Flagging and Traffic Control Services

expired opportunity(Expired)
From: Tacoma(City)
TU22-0361F

Basic Details

started - 10 Nov, 2022 (17 months ago)

Start Date

10 Nov, 2022 (17 months ago)
due - 27 Dec, 2022 (15 months ago)

Due Date

27 Dec, 2022 (15 months ago)
Bid Notification

Type

Bid Notification
TU22-0361F

Identifier

TU22-0361F
City of Tacoma

Customer / Agency

City of Tacoma
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Request for Bids Specification No. ####-###### Template Revised: 12/08/2021 Page 1 of 16 TACOMA POWER/TRANSMISSION & DISTRIBUTION REQUEST FOR BIDS FLAGGING & TRAFFIC CONTROL SERVICES SPECIFICATION NO. TU22-0361F Form No. SPEC-040C Revised: 09/29/2022 City of Tacoma Tacoma Power / Transmission and Distribution REQUEST FOR BIDS TU22-0361F Flagging and Traffic Control Services Submittal Deadline: 11:00 a.m., Pacific Time, Tuesday, December 13th, 2022 Submittals must be received by the City’s Procurement and Payables Division prior to 11:00 a.m. Pacific Time. For electronic submittals, the City of Tacoma will designate the time of receipt recorded by our email, bids@cityoftacoma.org, as the official time of receipt. This clock will be used as the official time of receipt of all parts of electronic bid submittals. Submittal Delivery: Sealed submittals will be received as follows: By Email:
href="mailto:bids@cityoftacoma.org">bids@cityoftacoma.org Maximum file size: 35 MB. Multiple emails may be sent for each submittal. Bid Opening: Sealed submittals in response to a RFB will be opened Tuesday’s at 11AM by a purchasing representative and read aloud during a public bid opening held at the Tacoma Public Utilities Administrative Building North, 3628 S. 35th Street, Tacoma, WA 98409, conference room M-1, located on the main floor. They will also be held virtually Tuesday’s at 11AM. Attend via this link or call 1 (253) 215 8782. Submittals in response to an RFP, RFQ or RFI will be recorded as received. As soon as possible, after 1:00 PM, on the day of submittal deadline, preliminary results will be posted to www.TacomaPurchasing.org. Solicitation Documents: An electronic copy of the complete solicitation documents may be viewed and obtained by accessing the City of Tacoma Purchasing website at www.TacomaPurchasing.org. • Register for the Bid Holders List to receive notices of addenda, questions and answers and related updates. • Click here to see a list of vendors registered for this solicitation. Pre-Proposal Meeting: A pre-proposal meeting will not be held. Project Scope: On call flagging and traffic control services for Tacoma Power, Tacoma Water, and Tacoma Rail. Estimate: $1,900,000 (three year term) Paid Sick Leave: The City of Tacoma requires all employers to provide paid sick leave as set forth in Title 18 of the Tacoma Municipal Code. For more information, visit our Minimum Employment Standards Paid Sick Leave webpage. Americans with Disabilities Act (ADA Information: The City of Tacoma, in accordance with Section 504 of the Rehabilitation Act (Section 504) and the Americans with Disabilities Act (ADA), commits to nondiscrimination on the basis of disability, in all of its programs and activities. Specification materials can be made available in an alternate format by emailing Gail Himes at ghimes@cityoftacoma.org, or by calling her collect at 253-591-5785. Title VI Information: “The City of Tacoma” in accordance with provisions of Title VI of the Civil Rights Act of 1964, (78 Stat. 252, 42 U.S.C. sections 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin in consideration of award. Additional Information: Requests for information regarding the specifications may be obtained by contacting Erica Pierce, Senior Buyer by email to epierce@cityoftacoma.org mailto:bids@cityoftacoma.org mailto:bids@cityoftacoma.org https://us02web.zoom.us/j/83250498294 https://www.cityoftacoma.org/cms/One.aspx?portalId=169&pageId=22848 http://www.tacomapurchasing.org/ http://www.ci.tacoma.wa.us/45bidsapps/PlanholderRegister.aspx http://www.ci.tacoma.wa.us/45bidsapps/PlanholderList.aspx https://www.cityoftacoma.org/cms/one.aspx?pageId=75860 https://www.cityoftacoma.org/cms/one.aspx?pageId=75860 mailto:ghimes@cityoftacoma.org Form No. SPEC-040C Revised: 09/29/2022 Protest Policy: City of Tacoma protest policy, located at www.tacomapurchasing.org, specifies procedures for protests submitted prior to and after submittal deadline. Meeting sites are accessible to persons with disabilities. Reasonable accommodations for persons with disabilities can be arranged with 48 hours advance notice by calling 253-502-8468. http://cms.cityoftacoma.org/Purchasing/CandA/ProtestPolicy052711.pdf http://www.tacomapurchasing.org/ TABLE OF CONTENTS SUBMITTAL CHECKLIST SUBMITTAL GENERAL INFORMATION SIGNATURE PAGE PROPOSAL - PRICING SHEETS PROPOSAL - SUPPLEMENT FORM CONTRACTOR’S RECORD OF PRIOR CONTRACTS SAFETY PLAN SECTION 1 – PROJECT INFORMATION 1.01 – PROJECT OVERVIEW 1.01.1 – BUSINESS UNITS FOR TACOMA PUBLIC UTILITIES 1.01.2 – LISTING OF WORK 1.01.3 – PROJECT LOCATION 1.02 - DEFINITIONS 1.03 - RESPONSIVENESS 1.04 - QUALIFICATION OF CONTRACTORS 1.04.1- RECORD OF PRIOR CONTRACTS 1.04.2 - JUDGE OF QUALIFIED CONTRACTOR 1.04.2A - UNQUALIFIED CONTRACTORS 1.05 - EVALUATION OF BIDS 1.05.1 - EVALUATION 1.05.1A- UNIT PRICE EVALUATION 1.06 - LOCAL EMPLOYMENT AND APPRENTICESHIP TRAINING PROGRAM (LEAP) 1.06.1 - LEAP UTILIZATION GOAL 1.06.2 - FAILURE TO MEET LEAP GOAL 1.07 - EQUITY IN CONTRACTING (EIC) PROGRAM 1.08 - RETAINAGE 1.09 - PREVAILING WAGES 1.10 - STANDARD TERMS AND CONDITIONS SECTION 2 - SUMMARY OF WORK 2.01 – CONTRACT DEFINITION 2.01.1 - AWARD 2.01.1A - NUMBER OF CONTRACTS TO BE AWARDED 2.01.1B - QUANTITY OF WORK 2.01.1C - FLAGGING CREW REQUIREMENTS 2.01.1D - FLAGGING CREW CANCELLATION 2.01.2 – AWARD DATE OF CONTRACT 2.01.3 – TERM OF CONTRACT 2.01.4 - ANNUAL PRICE ADJUSTMENT 2.01.4A – PROCESS FOR ADJUSTMENT 2.02 – COMMENCEMENT OF WORK 2.02.1 - CONTRACT DOCUMENTS 2.03 - CONTRACT WORK TIMES 2.03.1 - REGULAR WORK SHIFTS 2.03.2 – OVERTIME AND HOLIDAY PAYMENT 2.03.3 – EMERGENCY/STORM RESPONSE NOTIFICATIONS SECTION 3 - MEASUREMENT AND PAYMENT 3.01 - ADMINISTRATION 3.01.1 - AUTHORITY 3.01.2 - UNIT QUANTITIES SPECIFIED 3.01.3 - CONTRACT PRICE 3.01.3A - CREW DOWN-TIME 3.01.3B - FLAGGING SERVICES MINIMUM PAYMENT 3.01.3C - MEAL AND REST PERIODS 3.01.3D - PAYMENT OF INVOICES 3.01.3E - DAILY TIME SHEETS 3.01.4 - ADDITIONAL SERVICES 3.02 – BILLING, INVOICING, AND PAYMENTS 3.02.1 - INVOICES 3.02.1A - TIME SHEETS 3.02.1B - INVOICE DETAIL 3.02.1C - SUBMISSION OF INVOICES 3.02.1C.1 - END OF YEAR 3.02.2 - PAYMENT 3.02.2A - UNSATISFACTORY PERFORMANCE 3.03 - INDEPENDENT CONTRACTOR SECTION 4 - PROJECT COORDINATION 4.01 - QUARTERLY CONTRACT PROGRESS MEETINGS 4.02 - PERMITS 4.03 - TRAFFIC CONTROL PLAN 4.04 - PERSONS TO BE CONTACTED 4.04.1 - POST AWARD 4.05 - CONTRACT COMMUNICATION SECTION 5 – FLAGGER REQUIREMENTS 5.01 - QUALIFIED FLAGGERS 5.01.1 - TRAINING AND CERTIFICATION 5.01.1A - FLAGGING CARDS FROM OTHER STATES 5.01.2 - REMOVAL AND EXCLUSION FROM WORK 5.01.3 - TOOLS, EQUIPMENT, AND CLOTHING 5.01.3A - APPROPRIATE CLOTHING 5.01.3B - REQUIREMENTS PER WAC 296-155-305 5.01.3C - FLAGGER COMMUNICATION 5.01.4 - WORK SITE ORIENTATION 5.02 - TRAFFIC CONTROL DEVICES 5.02.1 - WORK ZONE SETUP/TAKE DOWN 5.02.2 - MOBILIZATION OF RENTAL EQUIPMENT 5.03 - SAFETY 5.03.1 - SAFETY PLAN 5.03.2 – WA STATE SAFETY VIOLATION RECORD APPENDIX A – LOCAL EMPLOYMENT AND APPRENTICESHIP TRAINING PROGRAM (LEAP) APPENDIX B– PREVAILING WAGE RATES AND INTENT AND AFFIDAVIT INFORMATION FOR ON CALL CONTRACTS APPENDIX C – INSURANCE REQUIREMENTS APPENDIX D – INVOICE EXAMPLE APPENDIX E – TACOMA POWER SERVICE AREA Specification TU22-0361F Flagging and Traffic Control Services SUBMITTAL CHECKLIST This checklist identifies items to be included with your submittal. Any submittal received without these required items may be deemed non-responsive and may not be considered for award. Please do not include the entire specification document with your submittal. Submittals must be received by the City of Tacoma Purchasing Division by the date and time specified in the Request for Bids page at the front of this Specification or subsequent addenda. The following items, in this order, make up your submittal package: 1 One electronic copy of your complete submittal package in PDF format. 2 Signature Page with signature, including acknowledgement of any addenda. This form is intended to serve as the first page of your submittal. 3 Proposal - Pricing Sheets 4 Contractor’s Record of prior Contracts 5 Safety Plan 6 WA State Safety Violations Record After award, the following documents will be executed: 7 Contract 8 Certificate of Insurance (Appendix C) 9 WA State Prevailing Wage Intent (Section 1.09 and Appendix B) 10 Local Employment and Apprenticeship Training Program Forms (Section 1.06 & Appendix A) Specification TU22-0361F Flagging and Traffic Control Services SUBMITTAL GENERAL INFORMATION PRE-SUBMITTAL QUESTIONS A. Questions and requests for clarification of these Specifications may be submitted in writing by 3:00 p.m., Pacific Time, November 23, 2022, via email addressed to the Purchasing contact below. Questions received after this date and time may not be answered. 1. Please indicate the specification number and title in the email subject line. 2. Present your questions in MS Word format or directly in the body of the email message. If applicable, cross reference the specific section of the RFB. 3. Questions will not be accepted by telephone or fax. 4. Questions marked confidential will not be answered. 5. Individual answers will not be provided directly to Respondents. 6. The City reserves the discretion to group similar questions to provide a single answer or not to respond when the requested information is confidential. 7. The City will not be responsible for unsuccessful submittal of questions. B. Written answers to all questions will be posted on the Purchasing website at www.TacomaPurchasing.org on or about November 29, 2022. Navigate to Contracting Opportunities / Services, and scroll to this RFB. A notice will not be posted with the Specification if no questions are received. C. The answers are not typically considered an addendum. D. To receive notice of the posted answers, you must register as “bid holder” for this solicitation. Communication Addressee For all questions regarding Specification TU22-0361F Erica Pierce Senior Buyer epierce@cityoftacoma.org - email REVISIONS TO SPECIFICATION A. All revisions to this specification will be in the form of written addenda, and no oral revision should be relied upon for any purpose. In the event it becomes necessary to revise any part of this RFB, addenda will be issued to registered planholders and posted on the Purchasing website at www.TacomaPurchasing.org: Navigate to Contracting Opportunities / Services Solicitations, and scroll to this RFB. Failure to acknowledge addenda may result in a submittal being deemed non- responsive. B. The information provided during the question and answer timeframe listed above is not typically considered an addendum. http://www.tacomapurchasing.org/ mailto:epierce@cityoftacoma.org http://www.tacomapurchasing.org/ Form No. SPEC-080A Revised: 06/01/2021 SIGNATURE PAGE CITY OF TACOMA TACOMA POWER / TRANSMISSION AND DISTRIBUTION All submittals must be in ink or typewritten, executed by a duly authorized officer or representative of the bidding/proposing entity, and received and time stamped as directed in the Request for Bids page near the beginning of the specification. If the bidder/proposer is a subsidiary or doing business on behalf of another entity, so state, and provide the firm name under which business is hereby transacted. REQUEST FOR BIDS SPECIFICATION NO. TU22-0361F Flagging and Traffic Control Services The undersigned bidder/proposer hereby agrees to execute the proposed contract and furnish all materials, labor, tools, equipment and all other facilities and services in accordance with these specifications. The bidder/proposer agrees, by submitting a bid/proposal under these specifications, that in the event any litigation should arise concerning the submission of bids/proposals or the award of contract under this specification, Request for Bids, Request for Proposals or Request for Qualifications, the venue of such action or litigation shall be in the Superior Court of the State of Washington, in and for the County of Pierce. Non-Collusion Declaration The undersigned bidder/proposer hereby certifies under penalty of perjury that this bid/proposal is genuine and not a sham or collusive bid/proposal, or made in the interests or on behalf of any person or entity not herein named; and that said bidder/proposer has not directly or indirectly induced or solicited any contractor or supplier on the above work to put in a sham bid/proposal or any person or entity to refrain from submitting a bid/proposal; and that said bidder/proposer has not, in any manner, sought by collusion to secure to itself an advantage over any other contractor(s) or person(s). Bidder/Proposer’s Registered Name Address City, State, Zip Authorized Signatory E-Mail Address E.I.No. / Federal Social Security Number Used on Quarterly Federal Tax Return, U.S. Treasury Dept. Form 941 E-Mail Address for Communications Signature of Person Authorized to Enter Date into Contracts for Bidder/Proposer Printed Name and Title (Area Code) Telephone Number / Fax Number State Business License Number in WA, also known as UBI (Unified Business Identifier) Number State Contractor’s License Number (See Ch. 18.27, R.C.W.) Addendum acknowledgement #1_____ #2_____ #3_____ #4_____ #5_____ THIS PAGE MUST BE SIGNED AND RETURNED WITH SUBMITTAL. SpecificationTU22-0361F Flagging and Traffic Control Services PROPOSAL - PRICING SHEETS LABOR RATES Item # Description 3 Year Estimate Bid Unit Unit Price Extended (3 yr Est x Unit Price) 1 Traffic Control Flagging – Straight Time (6 flaggers; Tuesday, Wednesday, Thursday) 3,600 Per Hour (6 flaggers) $ $ 2 Traffic Control Flagging – Straight Time (4 flaggers; Monday, Friday) 2,400 Per Hour (4 flaggers) $ $ 3 Traffic Control Flagging – Overtime One & One-Half Time (1-1/2) 200 Per Hour (1 flagger) $ $ 4 Traffic Control Flagging – Overtime Double Time (2X) 30 Per Hour (1 flagger) $ $ 5 Traffic Control Flagging – Emergency/Storm (Section 2.03.3) 40 Per Hour (1 flagger) $ $ 6 Work Zone Setup/Take Down with Vehicle (Section 5.02.1) 40 Per Hour $ $ Item # Description Bid Unit Unit Price 7 Traffic Control Flagging – Straight Time – (outside of those provided per items 1 and 2) Per Hour (1 flagger) $ SUB TOTAL LABOR ITEMS 1 – 7 (Tax does not apply to services performed in public right of ways per RCW 82.04.050) $ SpecificationTU22-0361F Flagging and Traffic Control Services PROPOSAL - PRICING SHEETS EQUIPMENT RENTAL RATES AND TRAFFIC CONTROL PLANS Item # Description 3 Year Estimate Bid Unit Unit Price Extended (3 yr Est x Unit Price) 8 Trailer Mounted Light Tower Minimum 250k lumens total; Min height 20’ 360 degree rotation 6 Per Day $ $ 9 2 Per Week $ $ 10 Portable Changeable Message Sign (PCMS) 3 text lines; minimum Character height 18” 6 Per Day $ $ 11 2 Per Week $ $ 12 Trailer Mounted Arrow Board Solar Powered; 25 lamps 4 Per Day $ $ 13 2 Per Week $ $ 14 Mobile Handheld Battery Operated Area Light with 360 degree rotation mast Minimum 3k lumens 4 Per Day $ $ 15 1 Per Week $ $ 16 Reflective Traffic Drum W/Base - Orange 24 Per Day $ $ 17 12 Per Week $ $ 18 Reflective Cones – Minimum Height 18” 24 Per Day $ $ 19 12 Per Week $ $ 20 Traffic Signs – Class “B” Construction 12 Per Day $ $ 21 4 Per Week $ $ 22 Type II Break-away Traffic Barricade 6 Per Day $ $ 23 2 Per Week $ $ SpecificationTU22-0361F Flagging and Traffic Control Services PROPOSAL - PRICING SHEETS EQUIPMENT RENTAL RATES AND TRAFFIC CONTROL PLANS (Cont.) Item # Description 3 Year Estimate Bid Unit Unit Price Extended (3 yr Est x Unit Price) 24 Planned Mobilization for Rental Equipment Line items #8-23 (Section 5.02.2) 30 Include Delivery & Pickup $ $ 25 Emergency/Storm Mobilization for Rental Equipment Line items #8-23 (Section 2.03.3) 4 Include Delivery & Pickup $ $ 26 Traffic Control Plan – Standard Rate (7-10 Business Days) 20 Sheet $ $ 27 Traffic Control Plan – Expedited Rate (24-96 hours) 10 Sheet $ $ SUB TOTAL EQUIPMENT RENTAL RATES (ITEMS 8 – 27) $ SALES TAX FOR EQUIPMENT RENTAL ITEMS @ 10.3% (Actual tax for rental equipment will be based upon the delivery location) $ SUBTOTAL OF ALL ITEMS (To be read at Bid Opening) $ TOTAL (all items, including sales tax) $ SpecificationTU22-0361F Flagging and Traffic Control Services PROPOSAL – SUPPLEMENT FORM ANNUAL ESCALATION: List below the maximum escalation to be applied to labor line items #1-5 on the anniversary date of the contract award. See Section 2.01.4 “Annual Price Adjustment”. Unit prices for labor items only may be escalated annually on the anniversary date of the contract award. An annual maximum of 5% will be considered. The escalation for contract years 2 & 3 will be included in the bid evaluation per Section 1.05.1A Contract Year Maximum Escalation (In percent) 2nd % 3rd % 4th* % 5th* % *Optional contract renewal year CONTRACTOR’S OFFICE HOURS: What are your normal business hours: _____________________ The contractor(s) shall have available to the City a 24 hour on-call number for service notifications. Provide below the on-call phone number for contact outside of normal business hours: _______________________________________ EMERGENCY/STORM RESPONSE TIME: Is your firm able to provide a minimum of two (2) flagging personnel to a job site located within the Tacoma Power service area (Appendix E) within 90 minutes of receiving notification? _____ Y _____ N . See Section 2.03.3 for additional details. Identify below any response time that is different than that listed above. ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ SpecificationTU22-0361F Flagging and Traffic Control Services CONTRACTOR’S RECORD OF PRIOR CONTRACTS Each submittal shall include a summary of work that includes the information requested below. The information may be provided on company letterhead in place of using this form (See Section 1.04.1). Name of Company Contract Term (Year to Year) Contract Value Contract Reference (Name) Phone Number / Email Description of Work Performed $ $ $ $ $ $ $ Specification TU22-0361F Flagging and Traffic Control Services SAFETY PLAN In the space below or on a separate sheet the Respondent must provide a comprehensive safety plan addressing the following requirements: (See Section 5.03.1) 1. List of names and contact information for supervisory and management staff concerning safety related issues. Name Title Contact Number 2. A process for addressing safety issues brought to the attention of the contractor by Tacoma Power. Specification TU22-0361F Flagging and Traffic Control Services SECTION 1 – PROJECT INFORMATION 1.01 – PROJECT OVERVIEW For the purposes of this project the work to be performed shall follow the definition of WAC 296-127-01329. The work outlined in these specifications and to be performed in the resulting contract consists of furnishing qualified traffic control flaggers, equipment, transportation and the required supervision to assist the work forces of Tacoma Public Utilities (TPU), including construction contractors. The work may be performed within the right-of-ways of private, county, city, highway, and limited access freeway roadways. The Contractor shall be responsible for providing adequate safeguards, safety devices, protective equipment, and any other needed actions to protect the life, health, and safety of the workers, the public, and property in connection with the performance of the work identified in these specifications. 1.01.1 - BUSINESS UNITS FOR TACOMA PUBLIC UTILITIES The TPU Divisions that will utilize services under the awarded contract(s) are: • Tacoma Power • Tacoma Water • Tacoma Rail Each business unit of TPU will assign the work specific to their department. 1.01.2 - LISTING OF WORK Traffic flagging services will consist of: • Performing traffic control flagging duties as outlined in this document • Assisting work crews in the setting up of traffic control devices • Providing traffic control signal devices All work shall be done in accordance with the operating standards of Tacoma Power, Tacoma Water, Tacoma Rail, State of Washington regulations (RCW & WAC), and as listed within the Manual of Uniform Traffic Control Devices (MUTCD). Work will be performed under the general direction of TPU personnel. 1.01.3 - PROJECT LOCATION Contract personnel and equipment may be assigned within the services areas of TPU and along transmission and rail corridors. Locations include: • Tacoma Power service area within Pierce County which includes the communities of University Place, Fife, Fircrest, Spanaway, Parkland, Graham, Lakewood, Summit, Fredrickson (See map in Appendix E). • Tacoma Public Utilities Electrical Transmission & Generation, and Water facilities located in Lewis, King, and Mason counties which include the https://apps.leg.wa.gov/wac/default.aspx?cite=296-127-01329 Specification TU22-0361F Flagging and Traffic Control Services following facilities: Green River Watershed, Cushman Hydro Project, Alder-La Grande Hydro Project, Mayfield-Mossyrock Hydro Project and associated transmission corridors, Cowlitz, Nisqually, Cushman and Wynoochee. Project work locations may change during the course of a single work day and require flagging personnel to relocate. Charges for travel beyond the locations noted above will be accepted on a case by case basis with prior approval from the CITY. 1.02 - DEFINITIONS For the purposes of these specifications, the following definitions shall apply: Term Definition RESPONDENT / BIDDER A potential contractor offering a submittal to supply a service in accordance with these specifications. CITY The City of Tacoma, Department of Public Utilities. TPU Tacoma Public Utilities, Division of City of Tacoma. SERVICE The scope of work to be completed under this contract in accordance with these specifications. SPECIFICATION This document, detailing the scope of service required. CONTRACTOR The Respondent(s) awarded a contract pursuant to these Specifications. PROJECT MANAGER Tacoma Public Utility representative administering the project and providing decisions on project work. RFB Request for Bid 1.03 - RESPONSIVENESS Bid proposals shall allow sixty (60) days from the date of bid opening for acceptance by the City of Tacoma. All bid proposals will be reviewed by the City to determine compliance with the requirements and instructions specified in this RFB. The Respondent is specifically notified that failure to comply with any part of the RFB may result in rejection of the bid proposal as non-responsive. The City reserves the right, in its sole discretion, to waive irregularities deemed by the City of Tacoma to be immaterial. The City of Tacoma also reserves the right to not award a contract or to issue subsequent RFB’s. 1.04 - QUALIFICATION OF CONTRACTORS Only contractors experienced in this type of work, and with a record of successful completion of jobs of similar scope over a period of two (2) years or more will be considered. All roadway flaggers providing services per this contract shall be employees of the contractor. Specification TU22-0361F Flagging and Traffic Control Services 1.04.1 - RECORD OF PRIOR CONTRACTS The Respondent must complete and include in their submittal the “Contractor's Record of Prior Contracts” form which is contained in the Bid Proposal documents. A minimum of five references from a contract similar in scope to that described in this RFB are required. 1.04.2 - JUDGE OF QUALIFIED CONTRACTOR The City will be the sole judge of the Respondent's ability to meet the requirements of this paragraph. The City will consider factors such as the length of time the company has been providing flagging services, the type of flagging services administered, past performance, safety violations and responses from the references provided on the “Contractor Record of Prior Contracts Form”. 1.04.2A - UNQUALIFIED CONTRACTORS Bids of inexperienced contractors and those who have failed to satisfactorily perform other similar contracts with the City or other agencies may be rejected for such cause. 1.05 - EVALUATION OF BIDS Award will be made to the lowest responsive, responsible bidder. All bidders shall provide unit pricing per line item. Each line item will be added up for a subtotal price. The subtotal price will be compared amongst each bidder, including any payment discount terms offered twenty (20) days or more. 1.05.1 - EVALUATION The award of contract(s) per this specification will not be based on cost alone as other factors and features are equally important. In evaluating the bids, the City may also consider any or all of the following in addition to the submitted Proposal Pricing: • Compliance with these specifications • Bidder's responsibility based on, but not limited to: 1. Ability, capacity, organization, technical qualifications, and skill to perform the contract or provide the services required. 2. References, judgment, experience, efficiency, and stability. 3. Whether the work can be performed within the timeframe specified. 4. Quality of performance of previous contracts or services. All other elements or factors, whether or not specifically provided for in this contract, which would affect the final cost to and the benefits to be derived by the City will be considered in determining the award of the contract. The final award decision will be based on the best interests of the City. 1.05.1A- UNIT PRICE EVALUATION The evaluation to determine the order of the submittals will include unit prices quoted plus the annual labor rate escalation submitted on the “Proposal - Supplement Form” for the 2nd and 3rd years of the contract. To assist in determine the order of the bidders the following process will be used for evaluation of labor line items #1-7. Specification TU22-0361F Flagging and Traffic Control Services Year Price Quantity Total Year 1 Unit Price Quoted (firm for 1st year) x 1/3 quantity = Sum for Year 1 Year 2 Unit price Quoted x % increase for 2nd year x 1/3 quantity = Sum for Year 2 Year 3 Unit price for 2 nd year x % increase for 3rd year x 1/3 quantity = Sum for Year 3 Bid Evaluation Sum of the three years = Sum (1+2+3) 1.06 - LOCAL EMPLOYMENT AND APPRENTICESHIP TRAINING PROGRAM (LEAP) LEAP is a City of Tacoma economic development program adopted to provide employment opportunities for City of Tacoma residents and residents of Economically Distressed Areas of the Tacoma Public Utilities Service Area. Program requirements and forms can be found at the City of Tacoma LEAP website. 1.06.1 - LEAP REQUIREMENTS This project requires 15 percent local employee utilization and an additional 15 percent apprentice utilization requirement (see Appendix B). 1.07 – EQUITY IN CONTRACTING (EIC) PROGRAM The City of Tacoma is committed to encouraging firms certified through the Washington State Office of Minority and Women’s Business Enterprise to participate in City contracting opportunities. See the TMC 1.07 Equity in Contracting Policy at the City’s Equity in Contracting Program website. 1.08 - RETAINAGE For this project Retainage will not be withheld. 1.09 – PREVAILING WAGES This project requires prevailing wages under chapter 39.12 RCW. Any worker, laborer, or mechanic employed in the performance of any part of the work shall be paid no less than the applicable prevailing rate of wage. Please see Prevailing Wage Rates and Intent and Affidavit Information for On Call Contracts (Appendix B). 1.10 – STANDARD TERMS AND CONDITIONS City of Tacoma Standard Terms and Conditions apply. The provisions found in Sections 1 through 5 of this specification will prevail over any conflicting provisions found in the City of Tacoma Standard Terms and Conditions. END OF SECTION https://www.cityoftacoma.org/government/city_departments/community_and_economic_development/local_employment_apprenticeship_training_program https://omwbe.diversitycompliance.com/ https://omwbe.diversitycompliance.com/ https://www.cityoftacoma.org/government/city_departments/community_and_economic_development/equity_in_contracting https://www.cityoftacoma.org/government/city_departments/community_and_economic_development/equity_in_contracting https://cms.cityoftacoma.org/purchasing/StandardTermsandConditions.pdf https://app.leg.wa.gov/rcw/default.aspx?cite=39.12 Specification TU22-0361F Flagging and Traffic Control Services SECTION 2 – SUMMARY OF WORK 2.01 – CONTRACT DEFINITION 2.01.1 - AWARD Contract(s) will be awarded to the lowest responsive, responsible bidder(s) based on price, quality, and availability. The award recommendation will be submitted for final approval to the Public Utility Board. 2.01.1A - NUMBER OF CONTRACTS TO BE AWARDED The City will take into consideration submitted pricing and the evaluation factors set forth in Section 1.05 of these specifications. A single contract or multiple contracts may be awarded based upon the best interests of the City. TPU may establish a “primary” contract with the determined low responsive bidder and a “back-up” contract with the second low responsive bidder. The “back-up” contract would be utilized during the following circumstances until a resolution has been reached. • The primary contractor does not have sufficient resources to fulfill all flagging personnel requests. • The City becomes aware of non-payment of employee wages, prevailing wage claims or unpaid taxes due from the primary contractor. • Documented negative performance and/or safety concerns brought to the attention of the primary contractor which are not addressed in a timely matter. • Failure to comply with all applicable provisions of federal, state, county and municipal safety laws and regulations. 2.01.1B - QUANTITY OF WORK Quantities indicated in the bid proposal sheet are for bidding purposes only and reflect the estimated total requirements of TPU for a three year period. The City reserves the right to increase or decrease quantities under the contract and pay according to the unit prices quoted in this proposal. Receipt of a contract from the City of Tacoma to perform flagging services for TPU does not guarantee that the full value of the contract will be exercised. It also does not guarantee that work will be assigned immediately upon receipt of contract. 2.01.1C - FLAGGING CREW REQUIREMENTS Six (6) flaggers shall be on-site each week on Tuesday, Wednesday, and Thursday. Four (4) flaggers shall be on-site each week on Monday and Friday. Flaggers will be distributed between Tacoma Power, Tacoma Water, and Tacoma Rail as required. Specification TU22-0361F Flagging and Traffic Control Services 2.01.1D - FLAGGING CREW CANCELLATION TPU will provide notice of cancellation a minimum of five (5) business days prior to the date(s) crews are not required. No payment shall be made for canceled date(s) provided advance notice is given within the timeframe noted above. 2.01.2 – AWARD DATE OF CONTRACT The “Award Date of the Contract” will commence when all required contract, bonding and insurance documents have been fully signed and executed by the selected contractor(s) and the City of Tacoma. The routing of these documents to obtain the signatures of representatives from both parties will occur following approval of the contract by the Public Utility Board. After a contract is fully executed by both parties, the business units of TPU will, at their discretion, identify work and contact the contractor(s) as needed. 2.01.3 – TERM OF CONTRACT The term of this contract is from the date of award per Section 2.01.2 through the subsequent 36 month period. Two (2) one-year contract extensions may be considered upon mutual agreement of both parties to extend the contract under the same terms and conditions of the original contract. 2.01.4 – ANNUAL PRICE ADJUSTMENT Unit pricing will remain firm for the first year (12 months) of the contract. On the anniversary date (12 months after award), the successful bidder(s) may submit a request to escalate/de-escalate unit prices for labor items only (items #1-7). Increases are not to exceed the fixed percentage as submitted in the Respondents(s) proposal. Equipment rental rates will remain firm for the life of the contract. 2.01.4A – PROCESS FOR ADJUSTMENT The contractor may request a rate adjustment 30 days prior to the contract anniversary date. Written requests for rate changes should be submitted via email to the TPU contract manager. The City will review the escalation percentage submitted on the contractor’s Proposal Pricing Sheet as well as consideration of the following: Any request for increase may be evaluated against various markets, including but not limited to the Consumer Price Index for All Urban Consumers (CPI-U) of the U.S. City Average Index for the comparable period (ftp://ftp.bls.gov/pub/special.requests/cpi/cpiai.txt), state/federal regulations affecting production costs of the materials, volatile commodity market conditions or minimum wage adjustments. The City reserves the right to consider the reference data of market indexes when administering rate adjustments. 2.02 – COMMENCEMENT OF WORK The contractor shall begin the work to be performed in the contract within ten (10) calendar days after the date of notification to commence work. file://Fs109/T&D_Common/Contract_Management/1-T&DSpecifications/Specifications%20-%20Published/2012%20Specs/TU12-0XXX%20-%20TPU%20Flagging%20Services/(ftp:/ftp.bls.gov/pub/special.requests/cpi/cpiai.txt Specification TU22-0361F Flagging and Traffic Control Services This contract work may not be continuous, and several months may go by before more work may be available for each contractor. 2.02.1 - CONTRACT DOCUMENTS The contractor will be required to complete the following contract documents within ten (10) calendar days after the award of the contract: • Contract signed by the appropriate officer of the company • Insurance certificate meeting the City’s requirements • Intent to Pay Prevailing Wages • Prime Contractor LEAP Utilization Plan 2.03 - CONTRACT WORK TIMES Contract work times are defined as listed in the following section. City legal holidays are listed in Section 1.24 of the Standard Terms and Conditions. 2.03.1 - REGULAR WORK SHIFTS The City straight-time work schedule includes the following: Shift Type Description 5-8’s Five 8 hour days per week 4-10’s Four 10 hour days per week 9-80’s 80 hours in a two (2) week period with only nine (9) working days When flaggers are scheduled to a TPU crew working one of the above schedules, such scheduled work shall be considered straight-time work and not overtime work for payment purposes. Flaggers will not be guaranteed a full 40 hours per week and regularly work partial shifts as needed. 2.03.2 – OVERTIME AND HOLIDAY PAYMENT Work schedules that are subject to overtime and holiday payment will be in accordance with “Washington State Prevailing Wage Rates for Public Works Contracts” as published by the State of Washington, Department of Labor and Industries. In no case will the City pay overtime rates if the on-site flagger is not making the overtime pay or is working a schedule as described in Section 2.03.1. The City reserves the right to audit billings to ensure billed straight-time and overtime hours match certified payrolls. 2.03.3 – EMERGENCY/STORM RESPONSE On occasion, a division of TPU may require the contractor to provide immediate response of the services outlined in these specifications. Rapid deployment of flagging services and/or traffic control devices may be required due to weather related events, emergency utility work or other unforeseen event. The Respondent shall indicate their ability to respond to requests for emergency flagging services in the space provided on the “Proposal – Supplement Form”. Specification TU22-0361F Flagging and Traffic Control Services The submittal of a notification for emergency response may occur during or after regular business hours. Flagging services and/or rental equipment mobilization performed between the hours of 7:00 pm to 4:00 am which are initiated as un- planned work may be billed at the “Emergency/Storm” line item rate (line items #5 & #25). All planned work that is scheduled at least 12 hours in advance is considered standard operations and is not eligible for the premium pay. END OF SECTION Specification TU22-0361F Flagging and Traffic Control Services SECTION 3 - MEASUREMENT AND PAYMENT 3.01 - ADMINISTRATION This section shall include the measurement and payment criteria applicable to work performed under the contract. 3.01.1 - AUTHORITY The appropriate designee of each business unit of TPU will coordinate directly with the contractor for requests for work to be performed under the contract. 3.01.2 - UNIT QUANTITIES SPECIFIED Estimated quantities indicated on the “Proposal Pricing Sheet” are for bidding purposes only. Actual quantities and measurements supplied and verified by the designee of each business unit of TPU and contractor will determine payment. 3.01.3 - CONTRACT PRICE The unit prices bid shall be full and complete compensation for the contract work, together with the tools and equipment identified in Section 5.01.3, appropriate clothing, and all other costs including administrative/overhead incurred by the contractor for completing the work in accordance with these specifications. 3.01.3A - CREW DOWN-TIME TPU will not pay for contractor’s time lost due to: • Vehicle and equipment problems • Correction of safety related items • Contractor crew safety meetings o Contract Crews are expected to participate in TPU daily tail-gate meetings and will be paid for this time. TPU, however, will not pay for contractor’s safety meetings that are mandated by OSHA and other safety mandates. • Any other reason the designee of each business unit identifies for time not directly benefiting TPU 3.01.3B – FLAGGING SERVICES MINIMUM PAYMENT Measurement for the payment of flagging services will be per two hours. A minimum charge of two (2) hours will be designated for each scheduled work notification. The two hour minimum charge will not apply if notification of cancellation of work is submitted to the contractor within five (5) business days prior to start of work for Items 1 and 2 and within three (3) business days for all other scheduled work. 3.01.3C - MEAL AND REST PERIODS Meal and rest periods shall be as required by WAC 296-126-092. 3.01.3D - PAYMENT ON INVOICES Payment shall be on an hourly basis and start when the flagger(s) is/are on site ready to begin work, including the necessary equipment, transportation, and tools required. https://app.leg.wa.gov/wac/default.aspx?cite=296-126-092 Specification TU22-0361F Flagging and Traffic Control Services 3.01.3E - DAILY TIME SHEETS Flaggers shall complete a daily time sheet before leaving the project site. If multiple sites are worked in one day, each project will have a time sheet submitted. Time sheets are to be submitted to the TPU crew foreman assigned to the project site. The foreman will review documented hours and indicate their concurrence by signature. 3.01.4 – ADDITIONAL SERVICES The City reserves the right to add additional products and/or services normally provided by the contractor upon mutual agreement of the contractor as long as the same pricing structure/profit margin is given that is contained in the original contract. Any product or service added to this contract shall be documented by way of a written Change Order to include a signature of agreement from both contracting parties. The vendor shall submit in writing the product and/or service description with pricing prior to commencement of servicing. The City will not be bound by any expansion or modification that has not been formally approved. 3.02 – BILLING, INVOICING, AND PAYMENTS The contractor shall submit to the appropriate TPU business unit a detailed invoice for each payment describing all work performed under the terms of the contract up to the time of the application. 3.02.1 - INVOICES Invoices shall be submitted on a weekly basis within 10 days of the work performed. The following shall apply: 3.02.1A - TIME SHEETS Invoices shall include copies of actual flagger daily time sheets. Each timesheet shall have: • The TPU accounting numbers (work orders) • Work location • Number of hours worked • Date of work • TPU foreman’s signature Only properly filled out timesheets will be paid when invoiced. 3.02.1B - INVOICE DETAIL The invoice shall identify: • Contract number • Reference to the contract line item number • Hours and charges due • Flagger name or reference # from time sheet • Dates for billing period *An example of an acceptable invoice is attached as Appendix D. Specification TU22-0361F Flagging and Traffic Control Services 3.02.1C - SUBMISSION OF INVOICES Invoices shall be submitted to: P.O. Box 1717 3628 S. 35th St. Tacoma, WA 98401-1717 Attention of: Department Contact Tacoma Power Transmission & Distribution Brian Perry 3628 South 35th Street Tacoma, WA 98409 Tacoma Water Deanna Pollard 3506 South 35th Street Tacoma WA 98409 Tacoma Rail Kari Halliday 2601 SR 509, North Frontage Road Tacoma, WA 98421 3.02.1C.1 - END OF YEAR End of year invoices are required by January 5 of the immediately following year. 3.02.2 – PAYMENT The City’s preferred method of payment is by credit card. Respondents may be required to have the capability of accepting the City’s authorized procurement card as a method of payment. No price changes or additional fee(s) may be assessed when accepting the procurement card as a form of payment. 1. Payment methods include: a. Credit card. Tacoma’s VISA procurement card program is supported by standard bank credit suppliers and requires merchants abide by the VISA merchant operating rules. No price changes or additional fee(s) may be assessed when accepting the procurement card as a form of payment. • Vendors must be PCI–DSS compliance (secure credit card data management). • Vendors must be set up by their card processing equipment provider (merchant acquirer) as a minimum of a Level II merchant with the ability to pass along tax, shipping and merchant references information. b. Check, wire transfer or other cash equivalent. c. Electronic Funds Transfer (EFT) by Automated Clearing House (ACH). Specification TU22-0361F Flagging and Traffic Control Services 2. The City may consider cash discounts when evaluating submittals. See Section 1.20 of the Standard Terms and Conditions. 3.02.2A - UNSATISFACTORY PERFORMANCE In the case of unsatisfactory performance, the payment shall be made after the Supplier has made the necessary repairs and/or modifications and satisfactory performance is obtained, or the unit is replaced. 3.03 - INDEPENDENT CONTRACTOR During performance of the contract, the contractor shall be an independent contractor and not an agent of the City. The contractor shall supervise the performance of its own services and shall have control of the manner and means by which its services are performed, subject to compliance with the contract and any plans, specifications, schedules or other items approved by the City. END OF SECTION Specification TU22-0361F Flagging and Traffic Control Services SECTION 4 - PROJECT COORDINATION 4.01 – QUARTERLY CONTRACT PROGRESS MEETINGS A quarterly meeting will be scheduled between representatives of TPU and the Contractor. The meeting is to be held within the immediate proximity of the Tacoma Public Utilities administrative offices in Tacoma Washington. The purpose of this meeting is to review contract performance as well as provide an opportunity to discuss any measures necessary to ensure an efficient progress of work. 4.02 - PERMITS The City will obtain the required traffic control permits. 4.03 – TRAFFIC CONTROL PLANS TPU will use jurisdictional MUTCD pre-approved traffic control plans selected by certified Traffic Control Supervisors. At the request of TPU, the Contractor may be required to provide traffic control plans per line items 26 and 27. 4.04 - PERSONS TO BE CONTACTED A list of the TPU personnel who may need to be contacted prior to or during progress of the work will be provided upon award of contract(s). 4.04.1 - POST AWARD Following award of contract(s), all questions or concerns shall be directed to the TPU business unit who assigned the contract work. 4.05 – CONTRACT COMMUNICATION Both parties will make every reasonable effort to communicate any and all issues concerning this contract in a timely manner. Resolution of any issues will be aggressively pursued by the appropriate contract manager. END OF SECTION Specification TU22-0361F Flagging and Traffic Control Services SECTION 5 – FLAGGER REQUIREMENTS 5.01 - QUALIFIED FLAGGERS Roadway Flaggers provided per this contract shall meet the following requirements in addition to the requirements of WAC 296-127-01329. 5.01.1 - TRAINING AND CERTIFICATION All roadway flaggers supplied per this contract shall have met the following requirements: • Successfully passed certified training course as required by WAC 296- 155-305 (6) and possess a State of Washington Traffic Control Flagger Card (flaggers must have this card on their person while flagging). • A valid State of Washington driver’s license. • Proof of car insurance per RCW 46.29.460. 5.01.1A - FLAGGING CARDS FROM OTHER STATES Flaggers possessing certified flagging cards from other states must be confirmed to have reciprocity agreements with the State of Washington. 5.01.2 - REMOVAL AND EXCLUSION FROM WORK Upon documented unsatisfactory performance, the City through the TPU contract administrator will notify the contractor of roadway flaggers that are to be removed from work and excluded from future use per this contract. 5.01.3 - TOOLS, EQUIPMENT, AND CLOTHING All roadway flaggers supplied per this contract shall arrive at the work sites with their flagging card and the following tools, equipment, and clothing. The City will not provide these tools and equipment: Worksite Conditions Requirements General While flagging during daylight hours, a flagger must, at a minimum, wear: • Hardhat – It shall be high visibility in type. The acceptable high visibility colors are white, yellow, yellow-green, orange or red. • Flagging vest or garment designed according to Class 2 specifications in ANSI/ISEA 107- 2015, American National Standard for High Visibility Safety Apparel. Specifically, a garment containing at least 775 square inches of background material and 201 square inches of retro-reflective material that encircles the torso and is placed to provide 360 degrees visibility around the flagger. The acceptable colors are fluorescent yellow-green, fluorescent orange-red or fluorescent red. • Reflective Flagging Paddle meeting the MUTCD, 2009 Edition-Revision 2, Part VI. • A method of warning flaggers of activities from behind as required by WAC 296-155-305 (4) https://apps.leg.wa.gov/wac/default.aspx?cite=296-127-01329 https://app.leg.wa.gov/wac/default.aspx?cite=296-155-305 https://app.leg.wa.gov/wac/default.aspx?cite=296-155-305 https://app.leg.wa.gov/rcw/default.aspx?cite=46.29.460 https://app.leg.wa.gov/wac/default.aspx?cite=296-155-305 Specification TU22-0361F Flagging and Traffic Control Services • Appropriate footwear for job site activities including extended periods of time standing. Night time While flagging during the hours of darkness, a flagger must at least wear: • Hardhat – It shall be high visibility in type that is marked with at least 12 square inches of retro-reflective material applied to provide 360 degrees of visibility. • A high visibility safety garment designed according to Class 2 specifications in ANSI/ISEA 107-2015 over white coveralls, or other coveralls or trousers that have retro-reflective banding on the legs designed according to the referenced standard. • Work Site Illumination per WSDOT Requirements Rain/Showers • During inclement weather, white rain gear or rain gear designed according to ANSI/SEA 107-2015 may be substituted for white coveralls. 5.01.3A - APPROPRIATE CLOTHING Roadway flaggers shall arrive at the job site in clothing appropriate for the work site and conditions encountered. The clothing shall be modest in nature and not cause undo distraction to drivers, pedestrians, and job site workers. 5.01.3B - REQUIREMENTS PER WAC 296-155-305 Required protective equipment shall be provided by the contractor and worn at all times when an employee is at the job site. If at any time during the term of the contract the apparel and/or equipment requirements for flaggers are modified and/or added within WAC 296-155-305, it will be the responsibility of the contractor to make any and all accommodations required. 5.01.3C – FLAGGER COMMUNICATION Roadway flaggers shall be able to be contacted by the contractor at all times, whether in route or at the job site. 5.01.4 - WORK SITE ORIENTATION The lead foreman at the job site will familiarize the flaggers with the project site, expected activities, and their expectations for performance. 5.02 - TRAFFIC CONTROL DEVICES Traffic control signal devices may be supplied by TPU, rented from the contractor according to the contract price or supplied by another equipment rental agency. In accordance with these specifications flaggers shall be capable of assisting the TPU lead personnel in the set-up of the traffic control devices. These duties are to be considered part of standard flagging operations. https://app.leg.wa.gov/wac/default.aspx?cite=296-155-305 Specification TU22-0361F Flagging and Traffic Control Services 5.02.1 – WORK ZONE SETUP/TAKE DOWN On occasion, a TPU department may require the contractor to independently coordinate setup/take down of traffic control devices at a project site. This expanded scope of service will be billed at the contract rate for bid line item #6. Work tasks to be performed within this rate classification will include self- interpretation of the traffic control plan to determine placement of traffic control devices and equipment for the work zone. The traffic control plan will be provided to the contractor with minimum advanced notice of 72 hours prior to commencement of the project. Job site setup/take down may occur before and/or after TPU crews are present at the job site and will require the contractor to utilize their vehicle to coordinate placement of the traffic control devices. The contractor’s vehicle must be able to transport traffic control devices and shall be a minimum size of a standard flatbed pick-up truck. 5.02.2 – MOBILIZATION OF RENTAL EQUIPMENT Mobilization/De-mobilization will be paid only for rental equipment line items #8- 23. Pricing for traffic control equipment mobilization is to be offered as a single flat rate to include the delivery and pickup from a TPU job site within the service territory located within Pierce County. If Mobilization/De-mobilization is required to a job site located outside of Pierce County the rate will be mutually negotiated prior to the time of service. If multiple rental equipment items (i.e. traffic signs + trailer mounted device) are able to be transported using a single contractor’s vehicle, only one mobilization fee will be paid. The fee to be paid will be to the highest of the equipment items being transported. 5.03 - SAFETY Due to the complexity and potentially hazardous conditions of utility work, TPU will not be responsible for the continuous monitoring and supervision of the behavior and activities of flaggers assigned to the work site. Once the flaggers have been informed of the potential hazards associated with the work to be performed by TPU and traffic control devices have been placed, the flaggers will be solely responsible for compliance with all applicable provisions of federal, state, county and municipal safety laws and regulations. 5.03.1 - SAFETY PLAN The contractor shall submit with their proposal a comprehensive safety plan that includes the following: 1. Names and contact information for supervisory and management staff concerning safety related issues. 2. A process for addressing safety issues brought to the attention of the contractor by TPU. 5.03.2 – WA STATE SAFETY VIOLATION RECORD The contractor shall submit with their proposal a copy of the firms State Safety Violations Record for the last three (3) years. The report may be obtained from Specification TU22-0361F Flagging and Traffic Control Services the WA State Department of Labor and Industries (Olympia 360-902-5226). Please allow sufficient time for a response to your request. END OF SECTION Specification TU22-0361F Flagging and Traffic Control Services APPENDIX A LOCAL EMPLOYMENT AND APPRENTICESHIP TRAINING PROGARM (LEAP) AbbrevProgReq Rev 02-2022 DT City of Tacoma Community and Economic Development Department LEAP Office 747 Market Street, Room 900 Tacoma, WA 98402 (253) 591-5590 leap@cityoftacoma.org LEAP LOCAL EMPLOYMENT AND APPRENTICESHIP TRAINING PROGRAM ABBREVIATED PROGRAM REQUIREMENTS LEAP is a mandatory City of Tacoma program adopted to provide employment opportunities for City of Tacoma residents and residents of Economically Distressed Areas of the Tacoma Public Utilities Service Area. Based on the dollar amounts of projects, it requires Prime Contractors performing qualifying public works projects or service contracts ensure that a percentage of the total labor hours worked on the project are performed by LEAP-Qualified local employees and/or LEAP-Qualified apprentices approved by the Washington State Apprenticeship Council (SAC), youth, veterans, residents of Tacoma, residents of surrounding Economically Distressed Areas, and/or TPU Service Areas (as outlined below). Compliance may be met through any combination LEAP-Qualified employees. Prime Contractors may obtain further information by contacting the City of Tacoma’s LEAP Coordinator, Deborah Trevorrow, at (253) 591-5590, or e-mail leap@cityoftacoma.org. The LEAP Coordinator can assist contractors in the recruitment of qualified entry-level workers to work on City of Tacoma Public Works projects. The LEAP Office is in the Tacoma Municipal Building, 747 Market Street, Rm 900. LEAP PROGRAM REQUIREMENTS: 1. LOCAL EMPLOYMENT GOAL: The Prime Contractor is required to ensure that 15 percent of the total Labor Hours worked on the project are performed by residents of the City of Tacoma or Economically Distressed ZIP Codes for the following projects: a) Civil Projects over $250,000 b) Building Projects over $750,000 2. APPRENTICE GOAL: The Contractor is required to ensure that an additional 15 percent of the total Labor Hours worked on any project over $1,000,000 are performed by Apprentices who are residents of the Tacoma Public Utilities Service Area. This is in addition to the Local Employment Goal. 3. SUBCONTRACTOR NOTIFICATION: Prime Contractors shall notify all Subcontractors of the LEAP Program requirement. Subcontractor labor hours may be utilized towards achievement of the LUG. Owner/Operator hours may be used for the Local Employment Goal. 4. FAILURE TO MEET LEAP UTILIZATION GOAL: Contractors shall be assessed an amount for each hour that is not achieved. The amount per hour shall be based on the extent the Contractor met its goal. The amount per hour that shall be assessed shall be as follows: • 100% achievement $0.00 penalty • 99% to 90% achievement $2.00 penalty *Penalty may be waived in the best • 89% to 75% achievement $3.50 penalty interests of the City of Tacoma. • 74% to 50% achievement $5.00 penalty • 49% to 1% achievement $7.50 penalty • 0% achievement $10.00 penalty mailto:leap@cityoftacoma.org Page 2 AbbrevProgReq Rev 03-2022 DT LEAP DOCUMENT SUBMITTALS**: 1. LEAP EMPLOYEE VERIFICATION FORM: The Contractor must provide the LEAP Office with a form for every person whom the contractor thinks will assist with attaining credit towards meeting the LEAP Utilization requirements with at least one piece of verifying documentation. The LEAP Office staff will respond regarding whether or not the employee is LEAP-Qualified. 2. WEEKLY CERTIFIED PAYROLL: In LCP Tracker: the Prime and Subcontractors must submit weekly Certified Payrolls that include, employee name, address, social security number, craft/trade, class, hours worked on this job, rate of pay, and gross wages paid including benefits for this job. 3. DEPARTMENT OF LABOR & INDUSTRIES (L&I): The Prime must enter the project in the L&I project site under the ‘Tacoma, City of’ account and notify the LEAP Office when this has been completed. **WITHHOLDING PROGRESS PAYMENTS: The LEAP Coordinator may withhold progress payments for failure to follow the above-outlined procedures 06/2022 DT City of Tacoma LEAP Office 747 Market Street, Room 900 Tacoma, WA 98402 (253) 591-5590 or leap@cityoftacoma.org LEAP Documents and Submittal Schedule In the attached packet, you will find the LEAP forms that are required to be submitted by the Prime and Sub Contractors.  LEAP Abbreviated Program Requirements: brief overview of LEAP Program requirements  LEAP Employee Verification Form: to be submitted on an ongoing basis for each employee who may be a LEAP-qualified employee  LEAP Weekly Payroll Report: must be attached and filled out to the front of each certified payroll  Tacoma Public Utilities Service Area Map and List, Economically Distressed ZIP Codes Map and List: for your reference on LEAP-qualified zoning areas In addition, the City of Tacoma will also require from the Prime Contractor and all its Subcontractors:  Weekly Certified Payrolls: to be submitted via LCP Tracker weekly, biweekly or monthly with the LEAP Payroll Report attached as scheduled by the Prime  Statement of Intent to Pay Prevailing Wages: to be submitted prior to commencing work  Affidavit of Wages Paid: to be submitted upon completion of each contractor’s work  Document Verification: provide required information when requested from LEAP Office Please submit above documents as instructed by the LEAP Coordinator. If you have any questions or request further information, please feel free to contact the City of Tacoma’s LEAP Program at (253) 591-5590 or email dtrevorrow@cityoftacoma.org Revised 02-2022 DT LOCAL EMPLOYMENT AND APPRENTICESHIP TRAINING PROGRAM (LEAP) LEAP REQUIREMENTS & PROCEDURES: The LEAP office enforces post-award mandatory requirements. Bidders do not have to submit any information in the bid submittal package to be in compliance with LEAP. Post-award Submittals: • LEAP Employee Verification Form. This form is to be completed for employees who may be LEAP-Qualified and may be able to help meet the LEAP Goals. • LEAP Weekly Payroll. These must be submitted via LCP Tracker. By submitting payrolls in LCP Tracker before the Labor & Industry’s website, you can reduce data entry. The City of Tacoma’s LEAP office enforces two mandatory requirements on City projects based on certain monetary thresholds. Local Employment Utilization Goal - the Prime Contractor performing a qualifying public works project must ensure that 15 percent of the total labor hours worked on the project are performed by residents of the City of Tacoma or Economically Distressed Zip Codes, whether or not any such person is an apprentice. Apprenticeship Utilization Goal – for contracts above one-million dollars, the Prime Contractor performing a qualifying public works project must ensure that 15 percent of the total labor hours worked on the project are performed by Apprentices who are residents of the City of Tacoma or Tacoma Public Utilities Service Area. The accompanying LEAP Regulations, forms, and maps are included in these specifications. *Exceptions: If the project is located outside of the retail service area of the Tacoma Public Utilities Service Area, then Apprentices may come from the county in which the work is performed. This project is above $1 million and is thusly subject to the: 1. 15% Local Employment Utilization Goal 2. 15% Apprentice Utilization Goal LEAP staff can assist contractors in the recruitment, screening and selection of qualified City of Tacoma residents, Economically Distressed Area residents, and Apprentices. Contractors may obtain further information by contacting the City’s LEAP Office at (253) 316-3057 or (253) 591- 5590. The LEAP Office is located in the Tacoma Municipal Building, 747 Market Street, Room 900, Tacoma, WA 98402. www.cityoftacoma.org/leap Revised 04/2022 DT City of Tacoma LEAP Office 747 Market Street, Room 900 Tacoma, WA 98402 (253) 591-5590 or leap@cityoftacoma.org www.cityoftacoma.org/leap LEAP EMPLOYEE VERIFICATION FORM Contractor/Sub: Specification Number: Project Description: Employee Name:________________________________ _ Craft: Ethnic Group (optional):  Asian/Pac Isl.  Black  Hispanic  Native American  White  Other Gender (optional):  MALE  FEMALE Complete Physical Address (No PO Boxes): City:____________ State:_______ Zip:_______ Telephone:____________ Date of Hire:____________ Apprenticeship County:___________ Apprentice Registration I.D. (if applicable): Age:______ Copy of DD-214:_______ *******Please fill out entire form for tracking LEAP performance******* LEAP qualified employee categories: (check all that apply and provide evidence for each check) _____ a. Resident (journey level or certified apprentice) within the geographic boundaries of the City of Tacoma _____ b. Resident (journey level or certified apprentice) within Economically Distressed ZIP Codes of the Tacoma Public Utilities Service Area ____ c. WA State Approved Apprentice living in the Tacoma Public Utilities Service Area (Only valid for projects over $1,000,000) ____ d. WA State Approved Apprentice *(Only valid for contracts where 100% of work is performed outside of Pierce County) Signature of Employee: Date: Contractor Representative:_________________________________ Date:__________________ Page 2 Revised 04/2-22/DT LEAP EMPLOYEE VERIFICATION FORM To be Completed by Contractor or Subcontractor Please attach a legible copy of one or more of the following document(s) showing the address of residence as proof of local (Tacoma) and/or Economically Distressed Area and/or TPU Service Areas residency. For youth, see first line and for veteran status, see second line. ........................................................................................................................................ For Youth - Copy of Birth Certificate or WA State ID or WA Driver’s License (projects advertised after 05-20-13) For Veterans – Copy of DD-214(Projects advertised after 05-20-13) Driver's License with current address Utility Bill/Phone Bill/Cell Bill/Cable Bill with current address Copy of current tax form W-4 Rental Agreement/Lease (residential) Computer Printout From Other Government Agencies Property Tax Records Apprentice Registration I.D. Food Stamp Award Letter Housing Authority Verification Insurance Policy (Residence/Auto) *Any of the above must have a complete physical address verified by the www.govme.org website. No PO Boxes Contractor Representative: Date: Title: Z:\ R2 017 \R1 88\ Mx ds\ Pri ori ty H ire Zip cod es 8x1 1 0 426 17. mx d Cre ate d b y: a abr am ovi ch Appendix C: Economically Distressed ZIP Codes Map Puge t S ou ndH oo d C an al 98584 98355 98385 98533 98548 985 63 98580 98925 98328 98377 98323 98304 983 36 985 20 983 49 98356 980 02985 92 98330 98528 98564 985 75 98582 98546 ° 0 2010 Miles © City of Tacoma, All Rights Reserved Community & Economic Development Department GIS Analysis & Data Service 4/26/2017Map is for reference only. Pu ge t S ou nd 98402 98418 984 03 98421 984 99 984 04 98405 984 45 984 0898 40 9 City Limits 98002 98304 98323 98328 98330 98336 98349 98355 98356 98377 98385 98520 98528 98533 98546 98548 98563 98564 98575 98580 98582 98584 98592 98925 98402 98403 98404 98405 98408 98409 98418 98421 98444 98445 98499 Tacoma Public Utilities Infrastructure and Service Area (Apprentice Utilization) Updated 11/2020: CA 98001 Auburn 0.00% 98356 Morton 0.17% 98443 Tacoma 0.00% 98002 Auburn 0.00% 98360 Orting 0.54% 98444 Tacoma 7.20% 98003 Federal Way 0.00% 98371 Puyallup 0.12% 98445 Tacoma 2.09% 98010 Black Diamond 0.00% 98372 Puyallup 1.33% 98446 Tacoma 0.17% 98022 Enumclaw 0.00% 98373 Puyallup 1.42% 98447 PLU 0.00% 98023 Federal Way 0.00% 98374 Puyallup 0.15% 98465 Tacoma 0.44% 98030 Kent 0.00% 98375 Puyallup 0.29% 98466 Tacoma 0.06% 98032 Kent 0.00% 98377 Randle 0.00% 98467 University Place 0.09% 98038 Maple Valley 0.00% 98385 South Prairie 0.00% 98498 Lakewood 0.05% 98042 Kent 0.00% 98387 Spanaway 0.68% 98499 Lakewood 0.26% 98045 North Bend 0.00% 98388 Spanaway 0.00% 98520 Aberdeen 0.00% 98051 Ravensdale 0.00% 98390 Sumner 0.12% 98524 Allyn 0.97% 98070 Vashon 0.00% 98391 Bonney 1.83% 98528 Belfair 0.31% 98092 Auburn 0.00% 98402 Tacoma 0.46% 98533 Cinebar 0.00% 98198 Seattle 0.00% 98403 Tacoma 3.31% 98546 Grapeview 0.00% 98304 Ashford 0.00% 98404 Tacoma 10.15% 98548 Hoodsport 0.00% 98321 Buckley 0.27% 98405 Tacoma 4.97% 98555 Lilliwaup 0.00% 98323 Carbonado 0.05% 98406 Tacoma 3.51% 98563 Montesano 0.21% 98327 DuPont 0.00% 98407 Tacoma 4.38% 98564 Mossyrock 0.00% 98328 Eatonville 2.92% 98408 Tacoma 12.58% 98575 Quinault 0.20% 98329 Gig Harbor 0.24% 98409 Tacoma 8.88% 98580 Roy 2.02% 98330 Elbe 0.00% 98416 UPS 0.00% 98582 Salkum 0.00% 98332 Gig Harbor 0.00% 98418 Tacoma 1.98% 98584 Shelton 10.31% 98333 Fox Island 0.00% 98421 Tacoma 0.00% 98585 Silver Creek 0.00% 98335 Gig Harbor 0.05% 98422 Tacoma 0.67% 98591 Toledo 1.93% 98336 Glenoma 0.00% 98424 Tacoma 0.98% 98592 Union 0.00% 98338 Graham 0.79% 98430 Camp Murray 0.00% 98597 Yelm 0.00% 98349 Lakebay 0.06% 98433 Tacoma 0.00% 98925 Easton 0.00% 98354 Milton 0.01% 98438 McChord 0.00% 98355 Mineral 0.00% 98439 Lakewood 0.00% Economically Distressed ZIP Codes (Journeyman AND Apprentice) Updated 11/2020: CA Zip Code 200% Pov Unemployed 25+ College Area 98002 Y Y Auburn 98304 Y Y Ashford/Rainier 98323 Y Y Y Carbonado 98328 Y Y Eatonville 98330 Y Y Elbe 98336 Y Y Glenoma 98349 Y Y Lakebay 98355 Y Y Mineral 98356 Y Y Y Morton 98377 Y Y Y Randle 98385 Y Y South Prairie 98402 Y Y Downton 98403 Y Y Stadium/St. Helens 98404 Y Y Eastside 98405 Y Y Hilltop/Central 98408 Y Y South End 98409 Y Y South Tacoma 98418 Y Y Lincoln/South End 98421 Y Y Y Port 98439 Y Y McChord AFB 98444 Y Y Parkland 98445 Y Y Midland 98499 Y Y Lakewood 98520 Y Y Y Aberdeen 98528 Y Y Belfair 98533 Y Y Cinebar 98546 Y Y Y Grapeview 98548 Y Y Y Hoodsport 98563 Y Y Y Montesano 98564 Y Y Y Mossyrock 98575 Y Y Quinault 98580 Y Y Roy 98582 Y Y Salkum 98584 Y Y Shelton 98591 Y Y Toledo 98592 Y Y Union 98925 Y Y Easton Specification TU22-0361F Flagging and Traffic Control Services APPENDIX B PREVAILING WAGE RATES AND INTENT AND AFFIDAVIT INFORMATION FOR ON CALL CONTRACTS 05/20/21 PREVAILING WAGE RATES This project requires prevailing wages under 39.12 RCW. Any worker, laborer, or mechanic employed in the performance of any part of the work shall be paid not less than the applicable prevailing rate of wage. The project site is located in various Washington Counties. The effective date for prevailing wages on this project will be the submittal deadline with these exceptions: a. If the project is not awarded within six months of the submittal deadline, the award date is the effective date. b. If the project is not awarded pursuant to a competitive solicitation, the date the contract is executed is the effective date. c. Janitorial contracts follow WAC 296-127-023. Except for janitorial contracts, these rates shall apply for the duration of the contract unless otherwise noted in the solicitation. Look up prevailing rates of pay, benefits, and overtime codes from this link: https://secure.lni.wa.gov/wagelookup/ REQUIRED FILINGS The contractor and all subcontractors covered under 39.12 RCW shall submit to the Department of Labor and Industries (L&I) for work provided under this contract: 1. A Statement of Intent to Pay Prevailing Wages must be filed with and approved by L&I upon award of contract. 2. An Affidavit of Wages Paid must be filed with and approved by L&I upon job completion. Payments cannot be released by the City until verification of these filings are received by the engineer. Additional information regarding these filings can be obtained by calling the Department of Labor & Industries, Prevailing Wage at 360-902-5335, https://www.lni.wa.gov/ or by visiting their MY L&I account. http://apps.leg.wa.gov/RCW/default.aspx?cite=39.12 https://secure.lni.wa.gov/wagelookup/ http://apps.leg.wa.gov/RCW/default.aspx?cite=39.12 https://www.lni.wa.gov/ https://secure.lni.wa.gov/home/

747 Market Street Tacoma, Washington 98402Location

Address: 747 Market Street Tacoma, Washington 98402

Country : United StatesState : Washington

You may also like

Flagging Services

Due: 06 May, 2024 (in 17 days)Agency: Public Works