans. 15. Precast Drywell Types 1, 2, and with cones and adjustment Sections. X X See Std. Plans. 16. Precast Catch Basin - Catch Basin type 1, 1L, 1P, and 2 With adjustment sections. See Std. Plans. X X Supplemental to Wage Rates 3 09/01/2021 Edition, Published August 10, 2021 ITEM DESCRIPTION YES NO 17. Precast Concrete Inlet - with adjustment sections, See Std. Plans X X 18. Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std. Plans. X X 19. Precast Grate Inlet Type 2 with extension and top units. See Std. Plans X X 20. Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans X X 21. Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction X X requirements. Shop drawings are to be provided for approval prior to casting 22. Vault Risers - For use with Valve Vaults and Utilities X X X Vaults. 23. Valve Vault - For use with underground u tilities. X X See Contract Plans for details. 24. Precast Concrete Barrier - Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as X X permanent barrier. 25. Reinforced Earth Wall Panels – Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. X X Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. 26. Precast Concrete Walls - Precast Concrete Walls - tilt-up wall panel in size and shape as shown in Plans. X Fabrication plant has annual approval for methods and materials X to be used Supplemental to Wage Rates 4 09/01/2021 Edition, Published August 10, 2021 ITEM DESCRIPTION YES NO 27. Precast Railroad Crossings - Concrete Crossing Structure X X Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed Girder – Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to X be used. Shop Drawing to be provided for approval prior to X casting girders. See Std. Spec. Section 6-02.3(25)A 29. Prestressed Concrete Girder Series 4-14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be X X provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A . 30. Prestressed Tri-Beam Girder - Prestressed Tri-Beam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided X X for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 31. Prestressed Precast Hollow-Core Slab – Precast Prestressed Hollow-core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to X X be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A. 32. Prestressed-Bulb Tee Girder - Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided X X for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 33. Monument Case and Cover X X See Std. Plan. Supplemental to Wage Rates 5 09/01/2021 Edition, Published August 10, 2021 ITEM DESCRIPTION YES NO 34. Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO-M-183. See Std. Plans, and Contract Plans for details. The steel structure X shall be galvanized after fabrication in accordance with X AASHTO-M-111. 35. Mono-tube Sign Structures - Mono-tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for X approval are required prior to fabrication. X 36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Std. Plans, and Contract Plans for details. The steel structure X X shall be galvanized after fabrication in accordance with AASHTO-M-111. 37. Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std Plans. Shop drawings for approval are to be provided prior to X X fabrication 38. Light Standard-Prestressed - Spun, prestressed, hollow concrete poles. X X 39. Light Standards - Lighting Standards for use on highway illumination systems, po les to be fabricated to conform with methods and materials as specified on Std. Plans. See Specia X X Provisions for pre-approved drawings. 40. Traffic Signal Standards - Traffic Signal Standards for use on highway and/or street signal systems. Standards to be fabricated X to conform with methods and material as specified on Std. X Plans. See Special Provisions for pre-approved drawings 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) X X See Std. Plans. Supplemental to Wage Rates 6 09/01/2021 Edition, Published August 10, 2021 ITEM DESCRIPTION YES NO 42. Traffic Signs - Prior to approval of a Fabricator of Traffic Signs, the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and aluminum X X sheeting. X X NOTE: *** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed Std Custom Signing Message Message 43. Cutting & be nding reinforcing steel X X 44. Guardrail components X X X X Custom Standard End Sec Sec 45. Aggregates/Concrete mixes Covered by WAC 296-127-018 46. Asphalt Covered by WAC 296-127-018 47. Fiber fabrics X X 48. Electrical wiring/components X X 49. treated or untreated timber pile X X 50. Girder pads (elastomeric bearing) X X 51. Standard Dimension lumber X X 52. Irrigation components X X Supplemental to Wage Rates 7 09/01/2021 Edition, Published August 10, 2021 ITEM DESCRIPTION YES NO 53. Fencing materials X X 54. Guide Posts X X 55. Traffic Buttons X X 56. Epoxy X X 57. Cribbing X X 58. Water distribution materials X X 59. Steel "H" piles X X 60. Steel pipe for concrete pile casings X X 61. Steel pile tips, standard X X 62. Steel pile tips, custom X X Prefab ricated items specifically produced for public works projects that are prefabricated in a county other than the county wherein the public works project is to be completed, the wage for the off site prefabrication shall be the applicable prevailing wage for the county in which the actual prefab rication takes place. It is the manufacturer of the prefabricated product to verify that the correct county wage rates are applied to work they perform. See RCW 39.12.010 (The definition of "locality" in RCW 39.12.010(2) contains the phrase "wherein the physical work is being performed." The department interpret s this phrase to mean the actual work site. Supplemental to Wage Rates 8 09/01/2021 Edition, Published August 10, 2021 WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents.  Building Service Employees  Electrical Fixture Maintenance Workers  Electricians - Motor Shop  Heating Equipment Mechanics  Industrial Engine and Machine Mechanics  Industrial Power Vacuum Cleaners  Inspection, Cleaning, Sealing of Water Systems by Remote Control  Laborers - Underground Sewer & Water  Machinists (Hydroelectric Site Work)  Modular Buildings  Playground & P ark Equipment Installers  Power Equipment Operators - Underground S ewer & Water  Residential *** ALL ASSOCIATED RATES * **  Sign Makers and Installers (Non-Electrical)  Sign Makers and Installers (Electrical)  Stage Rigging Mechanics (Non Structural) The following occupations may be use d only as outlined in the pre ceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators"  Fabricated Precast Concrete Products  Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296-127. Supplemental to Wage Rates 9 09/01/2021 Edition, Published August 10, 2021 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296-127-018 Agency filings affecting this section Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to: Sand, gravel, crushed rock, concrete, asphalt, or other similar materials. (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12 RCW when they perform any or all of the following functions: (a) They deliver or discharge any of the above-listed materials to a public works project site: (i) At one or more point(s) directly upon the location where the material will be incorporated into the project; or (ii) At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials. (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule. (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e.g., excavated materials, materials from demolished structures, clean-up materials, etc.). (d) They work in a materials production facility (e.g., batch plant, borrow pit, rock quarry, etc.,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of incorporation. (f) They assist or participate in the incorporation of any materials into the public works project. Supplemental to Wage Rates 10 09/01/2021 Edition, Published August 10, 2021 (3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting to load, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage. (4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile. (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section; nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed. Workers subject to subsection (2)(d) of this section, who produce such materials at an off-site facility shall be paid the applicable prevailing wage rates for the county in which the off-site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located. [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08-24-101, § 296-127-018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12 RCW and RCW 43.22.270. 92-01-104 and 92-08-101, § 296-127-018, filed 12/18/91 and 4/1/92, effective 8/31/92.] Supplemental to Wage Rates 11 09/01/2021 Edition, Published August 10, 2021 City of Renton Contract Documents for Highlands to Landing Pedestrian Lighting Phase II Appendix C – Soils Investigation 3 6 4 4 19 14 8 12 18 18 Topsoil SM GM SP-SM 4 to 6 inches sod/topsoil Brown silty fine to medium sand with occasional gravel and trace organic matter (very loose to loose, moist) (fill) Brown silty fine gravel with sand (very loose to loose, moist) (pea gravel/pipe bedding) (Styrofoam debris in sample) Gray fine to medium sand with silt and gravel (medium dense, moist) (outwash) 1 MC 2 3 4 5 SA %F = 5 17 17 Total Depth (ft) Hammer Data System Datum Start End Checked By Logged By CMKDrilled Notes: SMJ Surface Elevation (ft) Vertical Datum Driller Groundwater Depth to Water (ft)Date Measured Elevation (ft) Easting (X) Northing (Y) Mini Track Rig - MT52 Drilling Method Hollow-stem Auger16.5 Auger Data: 2¼-inch I.D.; 5¾-inch O.D. Rope and Cathead 140 (lbs) / 30 (in) Drop 29.6 NAVD88 Drilling Equipment Not encountered 4/23/2012 4/23/2012 Geologic Drill, Inc. FIELD DATA Blows/footDepth (feet)0 5 10 15 Recovered (in)IntervalCollected SampleElevation (feet)252015Graphic LogGroupClassificationMATERIAL DESCRIPTION Sample NameTestingWater LevelSheet 1 of 1 Project: Project Location: Project Number:0693-071-01 Renton, Washington Figure A-2 Log of Boring GEI-1 Highlands to Landing Pedestrian Connection Redmond: Date:6/15/12 Path:C:\USERS\TNASH\DESKTOP\069307101.GPJ DBTemplate/LibTemplate:GEOENGINEERS8.GDT/GEI8_GEOTECH_STANDARDREMARKS MoistureContent, %Dry Density,(pcf) 28 22 22 34 31 18 15 18 15 12 Asphalt CR SM ML 4 inches asphalt concrete 2 inches crushed rock base course Brown silty fine to medium sand with occasional gravel (medium dense to dense, moist) (fill) (till-like) (cobbles) Gray sandy silt with occasional gravel and trace organic matter (dense, moist) 1 2 SA 3 4 5 %F = 3610 Total Depth (ft) Hammer Data System Datum Start End Checked By Logged By CMKDrilled Notes: SMJ Surface Elevation (ft) Vertical Datum Driller Groundwater Depth to Water (ft)Date Measured Elevation (ft) Easting (X) Northing (Y) Mini Track Rig - MT52 Drilling Method Hollow-stem Auger16.5 Auger Data: 2¼-inch I.D.; 5¾-inch O.D. Rope and Cathead 140 (lbs) / 30 (in) Drop 44.8 NAVD88 Drilling Equipment Not encountered 4/23/2012 4/23/2012 Geologic Drill, Inc. FIELD DATA Blows/footDepth (feet)0 5 10 15 Recovered (in)IntervalCollected SampleElevation (feet)403530Graphic LogGroupClassificationMATERIAL DESCRIPTION Sample NameTestingWater LevelSheet 1 of 1 Project: Project Location: Project Number:0693-071-01 Renton, Washington Figure A-3 Log of Boring GEI-2 Highlands to Landing Pedestrian Connection Redmond: Date:6/15/12 Path:C:\USERS\TNASH\DESKTOP\069307101.GPJ DBTemplate/LibTemplate:GEOENGINEERS8.GDT/GEI8_GEOTECH_STANDARDREMARKS MoistureContent, %Dry Density,(pcf) 19 23 43 24 23 16 10 14 14 18 Topsoil SM 4 to 6 inches sod/topsoil Gray silty fine to medium sand with occasional gravel (medium dense to dense, moist) (fill) (cobbles) 1 MC 2 3 SA 4 5 %F = 34 10 8 Total Depth (ft) Hammer Data System Datum Start End Checked By Logged By CMKDrilled Notes: SMJ Surface Elevation (ft) Vertical Datum Driller Groundwater Depth to Water (ft)Date Measured Elevation (ft) Easting (X) Northing (Y) Mini Track Rig - MT52 Drilling Method Hollow-stem Auger16.5 Auger Data: 2¼-inch I.D.; 5¾-inch O.D. Rope and Cathead 140 (lbs) / 30 (in) Drop 97.5 NAVD88 Drilling Equipment Not encountered 4/23/2012 4/23/2012 Geologic Drill, Inc. FIELD DATA Blows/footDepth (feet)0 5 10 15 Recovered (in)IntervalCollected SampleElevation (feet)959085Graphic LogGroupClassificationMATERIAL DESCRIPTION Sample NameTestingWater LevelSheet 1 of 1 Project: Project Location: Project Number:0693-071-01 Renton, Washington Figure A-4 Log of Boring GEI-3 Highlands to Landing Pedestrian Connection Redmond: Date:6/15/12 Path:C:\USERS\TNASH\DESKTOP\069307101.GPJ DBTemplate/LibTemplate:GEOENGINEERS8.GDT/GEI8_GEOTECH_STANDARDREMARKS MoistureContent, %Dry Density,(pcf) 36 58 56 79 50/6" 10 18 18 18 7 Topsoil ML ML SM ML 4 to 6 inches sod/topsoil Gray silt with trace fine sand and occasional organic matter (hard, moist) (glacially consolidated) Gray silt with sand (hard, moist) Light brown silty fine sand (very dense, moist) Gray silt with sand (hard, moist) 1 2 AL 3 4 5 MC 22 20 Total Depth (ft) Hammer Data System Datum Start End Checked By Logged By CMKDrilled Notes: SMJ Surface Elevation (ft) Vertical Datum Driller Groundwater Depth to Water (ft)Date Measured Elevation (ft) Easting (X) Northing (Y) Mini Track Rig - MT52 Drilling Method Hollow-stem Auger16 Auger Data: 2¼-inch I.D.; 5¾-inch O.D. Rope and Cathead 140 (lbs) / 30 (in) Drop 130.0 NAVD88 Drilling Equipment Not encountered 4/23/2012 4/23/2012 Geologic Drill, Inc. FIELD DATA Blows/footDepth (feet)0 5 10 15 Recovered (in)IntervalCollected SampleElevation (feet)125120115Graphic LogGroupClassificationMATERIAL DESCRIPTION Sample NameTestingWater LevelSheet 1 of 1 Project: Project Location: Project Number:0693-071-01 Renton, Washington Figure A-5 Log of Boring GEI-4 Highlands to Landing Pedestrian Connection Redmond: Date:6/15/12 Path:C:\USERS\TNASH\DESKTOP\069307101.GPJ DBTemplate/LibTemplate:GEOENGINEERS8.GDT/GEI8_GEOTECH_STANDARDREMARKS MoistureContent, %Dry Density,(pcf)