whatcom county parks and recreation department

90
CONTRACT DOCUMENTS SILVER LAKE PARK MAPLE CREEK CAMPGROUND DRY FIRE HYDRANT PROJECT WHATCOM COUNTY, WASHINGTON WHATCOM COUNTY PARKS AND RECREATION DEPARTMENT CONSISTING OF BID PROCEDURES AND CONDITIONS SPECIFICATIONS AND CONDITIONS CONTRACT FORMS PLANS AUGUST 2020

Upload: others

Post on 22-Mar-2022

2 views

Category:

Documents


0 download

TRANSCRIPT

CONTRACT DOCUMENTS

SILVER LAKE PARK MAPLE CREEK CAMPGROUND DRY FIRE HYDRANT PROJECT WHATCOM COUNTY, WASHINGTON

WHATCOM COUNTY PARKS AND RECREATION

DEPARTMENT

CONSISTING OF BID PROCEDURES AND CONDITIONS SPECIFICATIONS AND CONDITIONS

CONTRACT FORMS PLANS

AUGUST 2020

TABLE OF CONTENTS

PART I BID PROCEDURES AND CONDITIONS............................................................................ 1

Invitation to Bid ................................................................................................................... 2

Notice to Bidders................................................................................................................. 3

Supplemental Instructions to Bidders ................................................................................. 4

Bid Proposal ........................................................................................................................ 6

Recycled Materials Proposal ............................................................................................... 9

Non-Collusion Declaration ................................................................................................ 10

Bidder Identification ......................................................................................................... 11

Signature and Addendum Acknowledgement .................................................................. 12

Bid Bond ............................................................................................................................ 13

Certification of Compliance with Wage Payment Statutes ............................................... 14

Subcontractor List ............................................................................................................. 15

PART II SPECIFICATIONS AND CONDITIONS ............................................................................ 16

Special Provisions .............................................................................................................. 17

PART III CONTRACT FORMS ......................................................................................................... 39

Contract ............................................................................................................................. 40

Contract Bond ................................................................................................................... 45

Retainage Investment Option ........................................................................................... 47

Escrow Agreement ............................................................................................................ 48

Retainage Bond ................................................................................................................. 52

PART IV APPENDICES .................................................................................................................... 54

A - Prevailing Wages (State Rates) .................................................................................... 55

B - Environmental Permits ................................................................................................ 74

C - Equipment Rental Agreement ..................................................................................... 81

PART V PLANS ............................................................................................................................... 86

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 1

PART I

BID PROCEDURES AND CONDITIONS

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 2

INVITATION TO BID

NOTICE IS HEREBY GIVEN that sealed bids will be received by Whatcom County Administrative Services Finance/Purchasing at their office on the fifth floor of the Whatcom County Courthouse, 311 Grand Avenue Suite 503, Bellingham WA 98225 for the following:

Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project

UNTIL: 2:30 PM Tuesday, August 18, 2020

At which time and place the bids will be publicly opened (live/virtual via GoToMeeting), and read aloud. All Bidders and any other interested people are invited to be present at the live bid opening via GoToMeeting, as more completely described herein. Late submittals will not be considered.

The Whatcom County Parks Department is requesting bids for the Silver Lake Park Maple Creek Campground Dry Fire Hydrant project. This project includes construction of a dry fire hydrant standpipe to be used by local fire authorities to withdraw water from Silver Lake. The work includes installation of in-water piping, fire department connection, excavation, backfill, and other work as further described in the bid documents.

The complete bid document can be downloaded at no charge from the Whatcom County Purchasing website at http://www.co.whatcom.wa.us/Bids.aspx, see Related Documents at the bottom of the bid posting page. If you are unable to download the documents from the website, contact Purchasing at [email protected] (preferred), or phone (360) 778-5330.

Award will be made to the lowest qualified bidder. Whatcom County reserves the right to reject any or all bids, and to waive any irregularities. Whatcom County encourages disadvantaged, minority and women owned firms to respond.

Whatcom County 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 award. As required by law, the E-Verify System may be required.

Publication Dates: Wednesdays August 5 and 12, 2020.

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 3

NOTICE TO BIDDERS

Whatcom County, 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. As required by law, the E-Verify System may be required.

Copies of plans and specifications are on file in the office of Whatcom County ADS/Purchasing, 311 Grand Avenue, Suite 503, Bellingham, Washington 98225. All bid and project-related questions must be directed in writing to Rod Lamb at [email protected] and carbon copy to Christ Thomsen at [email protected].

Electronic copies of maps, plans and specifications can be Downloaded at no charge on the Whatcom County Purchasing website at http://www.co.whatcom.wa.us/Bids.aspx. If you are unable to download the documents, contact [email protected].

All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check, cashier’s check, or surety bond in an amount equal to five (5) percent of the amount of such bid proposal. Should the successful Bidder fail to enter into such contract and furnish satisfactory performance (contract) bond within the time stated in the specifications, the bid proposal deposit shall be forfeited to Whatcom County.

Whatcom County reserves the right to accept a proposal of the bidder submitting the lowest responsible bid, to reject any or all bids, republish the call for bids, revise or cancel the work to be performed, or do the work otherwise, if in the judgment of the Contract Administrator the best interest of Whatcom County is served thereby. Whatcom County also reserves the right to postpone the bid award for a period of thirty (30) calendar days after bid opening, except that upon mutual consent of the lowest responsible bidder and Whatcom County, the 30-calendar day limit may be extended to allow legislative approval of the bid award.

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 4

SUPPLEMENTAL INSTRUCTIONS TO BIDDERS

PREPARATION OF PROPOSAL

Each bid proposal shall be submitted on the forms included in the “Bid Proposal Forms” section following. All blank spaces on forms shall be completed in ink or be typewritten. Any omission of prices for items included on the Bid Form, or any addition in writing to the form of the bid proposal or any condition, limitation, or provision not officially invited in these contract documents may render the proposal as being incomplete or modified and may become cause for rejection of the bid.

All bid prices shall be shown in the designated locations under the corresponding headings on the “Bid” Form. The unit, extended unit, or lump sum price for each bid item shall include, as shown on the “Bid” Form complete under each heading, all costs for labor, materials, tools, equipment, overhead, and profit. No additional compensation for these items shall be allowed, except through an approved change order as provided for in these contract documents.

No additional compensation for these items shall be allowed except through an approved change order as provided for in these contract documents. At the option and direction of Whatcom County, work may be added or deleted in accordance with the contract provisions hereunder.

Bidders shall fill in and complete the information requested on the “Bidder Identification” form.

Bid proposals shall be signed in full by the person or persons legally authorized to bind the bidder to a contract. A bid by a corporation shall further give the state of incorporation and have the corporate seal affixed. A bid submitted by an agent shall have attached a current power of attorney certifying the agent’s authority to bind the Bidder. The name of each person signing shall be typed or printed below the signature.

BID PROPOSAL DEPOSIT

As a guarantee of good faith and as required by the law, each bid shall be accompanied by a bid bond in the form of a certified check, bank cashier’s check, or surety bond, in accordance with the provisions of Section 1-02.7 of the Standard Specifications and shall be made payable to Whatcom County. A surety bond shall be submitted on the bid bond form in the Bid Proposal Forms section following.

In the event of the withdrawal of this bid proposal after the receipt and opening of bid proposals, or the failure of the Bidder to enter into a contract and give the required contract bond and insurance certification within 20-calendar days after the date of contract award, the Bidder shall be liable to Whatcom County for the amount of five (5) percent of the total amount of the bid as liquidated damages due to the default of the Bidder.

SUBMITTAL OF PROPOSAL

The completed Bid Proposal Forms and any other documents required in accordance with the Special Provisions shall be submitted to the office of Whatcom County Administrative Services – Purchasing, 311 Grand Avenue, Suite 503, Bellingham, WA 98225 in an opaque envelope marked as shown on the following page.

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 5

Proposal for Contract (Name of Bidder) Project: SILVER LAKE PARK MAPLE CREEK CAMPGROUND DRY FIRE HYDRANT PROJECT Whatcom County, Washington

Bid proposals shall be deposited at the designated location prior to the date and time for receipt of bid proposals as indicated in the “Invitation to Bid,” or such revised date as may be specified by an addendum.

Due to the COVID-19 pandemic, staffing in the Finance Office is currently reduced, and office hours are 8:30 AM – 4:00 PM. If hand-delivering the bid response between these hours, and no one answers the door, please call Purchasing at (360) 778-5330.

No oral, telephone, or electronically submitted bids or modifications will be considered.

All bids, received on time, will be opened in a public format via GoToMeeting. All interested people are invited to attend the live bid opening via GoToMeeting as follows:

Join the meeting from your computer, tablet, or smartphone. https://global.gotomeeting.com/join/273232365

Or, join the meeting from your phone. United States (Toll Free): (877) 309-2073 United States: +1 (571) 317-3129

Access Code: 273-232-365

New to GoToMeeting? Get the app now and be ready when your first meeting starts: https://global.gotomeeting.com/install/273232365

INTERPRETATIONS AND CORRECTIONS

If the Bidder finds any discrepancy in, or omission from the specifications or plans, or if there is any doubt as to their meaning, the Bidder shall promptly notify Rod Lamb at [email protected]. Any addenda issued during the time of bidding will be numbered consecutively and will be incorporated into these contract documents. The Bidder shall be responsible to ascertain, prior to submittal of a bid proposal that all addenda issued have been received and are acknowledged on the "Bid Proposal Signature and Addendum Acknowledgment" form. Addendums will only be issued to those contractors appearing on the Plan Holders List at Whatcom County Administrative Services - Purchasing. It will be the responsibility of the contractor to ensure their name appears on the Plan Holders List.

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 6

BID PROPOSAL FORMS

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 7

BID PROPOSAL

SILVER LAKE PARK MAPLE CREEK CAMPGROUND DRY FIRE HYDRANT PROJECT

DATE: August 18, 2020 TO: Whatcom County Executive and Council Whatcom County Courthouse 311 Grand Avenue Bellingham, Washington 98225 Gentlepersons: This certifies that the Undersigned has examined the location of the project site and the conditions of work; and has carefully read and thoroughly understands the contract documents entitled: “Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project” Whatcom County, Washington, including the “Bid Procedures and Conditions,” “Specifications and Conditions,” “Contract Forms,” “Appendices” and “Plans,” governing the work embraced in this project, and the method by which payment will be made for said work. The Undersigned hereby proposes to undertake and complete the work embraced in this project in accordance with said contract documents, and agrees to accept as payment for said work, the schedule of lump sum and unit prices as set forth in the “Bid” below. The Undersigned acknowledges that payment will be based on the actual work performed and material used as measured or provided for in accordance with the said contract documents, and that no additional compensation will be allowed for any taxes not included in each lump sum or unit price, and that the basis for payment will be the actual work performed and measured or provided for in accordance with the said contract documents. The Undersigned certifies that it is not currently disqualified from bidding on any public works contract under RCW 39.06.010 or RCW 39.12.065(3).

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 8

BID ITEM NUMBER DESCRIPTION SPEC QTY UNIT UNIT PRICE

IN FIGURES EXT. PRICE IN

FIGURES

1 MOBILIZATION 1-09.7 1 L.S.

2 PROJECT TEMPORARY TRAFFIC CONTROL 1-10 1 L.S.

3 SPILL PREVENTION CONTROL

AND COUNTERMEASURES PLAN

1-07.15(1) 1 L.S.

4 DRY HYDRANT SYSTEM COMPLETE 7-09SP 1 L.S.

5 EROSION/WATER POLLUTION CONTROL 8-01SP 1 L.S.

6 UNANTICIPATED SITE WORK 1-04.4SP EST DOL $2,000 $2,000

7 WASHINGTON STATE SALES TAX (8.5% OF BID ITEMS 1-6) 1 L.S.

TOTAL BID AMOUNT, INCLUDING SALES TAX $

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 9

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 10

NON-COLLUSION DECLARATION

SILVER LAKE PARK MAPLE CREEK CAMPGROUND DRY FIRE HYDRANT PROJECT

I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association, or corporation has (have) not, either

directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted.

2. That by signing the signature page of this proposal, I am deemed to have signed and

have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report bid rigging activities, call: 1-800-424-9071 The U.S. Department of Transportation (USDOT) operates the above toll free “hotline” Monday through Friday, 8:00 a.m. to 5:00 p.m. Eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the “hotline” to report such activities. The “hotline” is part of USDOT’s continuing effort to identify and investigate highway construction contract fraud and abuse, and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected.

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 11

BIDDER IDENTIFICATION

The name of the Bidder submitting this proposal, the address and phone number to which all communications concerned with this proposal shall be made, and the number which has been assigned indicating the Bidder is licensed to do business in the State of Washington are as follows: Firm Name: Address: Telephone: Contractor’s WA Registration Number: Contractor’s WA UBI Number: Contractor’s WA Employment Security Department Number: Contractor’s WA Excite Tax Registration Number: The firm submitting this proposal is a: Sole Proprietorship Partnership Corporation The names and titles of the principal officers of the corporation submitting this proposal, or of the partnership, or of all persons interested in this proposal as principals are as follows: NOTE: Signatures of this Bid must be identified above. Failure to identify the Signatories will be

cause for considering the proposal irregular and for subsequent rejection of the Bid.

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 12

BID PROPOSAL SIGNATURE AND ADDENDUM ACKNOWLEDGEMENT

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. The undersigned hereby agrees to pay labor not less than the prevailing rates of wages or less than the hourly minimum rate of wages as specified in the Specifications and Conditions for this project. CASH IN THE AMOUNT OF $ CASHIER’S CHECK ($____________ dollars) CERTIFIED CHECK ($____________ dollars) PAYABLE TO WHATCOM COUNTY PROPOSAL BOND IN THE AMOUNT OF 5% OF THE BID Receipt is hereby acknowledged by Addendum(s) No.(s) _______, _______, & ______

SIGNATURE OF AUTHORIZED OFFICIAL(S)

(PROPOSAL MUST BE SIGNED) _____________________________________ (Seal) _____________________________________ FIRM NAME: _____________________________________ STATE OF WASHINGTON ) ) ss. COUNTY OF ) On this ______ day of __________________, 20__, before me personally appeared ________________________________ to me personally known to be the person described in and who executed the above instrument and who acknowledged to me the act of signing thereof. _____________ NOTARY PUBLIC, in and for the __________________ State of Washington, residing at: __________________ My Commission Expires: ________________________ This proposal form is not transferable and any alteration of the firm’s name entered hereon without prior permission from Whatcom County will be cause for considering the proposal irregular and for subsequent rejection of the bid.

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 13

BID BOND

KNOW ALL MEN BY THESE PRESENTS, that we, ______________________ _ of ______________________________________, as principal, and the ____________ a corporation duly organized under the laws of the State of _______________________ and having its principal place of business at __________________________________ in the State of Washington, as Surety, are held and firmly bound unto Whatcom County, a Municipal Corporation in the State of Washington, in the full and penal sum of five percent (5%) of the total bid amount appearing on the bid proposal of said principal for the work hereinafter described, for the payment of which, well, and truly to be made, we bind our heirs, executors, administrators and assigns, and successors and assigns, jointly and severally, firmly by these presents. The condition of this bond is such that, whereas, the principal herein is herewith submitting his or its bid proposal for Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project bid proposal, by reference thereto, being hereby made a part thereof. NOW, THEREFORE, if the said bid proposal submitted by the 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 the performance bond as required by the bidding and contract documents within a period of ten (10) days from and after said ward, exclusive of the day of such award, the its obligation to pay the above-mentioned penal sum as liquidated damages shall be null and void, otherwise it shall remain and be in full force and effect. SIGNED AND SEALED this ______ day of _____________________, 20___. Principal By (Seal) Surety By Attorney-in-Fact The Attorney-in-fact who executes this bond on behalf of the surety company, must attach a copy of his power-of-attorney as evidence of his authority.

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 14

Certification of Compliance with Wage Payment Statutes (Original signed form must be submitted prior to contract award.)

The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date August 5, 2020, the bidder is not a “willful” violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction.

I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct.

Bidder’s Business Name

Signature of Authorized Official*

Date

Printed Name

Title

City

State

Check One: Sole Proprietorship ☐ Partnership ☐ Joint Venture ☐ Corporation ☐

State of Incorporation, or if not a corporation, State where business entity was formed:

If a co-partnership, give firm name under which business is transacted:

* If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). If a co-partnership, proposal must be executed by a partner.

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 15

Project Name

Failure to list subcontractors with whom the bidder, if awarded the contract, will directly subcontract for performance of the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical, as described in Chapter 19.28 RCW or naming more than one subcontractor to perform the same work will result in your bid being non-responsive and therefore void.

Subcontractor(s) with whom the bidder will directly subcontract that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name.

To the extent the Project includes one or more categories of work referenced in RCW 39.30.060, and no subcontractor is listed below to perform such work, the bidder certifies that the work will either (i) be performed by the bidder itself, or (ii) be performed by a lower tier subcontractor who will not contract directly with the bidder.

Subcontractor Name Work to be performed

Subcontractor Name Work to be performed

Subcontractor Name Work to be performed

Subcontractor Name Work to be performed

Subcontractor Name Work to be performed

* Bidder’s are notified that is the opinion of the enforcement agency that PVC or metal conduit, junction boxes, etc, are considered electrical equipment and therefore considered part of electrical work, even if the installation is for future use and no wiring or electrical current is connected during the project.

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 16

PART II

SPECIFICATIONS AND CONDITIONS

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 17

SPECIAL PROVISIONS

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 18

INTRODUCTION TO THE SPECIAL PROVISIONS 1 2 (August 14, 2013 APWA GSP) 3 4 The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge 5 and Municipal Construction, 2020 edition, as issued by the Washington State Department of Transportation 6 (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter “Standard 7 Specifications”). The Standard Specifications, as modified or supplemented by the Amendments to the Standard 8 Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern 9 all of the Work. 10 11 These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may 12 have project-specific fill-ins; and project-specific Special Provisions. Each Provision either supplements, modifies, 13 or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, 14 or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular 15 portion of the section, and in no way should it be interpreted that the balance of the section does not apply. 16 17 The project-specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each 18 GSP, with the effective date of the GSP and its source. For example: 19 20 (March 8, 2013 APWA GSP) 21 (April 1, 2013 WSDOT GSP) 22 (*****) (Project Specific GSP) 23 24 Also incorporated into the Contract Documents by reference are: 25

1. Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with 26 Washington State modifications, if any 27

2. Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current edition 28 3. 2018 Standard Plans 29 4. Contract Plans 30

31 Contractor shall obtain copies of these publications, at Contractor’s own expense. 32 33

Division 1 34 GENERAL REQUIREMENTS 35

36 DESCRIPTION OF WORK 37 38 (*****) 39 This Contract provides for the construction of a dry fire hydrant at Silver Lake Park in Whatcom County. The dry 40 fire hydrant will be a pipe extending into Silver Lake to be used by local fire authorities to draw water from the 41 lake to fill water trucks. Work includes dry hydrant piping, excavation, backfill grading, restoration, and other 42 work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard 43 Specifications.44

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 19

1-01.3 Definitions 1 (January 4, 2016 APWA GSP) 2 3 Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the 4 following: 5 6 Dates 7

8 Bid Opening Date 9 The date on which the Contracting Agency publicly opens and reads the Bids. 10 11 Award Date 12 The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive 13 Bidder for the Work. 14 15 Contract Execution Date 16 The date the Contracting Agency officially binds the Agency to the Contract. 17 18 Notice to Proceed Date 19 The date stated in the Notice to Proceed on which the Contract time begins. 20 21 Substantial Completion Date 22 The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the 23 facilities, both from the operational and safety standpoint, any remaining traffic disruptions will be rare and 24 brief, and only minor incidental work, replacement of temporary substitute facilities, plant establishment 25 periods, or correction or repair remains for the Physical Completion of the total Contract. 26 27 Physical Completion Date 28 The day all of the Work is physically completed on the project. All documentation required by the Contract 29 and required by law does not necessarily need to be furnished by the Contractor by this date. 30 31 Completion Date 32 The day all the Work specified in the Contract is completed and all the obligations of the Contractor under 33 the contract are fulfilled by the Contractor. All documentation required by the Contract and required by law 34 must be furnished by the Contractor before establishment of this date. 35 36 Final Acceptance Date 37 The date on which the Contracting Agency accepts the Work as complete. 38

39 Supplement this Section with the following: 40 41

All references in the Standard Specifications, Amendments, or WSDOT General Special Provisions, to the 42 terms “Department of Transportation”, “Washington State Transportation Commission”, “Commission”, 43 “Secretary of Transportation”, “Secretary”, “Headquarters”, and “State Treasurer” shall be revised to read 44 “Contracting Agency”. 45

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 20

All references to the terms “State” or “state” shall be revised to read “Contracting Agency” unless the 1 reference is to an administrative agency of the State of Washington, a State statute or regulation, or the 2 context reasonably indicates otherwise. 3 4 All references to “State Materials Laboratory” shall be revised to read “Contracting Agency designated 5 location”. 6 7 All references to “final contract voucher certification” shall be interpreted to mean the Contracting Agency 8 form(s) by which final payment is authorized, and final completion and acceptance granted. 9

10 Additive 11

A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at 12 the discretion of the Contracting Agency, be awarded in addition to the base bid. 13

14 Alternate 15

One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, from 16 which the Contracting Agency may make a choice between different methods or material of construction 17 for performing the same work. 18

19 Business Day 20

A business day is any day from Monday through Friday except holidays as listed in Section 1-08.5. 21 22 Contract Bond 23

The definition in the Standard Specifications for “Contract Bond” applies to whatever bond form(s) are 24 required by the Contract Documents, which may be a combination of a Payment Bond and a Performance 25 Bond. 26

27 Contract Documents 28

See definition for “Contract”. 29 30 Contract Time 31

The period of time established by the terms and conditions of the Contract within which the Work must be 32 physically completed. 33

34 Notice of Award 35

The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency’s 36 acceptance of the Bid Proposal. 37

38 Notice to Proceed 39

The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the 40 Contractor to proceed with the Work and establishing the date on which the Contract time begins. 41

42 Traffic 43

Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. 44

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 21

1-02 BID PROCEDURES AND CONDITIONS 1 2 1-02.1 Prequalification of Bidders 3 4 Delete this Section and replace it with the following: 5 6

1-02.1 Qualifications of Bidder 7 (January 24, 2011 APWA GSP) 8 9 Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 10 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. 11

12 1-02.2 Plans and Specifications 13 (June 27, 2011 APWA GSP) 14 15 Delete this section and replace it with the following: 16 17

Information as to where Bid Documents can be obtained or reviewed can be found in the Call for Bids 18 (Advertisement for Bids) for the work. 19 20 After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed 21 below: 22 23

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., 24" x 36") 5 Furnished automatically upon award.

24 Additional plans and Contract Provisions may be obtained by the Contractor from the source stated in the 25 Call for Bids, at the Contractor’s own expense. 26

27 1-02.4 Examination of Plans, Specifications and Site of Work 28 29

1-02.4(2) Subsurface Information 30 (March 8, 2013 APWA GSP) 31 The second sentence in the first paragraph is revised to read: 32

33 The Summary of Geotechnical Conditions and the boring logs, if and when included as an appendix to 34 the Special Provisions, shall be considered as part of the Contract. 35

36 1-02.5 Proposal Forms 37 (July 31, 2017 APWA GSP) 38 39 Delete this section and replace it with the following: 40 41

The Proposal Form will identify the project and its location and describe the work. It will also list estimated 42 quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. 43

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 22

The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; 1 extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes 2 and acknowledgment of addenda; the bidder’s name, address, telephone number, and signature; the 3 bidder’s UDBE/DBE/M/WBE commitment, if applicable; a State of Washington Contractor’s Registration 4 Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed 5 in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. 6

7 The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if 8 such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set 9 forth in the Proposal Form unless otherwise specified. 10

11 1-02.6 Preparation of Proposal 12 (July 11, 2018 APWA GSP) 13 14 Supplement the second paragraph with the following: 15

4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or 16 exceed the minimum amount stated. 17

5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer 18 of the bid. 19

20 Delete the last two paragraphs, and replace them with the following: 21 22

If no Subcontractor is listed, the Bidder acknowledges that it does not intend to use any Subcontractor to 23 perform those items of work. 24 25 The Bidder shall submit with their Bid a completed Contractor Certification Wage Law Compliance form, 26 provided by the Contracting Agency. Failure to return this certification as part of the Bid Proposal package 27 will make this Bid Nonresponsive and ineligible for Award. A Contractor Certification of Wage Law 28 Compliance form is included in the Proposal Forms. 29 30 The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. 31 32 A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or 33 other corporate officer accompanied by evidence of authority to sign). 34 35 A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the 36 partnership agreement shall be submitted with the Bid Form if any UDBE requirements are to be satisfied 37 through such an agreement. 38 39 A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint 40 venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any UDBE 41 requirements are to be satisfied through such an agreement. 42 43

Add the following new section: 44 45

1-02.6(1) Recycled Materials Proposal 46 (January 4, 2016 APWA GSP) 47

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 23

The Bidder shall submit with the Bid, its proposal for incorporating recycled materials into the project, using 1 the form provided in the Contract Provisions. 2

3 1-02.10 Withdrawing, Revising, or Supplementing Proposal 4 (July 23, 2015 APWA GSP) 5 6 Delete this section, and replace it with the following: 7

8 After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw, revise, or 9 supplement it if: 10

11 1. The Bidder submits a written request signed by an authorized person and physically delivers it to 12

the place designated for receipt of Bid Proposals, and 13 2. The Contracting Agency receives the request before the time set for receipt of Bid Proposals, and 14 3. The revised or supplemented Bid Proposal (if any) is received by the Contracting Agency before 15

the time set for receipt of Bid Proposals. 16 17

If the Bidder’s request to withdraw, revise, or supplement its Bid Proposal is received before the time set 18 for receipt of Bid Proposals, the Contracting Agency will return the unopened Proposal package to the 19 Bidder. The Bidder must then submit the revised or supplemented package in its entirety. If the Bidder does 20 not submit a revised or supplemented package, then its bid shall be considered withdrawn. 21 22 Late revised or supplemented Bid Proposals or late withdrawal requests will be date recorded by the 23 Contracting Agency and returned unopened. Mailed, emailed, or faxed requests to withdraw, revise, or 24 supplement a Bid Proposal are not acceptable. 25

26 1-02.12 Public Opening of Proposals 27 (*****) 28 29 Supplement this section with: 30 31 Sealed bid proposals will be received by Whatcom County at the office of Whatcom County ADS/Purchasing, 311 32 Grand Avenue, Suite 503, Bellingham, Washington 98225, (360) 778-5330, UNTIL 2:30 p.m., TUESDAY, the 18th 33 day of August, 2020. The bids will be publicly opened live via GoToMeeting and read after 2:30 p.m. on the 18th 34 day of August, 2020. 35 36 1-02.13 Irregular Proposals 37 (June 20, 2017 APWA GSP) 38 39 Delete this section and replace it with the following: 40 41

1. A Proposal will be considered irregular and will be rejected if: 42 a. The Bidder is not prequalified when so required; 43 b. The authorized Proposal form furnished by the Contracting Agency is not used or is altered; 44 c. The completed Proposal form contains any unauthorized additions, deletions, alternate Bids, or 45

conditions; 46 d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the 47

Contract; 48

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 24

e. A price per unit cannot be determined from the Bid Proposal; 1 f. The Proposal form is not properly executed; 2 g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in 3

Section 1-02.6; 4 h. The Bidder fails to submit or properly complete an Underutilized Disadvantaged Business 5

Enterprise Certification, if applicable, as required in Section 1-02.6; 6 i. The Bidder fails to submit written confirmation from each UDBE firm listed on the Bidder’s 7

completed UDBE Utilization Certification that they are in agreement with the bidder’s UDBE 8 participation commitment, if applicable, as required in Section 1-02.6, or if the written confirmation 9 that is submitted fails to meet the requirements of the Special Provisions; 10

j The Bidder fails to submit UDBE Good Faith Effort documentation, if applicable, as required in 11 Section 1-02.6, or if the documentation that is submitted fails to demonstrate that a Good Faith 12 Effort to meet the Condition of Award was made; 13

k. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of 14 the Bid invitation; or 15

l. More than one Proposal is submitted for the same project from a Bidder under the same or 16 different names. 17

18 2. A Proposal may be considered irregular and may be rejected if: 19

a. The Proposal does not include a unit price for every Bid item; 20 b. Any of the unit prices are excessively unbalanced (either above or below the amount of a 21

reasonable Bid) to the potential detriment of the Contracting Agency; 22 c. Receipt of Addenda is not acknowledged; 23 d. A member of a joint venture or partnership and the joint venture or partnership submit Proposals 24

for the same project (in such an instance, both Bids may be rejected); or 25 e. If Proposal form entries are not made in ink. 26

27 1-02.14 Disqualification of Bidders 28 (May 17, 2018 APWA GSP, Option A) 29 30 Delete this section and replace it with the following: 31 32

A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility 33 criteria in RCW 39.04.350(1), as amended. 34 35 The Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility criteria in RCW 36 39.04.350(1). To assess bidder responsibility, the Contracting Agency reserves the right to request 37 documentation as needed from the Bidder and third parties concerning the Bidder’s compliance with the 38 mandatory bidder responsibility criteria. 39 40 If the Contracting Agency determines the Bidder does not meet the mandatory bidder responsibility criteria 41 in RCW 39.04.350(1) and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder 42 in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may 43 appeal the determination within two (2) business days of the Contracting Agency’s determination by 44 presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will 45 consider the appeal and any additional information before issuing its final determination. If the final 46 determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract 47

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 25

with any other Bidder until at least two business days after the Bidder determined to be not responsible has 1 received the Contracting Agency’s final determination. 2

3 1-02.15 Pre Award Information 4 (August 14, 2013 APWA GSP) 5 6 Revise this section to read: 7

8 Before awarding any contract, the Contracting Agency may require one or more of these items or actions of 9 the apparent lowest responsible bidder: 10 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 11 2. Samples of these materials for quality and fitness tests, 12 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required 13

for the various phases of the work, 14 4. A breakdown of costs assigned to any bid item, 15 5. Attendance at a conference with the Engineer or representatives of the Engineer, 16 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is 17

located. 18 7. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest 19

responsible bidder. 20 21

1-03.1(1) Identical Bid Totals 22 (January 4, 2016 APWA GSP) 23 24 Revise this section to read: 25 26

After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then the tie-breaker will 27 be the Bidder with an equal lowest bid, that proposed to use the highest percentage of recycled materials 28 in the Project, per the form submitted with the Bid Proposal. If those percentages are also exactly equal, 29 then the tie-breaker will be determined by drawing as follows: Two or more slips of paper will be marked as 30 follows: one marked “Winner” and the other(s) marked “unsuccessful”. The slips will be folded to make the 31 marking unseen. The slips will be placed inside a box. One authorized representative of each Bidder shall 32 draw a slip from the box. Bidders shall draw in alphabetic order by the name of the firm as registered with 33 the Washington State Department of Licensing. The slips shall be unfolded and the firm with the slip marked 34 “Winner” will be determined to be the successful Bidder and eligible for Award of the Contract. Only those 35 Bidders who submitted a Bid total that is exactly equal to the lowest responsive Bid, and with a proposed 36 recycled materials percentage that is exactly equal to the highest proposed recycled materials amount, are 37 eligible to draw. 38

39 1-03.4 Contract Bond 40 (July 23, 2015 APWA GSP) 41 42 Delete the first paragraph and replace it with the following: 43

The successful bidder shall provide executed payment and performance bond(s) for the full contract amount. 44 The bond may be a combined payment and performance bond; or be separate payment and performance 45 bonds. In the case of separate payment and performance bonds, each shall be for the full contract amount. 46 The bond(s) shall: 47 1. Be on Contracting Agency-furnished form(s); 48

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 26

2. Be signed by an approved surety (or sureties) that: 1 a. Is registered with the Washington State Insurance Commissioner, and 2 b. Appears on the current Authorized Insurance List in the State of Washington published by the Office 3

of the Insurance Commissioner, 4 3. Guarantee that the Contractor will perform and comply with all obligations, duties, and conditions under 5

the Contract, including but not limited to the duty and obligation to indemnify, defend, and protect the 6 Contracting Agency against all losses and claims related directly or indirectly from any failure: 7 a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the 8

Contractor) to faithfully perform and comply with all contract obligations, conditions, and duties, 9 or 10

b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all 11 laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other 12 person who provides supplies or provisions for carrying out the work; 13

4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 14 50, 51, and 82 RCW; and 15

5. Be accompanied by a power of attorney for the Surety’s officer empowered to sign the bond; and 16 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or 17

partner). If the Contractor is a corporation, the bond(s) must be signed by the president or vice president, 18 unless accompanied by written proof of the authority of the individual signing the bond(s) to bind the 19 corporation (i.e., corporate resolution, power of attorney, or a letter to such effect signed by the 20 president or vice president). 21

22 1-04 SCOPE OF WORK 23 24 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 25 (March 13, 2012 APWA GSP) 26 27 Revise the second paragraph to read: 28

29 Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 30 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 31 1. Addenda, 32 2. Proposal Form, 33 3. Special Provisions, 34 4. Contract Plans, 35 5. Amendments to the Standard Specifications, 36 6. Standard Specifications, 37 7. Contracting Agency’s Standard Plans or Details (if any), and 38 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 39

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 27

1-04.6 Variation in Estimated Quantities 1 (July 23, 2015 APWA GSP, Option B) 2 3 Revise the first paragraph to read: 4 5

Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in 6 conformance with the Contract. When the accepted quantity of Work performed under a unit item varies 7 from the original Proposal quantity, payment will be at the unit Contract price for all Work unless the total 8 accepted quantity of any Contract item, adjusted to exclude added or deleted amounts included in change 9 orders accepted by both parties, increases or decreases by more than 25 percent from the original Proposal 10 quantity, and if the total extended bid price for that item at time of award is equal to or greater than 10 11 percent of the total contract price at time of award. In that case, payment for contract work may be adjusted 12 as described herein: 13

14 1-05 CONTROL OF WORK 15 (*****) 16 A new section 1-05.0 is added: 17 18 Working hours for this contract shall be between 7:00 AM and 7:00 PM MONDAY through SUNDAY, unless 19 alternate work hours are approved in writing by the Engineer five (5) days in advance of the work. 20 21 Any work performed outside the dates and times specified herein, or as approved by the Engineer, or any 22 overtime, double shifting or longer than normal single shifts, shall be the decision of the Contractor, and will not 23 be reason for extra compensation unless so approved in writing by the Engineer. 24 25 1-05.7 Removal of Defective and Unauthorized Work 26 (October 1, 2005 APWA GSP) 27 28 Supplement this section with the following: 29 30

If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice 31 from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer 32 may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces 33 or by such other means as the Contracting Agency may deem necessary. 34 35 If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an 36 emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, 37 have the rejected work removed and replaced, or have work the Contractor refuses to perform completed 38 by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of 39 the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage 40 to the public. 41 42 Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying 43 defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the 44 Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. 45 Such direct and indirect costs shall include in particular, but without limitation, compensation for additional 46 professional services required, and costs for repair and replacement of work of others destroyed or damaged 47 by correction, removal, or replacement of the Contractor’s unauthorized work. 48

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 28

No adjustment in contract time or compensation will be allowed because of the delay in the performance 1 of the work attributable to the exercise of the Contracting Agency’s rights provided by this Section. 2 3 The rights exercised under the provisions of this section shall not diminish the Contracting Agency’s right to 4 pursue any other avenue for additional remedy or damages with respect to the Contractor’s failure to 5 perform the work as required. 6

7 Add the following new section: 8 9

1-05.12(1) One-Year Guarantee Period 10 (March 8, 2013 APWA GSP) 11 12

The Contractor shall return to the project and repair or replace all defects in workmanship and material 13 discovered within one year after Final Acceptance of the Work. The Contractor shall start work to remedy 14 any such defects within 7 calendar days of receiving Contracting Agency’s written notice of a defect, and 15 shall complete such work within the time stated in the Contracting Agency’s notice. In case of an 16 emergency, where damage may result from delay or where loss of services may result, such corrections 17 may be made by the Contracting Agency’s own forces or another contractor, in which case the cost of 18 corrections shall be paid by the Contractor. In the event the Contractor does not accomplish corrections 19 within the time specified, the work will be otherwise accomplished and the cost of same shall be paid 20 by the Contractor. 21 22 When corrections of defects are made, the Contractor shall then be responsible for correcting all defects 23 in workmanship and materials in the corrected work for one year after acceptance of the corrections by 24 Contracting Agency. 25 26 This guarantee is supplemental to and does not limit or affect the requirements that the Contractor’s 27 work comply with the requirements of the Contract or any other legal rights or remedies of the 28 Contracting Agency. 29

30 1-05.13 Superintendents, Labor and Equipment of Contractor 31 (August 14, 2013 APWA GSP) 32

33 Delete the sixth and seventh paragraphs of this section. 34 35 Add the following new section: 36 37

1-05.16 Water and Power 38 (October 1, 2005 APWA GSP) 39 40 The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary 41 for the performance of the work, unless the contract includes power and water as a pay item. 42

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 29

1-06 CONTROL OF MATERIALS 1 2 1-06.6 Recycled Materials 3 (January 4, 2016 APWA GSP) 4 5 Delete this section, including its subsections, and replace it with the following: 6 7

The Contractor shall make their best effort to utilize recycled materials in the construction of the project. 8 Approval of such material use shall be as detailed elsewhere in the Standard Specifications. 9 10 Prior to Physical Completion the Contractor shall report the quantity of recycled materials that were utilized 11 in the construction of the project for each of the items listed in Section 9-03.21. The report shall include hot 12 mix asphalt, recycled concrete aggregate, recycled glass, steel furnace slag and other recycled materials (e.g. 13 utilization of on-site material and aggregates from concrete returned to the supplier). The Contractor’s 14 report shall be provided on DOT form 350-075 Recycled Materials Reporting. 15

16 1-07.1 Laws to be Observed 17 (October 1, 2005 APWA GSP) 18 19 Supplement this section with the following: 20

21 In cases of conflict between different safety regulations, the more stringent regulation shall apply. 22 23 The Washington State Department of Labor and Industries shall be the sole and paramount administrative 24 agency responsible for the administration of the provisions of the Washington Industrial Safety and Health 25 Act of 1973 (WISHA). 26 27 The Contractor shall maintain at the project site office, or other well known place at the project site, all 28 articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make 29 known to all employees, procedures for ensuring immediate removal to a hospital, or doctor’s care, persons, 30 including employees, who may have been injured on the project site. Employees should not be permitted to 31 work on the project site before the Contractor has established and made known procedures for removal of 32 injured persons to a hospital or a doctor’s care. 33 34 The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor’s 35 plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper 36 maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions 37 of the project site, including safety for all persons and property in the performance of the work. This 38 requirement shall apply continuously, and not be limited to normal working hours. The required or implied 39 duty of the Engineer to conduct construction review of the Contractor’s performance does not, and shall 40 not, be intended to include review and adequacy of the Contractor’s safety measures in, on, or near the 41 project site. 42

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 30

1-07.2 State Taxes 1 2 Delete this section, including its sub-sections, in its entirety and replace it with the following: 3 4

1-07.2 State Sales Tax 5 (June 27, 2011 APWA GSP) 6 7 The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-8 07.2(1) through 1-07.2(3) are meant to clarify those rules. The Contractor should contact the Washington 9 State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust 10 its payment if the Contractor bases a bid on a misunderstood tax liability. 11 12 The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts. In 13 some cases, however, state retail sales tax will not be included. Section 1-07.2(2) describes this exception. 14 15 The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA-funded 16 Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate 17 showing that all contract-related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct 18 from its payments to the Contractor any amount the Contractor may owe the Washington State Department 19 of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid 20 into the proper State fund. 21 22 1-07.2(1) State Sales Tax — Rule 171 23 24 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which 25 are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which 26 are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and 27 included as a part of the street or road drainage system and power lines when such are part of the roadway 28 lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales 29 Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays 30 on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 31 32 1-07.2(2) State Sales Tax — Rule 170 33 34 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, 35 or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, 36 highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers 37 and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or 38 road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in 39 or above streets or roads, unless such power lines become a part of a street or road lighting system; and 40 installing or attaching of any article of tangible personal property in or to real property, whether or not such 41 personal property becomes a part of the realty by virtue of installation. 42 43 For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax 44 on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to 45 the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, 46 or in any other contract amount subject to Rule 170, with the following exception. 47

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 31

Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor 1 makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into 2 the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 3 4 1-07.2(3) Services 5 6 The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for 7 professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 8

9 1-07.5 Environmental Regulations 10 11 Section 1-07.5 is supplemented with the following: 12 13 (*****) 14 Environmental Commitments 15 The following Provisions summarize the requirements, in addition to those required elsewhere in the Contract, 16 imposed upon the Contracting Agency by the various documents referenced in the Special Provision Permits and 17 Licenses. Throughout the work, the Contractor shall comply with the following requirements: 18 19 1-07.6 Permits and Licenses 20 Section 1-07.6 is supplemented with the following: 21 22

The Contracting Agency has applied for the below-listed permit(s) for this project. 23 24 The Contractor shall comply with the following permits: 25

26 WDFW Hydraulic Project Approval 27 Whatcom County Land Disturbance Permit 28 Whatcom County Shorelines Exemption Permit 29 Whatcom County SEPA Determination 30

31 1-07.9 Wages 32 (*****) 33 34

1-07.9(1) General 35 Section 1-07.9(1) is supplemented with the following: 36

37 The Contractor shall pay the higher of any applicable prevailing wages for all labor classifications 38 necessary to perform work on this project. The applicable prevailing wage scales for this project are the 39 State prevailing wage rates for Whatcom County, which are included in the Appendix A. 40

41 1-07.11(10) Records and Reports 42 (*****) 43

44 Section 1-07.11(10) is supplemented with the following: 45 Unless otherwise specified certified payrolls shall be submitted to the Contracting Agency for the prime 46 and all subcontractors for all portions of the project regardless of funding source. 47

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 32

1-07.17 Utilities and Similar Facilities 1 (*****) 2 3 Section 1-07.17 is supplemented with the following: 4 Existing monuments and utilities shall be preserved. Impacted monuments shall be replaced at the Contractor’s 5 expense. Impacted utilities shall be replaced at the Contractor’s expense. No additional compensation will be 6 made for any delays caused by utility relocation. 7 8 Approximate locations shown in the Plans for existing facilities are in accordance with available information 9 obtained without uncovering, measuring, or other verification. 10 11 The following addresses and telephone numbers of utility companies known or suspected of having facilities 12 within the project limits are supplied for the Contractor's convenience: 13

14 Puget Sound Energy (PSE), Electrical Power, 2131 Nevada St, Bellingham, WA 98226 15 Jane Major – office (360) 715-7221, cell (360) 791-2748 16 17 1-07.23 Public Convenience and Safety 18 (*****) 19 Section 1-07.23 is supplemented with the following: 20 21 Public use of the Silver Lake Circulation Road and access to the Day Lodge must be maintained throughout 22 construction. No stockpiling of material shall be allowed in the Silver Lake Circulation Road or other access roads. 23 24 1-08 PROSECUTION AND PROGRESS 25 26 Add the following new section: 27 28

1-08.0 Preliminary Matters 29 (May 25, 2006 APWA GSP) 30

31 Add the following new section: 32

33 1-08.0(1) Preconstruction Conference 34 (October 10, 2008 APWA GSP) 35 36 Prior to the Contractor beginning the work, a preconstruction conference will be held between the 37 Contractor, the Engineer and such other interested parties as may be invited. The purpose of the 38 preconstruction conference will be: 39 1. To review the initial progress schedule; 40 2. To establish a working understanding among the various parties associated or affected by the work; 41 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 42 4. To establish normal working hours for the work; 43 5. To review safety standards and traffic control; and 44 6. To discuss such other related items as may be pertinent to the work. 45 46 The Contractor shall prepare and submit at the preconstruction conference the following: 47 1. A breakdown of all lump sum items; 48

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 33

2. A preliminary schedule of working drawing submittals; and 1 3. A list of material sources for approval if applicable. 2

3 1-08.1 Subcontracting 4 5 Section 1-08.1 is supplemented with the following: 6 7

(*****) 8 Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall submit to the 9 Engineer a certification (WSDOT Form 420-004 EF) that a written agreement between the Contractor and 10 the subcontractor or between the subcontractor and any lower tier subcontractor has been executed. 11 A Subcontractor or lower tier Subcontractor will not be permitted to perform any work under the contract 12 until the following documents have been completed and submitted to the Engineer: 13 14

1. Request to Sublet Work (Form 421-012 EF), and 15 16

The Contractor's records pertaining to the requirements of this Special Provision shall be open to inspection 17 or audit by representatives of the Contracting Agency during the life of the contract and for a period of not 18 less than three years after the date of acceptance of the contract. The Contractor shall retain these records 19 for that period. The Contractor shall also guarantee that these records of all Subcontractors and lower tier 20 Subcontractors shall be available and open to similar inspection or audit for the same time period. 21

22 1-08.4 Prosecution of Work 23 24 Delete this section in its entirety, and replace it with the following: 25 26

1-08.4 Notice to Proceed and Prosecution of Work 27 (June 27, 2011 APWA GSP) 28

29 Notice to Proceed will be given after the Contract has been executed and the contract bond and evidence 30 of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence 31 with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence 32 construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise 33 approved in writing. The Contractor shall diligently pursue the work to the physical completion date within 34 the time specified in the Contract. Voluntary shutdown or slowing of operations by the Contractor shall not 35 relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. 36 37 When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate 38 all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing 39 adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in 40 accordance with 1-10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to 41 inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted 42 the installation of high visibility fencing, as described in the Contract. 43

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 34

1-08.5 Time for Completion 1 (*****) 2 Section 1-08.5 is supplemented with the following: 3 4 The project shall be physically completed within 10 working days. Saturday or Sunday will not be charged as 5 working days on this project, even if the contractor works that day. 6 7 (*****) 8 9 Revise the third and fourth paragraphs to read: 10

11 Contract time shall begin on the first working day following the Notice to Proceed Date. 12 13 Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. 14 If substantial completion has been granted and all the authorized working days have been used, charging of 15 working days will cease. Each week the Engineer will provide the Contractor a statement that shows the 16 number of working days: (1) charged to the contract the week before; (2) specified for the physical 17 completion of the contract; and (3) remaining for the physical completion of the contract. The statement 18 will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. 19 Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any 20 alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable 21 the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that 22 period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor is 23 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 24 a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be 25 charged as a working day whether or not the Contractor works on that day. 26

27 Revise the sixth paragraph to read: 28 29

The Engineer will give the Contractor written notice of the completion date of the contract after all the 30 Contractor’s obligations under the contract have been performed by the Contractor. The following events 31 must occur before the Completion Date can be established: 32

1. The physical work on the project must be complete; and 33 2. The Contractor must furnish all documentation required by the contract and required by law, to 34

allow the Contracting Agency to process final acceptance of the contract. The following 35 documents must be received by the Project Engineer prior to establishing a completion date: 36 a. Certified Payrolls (per Section 1-07.9(5)). 37 b. Material Acceptance Certification Documents 38 c. Monthly Reports of Amounts Credited as DBE Participation, as required by the Contract 39

Provisions. 40 d. Final Contract Voucher Certification 41 e. Copies of the approved “Affidavit of Prevailing Wages Paid” for the Contractor and all 42

Subcontractors 43

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 35

1-08.9 Liquidated Damages 1 (August 14, 2013 APWA GSP) 2 3 Revise the fourth paragraph to read: 4 5

When the Contract Work has progressed to Substantial Completion as defined in the Contract, the Engineer 6 may determine that the work is Substantially Complete. The Engineer will notify the Contractor in writing of 7 the Substantial Completion Date. For overruns in Contract time occurring after the date so established, the 8 formula for liquidated damages shown above will not apply. For overruns in Contract time occurring after 9 the Substantial Completion Date, liquidated damages shall be assessed on the basis of direct engineering 10 and related costs assignable to the project until the actual Physical Completion Date of all the Contract Work. 11 The Contractor shall complete the remaining Work as promptly as possible. Upon request by the Project 12 Engineer, the Contractor shall furnish a written schedule for completing the physical Work on the Contract. 13

14 1-09.6 Force Account 15 (October 10, 2008 APWA GSP) 16 17 Supplement this section with the following: 18

19 The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid 20 per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a 21 part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, 22 that the actual amount of work will correspond with those estimates. Payment will be made on the basis of 23 the amount of work actually authorized by Engineer. 24

25 1-09.9 Payments 26 (*****) 27 28 Delete the first four paragraphs and replace them with the following: 29

30 The basis of payment will be the actual quantities of Work performed according to the Contract and as 31 specified for payment. 32 33 Due to the short duration of this project, it is possible that a single pay estimate will be processed for the 34 entire work, unless the work extends beyond anticipated timeframes. 35 36 The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction 37 Conference, to enable the Project Engineer to determine the Work performed. A breakdown is not required 38 for lump sum items that include a basis for incremental payments as part of the respective Specification. 39 Absent a lump sum breakdown, the Project Engineer will make a determination based on information 40 available. The Project Engineer’s determination of the cost of work shall be final. 41 42 Progress payments for completed work and material on hand will be based upon progress estimates 43 prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction 44 conference. 45

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 36

The initial progress estimate will be made not later than 30 days after the Contractor commences the work, 1 and successive progress estimates (if required) will be made every month thereafter until the Completion 2 Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of 3 determining progress payments. The progress estimates are subject to change at any time prior to the 4 calculation of the final payment. 5

6 The value of the progress estimate will be the sum of the following: 7

1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed 8 multiplied by the unit price. 9

2. Lump Sum Items in the Bid Form — based on the approved Contractor’s lump sum breakdown for that 10 item, or absent such a breakdown, based on the Engineer’s determination. 11

3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage 12 area approved by the Engineer. 13

4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the 14 Engineer. 15

16 Progress payments will be made in accordance with the progress estimate less: 17

1. Retainage per Section 1-09.9(1), on non FHWA-funded projects; 18 2. The amount of progress payments previously made; and 19 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract 20

Documents. 21 22 Progress payments for work performed shall not be evidence of acceptable performance or an admission by 23 the Contracting Agency that any work has been satisfactorily completed. The determination of payments 24 under the contract will be final in accordance with Section 1-05.1. 25

26 1-10 Temporary Traffic Control 27 28 1-10.2 Traffic Control Management 29 30

1-10.2(1) General 31 32

Section 1-10.2(1) is supplemented with the following: 33 34

(*****) 35 Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of 36 Washington. The Traffic Control Supervisor shall be certified by one of the following: 37 38

The Northwest Laborers-Employers Training Trust 39 27055 Ohio Ave. 40 Kingston, WA 98346 41 (360) 297-3035 42 43 Evergreen Safety Council 44 401 Pontius Ave. N. 45 Seattle, WA 98109 46 1-800-521-0778 or (206) 382-4090 47

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 37

The American Traffic Safety Services Association 1 15 Riverside Parkway, Suite 100 2 Fredericksburg, Virginia 22406-1022 3 Training Dept. Toll Free (877) 642-4637 4 Phone: (540) 368-1701 5

6 DIVISION 7 7

DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND 8 CONDUITS 9

10 7-09 WATER MAINS 11 12 7-09.1 Description 13 (*****) 14 Section 7-09.1 is supplemented as follows: 15 This work includes the installation of the dry fire hydrant including all work necessary to construct the system as 16 shown on the Plans excluding Mobilization, Traffic Control, Spill Control Plan, and Temporary Traffic Control. 17 This work also includes all excavation, piping and appurtenances, fittings, signage, dewatering, cofferdams, and 18 restoration. 19 20 7-09.4 Measurement 21 (*****) 22 Section 7-09.4 is supplemented as follows: 23 “Dry Fire Hydrant System Complete” shall be measured as one lump sum. 24 25 26 7-09.5 Payment 27 (*****) 28 Section 7-09.5 is supplemented as follows: 29 The lump sum contract price for “Dry Hydrant System Complete” specified in the Bid Proposal shall be full 30 compensation for all Work to complete the work as specified. 31 32

DIVISION 8 33 MISCELLANEOUS CONSTRUCTION 34

35 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 36 37 8-01.1 Description 38 (*****) 39 Section 8-01.1 is supplemented with the following: 40 41 This work includes providing all erosion and water pollution control necessary to meet State and Federal Clean 42 Water standards. 43

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 38

8-01.4 Measurement 1 (*****) 2 Section 8-01.4 is supplemented with the following: 3 4 Measurement for the bid item “Erosion/Water Pollution Control” will be per Lump Sum. All work necessary to 5 provide Erosion and Water Pollution Control is considered incidental to the lump sum contract price for 6 “Erosion/Water Pollution Control”. 7 8 8-01.5 Payment 9 (*****) 10 Section 8-01.5 is supplemented with the following: 11 12 “The Lump Sum contract price for “Erosion/Water Pollution Control” shall be full pay for all tools, equipment, 13 labor, and materials necessary to execute the erosion control plan as specified on the plans and to comply with 14 Federal Clean Water standards. 15

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 39

PART III

CONTRACT FORMS

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 40

CONTRACT

SILVER LAKE PARK MAPLE CREEK CAMPGROUND DRY FIRE HYDRANT PROJECT

Bid #20-50

This Contract, made and entered into this ____ day of _______________________, 20_____ by and between Whatcom County, Washington, a municipal Corporation and a Charter County in the State of Washington, hereinafter called the "County" and _________________________ hereinafter called the "Contractor.”

WITNESSETH:

That in consideration of the terms and conditions contained herein and attached and made a part of this Contract, the parties hereto covenant and agree as follows:

1. The Contractor shall do all of the work and furnish all of the labor, materials, tools and equipment for the construction of the improvements and shall perform any changes in the work, all in full compliance with the contract documents entitled “Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project” "Bid Proposal," "Specifications and Conditions," "Contract Forms," and the "Plans and Details" section contained in said contract documents are hereby referred to and by reference made a part hereof.

2. The County hereby promises and agrees with the Contractor to employ, and does employ the Contractor to furnish the labor, materials, tools and equipment, and to do and cause to be done the above-described work, and to complete and finish the same in accordance with the said contract documents and the terms and conditions herein contained, and hereby contracts to pay for the same, according to the said documents, including the schedule of estimated quantities, and unit and lump sum prices in the Bid Proposal, the approximate sum of $_______________________ the total amount of bid, subject to the actual quantity of work performed, at the time and in the manner and upon the conditions provided for in this contract.

3. The Contractor for himself, and for his agents, successors, assigns, subcontractors and/or employees, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor.

4. The County hereby appoints and the Contractor hereby accepts the Whatcom County Engineer, as the County's representative for the purpose of administering the provisions of this Contract, including the County's right to receive and act on all reports and documents related to this Contract, to request and receive additional information from the Contractor, to assess the general performance of the Contractor under this Contract, to determine if the contracted services are being performed in accordance with Federal, State or local laws, and to administer any other right granted to the County under this Contract. The County expressly reserves the right to terminate this Contract as provided in the contract documents, and also expressly the reserves the right to commence civil action for the enforcement of this contract.

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 41

5. This Contract contains terms and conditions agreed upon by the parties. The parties agree that there are no other understandings, oral or otherwise, regarding the subject matter of this Contract.

6. The Contractor agrees to comply with all applicable Federal, State, County or municipal standards for the licensing, certification, operation of facilities and programs, and accreditation and licensing of individuals.

7. The Contractor shall not assign or subcontract any portion of the work provided for under the terms of this Contract without obtaining prior written approval of the County Engineer. All terms and conditions of this Contract shall apply to any approved subcontract or assignment related to this Contract.

8. The parties intend that an independent Contractor-County relationship will be created by this Contract. The County is interested only in the results to be achieved, and the implementation of the work will lie solely with the Contractor. No agent, employee, servant, or representative of the Contractor shall be deemed to be an employee, agent, servant, or representative of the County for any purpose. Employees of the Contractor are not entitled to any of the benefits the County provides for County employees. The Contractor will be solely and entirely responsible for its acts and for the acts of its agents, employees, servants, subcontractors, or otherwise during the performance of this Contract. In the performance of the work herein contemplated, the Contractor is an independent Contractor with regard to the performance of the details of the work; however, the components of and the results of the work contemplated herein must meet the approval of the County Engineer and shall be subject to the County Engineer's general rights of inspection and review to secure the satisfactory completion thereof.

9. The Contractor agrees and covenants to indemnify, defend, and save harmless, the County and those persons who were, now are, or shall be duly elected or appointed officials or employees thereof, hereinafter referred to as the "County" against and from any loss, damage, costs, charge, expense, liability, claims, demands or judgments, of whatsoever kind or nature, whether to persons or to property, arising wholly or partially out of any act, action, neglect, omission, or default on the part of the Contractor, his agents, successors, assignees, subcontractors and/or employees, except only such injury or damage as shall have been caused by or resulted from the sole negligence of the County. In case any suit or cause of action shall be brought against the County on account of any act, action, neglect, omission, or default on the part of the Contractor, his agents, successors, assignees, subcontractors and/or employees the Contractor hereby agrees and covenants to assume the defense thereof and to pay any and all costs, charges, attorney's fees and other expenses and any and all judgments that may be incurred or obtained against the County.

a. In the event the County is required to institute legal action and/or participate in the legal action to enforce this Indemnification and Hold Harmless Clause, the Contractor agrees to pay the County's legal fees, costs and disbursements incurred in establishing the right to indemni-fication.

b. If the claim, suit, or action for injuries, death, or damages as provided for in the preceding paragraphs of this specification is caused by or results from the concurrent negligence of (a) the indemnitee or the indemnitee's agents or employees and (b) the indemnitor or the indemnitor's agents for employees the indemnity provisions provided for in the preceding paragraphs of this specification shall be valid and enforceable only to the extent of the indemnitor's negligence.

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 42

10. This Contract has been and shall be construed as having been made and delivered within the State of Washington, and it is mutually understood and agreed by each party hereto that this Contract shall be governed by the laws of the State of Washington, both as to interpretation and performance. Any action in law, suit and equity or judicial proceedings for the enforcement of this contract, or any provisions thereof, shall be instituted and maintained in the courts of competent jurisdiction located in Whatcom County, Washington.

11. The failure of the County to insist upon strict performance of any of the covenants and agreements of this Contract or to exercise any option herein conferred in any one or more instances shall not be construed to be a waiver or relinquishment of any such obligation, or any other covenants or agreements, but the same shall be and remain in full force and effect.

12. It is understood and agreed by the parties hereto that if any part of this agreement is determined to be illegal, the validity of the remaining portions shall be construed as if the agreement did not contain the particular illegal part.

13. No change or addition to this Contract shall be valid or binding upon either party unless such change or addition shall be in writing, executed by both parties.

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 43

IN WITNESS WHEREOF, the Contractor has executed this instrument, on the day and year first below written and the County Executive has caused this instrument to be executed by and in the name of the said County, the day and year first above written.

Executed by the Contractor this day of__________ 20 .

By: (SEAL) Title: Contractor:

STATE OF WASHINGTON ) ) ss. COUNTY OF ____________ )

On this ____ day of ______________________________, 20____, before me personally appeared _________________________________, to me personally known to be the person described in and who executed the above instrument and who acknowledged to me the act of signing thereof. Notary Public, in and for the State of Washington, residing at: My commission expires: _______________

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 44

Executed by Whatcom County this _____ day of _____________, 20___.

By: Satpal Singh Sidhu Whatcom County Executive

STATE OF WASHINGTON ) ) ss. COUNTY OF WHATCOM )

On this _____ day of ____________________, 20____, before me personally appeared Satpal Singh Sidhu, to

me personally known to be the Executive of Whatcom County described in and who executed the above

instrument and who acknowledged to me the act of signing thereof.

Notary Public, in and for the State of Washington, residing at:

My commission expires: _______________

Approved as to form: __________________ Chief Civil Deputy Prosecutor

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 45

CONTRACT BOND

SILVER LAKE PARK MAPLE CREEK CAMPGROUND DRY FIRE HYDRANT PROJECT

Bid #20-50

KNOW ALL MEN BY THESE PRESENTS, that __

as PRINCIPAL, and _______________________ a corporation duly authorized to do a general Surety business in the State of Washington, as SURETY, are jointly and severally held and bound unto the COUNTY OF WHATCOM, OBLIGEE herein, in the sum of:

_______________________________________________________________________

($__________________), lawful money of the United States, for the payment of which we bind our heirs, administrators, executors, successors, and assigns, jointly and severally, firmly by these presents.

WHEREAS, the PRINCIPAL has executed and entered into a certain Contract, with the OBLIGEE, dated _____________________ in the Contract described, which Contract is hereto annexed.

NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH THAT:

If the PRINCIPAL shall well and truly perform and fulfill all and every obligation of the covenants, conditions, stipulations, and agreements in the Contract mentioned to be performed and fulfilled; and shall promptly make payment to all persons supplying him with labor, equipment and materials in the prosecution of the work provided for in the Contract; and shall keep the OBLIGEE harmless and indemnified from and against all and every claim, demand, judgment, lien, cost and fee of every description incurred in suits or otherwise against the OBLIGEE, growing out of or incurred in, the prosecution of the work according to the terms of the Contract; and shall repay to the OBLIGEE all sums of money which the OBLIGEE may pay to other persons on account of work and labor done or materials furnished on or for the Contract; and if the PRINCIPAL shall in all respects, faithfully perform said Contract, then this obligation shall be void; otherwise, the same shall remain in full force and virtue.

It is, however, mutually understood between the parties hereto, that in no event shall the SURETY be liable for a greater sum than the penalty of this bond.

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 46

IN WITNESS WHEREOF, this instrument is executed in counterparts, each one of

which shall be deemed an original. This ________day of________________20____.

WITNESS AS TO PRINCIPAL

(SEAL) Principal By:

Surety By: Attorney-in-Fact

The Attorney-In-Fact (Resident Agent) who executes this bond on behalf of the Surety, must attach a copy of his power of attorney as evidence of his authority.

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 47

RETAINAGE INVESTMENT OPTION

Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Bid #20-50

CONTRACTOR: ___________________________________________________

Pursuant to R.C.W. 60.28.010, as amended, you may choose how your retainage under this contract will be held and invested. Please complete and sign this form indicating your preference. If you fail to do so, the County will hold your retainage as described in "Current Expense" option 1 below.

1. Current Expense: The County will retain your money in its Current Expense Fund Account until sixty (60) days following final acceptance of the improvement or work as completed. You will not receive interest earned on this money.

2 Interest Bearing Account: The County will deposit retainage checks in an interest-bearing account in a bank, mutual savings bank, or savings and loan association, not subject to withdrawal until after the final acceptance of the improvement or work as completed or until agreed to by both parties. Interest on the account will be paid to you.

3. Escrow/Investments: The County will place the retainage checks in escrow with a bank or trust company until thirty days following the final acceptance of the improvement or work as completed. When the moneys reserved are to be placed in escrow, the County will issue a check representing the sum of the moneys reserved payable to the bank or trust company and you jointly. This check will be converted into bonds and securities chosen by you and approved by the County and these bonds and securities will be held in escrow. Interest on these bonds and securities will be paid to you as interest accrues. If this option is chosen, the bidder shall complete the Escrow Agreement form on the following pages.

4. Retainage Bond: The Bidder shall post a retainage bond equal to 5% of the total bid price on this. If this option is chosen, the Bidder shall complete the Retainage Bond form supplied in this document.

Retainage is normally released 45-60 days after final acceptance of work by the County, or following receipt of Washington State Departments of Labor and Industries / Revenue / Employment Security, whichever takes longer.

(Contractor's signature) (Title)

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 48

ESCROW AGREEMENT

Escrow No. Agency Whatcom County

TO:

The undersigned, , hereinafter referred to as the Contractor, has directed Whatcom County hereinafter referred to as the Agency, to deliver to you its warrants or checks which shall be payable to you and the Contractor jointly. Such warrants or checks are to be held and disposed of by you in accordance with the following instructions and upon the terms and conditions hereinafter set forth.

INSTRUCTIONS

1. The Agency shall deliver to you from time to time, checks or warrants payable jointly to you and the Contractor. You are hereby authorized by the Contractor to endorse in the Contractor's name, any such check or warrant so that you may receive the proceeds thereof and invest the same. The power of endorsement hereby granted to you by the Contractor shall be deemed a power coupled with an interest and shall be irrevocable during the term of this escrow. Although you may be a payee named in such warrants or checks as shall be delivered to you, your duties and responsibilities with respect to the same shall be only those duties and responsibilities which a depository bank would have, pursuant to Article 4 of the Uniform Commercial Code of the State of Washington for an item deposited with it for collection as of the date such check or warrant shall be delivered to you. The proceeds from collections shall be used by you to purchase, as directed by the Contractor, bonds or other securities chosen by the Contractor, and approved by you and the Agency. For the purpose of each such purchase, you may follow the last written direction received by you from the Contractor, provided such direction otherwise conforms to the restrictions or investments recited herein. Attached is a list of such bonds or other securities approved by the Agency. No further approval is necessary if any securities, except stocks, may be selected by the Contractor, subject to express written approval of you and the Agency. Purchase of such bonds or other securities shall be in a form which shall allow you alone to reconvert such bonds or other securities into money if you are required to do so by the Agency as provided in paragraph 4 of this Escrow Agreement.

The investments selected by the Contractor, approved by the Agency and purchase by you must mature on or prior to the date set for the completion of the contract, including extensions thereof or thirty days following the final acceptance of said improvement or work.

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 49

2. When and as interest on the securities held by you pursuant to this agreement accrues and is paid, you shall collect such interest and forward it to the Contractor at the address designated below unless within your written consent you are otherwise directed in writing by the Contractor.

3. You are not authorized to deliver to the Contractor all or any part of the securities held by you pursuant to this agreement (or any monies derived from the sale of such securities, or the negotiation of the Agency's warrants or checks) except in accordance with written instructions from the Agency. The Agency shall inform you and keep you informed in writing of the name of the person or persons with authority to give you such written instruc-tions. Compliance with such instructions shall relieve you of any further liability related thereto. The estimated completion date of the contract underlying this Escrow Agreement is _____________________________.

Upon request by you, the Agency shall advise you in writing of any change in the estimated completion date. If the estimated completion date is changed, you are authorized to reinvest the monies held hereunder in accordance with the new estimated completion date.

4. In the event the Agency orders you to do so in writing, and not withstanding any other provisions of this agreement, you shall, within thirty-five (35) days of receipt of such order, reconvert into money the securities held by you pursuant to this agreement and return such money, together with any other monies, including accrued interest on such securities held by you hereunder, to the Agency.

5. The Contractor agrees to pay you as compensation for your services hereunder as follows: __________________________________________________________________. Payment of all fees shall be the sole responsibility of the Contractor and shall not be deducted from any property placed with you pursuant to this agreement until and unless the Agency directs the release to the Contractor of the securities and monies held hereunder whereupon you shall be granted a first lien upon such property released and shall be entitled to reimburse yourself from such property for the entire amount of your fees and any anticipated amounts which might be owing as provided for herein. In the event that you are made a party to any litigation with respect to the property held by you hereunder, or in the event that the conditions of this escrow are not promptly fulfilled or that you are required to render any services not provided for in these instructions, or that there is any assignment of the interests of this escrow or any modification hereof, you shall be entitled to reasonable compensation for such extraordinary services from the Contractor and reimbursement from the Contractor for all costs and expenses, including attorney fees occasioned by such default, delay, controversy or litigation.

6. Should you at any time and for any reason desire to be relieved of your obligations as escrow holder hereunder, you shall give written notice to the Agency and Contractor. The Agency and Contractor shall, within 20 days of the receipt of such notice, jointly appoint a successor escrow holder and instruct you to deliver all securities and funds held hereunder to said

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 50

successor. If you are notified of the appointment of the successor escrow holder within 20 days, you may return the subject matter hereof to the Agency and upon so doing, it absolves you from all further charges and obligations in connection with this escrow.

7. This agreement shall not be binding until executed by the Contractor and the Agency and accepted by you.

8. This instrument contains the entire agreement between you, the Contractor and the Agency with respect to this escrow and you are not a party to nor bound by any instrument or agreement other than this; you shall not be required to take notice of any default any other matter, nor be bound by nor required to give notice or demand, nor required to take any action whatever except as herein expressly provided; you shall not be liable for any loss or damage not caused by your own negligence or willful misconduct.

9. The foregoing provisions shall be binding upon the assigns, successors, personal representatives, and heirs to the parties hereto.

The undersigned have read and hereby approve the instructions as given above governing the administration of this escrow and do hereby execute this agreement this _________ day of __________________, 20____. Contractor Agency By: Signature and Title Signature and Title Address The above escrow instructions received and accepted this day of , 20 . Bank or Trust Company By:

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 51

LIST OF TYPE OF BONDS OR SECURITIES THAT ARE APPROVED BY AGENCY

1. Bills, certificates, notes or bonds of the United States.

2. Other obligations of the United States or its agencies.

3. Any Corporation wholly owned by the government of the United States.

4. Indebtedness of the Federal National Mortgage Association.

5. Time deposits in Commercial Banks, Mutual Savings Banks or Savings and Loan Associations.

The investments selected must mature on or prior to the date set for completion of the contract, including extensions thereof.

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 52

Bond No. ___________________

RETAINAGE BOND KNOW ALL MEN BY THESE PRESENTS, that _____ _________________________________, A corporation existing under and by virtue of the laws of the State of _______________________ and authorized to do business in the State of Washington as Principal, and _____________________________ a corporation organized and existing under the laws of the ______________________________ and authorized to transact business in the State of Washington as Surety, are jointly and severally held and bound unto WHATCOM COUNTY, WASHINGTON, hereinafter called Obligee, and are similarly held and bound unto the beneficiaries of the trust fund created by RCW 60.28, in the penal sum of:

_______________________________________________Dollars ($ ) which is 5% of the Principal’s price on Contract No. _______________________. WHEREAS, on the _____________________________ the said Principal herein executed a contract with the Obligee, for ______________________________________. WHEREAS, said contract and RCW 60.28 require the Obligee to withhold from the principal the sum of 5% from monies earned on estimates during the progress of the construction, hereinafter referred to as earned retained funds. AND NOW WHEREAS, Principal has requested that the Obligee not retain any earned retained funds as allowed under RCW 60.28. NOW THEREFORE, the condition of this obligation is such that the surety is held and bound unto the beneficiaries of the trust fund created by RCW 60.28 in the penal sum of 5 percent of the final contract cost which shall include any increases due to change orders, increases in quantities of work or the addition of any new item of work. If the Principal shall use the earned retained funds, which will not be retained, for the trust fund purposes of RCW 60.28, then this obligation shall be null and void; otherwise, it shall remain in full force and effect until release is authorized in writing by the Obligee.

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 53

PROVIDED HOWEVER that: 1. The liability of the Surety under this bond shall not exceed 5% of the total amount earned by the

Principal if no monies are retained by the Obligee on estimates during the progress of construction. 2. Any suit under this bond must be instituted within the time period provided by applicable law.

WITNESS our hands this ______________day of __________________ 20______.

BY: __________________ __________

________________________ __ Principal

______________________________

______________________________

______________________________

Name and Address Local Office or Agent

APPROVED: WHATCOM COUNTY

PARKS AND RECREATION DEPARTMENT

By: _______________________________

Date: ____________________, 20 _______.

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 54

PART IV

APPENDICES

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 55

APPENDIX A

State Prevailing Wages

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 56

State of Washington Department of Labor & Industries

Prevailing Wage Section – Telephone 360-902-5335 PO Box 44540, Olympia WA 98504-4540

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 Key Code.

Journey Level Prevailing Wage Rates Whatcom County (Effective August 18, 2020)

Trade Job Classification Wage Holiday Overtime Note

Asbestos Abatement Workers Journey Level $50.86 5D 1H

Boilermakers Journey Level $69.29 5N 1C

Brick Mason Journey Level $58.82 5A 1M

Brick Mason Pointer-Caulker-Cleaner $58.82 5A 1M

Building Service Employees Janitor $13.50

1

Building Service Employees Shampooer $13.50

1

Building Service Employees Waxer $13.50

1

Building Service Employees Window Cleaner $13.50

1

Cabinet Makers (In Shop) Journey Level $24.89

1

Carpenters Acoustical Worker $62.44 7A 4C

Carpenters Carpenter $62.44 7A 4C

Carpenters Carpenters on Stationary Tools $62.57 7A 4C

Carpenters Creosoted Material $62.54 7A 4C

Carpenters Floor Finisher $62.44 7A 4C

Carpenters Floor Layer $62.44 7A 4C

Carpenters Scaffold Erector $62.44 7A 4C

Cement Masons Application of all Composition Mastic $62.97 7A 4U

Cement Masons Application of all Epoxy Material $62.47 7A 4U

Cement Masons Application of all Plastic Material $62.97 7A 4U

Cement Masons Application of Sealing Compound $62.47 7A 4U

Cement Masons Application of Underlayment $62.97 7A 4U

Cement Masons Building General $62.47 7A 4U

Cement Masons Composition or Kalman Floors $62.97 7A 4U

Cement Masons Concrete Paving $62.47 7A 4U

Cement Masons Curb & Gutter Machine $62.97 7A 4U

Cement Masons Curb & Gutter, Sidewalks $62.47 7A 4U

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 57

Trade Job Classification Wage Holiday Overtime Note

Cement Masons Curing Concrete $62.47 7A 4U

Cement Masons Finish Colored Concrete $62.97 7A 4U

Cement Masons Floor Grinding $62.97 7A 4U

Cement Masons Floor Grinding/Polisher $62.47 7A 4U

Cement Masons Green Concrete Saw, self-powered $62.97 7A 4U

Cement Masons Grouting of all Plates $62.47 7A 4U

Cement Masons Grouting of all Tilt-up Panels $62.47 7A 4U

Cement Masons Gunite Nozzleman $62.97 7A 4U

Cement Masons Hand Powered Grinder $62.97 7A 4U

Cement Masons Journey Level $62.47 7A 4U

Cement Masons Patching Concrete $62.47 7A 4U

Cement Masons Pneumatic Power Tools $62.97 7A 4U

Cement Masons Power Chipping & Brushing $62.97 7A 4U

Cement Masons Sand Blasting Architectural Finish $62.97 7A 4U

Cement Masons Screed & Rodding Machine $62.97 7A 4U

Cement Masons Spackling or Skim Coat Concrete $62.47 7A 4U

Cement Masons Troweling Machine Operator $62.97 7A 4U

Cement Masons Troweling Machine Operator on Colored Slabs

$62.97 7A 4U

Cement Masons Tunnel Workers $62.97 7A 4U

Divers & Tenders Bell/Vehicle or Submersible Operator (Not Under Pressure)

$116.20 7A 4C

Divers & Tenders Dive Supervisor/Master $79.23 7A 4C

Divers & Tenders Diver $116.20 7A 4C 8V

Divers & Tenders Diver On Standby $74.23 7A 4C

Divers & Tenders Diver Tender $67.31 7A 4C

Divers & Tenders Manifold Operator $67.31 7A 4C

Divers & Tenders Manifold Operator Mixed Gas $72.31 7A 4C

Divers & Tenders Remote Operated Vehicle Operator/Technician

$67.31 7A 4C

Divers & Tenders Remote Operated Vehicle Tender $62.69 7A 4C

Dredge Workers Assistant Engineer $56.44 5D 3F

Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F

Dredge Workers Boatmen $56.44 5D 3F

Dredge Workers Engineer Welder $57.51 5D 3F

Dredge Workers Leverman, Hydraulic $58.67 5D 3F

Dredge Workers Mates $56.44 5D 3F

Dredge Workers Oiler $56.00 5D 3F

Drywall Applicator Journey Level $62.44 5D 1H

Drywall Tapers Journey Level $62.81 5P 1E

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 58

Trade Job Classification Wage Holiday Overtime Note

Electrical Fixture Maintenance Workers Journey Level $13.82

1

Electricians - Inside Cable Splicer $75.42 7H 1E

Electricians - Inside Construction Stock Person $36.47 7H 1D

Electricians - Inside Journey Level $70.63 7H 1E

Electricians - Motor Shop Craftsman $15.37

1

Electricians - Motor Shop Journey Level $14.69

1

Electricians - Powerline Construction Cable Splicer $82.39 5A 4D

Electricians - Powerline Construction Certified Line Welder $75.64 5A 4D

Electricians - Powerline Construction Groundperson $49.17 5A 4D

Electricians - Powerline Construction Heavy Line Equipment Operator $75.64 5A 4D

Electricians - Powerline Construction Journey Level Lineperson $75.64 5A 4D

Electricians - Powerline Construction Line Equipment Operator $64.54 5A 4D

Electricians - Powerline Construction Meter Installer $49.17 5A 4D 8W

Electricians - Powerline Construction Pole Sprayer $75.64 5A 4D

Electricians - Powerline Construction Powderperson $56.49 5A 4D

Electronic Technicians Electronic Technicians Journey Level $45.23 5B 1B

Elevator Constructors Mechanic $97.31 7D 4A

Elevator Constructors Mechanic In Charge $105.06 7D 4A

Fabricated Precast Concrete Products Journey Level $13.67

1

Fabricated Precast Concrete Products Journey Level - In-Factory Work Only $13.67

1

Fence Erectors Fence Erector $43.11 7A 4V 8Y

Fence Erectors Fence Laborer $43.11 7A 4V 8Y

Flaggers Journey Level $43.11 7A 4V 8Y

Glaziers Journey Level $66.51 7L 1Y

Heat & Frost Insulators And Asbestos Workers

Journeyman $76.61 5J 4H

Heating Equipment Mechanics Mechanic $75.25 7F 1E

Hod Carriers & Mason Tenders Journey Level $52.44 7A 4V 8Y

Industrial Power Vacuum Cleaner Journey Level $13.50

1

Inland Boatmen Boat Operator $61.41 5B 1K

Inland Boatmen Cook $56.48 5B 1K

Inland Boatmen Deckhand $57.48 5B 1K

Inland Boatmen Deckhand Engineer $58.81 5B 1K

Inland Boatmen Launch Operator $58.89 5B 1K

Inland Boatmen Mate $57.31 5B 1K

Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control

Cleaner Operator, Foamer Operator $13.50

1

Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control

Grout Truck Operator $13.50

1

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 59

Trade Job Classification Wage Holiday Overtime Note

Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control

Head Operator $13.50

1

Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control

Technician $13.50

1

Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control

Tv Truck Operator $13.50

1

Insulation Applicators Journey Level $62.44 7A 4C

Ironworkers Journeyman $73.73 7N 1O

Laborers Air, Gas Or Electric Vibrating Screed $50.86 7A 4V 8Y

Laborers Airtrac Drill Operator $52.44 7A 4V 8Y

Laborers Ballast Regular Machine $50.86 7A 4V 8Y

Laborers Batch Weighman $43.11 7A 4V 8Y

Laborers Brick Pavers $50.86 7A 4V 8Y

Laborers Brush Cutter $50.86 7A 4V 8Y

Laborers Brush Hog Feeder $50.86 7A 4V 8Y

Laborers Burner $50.86 7A 4V 8Y

Laborers Caisson Worker $52.44 7A 4V 8Y

Laborers Carpenter Tender $50.86 7A 4V 8Y

Laborers Cement Dumper-paving $51.80 7A 4V 8Y

Laborers Cement Finisher Tender $50.86 7A 4V 8Y

Laborers Change House Or Dry Shack $50.86 7A 4V 8Y

Laborers Chipping Gun (30 Lbs. And Over) $51.80 7A 4V 8Y

Laborers Chipping Gun (Under 30 Lbs.) $50.86 7A 4V 8Y

Laborers Choker Setter $50.86 7A 4V 8Y

Laborers Chuck Tender $50.86 7A 4V 8Y

Laborers Clary Power Spreader $51.80 7A 4V 8Y

Laborers Clean-up Laborer $50.86 7A 4V 8Y

Laborers Concrete Dumper/Chute Operator $51.80 7A 4V 8Y

Laborers Concrete Form Stripper $50.86 7A 4V 8Y

Laborers Concrete Placement Crew $51.80 7A 4V 8Y

Laborers Concrete Saw Operator/Core Driller $51.80 7A 4V 8Y

Laborers Crusher Feeder $43.11 7A 4V 8Y

Laborers Curing Laborer $50.86 7A 4V 8Y

Laborers Demolition: Wrecking & Moving (Incl. Charred Material)

$50.86 7A 4V 8Y

Laborers Ditch Digger $50.86 7A 4V 8Y

Laborers Diver $52.44 7A 4V 8Y

Laborers Drill Operator (Hydraulic, Diamond) $51.80 7A 4V 8Y

Laborers Dry Stack Walls $50.86 7A 4V 8Y

Laborers Dump Person $50.86 7A 4V 8Y

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 60

Trade Job Classification Wage Holiday Overtime Note

Laborers Epoxy Technician $50.86 7A 4V 8Y

Laborers Erosion Control Worker $50.86 7A 4V 8Y

Laborers Faller & Bucker Chain Saw $51.80 7A 4V 8Y

Laborers Fine Graders $50.86 7A 4V 8Y

Laborers Firewatch $43.11 7A 4V 8Y

Laborers Form Setter $50.86 7A 4V 8Y

Laborers Gabian Basket Builders $50.86 7A 4V 8Y

Laborers General Laborer $50.86 7A 4V 8Y

Laborers Grade Checker & Transit Person $52.44 7A 4V 8Y

Laborers Grinders $50.86 7A 4V 8Y

Laborers Grout Machine Tender $50.86 7A 4V 8Y

Laborers Groutmen (Pressure) Including Post Tension Beams

$51.80 7A 4V 8Y

Laborers Guardrail Erector $50.86 7A 4V 8Y

Laborers Hazardous Waste Worker (Level A) $52.44 7A 4V 8Y

Laborers Hazardous Waste Worker (Level B) $51.80 7A 4V 8Y

Laborers Hazardous Waste Worker (Level C) $50.86 7A 4V 8Y

Laborers High Scaler $52.44 7A 4V 8Y

Laborers Jackhammer $51.80 7A 4V 8Y

Laborers Laserbeam Operator $51.80 7A 4V 8Y

Laborers Maintenance Person $50.86 7A 4V 8Y

Laborers Manhole Builder-Mudman $51.80 7A 4V 8Y

Laborers Material Yard Person $50.86 7A 4V 8Y

Laborers Motorman-Dinky Locomotive $51.80 7A 4V 8Y

Laborers Nozzleman (Concrete Pump, Green Cutter When Using Combination Of High Pressure Air & Water On Concrete & Rock, Sandblast, Gunite, Shotcrete, Water Blaster, Vacuum Blaster)

$51.80 7A 4V 8Y

Laborers Pavement Breaker $51.80 7A 4V 8Y

Laborers Pilot Car $43.11 7A 4V 8Y

Laborers Pipe Layer Lead $52.44 7A 4V 8Y

Laborers Pipe Layer/Tailor $51.80 7A 4V 8Y

Laborers Pipe Pot Tender $51.80 7A 4V 8Y

Laborers Pipe Reliner $51.80 7A 4V 8Y

Laborers Pipe Wrapper $51.80 7A 4V 8Y

Laborers Pot Tender $50.86 7A 4V 8Y

Laborers Powderman $52.44 7A 4V 8Y

Laborers Powderman's Helper $50.86 7A 4V 8Y

Laborers Power Jacks $51.80 7A 4V 8Y

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 61

Trade Job Classification Wage Holiday Overtime Note

Laborers Railroad Spike Puller - Power $51.80 7A 4V 8Y

Laborers Raker - Asphalt $52.44 7A 4V 8Y

Laborers Re-timberman $52.44 7A 4V 8Y

Laborers Remote Equipment Operator $51.80 7A 4V 8Y

Laborers Rigger/Signal Person $51.80 7A 4V 8Y

Laborers Rip Rap Person $50.86 7A 4V 8Y

Laborers Rivet Buster $51.80 7A 4V 8Y

Laborers Rodder $51.80 7A 4V 8Y

Laborers Scaffold Erector $50.86 7A 4V 8Y

Laborers Scale Person $50.86 7A 4V 8Y

Laborers Sloper (Over 20") $51.80 7A 4V 8Y

Laborers Sloper Sprayer $50.86 7A 4V 8Y

Laborers Spreader (Concrete) $51.80 7A 4V 8Y

Laborers Stake Hopper $50.86 7A 4V 8Y

Laborers Stock Piler $50.86 7A 4V 8Y

Laborers Swinging Stage/Boatswain Chair $43.11 7A 4V 8Y

Laborers Tamper & Similar Electric, Air & Gas Operated Tools

$51.80 7A 4V 8Y

Laborers Tamper (Multiple & Self-propelled) $51.80 7A 4V 8Y

Laborers Timber Person - Sewer (Lagger, Shorer & Cribber)

$51.80 7A 4V 8Y

Laborers Toolroom Person (at Jobsite) $50.86 7A 4V 8Y

Laborers Topper $50.86 7A 4V 8Y

Laborers Track Laborer $50.86 7A 4V 8Y

Laborers Track Liner (Power) $51.80 7A 4V 8Y

Laborers Traffic Control Laborer $46.10 7A 4V 9C

Laborers Traffic Control Supervisor $48.84 7A 4V 9C

Laborers Truck Spotter $50.86 7A 4V 8Y

Laborers Tugger Operator $51.80 7A 4V 8Y

Laborers Tunnel Work-Compressed Air Worker 0-30 psi

$120.61 7A 4V 9B

Laborers Tunnel Work-Compressed Air Worker 30.01-44.00 psi

$125.64 7A 4V 9B

Laborers Tunnel Work-Compressed Air Worker 44.01-54.00 psi

$129.32 7A 4V 9B

Laborers Tunnel Work-Compressed Air Worker 54.01-60.00 psi

$135.02 7A 4V 9B

Laborers Tunnel Work-Compressed Air Worker 60.01-64.00 psi

$137.14 7A 4V 9B

Laborers Tunnel Work-Compressed Air Worker 64.01-68.00 psi

$142.24 7A 4V 9B

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 62

Trade Job Classification Wage Holiday Overtime Note

Laborers Tunnel Work-Compressed Air Worker 68.01-70.00 psi

$144.14 7A 4V 9B

Laborers Tunnel Work-Compressed Air Worker 70.01-72.00 psi

$146.14 7A 4V 9B

Laborers Tunnel Work-Compressed Air Worker 72.01-74.00 psi

$148.14 7A 4V 9B

Laborers Tunnel Work-Guage and Lock Tender $52.54 7A 4V 8Y

Laborers Tunnel Work-Miner $52.54 7A 4V 8Y

Laborers Vibrator $51.80 7A 4V 8Y

Laborers Vinyl Seamer $50.86 7A 4V 8Y

Laborers Watchman $39.18 7A 4V 8Y

Laborers Welder $51.80 7A 4V 8Y

Laborers Well Point Laborer $51.80 7A 4V 8Y

Laborers Window Washer/Cleaner $39.18 7A 4V 8Y

Laborers - Underground Sewer & Water General Laborer & Topman $50.86 7A 4V 8Y

Laborers - Underground Sewer & Water Pipe Layer $51.80 7A 4V 8Y

Landscape Construction Landscape Construction/Landscaping Or Planting Laborers

$39.18 7A 4V 8Y

Landscape Construction Landscape Operator $68.02 7A 3K 8X

Landscape Maintenance Groundskeeper $13.50

1

Lathers Journey Level $62.44 5D 1H

Marble Setters Journey Level $58.82 5A 1M

Metal Fabrication (In Shop) Fitter $13.81

1

Metal Fabrication (In Shop) Laborer $13.50

1

Metal Fabrication (In Shop) Machine Operator $13.81

1

Metal Fabrication (In Shop) Welder $13.81

1

Millwright Journey Level $63.94 7A 4C

Modular Buildings Journey Level $13.50

1

Painters Journey Level $43.40 6Z 2B

Pile Driver Crew Tender $67.31 7A 4C

Pile Driver Crew Tender/Technician $67.31 7A 4C

Pile Driver Hyperbaric Worker - Compressed Air Worker 0-30.00 PSI

$77.93 7A 4C

Pile Driver Hyperbaric Worker - Compressed Air Worker 30.01 - 44.00 PSI

$82.93 7A 4C

Pile Driver Hyperbaric Worker - Compressed Air Worker 44.01 - 54.00 PSI

$86.93 7A 4C

Pile Driver Hyperbaric Worker - Compressed Air Worker 54.01 - 60.00 PSI

$91.93 7A 4C

Pile Driver Hyperbaric Worker - Compressed Air Worker 60.01 - 64.00 PSI

$94.43 7A 4C

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 63

Trade Job Classification Wage Holiday Overtime Note

Pile Driver Hyperbaric Worker - Compressed Air Worker 64.01 - 68.00 PSI

$99.43 7A 4C

Pile Driver Hyperbaric Worker - Compressed Air Worker 68.01 - 70.00 PSI

$101.43 7A 4C

Pile Driver Hyperbaric Worker - Compressed Air Worker 70.01 - 72.00 PSI

$103.43 7A 4C

Pile Driver Hyperbaric Worker - Compressed Air Worker 72.01 - 74.00 PSI

$105.43 7A 4C

Pile Driver Journey Level $62.69 7A 4C

Plasterers Journey Level $59.29 7Q 1R

Playground & Park Equipment Installers Journey Level $13.50

1

Plumbers & Pipefitters Journey Level $76.22 5A 1G

Power Equipment Operators Asphalt Plant Operators $69.16 7A 3K 8X

Power Equipment Operators Assistant Engineer $65.05 7A 3K 8X

Power Equipment Operators Barrier Machine (zipper) $68.55 7A 3K 8X

Power Equipment Operators Batch Plant Operator: concrete $68.55 7A 3K 8X

Power Equipment Operators Bobcat $65.05 7A 3K 8X

Power Equipment Operators Brokk - Remote Demolition Equipment $65.05 7A 3K 8X

Power Equipment Operators Brooms $65.05 7A 3K 8X

Power Equipment Operators Bump Cutter $68.55 7A 3K 8X

Power Equipment Operators Cableways $69.16 7A 3K 8X

Power Equipment Operators Chipper $68.55 7A 3K 8X

Power Equipment Operators Compressor $65.05 7A 3K 8X

Power Equipment Operators Concrete Finish Machine - Laser Screed $65.05 7A 3K 8X

Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure

$68.02 7A 3K 8X

Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Over 42 M

$69.16 7A 3K 8X

Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Up To 42m

$68.55 7A 3K 8X

Power Equipment Operators Conveyors $68.02 7A 3K 8X

Power Equipment Operators Cranes friction: 200 tons and over $71.26 7A 3K 8X

Power Equipment Operators Cranes: 100 tons through 199 tons, or 150' of boom (including jib with attachments)

$69.85 7A 3K 8X

Power Equipment Operators Cranes: 20 Tons Through 44 Tons With Attachments

$68.55 7A 3K 8X

Power Equipment Operators Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments

$70.57 7A 3K 8X

Power Equipment Operators Cranes: 300 tons and over or 300' of boom including jib with attachments

$71.26 7A 3K 8X

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 64

Trade Job Classification Wage Holiday Overtime Note

Power Equipment Operators Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments)

$69.16 7A 3K 8X

Power Equipment Operators Cranes: A-frame - 10 Tons And Under $65.05 7A 3K 8X

Power Equipment Operators Cranes: Friction cranes through 199 tons $70.57 7A 3K 8X

Power Equipment Operators Cranes: through 19 tons with attachments, A-frame over 10 tons

$68.02 7A 3K 8X

Power Equipment Operators Crusher $68.55 7A 3K 8X

Power Equipment Operators Deck Engineer/Deck Winches (power) $68.55 7A 3K 8X

Power Equipment Operators Derricks, On Building Work $69.16 7A 3K 8X

Power Equipment Operators Dozers D-9 & Under $68.02 7A 3K 8X

Power Equipment Operators Drill Oilers: Auger Type, Truck Or Crane Mount

$68.02 7A 3K 8X

Power Equipment Operators Drilling Machine $69.85 7A 3K 8X

Power Equipment Operators Elevator And Man-lift: Permanent And Shaft Type

$65.05 7A 3K 8X

Power Equipment Operators Finishing Machine, Bidwell And Gamaco & Similar Equipment

$68.55 7A 3K 8X

Power Equipment Operators Forklift: 3000 Lbs And Over With Attachments

$68.02 7A 3K 8X

Power Equipment Operators Forklifts: Under 3000 Lbs. With Attachments $65.05 7A 3K 8X

Power Equipment Operators Grade Engineer: Using Blue Prints, Cut Sheets, Etc

$68.55 7A 3K 8X

Power Equipment Operators Gradechecker/Stakeman $65.05 7A 3K 8X

Power Equipment Operators Guardrail Punch $68.55 7A 3K 8X

Power Equipment Operators Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over

$69.16 7A 3K 8X

Power Equipment Operators Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards

$68.55 7A 3K 8X

Power Equipment Operators Horizontal/Directional Drill Locator $68.02 7A 3K 8X

Power Equipment Operators Horizontal/Directional Drill Operator $68.55 7A 3K 8X

Power Equipment Operators Hydralifts/Boom Trucks Over 10 Tons $68.02 7A 3K 8X

Power Equipment Operators Hydralifts/Boom Trucks, 10 Tons And Under $65.05 7A 3K 8X

Power Equipment Operators Loader, Overhead 8 Yards. & Over $69.85 7A 3K 8X

Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards

$69.16 7A 3K 8X

Power Equipment Operators Loaders, Overhead Under 6 Yards $68.55 7A 3K 8X

Power Equipment Operators Loaders, Plant Feed $68.55 7A 3K 8X

Power Equipment Operators Loaders: Elevating Type Belt $68.02 7A 3K 8X

Power Equipment Operators Locomotives, All $68.55 7A 3K 8X

Power Equipment Operators Material Transfer Device $68.55 7A 3K 8X

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 65

Trade Job Classification Wage Holiday Overtime Note

Power Equipment Operators Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic)

$69.85 7A 3K 8X

Power Equipment Operators Motor Patrol Graders $69.16 7A 3K 8X

Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield

$69.16 7A 3K 8X

Power Equipment Operators Oil Distributors, Blower Distribution & Mulch Seeding Operator

$65.05 7A 3K 8X

Power Equipment Operators Outside Hoists (Elevators And Manlifts), Air Tuggers, Strato

$68.02 7A 3K 8X

Power Equipment Operators Overhead, Bridge Type Crane: 20 Tons Through 44 Tons

$68.55 7A 3K 8X

Power Equipment Operators Overhead, Bridge Type: 100 Tons And Over $69.85 7A 3K 8X

Power Equipment Operators Overhead, Bridge Type: 45 Tons Through 99 Tons

$69.16 7A 3K 8X

Power Equipment Operators Pavement Breaker $65.05 7A 3K 8X

Power Equipment Operators Pile Driver (other Than Crane Mount) $68.55 7A 3K 8X

Power Equipment Operators Plant Oiler - Asphalt, Crusher $68.02 7A 3K 8X

Power Equipment Operators Posthole Digger, Mechanical $65.05 7A 3K 8X

Power Equipment Operators Power Plant $65.05 7A 3K 8X

Power Equipment Operators Pumps - Water $65.05 7A 3K 8X

Power Equipment Operators Quad 9, Hd 41, D10 And Over $69.16 7A 3K 8X

Power Equipment Operators Quick Tower - No Cab, Under 100 Feet In Height Based To Boom

$65.05 7A 3K 8X

Power Equipment Operators Remote Control Operator On Rubber Tired Earth Moving Equipment

$69.16 7A 3K 8X

Power Equipment Operators Rigger and Bellman $65.05 7A 3K 8X

Power Equipment Operators Rigger/Signal Person, Bellman (Certified) $68.02 7A 3K 8X

Power Equipment Operators Rollagon $69.16 7A 3K 8X

Power Equipment Operators Roller, Other Than Plant Mix $65.05 7A 3K 8X

Power Equipment Operators Roller, Plant Mix Or Multi-lift Materials $68.02 7A 3K 8X

Power Equipment Operators Roto-mill, Roto-grinder $68.55 7A 3K 8X

Power Equipment Operators Saws - Concrete $68.02 7A 3K 8X

Power Equipment Operators Scraper, Self Propelled Under 45 Yards $68.55 7A 3K 8X

Power Equipment Operators Scrapers - Concrete & Carry All $68.02 7A 3K 8X

Power Equipment Operators Scrapers, Self-propelled: 45 Yards And Over $69.16 7A 3K 8X

Power Equipment Operators Service Engineers - Equipment $68.02 7A 3K 8X

Power Equipment Operators Shotcrete/Gunite Equipment $65.05 7A 3K 8X

Power Equipment Operators Shovel, Excavator, Backhoe, Tractors Under 15 Metric Tons

$68.02 7A 3K 8X

Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons

$69.16 7A 3K 8X

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 66

Trade Job Classification Wage Holiday Overtime Note

Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons

$68.55 7A 3K 8X

Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons

$69.85 7A 3K 8X

Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons

$70.57 7A 3K 8X

Power Equipment Operators Slipform Pavers $69.16 7A 3K 8X

Power Equipment Operators Spreader, Topsider & Screedman $69.16 7A 3K 8X

Power Equipment Operators Subgrader Trimmer $68.55 7A 3K 8X

Power Equipment Operators Tower Bucket Elevators $68.02 7A 3K 8X

Power Equipment Operators Tower Crane Up To 175' In Height Base To Boom

$69.85 7A 3K 8X

Power Equipment Operators Tower Crane: over 175’ through 250’ in height, base to boom

$70.57 7A 3K 8X

Power Equipment Operators Tower Cranes: over 250' in height from base to boom

$71.26 7A 3K 8X

Power Equipment Operators Transporters, All Track Or Truck Type $69.16 7A 3K 8X

Power Equipment Operators Trenching Machines $68.02 7A 3K 8X

Power Equipment Operators Truck Crane Oiler/driver - 100 Tons And Over $68.55 7A 3K 8X

Power Equipment Operators Truck Crane Oiler/Driver Under 100 Tons $68.02 7A 3K 8X

Power Equipment Operators Truck Mount Portable Conveyor $68.55 7A 3K 8X

Power Equipment Operators Welder $69.16 7A 3K 8X

Power Equipment Operators Wheel Tractors, Farmall Type $65.05 7A 3K 8X

Power Equipment Operators Yo Yo Pay Dozer $68.55 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Asphalt Plant Operators $69.16 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Assistant Engineer $65.05 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Barrier Machine (zipper) $68.55 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Batch Plant Operator, Concrete $68.55 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Bobcat $65.05 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Brokk - Remote Demolition Equipment $65.05 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Brooms $65.05 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Bump Cutter $68.55 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Cableways $69.16 7A 3K 8X

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 67

Trade Job Classification Wage Holiday Overtime Note

Power Equipment Operators- Underground Sewer & Water

Chipper $68.55 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Compressor $65.05 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Concrete Finish Machine - Laser Screed $65.05 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure

$68.02 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Concrete Pump: Truck Mount With Boom Attachment Over 42 M

$69.16 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Concrete Pump: Truck Mount With Boom Attachment Up To 42m

$68.55 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Conveyors $68.02 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Cranes friction: 200 tons and over $71.26 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Cranes: 100 tons through 199 tons, or 150' of boom (including jib with attachments)

$69.85 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Cranes: 20 Tons Through 44 Tons With Attachments

$68.55 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments

$70.57 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Cranes: 300 tons and over or 300' of boom including jib with attachments

$71.26 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments)

$69.16 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Cranes: A-frame - 10 Tons And Under $65.05 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Cranes: Friction cranes through 199 tons $70.57 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Cranes: through 19 tons with attachments, A-frame over 10 tons

$68.02 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Crusher $68.55 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Deck Engineer/Deck Winches (power) $68.55 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Derricks, On Building Work $69.16 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Dozers D-9 & Under $68.02 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Drill Oilers: Auger Type, Truck Or Crane Mount

$68.02 7A 3K 8X

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 68

Trade Job Classification Wage Holiday Overtime Note

Power Equipment Operators- Underground Sewer & Water

Drilling Machine $69.85 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Elevator And Man-lift: Permanent And Shaft Type

$65.05 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Finishing Machine, Bidwell And Gamaco & Similar Equipment

$68.55 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Forklift: 3000 Lbs And Over With Attachments

$68.02 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Forklifts: Under 3000 Lbs. With Attachments $65.05 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Grade Engineer: Using Blue Prints, Cut Sheets, Etc

$68.55 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Gradechecker/Stakeman $65.05 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Guardrail Punch $68.55 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over

$69.16 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards

$68.55 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Horizontal/Directional Drill Locator $68.02 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Horizontal/Directional Drill Operator $68.55 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Hydralifts/Boom Trucks Over 10 Tons $68.02 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Hydralifts/Boom Trucks, 10 Tons And Under $65.05 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Loader, Overhead 8 Yards. & Over $69.85 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Loader, Overhead, 6 Yards. But Not Including 8 Yards

$69.16 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Loaders, Overhead Under 6 Yards $68.55 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Loaders, Plant Feed $68.55 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Loaders: Elevating Type Belt $68.02 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Locomotives, All $68.55 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Material Transfer Device $68.55 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic)

$69.85 7A 3K 8X

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 69

Trade Job Classification Wage Holiday Overtime Note

Power Equipment Operators- Underground Sewer & Water

Motor Patrol Graders $69.16 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield

$69.16 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Oil Distributors, Blower Distribution & Mulch Seeding Operator

$65.05 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Outside Hoists (Elevators And Manlifts), Air Tuggers, Strato

$68.02 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Overhead, Bridge Type Crane: 20 Tons Through 44 Tons

$68.55 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Overhead, Bridge Type: 100 Tons And Over $69.85 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Overhead, Bridge Type: 45 Tons Through 99 Tons

$69.16 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Pavement Breaker $65.05 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Pile Driver (other Than Crane Mount) $68.55 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Plant Oiler - Asphalt, Crusher $68.02 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Posthole Digger, Mechanical $65.05 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Power Plant $65.05 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Pumps - Water $65.05 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Quad 9, Hd 41, D10 And Over $69.16 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Quick Tower - No Cab, Under 100 Feet In Height Based To Boom

$65.05 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Remote Control Operator On Rubber Tired Earth Moving Equipment

$69.16 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Rigger and Bellman $65.05 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Rigger/Signal Person, Bellman (Certified) $68.02 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Rollagon $69.16 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Roller, Other Than Plant Mix $65.05 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Roller, Plant Mix Or Multi-lift Materials $68.02 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Roto-mill, Roto-grinder $68.55 7A 3K 8X

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 70

Trade Job Classification Wage Holiday Overtime Note

Power Equipment Operators- Underground Sewer & Water

Saws - Concrete $68.02 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Scraper, Self Propelled Under 45 Yards $68.55 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Scrapers - Concrete & Carry All $68.02 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Scrapers, Self-propelled: 45 Yards And Over $69.16 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Service Engineers - Equipment $68.02 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Shotcrete/Gunite Equipment $65.05 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Shovel, Excavator, Backhoe, Tractors Under 15 Metric Tons

$68.02 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons

$69.16 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons

$68.55 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons

$69.85 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Shovel, Excavator, Backhoes: Over 90 Metric Tons

$70.57 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Slipform Pavers $69.16 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Spreader, Topsider & Screedman $69.16 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Subgrader Trimmer $68.55 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Tower Bucket Elevators $68.02 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Tower Crane Up To 175' In Height Base To Boom

$69.85 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Tower Crane: over 175’ through 250’ in height, base to boom

$70.57 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Tower Cranes: over 250' in height from base to boom

$71.26 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Transporters, All Track Or Truck Type $69.16 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Trenching Machines $68.02 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Truck Crane Oiler/driver - 100 Tons And Over $68.55 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Truck Crane Oiler/Driver Under 100 Tons $68.02 7A 3K 8X

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 71

Trade Job Classification Wage Holiday Overtime Note

Power Equipment Operators- Underground Sewer & Water

Truck Mount Portable Conveyor $68.55 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Welder $69.16 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Wheel Tractors, Farmall Type $65.05 7A 3K 8X

Power Equipment Operators- Underground Sewer & Water

Yo Yo Pay Dozer $68.55 7A 3K 8X

Power Line Clearance Tree Trimmers Journey Level In Charge $53.10 5A 4A

Power Line Clearance Tree Trimmers Spray Person $50.40 5A 4A

Power Line Clearance Tree Trimmers Tree Equipment Operator $53.10 5A 4A

Power Line Clearance Tree Trimmers Tree Trimmer $47.48 5A 4A

Power Line Clearance Tree Trimmers Tree Trimmer Groundperson $36.10 5A 4A

Refrigeration & Air Conditioning Mechanics Journey Level $84.01 6Z 1G

Residential Brick Mason Journey Level $58.82 5A 1M

Residential Carpenters Journey Level $27.07

1

Residential Cement Masons Journey Level $35.24

1

Residential Drywall Applicators Journey Level $28.42

1

Residential Drywall Tapers Journey Level $27.18

1

Residential Electricians Journey Level $42.80

1

Residential Glaziers Journey Level $15.68

1

Residential Insulation Applicators Journey Level $18.03

1

Residential Laborers Journey Level $22.73

1

Residential Marble Setters Journey Level $58.82 5A 1M

Residential Painters Journey Level $19.81

1

Residential Plumbers & Pipefitters Journey Level $32.12

1

Residential Refrigeration & Air Conditioning Mechanics

Journey Level $44.20 5A 1G

Residential Sheet Metal Workers Journey Level (Field or Shop) $41.70 7J 1I

Residential Soft Floor Layers Journey Level $30.31

1

Residential Sprinkler Fitters (Fire Protection) Journey Level $17.09

1

Residential Stone Masons Journey Level $58.82 5A 1M

Residential Terrazzo Workers Journey Level $14.86

1

Residential Terrazzo/Tile Finishers Journey Level $18.09

1

Residential Tile Setters Journey Level $14.86

1

Roofers Journey Level $25.27

1

Sheet Metal Workers Journey Level (Field or Shop) $75.25 7F 1E

Shipbuilding & Ship Repair New Construction Boilermaker $36.36 7V 1

Shipbuilding & Ship Repair New Construction Carpenter $36.36 7V 1

Shipbuilding & Ship Repair New Construction Crane Operator $36.36 7V 1

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 72

Trade Job Classification Wage Holiday Overtime Note

Shipbuilding & Ship Repair New Construction Electrician $36.36 7V 1

Shipbuilding & Ship Repair New Construction Heat & Frost Insulator $76.61 5J 4H

Shipbuilding & Ship Repair New Construction Laborer $36.36 7V 1

Shipbuilding & Ship Repair New Construction Machinist $36.36 7V 1

Shipbuilding & Ship Repair New Construction Operating Engineer $36.36 7V 1

Shipbuilding & Ship Repair New Construction Painter $36.36 7V 1

Shipbuilding & Ship Repair New Construction Pipefitter $36.36 7V 1

Shipbuilding & Ship Repair New Construction Rigger $36.36 7V 1

Shipbuilding & Ship Repair New Construction Sheet Metal $36.36 7V 1

Shipbuilding & Ship Repair New Construction Shipfitter $36.36 7V 1

Shipbuilding & Ship Repair New Construction Warehouse/Teamster $36.36 7V 1

Shipbuilding & Ship Repair New Construction Welder / Burner $36.36 7V 1

Shipbuilding & Ship Repair Ship Repair Boilermaker $46.15 7X 4J

Shipbuilding & Ship Repair Ship Repair Carpenter $44.95 7X 4J

Shipbuilding & Ship Repair Ship Repair Crane Operator $45.06 7Y 4K

Shipbuilding & Ship Repair Ship Repair Electrician $46.22 7X 4J

Shipbuilding & Ship Repair Ship Repair Heat & Frost Insulator $76.61 5J 4H

Shipbuilding & Ship Repair Ship Repair Laborer $46.15 7X 4J

Shipbuilding & Ship Repair Ship Repair Machinist $46.15 7X 4J

Shipbuilding & Ship Repair Ship Repair Operating Engineer $45.06 7Y 4K

Shipbuilding & Ship Repair Ship Repair Painter $46.15 7X 4J

Shipbuilding & Ship Repair Ship Repair Pipefitter $46.15 7X 4J

Shipbuilding & Ship Repair Ship Repair Rigger $46.15 7X 4J

Shipbuilding & Ship Repair Ship Repair Sheet Metal $46.15 7X 4J

Shipbuilding & Ship Repair Ship Repair Shipwright $44.95 7X 4J

Shipbuilding & Ship Repair Ship Repair Warehouse / Teamster $45.06 7Y 4K

Sign Makers & Installers (Electrical) Journey Level $16.03

1

Sign Makers & Installers (Non-Electrical) Journey Level $14.23

1

Soft Floor Layers Journey Level $51.07 5A 3J

Solar Controls For Windows Journey Level $13.50

1

Sprinkler Fitters (Fire Protection) Journey Level $56.76 7J 1R

Stage Rigging Mechanics (Non Structural) Journey Level $13.50

1

Stone Masons Journey Level $58.82 5A 1M

Street And Parking Lot Sweeper Workers Journey Level $15.00

1

Surveyors Assistant Construction Site Surveyor $68.02 7A 3K 8X

Surveyors Chainman $65.05 7A 3K 8X

Surveyors Construction Site Surveyor $69.16 7A 3K 8X

Telecommunication Technicians Telecom Technician Journey Level $45.23 5B 1B

Telephone Line Construction - Outside Cable Splicer $41.81 5A 2B

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 73

Trade Job Classification Wage Holiday Overtime Note

Telephone Line Construction - Outside Hole Digger/Ground Person $23.53 5A 2B

Telephone Line Construction - Outside Installer (Repairer) $40.09 5A 2B

Telephone Line Construction - Outside Special Aparatus Installer I $41.81 5A 2B

Telephone Line Construction - Outside Special Apparatus Installer II $40.99 5A 2B

Telephone Line Construction - Outside Telephone Equipment Operator (Heavy) $41.81 5A 2B

Telephone Line Construction - Outside Telephone Equipment Operator (Light) $38.92 5A 2B

Telephone Line Construction - Outside Telephone Lineperson $38.92 5A 2B

Telephone Line Construction - Outside Television Groundperson $22.32 5A 2B

Telephone Line Construction - Outside Television Lineperson/Installer $29.60 5A 2B

Telephone Line Construction - Outside Television System Technician $35.20 5A 2B

Telephone Line Construction - Outside Television Technician $31.67 5A 2B

Telephone Line Construction - Outside Tree Trimmer $38.92 5A 2B

Terrazzo Workers Journey Level $54.06 5A 1M

Tile Setters Journey Level $54.06 5A 1M

Tile, Marble & Terrazzo Finishers Finisher $44.89 5A 1B

Traffic Control Stripers Journey Level $47.68 7A 1K

Truck Drivers Asphalt Mix Over 16 Yards $60.84 5D 4Y 8L

Truck Drivers Asphalt Mix To 16 Yards $60.00 5D 4Y 8L

Truck Drivers Dump Truck $60.00 5D 4Y 8L

Truck Drivers Dump Truck & Trailer $60.84 5D 4Y 8L

Truck Drivers Other Trucks $60.84 5D 4Y 8L

Truck Drivers - Ready Mix Transit Mix $60.84 5D 4Y 8L

Well Drillers & Irrigation Pump Installers Irrigation Pump Installer $15.00

1

Well Drillers & Irrigation Pump Installers Oiler $13.50

1

Well Drillers & Irrigation Pump Installers Well Driller $18.02

1

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 74

APPENDIX B

Environmental Permits

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 75

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 76

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 77

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 78

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 79

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 80

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 81

APPENDIX C

Equipment Rental Agreement

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 82

AGC-WSDOT EQUIPMENT RENTAL AGREEMENT

Effective Date: Jun 16, 2020 Until Further Notice

It is mutually agreed by the parties to this agreement that rental rates paid to Contractors for equipment used on force account will be established in accordance with Section 1-09.6 of the Standard Specifications and this agreement. The following rules have been agreed to:

1. General

The Rental Rate Blue Book® published by Equipment Watch™ (herein after simply referred to as Blue Book), as clarified or modified by this agreement, will be used to establish rental rates for equipment approved for use on force account work. Rate modifications for the State of Washington shall be used for all equipment covered under this agreement. Equipment rates established under the terms of this agreement will be the rates in effect for each section of the Blue Book at the time the equipment is used.

2. Rental Rate

The hourly rental rate for equipment utilized on force account shall be a combination of the following items:

a. Ownership Costs: The ownership costs shall be calculated by using the Blue Book monthly rate multiplied by the Rate Adjustment factors for age and geographic location divided by 176. The geographic location used for calculating rates shall be Washington DOT.

b. Implements and Attachments (hereafter simply referred to as attachments): will be included in the rental rate when the Engineer deems them necessary to accomplish the force account work. An approved attachment that is continuously attached and used intermittently during the work will be paid for the same duration as the host equipment. When multiple attachments are approved for use, and the attachments are being used interchangeably on the force account operation, only the one attachment having the higher rate will be paid for the same duration as the host equipment. Attachments that are continuously attached, but not used will be paid for at the standby rate in accordance with Section 3 of this agreement, unless it is more economical to remove the attachment. Removal of the attachment, when authorized by the Engineer, will be paid in accordance with Section 5 of this agreement.

c. Operating Costs: The hourly operating cost for each hour that the equipment is in use. "In use" shall mean that the equipment is operating and the presence of the equipment is necessary for the operation. The equipment shall be present and not used for other activities while the force account work is underway. Under the circumstances, the equipment shall be paid at its hourly rate plus the hourly operating cost. If the equipment is not operating, but is necessary for the operation, it may be eligible for payment as Standby Time.

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 83

3. Standby Time

Standby time shall be defined as the time during which equipment is idled, but cannot be assigned to other work on the project. Only that equipment which has been utilized for work on the force account and is expected to be utilized again on the same force account will be eligible for standby compensation. The Contractor is expected to utilize idled equipment on other work if reasonable. Standby time will only be paid if the Engineer has had an opportunity to evaluate the cost of standby versus the cost of mobilizing and demobilizing and has ordered standby.

When ordered by the Engineer, standby time shall be paid at the standby rate established by Blue Book. The operating cost shall not be included in the calculation for establishing the standby rate. Standby time will not be compensated beyond that amount which will bring the resulting total of operated time and standby time to 8 hours in any one day or 40 hours in any one week.

4. Rental Equipment

If Contactor-owned equipment is not reasonably available, the Engineer may approve the use of operated or non-operated rental equipment. Operated equipment shall be considered a "service" and shall be compensated according to section 4 of the force account specification.

Non-operated equipment shall be compensated according to the provisions for rented equipment in section 3 of the force account specifications. If the invoice costs of non- operated equipment do not specifically say the fuel is included, the Blue Book hourly operating cost (see section 2c) shall be added for each hour the equipment operates.

When rental equipment is used on both force account and non-force account work, payment for the equipment will be a prorated share of the invoice cost. The time period covered by the invoice shall reflect the normal practice of the renting agency, except that the time period shall not exceed one month. When calculating the prorated share, the amounts of standby time for both types of work will be considered according to the formula:

Share of Invoice to be charged to force account = F/(F+NF)

Where:

F =Number of hours equipment was utilized on force account including standby time.

NF= Number of hours equipment was utilized on non-force account including standby time.

5. Mobilization

Force account mobilization of equipment is defined as the preparatory work performed by the Contractor including procurement, loading and transportation of equipment that is intended for use in a force account. A pro rata adjustment will be made when the equipment is eventually used for regular Contract work in addition to the force account work. Mobilization also included the costs incurred during demobilization. The costs will be included in the appropriate sections (Labor, Equipment, Services, etc) depending on the

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 84

nature of the cost. If the equipment being mobilized is hauled, payment will cover the hauling vehicle (operated cost). In the event that equipment is transferred under its own power, the payment will cover the operated cost of the equipment plus operator costs. Move- out, or demobilization costs will provide for the return of the equipment to the location from which it was obtained. In the event that the move-out is to a different location, payment will not exceed the amount of the move-in.

If approved by the Engineer, payment will be allowed for moving equipment front work site to work site within the project after the equipment is on the job.

Charges for mechanic's time utilized in servicing equipment to ready it for use prior to moving to the project and similar charges will not be allowed.

6. Blue Book Omissions

In the event a rate has not been established for a particular piece of equipment in the Blue Book, a rate will be established, utilizing one or more of the following methods:

a. Use a rate for the most similar model found in the applicable Blue Book. Such characteristics as manufacturer, capacity, horsepower, and fuel type will be used as the basis for selecting a similar model.

b. Request a rate through the WSDOT HQ Construction Office for the rate not included in the Blue Book.

c. Utilize a rate agreed upon by the parties.

d. For equipment that is older than 20 years the oldest adjustment rate available in the Blue Book shall be used.

7. Breakdown

The Contractor' shall provide reasonable maintenance efforts for equipment utilized in force account. When a breakdown occurs for any piece of equipment being used on force account work, the Contractor shall first divert idled equipment to replace it. If idled equipment is not available, the Engineer may order rental equipment.

Payment shall cease for the equipment that is broken down. Payment shall also cease for any other equipment that is idled as a result of the breakdown (there will be no standby payment). Payment for any labor that is idled as a result of the breakdown will be made in accordance with provisions of section 1 of the force account specifications, particularly as related to contractual obligations and normal practices of the Contractor.

8. Shutdown

If the Engineer orders a shutdown of any or all of the force account, the equipment idled as a result of the shutdown shall be diverted to other work. When diversion of equipment is not practical, standby time may be paid during non-operating hours as provided in Item 3 of this agreement.

The Engineer reserves the right to cease standby payment for equipment that is idled as a

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 85

result of a shutdown when the shutdown is anticipated to be for an extended period of time. No further payment shall be allowed after the date the Engineer intakes this determination except as provided in Item 5 of this agreement, "Mobilization."

Standby time shall hot be paid when shutdown is the result of the fault or negligence of the Contractor.

9. Small Tools

Any contractor-owned equipment listed in the Blue Book with a monthly rate of less than $100 and any other equipment with a purchase price of less than $500 shall be considered Small Tools and shall be paid by negotiation rather than using an hourly rate (except for rentals.) Any such small tool that is rented shall be paid according to the rental provisions in the Equipment section of this agreement. All other Small Tools shall be paid by agreement of the parties. After the force account work has been completed, (or more often, by agreement of the parties,) the Contractor shall promptly supply a list of small tools and equipment that have been utilized in the work. The list shall be supported by invoices or, in the event the item came from stock, by a Contractor affidavit of purchase cost. The negotiation of the Small Tools payment may include discussions of shared use with other work and of residual value, if appropriate. Once agreed upon, the small tools amount will be added to the payment amount in the Equipment section (Section 3 of the force account specification.)

10. Concurrence, Review Time

This agreement is issued after conference among representatives of the Associated General Contractors of Washington and the Washington State Department of Transportation and has the approval of both. Either party may request a review after a one-year period.

Associated General Contractors of Washington Washington State Department of Transportation

Dave D’Hondt Robert E. Christopher III, P.E. Executive Vice President State Construction Engineer

Whatcom County Bid #20-50 Silver Lake Park Maple Creek Campground Dry Fire Hydrant Project Page 86

PART V

PLANS

SIGN POST DETAIL

DRY HYDRANT INSTALLATION (N.I.C.)01

SILVER LAKE PARK

ROADWAY MAINTENANCE & IMPROVEMENT DRAWINGS

2014190

WHATCOM COUNTYPARKS AND RECREATION

3373 MT. BAKER HIGHWAYBELLINGHAM, WA 98226P

AC

IF

IC

S

UR

VE

Y

&

EN

GIN

EE

RIN

G

IN

C909 SQUALICUM WAY #111, BELLINGHAM, WA 98225 PHONE:671.7387 FAX:671.4685

www.psesurvey.com

EMAIL: [email protected]

360-733-2900

MAPLE CREEK CAMPGROUND

02

DRY HYDRANT PLAN VIEWH. SCALE: 1"=20'

SILVER LAKE PARKH. SCALE: 1"=300'

MAPLE CREEKCAMPGROUND

SIL

VE

R L

AK

E R

OA

D

FIREPROTECTIONWATERINTAKE

SILVER LAKE

SECTION VIEWNTS

40

200(us survey feet)

10201inch = 20 feet

GRAPHIC SCALE

ELEVATION VIEWNTS

DRY HYDRANT DETAIL

EXTENT OF WORK - ALLWORK SHOWN HEREINCLUDED IN THE LUMPSUM BID ITEM FOR "DRYHYDRANT (COMPLETE)"

DRY HYDRANT SIGNAGE

WHATCOM COUNTY PARKS AND RECREATION DEPARTMENT

PROJECT ADDRESS: 9006 SILVER LAKE ROAD, MAPLE FALLS, WASHINGTON

NW QUARTER OF SECTION 7, TOWNSHIP 40 NORTH, RANGE 6 EAST , W.M., WHATCOM COUNTY, WASHINGTON

SILVER LAKE PARK - MAPLE CREEK CAMPGROUNDROADWAY MAINTENANCE AND IMPROVEMENTS

PROJECTSITE

NOT TO SCALEVICINITY MAP

MAINLODGE

CEDARCAMPGROUND CABINS

SHEET INDEX

jvanderyacht
JVY_Signature

HYDRAULIC PROJECT APPROVAL CONDITIONS

SILVER LAKE PARK

ROADWAY MAINTENANCE & IMPROVEMENT DRAWINGS

C35

2014190

WHATCOM COUNTYPARKS AND RECREATION

3373 MT. BAKER HIGHWAYBELLINGHAM, WA 98226P

AC

IF

IC

S

UR

VE

Y

&

EN

GIN

EE

RIN

G

IN

C909 SQUALICUM WAY, #111, BELLINGHAM, WA 98225 PHONE:671.7387 FAX:671.4685

www.psesurvey.com

EMAIL: [email protected]

360-733-2900

MAPLE CREEK CAMPGROUND

BID

SET

DR

AW

ING

S

HYDRAULIC PROJECT APPROVALCONDITIONS (N.I.C.)

C08

jvanderyacht
JVY_Signature