Loading...
HomeMy WebLinkAboutContract Provisions / Details - CAG-24-109Project No.: CAG-24-109 Contract Provisions 100% Submittal Contract No: Award Amount: ___________________ Award Date: ___________________ Award To: ___________________ ___________________ ___________________ SOUTH 7TH STREET CORRIDOR IMPROVEMENTS Federal Aid # CRPUL-CM 1292(003) STIP ID# REN-47 City Project # CAG-24-109 Volume 1 of 2 General Bid Information: Builders Exchange of Washington, Inc. (425) 258-1303 City Contact: Keith Woolley, (425) 430-7318 Consultant Contact: Brett Schock, (425) 896-5229 Approved for Bid ____________________________ ______________ City of Renton Date Approved for Construction ____________________________ ______________ City of Renton Date Prepared by: Public Works Department Transportation Systems Division 1055 South Grady Way, Renton, Washington 98057 Contract Documents Page 1 South 7th Street Corridor Improvements August 2024 CITY OF RENTON South 7th Street Corridor Improvements Shattuck Avenue to Burnett Avenue Table of Contents VOLUME I I. INVITATION TO BID II. INSTRUCTIONS AND CHECKLIST FOR BIDDERS 1. Instructions and checklist for bidders 2. Summary of Fair Practices Policy, City of Renton 3. Summary of Americans with Disabilities Act Policy, City of Renton III. PROJECT PROPOSAL (SUBMIT AS PART OF THE BID) 1. Project proposal cover sheet 2. Proposal 3. Schedule of prices 4. Local agency certification for federal aid contracts (WSDOT 272-040A) 5. Non-collusion declaration (WSDOT 272-036I) 6. Subcontractor list (WSDOT 271-015A) 7. Proposal for incorporating recycled materials into the project 8. Contractor certification, Wage Law compliance (WSDOT 272-009) 9. DBE Utilization Certification (WSDOT 272-056) 10. DBE Written Confirmation (WSDOT 422-031) 11. DBE Bid Item Breakdown (WSDOT 272-054) 12. DBE Trucking Credit Form (WSDOT 272-058) 13. Proposal signature page 14. Proposal bid bond IV. AGREEMENT FORMS (SUBMIT WITHIN 10 DAYS AFTER NOTICE OF AWARD) 1. Agreement 2. Contract bond to the City of Renton 3. Fair Practices and Non-Discrimination Policy Declaration V. REQUIRED CONTRACT PROVISIONS FOR FEDERAL-AID CONSTRUCTION CONTRACTS (FHWA 1273) VI. SPECIAL PROVISIONS VII. WAGE RATES VOLUME II - PLANS Contract Documents Page 2 South 7th Street Corridor Improvements August 2024 City of Renton Contract Provisions for South 7th Street Corridor Improvements I. INVITATION TO BID Contract Documents Page 3 South 7th Street Corridor Improvements August 2024 CITY OF RENTON South 7th Street Corridor Improvements Shattuck Avenue to Burnett Avenue Federal Aid # CRPUL-CM 1292(003) Project No. CAG-24-109 INVITATION TO BID Sealed Bids will be received by the City of Renton, at the City Clerk's Office, located on the 7th floor of Renton City Hall until 11:00 AM on the 18th of September, 2024, at which time the Bid packages will be opened and publicly read in the Conferencing Center, room #726, located on the 7th floor of Renton City Hall. Renton City Hall is located at 1055 South Grady Way, Renton, WA, 98057. Approved Plans, Specifications, Addenda, and Plan Holders List for this project are available on- line through Builders Exchange of Washington, Inc., at http://www.bxwa.com. Click on bxwa.com; Posted Projects; Public Works; City of Renton; Projects Bidding. (Note: Bidders are encouraged to Register as a Bidder, in order to receive automatic email notification of future Addenda and to be placed on the Bidders List), contact Builders Exchange of Washington at 425-258-1303 should you require further assistance. All Bid Proposals shall be accompanied by a Bid Proposal deposit (certified check or Surety bond) in an amount equal to five percent (5%) of the amount of such Bid Proposal. Should the successful Bidder fail to enter into such Contract and furnish satisfactory performance bond within the time stated in the Specifications, the Bid Proposal deposit shall be forfeited to the City of Renton. The City of Renton in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C.2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, subtitle A, Office of the Secretary, Part 21, nondiscrimination in Federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all Bidders that it will affirmatively insure that in any Contract entered into pursuant to this advertisement, disadvantaged business enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit Bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an Award. The improvement for which Bids will be received is described below: Construct the South 7th Street Corridor Improvements project. The work includes but is not limited to: signing and striping of bicycle facilities, construction of a new sidewalk and paths in unimproved right of way , reconstruction of curbing, gutters and paving at intersections, modification of traffic signal systems, adjustment of damaged utility lids in the roadway, aesthetic landscaping and irrigation, adjustment of stormwater management systems, temporary traffic control, property protection and restoration and all other Work necessary to complete the Work as specified and shown in the Contract Provisions. Jason A. Seth, City Clerk Published: Daily Journal of Commerce: August 28, 2024, September 11, 2024 Renton Reporter: August 28, 2024, September 11, 2024 Contract Documents Page 4 South 7th Street Corridor Improvements August 2024 City of Renton Contract Provisions for South 7th Street Corridor Improvements II. INSTRUCTIONS AND CHECKLIST FOR BIDDERS Contract Documents Page 5 South 7th Street Corridor Improvements August 2024 INSTRUCTIONS AND CHECKLIST FOR BIDDERS The following supplements the information in the Call for Bids: 1. Special Project Information. The Contract Documents, including Standard Specifications, and all applicable laws and regulations apply to this project. The following items particular to this project are repeated here for emphasis: a. Wages. This project includes federal funding. The State Prevailing Wages and Federal Wage Rates in effect at time of Advertisement are provided in Appendix A. It is the Bidder’s responsibility to obtain wage information for any work classifications that are not included. b. Traffic Control and Hours of Work. This project is on an arterial roadway in the City. Traffic control and the safety of the traveling public will be paramount. The Contractor will be required to keep lanes open to traffic during the day per the construction channelization plans, except when approved by the City during intersection closures. Night work may be required to meet the construction schedule; at night, additional lane closures will be permitted. 2. Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, shall request the explanation or interpretation in writing by the close of business five (5) business days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their Bids. Oral explanations, interpretations, or instructions given by anyone before the Award of Contract will not be binding on the City of Renton. 3. If a bidder has any questions regarding the project, the bidder may either: a. Submit questions in writing to Renton City Hall – Transportation Systems, 1055 S Grady Way, Renton, WA 98057, Attn: Keith Woolley, or b. Submit questions via e-mail to: kwoolley@rentonwa.gov. The subject line should include “South 7th Street Corridor Improvements”. c. No other type of inquiry will be accepted. 4. All bids must be self-explanatory. Partial bids will not be accepted. No opportunity will be offered for oral explanation except as the City may request further information on particular points. The bidder shall, upon request, furnish information to the City of Renton as to their financial and practical ability to satisfactorily perform the work. 5. The construction contract will be awarded by the City of Renton to the lowest responsible, responsive bidder. The total bid amount of all schedules combined will be used to determine the low bidder. 6. The City of Renton reserves the right to reject any and all bids or waive any and/or all informalities. 7. Payment for this work will be made in cash warrants. Contract Documents Page 6 South 7th Street Corridor Improvements August 2024 8. Bidders are not required to be in possession of a current City of Renton business license in order to bid on City projects. However, Contractors and all subcontractors of all tiers must be in possession of a current City business license while conducting work in the City. 9. Bidding Checklist Each bid must be submitted in a sealed envelope bearing on the outside the name and address of the Bidder, and the name and number of the project for which the bid is submitted. It is the responsibility of each bidder to ascertain if all the documents listed below and in the Table of Contents are included in their copy of the Contract Provisions. If documents are missing, it is the sole responsibility of the Bidder to contact the City of Renton to obtain the missing documents prior to the date and time bids are due. The following documents shall be submitted with the bid.  Project Proposal Cover Sheet – The form included in these Bid Documents must be used; no substitute will be accepted.  Proposal – The form included in these Bid Documents must be used; no substitute will be accepted.  Schedule of Prices – The form(s) included in these Bid Documents must be used; no substitute will be accepted. Bidders must bid on all schedules and items shown on the Schedule of Prices. If any unit price is left blank, it will be considered no charge for that bid item, regardless of what has been placed in the extension column.  Local Agency Certification for Federal-Aid Contracts.  Non-Collusion Declaration – The form included in these Bid Documents must be used; no substitute will be accepted.  Local Agency Subcontractor List – This form is available at https://wsdot.wa.gov/forms/pdfForms.html. Bidder may download, print and complete the form to include with Bid. The DOT form, DOT Form Number and revision date must match the form included in these Bid Documents, otherwise the Bid will be considered irregular and non-responsive and the Bid will be rejected.  Proposal for Incorporating Recycled Materials into the Project - The form included in these Bid Documents must be used; no substitute will be accepted.  Contractor Certification, Wage Law Compliance – Responsibility Criteria, Washington State Public Works Contracts – This form is available at https://wsdot.wa.gov/forms/pdfForms.html. Bidder may download, complete, print, and sign the form to include with Bid. The DOT form, DOT Form Number and revision date must match the form included in these Bid Documents, otherwise the Bid will be considered irregular and non-responsive and the Bid will be rejected.  DBE Utilization Form – This form is available at https://wsdot.wa.gov/forms/pdfForms.html. The form included in these Bid Documents must be used; no substitute will be accepted. Contract Documents Page 7 South 7th Street Corridor Improvements August 2024  DBE Written Confirmation Form – This form is available at https://wsdot.wa.gov/forms/pdfForms.html. The form included in these Bid Documents must be used; no substitute will be accepted.  DBE Trucking Credit Form – This form is available at https://wsdot.wa.gov/forms/pdfForms.html. The form included in these Bid Documents must be used; no substitute will be accepted.  DBE Bid Item Breakdown Form – This form is available at https://wsdot.wa.gov/forms/pdfForms.html. The form included in these Bid Documents must be used; no substitute will be accepted.  Proposal Signature Page - The form included in these Bid Documents must be used; no substitute will be accepted. Evidence of signatory’s authority to sign the Proposal on behalf of the business entity shall be submitted with the Bid. Otherwise, the submitted Bid will be considered irregular and non- responsive and the Bid will be rejected.  Proposal Bid Bond – The form included in these Bid Documents must be used; no substitute will be accepted. If an attorney-in-fact signs bond, the power of attorney authorizing such execution must be current and enforceable, be properly executed by the Surety in accordance with the Surety’s by-laws or other applicable rules and resolutions, and include all necessary corporate seals, signatures, and notaries. 10. Contract Checklist The following forms are to be executed by the successful Bidder after the Contract is awarded.  Agreement – The form included in these Bid Documents must be used; no substitute will be accepted. Two originals shall be executed by the successful Bidder.  Contract Bond – The form included in these Bid Documents must be used; no substitute will be accepted. Two originals shall be executed by the successful Bidder and its surety company. This bond covers successful completion of all work and payment of all laborers, subcontractors, suppliers, etc. If an attorney-in- fact signs bond, the power of attorney authorizing such execution must be current and enforceable, be properly executed by the Surety in accordance with the Surety’s by-laws or other applicable rules and resolutions, and include all necessary corporate seals, signatures, and notaries.  Fair Practices Policy Affidavit of Compliance - The form included in these Bid Documents must be used; no substitute will be accepted.  Certificates of Insurance – To be executed by an insurance company acceptable to the Owner, on ACORD Forms. Required coverages are listed in Section 1- 07.18 of the Special Provisions. The City of Renton shall be named as “Additional Insureds” on the insurance policies as well as the entities listed in Section 1-07.18(2) of the Special Provisions. Contract Documents Page 8 South 7th Street Corridor Improvements August 2024 Contract Documents Page 9 South 7th Street Corridor Improvements August 2024 Contract Documents Page 10 South 7th Street Corridor Improvements August 2024 City of Renton Contract Provisions for South 7th Street Corridor Improvements III. PROJECT PROPOSAL Contract Documents Page 11 South 7th Street Corridor Improvements August 2024 PROJECT PROPOSAL Project: South 7th Street Corridor Improvements Federal Aid No: CRPUL-CM 1292(003) City Contract Number: CAG-24-109 Company: _____________________________________________________________ Address: _____________________________________________________________ _____________________________________________________________ _____________________________________________________________ Phone Number: _____________________________________________________________ Fax Number: _____________________________________________________________ Total Bid Amount: $ __________________________________________________ (Total of Bid Schedules A + B) Contract Documents Page 12 South 7th Street Corridor Improvements August 2024 PROPOSAL South 7th Street Corridor Improvements TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned (Bidder) hereby certify that the Bidder has examined the location and construction details of the proposed work and has read and thoroughly understands the Contract Documents governing the work, and the nature of the work, and the method by which payment will be made for said work. Bidder hereby proposes to undertake and complete the work detailed in and in accordance with these Contract Documents, for the Total Bid Amount shown on the attached Schedule of prices. The Bidder understands that the quantities mentioned herein are approximate only and are subject to increase or decrease, and hereby proposes to perform all quantities of work as either increased or decreased in accordance with the Contract Documents. As evidence of good faith, pursuant to RCW 35.23.352(1), an original Bid Proposal Deposit in the form of (check one)  bid bond, or  cashier's check (made payable to the City of Renton), or  postal money order (made payable to the City of Renton), in an amount equal to five percent (5%) of the Total Bid Price, is attached hereto. If a bid bond is signed by an attorney-in-fact, Bidder agrees that the power of attorney authorizing such execution must be current and enforceable, be properly executed by the Surety in accordance with the Surety’s by-laws or other applicable rules and resolutions, and include all necessary corporate seals, signatures, and notaries. Bidder understands that Contract Award or Bid rejection will occur within 60 calendar days after the opening of bids, as specified in Section 1-03.2 of the Standard Specifications. Bidder further understands that should Bidder fail to enter into this contract in accordance with his or her Bid and furnish a contract bond within a period of ten (10) days from the date at which he or she is notified that he or she is the successful bidder, the Bid Proposal Deposit shall be forfeited to the City of Renton, as set forth in RCW 35A.40.200 and RCW 35.23.352. Bidder hereby agrees to complete the Physical Work in all respects within 60 working days. Contract time shall begin on the first working day following the Notice to Proceed date. PROPOSAL (BID SCHEDULE A - South 7th Street, Shattuck to Burnett) South 7th Street Corridor Improvements ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID Note: Unit prices for all items, all extensions, and total amount of Bid shall be shown. Enter unit prices in numerical figures only in dollars and cents, i.e. to two (2) decimal places (including for whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be rejected as unresponsive. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Contract Documents Page 13 South 7th Street Corridor Improvements August 2024 Item No. Spec. Section Description Quantity Unit Unit Price* Amount A1. 1-05 Roadway Surveying 1 LS $ $ A2. 1-05 ADA Features Surveying 1 LS $ $ A3. 1-05 Record Drawings 1 LS $ $ A4. 1-07.15 SPCC Plan 1 LS $ $ A5. 1-09 Mobilization 1 LS $ $ A6. 1-10 Work Zone Safety Contingency 1 FA $25,000 $25,000 A7. 1-10 Pedestrian Traffic Control 1 LS $ $ A8. 1-10 Flaggers 720 HR $ $ A9. 1-10 Other Traffic Control Labor 240 HR $ $ A10. 1-10 Construction Signs Class A 681 SF $ $ A11. 1-10 Other Temporary Traffic Control Devices 1 LS $ $ A12. 2-01 Clearing and Grubbing 1 LS $ $ A13. 2-02 Removal of Structures and Obstructions 1 LS $ $ A14. 2-03SP Pothole existing utilities 2 EA $ $ A15. 2-03 Roadway Excavation incl. Haul 50 CY $ $ A16. 2-03 Common Borrow Incl. Haul 133 CY $ $ A17. 4-04 Crushed Surfacing Top Course 470 TON $ $ A18. 5-04SP HMA CL 1/2” , PG 64-22" 310 TON $ $ A19. 7-04SP Ductile Iron Pipe, 12 In. Diam. 90 LF $ $ A20. 7-04 Solid Wall PVC Storm Sewer Pipe 12 In. Diam. 10 LF $ $ A21. 7-05 Catch Basin Type 1 7 EA $ $ PROPOSAL (BID SCHEDULE A - South 7th Street, Shattuck to Burnett) South 7th Street Corridor Improvements ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID Note: Unit prices for all items, all extensions, and total amount of Bid shall be shown. Enter unit prices in numerical figures only in dollars and cents, i.e. to two (2) decimal places (including for whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be rejected as unresponsive. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Contract Documents Page 14 South 7th Street Corridor Improvements August 2024 Item No. Spec. Section Description Quantity Unit Unit Price* Amount A22. 7-05SP Open Grate Locking Lid 1 EA $ $ A23. 7-05SP Solid Locking Lid 1 EA $ $ A24. 7-05SP 24" Riser 1 EA $ $ A25. 7-05SP Adjust Manhole (Slip-Resistant Lid) 13 EA $ $ A26. 7-05SP Adjust Manhole (Slip-Resistant Lid Only) 5 EA $ $ A27. 7-05 Adjust Manhole 4 EA $ $ A28. 7-05SP Adjust Water Valve 4 EA $ $ A29. 7-05SP Adjust Utility Lid 6 EA $ $ A30. 8-01 Erosion Control and Water Pollution Prevention 1 LS $ $ A31. 8-01 Inlet Protection 22 EA $ $ A32. 8-02 Seeded Lawn Installation 285 SY $ $ A33. 8-02SP Wood Chip Mulch (3" Depth) 144 CY $ $ A34. 8-02SP Topsoil, Type A (8" Depth) 395 CY $ $ A35. 8-02SP Coarse Compost (2.5" Depth) 125 CY $ $ A36. 8-02 Plant Selection, Deciduous Tree (2" Cal.) 17 EA $ $ A37. 8-02 Plant Selection, Shrub (#2 Cont.) 420 EA $ $ A38. 8-02 Plant Selection, Shrub (#5 Cont.) 28 EA $ $ A39. 8-02 Plant Selection, Groundcover (#1 Cont.) 5310 EA $ $ A40. 8-02SP Root Barrier (24" Depth) 226 LF $ $ A41. 8-03SP Automatic Irrigation System, Complete 1 LS $ $ A42. 8-04 Cement Conc. Traffic Curb and Gutter 931 LF $ $ PROPOSAL (BID SCHEDULE A - South 7th Street, Shattuck to Burnett) South 7th Street Corridor Improvements ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID Note: Unit prices for all items, all extensions, and total amount of Bid shall be shown. Enter unit prices in numerical figures only in dollars and cents, i.e. to two (2) decimal places (including for whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be rejected as unresponsive. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Contract Documents Page 15 South 7th Street Corridor Improvements August 2024 Item No. Spec. Section Description Quantity Unit Unit Price* Amount A43. 8-04 Cement Conc. Traffic Curb 57 LF $ $ A44. 8-04 Cement Conc. Pedestrian Curb 81 LF $ $ A45. 8-06SP Cement Conc. Driveway Entrance 160 SY $ $ A46. 8-06 Cement Conc. Driveway Entrance Type 3 50 SY $ $ A47. 8-09 Raised Pavement Marker Type 1 10 HUND $ $ A48. 8-09 Raised Pavement Marker Type 2 5 HUND $ $ A49. 8-10SP Traffic Separator, White 17 EA $ $ A50. 8-10SP Traffic Separator, White 11 EA $ $ A51. 8-12SP Black Polyvinyl Coated 4FT Chainlink Fence 413 LF $ $ A52. 8-12SP Privacy Fence 6FT Wooden 97 LF $ $ A53. 8-13 Monument Case and Cover 2 EA $ $ A54. 8-14 Cement Conc. Sidewalk 1195 SY $ $ A55. 8-14 Cement Conc. Curb Ramp Type Perpendicular A 2 EA $ $ A56. 8-14 Cement Conc. Curb Ramp Type Perpendicular B 4 EA $ $ A57. 8-14 Cement Conc. Curb Ramp Type Bike 2 EA $ $ A58. 8-14 Detectable Warning Surface 107 SF $ $ A59. 8-14SP Tactile Directional Indicator 24 SF $ $ A60. 8-20SP Traffic Signal System Modification - S 7th St & Shattuck Ave S 1 LS $ $ A61. 8-20 Illumination System, Complete 1 LS $ $ A62. 8-20 Conduit Pipe 3 In. Diam. 2266 LF $ $ A63. 8-21 Permanent Signing 1 LS $ $ PROPOSAL (BID SCHEDULE A - South 7th Street, Shattuck to Burnett) South 7th Street Corridor Improvements ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID Note: Unit prices for all items, all extensions, and total amount of Bid shall be shown. Enter unit prices in numerical figures only in dollars and cents, i.e. to two (2) decimal places (including for whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be rejected as unresponsive. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Contract Documents Page 16 South 7th Street Corridor Improvements August 2024 Item No. Spec. Section Description Quantity Unit Unit Price* Amount A64. 8-21SP Remove Private Sign 1 LS $ $ A65. 8-22SP Remove Pavement Markings 1 LS $ $ A66. 8-22SP Plastic Bike Dot 9 EA $ $ A67. 8-22 Plastic Traffic Arrow 4 EA $ $ A68. 8-22 Plastic Speed Bump Symbol 2 EA $ $ A69. 8-22 Plastic Stop Line 66 LF $ $ A70. 8-22 Plastic Crosswalk Line 932 SF $ $ A71. 8-22SP MMA Profiled Line 3554 LF $ $ A72. 8-22SP MMA Profiled Wide Line 97 LF $ $ A73. 8-22SP MMA Crosshatch Marking 54 LF $ $ A74. 8-22SP MMA Crosswalk Line (Green) 875 SF $ $ Total Schedule A (South 7th Street, Shattuck to Burnett)* $ _____________________ * All applicable sales tax shall be included in the unit and lump sum Bid price per Section 1-07.2(1) and WAC 458-20-171. PROPOSAL (BID SCHEDULE B - South 7th Street, Oakesdale to west of Shattuck) South 7th Street Corridor Improvements ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID Note: Unit prices for all items, all extensions, and total amount of Bid shall be shown. Enter unit prices in numerical figures only in dollars and cents, i.e. to two (2) decimal places (including for whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be rejected as unresponsive. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Contract Documents Page 17 South 7th Street Corridor Improvements August 2024 Item No. Spec. Section Description Quantity Unit Unit Price* Amount B1. 1-05 Roadway Surveying 1 LS $ $ B2. 1-05 ADA Features Surveying 1 LS $ $ B3. 1-09 Mobilization 1 LS $ $ B4. 1-10 Work Zone Safety Contingency 1 FA $10,000 $10,000 B5. 1-10 Pedestrian Traffic Control 1 LS $ $ B6. 1-10 Flaggers 360 HR $ $ B7. 1-10 Other Traffic Control Labor 180 HR $ $ B8. 1-10 Other Temporary Traffic Control Devices 1 LS $ $ B9. 1-10 Uniformed Police Officer 72 HR $ $ B10. 2-02 Removal of Structures and Obstructions 1 LS $ $ B11. 4-04 Crushed Surfacing Top Course 13 TON $ $ B12. 5-04SP HMA CL 1/2” , PG 64-22" 8 TON $ $ B13. 5-04 Planing Bituminous Pavement 34 SY $ $ B14. 7-05SP Adjust Manhole (Slip-Resistant Lid) 12 EA $ $ B15. 7-05SP Utility Lid Only 5 EA $ $ B16. 8-01 Erosion Control and Water Pollution Prevention 1 LS $ $ B17. 8-01 Inlet Protection 2 EA $ $ B18. 8-02 Seeding & Mulching 34 SY $ $ B19. 8-02 Topsoil, Type A 34 SY $ $ B20. 8-04 Cement Conc. Traffic Curb and Gutter 46 LF $ $ B21. 8-04 Cement Conc. Pedestrian Curb 36 LF $ $ PROPOSAL (BID SCHEDULE B - South 7th Street, Oakesdale to west of Shattuck) South 7th Street Corridor Improvements ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID Note: Unit prices for all items, all extensions, and total amount of Bid shall be shown. Enter unit prices in numerical figures only in dollars and cents, i.e. to two (2) decimal places (including for whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be rejected as unresponsive. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Contract Documents Page 18 South 7th Street Corridor Improvements August 2024 Item No. Spec. Section Description Quantity Unit Unit Price* Amount B22. 8-04 Extruded Curb 101 LF $ $ B23. 8-14 Detectable Warning Surface 36 SF $ $ B24. 8-14 Cement Conc. Sidewalk 19 SY $ $ B25. 8-14 Cement Conc. Curb Ramp Type Combination 1 EA $ $ B26. 8-14 Cement Conc. Curb Ramp Type Perpendicular Type B 1 EA $ $ B27. 8-20 Traffic Signal System Modification: SW 7th St & Lind Ave SW 1 LS $ $ B28. 8-20 Traffic Signal System Modification: SW 7th St & Hardie Ave SW 1 LS $ $ B29. 8-20 Traffic Signal System Modification: S 7th St & Rainier Ave S 1 LS $ $ B30. 8-20SP RRFB System, Complete - SW 7th St 1 EA $ $ B31. 8-21 Permanent Signing 1 LS $ $ B32. 8-22SP Remove Pavement Markings 1 LS $ $ B33. 8-22 Plastic Stop Line 44 LF $ $ B34. 8-22 Plastic Crosswalk Line 160 SF $ $ B35. 8-22SP Plastic Shared Lane Marking 40 EA $ $ B36. 8-22SP Plastic Bicycle Detection Marking 2 EA $ $ Total Schedule B (South 7th Street, Oakesdale to west of Shattuck)* $ _____________________ * All applicable sales tax shall be included in the unit and lump sum Bid price per Section 1-07.2(1) and WAC 458-20-171. Local Agency Subcontractor List Prepared in compliance with RCW 39.30.060 as amended To Be Submitted with the Bid Proposal Project Name Failure to list subcontractors with whom the bidder, if awarded the contract, will directly subcontract for performance of the work of structural steel installation, rebar installation, heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical, as described in Chapter 19.28 RCW or naming more than one subcontractor to perform the same work will result in your bid being non-responsive and therefore void. Subcontractor(s) with whom the bidder will directly subcontract that are proposed to perform the work of structural steel installation, rebar installation, heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name. To the extent the Project includes one or more categories of work referenced in RCW 39.30.060, and no subcontractor is listed below to perform such work, the bidder certifies that the work will either (i) be performed by the bidder itself, or (ii) be performed by a lower tier subcontractor who will not contract directly with the bidder. Subcontractor Name Work to be performed 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 it is the opinion of the enforcement agency that PVC or metal conduit, junction boxes, etc, are considered electrical equipment and therefore considered part of electrical work, even if the installation is for future use and no wiring or electrical current is connected during the project. DOT Form 271-015A Revised 06/2020 APWA-WA Division 1 Committee rev. 5/13/2022 Proposal for Incorporating Recycled Materials into the Project In compliance with RCW 70A.205.700, the Bidder shall propose below, the total percent of construction aggregate and concrete materials to be incorporated into the Project that are recycled materials. Calculated percentages must be within the amounts allowed in Section 9-03.21(1)E, Table on Maximum Allowable Percent (By Weight) of Recycled Material, of the Standard Specifications. Proposed total percentage: _____________________________ percent. Note: Use of recycled materials is highly encouraged within the limits shown above, but does not constitute a Bidder Preference, and will not affect the determination of award, unless two or more lowest responsive Bid totals are exactly equal, in which case proposed recycling percentages will be used as a tie-breaker, per the APWA GSP in Section 1-03.1 of the Special Provisions. Regardless, the Bidder’s stated proposed percentages will become a goal the Contractor should do its best to accomplish. Bidders will be required to report on recycled materials actually incorporated into the Project, in accordance with the APWA GSP in Section 1-06.6 of the Special Provisions. Bidder: Signature of Authorized Official: Date: Contractor Certification Wage Law Compliance - Responsibility Criteria Washington State Public Works Contracts FAILURE TO RETURN THIS CERTIFICATION AS PART OF THE BID PROPOSAL PACKAGE WILL MAKE THIS BID NONRESPONSIVE AND INELIGIBLE FOR AWARD I hereby certify, under penalty of perjury under the laws of the State of Washington, on behalf of the firm identified below that, to the best of my knowledge and belief, this firm has NOT been determined by a final and binding citation and notice of assessment issued by the Washington State Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction to have willfully violated, as defined in RCW 49.48.082, any provision of RCW chapters 49.46, 49.48, or 49.52 within three (3) years prior to the date of the Call for Bids. Bidder Name: Name of Contractor/Bidder - Print full legal entity name of firm By: Signature of authorized person Print Name of person making certifications for firm Title: Title of person signing certificate Place: Print city and state where signed Date: Form 272-009 08/2017 regardi Washington State Department of Transportation Disadvantaged BusinessEnterprise Utilization Certification To be eligible for Award of this Contract the Bidder shall fill out and submit, as a supplement to its sealed Bid Proposal, a Disadvantaged Business Enterprise (DBE) Utilization Certification. The Contracting Agency shall consider as non- responsive and shall reject any Bid Proposal that does not contain a DBE Utilization Certification which properly demonstrates that the Bidder will meet the DBE participation requirements in one of the manners provided for in the proposed Contract. Refer to the instructions on Page 2 when filling out this form or the Bid may be rejected. An example form has been provided on Page 3. The successful Bidder’s DBE Utilization Certification shall be deemed a part of the resulting Contract. Box 1: certifies that the DBE firms listed below have been contacted ng participation on this project. If this Bidder is successful on this project and is awarded the Contract, it shallassure that subcontracts or supply agreements are executed with named DBEs. (If necessary, use additional sheets.) Box 2: Column 1 Name of DBE (See instructions) Column 2 Project Role (See instructions) Column 3 Description of Work (See instructions) Column 4 Dollar Amount Subcontracted to DBE (See instructions) Column 5 Dollar Amount to be Applied Towards Goal (See instructions) Disadvantaged Business Enterprise Condition of Award Contract Goal Box 3 Total DBE Commitment Dollar Amount Box 4 5 By checking Box 5 the Bidder is stating that their attempts to solicit sufficient DBE participation to meet the COA Contract goal has been unsuccessful and good faith effort will be submitted in accordance with Section 1-02.9 of the Contract DOT Form 272-056 Revised 03/2018 C Instructions for Disadvantaged BusinessEnterprise Utilization Certification Form Box 1: Name of Bidder (Proposal holder) submitting Bid. Box 2: Name of the Project. Column 1: Name of the Disadvantaged Business Enterprise (DBE). DBE firms can be found using the Diversity Management and Compliance System web page: https://wsdot.diversitycompliance.com. Repeat the name ofthe DBE for each Project Role that will be performed. Column 2: The Project Role that the DBE will be performing as follows; • Prime Contractor • Subcontractor • Subcontractor (Force Account) • Work sublet as Force Account must be listed separately. • Manufacturer • Regular Dealer • Work sublet to a Regular Dealer must be listed separately. • Regular Dealer status must be approved prior to Bid submittal by the Office of Equal Opportunity,Washington State Department of Transportation, on each Contract. • Broker • Work sublet to a Broker must be listed separately. List each project role to be performed by a single DBE individually on a separate row. The role is used to determine what portion of the amount to be subcontracted (Column 4) may be applied toward meeting the goal(column 5). Column 3: Provide a description of work to be performed by the DBE. The work to be performed must be consistent with the Certified Business Description of the DBE provided at the Diversity Management and Compliance Systemweb page https://wsdot.diversitycompliance.com • A Bidder subletting a portion of a bid item shall state “Partial” and describe the Work that is included. • For example; “Electrical (Partial) – Trenching”. • “Mobilization” will not be accepted as a description of Work. Column 4: List the total amount to be subcontracted to each DBE for each Project Role they are performing. Column 5: This is the dollar amount for each line listed in the certification that the prime intends to apply towards meeting the COA Contract goal. It may be that only a portion of the amount subcontracted to a DBE in Column 4 is eligible to be credited toward meeting the goal See Note 1, Note 2, Note 3. The Contracting Agency will utilize the sum of this column (Box 4) to determine whether or not the bidder has met the goal. In the event of anarithmetic error in summing column 5 or an error in making appropriate reductions in the amounts in columnfour, See Note 1, Note 2, Note 3, then the mathematics will be corrected and the total (Box 4) will be revisedaccordingly. Note 1: For Work sublet as Force Account the bidder may only claim 50% of the amount subcontracted (Column 4)towards meeting the goal (Column 5). This information will be used to demonstrate that the DBE contract goalis met at the time that the bidder submits their bid. For example; amount sublet as force account = $100,000(Column 4) equates to ($100,000 X 50%) = $50,000 (Column 5) to be applied towards the goal. Note 2: For Work sublet to a Regular Dealer the bidder may only claim 60% of the cost of the materials or supplies(Column 4) towards meeting the goal (Column 5). For example; Material cost = $100,000 (Column 4) equatesto ($100,000 X 60%) = $60,000 (Column 5) to be applied towards the goal Note 3: For Work sublet to a Broker the bidder may only claim the fees paid to a Broker towards meeting thegoal (Column 4). For example; amount sublet to a broker = $100,000 (Column 4) equates to ($100,000 Xreasonable fee %) = $ (Column 5) to be applied towards the goal. Box 3: Box 3 is the COA Contract goal which is the minimum required DBE participation. The goal stated in the Contract will be in terms of a dollar amount or a percentage in the Contract. When expressed as a percentageyou must multiply the percentage times the sum total of all bid items as submitted in the Bidder ’s Proposal to determine the dollar goal and write it in Box 3. In the event of an error in this box, the Contracting Agency will revise the amount accordingly. Box 4: Box 4 is the sum of the values in column 5. This value must equal or exceed the COA Contract goal amount written in Box 3 or; Box 5: Check Box 5 if insufficient DBE Participation has been achieved and a good faith effort is required. Refer to thesubsection titled, Selection of Successful Bidder/Good Faith Efforts (GFE) in the Contract. See the Disadvantaged Business Enterprise Participation specification in the Contract for moreinformation. DOT Form 22056 Revised 032018 □ EXAMPL E Disadvantaged BusinessEnterprise Utilization Certification To be eligible for Award of this Contract the Bidder shall fill out and submit, as a supplement to its sealed Bid Proposal, a Disadvantaged Business Enterprise (DBE) Utilization Certification. The Contracting Agency shall consider as non- responsive and shall reject any Bid Proposal that does not contain a DBE Utilization Certification which properly demonstrates that the Bidder will meet the DBE participation requirements in one of the manners provided for in the proposed Contract. Refer to the instructions on Page 2 when filling out this form or the Bid may be rejected. An example form has been provided on Page 3. The successful Bidder’s DBE Utilization Certification shall be deemed a part of the resulting Contract. Box 1: A Plus Construction Company certifies that the DBE firms listed below have been contacted regarding participation on this project. If this Bidder is successful on this project and is awarded the Contract, it shall assure that subcontracts or supply agreements are executed with named DBEs. (If necessary, use additional sheets.) Box 2: US 395, Spokane City Limits to Stevens County Line - Paving and Safety Column 1 Name of DBE See instructions) A Plus Construction Company Column 2 Project Role See instructions) Prime Column 3 Description of Work See instructions) Asphalt and concrete paving, asphalt milling, preleveling and pavement repair Column 4 Dollar Amount Subcontracted to DBE See instructions) N/A Column 5 Dollar Amount to be Applied Towards Goal See instructions) 900,000 In the Line Services, Inc. Subcontractor (Force Account) Crack sealing 20,000 10,000 In the Line Services, Inc. Subcontractor Guideposts, joint seal, pavement markers, temporary signage, construction sign installation 200,000 200,000 The Everything Guys, LLC Regular Dealer Rental and sales of highway construction and related equipment and materials 100,000 60,000 Optimus Prime Trucking, Inc. Subcontractor Dump Trucking 50,000 50,000 Metalheads, Inc. Manufacturer Dowel Bars 75,000 75,000 Erosion Under Control Co. Broker Erosion control blankets, straw bales and wattles, sand bags 15,000 250 Disadvantaged Business Enterprise 356,968.16 Condition of Award Contract Goal Box 3 Total DBE Commitment Dollar Amount 1,295,250 Box 4 5 By checking Box 5 the Bidder is stating that their attempts to solicit sufficient DBE participation to meetthe COA Contract goal has been unsuccessful and good faith effort will be submitted in accordance with Section 1-02.9 of the Contract DOT Form 272-056 Revised 03/2018 Disadvantaged Business Enterprise (DBE) Written Confirmation Document See Contract Provisions: DBE Document Submittal Requirements Disadvantaged Business Enterprise Participation THIS FORM SHALL ONLY BE SUBMITTED TO A DBE THAT IS LISTED ON THE CONTRACTOR’S DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION CERTIFICATION. THE CONTRACTOR SHALL COMPLETE PART A PRIOR TO SENDING TO THE DBE. PART A: To be completed by the bidder The entries below shall be consistent with what is shown on the Bidder’s Disadvantaged Business Enterprise Utilization Certification. Failure to do so will result in Bid rejection. Contract Title: Bidder’s Business Name: DBE’s Business Name: Description of DBE’s Work: Dollar Amount to be Applied Towards DBE Goal: Dollar Amount to be Subcontracted to DBE*: *Optional Field PART B: To be completed by the Disadvantaged Business Enterprise As an authorized representative of the Disadvantaged Business Enterprise, I confirm that we have been contacted by the Bidder with regard to the referenced project for the purpose of performing the Work described above. If the Bidder is awarded the Contract, we will enter into an agreement with the Bidder to participate in the project consistent with the information provided in Part A of this form. Name (printed): Signature: Title: Address: Date: DOT Form 422-031 Revised 0 /201 Revised 09/2020 Disadvantaged Business Enterprise (DBE) Bid Item Breakdown Form 1. Contract Number 2. Contract Name 3. Prime Contractor 4. Prime Contractor Representative Name 5. Prime Contractor Representative Phone Number 6. Prime Contractor Representative Email Column 1 Name of UDBE (See Instructions) Column 2 Bid Item # (See Instructions) Column 3 Full/Partial (See Instructions) Column 4 Quantity (See Instructions) Column 5 Description (See Instructions) Column 6 Unit Price (See Instructions) Column 7 Total Unit Cost (See Instructions) Column 8 Dollar Amount to be Applied Towards Goal (See Instructions) Subtotal: Name of UDBE Bid Item # Full/Partial Quantity Description Unit Price Total Unit Cost Dollar Amount to be Applied Towards Goal Subtotal: Name of UDBE Bid Item # Full/Partial Quantity Description Unit Price Total Unit Cost Dollar Amount to be Applied Towards Goal Subtotal: Name of UDBE Bid Item # Full/Partial Quantity Description Unit Price Total Unit Cost Dollar Amount to be Applied Towards Goal Subtotal: TOTAL UDBE Dollar Amount: DOT Form 272-054 Revised 09/2020 Instructions for Disadvantaged Business Enterprise (DBE) Bid Item Breakdown Form Box 1: Provide the Contract Number as stated in the project information webpage. Box 2: Provide the Name of the project as stated in the project information webpage. Box 3: Provide the Name of the bidder (Proposal holder) submitting Bid. Box 4: Provide the name of the prime contractor’s representative available to contact regarding this form. Box 5: Provide the phone number of the prime contractor’s representative available to contact regarding this form. Box 6: Provide the email of the prime contractor’s representative available to contact regarding this form. Column 1: Provide the Name of the Disadvantaged Business Enterprise (DBE) Firm. DBE Firms can be IRXQGXVLQJWKH VHDUFKWRROVXQGHUWKH)LUP&HUWLILFDWLRQVHFWLRQRIWKH'LYHUVLW\0DQDJHPHQWDQG&RPSOLDQFH6\VWHP '0&6 ZHESDJHKWWSVZVGRWGLYHUVLW\FRPSOLDQFHFRP. Column 2: Provide the Bid Item Number (as it appears in the engineer’s estimate bid check report) available on the project information webpage. &ROXPQ,IWKH'%(LVSHUIRUPLQJRQO\SDUWRIWKHELGLWHPPDUN³3DUWLDO´,IWKH'%(LVSHUIRUPLQJWKHHQWLUHELGLWHP PDUN³&RPSOHWH´ &ROXPQ3URYLGHWKHHVWLPDWHGTXDQWLW\IRUWKHVSHFLILFELGLWHP)RUWUXFNLQJILUPVXVHKRXURUDQRWKHUXQLWRIPHDVXUH &ROXPQ3URYLGHDGHVFULSWLRQRIWKHZRUNWREHSHUIRUPHGE\WKH'%( &ROXPQ3URYLGHWKHSULFHSHUXQLWDQGVSHFLI\WKHW\SHRIXQLWXVHG)RUWUXFNLQJ¿UPVXVHKRXURUDQRWKHUXQLWRI measure. Column 7: Provide the estimated total unit cost amount per bid item. &ROXPQ3URYLGHWKHDPRXQWRIWKHELGLWHPEHLQJXVHGWRIXOILOWKH'%(JRDO7KHZRUNWREHSHUIRUPHGPXVW EHFRQVLVWHQWZLWKWKH&HUWLILHG%XVLQHVV'HVFULSWLRQRIWKH'%(SURYLGHGLQWKH'0&6ZHESDJHhttps://wsdot. GLYHUVLW\FRPSOLDQFHFRP0RELOL]DWLRQXSWRLVDFFHSWDEOH,IPRELOL]DWLRQLVPRUHWKDQDGGLWLRQDOLQIRUPDWLRQ DQGRUMXVWL¿FDWLRQPD\EHUHTXHVWHG7KHWRWDODPRXQWVKRZQIRUHDFK'%(VKDOOPDWFKWKHDPRXQWVKRZQRQWKH'%( 8WLOL]DWLRQ&HUWL¿FDWLRQ)RUP Use Additional Sheets if necessary. DOT Form 272-054 DOT Form 272-058 Revised 09/2020 Disadvantaged Business Enterprise (DBE)Trucking Credit Form PART A: TO BE COMPLETED BY THE BIDDER 7KLV IRUP LV LQ VXSSRUW RI WKH WUXFNLQJ FRPPLWPHQW LGHQWLILHG RQ WKH '%( 8WLOL]DWLRQ &HUWLILFDWLRQ )RUP VXEPLWWHG ZLWK WKH SURSRVDO. 3OHDVH QRWH WKDW '%(¶V PXVW EH FHUWLILHG SULRU WR WLPH RI VXEPLWWDO. )HGHUDO $LG &RQWUDFW 3URMHFW 1DPH ,I OLVWLQJ LWHPV E\ KRXUV RU E\ OXPS VXP DPRXQWV SOHDVH SURYLGH FDOFXODWLRQV WR VXEVWDQWLDWH WKH TXDQWLWLHV OLVWHG. %LG ,WHP ,WHP 'HVFULSWLRQ Use additional sheets as necessary. %LGGHU 1DPH7LWOH SOHDVH SULQW Phone )D[6LJQDWXUH $GGUHVV , FHUWLI\ WKDW WKH DERYH LQIRUPDWLRQ LV FRPSOHWH DQG DFFXUDWH. (PDLO 'DWH PART B: TO BE COMPLETED BY THE DBE TRUCKING FIRM Note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¿FDWLRQ 1XPEHU Phone )D[6LJQDWXUH $GGUHVV , FHUWLI\ WKDW WKH DERYH LQIRUPDWLRQ LV FRPSOHWH DQG DFFXUDWH. (PDLO 'DWH Revised 09/2020 6XEPLWWKLVIRUPWRLQDFFRUGDQFHZLWKVHFWLRQ029RIWKH&RQWUDFW ,QVWUXFWLRQWR%LGGHU7KH%LGGHUVKDOOFRPSOHWHDQGVXEPLWWKH'LVDGYDQWDJHG%XVLQHVV(QWHUSULVH '%( 7UXFNLQJ&UHGLW )RUPLQDFFRUGDQFHZLWK6HFWLRQ029RIWKH&RQWUDFW INSTRUCTIONS Please note – All Fields are required PART A: TO BE COMPLETED BY THE BIDDER Federal Aid:,QFOXGHWKHSURMHFWIHGHUDODLGQXPEHU County:6SHFLI\WKH&RXQW\ZKHUHWKHSURMHFWZLOOWDNHSODFH Contract #: 6SHFLI\WKH3URMHFW&RQWUDFW1XPEHUZKLFKFDQEHIRXQGLQWKH(QJLQHHU¶VHVWLPDWHELGFKHFNUHSRUW Bid Item:3URYLGHWKH%LG,WHP1XPEHU DVLWDSSHDUVLQWKHHQJLQHHU¶VHVWLPDWHELGFKHFNUHSRUW IRUZKLFKWUXFNLQJ VHUYLFHVZLOOEHXWLOL]HG Item Description:3URYLGHGHVFULSWLRQRIWKHELGLWHP DVLWDSSHDUVLQWKHHQJLQHHU ¶VHVWLPDWHELGFKHFNUHSRUW IRUZKLFK WUXFNLQJZLOOEHXWLOL]HG Bidder:,QWKLVVHFWLRQSURYLGHWKHELGGHU¶VOHJDOQDPHWLWOH%XVLQHVVDGGUHVV3KRQHDQGHPDLO The bidder’s representative signature is required in addition to the date the form was signed. PART B: TO BE COMPLETED BY THE DBE TRUCKING FIRM 4XHVWLRQ6SHFLI\W\SHRIPDWHULDOWKDWZLOOEHKDXOHG LH6DQG+0$JUDYHO 4XHVWLRQ26SHFLI\WKHWRWDOQXPEHURIRSHUDWLRQDOWUXFNVWKDWZLOOEHXVHGRQWKHSURMHFW 4XHVWLRQ6SHFLI\WKHWRWDOQXPEHURIRSHUDWLRQDOWUXFNVDQGWUDLOHUVRZQHGE\WKH'%(WKDWZLOOEHXVHGRQWKHSURMHFW 4XHVWLRQ6SHFLI\WKHWRWDOQXPEHURIRSHUDWLRQDOWUXFNVDQGWUDLOHUVOHDVHGE\WKH'%(WKDWZLOOEHXVHGRQWKHSURMHFW '%()LUP,QWKLVVHFWLRQSURYLGHWKH'%()LUP¶VOHJDOQDPH'%()LUP¶VUHSUHVHQWDWLYHOHJDOQDPHDQGWLWOHFHUWLILFDWLRQ 1XPEHU )RXQGLQWKHILUP¶V20:%(3URILOHSDJHLQWKH20:%(GLUHFWRU\ %XVLQHVVDGGUHVV3KRQHID[DQGHPDLO The DBE Firm’s representative signature is required in addition to the date the form was signed. DOT Form 272-058 Contract Documents Page 32 South 7th Street Corridor Improvements August 2024 PROPOSAL SIGNATURE PAGE By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum No. Date of Receipt Addendum No. Date of Receipt 1 4 2 5 3 6 Note: a Proposal may be considered irregular and may be rejected if the receipt of Addenda is not acknowledged. The Bidder is hereby advised that by signature of this proposal, he/she is deemed to have acknowledged all requirements and signed all certificates contained herein. __________________________________________ Contract Documents Page 33 South 7th Street Corridor Improvements August 2024 WA State Contractor’s Registration # ____________________________________________________ UBI # ____________________________________________________ Industrial Insurance Account # ____________________________________________________ Employment Security Department # ____________________________________________________ State Excise Tax Registration # ____________________________________________________ DUNS # ____________________________________________________ The Surety Company which will furnish the required Contract Bond is: __________________________________________ [Surety] __________________________________________ [Telephone Number] __________________________________________ [Address Line 1] __________________________________________ [Address Line 2] Contract Documents Page 34 South 7th Street Corridor Improvements August 2024 PROPOSAL BID BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS, That we, [Bidder] _______________________________________ of [address] _____________________________________________________________________________ as Principal, and [Surety] ___________________________________________________________________ a corporation organized and existing under the laws of the State of ______________________________ as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as Surety, are jointly and severally held and firmly bound unto the City of Renton in the full sum of five (5) percent of the total amount of the proposal of said Principal for the work hereinafter described, for the payment of which, well and truly to be made, we bind ourselves and our heirs, executors, administrators and assigns, and successors and assigns, jointly and severally, firmly by these presents. The condition of this bond is such, that whereas the Principal herein is herewith submitting his/her or its sealed proposal for the following public works construction project, to wit: South 7th Street Corridor Improvements said bid and proposal, by reference thereto, being made a part hereof. NOW, THEREFORE, if the said proposal bid by said Principal be accepted, and the contract be awarded to said Principal, and if said Principal shall duly make and enter into and execute said contract and shall furnish contract bond as required by the City of Renton within a period of ten (10) days from and after said award, exclusive of the day of such award, then this obligation shall be null and void, otherwise it shall remain and be in Contract Documents Page 35 South 7th Street Corridor Improvements August 2024 PRINCIPAL __________________________________________ [PRINCIPAL] __________________________________________ Contract Documents Page 36 South 7th Street Corridor Improvements August 2024 City of Renton Contract Provisions for South 7th Street Corridor Improvements IV. AGREEMENT FORMS Contract Documents Page 37 South 7th Street Corridor Improvements August 2024 AGREEMENT CONTRACT NO. CAG-24-109 THIS AGREEMENT, made and entered into this day of , 20 by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as “City” and , hereinafter referred to as "Contractor." WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: 1. The Contractor shall do all work and furnish all tools, materials, and equipment for: South 7th Street Corridor Improvements in accordance with and as described in the attached plans and specifications, and the 2020 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation (WSDOT) and the Washington State Chapter of the American Public Works Association (APWA) which are by this reference incorporated herein and made part of hereof and, shall perform any changes in the work in accord with the Contract Documents. The Contractor shall provide and bear the expense of all equipment, work and labor, of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in these Contract Documents except those items mentioned therein to be furnished by the City. 2. The City hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and furnish the same in accord with the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices at the time and in the manner and upon the conditions provided for in this contract. The sum total of all progress payments is not to exceed the Total Bid Amount listed in the Schedule of Prices incorporated into this contract, unless the Total Bid Amount is amended by change order(s) prepared and executed in accordance with these Contract Documents. 3. The Contractor for himself/herself, and for his/her heirs, executors, administrators, successors, and assigns, does hereby agree to full performance of all covenants required of the Contractor in the contract. 4. It is further provided that no liability shall attach to the City by reason of entering into this contract, except as provided herein. 5. In the event litigation is commenced to enforce this contract, the prevailing party shall be entitled to recover its costs, including reasonable attorney’s and expert witness fees. Contract Documents Page 38 South 7th Street Corridor Improvements August 2024 6. This Contract is executed in two (2) identical counterparts, by the parties, each of which shall for all purposes be deemed an original. IN WITNESS WHEREOF, the Contractor has executed this instrument, on the day and year first below written and the Mayor has caused this instrument to be executed by and in the name of the City of Renton the day and year first above written. CONTRACTOR __________________________________________ Contract Documents Page 39 South 7th Street Corridor Improvements August 2024 CONTRACT BOND TO THE CITY OF RENTON Bond No. KNOW ALL MEN BY THESE PRESENTS, That we, (CONTRACTOR/PRINCIPAL) of [address] as PRINCIPAL , and (SURETY) a corporation organized and existing under the laws of the State of as a SURETY corporation, and qualified under the laws of the State of Washington to become SURETY upon bonds of contractors with municipal corporations, as SURETY , are jointly and severally held and firmly bound to the City of Renton (CITY/OWNER) in the sum of US Dollars ($ ) Total Contract Amount, for the payment of which sum on demand we bind ourselves and our heirs, successors, assigns, executors, administrators and personal representatives, as the case may be. This obligation is entered into pursuant to the laws of the State of Washington and the ordinances of the City of Renton. Dated at , Washington, this day of , 20 . NOW, THEREFORE THE CONDITIONS OF THE ABOVE OBLIGATION ARE AS FOLLOWS: WHEREAS, under and pursuant to Contract No. CAG-24-109 providing for construction of the South 7th Street Corridor Improvements Project; the PRINCIPAL has accepted, or is about to accept, the Contract, and undertake to perform the Work therein provided for in the manner and within the time set forth. • The SURETY indemnifies, defends, and protects and ho Contract Documents Page 40 South 7th Street Corridor Improvements August 2024 • The indemnities to CITY/OWNER shall also inure to the benefit of the Consulting Engineers and other design professionals retained by OWNER in connection with the Project. • No change, extension of time, alteration, or addition to the terms of the Contract or to the Work to be performed under the Contract shall in an Contract Documents Page 41 South 7th Street Corridor Improvements August 2024 [Title] __________________________________________ [Date] [Title] __________________________________________ [Date] Contract Documents Page 42 South 7th Street Corridor Improvements August 2024 FAIR PRACTICES AND NON-DISCRIMINATION POLICY DECLARATION I, by signing the Agreement, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or Contract Documents Page 43 South 7th Street Corridor Improvements August 2024 City of Renton Contract Provisions for South 7th Street Corridor Improvements V. REQUIRED CONTRACT PROVISIONS FOR FEDERAL-AID CONSTRUCTION CONTRACTS FHWA-1273 – Revised October 23, 2023 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS I. General II. Nondiscrimination III. Non-segregated Facilities IV. Davis-Bacon and Related Act Provisions V. Contract Work Hours and Safety Standards Act Provisions VI. Subletting or Assigning the Contract VII. Safety: Accident Prevention VIII. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water Pollution Control Act X. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion XI. Certification Regarding Use of Contract Funds for Lobbying XII. Use of United States-Flag Vessels: ATTACHMENTS A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (included in Appalachian contracts only) I. GENERAL 1. Form FHWA-1273 must be physically incorporated in each construction contract funded under title 23, United States Code, as required in 23 CFR 633.102(b) (excluding emergency contracts solely intended for debris removal). The contractor (or subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services). 23 CFR 633.102(e). The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. 23 CFR 633.102(e). Form FHWA-1273 must be included in all Federal-aid design- build contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services) in accordance with 23 CFR 633.102. The design-builder shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. Contracting agencies may reference Form FHWA-1273 in solicitation-for-bids or request-for-proposals documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower-tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a construction contract). 23 CFR 633.102(b). 2. Subject to the applicability criteria noted in the following sections, these contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract. 23 CFR 633.102(d). 3. A breach of any of the stipulations contained in these Required Contract Provisions may be sufficient grounds for withholding of progress payments, withholding of final payment, termination of the contract, suspension / debarment or any other action determined to be appropriate by the contracting agency and FHWA. 4. Selection of Labor: During the performance of this contract, the contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal-aid highway unless it is labor performed by convicts who are on parole, supervised release, or probation. 23 U.S.C. 114(b). The term Federal-aid highway does not include roadways functionally classified as local roads or rural minor collectors. 23 U.S.C. 101(a). II. NONDISCRIMINATION (23 CFR 230.107(a); 23 CFR Part 230, Subpart A, Appendix A; EO 11246) The provisions of this section related to 23 CFR Part 230, Subpart A, Appendix A are applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR Part 60, 29 CFR Parts 1625-1627, 23 U.S.C. 140, Section 504 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794), Title VI of the Civil Rights Act of 1964, as amended (42 U.S.C. 2000d et seq.), and related regulations including 49 CFR Parts 21, 26, and 27; and 23 CFR Parts 200, 230, and 633. The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 60- 1.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3. Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR Part 60, and 29 CFR Parts 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with 23 U.S.C. 140, Section 504 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794), and Title VI of the Civil Rights Act of 1964, as amended (42 U.S.C. 2000d et seq.), and related regulations including 49 CFR Parts 21, 26, and 27; and 23 CFR Parts 200, 230, and 633. The following provision is adopted from 23 CFR Part 230, Subpart A, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements. 1 1. Equal Employment Opportunity: Equal Employment Opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (see 28 CFR Part 35, 29 CFR Part 1630, 29 CFR Parts 1625-1627, 41 CFR Part 60 and 49 CFR Part 27) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140, shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The provisions of the Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR Part 35 and 29 CFR Part 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the contracting agency and the Federal Government to ensure that it has made every good faith effort to provide equal opportunity with respect to all of its terms and conditions of employment and in their review of activities under the contract. 23 CFR 230.409 (g)(4) & (5). b. The contractor will accept as its operating policy the following statement: "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, sexual orientation, gender identity, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre-apprenticeship, and/or on-the-job training." 2. EEO Officer: The contractor will designate and make known to the contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active EEO program and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action or are substantially involved in such action, will be made fully cognizant of and will implement the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer or other knowledgeable company official. b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minorities and women. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minorities and women in the area from which the project work force would normally be derived. a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minorities and women. To meet this requirement, the contractor will identify sources of potential minority group employees and establish with such identified sources procedures whereby minority and women applicants may be referred to the contractor for employment consideration. b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, the contractor is expected to observe the provisions of that agreement to the extent that the system meets the contractor's compliance with EEO contract provisions. Where implementation of such an agreement has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Federal nondiscrimination provisions. c. The contractor will encourage its present employees to refer minorities and women as applicants for employment. Information and procedures with regard to referring such applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, sexual orientation, gender identity, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to ensure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action 2 within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of their avenues of appeal. 6. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and women who are applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved. b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs (i.e., apprenticeship and on-the-job training programs for the geographical area of contract performance). In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contracting agency may reserve training positions for persons who receive welfare assistance in accordance with 23 U.S.C. 140(a). c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. d. The contractor will periodically review the training and promotion potential of employees who are minorities and women and will encourage eligible employees to apply for such training and promotion. 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. 23 CFR 230.409. Actions by the contractor, either directly or through a contractor's association acting as agent, will include the procedures set forth below: a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment. b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, sexual orientation, gender identity, national origin, age, or disability. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the contracting agency and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the contractor with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, sexual orientation, gender identity, national origin, age, or disability; making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the requirements of this paragraph. In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the contracting agency. 8. Reasonable Accommodation for Applicants / Employees with Disabilities: The contractor must be familiar with the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established thereunder. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an undue hardship. 9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, sexual orientation, gender identity, national origin, age, or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract. a. The contractor shall notify all potential subcontractors, suppliers, and lessors of their EEO obligations under this contract. b. The contractor will use good faith efforts to ensure subcontractor compliance with their EEO obligations. 10. Assurances Required: a. The requirements of 49 CFR Part 26 and the State DOT’s FHWA-approved Disadvantaged Business Enterprise (DBE) program are incorporated by reference. b. The contractor, subrecipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate, which may include, but is not limited to: (1) Withholding monthly progress payments; (2) Assessing sanctions; (3) Liquidated damages; and/or (4) Disqualifying the contractor from future bidding as non- responsible. c. The Title VI and nondiscrimination provisions of U.S. DOT Order 1050.2A at Appendixes A and E are incorporated by reference. 49 CFR Part 21. 11. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the contractor for all contract work and shall be available at reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA. a. The records kept by the contractor shall document the following: 3 (1) The number and work hours of minority and non- minority group members and women employed in each work classification on the project; (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; and (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minorities and women. b. The contractors and subcontractors will submit an annual report to the contracting agency each July for the duration of the project indicating the number of minority, women, and non- minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. The staffing data should represent the project work force on board in all or any part of the last payroll period preceding the end of July. If on-the-job training is being required by special provision, the contractor will be required to collect and report training data. The employment data should reflect the work force on board during all or any part of the last payroll period preceding the end of July. III. NONSEGREGATED FACILITIES This provision is applicable to all Federal-aid construction contracts and to all related construction subcontracts of more than $10,000. 41 CFR 60-1.5. As prescribed by 41 CFR 60-1.8, the contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex, sexual orientation, gender identity, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensure that its employees are not assigned to perform their services at any location under the contractor's control where the facilities are segregated. The term "facilities" includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees. The contractor shall provide separate or single-user restrooms and necessary dressing or sleeping areas to assure privacy between sexes. IV. DAVIS-BACON AND RELATED ACT PROVISIONS This section is applicable to all Federal-aid construction projects exceeding $2,000 and to all related subcontracts and lower-tier subcontracts (regardless of subcontract size), in accordance with 29 CFR 5.5. The requirements apply to all projects located within the right-of-way of a roadway that is functionally classified as Federal-aid highway. 23 U.S.C. 113. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. 23 U.S.C. 101. Where applicable law requires that projects be treated as a project on a Federal-aid highway, the provisions of this subpart will apply regardless of the location of the project. Examples include: Surface Transportation Block Grant Program projects funded under 23 U.S.C. 133 [excluding recreational trails projects], the Nationally Significant Freight and Highway Projects funded under 23 U.S.C. 117, and National Highway Freight Program projects funded under 23 U.S.C. 167. The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5 “Contract provisions and related matters” with minor revisions to conform to the FHWA- 1273 format and FHWA program requirements. 1. Minimum wages (29 CFR 5.5) a. Wage rates and fringe benefits. All laborers and mechanics employed or working upon the site of the work (or otherwise working in construction or development of the project under a development statute), will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of basic hourly wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. As provided in paragraphs (d) and (e) of 29 CFR 5.5, the appropriate wage determinations are effective by operation of law even if they have not been attached to the contract. Contributions made or costs reasonably anticipated for bona fide fringe benefits under the Davis-Bacon Act (40 U.S.C. 3141(2)(B)) on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph 1.e. of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics must be paid the appropriate wage rate and fringe benefits on the wage determination for the classification(s) of work actually performed, without regard to skill, except as provided in paragraph 4. of this section. Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classifications and wage rates conformed under paragraph 1.c. of this section) and the Davis-Bacon poster (WH–1321) must be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. b. Frequently recurring classifications. (1) In addition to wage and fringe benefit rates that have been determined to be prevailing under the procedures set forth in 29 CFR part 1, a wage determination may contain, pursuant to § 1.3(f), wage and fringe benefit rates for classifications of laborers and mechanics for which conformance requests are regularly submitted pursuant to paragraph 1.c. of this section, provided that: (i) The work performed by the classification is not performed by a classification in the wage determination for which a prevailing wage rate has been determined; 4 (ii)The classification is used in the area by the construction industry; and (iii)The wage rate for the classification bears a reasonable relationship to the prevailing wage rates contained in the wage determination. (2)The Administrator will establish wage rates for such classifications in accordance with paragraph 1.c.(1)(iii) of this section. Work performed in such a classification must be paid at no less than the wage and fringe benefit rate listed on the wage determination for such classification. c. Conformance. (1) The contracting officer must require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract be classified in conformance with the wage determination. Conformance of an additional classification and wage rate and fringe benefits is appropriate only when the following criteria have been met: (i)The work to be performed by the classification requested is not performed by a classification in the wage determination; and (ii)The classification is used in the area by the construction industry; and (iii)The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (2)The conformance process may not be used to split, subdivide, or otherwise avoid application of classifications listed in the wage determination. (3)If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken will be sent by the contracting officer by email to DBAconformance@dol.gov. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30–day period that additional time is necessary. (4)In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer will, by email to DBAconformance@dol.gov, refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30–day period that additional time is necessary. (5)The contracting officer must promptly notify the contractor of the action taken by the Wage and Hour Division under paragraphs 1.c.(3) and (4) of this section. The contractor must furnish a written copy of such determination to each affected worker or it must be posted as a part of the wage determination. The wage rate (including fringe benefits where appropriate) determined pursuant to paragraph 1.c.(3) or (4) of this section must be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. d. Fringe benefits not expressed as an hourly rate. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor may either pay the benefit as stated in the wage determination or may pay another bona fide fringe benefit or an hourly cash equivalent thereof. e. Unfunded plans. If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, in accordance with the criteria set forth in § 5.28, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. f. Interest. In the event of a failure to pay all or part of the wages required by the contract, the contractor will be required to pay interest on any underpayment of wages. 2. Withholding (29 CFR 5.5) a. Withholding requirements. The contracting agency may, upon its own action, or must, upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor so much of the accrued payments or advances as may be considered necessary to satisfy the liabilities of the prime contractor or any subcontractor for the full amount of wages and monetary relief, including interest, required by the clauses set forth in this section for violations of this contract, or to satisfy any such liabilities required by any other Federal contract, or federally assisted contract subject to Davis-Bacon labor standards, that is held by the same prime contractor (as defined in § 5.2). The necessary funds may be withheld from the contractor under this contract, any other Federal contract with the same prime contractor, or any other federally assisted contract that is subject to Davis-Bacon labor standards requirements and is held by the same prime contractor, regardless of whether the other contract was awarded or assisted by the same agency, and such funds may be used to satisfy the contractor liability for which the funds were withheld. In the event of a contractor's failure to pay any laborer or mechanic, including any apprentice or helper working on the site of the work all or part of the wages required by the contract, or upon the contractor's failure to submit the required records as discussed in paragraph 3.d. of this section, the contracting agency may on its own initiative and after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. b. Priority to withheld funds. The Department has priority to funds withheld or to be withheld in accordance with paragraph 5 2.a. of this section or Section V, paragraph 3.a., or both, over claims to those funds by: (1)A contractor's surety(ies), including without limitation performance bond sureties and payment bond sureties; (2) A contracting agency for its reprocurement costs; (3)A trustee(s) (either a court-appointed trustee or a U.S. trustee, or both) in bankruptcy of a contractor, or a contractor's bankruptcy estate; (4)A contractor's assignee(s); (5)A contractor's successor(s); or (6)A claim asserted under the Prompt Payment Act, 31 U.S.C. 3901–3907. 3. Records and certified payrolls (29 CFR 5.5) a. Basic record requirements (1) Length of record retention. All regular payrolls and other basic records must be maintained by the contractor and any subcontractor during the course of the work and preserved for all laborers and mechanics working at the site of the work (or otherwise working in construction or development of the project under a development statute) for a period of at least 3 years after all the work on the prime contract is completed. (2) Information required. Such records must contain the name; Social Security number; last known address, telephone number, and email address of each such worker; each worker's correct classification(s) of work actually performed; hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in 40 U.S.C. 3141(2)(B) of the Davis-Bacon Act); daily and weekly number of hours actually worked in total and on each covered contract; deductions made; and actual wages paid. (3) Additional records relating to fringe benefits. Whenever the Secretary of Labor has found under paragraph 1.e. of this section that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in 40 U.S.C. 3141(2)(B) of the Davis-Bacon Act, the contractor must maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. (4) Additional records relating to apprenticeship. Contractors with apprentices working under approved programs must maintain written evidence of the registration of apprenticeship programs, the registration of the apprentices, and the ratios and wage rates prescribed in the applicable programs. b. Certified payroll requirements (1) Frequency and method of submission. The contractor or subcontractor must submit weekly, for each week in which any DBA- or Related Acts- covered work is performed, certified payrolls to the contracting agency. The prime contractor is responsible for the submission of all certified payrolls by all subcontractors. A contracting agency or prime contractor may permit or require contractors to submit certified payrolls through an electronic system, as long as the electronic system requires a legally valid electronic signature; the system allows the contractor, the contracting agency, and the Department of Labor to access the certified payrolls upon request for at least 3 years after the work on the prime contract has been completed; and the contracting agency or prime contractor permits other methods of submission in situations where the contractor is unable or limited in its ability to use or access the electronic system. (2) Information required. The certified payrolls submitted must set out accurately and completely all of the information required to be maintained under paragraph 3.a.(2) of this section, except that full Social Security numbers and last known addresses, telephone numbers, and email addresses must not be included on weekly transmittals. Instead, the certified payrolls need only include an individually identifying number for each worker ( e.g., the last four digits of the worker's Social Security number). The required weekly certified payroll information may be submitted using Optional Form WH–347 or in any other format desired. Optional Form WH–347 is available for this purpose from the Wage and Hour Division website at https://www.dol.gov/sites/dolgov/files/WHD/ legacy/files/wh347/.pdf or its successor website. It is not a violation of this section for a prime contractor to require a subcontractor to provide full Social Security numbers and last known addresses, telephone numbers, and email addresses to the prime contractor for its own records, without weekly submission by the subcontractor to the contracting agency. (3) Statement of Compliance. Each certified payroll submitted must be accompanied by a “Statement of Compliance,” signed by the contractor or subcontractor, or the contractor's or subcontractor's agent who pays or supervises the payment of the persons working on the contract, and must certify the following: (i)That the certified payroll for the payroll period contains the information required to be provided under paragraph 3.b. of this section, the appropriate information and basic records are being maintained under paragraph 3.a. of this section, and such information and records are correct and complete; (ii)That each laborer or mechanic (including each helper and apprentice) working on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in 29 CFR part 3; and (iii)That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification(s) of work actually performed, as specified in the applicable wage determination incorporated into the contract. (4) Use of Optional Form WH–347. The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH–347 will satisfy the requirement for submission of the “Statement of Compliance” required by paragraph 3.b.(3) of this section. 6 (5) Signature. The signature by the contractor, subcontractor, or the contractor's or subcontractor's agent must be an original handwritten signature or a legally valid electronic signature. (6) Falsification. The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under 18 U.S.C. 1001 and 31 U.S.C. 3729. (7) Length of certified payroll retention. The contractor or subcontractor must preserve all certified payrolls during the course of the work and for a period of 3 years after all the work on the prime contract is completed. c. Contracts, subcontracts, and related documents. The contractor or subcontractor must maintain this contract or subcontract and related documents including, without limitation, bids, proposals, amendments, modifications, and extensions. The contractor or subcontractor must preserve these contracts, subcontracts, and related documents during the course of the work and for a period of 3 years after all the work on the prime contract is completed. d. Required disclosures and access (1) Required record disclosures and access to workers. The contractor or subcontractor must make the records required under paragraphs 3.a. through 3.c. of this section, and any other documents that the contracting agency, the State DOT, the FHWA, or the Department of Labor deems necessary to determine compliance with the labor standards provisions of any of the applicable statutes referenced by § 5.1, available for inspection, copying, or transcription by authorized representatives of the contracting agency, the State DOT, the FHWA, or the Department of Labor, and must permit such representatives to interview workers during working hours on the job. (2) Sanctions for non-compliance with records and worker access requirements. If the contractor or subcontractor fails to submit the required records or to make them available, or refuses to permit worker interviews during working hours on the job, the Federal agency may, after written notice to the contractor, sponsor, applicant, owner, or other entity, as the case may be, that maintains such records or that employs such workers, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available, or to permit worker interviews during working hours on the job, may be grounds for debarment action pursuant to § 5.12. In addition, any contractor or other person that fails to submit the required records or make those records available to WHD within the time WHD requests that the records be produced will be precluded from introducing as evidence in an administrative proceeding under 29 CFR part 6 any of the required records that were not provided or made available to WHD. WHD will take into consideration a reasonable request from the contractor or person for an extension of the time for submission of records. WHD will determine the reasonableness of the request and may consider, among other things, the location of the records and the volume of production. (3) Required information disclosures. Contractors and subcontractors must maintain the full Social Security number and last known address, telephone number, and email address of each covered worker, and must provide them upon request to the contracting agency, the State DOT, the FHWA, the contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or other compliance action. 4. Apprentices and equal employment opportunity (29 CFR 5.5) a. Apprentices (1) Rate of pay. Apprentices will be permitted to work at less than the predetermined rate for the work they perform when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship (OA), or with a State Apprenticeship Agency recognized by the OA. A person who is not individually registered in the program, but who has been certified by the OA or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice, will be permitted to work at less than the predetermined rate for the work they perform in the first 90 days of probationary employment as an apprentice in such a program. In the event the OA or a State Apprenticeship Agency recognized by the OA withdraws approval of an apprenticeship program, the contractor will no longer be permitted to use apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (2) Fringe benefits. Apprentices must be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringe benefits must be paid in accordance with that determination. (3) Apprenticeship ratio. The allowable ratio of apprentices to journeyworkers on the job site in any craft classification must not be greater than the ratio permitted to the contractor as to the entire work force under the registered program or the ratio applicable to the locality of the project pursuant to paragraph 4.a.(4) of this section. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated in paragraph 4.a.(1) of this section, must be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under this section must be paid not less than the applicable wage rate on the wage determination for the work actually performed. (4) Reciprocity of ratios and wage rates. Where a contractor is performing construction on a project in a locality other than the locality in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyworker's hourly rate) applicable within the locality in which the construction is being performed must be observed. If there is no applicable ratio or wage rate for the locality of the project, the ratio and wage rate specified in the contractor's registered program must be observed. b. Equal employment opportunity. The use of apprentices and journeyworkers under this part must be in conformity with 7 the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. c. Apprentices and Trainees (programs of the U.S. DOT). Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal-aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. 23 CFR 230.111(e)(2). The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeyworkers shall not be greater than permitted by the terms of the particular program. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract as provided in 29 CFR 5.5. 6. Subcontracts. The contractor or subcontractor must insert FHWA-1273 in any subcontracts, along with the applicable wage determination(s) and such other clauses or contract modifications as the contracting agency may by appropriate instructions require, and a clause requiring the subcontractors to include these clauses and wage determination(s) in any lower tier subcontracts. The prime contractor is responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in this section. In the event of any violations of these clauses, the prime contractor and any subcontractor(s) responsible will be liable for any unpaid wages and monetary relief, including interest from the date of the underpayment or loss, due to any workers of lower-tier subcontractors, and may be subject to debarment, as appropriate. 29 CFR 5.5. 7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis-Bacon and Related Act requirements. All rulings and interpretations of the Davis- Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract as provided in 29 CFR 5.5. 9. Disputes concerning labor standards. As provided in 29 CFR 5.5, disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 10. Certification of eligibility. a. By entering into this contract, the contractor certifies that neither it nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of 40 U.S.C. 3144(b) or § 5.12(a). b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of 40 U.S.C. 3144(b) or § 5.12(a). c. The penalty for making false statements is prescribed in the U.S. Code, Title 18 Crimes and Criminal Procedure, 18 U.S.C. 1001. 11. Anti-retaliation. It is unlawful for any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, or to cause any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, any worker or job applicant for: a. Notifying any contractor of any conduct which the worker reasonably believes constitutes a violation of the DBA, Related Acts, this part, or 29 CFR part 1 or 3; b. Filing any complaint, initiating or causing to be initiated any proceeding, or otherwise asserting or seeking to assert on behalf of themselves or others any right or protection under the DBA, Related Acts, this part, or 29 CFR part 1 or 3; c. Cooperating in any investigation or other compliance action, or testifying in any proceeding under the DBA, Related Acts, this part, or 29 CFR part 1 or 3; or d. Informing any other person about their rights under the DBA, Related Acts, this part, or 29 CFR part 1 or 3. V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT Pursuant to 29 CFR 5.5(b), the following clauses apply to any Federal-aid construction contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchpersons and guards. 1. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 29 CFR 5.5. 2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph 1. of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages and interest from the date of the underpayment. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or 8 mechanic, including watchpersons and guards, employed in violation of the clause set forth in paragraph 1. of this section, in the sum currently provided in 29 CFR 5.5(b)(2)* for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph 1. of this section. * $31 as of January 15, 2023 (See 88 FR 88 FR 2210) as may be adjusted annually by the Department of Labor, pursuant to the Federal Civil Penalties Inflation Adjustment Act of 1990. 3. Withholding for unpaid wages and liquidated damages a. Withholding process. The FHWA or the contracting agency may, upon its own action, or must, upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor so much of the accrued payments or advances as may be considered necessary to satisfy the liabilities of the prime contractor or any subcontractor for any unpaid wages; monetary relief, including interest; and liquidated damages required by the clauses set forth in this section on this contract, any other Federal contract with the same prime contractor, or any other federally assisted contract subject to the Contract Work Hours and Safety Standards Act that is held by the same prime contractor (as defined in § 5.2). The necessary funds may be withheld from the contractor under this contract, any other Federal contract with the same prime contractor, or any other federally assisted contract that is subject to the Contract Work Hours and Safety Standards Act and is held by the same prime contractor, regardless of whether the other contract was awarded or assisted by the same agency, and such funds may be used to satisfy the contractor liability for which the funds were withheld. b. Priority to withheld funds. The Department has priority to funds withheld or to be withheld in accordance with Section IV paragraph 2.a. or paragraph 3.a. of this section, or both, over claims to those funds by: (1)A contractor's surety(ies), including without limitation performance bond sureties and payment bond sureties; (2)A contracting agency for its reprocurement costs; (3)A trustee(s) (either a court-appointed trustee or a U.S. trustee, or both) in bankruptcy of a contractor, or a contractor's bankruptcy estate; (4)A contractor's assignee(s); (5)A contractor's successor(s); or (6)A claim asserted under the Prompt Payment Act, 31 U.S.C. 3901–3907. 4. Subcontracts. The contractor or subcontractor must insert in any subcontracts the clauses set forth in paragraphs 1. through 5. of this section and a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor is responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs 1. through 5. In the event of any violations of these clauses, the prime contractor and any subcontractor(s) responsible will be liable for any unpaid wages and monetary relief, including interest from the date of the underpayment or loss, due to any workers of lower- tier subcontractors, and associated liquidated damages and may be subject to debarment, as appropriate. 5. Anti-retaliation. It is unlawful for any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, or to cause any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, any worker or job applicant for: a. Notifying any contractor of any conduct which the worker reasonably believes constitutes a violation of the Contract Work Hours and Safety Standards Act (CWHSSA) or its implementing regulations in this part; b. Filing any complaint, initiating or causing to be initiated any proceeding, or otherwise asserting or seeking to assert on behalf of themselves or others any right or protection under CWHSSA or this part; c. Cooperating in any investigation or other compliance action, or testifying in any proceeding under CWHSSA or this part; or d. Informing any other person about their rights under CWHSSA or this part. VI. SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal-aid construction contracts on the National Highway System pursuant to 23 CFR 635.116. 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635.116). a. The term “perform work with its own organization” in paragraph 1 of Section VI refers to workers employed or leased by the prime contractor, and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or lower tier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be included in this term if the prime contractor meets all of the following conditions: (based on longstanding interpretation) (1)the prime contractor maintains control over the supervision of the day-to-day activities of the leased employees; (2)the prime contractor remains responsible for the quality of the work of the leased employees; 9 (3)the prime contractor retains all power to accept or exclude individual employees from work on the project; and (4)the prime contractor remains ultimately responsible for the payment of predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirements. b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract. 23 CFR 635.102. 2. Pursuant to 23 CFR 635.116(a), the contract amount upon which the requirements set forth in paragraph (1) of Section VI is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. Pursuant to 23 CFR 635.116(c), the contractor shall furnish (a)a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the contracting agency has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. (based on long- standing interpretation of 23 CFR 635.116). 5. The 30-percent self-performance requirement of paragraph (1)is not applicable to design-build contracts; however, contracting agencies may establish their own self-performance requirements. 23 CFR 635.116(d). VII. SAFETY: ACCIDENT PREVENTION This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR Part 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 23 CFR 635.108. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR Part 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). 29 CFR 1926.10. 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal- aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, Form FHWA-1022 shall be posted on each Federal-aid highway project (23 CFR Part 635) in one or more places where it is readily available to all persons concerned with the project: 18 U.S.C. 1020 reads as follows: "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal-aid Roads Act approved July 11, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined under this title or imprisoned not more than 5 years or both." 10 IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT (42 U.S.C. 7606; 2 CFR 200.88; EO 11738) This provision is applicable to all Federal-aid construction contracts in excess of $150,000 and to all related subcontracts. 48 CFR 2.101; 2 CFR 200.327. By submission of this bid/proposal or the execution of this contract or subcontract, as appropriate, the bidder, proposer, Federal-aid construction contractor, subcontractor, supplier, or vendor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251-1387). Violations must be reported to the Federal Highway Administration and the Regional Office of the Environmental Protection Agency. 2 CFR Part 200, Appendix II. The contractor agrees to include or cause to be included the requirements of this Section in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements. 2 CFR 200.327. X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION This provision is applicable to all Federal-aid construction contracts, design-build contracts, subcontracts, lower-tier subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA approval or that is estimated to cost $25,000 or more – as defined in 2 CFR Parts 180 and 1200. 2 CFR 180.220 and 1200.220. 1. Instructions for Certification – First Tier Participants: a. By signing and submitting this proposal, the prospective first tier participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective first tier participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. 2 CFR 180.320. c. The certification in this clause is a material representation of fact upon which reliance was placed when the contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of default. 2 CFR 180.325. d. The prospective first tier participant shall provide immediate written notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 2 CFR 180.345 and 180.350. e. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180, Subpart I, 180.900-180.1020, and 1200. “First Tier Covered Transactions” refers to any covered transaction between a recipient or subrecipient of Federal funds and a participant (such as the prime or general contract). “Lower Tier Covered Transactions” refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). “First Tier Participant” refers to the participant who has entered into a covered transaction with a recipient or subrecipient of Federal funds (such as the prime or general contractor). “Lower Tier Participant” refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). f. The prospective first tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. 2 CFR 180.330. g. The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transactions," provided by the department or contracting agency, entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. 2 CFR 180.220 and 180.300. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. 2 CFR 180.300; 180.320, and 180.325. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. 2 CFR 180.335. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the System for Award Management website (https://www.sam.gov/). 2 CFR 180.300, 180.320, and 180.325. i. Nothing contained in the foregoing shall be construed to require the establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of the prospective participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph (f) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. 2 CFR 180.325. * * * * * 11 2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – First Tier Participants: a. The prospective first tier participant certifies to the best of its knowledge and belief, that it and its principals: (1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency, 2 CFR 180.335;. (2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property, 2 CFR 180.800; (3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification, 2 CFR 180.700 and 180.800; and (4) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. 2 CFR 180.335(d). (5)Are not a corporation that has been convicted of a felony violation under any Federal law within the two-year period preceding this proposal (USDOT Order 4200.6 implementing appropriations act requirements); and (6)Are not a corporation with any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted, or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability (USDOT Order 4200.6 implementing appropriations act requirements). b. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant should attach an explanation to this proposal. 2 CFR 180.335 and 180.340. * * ** * 3. Instructions for Certification - Lower Tier Participants: (Applicable to all subcontracts, purchase orders, and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200). 2 CFR 180.220 and 1200.220. a. By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. 2 CFR 180.365. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180, Subpart I, 180.900 – 180.1020, and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. “First Tier Covered Transactions” refers to any covered transaction between a recipient or subrecipient of Federal funds and a participant (such as the prime or general contract). “Lower Tier Covered Transactions” refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). “First Tier Participant” refers to the participant who has entered into a covered transaction with a recipient or subrecipient of Federal funds (such as the prime or general contractor). “Lower Tier Participant” refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 2 CFR 1200.220 and 1200.332. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. 2 CFR 180.220 and 1200.220. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the System for Award Management website (https://www.sam.gov/), which is compiled by the General Services Administration. 2 CFR 180.300, 180.320, 180.330, and 180.335. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily 12 excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 2 CFR 180.325. * * * * * 4. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Participants: a. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals: (1) is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency, 2 CFR 180.355; (2) is a corporation that has been convicted of a felony violation under any Federal law within the two-year period preceding this proposal (USDOT Order 4200.6 implementing appropriations act requirements); and (3) is a corporation with any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted, or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (USDOT Order 4200.6 implementing appropriations act requirements) b. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant should attach an explanation to this proposal. * * * * * XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING This provision is applicable to all Federal-aid construction contracts and to all related subcontracts which exceed $100,000. 49 CFR Part 20, App. A. 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. XII. USE OF UNITED STATES-FLAG VESSELS: This provision is applicable to all Federal-aid construction contracts, design-build contracts, subcontracts, lower-tier subcontracts, purchase orders, lease agreements, or any other covered transaction. 46 CFR Part 381. This requirement applies to material or equipment that is acquired for a specific Federal-aid highway project. 46 CFR 381.7. It is not applicable to goods or materials that come into inventories independent of an FHWA funded-contract. When oceanic shipments (or shipments across the Great Lakes) are necessary for materials or equipment acquired for a specific Federal-aid construction project, the bidder, proposer, contractor, subcontractor, or vendor agrees: 1. To utilize privately owned United States-flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to this contract, to the extent such vessels are available at fair and reasonable rates for United States-flag commercial vessels. 46 CFR 381.7. 2. To furnish within 20 days following the date of loading for shipments originating within the United States or within 30 working days following the date of loading for shipments originating outside the United States, a legible copy of a rated, ‘on-board’ commercial ocean bill-of-lading in English for each shipment of cargo described in paragraph (b)(1) of this section to both the Contracting Officer (through the prime contractor in the case of subcontractor bills-of-lading) and to the Office of Cargo and Commercial Sealift (MAR-620), Maritime Administration, Washington, DC 20590. (MARAD requires copies of the ocean carrier's (master) bills of lading, certified onboard, dated, with rates and charges. These bills of lading may contain business sensitive information and therefore may be submitted directly to MARAD by the Ocean Transportation Intermediary on behalf of the contractor). 46 CFR 381.7. 13 ATTACHMENT A -EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS (23 CFR 633, Subpart B, Appendix B) This provision is applicable to all Federal-aid projects funded under the Appalachian Regional Development Act of 1965. 1. During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done as on-site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except: a. To the extent that qualified persons regularly residing in the area are not available. b. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. c. For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that the number of nonresident persons employed under this subparagraph (1c) shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph (4) below. 2. The contractor shall place a job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees required in each classification, (c) the date on which the participant estimates such employees will be required, and (d) any other pertinent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. If during the course of the contract work, the information submitted by the contractor in the original job order is substantially modified, the participant shall promptly notify the State Employment Service. 3. The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work required. 4. If, within one week following the placing of a job order by the contractor with the State Employment Service, the State Employment Service is unable to refer any qualified job applicants to the contractor, or less than the number requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph (1c) above. 5. The provisions of 23 CFR 633.207(e) allow the contracting agency to provide a contractual preference for the use of mineral resource materials native to the Appalachian region. 6. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on-site work. 14 Contract Documents Page 58 South 7th Street Corridor Improvements August 2024 City of Renton Contract Provisions for South 7th Street Corridor Improvements VI. SPECIAL PROVISIONS CITY OF RENTON 100% SUBMITTAL SOUTH 7TH STREET – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-1 PROJECT #REN-47 INTRODUCTION TO THE SPECIAL PROVISIONS 1 2 (January 4, 2024 APWA GSP) 3 4 The work on this project shall be accomplished in accordance with the Standard Specifications 5 for Road, Bridge and Municipal Construction, 2024 edition, as issued by the Washington State 6 Department of Transportation (WSDOT) and the American Public Works Association (APWA), 7 Washington State Chapter (hereafter “Standard Specifications”). The Standard Specifications, 8 as modified or supplemented by these Special Provisions, all of which are made a part of the 9 Contract Documents, shall govern all of the Work. 10 11 These Special Provisions are made up of both General Special Provisions (GSPs) from various 12 sources, which may have project-specific fill-ins; and project-specific Special Provisions. Each 13 Provision either supplements, modifies, or replaces the comparable Standard Specification, or is 14 a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of 15 the Standard Specifications is meant to pertain only to that particular portion of the section, and 16 in no way should it be interpreted that the balance of the section does not apply. 17 18 The GSPs are labeled under the headers of each GSP, with the effective date of the GSP and its 19 source. For example: 20 21 (March 8, 2013 APWA GSP) 22 (April 1, 2013 WSDOT GSP) 23 (July 28, 2023 COR GSP) 24 25 Project specific special provisions are labeled without a date as such: 26 (******) 27 28 Also incorporated into the Contract Documents by reference are: 29 • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted 30 edition, with Washington State modifications, if any 31 • Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current 32 edition 33 • City of Renton Standard Details, City of Renton Public Works Department, current edition 34 • Revised Draft Guidelines for Accessible Public Rights-of-Way, August 8, 2023 (commonly 35 referred to as the 2023 PROWAG) 36 • National Electric Code, current edition 37 38 Contractor shall obtain copies of these publications, at Contractor’s own expense. 39 40 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-2 PROJECT #REN-47 TABLE OF CONTENTS 1 DESCRIPTION OF WORK ............................................................................................................................4 2 1-01 DEFINITIONS AND TERMS .................................................................................................................4 3 1-01.3 DEFINITIONS .....................................................................................................................................4 4 1-02 BID PROCEDURES AND CONDITIONS .............................................................................................6 5 1-02.1 PREQUALIFICATION OF BIDDERS .......................................................................................................6 6 1-02.1 QUALIFICATIONS OF BIDDER .............................................................................................................6 7 1-02.2 PLANS AND SPECIFICATIONS .............................................................................................................6 8 1-02.4 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE WORK ..............................................................6 9 1-02.4(1) General ..................................................................................................................................6 10 1-02.5 PROPOSAL FORMS ...........................................................................................................................7 11 1-02.6 PREPARATION OF PROPOSAL ............................................................................................................7 12 1-02.6(1) RECYCLED MATERIALS PROPOSAL ...............................................................................................8 13 1-02.7 BID DEPOSIT ....................................................................................................................................8 14 1-02.9 DELIVERY OF PROPOSAL ..................................................................................................................9 15 1-02.10 WITHDRAWING, REVISING, OR SUPPLEMENTING PROPOSAL .......................................................... 10 16 1-02.14 DISQUALIFICATION OF BIDDERS .................................................................................................... 12 17 1-02.15 PRE AWARD INFORMATION .......................................................................................................... 15 18 1-03 AWARD AND EXECUTION OF CONTRACT ................................................................................... 15 19 1-03.1 CONSIDERATION OF BIDS ............................................................................................................... 15 20 1-03.1(1) Identical Bid Totals .............................................................................................................. 15 21 1-03.3 EXECUTION OF CONTRACT ............................................................................................................. 16 22 1-03.4 CONTRACT BOND .......................................................................................................................... 16 23 1-03.7 JUDICIAL REVIEW .......................................................................................................................... 17 24 1-04 SCOPE OF THE WORK .................................................................................................................... 17 25 1-04.2 COORDINATION OF CONTRACT DOCUMENTS, PLANS, SPECIAL PROVISIONS, SPECIFICATIONS, AND 26 ADDENDA ................................................................................................................................................. 17 27 1-04.4 CHANGES ...................................................................................................................................... 18 28 1-05 CONTROL OF WORK ....................................................................................................................... 18 29 1-05.4 CONFORMITY WITH AND DEVIATIONS FROM PLANS AND STAKES ..................................................... 18 30 1-05.7 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK ..................................................................... 21 31 1-05.11 FINAL INSPECTION ....................................................................................................................... 22 32 1-05.11 FINAL INSPECTIONS AND OPERATIONAL TESTING .......................................................................... 22 33 1-05.11(1) Substantial Completion Date ............................................................................................ 22 34 1-05.11(2) Final Inspection and Physical Completion Date ............................................................... 23 35 1-05.11(3) Operational Testing ........................................................................................................... 23 36 1-05.13 SUPERINTENDENTS, LABOR AND EQUIPMENT OF CONTRACTOR ..................................................... 24 37 1-05.14 COOPERATION WITH OTHER CONTRACTORS ................................................................................. 24 38 1-05.15 METHOD OF SERVING NOTICES .................................................................................................... 24 39 1-05.16 WATER AND POWER .................................................................................................................... 24 40 1-05.18 RECORD DRAWINGS .................................................................................................................... 24 41 1-06 CONTROL OF MATERIAL ................................................................................................................ 26 42 1-06.6 RECYCLED MATERIALS .................................................................................................................. 30 43 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ................................................. 30 44 1-07.1 LAWS TO BE OBSERVED................................................................................................................. 30 45 1-07.2 STATE SALES TAX ......................................................................................................................... 31 46 1-07.7 LOAD LIMITS ................................................................................................................................. 33 47 1-07.9 WAGES ......................................................................................................................................... 33 48 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-3 PROJECT #REN-47 1-07.9(1) General ............................................................................................................................... 33 1 1-07.11 REQUIREMENTS FOR NONDISCRIMINATION .................................................................................... 34 2 1-07.11(2) CONTRACTUAL REQUIREMENTS ............................................................................................... 55 3 1-07.12 FEDERAL AGENCY INSPECTION .................................................................................................... 56 4 1-07.16 PROTECTION AND RESTORATION OF PROPERTY ............................................................................ 56 5 1-07.17 UTILITIES AND SIMILAR FACILITIES ............................................................................................... 57 6 1-07.18 PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE ................................................................ 58 7 1-07.18 INSURANCE ................................................................................................................................. 58 8 1-07.23 PUBLIC CONVENIENCE AND SAFETY ............................................................................................. 61 9 1-07.23(1) Construction Under Traffic ................................................................................................ 61 10 1-07.24 RIGHTS OF WAY .......................................................................................................................... 62 11 1-08 PROSECUTION AND PROGRESS ................................................................................................... 62 12 1-08.0 PRELIMINARY MATTERS ................................................................................................................. 63 13 1-08.0(1) Preconstruction Conference ............................................................................................... 63 14 1-08.0(2) Hours of Work ..................................................................................................................... 63 15 1-08.1 SUBCONTRACTING ......................................................................................................................... 64 16 1-08.1(7) Payments to Subcontractors and Lower-Tier Subcontractors ........................................ 65 17 1-08.1(9) Required Subcontract Clauses ....................................................................................... 65 18 1-08.3 PROGRESS SCHEDULE ................................................................................................................... 65 19 1-08.4 PROSECUTION OF WORK ................................................................................................................ 66 20 1-08.4 NOTICE TO PROCEED AND PROSECUTION OF WORK ........................................................................ 66 21 1-08.5 TIME FOR COMPLETION .................................................................................................................. 67 22 1-08.6 SUSPENSION OF WORK .................................................................................................................. 68 23 1-08.9 LIQUIDATED DAMAGES ................................................................................................................... 68 24 1-09 MEASUREMENT AND PAYMENT .................................................................................................... 69 25 1-09.6 FORCE ACCOUNT .......................................................................................................................... 69 26 1-09.8 PAYMENT FOR MATERIAL ON HAND ................................................................................................ 70 27 1-09.9 PAYMENTS .................................................................................................................................... 70 28 1-09.11 DISPUTES AND CLAIMS ................................................................................................................ 72 29 1-09.13 CLAIM RESOLUTION ..................................................................................................................... 72 30 1-10 TEMPORARY TRAFFIC CONTROL ................................................................................................. 73 31 1-10.2 TRAFFIC CONTROL MANAGEMENT .................................................................................................. 73 32 1-10.3 TRAFFIC CONTROL LABOR, PROCEDURES, AND DEVICES ................................................................ 74 33 1-10.4 MEASUREMENT.............................................................................................................................. 75 34 1-10.5 PAYMENT ...................................................................................................................................... 76 35 36 37 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-4 PROJECT #REN-47 DIVISION 1 1 GENERAL REQUIREMENTS 2 3 DESCRIPTION OF WORK 4 (March 13, 1995 WSDOT GSP) 5 6 This Contract provides for the improvement of the Renton South 7th Corridor Improvements and 7 other work, all in accordance with the attached Contract Plans, these Contract Provisions, and 8 the Standard Specifications. The work includes but is not limited to: sidewalk with planter strip; 9 two-way protected bike lanes with buffer; non-motorized improvements at multiple intersections, 10 including bicyclist push-button activation, green bike lanes through conflict/crossing zones; 11 pavement markings and delineation; and an upgraded crosswalk flashing beacon. 12 13 1-01 DEFINITIONS AND TERMS 14 15 1-01.3 Definitions 16 (January 19, 2022 APWA GSP) 17 18 Delete the heading Completion Dates and the three paragraphs that follow it, and replace them 19 with the following: 20 21 Dates 22 Bid Opening Date 23 The date on which the Contracting Agency publicly opens and reads the Bids. 24 Award Date 25 The date of the formal decision of the Contracting Agency to accept the lowest responsible 26 and responsive Bidder for the Work. 27 Contract Execution Date 28 The date the Contracting Agency officially binds the Agency to the Contract. 29 Notice to Proceed Date 30 The date stated in the Notice to Proceed on which the Contract time begins. 31 Substantial Completion Date 32 The day the Engineer determines the Contracting Agency has full and unrestricted use 33 and benefit of the facilities, both from the operational and safety standpoint, any remaining 34 traffic disruptions will be rare and brief, and only minor incidental work, replacement of 35 temporary substitute facilities, plant establishment periods, or correction or repair remains 36 for the Physical Completion of the total Contract. 37 Physical Completion Date 38 The day all of the Work is physically completed on the project. All documentation required 39 by the Contract and required by law does not necessarily need to be furnished by the 40 Contractor by this date. 41 Completion Date 42 The day all the Work specified in the Contract is completed and all the obligations of the 43 Contractor under the contract are fulfilled by the Contractor. All documentation required 44 by the Contract and required by law must be furnished by the Contractor before 45 establishment of this date. 46 Final Acceptance Date 47 The date on which the Contracting Agency accepts the Work as complete. 48 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-5 PROJECT #REN-47 1 Supplement this Section with the following: 2 3 All references in the Standard Specifications, Amendments, or WSDOT General Special 4 Provisions, to the terms “Department of Transportation”, “Washington State 5 Transportation Commission”, “Commission”, “Secretary of Transportation”, “Secretary”, 6 “Headquarters”, and “State Treasurer” shall be revised to read “Contracting Agency.” 7 8 All references to the terms “State” or “state” shall be revised to read “Contracting Agency” 9 unless the reference is to an administrative agency of the State of Washington, a State 10 statute or regulation, or the context reasonably indicates otherwise. 11 12 All references to “State Materials Laboratory” shall be revised to read “Contracting Agency 13 designated location.” 14 15 All references to “final contract voucher certification” shall be interpreted to mean the 16 Contracting Agency form(s) by which final payment is authorized, and final completion and 17 acceptance granted. 18 19 Additive 20 A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, 21 which may, at the discretion of the Contracting Agency, be awarded in addition to the base 22 bid. 23 24 Alternate 25 One of two or more units of work or groups of bid items, identified separately in the Bid 26 Proposal, from which the Contracting Agency may make a choice between different 27 methods or material of construction for performing the same work. 28 29 Business Day 30 A business day is any day from Monday through Friday except holidays as listed in Section 31 1-08.5. 32 33 Contract Bond 34 The definition in the Standard Specifications for “Contract Bond” applies to whatever bond 35 form(s) are required by the Contract Documents, which may be a combination of a 36 Payment Bond and a Performance Bond. 37 38 Contract Documents 39 See definition for “Contract.” 40 41 Contract Time 42 The period of time established by the terms and conditions of the Contract within which 43 the Work must be physically completed. 44 45 Notice of Award 46 The written notice from the Contracting Agency to the successful Bidder signifying the 47 Contracting Agency’s acceptance of the Bid Proposal. 48 49 Notice to Proceed 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-6 PROJECT #REN-47 The written notice from the Contracting Agency or Engineer to the Contractor authorizing 1 and directing the Contractor to proceed with the Work and establishing the date on which 2 the Contract time begins. 3 4 Traffic 5 Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and 6 equestrian traffic. 7 8 1-02 BID PROCEDURES AND CONDITIONS 9 10 1-02.1 Prequalification of Bidders 11 Delete this Section and replace it with the following: 12 13 1-02.1 Qualifications of Bidder 14 (January 24, 2011 APWA GSP) 15 16 Before award of a public works contract, a bidder must meet at least the minimum 17 qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to 18 be awarded a public works project. 19 20 1-02.2 Plans and Specifications 21 (June 27, 2011 APWA GSP) 22 23 Delete this section and replace it with the following: 24 25 Information as to where Bid Documents can be obtained or reviewed can be found in the 26 Call for Bids (Advertisement for Bids) for the work. 27 28 After award of the Contract, Plans and specifications will be issued to the Contractor at no 29 cost as detailed below: 30 31 To Prime Contractor No. of Sets Basis of Distribution Reduced Plans (11" x 17") 5 Furnished automatically upon award. Contract Provisions 5 Furnished automatically upon award. Large Plans (e.g. 22" x 34") 1 Furnished only upon request. 32 Additional Plans and Contract Provisions may be obtained by the Contractor from the 33 source stated in the Call for Bids, at the Contractor’s own expense. 34 35 1-02.4 Examination of Plans, Specifications, and Site Work 36 37 1-02.4(1) General 38 (December 30, 2022 APWA GSP, Option B) 39 40 The first sentence of the ninth paragraph, beginning with “Prospective Bidder desiring…”, 41 is revised to read: 42 43 Prospective Bidders desiring an explanation or interpretation of the Bid 44 Documents, shall request the explanation or interpretation in writing by close of 45 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-7 PROJECT #REN-47 business three (3) business days preceding the bid opening to allow a written reply 1 to reach all prospective Bidders before the submission of their Bids. 2 3 1-02.5 Proposal Forms 4 (July 31, 2017 APWA GSP) 5 6 Delete this section and replace it with the following: 7 8 The Proposal Form will identify the project and its location and describe the work. It will 9 also list estimated quantities, units of measurement, the items of work, and the materials 10 to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal 11 form that call for, but are not limited to, unit prices; extensions; summations; the total bid 12 amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment 13 of addenda; the bidder’s name, address, telephone number, and signature; the bidder’s 14 UBDE/DBE/M/WBE commitment, if applicable; a State of Washington Contractor’s 15 Registration Number; and a Business License Number, if applicable. Bids shall be 16 completed by typing or shall be printed in ink by hand, preferably in black ink. The required 17 certifications are included as part of the Proposal Form. 18 19 The Contracting Agency reserves the right to arrange the proposal forms with alternates 20 and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid 21 on all alternates and additives set forth in the Proposal Form unless otherwise specified. 22 23 1-02.6 Preparation of Proposal 24 (November 20, 2023 WSDOT GSP, OPTION 3) 25 26 Supplement this section with the following: 27 28 The Bidder shall submit with the Bid the following: 29 30 1) Disadvantaged Business Enterprise Utilization Certification (WSDOT Form 272-056) 31 32 2) DBE Written Confirmation Form (WSDOT Form 422-031) - For each and every DBE firm 33 listed on the Bidder’s completed Disadvantaged Business Enterprise Utilization 34 Certification, the Bidder shall submit written confirmation from that DBE firm that the DBE 35 is in agreement with the DBE participation commitment that the Bidder has made in the 36 Bidder’s completed Disadvantaged Business Enterprise Utilization Certification. 37 38 3) Good Faith Effort Documentation - Bidder must submit good faith effort documentation 39 with the Disadvantaged Business Enterprise Utilization Certification ONLY In The Event 40 the bidder’s efforts to solicit sufficient DBE participation have been unsuccessful. 41 42 4) DBE Item Breakdown (WSDOT Form 272-054) The Bidder shall submit a DBE Item 43 Breakdown form defining the scope of work to be performed by each DBE listed on the 44 DBE Utilization Certification. 45 46 Directions for delivery of the Disadvantaged Business Enterprise, Written Confirmation 47 Documents, and Disadvantaged Business Enterprise Good Faith Effort documentation are 48 included in Sections 1-02.9 and 1-02.10. 49 50 (January 4, 2024 APWA GSP, OPTION B) 51 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-8 PROJECT #REN-47 Supplement the second paragraph with the following: 1 4. If a minimum bid amount has been established for any item, the unit or lump sum 2 price must equal or exceed the minimum amount stated. 3 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed 4 by the signer of the bid. 5 6 Delete the last two paragraphs, and replace them with the following: 7 8 The Bidder shall submit with their Bid a completed Contractor Certification Wage Law 9 Compliance form, provided by the Contracting Agency. Failure to return this 10 certification as part of the Bid Proposal package will make this Bid Nonresponsive and 11 ineligible for Award. A Contractor Certification of Wage Law Compliance form is 12 included in the Proposal Forms. 13 14 The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any 15 manner. 16 17 A bid by a corporation shall be executed in the corporate name, by the president or a 18 vice president (or other corporate officer accompanied by evidence of authority to 19 sign). 20 21 A bid by a partnership shall be executed in the partnership name, and signed by a 22 partner. A copy of the partnership agreement shall be submitted with the Bid Form if 23 any DBE requirements are to be satisfied through such an agreement. 24 25 A bid by a joint venture shall be executed in the joint venture name and signed by a 26 member of the joint venture. A copy of the joint venture agreement shall be submitted 27 with the Bid Form if any DBE requirements are to be satisfied through such an 28 agreement. 29 30 Add the following new section: 31 32 1-02.6(1) Recycled Materials Proposal 33 (January 4, 2016 APWA GSP) 34 35 The Bidder shall submit with the Bid, its proposal for incorporating recycled 36 materials into the project, using the form provided in the Contract Provisions. 37 38 1-02.7 Bid Deposit 39 (March 8, 2013 APWA GSP) 40 41 Supplement this section with the following: 42 43 Bid bonds shall contain the following: 44 1. Contracting Agency-assigned number for the project; 45 2. Name of the project; 46 3. The Contracting Agency named as obligee; 47 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-9 PROJECT #REN-47 4. The amount of the bid bond stated either as a dollar figure or as a percentage 1 which represents five percent of the maximum bid amount that could be awarded; 2 5. Signature of the bidder’s officer empowered to sign official statements. The 3 signature of the person authorized to submit the bid should agree with the 4 signature on the bond, and the title of the person must accompany the said 5 signature; 6 6. The signature of the surety’s officer empowered to sign the bond and the power of 7 attorney. 8 9 If so stated in the Contract Provisions, bidder must use the bond form included in the 10 Contract Provisions. 11 12 If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 13 14 1-02.9 Delivery of Proposal 15 (January 4, 2024 APWA GSP, OPTION A) 16 17 Delete this section and replace it with the following: 18 19 DBE Document submittal requirements 20 General 21 Each Proposal shall be submitted in a sealed envelope, with the Project Name and 22 Project Number as stated in the Call for Bids clearly marked on the outside of the 23 envelope, or as otherwise required in the Bid Documents, to ensure proper handling and 24 delivery. 25 26 To be considered responsive on a FHWA-funded project, the Bidder may be required to 27 submit the following items, as required by Section 1-02.6: 28 29 • DBE Utilization Certification (WSDOT 272-056) 30 • DBE Written Confirmation Document (WSDOT 422-031) from each DBE firm 31 listed on the Bidder’s completed DBE Utilization Certification 32 • Good Faith Effort (GFE) Documentation (if applicable) 33 • DBE Bid Item Breakdown (WSDOT 272-054) 34 35 Proposals that are received as required will be publicly opened and read as specified in 36 Section 1-02.12. The Contracting Agency will not open or consider any Bid Proposal that 37 is received after the time specified in the Call for Bids for receipt of Bid Proposals, or 38 received in a location other than that specified in the Call for Bids. The Contracting 39 Agency will not open or consider any “Supplemental Information” (DBE confirmations, or 40 GFE documentation) that is received after the time specified above, or received in a 41 location other than that specified in the Call for Bids. 42 43 If an emergency or unanticipated event interrupts normal work processes of the 44 Contracting Agency so that Proposals cannot be received at the office designated for 45 receipt of bids as specified in Section 1-02.12 the time specified for receipt of the 46 Proposal will be deemed to be extended to the same time of day specified in the 47 solicitation on the first work day on which the normal work processes of the Contracting 48 Agency resume. 49 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-10 PROJECT #REN-47 DBE Utilization Certification (WSDOT Form 272-056) 1 The DBE Utilization Certification shall be received at the same location and no later than 2 the time required for delivery of the Proposal. The Contracting Agency will not open or 3 consider any Proposal when the DBE Utilization Certification is received after the time 4 specified for receipt of Proposals or received in a location other than that specified for 5 receipt of Proposals. The DBE Utilization Certification may be submitted in the same 6 envelope as the Bid deposit. 7 8 DBE Written Confirmation (WSDOT Form 422-031) and/or GFE Documentation, (if 9 applicable) 10 The DBE Written Confirmation Documents and/or GFE Documents are not required to 11 be submitted with the Proposal. The DBE Written Confirmation Document(s) and/or GFE 12 (if any) shall be received either with the Bid Proposal or as a Supplement to the Bid. The 13 documents shall be received no later than 48 hours (not including Saturdays, Sundays 14 and Holidays) after the time for delivery of the Proposal. To be considered responsive, 15 Bidders shall submit Written Confirmation Documentation from each DBE firm listed on 16 the Bidder’s completed DBE Utilization Certification and/or the GFE as required by 17 Section 1-02.6. 18 19 DBE Bid Item Breakdown (WSDOT form 272-0-54) 20 The DBE Bid Item Breakdown shall be received either with the Bid Proposal or as a 21 Supplement to the Bid. The documents shall be received no later than 48 hours (not 22 including Saturdays, Sundays and Holidays) after the time for delivery of the Proposal. 23 The successful Bidder shall submit a completed DBE Bid Item Breakdown, however, minor 24 errors and corrections to DBE Bid Item Breakdown will be returned for correction for a 25 period up to five calendar days after bid opening (not including Saturdays, Sundays and 26 Holidays) DBE Bid Item Breakdown that are still incorrect after the correction period will 27 be determined to be non-responsive. 28 29 The DBE Bid Item Breakdown will not be included as part of the executed Contract. 30 31 1-02.10 Withdrawing, Revising, or Supplementing Proposal 32 (July 23, 2015 APWA GSP) 33 34 Delete this section, and replace it with the following: 35 36 After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may 37 withdraw, revise, or supplement it if: 38 1. The Bidder submits a written request signed by an authorized person and 39 physically delivers it to the place designated for receipt of Bid Proposals, 40 and 41 2. The Contracting Agency receives the request before the time set for receipt 42 of Bid Proposals, and 43 3. The revised or supplemented Bid Proposal (if any) is received by the 44 Contracting Agency before the time set for receipt of Bid Proposals. 45 46 If the Bidder’s request to withdraw, revise, or supplement its Bid Proposal is received 47 before the time set for receipt of Bid Proposals, the Contracting Agency will return the 48 unopened Proposal package to the Bidder. The Bidder must then submit the revised or 49 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-11 PROJECT #REN-47 supplemented package in its entirety. If the Bidder does not submit a revised or 1 supplemented package, then its bid shall be considered withdrawn. 2 3 Late revised or supplemented Bid Proposals or late withdrawal requests will be date 4 recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed 5 requests to withdraw, revise, or supplement a Bid Proposal are not acceptable. 6 7 1-02.13 Irregular Proposals 8 (January 4, 2024 APWA GSP) 9 10 Delete this section and replace it with the following: 11 12 1. A Proposal will be considered irregular and will be rejected if: 13 a. The Bidder is not prequalified when so required; 14 b. The Bidder adds provisions reserving the right to reject or accept the Award, or 15 enter into the Contract; 16 c. A price per unit cannot be determined from the Bid Proposal; 17 d. The Proposal form is not properly executed; 18 e. The Bidder fails to submit or properly complete a subcontractor list (WSDOT 19 Form 271-015), if applicable, as required in Section 1-02.6; 20 f. The Bidder fails to submit or properly complete a Disadvantaged Business 21 Enterprise Certification (WSDOT Form 272-056), if applicable, as required in 22 Section 1-02.6; 23 g. The Bidder fails to submit Written Confirmations (WSDOT Form 422-031) from 24 each DBE firm listed on the Bidder’s completed DBE Utilization Certification that 25 they are in agreement with the bidder’s DBE participation commitment, if 26 applicable, as required in Section 1-02.6, or if the written confirmation that is 27 submitted fails to meet the requirements of the Special Provisions; 28 h. The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as 29 required in Section 1-02.6, or if the documentation that is submitted fails to 30 demonstrate that a Good Faith Effort to meet the Condition of Award in 31 accordance with Section 1-07.11; 32 i. The Bidder fails to submit a DBE Bid Item Breakdown (WSDOT Form 272-054), if 33 applicable, as required in Section 1-02.6, or if the documentation that is 34 submitted fails to meet the requirements of the Special Provisions; 35 j. The Bid Proposal does not constitute a definite and unqualified offer to meet the 36 material terms of the Bid invitation. 37 38 2. A Proposal may be considered irregular and may be rejected if: 39 a. The Proposal does not include a unit price for every Bid item; 40 b. Any of the unit prices are excessively unbalanced (either above or below the 41 amount of a reasonable Bid) to the potential detriment of the Contracting Agency; 42 c. The authorized Proposal Form furnished by the Contracting Agency is not used 43 or is altered; 44 d. The completed Proposal form contains unauthorized additions, deletions, 45 alternate Bids, or conditions; 46 e. Receipt of Addenda is not acknowledged; 47 f. A member of a joint venture or partnership and the joint venture or partnership 48 submit Proposals for the same project (in such an instance, both Bids may be 49 rejected); or 50 g. If Proposal form entries are not made in ink. 51 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-12 PROJECT #REN-47 1 1-02.14 Disqualification of Bidders 2 (May 17, 2018 APWA GSP, OPTION B) 3 4 Delete this section and replace it with the following: 5 6 A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder 7 responsibility criteria in RCW 39.04.350(1), as amended; or does not meet Supplemental 8 Criteria 1-7 listed in this Section. 9 10 Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility 11 criteria in RCW 39.04.350(1), and Supplemental Criteria 1-2. Evidence that the Bidder 12 meets Supplemental Criteria 3-7 shall be provided by the Bidder as stated later in this 13 Section. 14 15 1. Delinquent State Taxes 16 A. Criterion: The Bidder shall not owe delinquent taxes to the Washington State 17 Department of Revenue without a payment plan approved by the Department 18 of Revenue. 19 20 B. Documentation: The Bidder, if and when required as detailed below, shall sign 21 a statement (on a form to be provided by the Contracting Agency) that the 22 Bidder does not owe delinquent taxes to the Washington State Department of 23 Revenue, or if delinquent taxes are owed to the Washington State Department 24 of Revenue, the Bidder must submit a written payment plan approved by the 25 Department of Revenue, to the Contracting Agency by the deadline listed 26 below. 27 28 2. Federal Debarment 29 A. Criterion: The Bidder shall not currently be debarred or suspended by the 30 Federal government. 31 32 B. Documentation: The Bidder shall not be listed as having an “active exclusion” 33 on the U.S. government’s “System for Award Management” database 34 (www.sam.gov). 35 36 3. Subcontractor Responsibility 37 A. Criterion: The Bidder’s standard subcontract form shall include the 38 subcontractor responsibility language required by RCW 39.06.020, and the 39 Bidder shall have an established procedure which it utilizes to validate the 40 responsibility of each of its subcontractors. The Bidder’s subcontract form shall 41 also include a requirement that each of its subcontractors shall have and 42 document a similar procedure to determine whether the sub-tier subcontractors 43 with whom it contracts are also “responsible” subcontractors as defined by 44 RCW 39.06.020. 45 46 B. Documentation: The Bidder, if and when required as detailed below, shall 47 submit a copy of its standard subcontract form for review by the Contracting 48 Agency, and a written description of its procedure for validating the 49 responsibility of subcontractors with which it contracts. 50 51 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-13 PROJECT #REN-47 4. Claims Against Retainage and Bonds 1 A. Criterion: The Bidder shall not have a record of excessive claims filed against 2 the retainage or payment bonds for public works projects in the three years 3 prior to the bid submittal date, that demonstrate a lack of effective management 4 by the Bidder of making timely and appropriate payments to its subcontractors, 5 suppliers, and workers, unless there are extenuating circumstances and such 6 circumstances are deemed acceptable to the Contracting Agency. 7 8 B. Documentation: The Bidder, if and when required as detailed below, shall 9 submit a list of the public works projects completed in the three years prior to 10 the bid submittal date that have had claims against retainage and bonds and 11 include for each project the following information: 12 13 • Name of project 14 • The owner and contact information for the owner; 15 • A list of claims filed against the retainage and/or payment bond for any of 16 the projects listed; 17 • A written explanation of the circumstances surrounding each claim and the 18 ultimate resolution of the claim. 19 20 5. Public Bidding Crime 21 A. Criterion: The Bidder and/or its owners shall not have been convicted of a crime 22 involving bidding on a public works contract in the five years prior to the bid 23 submittal date. 24 25 B. Documentation: The Bidder, if and when required as detailed below, shall sign 26 a statement (on a form to be provided by the Contracting Agency) that the 27 Bidder and/or its owners have not been convicted of a crime involving bidding 28 on a public works contract. 29 30 6. Termination for Cause / Termination for Default 31 A. Criterion: The Bidder shall not have had any public works contract terminated 32 for cause or terminated for default by a government agency in the five years 33 prior to the bid submittal date unless there are extenuating circumstances and 34 such circumstances are deemed acceptable to the Contracting Agency. 35 36 B. Documentation: The Bidder, if and when required as detailed below, shall sign 37 a statement (on a form to be provided by the Contracting Agency) that the 38 Bidder has not had any public works contract terminated for cause or 39 terminated for default by a government agency in the five years prior to the bid 40 submittal date; or if Bidder was terminated, describe the circumstances. . 41 42 7. Lawsuits 43 A. Criterion: The Bidder shall not have lawsuits with judgments entered against 44 the Bidder in the five years prior to the bid submittal date that demonstrate a 45 pattern of failing to meet the terms of contracts, unless there are extenuating 46 circumstances and such circumstances are deemed acceptable to the 47 Contracting Agency 48 49 B. Documentation: The Bidder, if and when required as detailed below, shall sign 50 a statement (on a form to be provided by the Contracting Agency) that the 51 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-14 PROJECT #REN-47 Bidder has not had any lawsuits with judgments entered against the Bidder in 1 the five years prior to the bid submittal date that demonstrate a pattern of failing 2 to meet the terms of contracts, or shall submit a list of all lawsuits with 3 judgments entered against the Bidder in the five years prior to the bid submittal 4 date, along with a written explanation of the circumstances surrounding each 5 such lawsuit. The Contracting Agency shall evaluate these explanations to 6 determine whether the lawsuits demonstrate a pattern of failing to meet of 7 terms of construction related contracts 8 9 As evidence that the Bidder meets the Supplemental Criteria stated above, the apparent 10 low Bidder must submit to the Contracting Agency by 12:00 P.M. (noon) of the second 11 business day following the bid submittal deadline, a written statement verifying that the 12 Bidder meets the supplemental criteria together with supporting documentation (sufficient 13 in the sole judgment of the Contracting Agency) demonstrating compliance with the 14 Supplemental Criteria. The Contracting Agency reserves the right to request further 15 documentation as needed from the low Bidder and documentation from other Bidders as 16 well to assess Bidder responsibility and compliance with all bidder responsibility criteria. 17 The Contracting Agency also reserves the right to obtain information from third-parties and 18 independent sources of information concerning a Bidder’s compliance with the mandatory 19 and supplemental criteria, and to use that information in their evaluation. The Contracting 20 Agency may consider mitigating factors in determining whether the Bidder complies with 21 the requirements of the supplemental criteria. 22 23 The basis for evaluation of Bidder compliance with these mandatory and supplemental 24 criteria shall include any documents or facts obtained by Contracting Agency (whether 25 from the Bidder or third parties) including but not limited to: (i) financial, historical, or 26 operational data from the Bidder; (ii) information obtained directly by the Contracting 27 Agency from others for whom the Bidder has worked, or other public agencies or private 28 enterprises; and (iii) any additional information obtained by the Contracting Agency which 29 is believed to be relevant to the matter. 30 31 If the Contracting Agency determines the Bidder does not meet the bidder responsibility 32 criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify 33 the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with 34 this determination, it may appeal the determination within two (2) business days of the 35 Contracting Agency’s determination by presenting its appeal and any additional 36 information to the Contracting Agency. The Contracting Agency will consider the appeal 37 and any additional information before issuing its final determination. If the final 38 determination affirms that the Bidder is not responsible, the Contracting Agency will not 39 execute a contract with any other Bidder until at least two business days after the Bidder 40 determined to be not responsible has received the Contracting Agency’s final 41 determination. 42 43 Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders with 44 concerns about the relevancy or restrictiveness of the Supplemental Bidder Responsibility 45 Criteria may make or submit requests to the Contracting Agency to modify the criteria. 46 Such requests shall be in writing, describe the nature of the concerns, and propose 47 specific modifications to the criteria. Bidders shall submit such requests to the Contracting 48 Agency no later than five (5) business days prior to the bid submittal deadline and address 49 the request to the Project Engineer or such other person designated by the Contracting 50 Agency in the Bid Documents. 51 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-15 PROJECT #REN-47 1 1-02.15 Pre Award Information 2 (December 30, 2022, APWA GSP) 3 4 Revise this section to read: 5 6 Before awarding any contract, the Contracting Agency may require one or more of these 7 items or actions of the apparent lowest responsible bidder: 8 1. A complete statement of the origin, composition, and manufacture of any or all 9 materials to be used, 10 2. Samples of these materials for quality and fitness tests, 11 3. A progress schedule (in a form the Contracting Agency requires) showing the order 12 of and time required for the various phases of the work, 13 4. A breakdown of costs assigned to any bid item, 14 5. Attendance at a conference with the Engineer or representatives of the Engineer, 15 6. Obtain, and furnish a copy of, a business license to do business in the tribal 16 community, city, or county where the work is located. 17 7. Any other information or action taken that is deemed necessary to ensure that the 18 bidder is the lowest responsible bidder. 19 20 1-03 AWARD AND EXECUTION OF CONTRACT 21 22 1-03.1 Consideration of Bids 23 (December 30, 2022 APWA GSP) 24 25 Revise the first paragraph to read: 26 27 After opening and reading proposals, the Contracting Agency will check them for 28 correctness of extensions of the prices per unit and the total price. If a discrepancy exists 29 between the price per unit and the extended amount of any bid item, the price per unit will 30 control. If a minimum bid amount has been established for any item and the bidder’s unit 31 or lump sum price is less than the minimum specified amount, the Contracting Agency will 32 unilaterally revise the unit or lump sum price, to the minimum specified amount and 33 recalculate the extension. The total of extensions, corrected where necessary, including 34 sales taxes where applicable and such additives and/or alternates as selected by the 35 Contracting Agency, will be used by the Contracting Agency for award purposes and to fix 36 the Awarded Contract Price amount and the amount of the contract bond. 37 38 1-03.1(1) Identical Bid Totals 39 (December 30, 2022 APWA GSP) 40 41 Revise this section to read: 42 43 After opening Bids, if two or more lowest responsive Bid totals are exactly equal, 44 then the tie-breaker will be the Bidder with an equal lowest bid, that proposed to 45 use the highest percentage of recycled materials in the Project, per the form 46 submitted with the Bid Proposal. If those percentages are also exactly equal, then 47 the tie-breaker will be determined by drawing as follows: Two or more slips of paper 48 will be marked as follows: one marked “Winner” and the other(s) marked 49 “unsuccessful.” The slips will be folded to make the marking unseen. The slips will 50 be placed inside a box. One authorized representative of each Bidder shall draw 51 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-16 PROJECT #REN-47 a slip from the box. Bidders shall draw in alphabetic order by the name of the firm 1 as registered with the Washington State Department of Licensing. The slips shall 2 be unfolded and the firm with the slip marked “Winner” will be determined to be the 3 successful Bidder and eligible for Award of the Contract. Only those Bidders who 4 submitted a Bid total that is exactly equal to the lowest responsive Bid, and with a 5 proposed recycled materials percentage that is exactly equal to the highest 6 proposed recycled materials amount, are eligible to draw. 7 8 1-03.3 Execution of Contract 9 (January 4, 2024 APWA GSP, OPTION A) 10 11 This section is supplemented with the following: 12 Within 5 calendar days of the Award date (not including Saturdays, Sundays and Holidays), 13 the successful Bidder shall provide DBE Trucking Credit Form(s) (WSDOT Form 272-058) 14 when trucking appears on the DBE Utilization Certificate (WSDOT Form 272-056). The DBE 15 Trucking Credit Form shall document how the DBE Trucking firm will be able to perform the 16 scope of work subcontracted to them. 17 18 Trucking forms will be returned for correction. Trucking Credit Form(s) will not be included 19 as part of the executed Contract. 20 21 DBE Trucking Credit Forms shall be submitted in one of the following ways: 22 1) By E-mail to Keith Woolley, kwoolley@rentonwa.gov or 23 2) By Mail to: Keith Woolley, 1055 S Grady Way, Renton, WA 98057 24 25 1-03.4 Contract Bond 26 (July 23, 2015 APWA GSP) 27 28 Delete the first paragraph and replace it with the following: 29 30 The successful bidder shall provide executed payment and performance bond(s) for the 31 full contract amount. The bond may be a combined payment and performance bond; or 32 be separate payment and performance bonds. In the case of separate payment and 33 performance bonds, each shall be for the full contract amount. The bond(s) shall: 34 1. Be on Contracting Agency-furnished form(s); 35 2. Be signed by an approved surety (or sureties) that: 36 a. Is registered with the Washington State Insurance Commissioner, 37 and 38 b. Appears on the current Authorized Insurance List in the State of 39 Washington published by the Office of the Insurance 40 Commissioner, 41 3. Guarantee that the Contractor will perform and comply with all obligations, 42 duties, and conditions under the Contract, including but not limited to the 43 duty and obligation to indemnify, defend, and protect the Contracting 44 Agency against all losses and claims related directly or indirectly from any 45 failure: 46 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-17 PROJECT #REN-47 a. Of the Contractor (or any of the employees, subcontractors, or 1 lower tier subcontractors of the Contractor) to faithfully perform and 2 comply with all contract obligations, conditions, and duties, or 3 b. Of the Contractor (or the subcontractors or lower tier subcontractors 4 of the Contractor) to pay all laborers, mechanics, subcontractors, 5 lower tier subcontractors, material person, or any other person who 6 provides supplies or provisions for carrying out the work; 7 4. Be conditioned upon the payment of taxes, increases, and penalties 8 incurred on the project under titles 50, 51, and 82 RCW; and 9 5. Be accompanied by a power of attorney for the Surety’s officer empowered 10 to sign the bond; and 11 6. Be signed by an officer of the Contractor empowered to sign official 12 statements (sole proprietor or partner). If the Contractor is a corporation, 13 the bond(s) must be signed by the president or vice president, unless 14 accompanied by written proof of the authority of the individual signing the 15 bond(s) to bind the corporation (i.e., corporate resolution, power of 16 attorney, or a letter to such effect signed by the president or vice president). 17 18 1-03.7 Judicial Review 19 (December 30, 2022 APWA GSP) 20 21 Revise this section to read: 22 23 All decisions made by the Contracting Agency regarding the Award and execution of the 24 Contract or Bid rejection shall be conclusive subject to the scope of judicial review 25 permitted under Washington Law. Such review, if any, shall be timely filed in the Superior 26 Court of the county where the Contracting Agency headquarters is located, provided that 27 where an action is asserted against a county, RCW 36.01.050 shall control venue and 28 jurisdiction. 29 30 1-04 SCOPE OF THE WORK 31 32 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and 33 Addenda 34 (December 30, 2022 APWA GSP) 35 36 Revise the second paragraph to read: 37 38 Any inconsistency in the parts of the contract shall be resolved by following this order of 39 precedence (e.g. 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 40 1. Addenda, 41 2. Proposal Form, 42 3. Special Provisions, 43 4. Contract Plans, 44 5. Standard Specifications, 45 6. Contracting Agency’s Standard Plans or Details (if any), and 46 7. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 47 48 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-18 PROJECT #REN-47 1-04.4 Changes 1 (January 19, 2022 APWA GSP) 2 3 The first two sentences of the last paragraph of Section 1-04.4 are deleted. 4 5 1-05 CONTROL OF WORK 6 7 1-05.4 Conformity With and Deviations from Plans and Stakes 8 9 Section 1-05.4 is supplemented with the following: 10 11 Contractor Surveying – Roadway 12 (January 13, 2021 WSDOT GSP, OPTION 2) 13 14 The Contracting Agency has provided primary survey control in the Plans. 15 16 The Contractor shall be responsible for setting, maintaining, and resetting all alignment 17 stakes, slope stakes, and grades necessary for the construction of the roadbed, drainage, 18 surfacing, paving, channelization, and pavement marking, illumination and signals, 19 guardrails, and barriers, and signing. Except for the survey control data to be furnished by 20 the Contracting Agency, calculations, surveying, and measuring required for setting and 21 maintaining the necessary lines and grades shall be the Contractor's responsibility. 22 23 The Contractor shall inform the Engineer when monuments are discovered that were not 24 identified in the Plans and construction activity may disturb or damage the monuments. 25 All monuments noted on the plans “DO NOT DISTURB” shall be protected throughout the 26 length of the project or be replaced at the Contractors expense. 27 28 Detailed survey records shall be maintained, including a description of the work performed 29 on each shift, the methods utilized, and the control points used. The record shall be 30 adequate to allow the survey to be reproduced. A copy of each day's record shall be 31 provided to the Engineer within three working days after the end of the shift. 32 33 The meaning of words and terms used in this provision shall be as listed in "Definitions of 34 Surveying and Associated Terms" current edition, published by the American Congress on 35 Surveying and Mapping and the American Society of Civil Engineers. 36 37 The survey work shall include but not be limited to the following: 38 39 1. Verify the primary horizontal and vertical control furnished by the Contracting 40 Agency, and expand into secondary control by adding stakes and hubs as well as 41 additional survey control needed for the project. Provide descriptions of secondary 42 control to the Contracting Agency. The description shall include coordinates and 43 elevations of all secondary control points. 44 45 2. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks on 46 centerline or on offsets to centerline at all curve points (PCs, PTs, and PIs) and at 47 points on the alignments spaced no further than 50 feet. 48 49 3. Establish clearing limits, placing stakes at all angle points and at intermediate 50 points not more than 50 feet apart. The clearing and grubbing limits shall be 5 feet 51 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-19 PROJECT #REN-47 beyond the toe of a fill and 10 feet beyond the top of a cut unless otherwise shown 1 in the Plans. 2 3 4. Establish grading limits, placing slope stakes at centerline increments not more 4 than 50 feet apart. Establish offset reference to all slope stakes. If Global 5 Positioning Satellite (GPS) Machine Controls are used to provide grade control, 6 then slope stakes may be omitted at the discretion of the Contractor 7 8 5. Establish the horizontal and vertical location of all drainage features, placing offset 9 stakes to all drainage structures and to pipes at a horizontal interval not greater 10 than 25 feet. 11 12 6. Establish roadbed and surfacing elevations by placing stakes at the top of 13 subgrade and at the top of each course of surfacing. Subgrade and surfacing 14 stakes shall be set at horizontal intervals not greater than 50 feet in tangent 15 sections, 25 feet in curve sections with a radius less than 300 feet, and at 10-foot 16 intervals in intersection radii with a radius less than 10 feet. Transversely, stakes 17 shall be placed at all locations where the roadway slope changes and at additional 18 points such that the transverse spacing of stakes is not more than 12 feet. If GPS 19 Machine Controls are used to provide grade control, then roadbed and surfacing 20 stakes may be omitted at the discretion of the Contractor. 21 22 7. Establish intermediate elevation benchmarks as needed to check work throughout 23 the project. 24 25 8. Provide references for paving pins at 25-foot intervals or provide simultaneous 26 surveying to establish location and elevation of paving pins as they are being 27 placed. 28 29 9. For all other types of construction included in this provision, (including but not 30 limited to channelization and pavement marking, illumination and signals, 31 guardrails, and barriers, and signing) provide staking and layout as necessary to 32 adequately locate, construct, and check the specific construction activity. 33 34 10. Contractor shall determine if changes are needed to the profiles or roadway 35 sections shown in the Contract Plans in order to achieve proper smoothness and 36 drainage where matching into existing features, such as a smooth transition from 37 new pavement to existing pavement. The Contractor shall submit these changes 38 to the Engineer for review and approval 10 days prior to the beginning of work. 39 40 The Contractor shall provide the Contracting Agency copies of any calculations and 41 staking data when requested by the Engineer. 42 43 The Contractor shall ensure a surveying accuracy within the following tolerances: 44 45 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-20 PROJECT #REN-47 Vertical Horizontal 1 Slope stakes ±0.10 feet ±0.10 feet 2 Subgrade grade stakes set 3 0.04 feet below grade ±0.01 feet ±0.5 feet 4 (parallel to alignment) 5 ±0.1 feet 6 (normal to alignment) 7 8 Stationing on roadway N/A ±0.1 feet 9 Alignment on roadway N/A ±0.04 feet 10 Surfacing grade stakes ±0.01 feet ±0.5 feet 11 (parallel to alignment) 12 ±0.1 feet 13 (normal to alignment) 14 15 Roadway paving pins for 16 surfacing or paving ±0.01 feet ±0.2 feet 17 (parallel to alignment) 18 ±0.1 feet 19 (normal to alignment) 20 21 The Contracting Agency may spot-check the Contractor's surveying. These spot-checks 22 will not change the requirements for normal checking by the Contractor. 23 24 When staking roadway alignment and stationing, the Contractor shall perform 25 independent checks from different secondary control to ensure that the points staked are 26 within the specified survey accuracy tolerances. 27 28 The Contractor shall calculate coordinates for the alignment. The Contracting Agency will 29 verify these coordinates prior to issuing approval to the Contractor for commencing with 30 the work. The Contracting Agency will require up to seven calendar days from the date the 31 data is received. 32 33 Contract work to be performed using contractor-provided stakes shall not begin until the 34 stakes are approved by the Contracting Agency. Such approval shall not relieve the 35 Contractor of responsibility for the accuracy of the stakes. 36 37 Stakes shall be marked in accordance with Standard Plan A10.10. When stakes are 38 needed that are not described in the Plans, then those stakes shall be marked, at no 39 additional cost to the Contracting Agency as ordered by the Engineer. 40 41 Payment 42 Payment will be made for the following bid item when included in the proposal: 43 44 "Roadway Surveying", lump sum. 45 46 The lump sum contract price for "Roadway Surveying" shall be full pay for all labor, 47 equipment, materials, and supervision utilized to perform the Work specified, including 48 any resurveying, checking, correction of errors, replacement of missing or damaged 49 stakes, and coordination efforts. 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-21 PROJECT #REN-47 1 Contractor Surveying - ADA Features 2 (*****) 3 4 ADA Feature Staking Requirements 5 The Contractor shall be responsible for setting, maintaining, and resetting all 6 alignment stakes, and grades necessary for the construction of the ADA features. 7 Calculations, surveying, and measuring required for setting and maintaining the 8 necessary lines and grades shall be the Contractor's responsibility. The Contractor 9 shall build the ADA features within the specifications in the Standard Plans and 10 contract documents. 11 12 ADA Feature Contract Compliance 13 The Contractor shall be responsible for completing measurements to verify all ADA 14 features comply with the Contract in the presence of the Engineer. 15 16 ADA Feature As-Built Measurements 17 The Contractor shall be responsible for providing the latitude and longitude of each 18 ADA feature as indicated on the ADA Inspection Form(s) (WSDOT Form 224-020). 19 20 The completed ADA Inspection Form(s) (WSDOT Form 224-020) shall be 21 submitted as a Type 3 Working Drawing and transmitted to the Engineer within 30 22 calendar days of completing the ADA feature. 23 24 Payment 25 Payment will be made for the following bid item that is included in the Proposal: 26 "ADA Features Surveying", lump sum. 27 28 The lump sum Contract price for "ADA Features Surveying" shall be full pay for all the 29 Work as specified. 30 31 In the instance where an ADA feature does not meet accessibility requirements, all work 32 to replace non-compliant work and then to measure, record the as-built measurements, 33 and transmit the electronic forms to the Engineer shall be completed at no additional cost 34 to the Contracting Agency. 35 36 1-05.7 Removal of Defective and Unauthorized Work 37 (October 1, 2005 APWA GSP) 38 39 Supplement this section with the following: 40 41 If the Contractor fails to remedy defective or unauthorized work within the time specified 42 in a written notice from the Engineer, or fails to perform any part of the work required by 43 the Contract Documents, the Engineer may correct and remedy such work as may be 44 identified in the written notice, with Contracting Agency forces or by such other means as 45 the Contracting Agency may deem necessary. 46 47 If the Contractor fails to comply with a written order to remedy what the Engineer 48 determines to be an emergency situation, the Engineer may have the defective and 49 unauthorized work corrected immediately, have the rejected work removed and replaced, 50 or have work the Contractor refuses to perform completed by using Contracting Agency 51 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-22 PROJECT #REN-47 or other forces. An emergency situation is any situation when, in the opinion of the 1 Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of 2 loss or damage to the public. 3 4 Direct or indirect costs incurred by the Contracting Agency attributable to correcting and 5 remedying defective or unauthorized work, or work the Contractor failed or refused to 6 perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from 7 monies due, or to become due, the Contractor. Such direct and indirect costs shall include 8 in particular, but without limitation, compensation for additional professional services 9 required, and costs for repair and replacement of work of others destroyed or damaged 10 by correction, removal, or replacement of the Contractor’s unauthorized work. 11 12 No adjustment in Contract time or compensation will be allowed because of the delay in 13 the performance of the work attributable to the exercise of the Contracting Agency’s rights 14 provided by this section. 15 16 The rights exercised under the provisions of this section shall not diminish the Contracting 17 Agency’s right to pursue any other avenue for additional remedy or damages with respect 18 to the Contractor’s failure to perform the work as required. 19 20 1-05.11 Final Inspection 21 (October 1, 2005 APWA GSP) 22 23 Delete this section and replace it with the following: 24 25 1-05.11 Final Inspections and Operational Testing 26 27 1-05.11(1) Substantial Completion Date 28 When the Contractor considers the work to be substantially complete, the Contractor shall 29 so notify the Engineer and request the Engineer establish the Substantial Completion 30 Date. The Contractor’s request shall list the specific items of work that remain to be 31 completed in order to reach physical completion. The Engineer will schedule an inspection 32 of the work with the Contractor to determine the status of completion. The Engineer may 33 also establish the Substantial Completion Date unilaterally. 34 35 If, after this inspection, the Engineer concurs with the Contractor that the work is 36 substantially complete and ready for its intended use, the Engineer, by written notice to 37 the Contractor, will set the Substantial Completion Date. If, after this inspection the 38 Engineer does not consider the work substantially complete and ready for its intended 39 use, the Engineer will, by written notice, so notify the Contractor giving the reasons 40 therefore. 41 42 Upon receipt of written notice concurring in or denying substantial completion, whichever 43 is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized 44 interruption, the work necessary to reach Substantial and Physical Completion. The 45 Contractor shall provide the Engineer with a revised schedule indicating when the 46 Contractor expects to reach substantial and physical completion of the work. 47 48 The above process shall be repeated until the Engineer establishes the Substantial 49 Completion Date and the Contractor considers the work physically complete and ready for 50 final inspection. 51 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-23 PROJECT #REN-47 1 1-05.11(2) Final Inspection and Physical Completion Date 2 When the Contractor considers the work physically complete and ready for final 3 inspection, the Contractor by written notice, shall request the Engineer to schedule a final 4 inspection. The Engineer will set a date for final inspection. The Engineer and the 5 Contractor will then make a final inspection and the Engineer will notify the Contractor in 6 writing of all particulars in which the final inspection reveals the work incomplete or 7 unacceptable. The Contractor shall immediately take such corrective measures as are 8 necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, 9 diligently, and without interruption until physical completion of the listed deficiencies. This 10 process will continue until the Engineer is satisfied the listed deficiencies have been 11 corrected. 12 13 If action to correct the listed deficiencies is not initiated within 7 days after receipt of the 14 written notice listing the deficiencies, the Engineer may, upon written notice to the 15 Contractor, take whatever steps are necessary to correct those deficiencies pursuant to 16 Section 1-05.7. 17 18 The Contractor will not be allowed an extension of Contract time because of a delay in the 19 performance of the work attributable to the exercise of the Engineer’s right hereunder. 20 21 Upon correction of all deficiencies, the Engineer will notify the Contractor and the 22 Contracting Agency, in writing, of the date upon which the work was considered physically 23 complete. That date shall constitute the Physical Completion Date of the Contract, but 24 shall not imply acceptance of the work or that all the obligations of the Contractor under 25 the Contract have been fulfilled. 26 27 1-05.11(3) Operational Testing 28 It is the intent of the Contracting Agency to have at the Physical Completion Date a 29 complete and operable system. Therefore when the work involves the installation of 30 machinery or other mechanical equipment; street lighting, electrical distribution or signal 31 systems; irrigation systems; buildings; or other similar work it may be desirable for the 32 Engineer to have the Contractor operate and test the work for a period of time after final 33 inspection but prior to the physical completion date. Whenever items of work are listed in 34 the Contract Provisions for operational testing they shall be fully tested under operating 35 conditions for the time period specified to ensure their acceptability prior to the Physical 36 Completion Date. During and following the test period, the Contractor shall correct any 37 items of workmanship, materials, or equipment which prove faulty, or that are not in first 38 class operating condition. Equipment, electrical controls, meters, or other devices and 39 equipment to be tested during this period shall be tested under the observation of the 40 Engineer, so that the Engineer may determine their suitability for the purpose for which 41 they were installed. The Physical Completion Date cannot be established until testing and 42 corrections have been completed to the satisfaction of the Engineer. 43 44 The costs for power, gas, labor, material, supplies, and everything else needed to 45 successfully complete operational testing, shall be included in the unit Contract prices 46 related to the system being tested, unless specifically set forth otherwise in the Proposal. 47 48 Operational and test periods, when required by the Engineer, shall not affect a 49 manufacturer’s guaranties or warranties furnished under the terms of the Contract. 50 51 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-24 PROJECT #REN-47 1-05.13 Superintendents, Labor and Equipment of Contractor 1 (August 14, 2013 APWA GSP) 2 3 Delete the sixth and seventh paragraphs of this section. 4 5 1-05.14 Cooperation with Other Contractors 6 (March 13, 1995 WSDOT GSP, OPTION 1) 7 8 Section 1-05.14 is supplemented with the following: 9 10 Other Contracts or Other Work 11 It is anticipated that the following work adjacent to or within the limits of this project will be 12 performed by others during the course of this project and will require coordination of the 13 work: 14 15 *** 16 Other utilities, districts, agencies, and contractors who may be working within the 17 project area are: 18 19 1) Puget Sound Energy 20 2) Comcast 21 3) CenturyLink / Lumen 22 23 *** 24 25 1-05.15 Method of Serving Notices 26 (January 4, 2024 APWA GSP) 27 28 Revise the second paragraph to read: 29 30 All correspondence from the Contractor shall be served and directed to the Engineer. All 31 correspondence from the Contractor constituting any notification, notice of protest, notice 32 of dispute, or other correspondence constituting notification required to be furnished under 33 the Contract, must be written in paper format, hand delivered or sent via certified mail 34 delivery service with return receipt requested to the Engineer's office. Electronic copies 35 such as e-mails or electronically delivered copies of correspondence will not constitute 36 such notice and will not comply with the requirements of the Contract. 37 38 Add the following new section: 39 40 1-05.16 Water and Power 41 (October 1, 2005 APWA GSP) 42 43 The Contractor shall make necessary arrangements, and shall bear the costs for power 44 and water necessary for the performance of the work unless the Contract includes power 45 and water as a pay item. 46 47 Add the following new section: 48 49 1-05.18 Record Drawings 50 (March 8, 2013 APWA GSP) 51 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-25 PROJECT #REN-47 1 The Contractor shall maintain one set of full size plans for Record Drawings, updated 2 with clear and accurate red-lined field revisions on a daily basis, and within 2 business 3 days after receipt of information that a change in Work has occurred. The Contractor 4 shall not conceal any work until the required information is recorded. 5 6 This Record Drawing set shall be used for this purpose alone, shall be kept separate 7 from other Plan sheets, and shall be clearly marked as Record Drawings. These Record 8 Drawings shall be kept on site at the Contractor’s field office, and shall be available for 9 review by the Contracting Agency at all times. The Contractor shall bring the Record 10 Drawings to each progress meeting for review. 11 12 The preparation and upkeep of the Record Drawings is to be the assigned responsibility 13 of a single, experienced, and qualified individual. The quality of the Record Drawings, in 14 terms of accuracy, clarity, and completeness, is to be adequate to allow the Contracting 15 Agency to modify the computer-aided drafting (CAD) Contract Drawings to produce a 16 complete set of Record Drawings for the Contracting Agency without further investigative 17 effort by the Contracting Agency. 18 19 The Record Drawing markups shall document all changes in the Work, both concealed 20 and visible. Items that must be shown on the markups include but are not limited to: 21 22 • Actual dimensions, arrangement, and materials used when different than shown in 23 the Plans. 24 • Changes made by Change Order or Field Order. 25 • Changes made by the Contractor. 26 • Accurate locations of storm sewer, sanitary sewer, water mains and other water 27 appurtenances, structures, conduits, light standards, vaults, width of roadways, 28 sidewalks, landscaping areas, building footprints, channelization, and pavement 29 markings, etc. Include pipe invert elevations, top of castings (manholes, inlets, 30 etc.). 31 32 If the Contract calls for the Contracting Agency to do all surveying and staking, the 33 Contracting Agency will provide the elevations at the tolerances the Contracting Agency 34 requires for the Record Drawings. 35 36 When the Contract calls for the Contractor to do the surveying/staking, the applicable 37 tolerance limits include, but are not limited to the following: 38 Vertical Horizontal As-built sanitary & storm invert and grate elevations ± 0.01 foot ± 0.01 foot As-built monumentation ± 0.001 foot ± 0.001 foot As-built waterlines, inverts, valves, hydrants ± 0.10 foot ± 0.10 foot As-built ponds/swales/water features ± 0.10 foot ± 0.10 foot As-built buildings (fin. Floor elev.) ± 0.01 foot ± 0.10 foot As-built gas lines, power, TV, Tel, Com ± 0.10 foot ± 0.10 foot As-built signs, signals, etc. N/A ± 0.10 foot 39 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-26 PROJECT #REN-47 Making Entries on the Record Drawings: 1 2 • Use erasable colored pencil (not ink) for all markings on the Record Drawings, 3 conforming to the following color code: 4 • Additions - Red 5 • Deletions - Green 6 • Comments - Blue 7 • Dimensions - Graphite 8 • Provide the applicable reference for all entries, such as the change order number, 9 the request for information (RFI) number, or the approved shop drawing number. 10 • Date all entries. 11 • Clearly identify all items in the entry with notes similar to those in the Contract 12 Drawings (such as pipe symbols, centerline elevations, materials, pipe joint 13 abbreviations, etc.). 14 15 The Contractor shall certify on the Record Drawings that said drawings are an accurate 16 depiction of built conditions, and in conformance with the requirements detailed above. 17 The Contractor shall submit final Record Drawings to the Contracting Agency. 18 Contracting Agency acceptance of the Record Drawings is one of the requirements for 19 achieving Physical Completion. 20 21 Payment 22 Payment will be made for the following bid item: 23 24 Record Drawings (Minimum Bid $ 15,000) Lump Sum 25 Payment for this item will be made on a prorated monthly basis for work completed in 26 accordance with this section up to 75% of the lump sum bid. The final 25% of the lump 27 sum item will be paid upon submittal and approval of the completed Record Drawings 28 set prepared in conformance with these Special Provisions. 29 30 A minimum bid amount has been entered in the Bid Proposal for this item. The Contractor 31 must bid at least that amount. 32 33 1-06 CONTROL OF MATERIAL 34 35 Section 1-06 is supplemented with the following: 36 37 Build America/Buy America 38 (December 20, 2023) 39 40 General Requirements 41 42 In accordance with Buy America Preferences for Infrastructure Projects requirements 43 contained in 2 CFR 184 and Division G, Title IX - Build America, Buy America Act (BABA), of 44 Public Law 117-58 (Infrastructure Investment and Jobs Act), the following materials must be 45 American-made: 46 47 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-27 PROJECT #REN-47 1. All steel and iron used in the project are produced in the United States. This means all 1 manufacturing processes, from the initial melting stage through the application of 2 coatings, occurred in the United States. 3 4 2. All manufactured products used in the project are produced in the United States. This 5 means the manufactured product was manufactured in the United States, and the cost of 6 the components of the manufactured product that are mined, produced, or manufactured 7 in the United States is greater than 55 percent of the total cost of all components of the 8 manufactured product, unless another standard for determining the minimum amount of 9 domestic content of the manufactured product has been established under applicable 10 law or regulation. 11 12 3. All construction materials are manufactured in the United States. This means that all 13 manufacturing processes for the construction material occurred in the United States. 14 15 An article, material, or supply will be classified in one of three categories: 1) Steel and Iron, 2) 16 Manufactured Product or 3) Construction Material. Only a single category will apply to an item 17 and be subject to the requirements of the BABA requirements of that category. Some contract 18 items are composed of multiple parts that may fall into different categories. Individual 19 components will be categorized as a construction material, manufactured product, or steel 20 and iron based on their composition when they arrive at the staging area or work site. When 21 steel or iron are a component of a manufactured product or construction material, the steel 22 and iron components will be subject to “Steel and Iron Requirements” of this Specification. 23 24 Definitions 25 26 1. Construction Material: Defined as any article, material, or supply brought to the 27 construction site for incorporation into the final product. Construction materials include 28 an article, material, or supply that is or consists primarily of: 29 30 a. Non-ferrous metals including all manufacturing processes, from initial smelting or 31 melting through final shaping, coating, and assembly; 32 33 b. Plastic and polymer-based products including all manufacturing processes, from 34 initial combination of constituent plastic or polymer-based inputs, or, where 35 applicable, constituent composite materials, until the item is in its final form); 36 37 c. Glass including all manufacturing processes, from initial batching and melting of raw 38 materials through annealing, cooling, and cutting); 39 40 d. Fiber optic cable (includes drop cable) including all manufacturing processes, from 41 initial ribboning (if applicable), through buffering, fiber stranding and jacketing, (fiber 42 optic cable also includes the standards for glass and optical fiber); 43 44 e. Optical fiber including all manufacturing processes, from the initial preform 45 fabrication stage, though the completion of the draw; 46 47 f. Lumber including all manufacturing processes, from initial debarking through 48 treatment and planing; 49 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-28 PROJECT #REN-47 g. Drywall including all manufacturing processes, from initial blending of mined or 1 synthetic gypsum plaster and additives through cutting and drying of sandwiched 2 panels; or 3 4 h. Engineered wood including all manufacturing processes from the initial combination 5 of constituent materials until the wood product is in its final form. 6 7 Construction Materials do not include items of primarily iron or steel; manufactured 8 products; cement and cementitious materials; aggregates such as stone, sand, or 9 gravel; or aggregate binding agents or additives. 10 11 If a Construction Material is not manufactured in the United States it shall be 12 considered a Foreign Construction Material. 13 14 2. Manufactured Product: A Manufactured product includes any item produced as a result 15 of the manufacturing process. Items that consist of two or more of the listed construction 16 materials that have been combined together through a manufacturing process, and 17 items that include at least one of the listed materials combined with a material that is not 18 listed through a manufacturing process, should be treated as manufactured products, 19 rather than as construction materials. 20 21 3. Manufactured in the United States: A construction material will be considered as 22 manufactured in the United States if all manufacturing processes have occurred in the 23 United States. 24 25 4. Structural Steel: Defined as all structural steel products included in the project. 26 27 5. United States: To further define the coverage, a domestic product is a manufactured 28 steel construction material that was produced in one of the 50 states, the District of 29 Columbia, Puerto Rico, or in the territories and possessions of the United States. 30 31 Steel and Iron Requirements 32 33 Major quantities of steel and iron construction materials that are permanently incorporated 34 into the project shall consist of American-made materials only. BABA requirements do not 35 apply to temporary steel or iron items, e.g., temporary sheet piling, temporary bridges, steel 36 scaffolding and falsework. 37 38 Minor amounts of foreign steel and iron may be utilized in this project provided the cost of the 39 foreign material used does not exceed one-tenth of one percent of the total contract cost or 40 $2,500.00, whichever is greater. 41 42 American-made material is defined as material having all manufacturing processes occurring 43 domestically. 44 45 If domestically produced steel billets or iron ingots are exported outside of the area of 46 coverage, as defined above, for any manufacturing process then the resulting product does 47 not conform to the BABA requirements. Additionally, products manufactured domestically from 48 foreign source steel billets or iron ingots do not conform to the BABA requirements because 49 the initial melting and mixing of alloys to create the material occurred in a foreign country. 50 51 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-29 PROJECT #REN-47 Manufacturing begins with the initial melting and mixing and continues through the coating 1 stage. Any process which modifies the chemical content, the physical size or shape, or the 2 final finish is considered a manufacturing process. The processes include rolling, extruding, 3 machining, bending, grinding, drilling, welding, and coating. The action of applying a coating 4 to steel or iron is deemed a manufacturing process. Coating includes epoxy coating, 5 galvanizing, aluminizing, painting, and any other coating that protects or enhances the value 6 of steel or iron. Any process from the original reduction from ore to the finished product 7 constitutes a manufacturing process for iron. 8 9 Due to a nationwide waiver, BABA requirements do not apply to raw materials (iron ore and 10 alloys), scrap (recycled steel or iron), and pig iron ore processed, pelletized, and reduced iron 11 ore. 12 13 The following are considered to be steel manufacturing processes: 14 15 1. Production of steel by any of the following processes: 16 17 a. Open hearth furnace. 18 19 b. Basic oxygen. 20 21 c. Electric furnace. 22 23 d. Direct reduction. 24 25 2. Rolling, heat treating, and any other similar processing. 26 27 3. Fabrication of the products: 28 29 a. Spinning wire into cable or strand. 30 31 b. Corrugating and rolling into culverts. 32 33 c. Shop fabrication. 34 35 A certification of materials origin will be required for all items comprised of, or containing, steel 36 or iron construction materials prior to such items being incorporated into the permanent work. 37 The Contractor will not receive payment until the certification is received by the Engineer. The 38 certification shall be on WSDOT Form 350-109 provided by the Engineer, or such other form 39 the Contractor chooses, provided it contains the same information as WSDOT Form 350-109. 40 41 Manufactured Products 42 43 Due to a nationwide waiver, BABA requirements do not apply to manufactured products. 44 Manufactured products that contain steel and iron, regardless of a nationwide waiver, will 45 follow “Steel and Iron Requirements” of this Specification. 46 47 Construction Material Requirements 48 49 A Contractor provided certification of materials origin will be required before each progress 50 estimate or payment. The Contractor will not receive payment until the certification is received 51 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-30 PROJECT #REN-47 by the Engineer. The Contractor shall certify that all construction materials installed during the 1 current progress estimate period meets the Build America, Buy America Act. The certification 2 shall be on WSDOT Form 350-111 provided by the Engineer, or such other form the Contractor 3 chooses, provided it contains the same information as WSDOT Form 350-111. 4 5 Waiver for De Minimis Costs 6 7 Minor amounts of Foreign Construction Materials may be utilized in this project, provided that 8 the total cost of the Foreign Construction Materials does not exceed $1,000,000 and does not 9 exceed 5 percent of the total applicable material costs calculated as follows: 10 11 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-31 PROJECT #REN-47 1 The Contractor shall maintain at the project site office, or other well-known place at the 2 project site, all articles necessary for providing first aid to the injured. The Contractor shall 3 establish, publish, and make known to all employees, procedures for ensuring immediate 4 removal to a hospital, or doctor’s care, persons, including employees, who may have been 5 injured on the project site. Employees should not be permitted to work on the project site 6 before the Contractor has established and made known procedures for removal of injured 7 persons to a hospital or a doctor’s care. 8 9 The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the 10 Contractor’s Plant, appliances, and methods, and for any damage or injury resulting from 11 their failure, or improper maintenance, use, or operation. The Contractor shall be solely 12 and completely responsible for the conditions of the project site, including safety for all 13 persons and property in the performance of the work. This requirement shall apply 14 continuously, and not be limited to normal working hours. The required or implied duty of 15 the Engineer to conduct construction review of the Contractor’s performance does not, 16 and shall not, be intended to include review and adequacy of the Contractor’s safety 17 measures in, on, or near the project site. 18 19 Section 1-07.1(2) is supplemented with the following: 20 21 (April 3, 2006 WSDOT GSP, OPTION 1) 22 23 Confined Space 24 Confined spaces are known to exist at the following locations: 25 *** 26 Existing and proposed storm drainage, conduit trenches and utility systems, vaults, 27 and structures, along with all new similar new construction items that meet the 28 requirements of WAC 296-809-100. 29 *** 30 31 The Contractor shall be fully responsible for the safety and health of all on-site workers 32 and compliant with Washington Administrative Code (WAC 296-809). 33 The Contractor shall prepare and implement a confined space program for each of the 34 confined spaces identified above. The Contractor’s Confined Space program shall be 35 sent to the Contracting Agency at least 30 days prior to the Contractor beginning work 36 in or adjacent to the confined space. No work shall be performed in or adjacent to the 37 confined space until the plan is submitted to the Engineer as required. The Contractor 38 shall communicate with the Engineer to ensure a coordinated effort for providing and 39 maintaining a safe worksite for both the Contracting Agency’s and Contractor’s workers 40 when working in or near a confined space. 41 All costs to prepare and implement the confined space program shall be included in the 42 bid prices for the various items associated with the confined space work. 43 44 1-07.2 State Sales Tax 45 46 Delete this section, including its sub-sections, in its entirety and replace it with the following: 47 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-32 PROJECT #REN-47 1-07.2 State Sales Tax 1 (June 27, 2011 APWA GSP) 2 3 The Washington State Department of Revenue has issued special rules on the State 4 sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The 5 Contractor should contact the Washington State Department of Revenue for answers 6 to questions in this area. The Contracting Agency will not adjust its payment if the 7 Contractor bases a bid on a misunderstood tax liability. 8 9 The Contractor shall include all Contractor-paid taxes in the unit bid prices or other 10 contract amounts. In some cases, however, state retail sales tax will not be included. 11 Section 1-07.2(2) describes this exception. 12 13 The Contracting Agency will pay the retained percentage (or release the Contract 14 Bond if a FHWA-funded Project) only if the Contractor has obtained from the 15 Washington State Department of Revenue a certificate showing that all contract-16 related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct 17 from its payments to the Contractor any amount the Contractor may owe the 18 Washington State Department of Revenue, whether the amount owed relates to this 19 contract or not. Any amount so deducted will be paid into the proper State fund. 20 1-07.2(1) State Sales Tax — Rule 171 21 22 WAC 458-20-171, and its related rules, apply to building, repairing, or improving 23 streets, roads, etc., which are owned by a municipal corporation, or political 24 subdivision of the state, or by the United States, and which are used primarily for foot 25 or vehicular traffic. This includes storm or combined sewer systems within and 26 included as a part of the street or road drainage system and power lines when such 27 are part of the roadway lighting system. For work performed in such cases, the 28 Contractor shall include Washington State Retail Sales Taxes in the various unit bid 29 item prices, or other contract amounts, including those that the Contractor pays on the 30 purchase of the materials, equipment, or supplies used or consumed in doing the work. 31 1-07.2(2) State Sales Tax — Rule 170 32 33 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new 34 or existing buildings, or other structures, upon real property. This includes, but is not 35 limited to, the construction of streets, roads, highways, etc., owned by the state of 36 Washington; water mains and their appurtenances; sanitary sewers and sewage 37 disposal systems unless such sewers and disposal systems are within, and a part of, 38 a street or road drainage system; telephone, telegraph, electrical power distribution 39 lines, or other conduits or lines in or above streets or roads, unless such power lines 40 become a part of a street or road lighting system; and installing or attaching of any 41 article of tangible personal property in or to real property, whether or not such personal 42 property becomes a part of the realty by virtue of installation. 43 44 For work performed in such cases, the Contractor shall collect from the Contracting 45 Agency, retail sales tax on the full contract price. The Contracting Agency will 46 automatically add this sales tax to each payment to the Contractor. For this reason, 47 the Contractor shall not include the retail sales tax in the unit bid item prices, or in any 48 other contract amount subject to Rule 170, with the following exception. 49 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-33 PROJECT #REN-47 1 Exception: The Contracting Agency will not add in sales tax for a payment the 2 Contractor or a subcontractor makes on the purchase or rental of tools, machinery, 3 equipment, or consumable supplies not integrated into the project. Such sales taxes 4 shall be included in the unit bid item prices or in any other contract amount. 5 1-07.2(3) Services 6 7 The Contractor shall not collect retail sales tax from the Contracting Agency on any 8 contract wholly for professional or other services (as defined in Washington State 9 Department of Revenue Rules 138 and 244). 10 11 1-07.6 Permits and Licenses 12 (January 2, 2018 WSDOT GSP, OPTION 1) 13 14 Section 1-07.6 is supplemented with the following: 15 16 The Contracting Agency has obtained the below-listed permit(s) for this project. A copy of 17 the permit(s) is attached as an appendix for informational purposes. Copies of these 18 permits, including a copy of the Transfer of Coverage form, when applicable, are required 19 to be onsite at all times. 20 21 Contact with the permitting agencies, concerning the below-listed permit(s), shall be made 22 through the Engineer with the exception of when the Construction Stormwater General 23 Permit coverage is transferred to the Contractor, direct communication with the 24 Department of Ecology is allowed. The Contractor shall be responsible for obtaining 25 Ecology’s approval for any Work requiring additional approvals (e.g. Request for Chemical 26 Treatment Form). The Contractor shall obtain additional permits, as necessary. All costs 27 to obtain and comply with additional permits shall be included in the applicable Bid items 28 for the Work involved. 29 *** 30 None 31 *** 32 33 34 1-07.7 Load Limits 35 (March 13, 1995 WSDOT GSP, OPTION 6) 36 37 Section 1-07.7 is supplemented with the following: 38 39 If the sources of materials provided by the Contractor necessitate hauling over roads other 40 than State Highways, the Contractor shall, at the Contractor's expense, make all 41 arrangements for the use of the haul routes. 42 43 1-07.9 Wages 44 45 1-07.9(1) General 46 (January 10, 2024 WSDOT GSP, OPTION 1) 47 48 Section 1-07.9(1) is supplemented with the following: 49 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-34 PROJECT #REN-47 The Federal wage rates incorporated in this contract have been established by the 1 Secretary of Labor under United States Department of Labor General Decision No. 2 WA20240001. 3 4 The State rates incorporated in this contract are applicable to all construction activities 5 associated with this contract. 6 7 1-07.9(5)A Required Documents 8 (December 30, 2022 APWA GSP) 9 10 This section is revised to read as follows: 11 12 All Statements of Intent to Pay Prevailing Wages, Affidavits of Wages Paid and 13 Certified Payrolls, including a signed Statement of Compliance for Federal-aid 14 projects, shall be submitted to the Engineer and to the State using the State L&I online 15 Prevailing Wage Intent & Affidavit (PWIA) system. 16 17 18 1-07.11 Requirements for Nondiscrimination 19 (October 3, 2022 WSDOT GSP, OPTION 1) 20 21 Section 1-07.11 is supplemented with the following: 22 23 Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 24 11246) 25 26 1. The Contractor's attention is called to the Equal Opportunity Clause and the Standard 27 Federal Equal Employment Opportunity Construction Contract Specifications set forth 28 herein. 29 30 2. The goals and timetables for minority and female participation set by the Office of 31 Federal Contract Compliance Programs, expressed in percentage terms for the 32 Contractor's aggregate work force in each construction craft and in each trade on all 33 construction work in the covered area, are as follows: 34 35 Women - Statewide 36 Timetable Goal 37 Until further notice 6.9% 38 39 Minorities - by Standard Metropolitan Statistical Area (SMSA) 40 Spokane, WA: 41 SMSA Counties: 42 Spokane, WA 2.8 43 WA Spokane. 44 Non-SMSA Counties 3.0 45 WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield; WA 46 Lincoln, WA Pend Oreille; WA Stevens; WA Whitman. 47 48 Richland, WA: 49 SMSA Counties: 50 Richland Kennewick, WA 5.4 51 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-35 PROJECT #REN-47 WA Benton; WA Franklin. 1 Non-SMSA Counties 3.6 2 WA Walla Walla. 3 4 Yakima, WA: 5 SMSA Counties: 6 Yakima, WA 9.7 7 WA Yakima. 8 Non-SMSA Counties 7.2 9 WA Chelan; WA Douglas; WA Grant; WA Kittitas; WA Okanogan. 10 11 Seattle, WA: 12 SMSA Counties: 13 Seattle Everett, WA 7.2 14 WA King; WA Snohomish. 15 Tacoma, WA 6.2 16 WA Pierce. 17 Non-SMSA Counties 6.1 18 WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA Kitsap; 19 WA Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA 20 Thurston; WA Whatcom. 21 22 Portland, OR: 23 SMSA Counties: 24 Portland, OR-WA 4.5 25 WA Clark. 26 Non-SMSA Counties 3.8 27 WA Cowlitz; WA Klickitat; WA Skamania; WA Wahkiakum. 28 29 These goals are applicable to each nonexempt Contractor’s total on-site construction 30 workforce, regardless of whether or not part of that workforce is performing work on a 31 Federal, or federally assisted project, contract, or subcontract until further notice. 32 Compliance with these goals and timetables is enforced by the Office of Federal 33 Contract compliance Programs. 34 35 The Contractor's compliance with the Executive Order and the regulations in 41 CFR 36 Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, 37 specific affirmative action obligations required by the specifications set forth in 41 CFR 38 60-4.3(a), and its efforts to meet the goals. The hours of minority and female 39 employment and training must be substantially uniform throughout the length of the 40 contract, in each construction craft and in each trade, and the Contractor shall make 41 a good faith effort to employ minorities and women evenly on each of its projects. The 42 transfer of minority or female employees or trainees from Contractor to Contractor or 43 from project to project for the sole purpose of meeting the Contractor's goal shall be a 44 violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. 45 Compliance with the goals will be measured against the total work hours performed. 46 47 3. The Contractor shall provide written notification to the Office of Federal Contract 48 Compliance Programs (OFCCP) within 10 working days of award of any construction 49 subcontract in excess of $10,000 or more that are Federally funded, at any tier for 50 construction work under the contract resulting from this solicitation. The notification 51 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-36 PROJECT #REN-47 shall list the name, address, and telephone number of the subcontractor; employer 1 identification number of the subcontractor; estimated dollar amount of the subcontract; 2 estimated starting and completion dates of the subcontract; and the geographical area 3 in which the contract is to be performed. The notification shall be sent to: 4 U.S. Department of Labor 5 Office of Federal Contract Compliance Programs Pacific Region 6 Attn: Regional Director 7 San Francisco Federal Building 8 90 – 7th Street, Suite 18-300 9 San Francisco, CA 94103(415) 625-7800 Phone 10 (415) 625-7799 Fax 11 12 4. As used in this Notice, and in the contract resulting from this solicitation, the Covered 13 Area is as designated herein. 14 15 Standard Federal Equal Employment Opportunity Construction Contract 16 Specifications (Executive Order 11246) 17 1. As used in these specifications: 18 a. Covered Area means the geographical area described in the solicitation 19 from which this contract resulted; 20 b. Director means Director, Office of Federal Contract Compliance 21 Programs, United States Department of Labor, or any person to whom 22 the Director delegates authority; 23 c. Employer Identification Number means the Federal Social Security 24 number used on the Employer's Quarterly Federal Tax Return, U. S. 25 Treasury Department Form 941; 26 d. Minority includes: 27 (1) Black, a person having origins in any of the Black Racial Groups 28 of Africa. 29 (2) Hispanic, a fluent Spanish speaking, Spanish surnamed person 30 of Mexican, Puerto Rican, Cuban, Central American, South 31 American, or other Spanish origin. 32 (3) Asian or Pacific Islander, a person having origins in any of the 33 original peoples of the Pacific rim or the Pacific Islands, the 34 Hawaiian Islands and Samoa. 35 (4) American Indian or Alaskan Native, a person having origins in 36 any of the original peoples of North America, and who maintain 37 cultural identification through tribal affiliation or community 38 recognition. 39 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a 40 portion of the work involving any construction trade, it shall physically include 41 in each subcontract in excess of $10,000 the provisions of these specifications 42 and the Notice which contains the applicable goals for minority and female 43 participation and which is set forth in the solicitations from which this contract 44 resulted. 45 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-37 PROJECT #REN-47 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown 1 Plan approved by the U.S. Department of Labor in the covered area either 2 individually or through an association, its affirmative action obligations on all 3 work in the Plan area (including goals and timetables) shall be in accordance 4 with that Plan for those trades which have unions participating in the Plan. 5 Contractors must be able to demonstrate their participation in and compliance 6 with the provisions of any such Hometown Plan. Each Contractor or 7 subcontractor participating in an approved Plan is individually required to 8 comply with its obligations under the EEO clause, and to make a good faith 9 effort to achieve each goal under the Plan in each trade in which it has 10 employees. The overall good faith performance by other Contractors or 11 subcontractors toward a goal in an approved Plan does not excuse any covered 12 Contractor's or subcontractor's failure to take good faith effort to achieve the 13 Plan goals and timetables. 14 4. The Contractor shall implement the specific affirmative action standards 15 provided in paragraphs 7a through 7p of this Special Provision. The goals set 16 forth in the solicitation from which this contract resulted are expressed as 17 percentages of the total hours of employment and training of minority and 18 female utilization the Contractor should reasonably be able to achieve in each 19 construction trade in which it has employees in the covered area. Covered 20 construction contractors performing construction work in geographical areas 21 where they do not have a Federal or federally assisted construction contract 22 shall apply the minority and female goals established for the geographical area 23 where the work is being performed. The Contractor is expected to make 24 substantially uniform progress in meeting its goals in each craft during the 25 period specified. 26 5. Neither the provisions of any collective bargaining agreement, nor the failure 27 by a union with whom the Contractor has a collective bargaining agreement, to 28 refer either minorities or women shall excuse the Contractor's obligations under 29 these specifications, Executive Order 11246, or the regulations promulgated 30 pursuant thereto. 31 6. In order for the nonworking training hours of apprentices and trainees to be 32 counted in meeting the goals, such apprentices and trainees must be employed 33 by the Contractor during the training period, and the Contractor must have 34 made a commitment to employ the apprentices and trainees at the completion 35 of their training, subject to the availability of employment opportunities. 36 Trainees must be trained pursuant to training programs approved by the U.S. 37 Department of Labor. 38 7. The Contractor shall take specific affirmative actions to ensure equal 39 employment opportunity. The evaluation of the Contractor's compliance with 40 these specifications shall be based upon its effort to achieve maximum results 41 from its action. The Contractor shall document these efforts fully, and shall 42 implement affirmative action steps at least as extensive as the following: 43 a. Ensure and maintain a working environment free of harassment, 44 intimidation, and coercion at all sites, and in all facilities at which the 45 Contractor's employees are assigned to work. The Contractor, where 46 possible, will assign two or more women to each construction project. 47 The Contractor shall specifically ensure that all foremen, 48 superintendents, and other on-site supervisory personnel are aware of 49 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-38 PROJECT #REN-47 and carry out the Contractor's obligation to maintain such a working 1 environment, with specific attention to minority or female individuals 2 working at such sites or in such facilities. 3 b. Establish and maintain a current list of minority and female recruitment 4 sources, provide written notification to minority and female recruitment 5 sources and to community organizations when the Contractor or its 6 unions have employment opportunities available, and maintain a record 7 of the organizations' responses. 8 c. Maintain a current file of the names, addresses and telephone numbers 9 of each minority and female off-the-street applicant and minority or 10 female referral from a union, a recruitment source or community 11 organization and of what action was taken with respect to each such 12 individual. If such individual was sent to the union hiring hall for referral 13 and was not referred back to the Contractor by the union or, if referred, 14 not employed by the Contractor, this shall be documented in the file 15 with the reason therefor, along with whatever additional actions the 16 Contractor may have taken. 17 d. Provide immediate written notification to the Director when the union or 18 unions with which the Contractor has a collective bargaining agreement 19 has not referred to the Contractor a minority person or woman sent by 20 the Contractor, or when the Contractor has other information that the 21 union referral process has impeded the Contractor's efforts to meet its 22 obligations. 23 e. Develop on-the-job training opportunity and/or participate in training 24 programs for the area which expressly include minorities and women, 25 including upgrading programs and apprenticeship and trainee 26 programs relevant to the Contractor's employment needs, especially 27 those programs funded or approved by the U.S. Department of Labor. 28 The Contractor shall provide notice of these programs to the sources 29 compiled under 7b above. 30 f. Disseminate the Contractor's EEO policy by providing notice of the 31 policy to unions and training programs and requesting their cooperation 32 in assisting the Contractor in meeting its EEO obligations; by including 33 it in any policy manual and collective bargaining agreement; by 34 publicizing it in the company newspaper, annual report, etc.; by specific 35 review of the policy with all management personnel and with all minority 36 and female employees at least once a year; and by posting the 37 company EEO policy on bulletin boards accessible to all employees at 38 each location where construction work is performed. 39 g. Review, at least annually, the company's EEO policy and affirmative 40 action obligations under these specifications with all employees having 41 any responsibility for hiring, assignment, layoff, termination, or other 42 employment decisions including specific review of these items with on-43 site supervisory personnel such as Superintendents, General Foremen, 44 etc., prior to the initiation of construction work at any job site. A written 45 record shall be made and maintained identifying the time and place of 46 these meetings, persons attending, subject matter discussed, and 47 disposition of the subject matter. 48 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-39 PROJECT #REN-47 h. Disseminate the Contractor's EEO policy externally by including it in 1 any advertising in the news media, specifically including minority and 2 female news media, and providing written notification to and discussing 3 the Contractor's EEO policy with other Contractors and Subcontractors 4 with whom the Contractor does or anticipates doing business. 5 i. Direct its recruitment efforts, both oral and written to minority, female, 6 and community organizations, to schools with minority and female 7 students and to minority and female recruitment and training 8 organizations serving the Contractor's recruitment area and 9 employment needs. Not later than one month prior to the date for the 10 acceptance of applications for apprenticeship or other training by any 11 recruitment source, the Contractor shall send written notification to 12 organizations such as the above, describing the openings, screening 13 procedures, and tests to be used in the selection process. 14 j. Encourage present minority and female employees to recruit other 15 minority persons and women and where reasonable, provide after 16 school, summer and vacation employment to minority and female youth 17 both on the site and in other areas of a Contractor's work force. 18 k. Validate all tests and other selection requirements where there is an 19 obligation to do so under 41 CFR Part 60-3. 20 l. Conduct, at least annually, an inventory and evaluation of all minority 21 and female personnel for promotional opportunities and encourage 22 these employees to seek or to prepare for, through appropriate training, 23 etc., such opportunities. 24 m. Ensure that seniority practices, job classifications, work assignments 25 and other personnel practices, do not have a discriminatory effect by 26 continually monitoring all personnel and employment related activities 27 to ensure that the EEO policy and the Contractor's obligations under 28 these specifications are being carried out. 29 n. Ensure that all facilities and company activities are non-segregated 30 except that separate or single-user toilet and necessary changing 31 facilities shall be provided to assure privacy between the sexes. 32 o. Document and maintain a record of all solicitations of offers for 33 subcontracts from minority and female construction contractors and 34 suppliers, including circulation of solicitations to minority and female 35 contractor associations and other business associations. 36 p. Conduct a review, at least annually, of all supervisors' adherence to and 37 performance under the Contractor's EEO policies and affirmative action 38 obligations. 39 8. Contractors are encouraged to participate in voluntary associations which 40 assist in fulfilling one or more of their affirmative action obligations (7a through 41 7p). The efforts of a contractor association, joint contractor-union, contractor-42 community, or other similar group of which the Contractor is a member and 43 participant, may be asserted as fulfilling any one or more of the obligations 44 under 7a through 7p of this Special Provision provided that the Contractor 45 actively participates in the group, makes every effort to assure that the group 46 has a positive impact on the employment of minorities and women in the 47 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-40 PROJECT #REN-47 industry, ensure that the concrete benefits of the program are reflected in the 1 Contractor's minority and female work-force participation, makes a good faith 2 effort to meet its individual goals and timetables, and can provide access to 3 documentation which demonstrate the effectiveness of actions taken on behalf 4 of the Contractor. The obligation to comply, however, is the Contractor's and 5 failure of such a group to fulfill an obligation shall not be a defense for the 6 Contractor's noncompliance. 7 9. A single goal for minorities and a separate single goal for women have been 8 established. The Contractor, however, is required to provide equal employment 9 opportunity and to take affirmative action for all minority groups, both male and 10 female, and all women, both minority and non-minority. Consequently, the 11 Contractor may be in violation of the Executive Order if a particular group is 12 employed in substantially disparate manner (for example, even though the 13 Contractor has achieved its goals for women generally, the Contractor may be 14 in violation of the Executive Order if a specific minority group of women is 15 underutilized). 16 10. The Contractor shall not use the goals and timetables or affirmative action 17 standards to discriminate against any person because of race, color, religion, 18 sex, or national origin. 19 11. The Contractor shall not enter into any subcontract with any person or firm 20 debarred from Government contracts pursuant to Executive Order 11246. 21 12. The Contractor shall carry out such sanctions and penalties for violation of 22 these specifications and of the Equal Opportunity Clause, including 23 suspensions, terminations and cancellations of existing subcontracts as may 24 be imposed or ordered pursuant to Executive Order 11246, as amended, and 25 its implementing regulations by the Office of Federal Contract Compliance 26 Programs. Any Contractor who fails to carry out such sanctions and penalties 27 shall be in violation of these specifications and Executive Order 11246, as 28 amended. 29 13. The Contractor, in fulfilling its obligations under these specifications, shall 30 implement specific affirmative action steps, at least as extensive as those 31 standards prescribed in paragraph 7 of this Special Provision, so as to achieve 32 maximum results from its efforts to ensure equal employment opportunity. If 33 the Contractor fails to comply with the requirements of the Executive Order, the 34 implementing regulations, or these specifications, the Director shall proceed in 35 accordance with 41 CFR 60-4.8. 36 14. The Contractor shall designate a responsible official to monitor all employment 37 related activity to ensure that the company EEO policy is being carried out, to 38 submit reports relating to the provisions hereof as may be required by the 39 government and to keep records. Records shall at least include, for each 40 employee, their name, address, telephone numbers, construction trade, union 41 affiliation if any, employee identification number when assigned, social security 42 number, race, sex, status (e.g. mechanic, apprentice, trainee, helper, or 43 laborer), dates of changes in status, hours worked per week in the indicated 44 trade, rate of pay, and locations at which the work was performed. Records 45 shall be maintained in an easily understandable and retrievable form; however, 46 to the degree that existing records satisfy this requirement, the Contractors will 47 not be required to maintain separate records. 48 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-41 PROJECT #REN-47 15. Nothing herein provided shall be construed as a limitation upon the application 1 of other laws which establish different standards of compliance or upon the 2 application of requirements for the hiring of local or other area residents (e.g. 3 those under the Public Works Employment Act of 1977 and the Community 4 Development Block Grant Program). 5 16. Additional assistance for Federal Construction Contractors on contracts 6 administered by Washington State Department of Transportation or by Local 7 Agencies may be found at: 8 Washington State Dept. of Transportation 9 Office of Equal Opportunity 10 PO Box 47314 11 310 Maple Park Ave. SE 12 Olympia WA 13 98504-7314 14 Ph: 360-705-7090 15 Fax: 360-705-6801 16 http://www.wsdot.wa.gov/equalopportunity/default.htm 17 18 (October 1, 2020, APWA GSP, OPTION B) 19 20 Supplement this section with the following: 21 22 Disadvantaged Business Enterprise Participation 23 24 The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR Part 26 and 25 USDOT’s official interpretations (i.e., Questions & Answers) apply to this Contract. 26 Demonstrating compliance with these Specifications is a Condition of Award (COA) of this 27 Contract. Failure to comply with the requirements of this Specification may result in your 28 Bid being found to be nonresponsive resulting in rejection or other sanctions as provided 29 by Contract. 30 31 DBE Abbreviations and Definitions 32 33 Broker – A business firm that provides a bona fide service, such as professional, 34 technical, consultant or managerial services and assistance in the procurement of 35 essential personnel, facilities, equipment, materials, or supplies required for the 36 performance of the Contract; or, persons/companies who arrange or expedite 37 transactions. 38 39 Certified Business Description – Specific descriptions of work the DBE is 40 certified to perform, as identified in the Certified Firm Directory, under the Vendor 41 Information page. 42 43 Certified Firm Directory – A database of all Minority, Women, and Disadvantaged 44 Business Enterprises currently certified by Washington State. The on-line Directory 45 is available to Contractors for their use in identifying and soliciting interest from 46 DBE firms. The database is located under the Firm Certification section of the 47 Diversity Management and Compliance System web page at: 48 https://omwbe.diversitycompliance.com 49 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-42 PROJECT #REN-47 Commercially Useful Function (CUF) – 49 CFR 26.55(c)(1) defines 1 commercially useful function as: “A DBE performs a commercially useful function 2 when it is responsible for execution of the work of the contract and is carrying out 3 its responsibilities by actually performing, managing, and supervising the work 4 involved. To perform a commercially useful function, the DBE must also be 5 responsible, with respect to materials and supplies used on the contract, for 6 negotiating price, determining quality and quantity, ordering the material, and 7 installing (where applicable) and paying for the material itself. To determine 8 whether a DBE is performing a commercially useful function, you must evaluate 9 the amount of work subcontracted, industry practices, whether the amount the firm 10 is to be paid under the contract is commensurate with the work it is actually 11 performing and the DBE credit claimed for its performance of the work, and other 12 relevant factors.” 13 14 Disadvantaged Business Enterprise (DBE) – A business firm certified by the 15 Washington State Office of Minority and Women’s Business Enterprises, as 16 meeting the criteria outlined in 49 CFR 26 regarding DBE certification. 17 18 Force Account Work – Work measured and paid in accordance with Section 1-19 09.6. 20 21 Good Faith Efforts – Efforts to achieve the DBE COA Goal or other requirements 22 of this part which, by their scope, intensity, and appropriateness to the objective, 23 can reasonably be expected to fulfill the program requirement. 24 25 Manufacturer (DBE) – A DBE firm that operates or maintains a factory or 26 establishment that produces on the premises the materials, supplies, articles, or 27 equipment required under the Contract. A DBE Manufacturer shall produce 28 finished goods or products from raw or unfinished material or purchase and 29 substantially alters goods and materials to make them suitable for construction use 30 before reselling them. 31 32 Reasonable Fee (DBE) – For purposes of Brokers or service providers a 33 reasonable fee shall not exceed 5% of the total cost of the goods or services 34 brokered. 35 36 Regular Dealer (DBE) – A DBE firm that owns, operates, or maintains a store, 37 warehouse, or other establishment in which the materials or supplies required for 38 the performance of a Contract are bought, kept in stock, and regularly sold to the 39 public in the usual course of business. To be a Regular Dealer, the DBE firm must 40 be an established regular business that engages in as its principal business and 41 in its own name the purchase and sale of the products in question. A Regular 42 Dealer in such items as steel, cement, gravel, stone, and petroleum products need 43 not own, operate, or maintain a place of business if it both owns and operates 44 distribution equipment for the products. Any supplementing of regular dealers’ own 45 distribution equipment shall be by long-term formal lease agreements and not on 46 an ad-hoc basis. Brokers, packagers, manufacturers’ representatives, or other 47 persons who arrange or expedite transactions shall not be regarded as Regular 48 Dealers within the meaning of this definition. 49 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-43 PROJECT #REN-47 DBE Commitment – The dollar amount the Bidder indicates they will be 1 subcontracting to be applied towards the DBE Condition of Award Goal as shown 2 on the DBE Utilization Certification Form for each DBE Subcontractor. This DBE 3 Commitment amount will be incorporated into the Contract and shall be considered 4 a Contract requirement. The Contractor shall utilize the COA DBEs to perform the 5 work and supply the materials for which they are committed. Any changes to the 6 DBE Commitment require the Engineer’s prior written approval. 7 8 DBE Condition of Award (COA) Goal – An assigned numerical amount specified 9 as a percentage of the Contract. Initially, this is the minimum amount that the 10 Bidder must commit to by submission of the Utilization Certification Form and/or 11 by Good Faith Effort (GFE). 12 13 DBE COA Goal 14 The Contracting Agency has established a DBE COA Goal for this Contract in the amount 15 of: *** 18% (eighteen percent) *** 16 17 Crediting DBE Participation 18 Subcontractors proposed as COA must be certified prior to the due date for bids on the 19 Contract. All non-COA DBE Subcontractors shall be certified before the subcontract on 20 which they are participating is executed. 21 22 DBE participation is only credited upon payment to the DBE. 23 24 The following are some definitions of what may be counted as DBE participation. 25 26 DBE Prime Contractor 27 Only take credit for that portion of the total dollar value of the Contract equal to the 28 distinct, clearly defined portion of the Work that the DBE Prime Contractor performs 29 with its own forces and is certified to perform. 30 31 DBE Subcontractor 32 Only take credit for that portion of the total dollar value of the subcontract that is 33 equal to the distinct, clearly defined portion of the Work that the DBE performs with 34 its own forces and is certified to perform. The value of work performed by the DBE 35 includes the cost of supplies and materials purchased by the DBE and equipment 36 leased by the DBE, for its work on the contract. Supplies, materials, or equipment 37 obtained by a DBE that are not utilized or incorporated in the contract work by the 38 DBE will not be eligible for DBE credit. 39 40 The supplies, materials, and equipment purchased or leased from the Contractor 41 or its affiliate, including any Contractor’s resources available to DBE 42 subcontractors at no cost, shall not be credited. 43 44 DBE credit will not be given in instances where the equipment lease includes the 45 operator. The DBE is expected to operate the equipment used in the performance 46 of its work under the contract with its own forces. Situations where equipment is 47 leased and used by the DBE, but payment is deducted from the Contractor’s 48 payment to the DBE is not allowed. 49 50 When the subcontractor is part of a DBE Commitment, the following apply: 51 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-44 PROJECT #REN-47 1 1. If a DBE subcontracts a portion of the Work of its contract to another firm, 2 the value of the subcontracted Work may be counted toward the DBE 3 COA Goal only if the Lower-Tier Subcontractor is also a DBE. 4 5 2. Work subcontracted to a Lower-Tier Subcontractor that is a DBE, may be 6 counted toward the DBE COA Goal. 7 8 3. Work subcontracted to a non-DBE does not count towards the DBE COA 9 Goal. 10 11 DBE Subcontract and Lower Tier Subcontract Documents 12 There must be a subcontract agreement that complies with 49 CFR Part 26 and 13 fully describes the distinct elements of Work committed to be performed by the 14 DBE. 15 16 DBE Service Provider 17 The value of fees or commissions charged by a DBE firm behaving in a manner of 18 a Broker, or another service provider for providing a bona fide service, such as 19 professional, technical, consultant, managerial services, or for providing bonds or 20 insurance specifically required for the performance of the contract will only be 21 credited as DBE participation, if the fee/commission is determined by the 22 Contracting Agency to be reasonable and the firm has performed a CUF. 23 24 Force Account Work 25 When the Bidder elects to utilize force account Work to meet the DBE COA Goal, 26 as demonstrated by listing this force account Work on the DBE Utilization 27 Certification Form, for the purposes of meeting the DBE COA Goal, only 50% of 28 the Proposal amount shall be credited toward the Bidder’s Commitment to meet 29 the DBE COA Goal. 30 31 One hundred percent of the actual amounts paid to the DBE for the force account 32 Work shall be credited towards the DBE COA Goal or DBE participation. 33 34 Temporary Traffic Control 35 If the DBE firm only provides “Flagging”, the DBE firm must provide a Traffic 36 Control Supervisor (TCS) and flagger, which are under the direct control of the 37 DBE. The DBE firm shall also provide all flagging equipment for its employees (e.g. 38 paddles, hard hats, and vests). 39 40 If the DBE firm provides “Traffic Control Services”, the DBE firm must provide a 41 TCS, flaggers, and traffic control items (e.g. cones, barrels, signs, etc.) and be in 42 total control of all items in implementing the traffic control for the project. 43 44 Trucking 45 DBE trucking firm participation may only be credited as DBE participation for the 46 value of the hauling services, not for the materials being hauled unless the trucking 47 firm is also certified as a supplier of those materials. In situations where the DBE’s 48 work is priced per ton, the value of the hauling service must be calculated 49 separately from the value of the materials in order to determine DBE credit for 50 hauling. 51 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-45 PROJECT #REN-47 1 The DBE trucking firm must own and operate at least one licensed, insured, and 2 operational truck on the contract. The truck must be of the type that is necessary 3 to perform the hauling duties required under the contract. The DBE receives credit 4 for the value of the transportation services it provides on the Contract using trucks 5 it owns or leases, licenses, insures, and operates with drivers it employs. 6 7 The DBE may lease additional trucks from another DBE firm. The DBE who leases 8 additional trucks from another DBE firm receives credit for the value of the 9 transportation services the lessee DBE provides on the Contract. 10 11 The trucking Work subcontracted to any non-DBE trucking firm will not receive 12 credit for Work done on the project. 13 14 The DBE may lease trucks from a truck leasing company (recognized truck rental 15 center), but can only receive credit towards DBE participation if the DBE uses its 16 own employees as drivers. 17 18 DBE Manufacturer and DBE Regular Dealer 19 One hundred percent (100%) of the cost of the manufactured product obtained 20 from a DBE manufacturer may count towards the DBE COA Goal. 21 22 Sixty percent (60%) of the cost of materials or supplies purchased from a DBE 23 Regular Dealer may be credited towards the DBE Goal. If the role of the DBE 24 Regular Dealer is determined to be that of a Broker, then DBE credit shall be limited 25 to the fee or commission it receives for its services. Regular Dealer status and the 26 amount of credit is determined on a Contract-by-Contract basis. 27 28 DBE firms proposed to be used as a Regular Dealer must be approved before 29 being listed as a COA/used on a project. The WSDOT Approved Regular Dealer 30 list published on WSDOT’s Office of Equal Opportunity (OEO) web site must 31 include the specific project for which approval is being requested. For purposes of 32 the DBE COA Goal participation, the Regular Dealer must submit the Regular 33 Dealer Status Request form a minimum of five calendar days prior to bid opening. 34 35 Purchase of materials or supplies from a DBE which is neither a manufacturer nor 36 a regular dealer, (i.e. Broker) only the fees or commissions charged for assistance 37 in the procurement of the materials and supplies, or fees or transportation charges 38 for the delivery of materials or supplies required on a job site, may count towards 39 the DBE COA goal provided the fees are not excessive as compared with fees 40 customarily allowed for similar services. Documentation will be required to support 41 the fee/commission charged by the DBE. The cost of the materials and supplies 42 themselves cannot be counted toward the DBE COA Goal. 43 44 Note: Requests to be listed as a Regular Dealer will only be processed if the 45 requesting firm is a material supplier certified by the Office of Minority and 46 Women’s Business Enterprises in a NAICS code that falls within the 47 42XXXX NAICS Wholesale code section. 48 49 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-46 PROJECT #REN-47 Disadvantaged Business Enterprise Utilization 1 To be eligible for award of the Contract, the Bidder shall properly complete and submit a 2 Disadvantaged Business Enterprise (DBE) Utilization Certification with the Bidder’s sealed 3 Bid Proposal, as specified in Section 1-02.9 Delivery of Proposal. The Bidder’s DBE 4 Utilization Certification must clearly demonstrate how the Bidder intends to meet the DBE 5 COA Goal. A DBE Utilization Certification (WSDOT Form 272-056) is included in the 6 Proposal package for this purpose as well as instructions on how to properly fill out the 7 form. 8 9 The Bidder is advised that the items listed below when listed in the Utilization Certification 10 must have their amounts reduced to the percentages shown and those reduced amounts 11 will be the amount applied towards meeting the DBE COA Goal. 12 13 • Force account at 50% 14 • Regular dealer at 60% 15 16 In the event of arithmetic errors in completing the DBE Utilization Certification, the amount 17 listed to be applied towards the DBE COA Goal for each DBE shall govern and the DBE 18 total amount shall be adjusted accordingly. 19 20 Note: The Contracting Agency shall consider as non-responsive and shall reject any Bid 21 Proposal submitted that does not contain a DBE Utilization Certification Form that 22 accurately demonstrates how the Bidder intends to meet the DBE COA Goal. 23 24 Disadvantaged Business Enterprise Written Confirmation Document(s) 25 The Bidder shall submit an Disadvantaged Business Enterprise (DBE) Written 26 Confirmation Document (completed and signed by the DBE) for each DBE firm listed in 27 the Bidder’s completed DBE Utilization Certification submitted with the Bid. Failure to do 28 so will result in the associated participation being disallowed, which may cause the Bid to 29 be determined to be nonresponsive resulting in Bid rejection. 30 31 The Confirmation Documents provide confirmation from the DBEs that they are 32 participating in the Contract as provided in the Bidder’s Commitment. The Confirmation 33 Documents must be consistent with the Utilization Certification. 34 35 A DBE Written Confirmation Document (form No. 422-031) is included in the Proposal 36 package for this purpose. 37 38 The form(s) shall be received as specified in the special provisions for Section 1-02.9 39 Delivery of Proposal. 40 41 It is prohibited for the Bidder to require a DBE to submit a Written Confirmation Document 42 with any part of the form left blank. Should the Contracting Agency determine that an 43 incomplete Written Confirmation Document was signed by a DBE, the validity of the 44 document comes into question. The associated DBE participation may not receive credit. 45 46 Selection of Successful Bidder/Good Faith Efforts (GFE) 47 The successful Bidder shall be selected on the basis of having submitted the lowest 48 responsive Bid, which demonstrates a good faith effort to achieve the DBE COA Goal. The 49 Contracting Agency, at any time during the selection process, may request a breakdown 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-47 PROJECT #REN-47 of the bid items and amounts that are counted towards the overall contract goal for any of 1 the DBEs listed on the DBE Utilization Certification. 2 3 Achieving the DBE COA Goal may be accomplished in one of two ways: 4 5 1. By meeting the DBE COA Goal 6 Submission of the DBE Utilization Certification, supporting DBE Written 7 Confirmation Document(s) showing the Bidder has obtained enough DBE 8 participation to meet or exceed the DBE COA Goal, the DBE Bid Item Breakdown 9 and the DBE Trucking Credit Form, if applicable. 10 11 2. By documentation that the Bidder made adequate GFE to meet the DBE COA Goal 12 The Bidder may demonstrate a GFE in whole or part through GFE documentation 13 ONLY IN THE EVENT a Bidder’s efforts to solicit sufficient DBE participation have 14 been unsuccessful. The Bidder must supply GFE documentation in addition to the 15 DBE Utilization Certification, supporting DBE Written Confirmation Document(s), 16 the DBE Bid Item Breakdown form and the DBE Trucking Credit Form, if 17 applicable. 18 19 Note: In the case where a Bidder is awarded the contract based on demonstrating 20 adequate GFE, the advertised DBE COA Goal will not be reduced. The Bidder 21 shall demonstrate a GFE during the life of the Contract to attain the advertised 22 DBE COA Goal. 23 24 GFE documentation, the DBE Bid Item Breakdown form, and the DBE Trucking Credit 25 Form, if applicable, shall be submitted as specified in Section 1-02.9. 26 27 The Contracting Agency will review the GFE documentation and will determine if the 28 Bidder made an adequate good faith effort. 29 30 Good Faith Effort (GFE) Documentation 31 GFE is evaluated when: 32 33 1. Determining award of a Contract that has COA goal, 34 35 2. When a COA DBE is terminated and substitution is required, and 36 37 3. Prior to Physical Completion when determining whether the Contractor has 38 satisfied its DBE commitments. 39 40 49 CFR Part 26, Appendix A is intended as general guidance and does not, in itself, 41 demonstrate adequate good faith efforts. The following is a list of types of actions, which 42 would be considered as part of the Bidder’s GFE to achieve DBE participation. It is not 43 intended to be a mandatory checklist, nor is it intended to be exclusive or exhaustive. 44 Other factors or types of efforts may be relevant in appropriate cases. 45 46 1. Soliciting through all reasonable and available means (e.g. attendance at pre-bid 47 meetings, advertising and/or written notices) the interest of all certified DBEs who 48 have the capability to perform the Work of the Contract. The Bidder must solicit 49 this interest within sufficient time to allow the DBEs to respond to the solicitation. 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-48 PROJECT #REN-47 The Bidder must determine with certainty if the DBEs are interested by taking 1 appropriate steps to follow up initial solicitations. 2 3 2. Selecting portions of the Work to be performed by DBEs in order to increase the 4 likelihood that the DBE COA Goal will be achieved. This includes, where 5 appropriate, breaking out contract Work items into economically feasible units to 6 facilitate DBE participation, even when the Contractor might otherwise prefer to 7 perform these Work items with its own forces. 8 9 3. Providing interested DBEs with adequate information about the Plans, 10 Specifications, and requirements of the Contract in a timely manner to assist them 11 in responding to a solicitation. 12 13 a. Negotiating in good faith with interested DBEs. It is the Bidder’s 14 responsibility to make a portion of the Work available to DBE 15 subcontractors and suppliers and to select those portions of the Work or 16 material needs consistent with the available DBE subcontractors and 17 suppliers, so as to facilitate DBE participation. Evidence of such negotiation 18 includes the names, addresses, and telephone numbers of DBEs that were 19 considered; a description of the information provided regarding the Plans 20 and Specifications for the Work selected for subcontracting; and evidence 21 as to why additional agreements could not be reached for DBEs to perform 22 the Work. 23 24 b. A Bidder using good business judgment would consider a number of factors 25 in negotiating with subcontractors, including DBE subcontractors, and 26 would take a firm’s price and capabilities as well as the DBE COA Goal into 27 consideration. However, the fact that there may be some additional costs 28 involved in finding and using DBEs is not in itself sufficient reason for a 29 Bidder’s failure to meet the DBE COA Goal, as long as such costs are 30 reasonable. Also, the ability or desire of a Bidder to perform the Work of a 31 Contract with its own organization does not relieve the Bidder of the 32 responsibility to make Good Faith Efforts. Bidders are not, however, 33 required to accept higher quotes from DBEs if the price difference is 34 excessive or unreasonable. 35 36 4. Not rejecting DBEs as being unqualified without sound reasons based on a 37 thorough investigation of their capabilities. The Bidder’s standing within its industry, 38 membership in specific groups, organizations, or associations and political or 39 social affiliations (for example union vs. non-union employee status) are not 40 legitimate causes for the rejection or non-solicitation of bids in the Bidder’s efforts 41 to meet the DBE COA Goal. 42 43 5. Making efforts to assist interested DBEs in obtaining bonding, lines of credit, or 44 insurance as required by the recipient or Bidder. 45 46 6. Making efforts to assist interested DBEs in obtaining necessary equipment, 47 supplies, materials, or related assistance or services. 48 49 7. Effectively using the services of available minority/women community 50 organizations; minority/women contractors’ groups; local, State, and Federal 51 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-49 PROJECT #REN-47 minority/women business assistance offices; and other organizations as allowed 1 on a case-by-case basis to provide assistance in the recruitment and placement 2 of DBEs. 3 4 8. Documentation of GFE must include copies of each DBE and non-DBE 5 subcontractor quotes submitted to the Bidder when a non-DBE subcontractor is 6 selected over a DBE for Work on the Contract. (ref. updated DBE regulations – 7 26.53(b)(2)(vi) & App. A) 8 9 Administrative Reconsideration of GFE Documentation 10 A Bidder has the right to request reconsideration if the GFE documentation submitted with 11 their Bid was determined to be inadequate. 12 13 • The Bidder must request within 48 hours of notification of being nonresponsive or 14 forfeit the right to reconsideration. 15 16 • The reconsideration decision on the adequacy of the Bidder’s GFE documentation 17 shall be made by an official who did not take part in the original determination. 18 19 • Only original GFE documentation submitted as a supplement to the Bid shall be 20 considered. The Bidder shall not introduce new documentation at the 21 reconsideration hearing. 22 23 • The Bidder shall have the opportunity to meet in person with the official for the 24 purpose of setting forth the Bidder’s position as to why the GFE documentation 25 demonstrates a sufficient effort. 26 27 • The reconsideration official shall provide the Bidder with a written decision on 28 reconsideration within five working days of the hearing explaining the basis for their 29 finding. 30 31 DBE Bid Item Breakdown 32 The Bidder shall submit a DBE Bid Item Breakdown Form (WSDOT Form 272-054) as 33 specified in the Special Provisions for Section 1-02.9, Delivery of Proposal. 34 35 DBE Trucking Credit Form 36 The Bidder shall submit a DBE Trucking Credit Form (WSDOT Form 272-058), as 37 specified in the Special Provisions for Section 1-02.9, Delivery of Proposal. 38 39 Note: The DBE Trucking Credit Form is only required for a DBE Firm listed on the 40 DBE Utilization Certification as a subcontractor for “Trucking” or “Hauling” 41 and are performing a part of a bid item. For example, if the item of Work is 42 Structure Excavation including Haul, and another firm is doing the 43 excavation and the DBE Trucking firm is doing the haul, the form is 44 required. For a DBE subcontractor that is responsible for an entire item of 45 work that may require some use of trucks, the form is not required. 46 47 Procedures between Award and Execution 48 After Award and prior to Execution, the Contractor shall provide the additional information 49 described below. Failure to comply shall result in the forfeiture of the Bidder’s Proposal 50 bond or deposit. 51 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-50 PROJECT #REN-47 1 1. A list of all firms who submitted a bid or quote in attempt to participate in this project 2 whether they were successful or not. Include the business name and mailing 3 address. 4 5 Note: The firms identified by the Contractor may be contacted by the Contracting Agency 6 to solicit general information as follows: age of the firm and average of its gross 7 annual receipts over the past three-years. 8 9 Procedures after Execution 10 Commercially Useful Function (CUF) 11 The Contractor may only take credit for the payments made for Work performed 12 by a DBE that is determined to be performing a CUF. Payment must be 13 commensurate with the work actually performed by the DBE. This applies to all 14 DBEs performing Work on a project, whether or not the DBEs are COA, if the 15 Contractor wants to receive credit for their participation. The Engineer will conduct 16 CUF reviews to ascertain whether DBEs are performing a CUF. A DBE performs a 17 CUF when it is carrying out its responsibilities of its contract by actually performing, 18 managing, and supervising the Work involved. The DBE must be responsible for 19 negotiating price; determining quality and quantity; ordering the material, installing 20 (where applicable); and paying for the material itself. If a DBE does not perform 21 “all” of these functions on a furnish-and-install contract, it has not performed a CUF 22 and the cost of materials cannot be counted toward DBE COA Goal. Leasing of 23 equipment from a leasing company is allowed. However, leasing/purchasing 24 equipment from the Contractor is not allowed. Lease agreements shall be provided 25 prior to the Subcontractor beginning Work. Any use of the Contractor’s equipment 26 by a DBE may not be credited as countable participation. 27 28 The DBE does not perform a CUF if its role is limited to that of an extra participant 29 in a transaction, contract, or project through which the funds are passed in order 30 to obtain the appearance of DBE participation. 31 32 In order for a DBE traffic control company to be considered to be performing a 33 CUF, the DBE must be in control of its work inclusive of supervision. The DBE 34 shall employ a Traffic Control Supervisor who is directly involved in the 35 management and supervision of the traffic control employees and services. 36 37 The following are some of the factors that the Engineer will use in determining 38 whether a DBE trucking company is performing a CUF: 39 40 • The DBE shall be responsible for the management and supervision of the 41 entire trucking operation for which it is responsible on the contract. The 42 owner demonstrates business related knowledge, shows up on site and is 43 determined to be actively running the business. 44 45 • The DBE shall own and operate at least one fully licensed, insured, and 46 operational truck used on the Contract. The drivers of the trucks owned 47 and leased by the DBE must be exclusively employed by the DBE and 48 reflected on the DBE’s payroll. 49 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-51 PROJECT #REN-47 • Lease agreements for trucks shall indicate that the DBE has exclusive use 1 of and control over the truck(s). This does not preclude the leased truck 2 from working for others provided it is with the consent of the DBE and the 3 lease provides the DBE absolute priority for use of the leased truck. 4 5 • Leased trucks shall display the name and identification number of the 6 DBE. 7 8 UDBE/DBE/FSBE Truck Unit Listing Log 9 In addition to the subcontracting requirements of Section 1-08.1, each DBE 10 trucking firm shall submit supplemental information consisting of a completed 11 Primary UDBE/DBE/FSBE Truck Unit Listing Log (WSDOT Form 350-077), copy 12 of vehicle registrations, and all Rental/Lease agreements (if applicable). The 13 supplemental information shall be submitted to the Engineer prior to any trucking 14 services being performed for DBE credit. Incomplete or incorrect supplemental 15 information will be returned for correction. The corrected Primary 16 UDBE/DBE/FSBE Truck Unit Listing Log and any Updated Primary 17 UDBE/DBE/FSBE Truck Unit Listing Logs shall be submitted and accepted by the 18 Engineer no later than ten calendar days of utilizing applicable trucks. Failure to 19 submit or update the DBE Truck Unit Listing Log may result in trucks not being 20 credited as DBE participation. 21 Each DBE trucking firm shall complete a Daily UDBE/DBE/FSBE Trucking Unit 22 Listing Log for each day that the DBE performs trucking services for DBE credit. 23 The Daily UDBE/DBE/FSBE Trucking Unit Listing Log forms shall be submitted to 24 the Engineer by Friday of the week after the work was performed. 25 26 Joint Checking 27 A joint check is a check between a Subcontractor and the Contractor to the supplier 28 of materials/supplies. The check is issued by the Contractor as payer to the 29 Subcontractor and the material supplier jointly for items to be incorporated into the 30 project. The DBE must release the check to the supplier, while the Contractor acts 31 solely as the guarantor. 32 33 A joint check agreement must be approved by the Engineer and requested by the 34 DBE involved using the DBE Joint Check Request Form (form # 272-053) prior to 35 its use. The form must accompany the DBE Joint Check Agreement between the 36 parties involved, including the conditions of the arrangement and expected use of 37 the joint checks. 38 39 The approval to use joint checks and the use will be closely monitored by the 40 Engineer. To receive DBE credit for performing a CUF with respect to obtaining 41 materials and supplies, a DBE must “be responsible for negotiating price, 42 determining quality and quantity, ordering the material, installing and paying for the 43 material itself.” The Contractor shall submit DBE Joint Check Request Form to the 44 Engineer and be in receipt of written approval prior to using a joint check. 45 46 Material costs paid by the Contractor directly to the material supplier are not 47 allowed. If proper procedures are not followed or the Engineer determines that the 48 arrangement results in lack of independence for the DBE involved, no DBE credit 49 will be given for the DBE’s participation as it relates to the material cost. 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-52 PROJECT #REN-47 1 Prompt Payment 2 Prompt payment to all subcontractors shall be in accordance with Section 1-08.1. 3 Prompt payment requirements apply to progress payments as well as return of 4 retainage. 5 6 Subcontracts 7 Prior to a DBE performing Work on the Contract, an executed subcontract between 8 the DBE and the Contractor shall be submitted to the Engineer. The executed 9 subcontracts shall be submitted by email to the following email address 10 NWRegionOEO@wsdot.wa.gov 11 The prime contractor shall notify the Engineer in writing within five calendar days 12 of contract submittal. 13 14 Reporting 15 The Contractor and all subcontractors/suppliers/service providers that utilize DBEs 16 to perform work on the project, shall maintain appropriate records that will enable 17 the Engineer to verify DBE participation throughout the life of the project. 18 19 Refer to Section 1-08.1 for additional reporting requirements associated with this 20 contract. 21 22 Changes in COA Work Committed to DBE 23 The Contractor shall utilize the COA DBEs to perform the work and supply the materials 24 for which each is committed unless prior written approval by the Engineer is received by 25 the Contractor. The Contractor shall not be entitled to any payment for work or material 26 completed by the Contractor or subcontractors that was committed to be completed by the 27 COA DBEs in the DBE Utilization Certification form. 28 29 Owner Initiated Changes 30 In instances where the Engineer makes changes that result in changes to Work 31 that was committed to a COA DBE the Contractor may be directed to substitute for 32 the Work. 33 34 Contractor Initiated Changes 35 The Contractor cannot change the scope or reduce the amount of work committed 36 to a COA DBE without good cause. Reducing DBE Commitment is viewed as 37 partial DBE termination, and therefore subject to the termination procedures below. 38 39 Original Quantity Underruns 40 In the event that Work committed to a DBE firm as part of the COA underruns the 41 original planned quantities the Contractor may be required to substitute other 42 remaining Work to another DBE. 43 44 Contractor Proposed DBE Substitutions 45 Requests to substitute a COA DBE must be for good cause (see DBE termination 46 process below), and requires prior written approval of the Engineer. After receiving 47 a termination with good cause approval, the Contractor may only replace a DBE 48 with another certified DBE. When any changes between Contract Award and 49 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-53 PROJECT #REN-47 Execution result in a substitution of COA DBE, the substitute DBE shall be certified 1 prior to the bid opening on the Contract. 2 3 DBE Termination 4 Termination of a COA DBE (or an approved substitute DBE) is only allowed in 5 whole or in part for good cause and with prior written approval of the Engineer. If 6 the Contractor terminates a COA DBE without the prior written approval of the 7 Engineer, the Contractor shall not be entitled to payment for work or material 8 committed to, but not performed/supplied by the COA DBE. In addition, sanctions 9 may apply as described elsewhere in this specification. 10 11 Prior to requesting approval to terminate a COA DBE, the Contractor shall give 12 notice in writing to the DBE with a copy to the Engineer of its intent to request to 13 terminate DBE Work and the reasons for doing so. The DBE shall have five (5) 14 days to respond to the Contractor’s notice. The DBE’s response shall either 15 support the termination or advise the Engineer and the Contractor of the reasons 16 it objects to the termination of its subcontract. 17 18 If the request for termination is approved, the Contractor is required to substitute 19 with another DBE to perform at least the same amount of work as the DBE that 20 was terminated (or provide documentation of GFE). A plan to replace the COA DBE 21 Commitment amount shall be submitted to the Engineer within 2 days of the 22 approval of termination. The plan to replace the Commitment shall provide the 23 same detail as that required in the DBE Utilization Certification. 24 25 The Contractor must have good cause to terminate a COA DBE. 26 27 Good cause typically includes situations where the DBE Subcontractor is unable 28 or unwilling to perform the work of its subcontract. Good cause may exist if: 29 30 • The DBE fails or refuses to execute a written contract. 31 32 • The DBE fails or refuses to perform the Work of its subcontract in a way 33 consistent with normal industry standards. 34 35 • The DBE fails or refuses to meet the Contractor’s reasonable 36 nondiscriminatory bond requirements. 37 38 • The DBE becomes bankrupt, insolvent, or exhibits credit unworthiness. 39 40 • The DBE is ineligible to work on public works projects because of 41 suspension and debarment proceedings pursuant to federal law or 42 applicable State law. 43 44 • The DBE is ineligible to receive DBE credit for the type of work involved. 45 46 • The DBE voluntarily withdraws from the project, and provides written 47 notice of its withdrawal. 48 49 • The DBE’s work is deemed unsatisfactory by the Engineer and not in 50 compliance with the Contract. 51 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-54 PROJECT #REN-47 1 • The DBE’s owner dies or becomes disabled with the result that the DBE is 2 unable to complete its Work on the Contract. 3 4 Good cause does not exist if: 5 6 • The Contractor seeks to terminate a COA DBE so that the Contractor can 7 self-perform the Work. 8 9 • The Contractor seeks to terminate a COA DBE so the Contractor can 10 substitute another DBE contractor or non-DBE contractor after Contract 11 Award. 12 13 • The failure or refusal of the COA DBE to perform its Work on the 14 subcontract results from the bad faith or discriminatory action of the 15 Contractor (e.g. the failure of the Contractor to make timely payments or 16 the unnecessary placing of obstacles in the path of the DBE’s Work). 17 18 Decertification 19 When a DBE is “decertified” from the DBE program during the course of the 20 Contract, the participation of that DBE shall continue to count as DBE participation 21 as long as the subcontract with the DBE was executed prior to the decertification 22 notice. The Contractor is obligated to substitute when a DBE does not have an 23 executed subcontract agreement at the time of decertification. 24 25 Consequences of Non-Compliance 26 Breach of Contract 27 Each contract with a Contractor (and each subcontract the Contractor signs with a 28 Subcontractor) must include the following assurance clause: 29 30 The Contractor, subrecipient, or Subcontractor shall not discriminate on the basis 31 of race, color, national origin, or sex in the performance of this contract. The 32 Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award 33 and administration of DOT-assisted contracts. Failure by the Contractor to carry 34 out these requirements is a material breach of this Contract, which may result in 35 the termination of this Contract or such other remedy as the recipient deems 36 appropriate, which may include, but is not limited to: 37 38 (1) Withholding monthly progress payments; 39 40 (2) Assessing sanctions; 41 42 (3) Liquidated damages; and/or 43 44 (4) Disqualifying the Contractor from future bidding as non-responsible. 45 46 Notice 47 If the Contractor or any Subcontractor, Consultant, Regular Dealer, or service 48 provider is deemed to be in non-compliance, the Contractor will be informed in 49 writing, by certified mail by the Engineer that sanctions will be imposed for failure 50 to meet the DBE COA Commitment and/or submit documentation of good faith 51 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-55 PROJECT #REN-47 efforts. The notice will state the specific sanctions to be imposed which may 1 include impacting a Contractor or other entity’s ability to participate in future 2 contracts. 3 4 Sanctions 5 If it is determined that the Contractor’s failure to meet all or part of the DBE COA 6 Commitment is due to the Contractor’s inadequate good faith efforts throughout the life of 7 the Contract, including failure to submit timely, required Good Faith Efforts information and 8 documentation, the Contractor may be required to pay DBE penalty equal to the amount 9 of the unmet Commitment, in addition to the sanctions outlined in Section 1-07.11(5). 10 11 Payment 12 Compensation for all costs involved with complying with the conditions of this Specification 13 and any other associated DBE requirements is included in payment for the associated 14 Contract items of Work, except otherwise provided in the Specifications. 15 16 1-07.11(2) Contractual Requirements 17 (January 24, 2024 WSDOT GSP, INST1 GR1) 18 19 Section 1-07.11(2) is supplemented with the following: 20 21 11. The Contractor shall comply with the following nondiscrimination provisions, and the 22 Contractor shall ensure the nondiscrimination provisions are included in all 23 subcontracts: 24 25 a. Nondiscrimination Requirement. During the term of this Contract, the Contractor, 26 including all subcontractors, shall not discriminate on the bases enumerated at RCW 27 49.60.530(3). In addition, the Contractor, including all subcontractors, shall give 28 written notice of this nondiscrimination requirement to any labor organizations with 29 which the Contractor, or subcontractor, has a collective bargaining or other 30 agreement. 31 32 b. Obligation to Cooperate. The Contractor, including all subcontractors, shall cooperate 33 and comply with any Washington state agency investigation regarding any allegation 34 that the Contractor, including any subcontractor, has engaged in discrimination 35 prohibited by this Contract pursuant to RCW 49.60.530(3). 36 37 c. Default. Notwithstanding any provision to the contrary, the Contracting Agency may 38 suspend the Contract in accordance with Section 1-08.6, upon notice of a failure to 39 participate and cooperate with any state agency investigation into alleged 40 discrimination prohibited by this Contract, pursuant to RCW 49.60.530(3). Any such 41 suspension will remain in place until the Contracting Agency receives notification that 42 Contractor, including any subcontractor, is cooperating with the investigating state 43 agency. In the event the Contractor, or subcontractor, is determined to have engaged 44 in discrimination identified at RCW 49.60.530(3), the Contracting Agency may 45 terminate this Contract in whole or in part in accordance with Section 1-08.10(1), and 46 in addition to the sanctions listed in Section 1-07.11(5), the Contractor, subcontractor, 47 or both, may be referred for debarment as provided in RCW 39.26.200. The 48 Contractor or subcontractor may be given a reasonable time in which to cure this 49 noncompliance, including implementing conditions consistent with any court-ordered 50 injunctive relief or settlement agreement. 51 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-56 PROJECT #REN-47 1 d. Remedies for Breach. Notwithstanding any provision to the contrary, in the event of 2 Contract termination or suspension for engaging in discrimination, the Contractor, 3 subcontractor, or both, shall be liable for contract damages as authorized by law 4 including, but not limited to, any cost difference between the original contract and the 5 replacement or cover contract and all administrative costs directly related to the 6 replacement contract, which damages are distinct from any penalties imposed under 7 Chapter 49.60, RCW. The Contracting Agency shall have the right to deduct from any 8 monies due to Contractor or subcontractor, or that thereafter become due, an amount 9 for damages Contractor or subcontractor will owe Contracting Agency for default 10 under this Provision. 11 12 13 1-07.12 Federal Agency Inspection 14 (October 3, 2023 WSDOT GSP, OPTION 1) 15 16 Section 1-07.12 is supplemented with the following: 17 18 Required Federal Aid Provisions 19 The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) 20 Revised October 23, 2023 and the amendments thereto supersede any conflicting 21 provisions of the Standard Specifications and are made a part of this Contract; provided, 22 however, that if any of the provisions of FHWA 1273, as amended, are less restrictive than 23 Washington State Law, then the Washington State Law shall prevail. 24 25 The provisions of FHWA 1273, as amended, included in this Contract require that the 26 Contractor insert the FHWA 1273 and amendments thereto in each Subcontract, together 27 with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall 28 be included in each Subcontract requiring the Subcontractors to insert the FHWA 1273 29 and amendments thereto in any lower tier Subcontracts, together with the wage rates. The 30 Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, 31 is inserted in each Subcontract for Subcontractors and lower tier Subcontractors. For this 32 purpose, upon request to the Engineer, the Contractor will be provided with extra copies 33 of the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special 34 Provision. 35 36 1-07.16 Protection and Restoration of Property 37 38 1-07.16(2) Vegetation Protection and Restoration 39 (August 2, 2010 WSDOT GSP, OPTION 1) 40 41 Section 1-07.16(2) is supplemented with the following: 42 43 Vegetation and soil protection zones for trees shall extend out from the trunk to a 44 distance of 1 foot radius for each inch of trunk diameter at breast height, except as 45 noted in the plans. 46 47 Vegetation and soil protection zones for shrubs shall extend out from the stems at 48 ground level to twice the radius of the shrub. 49 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-57 PROJECT #REN-47 Vegetation and soil protection zones for herbaceous vegetation shall extend to 1 encompass the diameter of the plant as measured from the outer edge of the plant. 2 3 1-07.17 Utilities and Similar Facilities 4 (October 3, 2022 WSDOT GSP, OPTION 2) 5 6 Section 1-07.17 is supplemented with the following: 7 8 Locations and dimensions shown in the Plans for existing facilities are in accordance with 9 available information obtained without uncovering, measuring, or other verification. 10 11 Public and private utilities, or their Contractors, will furnish all work necessary to adjust, 12 relocate, replace, or construct their facilities unless otherwise provided for in the Plans or 13 these Special Provisions. Such adjustment, relocation, replacement, or construction will be 14 done during the prosecution of the work for this project. It is anticipated that utility adjustment, 15 relocation, replacement, or construction within the project limits will be completed as follows: 16 17 Relocation of PSE power poles on the north side of South 7th Street to the north right-of-18 way line, completed by PSE 19 20 The Contractor shall attend a mandatory utility preconstruction meeting with the Engineer, all 21 affected subcontractors, and all utility owners and their Contractors prior to beginning onsite 22 work. 23 24 The following addresses and telephone numbers of utility companies or their Contractors that 25 will be adjusting, relocating, replacing or constructing utilities within the project limits are 26 supplied for the Contractor's use: 27 28 Puget Sound Energy (power) Contact: Dustin Weller (206) 379-4347 Dustin.Weller@pse.com Puget Sound Energy (gas) Contact: Dustin Weller (206) 379-4347 Dustin.Weller@pse.com Comcast Contact: Todd Zimny Todd_Zimny@comcast.com Lumen (Local) Contact: Kaleb Hernandez Kaleb.ConkleHernandez@lumen.com Lumen (National) Contact: Glen Williams (503) 650-6041 x216 Glen_Williams@kbmail.net City of Renton - Surface Water Contact: Joe Farah (425) 430-7293 JFarah@Rentonwa.gov City of Renton - Water Contact: Abdoul Gafour (425) 430-7210 AGafour@Rentonwa.gov City of Renton - Sewer Joe Stowell (425) 430-7212 JStowell@Rentonwa.gov CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-58 PROJECT #REN-47 Minor secondary or unexpected relocations or adjustments by the franchise utilities or by 1 Others, shall be performed concurrent with the Contractor’s activities. 2 3 The Contractor is responsible for coordination of this Work by Others and integration of 4 the timelines into the progress schedule and sequencing. 5 6 All costs associated with activity-specific scheduling and sequencing shall be included in 7 the lump sum Contract price for ‘Franchise Utility Coordination’ as described in Section 8-8 35. 9 10 1-07.18 Public Liability and Property Damage Insurance 11 Delete this section in its entirety, and replace it with the following: 12 13 1-07.18 Insurance 14 (January 4, 2024 APWA GSP) 15 16 1-07.18(1) General Requirements 17 A. The Contractor shall procure and maintain the insurance described in all subsections 18 of section 1-07.18 of these Special Provisions, from insurers with a current A. M. 19 Best rating of not less than A-: VII and licensed to do business in the State of 20 Washington. The Contracting Agency reserves the right to approve or reject the 21 insurance provided, based on the insurer’s financial condition. 22 23 B. The Contractor shall keep this insurance in force without interruption from the 24 commencement of the Contractor’s Work through the term of the Contract and for 25 thirty (30) days after the Physical Completion date, unless otherwise indicated below. 26 27 C. If any insurance policy is written on a claims-made form, its retroactive date, and that 28 of all subsequent renewals, shall be no later than the effective date of this Contract. 29 The policy shall state that coverage is claims made and state the retroactive date. 30 Claims-made form coverage shall be maintained by the Contractor for a minimum of 31 36 months following the Completion Date or earlier termination of this Contract, and 32 the Contractor shall annually provide the Contracting Agency with proof of renewal. 33 If renewal of the claims made form of coverage becomes unavailable, or 34 economically prohibitive, the Contractor shall purchase an extended reporting period 35 (“tail”) or execute another form of guarantee acceptable to the Contracting Agency 36 to assure financial responsibility for liability for services performed. 37 38 D. The Contractor’s Automobile Liability, Commercial General Liability and Excess or 39 Umbrella Liability insurance policies shall be primary and non-contributory insurance 40 as respects the Contracting Agency’s insurance, self-insurance, or self-insured pool 41 coverage. Any insurance, self-insurance, or self-insured pool coverage maintained 42 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-59 PROJECT #REN-47 by the Contracting Agency shall be excess of the Contractor’s insurance and shall 1 not contribute with it. 2 3 E. The Contractor shall provide the Contracting Agency and all additional insureds with 4 written notice of any policy cancellation, within two business days of their receipt of 5 such notice. 6 7 F. The Contractor shall not begin work under the Contract until the required insurance 8 has been obtained and approved by the Contracting Agency 9 10 G. Failure on the part of the Contractor to maintain the insurance as required shall 11 constitute a material breach of contract, upon which the Contracting Agency may, 12 after giving five business days’ notice to the Contractor to correct the breach, 13 immediately terminate the Contract or, at its discretion, procure or renew such 14 insurance and pay any and all premiums in connection therewith, with any sums so 15 expended to be repaid to the Contracting Agency on demand, or at the sole 16 discretion of the Contracting Agency, offset against funds due the Contractor from 17 the Contracting Agency. 18 19 H. All costs for insurance shall be incidental to and included in the unit or lump sum 20 prices of the Contract and no additional payment will be made. 21 22 I. Under no circumstances shall a wrap up policy be obtained, for either initiating or 23 maintaining coverage, to satisfy insurance requirements for any policy required 24 under this Section. A “wrap up policy” is defined as an insurance agreement or 25 arrangement under which all the parties working on a specified or designated project 26 are insured under one policy for liability arising out of that specified or designated 27 project. 28 29 1-07.18(2) Additional Insured 30 All insurance policies, with the exception of Workers Compensation, and of Professional 31 Liability and Builder’s Risk (if required by this Contract) shall name the following listed 32 entities as additional insured(s) using the forms or endorsements required herein: 33  the Contracting Agency and its officers, elected officials, employees, agents, 34 and volunteers 35  The Consultant that completed the preparation of the engineering design and 36 project plans, and its officers, employees, agents, and subconsultants. 37  Consultants hired by the Contracting Agency for design, construction support, 38 or materials testing. 39 40 The above-listed entities shall be additional insured(s) for the full available limits of liability 41 maintained by the Contractor, irrespective of whether such limits maintained by the 42 Contractor are greater than those required by this Contract, and irrespective of whether 43 the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4) describes 44 limits lower than those maintained by the Contractor. 45 46 For Commercial General Liability insurance coverage, the required additional insured 47 endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing 48 operations and CG 20 37 10 01 for completed operations. 49 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-60 PROJECT #REN-47 1-07.18(3) Subcontractors 1 The Contractor shall cause each subcontractor of every tier to provide insurance coverage 2 that complies with all applicable requirements of the Contractor-provided insurance as set 3 forth herein, except the Contractor shall have sole responsibility for determining the limits 4 of coverage required to be obtained by subcontractors. 5 6 The Contractor shall ensure that all subcontractors of every tier add all entities listed in 7 1-07.18(2) as additional insureds, and provide proof of such on the policies as required by 8 that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO CG 9 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. 10 11 Upon request by the Contracting Agency, the Contractor shall forward to the Contracting 12 Agency evidence of insurance and copies of the additional insured endorsements of each 13 subcontractor of every tier as required in 1-07.18(4) Verification of Coverage. 14 15 1-07.18(4) Verification of Coverage 16 The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and 17 endorsements for each policy of insurance meeting the requirements set forth herein when 18 the Contractor delivers the signed Contract for the work. Failure of Contracting Agency to 19 demand such verification of coverage with these insurance requirements or failure of 20 Contracting Agency to identify a deficiency from the insurance documentation provided 21 shall not be construed as a waiver of Contractor’s obligation to maintain such insurance. 22 23 Verification of coverage shall include: 24 1. An ACORD certificate or a form determined by the Contracting Agency to be 25 equivalent. 26 2. Copies of all endorsements naming Contracting Agency and all other entities listed 27 in 1-07.18(2) as additional insured(s), showing the policy number. The Contractor 28 may submit a copy of any blanket additional insured clause from its policies instead 29 of a separate endorsement. 30 3. Any other amendatory endorsements to show the coverage required herein. 31 4. A notation of coverage enhancements on the Certificate of Insurance shall not 32 satisfy these requirements – actual endorsements must be submitted. 33 34 Upon request by the Contracting Agency, the Contractor shall forward to the Contracting 35 Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is 36 required on this Project, a full and certified copy of that policy is required when the 37 Contractor delivers the signed Contract for the work. 38 39 1-07.18(5) Coverages and Limits 40 The insurance shall provide the minimum coverages and limits set forth below. 41 Contractor’s maintenance of insurance, its scope of coverage, and limits as required 42 herein shall not be construed to limit the liability of the Contractor to the coverage provided 43 by such insurance, or otherwise limit the Contracting Agency’s recourse to any remedy 44 available at law or in equity. 45 46 All deductibles and self-insured retentions must be disclosed and are subject to approval 47 by the Contracting Agency. The cost of any claim payments falling within the deductible 48 or self-insured retention shall be the responsibility of the Contractor. In the event an 49 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-61 PROJECT #REN-47 additional insured incurs a liability subject to any policy’s deductibles or self-insured 1 retention, said deductibles or self-insured retention shall be the responsibility of the 2 Contractor. 3 4 1-07.18(5)A Commercial General Liability 5 Commercial General Liability insurance shall be written on coverage forms at least as 6 broad as ISO occurrence form CG 00 01, including but not limited to liability arising from 7 premises, operations, stop gap liability, independent contractors, products-completed 8 operations, personal and advertising injury, and liability assumed under an insured 9 contract. There shall be no exclusion for liability arising from explosion, collapse, or 10 underground property damage. 11 12 The Commercial General Liability insurance shall be endorsed to provide a per project 13 general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement. 14 15 Contractor shall maintain Commercial General Liability Insurance arising out of the 16 Contractor’s completed operations for at least three years following Substantial 17 Completion of the Work. 18 19 Such policy must provide the following minimum limits: 20 $2,000,000 Each Occurrence 21 $3,000,000 General Aggregate 22 $3,000,000 Products & Completed Operations Aggregate 23 $2,000,000 Personal & Advertising Injury each offence 24 $2,000,000 Stop Gap / Employers’ Liability each accident 25 26 1-07.18(5)B Automobile Liability 27 Automobile Liability shall cover owned, non-owned, hired, and leased vehicles; and shall 28 be written on a coverage form at least as broad as ISO form CA 00 01. If the work involves 29 the transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99 30 48 endorsements. 31 32 Such policy must provide the following minimum limit: 33 $1,000,000 Combined single limit each accident 34 35 1-07.18(5)C Workers’ Compensation 36 The Contractor shall comply with Workers’ Compensation coverage as required by the 37 Industrial Insurance laws of the State of Washington. 38 39 1-07.23 Public Convenience and Safety 40 41 1-07.23(1) Construction Under Traffic 42 43 (May 2, 2017 APWA GSP) 44 45 Revise the third sentence of the second paragraph to read: 46 Accessibility to existing or temporary pedestrian push buttons shall not be 47 impaired; if approved by the Contracting Agency activating pedestrian recall 48 timing or other accommodation may be allowed during construction. 49 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-62 PROJECT #REN-47 1 2 1-07.24 Rights of Way 3 (July 23, 2015 APWA GSP) 4 5 Delete this section and replace it with the following: 6 7 Street Right of Way lines, limits of easements, and limits of construction permits are 8 indicated in the Plans. The Contractor’s construction activities shall be confined within 9 these limits, unless arrangements for use of private property are made. 10 11 Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of 12 way and easements, both permanent and temporary, necessary for carrying out the work. 13 Exceptions to this are noted in the Bid Documents or will be brought to the Contractor’s 14 attention by a duly issued Addendum. 15 16 Whenever any of the work is accomplished on or through property other than public Right 17 of Way, the Contractor shall meet and fulfill all covenants and stipulations of any easement 18 agreement obtained by the Contracting Agency from the owner of the private property. 19 Copies of the easement agreements may be included in the Contract Provisions or made 20 available to the Contractor as soon as practical after they have been obtained by the 21 Engineer. 22 23 Whenever easements or rights of entry have not been acquired prior to advertising, these 24 areas are so noted in the Plans. The Contractor shall not proceed with any portion of the 25 work in areas where right of way, easements or rights of entry have not been acquired 26 until the Engineer certifies to the Contractor that the right of way or easement is available 27 or that the right of entry has been received. If the Contractor is delayed due to acts of 28 omission on the part of the Contracting Agency in obtaining easements, rights of entry or 29 right of way, the Contractor will be entitled to an extension of time. The Contractor agrees 30 that such delay shall not be a breach of contract. 31 32 Each property owner shall be given 48 hours notice prior to entry by the Contractor. This 33 includes entry onto easements and private property where private improvements must be 34 adjusted. 35 36 The Contractor shall be responsible for providing, without expense or liability to the 37 Contracting Agency, any additional land and access thereto that the Contractor may desire 38 for temporary construction facilities, storage of materials, or other Contractor needs. 39 However, before using any private property, whether adjoining the work or not, the 40 Contractor shall file with the Engineer a written permission of the private property owner, 41 and, upon vacating the premises, a written release from the property owner of each 42 property disturbed or otherwise interfered with by reasons of construction pursued under 43 this contract. The statement shall be signed by the private property owner, or proper 44 authority acting for the owner of the private property affected, stating that permission has 45 been granted to use the property and all necessary permits have been obtained or, in the 46 case of a release, that the restoration of the property has been satisfactorily accomplished. 47 The statement shall include the parcel number, address, and date of signature. Written 48 releases must be filed with the Engineer before the Completion Date will be established. 49 50 1-08 PROSECUTION AND PROGRESS 51 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-63 PROJECT #REN-47 1 Add the following new section: 2 1-08.0 Preliminary Matters 3 (May 25, 2006 APWA GSP) 4 5 1-08.0(1) Preconstruction Conference 6 (October 10, 2008 APWA GSP) 7 8 Prior to the Contractor beginning the work, a preconstruction conference will be 9 held between the Contractor, the Engineer, and such other interested parties as 10 may be invited. The purpose of the preconstruction conference will be: 11 1. To review the initial progress schedule; 12 2. To establish a working understanding among the various parties 13 associated or affected by the work; 14 3. To establish and review procedures for progress payment, notifications, 15 approvals, submittals, etc.; 16 4. To establish normal working hours for the work; 17 5. To review safety standards and traffic control; and 18 6. To discuss such other related items as may be pertinent to the work. 19 20 The Contractor shall prepare and submit at the preconstruction meeting the 21 following: 22 1. A breakdown of all lump sum items; 23 2. A preliminary schedule of working drawing submittals; and 24 3. A list of material sources for approval if applicable. 25 26 1-08.0(2) Hours of Work 27 (December 8, 2014 APWA GSP) 28 29 Add the following new section: 30 31 Except in the case of emergency or unless otherwise approved by the Engineer, 32 the normal working hours for the Contract shall be any consecutive 8-hour period 33 between 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch 34 break. If the Contractor desires different than the normal working hours stated 35 above, the request must be submitted in writing prior to the preconstruction 36 conference, subject to the provisions below. The working hours for the Contract 37 shall be established at or prior to the preconstruction conference. 38 39 All working hours and days are also subject to local permit and ordinance 40 conditions (such as noise ordinances). 41 42 If the Contractor wishes to deviate from the established working hours, the 43 Contractor shall submit a written request to the Engineer for consideration. This 44 request shall state what hours are being requested, and why. Requests shall be 45 submitted for review no later than 12 o’clock noon on the working day prior to the 46 day(s) the Contractor is requesting to change the hours. 47 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-64 PROJECT #REN-47 1 If the Contracting Agency approves such a deviation, such approval may be 2 subject to certain other conditions, which will be detailed in writing. For example: 3 1. On non-Federal aid projects, requiring the Contractor to reimburse the 4 Contracting Agency for the costs in excess of straight-time costs for 5 Contracting Agency representatives who worked during such times. (The 6 Engineer may require designated representatives to be present during the 7 work. Representatives who may be deemed necessary by the Engineer 8 include, but are not limited to: survey crews; personnel from the Contracting 9 Agency’s material testing lab; inspectors; and other Contracting Agency 10 employees or third party consultants when, in the opinion of the Engineer, 11 such work necessitates their presence.) 12 2. Considering the work performed on Saturdays, Sundays, and holidays as 13 working days with regard to the contract time. 14 3. Considering multiple work shifts as multiple working days with respect to 15 contract time even though the multiple shifts occur in a single 24-hour 16 period. 17 4. If a 4-10 work schedule is requested and approved the non-working day for 18 the week will be charged as a working day. 19 5. If Davis Bacon wage rates apply to this Contract, all requirements must be 20 met and recorded properly on certified payroll. 21 22 1-08.1 Subcontracting 23 (December 30, 2022 APWA GSP, OPTION A) 24 25 Section 1-08.1 is supplemented with the following: 26 27 Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall 28 submit to the Engineer a certification (WSDOT Form 420-004) that a written agreement 29 between the Contractor and the subcontractor or between the subcontractor and any lower 30 tier subcontractor has been executed. This certification shall also guarantee that these 31 subcontract agreements include all the documents required by the Special Provision 32 Federal Agency Inspection. 33 34 A Subcontractor or lower tier subcontractor will not be permitted to perform any work under 35 the contract until the following documents have been completed and submitted to the 36 Engineer: 37 1. Request to Sublet Work (Form 421-012), and 38 39 2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for 40 Federal-aid Projects (Form 420-004). 41 42 The Contractor shall submit to the Engineer a completed Monthly Retainage Report 43 (WSDOT Form 272-065) within 15 calendar days after receipt of every monthly progress 44 payment until every subcontractor and lower tier subcontractor’s retainage has been 45 released. 46 47 The Contractor’s records pertaining to the requirements of this Special Provision shall be 48 open to inspection or audit by representatives of the Contracting Agency during the life of 49 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-65 PROJECT #REN-47 the contract and for a period of not less than three years after the date of acceptance of 1 the contract. The Contractor shall retain these records for that period. The Contractor shall 2 also guarantee that these records of all subcontractors and lower tier subcontractors shall 3 be available and open to similar inspection or audit for the same time period. 4 5 1-08.1(7) Payments to Subcontractors and Lower-Tier Subcontractors 6 7 Subcontractor Retainage 8 9 The first sentence in the last paragraph of Section 1-08.1(7)C is revised to read: 10 11 (February 13, 2024 WSDOT GSP, OPTION 1) 12 If the Contractor fails to comply with the requirements of this Section and the first-tier 13 subcontractor’s retainage or retainage bond is wrongfully withheld, the Contractor will be 14 subject to the actions described in Section 1-08.1(10). 15 16 17 1-08.1(9) Required Subcontract Clauses 18 19 Clauses Required in Subcontracts of All Tiers 20 21 The second paragraph of Section 1-08.1(9)B is supplemented with the following: 22 23 (January 24, 2024 WSDOT GSP, OPTION 1) 24 16. 1-07.11 Requirements for Nondiscrimination – Item 11 from Section 1-3 07.11(2). 25 26 27 1-08.3 Progress Schedule 28 29 1-08.3(2)B Type B Progress Schedule 30 (January 4, 2024 APWA GSP) 31 32 Revise the first paragraph to read: 33 34 The Contractor shall submit a preliminary Type B Progress Schedule at or prior to 35 the preconstruction conference. The preliminary Type B Progress Schedule shall 36 comply with all of these requirements and the requirements of Section 1-08.3(2), 37 except that it may be limited to only those activities occurring within the first 60-38 working days of the project. 39 40 Revise the first sentence of the second paragraph to read: 41 42 The Contractor shall submit 2 copies of a Type B Progress Schedule depicting 43 the entire project no later than 21-calendar days after the preconstruction 44 conference. 45 46 (*****) 47 48 Add the following new section: 49 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-66 PROJECT #REN-47 1-08.3(2)C Pre-Activity Meeting 1 The Contractor shall request a pre-activity meeting with the Engineer to be held 5 working 2 days before any work can start on major definable features of work. This includes 3 excavation for roadway or structures, cement concrete pavement, HMA paving, concrete 4 structures, reinforced conc walls, structural earth walls, storm sewer, water main, and 5 sanitary sewer. Pre-activity meetings for joint utility trench work shall be per franchise 6 utility coordination 8-35.3(9). Those attending the pre-activity meeting shall include: 7 1. The Contractor and Subcontractor in charge of the work. 8 2. Engineer (or representative) and Project Inspectors for the work. 9 3. Franchise Utility representative when work requires. 10 The purpose of the pre-activity meeting will be: 11 1. To establish a working understanding among the various parties associated or 12 affected by the work; 13 2. To establish and review procedures for progress payment, notifications, 14 approvals, submittals, etc. 15 3. To review Submittals for all materials related per task. These submittals shall be 16 submitted and approved or agreed upon by all meeting attendees to be 17 approved, prior to start of work. 18 4. To review traffic control. 19 5. To coordinate and discuss issues between franchise utilities. 20 21 1-08.4 Prosecution of Work 22 Delete this section and replace it with the following: 23 24 1-08.4 Notice to Proceed and Prosecution of Work 25 (July 23, 2015 APWA GSP) 26 27 Notice to Proceed will be given after the contract has been executed and the contract bond 28 and evidence of insurance have been approved and filed by the Contracting Agency. The 29 Contractor shall not commence with the work until the Notice to Proceed has been given 30 by the Engineer. The Contractor shall commence construction activities on the project site 31 within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The 32 Contractor shall diligently pursue the work to the physical completion date within the time 33 specified in the contract. Voluntary shutdown or slowing of operations by the Contractor 34 shall not relieve the Contractor of the responsibility to complete the work within the time(s) 35 specified in the contract. 36 37 When shown in the Plans, the first order of work shall be the installation of high visibility 38 fencing to delineate all areas for protection or restoration, as described in the Contract. 39 Installation of high visibility fencing adjacent to the roadway shall occur after the placement 40 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-67 PROJECT #REN-47 of all necessary signs and traffic control devices in accordance with 1-10.1(2). Upon 1 construction of the fencing, the Contractor shall request the Engineer to inspect the fence. 2 No other work shall be performed on the site until the Contracting Agency has accepted 3 the installation of high visibility fencing, as described in the Contract. 4 5 1-08.5 Time for Completion 6 7 Section 1-08.5 is supplemented with the following: 8 9 (March 13, 1995 WSDOT GSP, OPTION 7) 10 This project shall be physically completed within 60 working days. 11 12 (December 30, 2022 APWA GSP, OPTION A) 13 14 Revise the third and fourth paragraphs to read: 15 16 Contract time shall begin on the first working day following the Notice to Proceed Date. 17 18 Each working day shall be charged to the contract as it occurs, until the contract work is 19 physically complete. If substantial completion has been granted and all the authorized 20 working days have been used, charging of working days will cease. Each week the 21 Engineer will provide the Contractor a statement that shows the number of working days: 22 (1) charged to the contract the week before; (2) specified for the physical completion of 23 the contract; and (3) remaining for the physical completion of the contract. The statement 24 will also show the nonworking days and any partial or whole day the Engineer declares as 25 unworkable. The statement will be identified as a Written Determination by the Engineer. 26 If the Contractor does not agree with the Written Determination of working days, the 27 Contractor shall pursue the protest procedures in accordance with Section 1-04.5. By 28 failing to follow the procedures of Section 1-04.5, the Contractor shall be deemed as 29 having accepted the statement as correct. If the Contractor is approved to work 10 hours 30 a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 31 shift is worked would ordinarily be charged as a working day then the fifth day of that week 32 will be charged as a working day whether or not the Contractor works on that day. 33 34 Revise the sixth paragraph to read: 35 36 The Engineer will give the Contractor written notice of the completion date of the contract 37 after all the Contractor’s obligations under the contract have been performed by the 38 Contractor. The following events must occur before the Completion Date can be 39 established: 40 1. The physical work on the project must be complete; and 41 2. The Contractor must furnish all documentation required by the contract and 42 required by law, to allow the Contracting Agency to process final acceptance of the 43 contract. The following documents must be received by the Project Engineer prior 44 to establishing a completion date: 45 a. Certified Payrolls (per Section 1-07.9(5)). 46 b. Material Acceptance Certification Documents 47 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-68 PROJECT #REN-47 c. Monthly Reports of Amounts Credited as DBE Participation, as required by 1 the Contract Provisions. 2 d. Final Contract Voucher Certification 3 e. Copies of the approved “Affidavit of Prevailing Wages Paid” for the 4 Contractor and all Subcontractors 5 f. A copy of the Notice of Termination sent to the Washington State 6 Department of Ecology (Ecology); the elapse of 30 calendar days from 7 the date of receipt of the Notice of Termination by Ecology; and no 8 rejection of the Notice of Termination by Ecology. This requirement will 9 not apply if the Construction Stormwater General Permit is transferred 10 back to the Contracting Agency in accordance with Section 8-01.3(16). 11 g. Property owner releases per Section 1-07.24 12 13 1-08.6 Suspension of Work 14 (February 6, 2023 WSDOT GSP, OPTION 2) 15 16 Section 1-08.6 is supplemented with the following: 17 18 Contract time may be suspended for procurement of critical materials (Procurement 19 Suspension). In order to receive a Procurement Suspension, the Contractor shall within 20 21 calendar days after execution by the Contracting Agency, place purchase orders for all 21 materials deemed critical by the Contracting Agency for physical completion of the 22 contract. The Contractor shall provide copies of purchase orders for the critical materials. 23 Such purchase orders shall disclose the purchase order date and estimated delivery dates 24 for such critical material. 25 26 The Contractor shall show procurement of the materials listed below as activities in the 27 Progress Schedule. If the approved Progress Schedule indicates the materials 28 procurement are critical activities, and if the Contractor has provided documentation that 29 purchase orders are placed for the critical materials within the prescribed 21 calendar 30 days, then contract time shall be suspended upon physical completion of all critical work 31 except that work dependent upon the listed critical materials: 32 33 *** Illumination poles *** 34 35 Charging of contract time will resume upon delivery of the critical materials to the 36 Contractor or 90 calendar days after execution by the Contracting Agency, whichever 37 occurs first. 38 39 1-08.9 Liquidated Damages 40 (March 3, 2021 APWA GSP, OPTION A) 41 42 Replace Section 1-08.9 with the following: 43 44 Time is of the essence of the Contract. Delays inconvenience the traveling public, obstruct 45 traffic, interfere with and delay commerce, and increase risk to Highway users. Delays 46 also cost tax payers undue sums of money, adding time needed for administration, 47 engineering, inspection, and supervision. 48 49 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-69 PROJECT #REN-47 Accordingly, the Contractor agrees: 1 1. To pay liquidated damages in the amount of $$$ $2,950 per day $$$ for 2 each working day beyond the number of working days established for 3 Physical Completion, and 4 5 2. To authorize the Engineer to deduct these liquidated damages from any 6 money due or coming due to the Contractor. 7 8 When the Contract Work has progressed to Substantial Completion as defined in the 9 Contract, the Engineer may determine the Contract Work is Substantially Complete. The 10 Engineer will notify the Contractor in writing of the Substantial Completion Date. For 11 overruns in Contract time occurring after the date so established, liquidated damages 12 identified above will not apply. For overruns in Contract time occurring after the Substantial 13 Completion Date, liquidated damages shall be assessed on the basis of direct engineering 14 and related costs assignable to the project until the actual Physical Completion Date of all 15 the Contract Work. The Contractor shall complete the remaining Work as promptly as 16 possible. Upon request by the Project Engineer, the Contractor shall furnish a written 17 schedule for completing the physical Work on the Contract. 18 19 Liquidated damages will not be assessed for any days for which an extension of time is 20 granted. No deduction or payment of liquidated damages will, in any degree, release the 21 Contractor from further obligations and liabilities to complete the entire Contract. 22 23 1-09 MEASUREMENT AND PAYMENT 24 25 1-09.2(1) General Requirements for Weighing Equipment 26 (January 4, 2024 APWA GSP, OPTION B) 27 28 Revise item 4 of the fifth paragraph to read: 29 30 4. Test results and scale weight records for each day’s hauling operations are 31 provided to the Engineer daily. Reporting shall utilize WSDOT form 422-027A, 32 Scaleman’s Daily Report, unless the printed ticket contains the same 33 information that is on the Scaleman’s Daily Report Form. The scale operator 34 must provide AM and/or PM tare weights for each truck on the printed ticket. 35 36 1-09.2(5) Measurement 37 (December 30, 2022 APWA GSP) 38 39 Revise the first paragraph to read: 40 41 Scale Verification Checks – At the Engineer’s discretion, the Engineer may perform 42 verification checks on the accuracy of each batch, hopper, or platform scale used in 43 weighing contract items of Work. 44 45 1-09.6 Force Account 46 (December 30, 2022 APWA GSP) 47 48 Supplement this section with the following: 49 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-70 PROJECT #REN-47 The Contracting Agency has estimated and included in the Proposal, dollar amounts for 1 all items to be paid per force account, only to provide a common proposal for Bidders. All 2 such dollar amounts are to become a part of Contractor's total bid. However, the 3 Contracting Agency does not warrant expressly or by implication, that the actual amount 4 of work will correspond with those estimates. Payment will be made on the basis of the 5 amount of work actually authorized by the Engineer. 6 7 8 1-09.8 Payment for Material on Hand 9 (August 3, 2009 WSDOT GSP, OPTION 1) 10 11 The last paragraph of Section 1-09.8 is revised to read: 12 13 The Contracting Agency will not pay for material on hand when the invoice cost is less 14 than $2,000. As materials are used in the work, credits equaling the partial payments 15 for them will be taken on future estimates. Each month, no later than the estimate due 16 date, the Contractor shall submit a letter to the Engineer that clearly states: 1) the 17 amount originally paid on the invoice (or other record of production cost) for the items 18 on hand, 2) the dollar amount of the material incorporated into each of the various 19 work items for the month, and 3) the amount that should be retained in material on 20 hand items. If work is performed on the items and the Contractor does not submit a 21 letter, all of the previous material on hand payment will be deducted on the estimate. 22 Partial payment for materials on hand shall not constitute acceptance. Any material 23 will be rejected if found to be faulty even if partial payment for it has been made. 24 25 1-09.9 Payments 26 (December 30, 2022 APWA GSP) 27 28 Section 1-09.9 is revised to read: 29 30 The basis of payment will be the actual quantities of Work performed according to the 31 Contract and as specified for payment. 32 33 The Contractor shall submit a breakdown of the cost of lump sum bid items at the 34 Preconstruction Conference, to enable the Project Engineer to determine the Work 35 performed on a monthly basis. A breakdown is not required for lump sum items that 36 include a basis for incremental payments as part of the respective Specification. Absent 37 a lump sum breakdown, the Project Engineer will make a determination based on 38 information available. The Project Engineer’s determination of the cost of work shall be 39 final. 40 41 Progress payments for completed work and material on hand will be based upon 42 progress estimates prepared by the Engineer. A progress estimate cutoff date will be 43 established at the preconstruction conference. 44 45 The initial progress estimate will be made not later than 30 days after the Contractor 46 commences the work, and successive progress estimates will be made every month 47 thereafter until the Completion Date. Progress estimates made during progress of the 48 work are tentative, and made only for the purpose of determining progress payments. 49 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-71 PROJECT #REN-47 The progress estimates are subject to change at any time prior to the calculation of the 1 final payment. 2 3 The value of the progress estimate will be the sum of the following: 4 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of 5 work completed multiplied by the unit price. 6 2. Lump Sum Items in the Bid Form — based on the approved Contractor’s lump sum 7 breakdown for that item, or absent such a breakdown, based on the Engineer’s 8 determination. 9 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site 10 or other storage area approved by the Engineer. 11 4. Change Orders — entitlement for approved extra cost or completed extra work as 12 determined by the Engineer. 13 14 Progress payments will be made in accordance with the progress estimate less: 15 1. Retainage per Section 1-09.9(1), on non FHWA-funded projects; 16 2. The amount of progress payments previously made; and 17 3. Funds withheld by the Contracting Agency for disbursement in accordance with the 18 Contract Documents. 19 20 Progress payments for work performed shall not be evidence of acceptable performance 21 or an admission by the Contracting Agency that any work has been satisfactorily 22 completed. The determination of payments under the contract will be final in accordance 23 with Section 1-05.1. 24 25 Failure to perform obligations under the Contract by the Contractor may be decreed by 26 the Contracting Agency to be adequate reason for withholding any payments until 27 compliance is achieved. 28 29 Upon completion of all Work and after final inspection (Section 1-05.11), the amount due 30 the Contractor under the Contract will be paid based upon the final estimate made by the 31 Engineer and presentation of a Final Contract Voucher Certification to be signed by the 32 Contractor. The Contractor's signature on such voucher shall be deemed a release of all 33 claims of the Contractor unless a Certified Claim is filed in accordance with the 34 requirements of Section 1-09.11 and is expressly excepted from the Contractor’s 35 certification on the Final Contract Voucher Certification. The date the Contracting Agency 36 signs the Final Contract Voucher Certification constitutes the final acceptance date 37 (Section 1-05.12). 38 39 If the Contractor fails, refuses, or is unable to sign and return the Final Contract Voucher 40 Certification or any other documentation required for completion and final acceptance of 41 the Contract, the Contracting Agency reserves the right to establish a Completion Date 42 (for the purpose of meeting the requirements of RCW 60.28) and unilaterally accept the 43 Contract. Unilateral final acceptance will occur only after the Contractor has been provided 44 the opportunity, by written request from the Engineer, to voluntarily submit such 45 documents. If voluntary compliance is not achieved, formal notification of the impending 46 establishment of a Completion Date and unilateral final acceptance will be provided by 47 email with delivery confirmation from the Contracting Agency to the Contractor, which will 48 provide 30 calendar days for the Contractor to submit the necessary documents. The 30 49 calendar day period will begin on the date the email with delivery confirmation is received 50 by the Contractor. The date the Contracting Agency unilaterally signs the Final Contract 51 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-72 PROJECT #REN-47 Voucher Certification shall constitute the Completion Date and the final acceptance date 1 (Section 1-05.12). The reservation by the Contracting Agency to unilaterally accept the 2 Contract will apply to Contracts that are Physically Completed in accordance with Section 3 1-08.5, or for Contracts that are terminated in accordance with Section 1-08.10. Unilateral 4 final acceptance of the Contract by the Contracting Agency does not in any way relieve 5 the Contractor of their responsibility to comply with all Federal, State, tribal, or local laws, 6 ordinances, and regulations that affect the Work under the Contract. 7 8 Payment to the Contractor of partial estimates, final estimates, and retained percentages 9 shall be subject to controlling laws. 10 11 1-09.9(1) Retainage 12 (June 27, 2011 WSDOT GSP, OPTION 1) 13 14 Section 1-09.9(1) content and title is deleted and replaced with the following: 15 16 Vacant 17 18 1-09.11 Disputes and Claims 19 20 1-09.11(3) Time Limitation and Jurisdiction 21 (December 30, 2022 APWA GSP) 22 23 Revise this section to read: 24 25 For the convenience of the parties to the Contract it is mutually agreed by the 26 parties that all claims or causes of action which the Contractor has against the 27 Contracting Agency arising from the Contract shall be brought within 180 calendar 28 days from the date of final acceptance (Section 1-05.12) of the Contract by the 29 Contracting Agency; and it is further agreed that all such claims or causes of action 30 shall be brought only in the Superior Court of the county where the Contracting 31 Agency headquarters is located, provided that where an action is asserted against 32 a county, RCW 36.01.050 shall control venue and jurisdiction. The parties 33 understand and agree that the Contractor’s failure to bring suit within the time 34 period provided, shall be a complete bar to all such claims or causes of action. It 35 is further mutually agreed by the parties that when claims or causes of action which 36 the Contractor asserts against the Contracting Agency arising from the Contract 37 are filed with the Contracting Agency or initiated in court, the Contractor shall 38 permit the Contracting Agency to have timely access to all records deemed 39 necessary by the Contracting Agency to assist in evaluating the claims or action. 40 41 1-09.13 Claim Resolution 42 43 1-09.13(3)A Arbitration General 44 (January 19, 2022 APWA GSP) 45 46 Revise the third paragraph to read: 47 48 The Contracting Agency and the Contractor mutually agree to be bound by the 49 decision of the arbitrator, and judgment upon the award rendered by the arbitrator 50 may be entered in the Superior Court of the county in which the Contracting 51 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-73 PROJECT #REN-47 Agency’s headquarters is located, provided that where claims subject to arbitration 1 are asserted against a county, RCW 36.01.050 shall control venue and jurisdiction 2 of the Superior Court. The decision of the arbitrator and the specific basis for the 3 decision shall be in writing. The arbitrator shall use the Contract as a basis for 4 decisions. 5 6 1-09.13(4) Venue for Litigation 7 (December 30, 2022 APWA GSP) 8 9 Revise this section to read: 10 11 Litigation shall be brought in the Superior Court of the county in which the 12 Contracting Agency’s headquarters is located, provided that where claims are 13 asserted against a county, RCW 36.01.050 shall control venue and jurisdiction of 14 the Superior Court. It is mutually agreed by the parties that when litigation occurs, 15 the Contractor shall permit the Contracting Agency to have timely access to all 16 records deemed necessary by the Contracting Agency to assist in evaluating the 17 claims or action. 18 19 1-10 TEMPORARY TRAFFIC CONTROL 20 21 1-10.2 Traffic Control Management 22 (November 2, 2022 WSDOT GSP, OPTION 1) 23 24 Section 1-10.2 is supplemented with the following: 25 26 Work Zone Safety Contingency 27 Enhancements to improve the effectiveness of the accepted traffic control plans to 28 increase the safety of the work zones shall be discussed on a weekly basis between the 29 Contractor and the Contracting Agency. Enhancements shall be mutually agreed upon by 30 the Contractor and Engineer prior to performing any Work to implement the enhancement. 31 32 Enhancements do not include the use of Uniformed Police Officers or WSP, address 33 changes to the allowed work hour restrictions, or changes to the staging plans in the 34 Contract (if applicable). If allowed by the Engineer, these items will be addressed in 35 accordance with Section 1-04.4. 36 37 The Contractor shall be solely responsible for submitting any traffic control plan revision 38 to implement the enhancement in accordance with Section 1-10.2(2). 39 40 1-10.2(1) General 41 (October 3, 2022 WSDOT GSP, OPTION 1) 42 43 Section 1-10.2(1) is supplemented with the following: 44 45 The Traffic Control Supervisor shall be certified by one of the following: 46 47 The Northwest Laborers-Employers Training Trust 48 27055 Ohio Ave. 49 Kingston, WA 98346 50 (360) 297-3035 51 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-74 PROJECT #REN-47 https://www.nwlett.edu 1 2 Evergreen Safety Council 3 12545 135th Ave. NE 4 Kirkland, WA 98034-8709 5 1-800-521-0778 6 https://www.esc.org 7 8 The American Traffic Safety Services Association 9 15 Riverside Parkway, Suite 100 10 Fredericksburg, Virginia 22406-1022 11 Training Dept. Toll Free (877) 642-4637 12 Phone: (540) 368-1701 13 https://altssa.com/training 14 15 Integrity Safety 16 13912 NE 20th Ave 17 Vancouver, WA 98686 18 (360) 574-6071 19 https://www.integritysafety.com 20 21 US Safety Alliance 22 (904)705-5660 23 https://www.ussafetyalliance.com 24 25 K&D Services Inc. 26 2719 Rockefeller Ave. 27 Everett, WA 98201 28 (800) 343-4049 29 https://www.kndservices.net 30 31 1-10.3 Traffic Control Labor, Procedures, and Devices 32 (July 1, 2022 City of Renton GSP) 33 34 Add new section 1-10.3(1)D: 35 36 Definitions: 37 Uniformed Police Officer as used in this specification is a “General Authority Washington 38 Peace Officer” as defined by RCW 10.93.020 (3), or a “Specially Commissioned 39 Washington Peace Officer” as defined by RCW 10.93.020(5). 40 41 Law Enforcement Agency as used in this specification is a “General Authority 42 Washington Law Enforcement Agency” as defined by RCW 10.93.020 (1). 43 44 The Contractor shall arrange for off-duty Uniformed Police Officers to be present for the 45 following activities: 46 1. At the commissioning of a new traffic signal, or the recommissioning of an existing 47 traffic signal which has been upgraded. 48 2. Countermanding a traffic signal indication at a signalized intersection. 49 3. Directing vehicle and pedestrian traffic when a traffic signal indication is turned off 50 or is inoperative. 51 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-75 PROJECT #REN-47 4. Where the Engineer deems it necessary for safety, including work during hours of 1 darkness. 2 3 It shall be the Contractor’s responsibility to secure the off duty Uniformed Police Officer as 4 required by the contract, including the costs to arrange, coordinate, and supervise. 5 6 The following contact information is supplied for the Contractor’s convenience: 7 8 Agency Police Officer 9 Contact: Renton Police Department 10 Phone: (425) 430-7500 11 12 County Deputy Sheriff 13 Contact: King County Sheriff’s Officers 14 Phone: (206) 957-0935 ext. 1 15 16 Washington State Patrol 17 Contact: Washington State Patrol Officers 18 Phone: (425) 401-7788 19 20 The services provided under the bid item “Uniformed Police Officer” shall be considered a 21 subcontractor with the attendant requirements and responsibilities. 22 23 The Contractor must obtain prior approval for use of off-duty Uniformed Police Officers 24 through an Approved Traffic Control Plan and approved amendments to the contract traffic 25 control Plans. The off-duty Uniformed Police Officer shall be in addition to all other 26 personnel required for flagging according to the approved traffic control plan. 27 28 A Uniformed Police Officer shall be provided in the event of accidental power outages or 29 disruption of a signalized intersection as a result of Contractor’s Work and remain in place 30 until the intersection becomes satisfactorily operational as determined by Agency 31 Engineer or his/her representative. 32 33 1-10.4 Measurement 34 35 1-10.4(2).GR1 Item Bids With Lump Sum for Incidentals 36 (May 20, 2020 WSDOT GSP, OPTION 6) 37 38 Section 1-10.4(2) is supplemented with the following: 39 40 “Uniformed Police Officer” will be measured by the hour. Hours will be measured for 41 each instance of a Uniformed Police Officer shown on a traffic control plan, when the 42 officer is present as described in Section 1-10.31(1)D. 43 44 1-10.4(3).GR1 Reinstating Unit Items With Lump Sum Traffic Control 45 (November 2, 2022 WSDOT GSP, OPTION 1) 46 47 Section 1-10.4(3) is supplemented with the following: 48 49 The bid proposal contains the item “Project Temporary Traffic Control,” lump sum 50 and the additional temporary traffic control items listed below. The provisions of 51 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-76 PROJECT #REN-47 Section 1-10.4(1), Section 1-10.4(3), and Section 1-10.5(3) shall apply. 1 2 "Work Zone Safety Contingency”, by force account.. 3 4 “Pedestrian Traffic Control”, as lump sum. 5 6 “Flaggers”, per hour. 7 8 “Other Traffic Control Labor”, per hour. 9 10 “Construction Signs Class A”, per square foot. 11 12 “Other Temporary Traffic Control Devices”, as lump sum. 13 14 1-10.5 Payment 15 16 1-10.5(2) Item Bids with Lump Sum for Incidentals 17 (November 2, 2022 WSDOT GSP, OPTION 7) 18 19 Section 1-10.5(2) is supplemented with the following: 20 21 “Work Zone Safety Contingency”, by force account. 22 23 All costs as authorized by the Engineer will be paid for by force account as 24 specified in Section 1-09.6. 25 26 For purpose of providing a common proposal for all bidders, the Contracting 27 Agency has entered an amount for the item “Work Zone Safety Contingency” in 28 the Proposal to become a part of the Contractor’s total bid. 29 30 The Engineer may choose to use existing bid items for the implementation of the 31 agreed upon enhancement. 32 33 “Uniformed Police Officer”, per hour 34 35 The unit contract price, when applied to the number of units measured for this item 36 in accordance with Section 1-10.4(2), shall be full compensation for all costs 37 incurred by the Contractor in performing the Work defined in Section 1-10.3(1)D. 38 39 END OF DIVISION 1 40 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-77 PROJECT #REN-47 DIVISION 2 1 EARTHWORK 2 3 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 4 5 2-01.1 Description 6 (March 13, 1995 WSDOT GSP, OPTION 1) 7 8 Section 2-01.1 is supplemented with the following: 9 10 Clearing and grubbing on this project shall be performed within the following limits: 11 12 Limits for clearing & grubbing shall be as shown on the plans. Clearing shall 13 include removal of trees as noted on the plans or as directed by the Engineer to 14 accommodate the improvements. Tree removal shall include removal of stumps 15 and/or grinding of stumps to a depth at least two feet below finish grade. 16 17 2-01.4 Measurement 18 (******) 19 20 Section 2-01.4 is supplemented with the following: 21 22 Activities required for tree protection shall be incidental to “Clearing and Grubbing” item 23 and shall be included in lump sum measurement. 24 25 2-01.5 Payment 26 (******) 27 28 Section 2-01.4 is supplemented with the following: 29 30 Activities required for tree protection shall be incidental to “Clearing and Grubbing” item 31 and shall be included in in lump sum payment. 32 33 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 34 35 2-02.3 Construction Requirements 36 (September 7, 2021 WSDOT GSP, OPTION 1) 37 38 Section 2-02.3 is supplemented with the following: 39 40 Removal of Obstructions 41 The following miscellaneous Obstructions shall be removed and disposed of: 42 43 ITEMS TO BE REMOVED INCUDE, BUT IS NOT LIMITED TO, THE FOLLOWING: 1, 2 STATION / OFFSET ITEM DESCRIPTION QUANTITY 107+60.2, 27.5’ LT to 108+57.6, 27.5’ LT, 109+22.8, 27.5’ LT to 110+19.7, 27.5’ LT Remove Fence 195 LF CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-78 PROJECT #REN-47 1 The above list of items to be removed and disposed of is provided for the convenience of the contractor. The contractor shall review the plans, specifications, and project site to verify other items to be removed. 2 Removal of pavements, curbs, sidewalks, concrete, and driveway approaches are included in the “Roadway Excavation Incl. Haul” bid item. 1 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2 3 2-03.1 Description 4 (******) 5 6 Section 2-03.1 is supplemented with the following: 7 8 This work shall also consist of potholing existing underground utilities as designated by 9 the Engineer and shown on the Plans, regardless of size. The Contractor shall perform 10 exploratory excavations as required to collect as-built utility information. Potholing includes 11 all work necessary to determine the position of the underground utility including pavement 12 removal, excavation and backfill if appropriate. This work is considered incidental to the 13 bid item for “Pothole Existing Utility”. The Contractor shall verify the depth and location of 14 existing underground utilities. The Contractor shall allow the Engineer one week to allow 15 for minor design modifications when needed. Upon completion of excavation, existing 16 backfill material can be used for temporary restoration. 17 18 Potholing shall be performed by a Vactor Truck, hand tools, or small excavator. 19 20 2-03.4 Measurement 21 (******) 22 23 Section 2-03.4 is supplemented with the following: 24 25 “Pothole existing utilities” shall be measured per each exploration site for up to 2 cubic 26 yards of removed material. 27 28 (March 13, 1995 WSDOT GSP, OPTION 2) 29 30 Section 2-03.4 is supplemented with the following: 31 32 Only one determination of the original ground elevation will be made on this project. 33 Measurement for roadway excavation and embankment will be based on the original 34 ground elevations recorded previous to the award of this contract. 35 36 If discrepancies are discovered in the ground elevations, which will materially affect the 37 quantities of earthwork, the original computations of earthwork quantities will be adjusted 38 accordingly. 39 40 Earthwork quantities will be computed, either manually or by means of electronic data 41 processing equipment, by use of the average end area method or by the finite element 42 analysis method utilizing digital terrain modeling techniques. 43 44 Copies of the ground cross-section notes will be available for the bidder's inspection, 45 before the opening of bids, at the Engineer's office and at the Region office. 46 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-79 PROJECT #REN-47 1 Upon award of the contract, copies of the original ground cross-sections will be furnished 2 to the successful bidder on request to the Engineer. 3 4 5 2-03.5 Payment 6 (******) 7 8 Section 2-03.5 is supplemented with the following: 9 10 “Pothole existing utilities”, per each shall be full compensation for all costs incurred to 11 perform the work including excavation, measurement, and backfill. 12 13 END OF DIVISION 214 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-80 PROJECT #REN-47 DIVISION 5 1 SURFACE TREATMENTS AND PAVEMENTS 2 3 5-04 HOT MIX ASPHALT 4 (Special Provision) 5 6 Delete Section 5-04, Hot Mix Asphalt and replace it with the following: 7 8 5-04.1 Description 9 10 This Work shall consist of providing and placing one or more layers of plant-mixed hot mix 11 asphalt (HMA) on a prepared foundation or base in accordance with these Specifications and 12 the lines, grades, thicknesses, and typical cross-sections shown in the Plans. The Contractor 13 shall maintain the existing street surface contours (e.g. street profile and cross section, etc.), 14 unless otherwise directed by the Engineer. The manufacture of HMA may include warm mix 15 asphalt (WMA) processes in accordance with these Specifications. WMA processes include 16 organic additives, chemical additives, and foaming. 17 18 HMA shall be composed of asphalt binder and mineral materials as may be required, mixed 19 in the proportions specified to provide a homogeneous, stable, and workable mixture. 20 21 This Work shall also consist of mixing and installation of fiber reinforced asphalt concrete 22 pavement (FRAC). 23 24 5-04.2 Materials 25 26 Materials shall meet the requirements of the following sections: 27 Asphalt Binder 9-02.1(4) 28 Cationic Emulsified Asphalt 9-02.1(6) 29 Anti-Stripping Additive 9-02.4 30 HMA Additive 9-02.5 31 Aggregates 9-03.8 32 Recycled Asphalt Pavement 9-03.8(3)B 33 Mineral Filler 9-03.8(5) 34 Recycled Material 9-03.21 35 Portland Cement 9-01 36 Sand 9-03.1(2) 37 (As noted in 5-04.3(5)C for crack sealing) 38 Joint Sealant 9-04.2 39 Foam Backer Rod 9-04.2(3)A 40 41 The Contract documents may establish that the various mineral materials required for the 42 manufacture of HMA will be furnished in whole or in part by the Contracting Agency. If the 43 documents do not establish the furnishing of any of these mineral materials by the Contracting 44 Agency, the Contractor shall be required to furnish such materials in the amounts required for 45 the designated mix. Mineral materials include coarse and fine aggregates, and mineral filler. 46 47 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-81 PROJECT #REN-47 The Contractor may choose to utilize recycled asphalt pavement (RAP) in the production of 1 HMA. The RAP may be from pavements removed under the Contract, if any, or pavement 2 material from an existing stockpile. 3 4 The Contractor may use up to 20 percent RAP by total weight of HMA with no additional 5 sampling or testing of the RAP. The RAP shall be sampled and tested at a frequency of one 6 sample for every 1,000 tons produced and not less than ten samples per project. The asphalt 7 content and gradation test data shall be reported to the Contracting Agency when submitting 8 the mix design for approval on the QPL. The Contractor shall include the RAP as part of the 9 mix design as defined in these Specifications. 10 11 The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder 12 from different sources is not permitted. 13 14 The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA 15 with 20 percent or less RAP by total weight of HMA. The Contractor shall submit to the 16 Engineer for approval the process that is proposed and how it will be used in the manufacture 17 of HMA. 18 19 Production of aggregates shall comply with the requirements of Section 3-01. 20 21 Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates 22 from stockpiles shall comply with the requirements of Section 3-02. 23 24 Section 5-04.2 is supplemented with the following: 25 26 Pavement Reinforcing Fibers 9-19 27 28 29 5-04.2(1) How to Get an HMA Mix Design on the QPL 30 31 If the contractor wishes to submit a mix design for inclusion in the Qualified Products List 32 (QPL), please follow the WSDOT process as follows: 33 34 Comply with each of the following: 35 36 • Develop the mix design in accordance with WSDOT SOP 732. 37 • Develop a mix design that complies with Sections 9-03.8(2) and 9-03.8(6). 38 • Develop a mix design no more than 6 months prior to submitting it for QPL evaluation. 39 • Submit mix designs to the WSDOT State Materials Laboratory in Tumwater, including 40 WSDOT Form 350-042. 41 • Include representative samples of the materials that are to be used in the HMA 42 production as part of the mix design submittal. 43 • Identify the brand, type, and percentage of anti-stripping additive in the mix design 44 submittal. 45 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-82 PROJECT #REN-47 • Include with the mix design submittal a certification from the asphalt binder supplier that 1 the anti-stripping additive is compatible with the crude source and the formulation of 2 asphalt binder proposed for use in the mix design. 3 • Do not include warm mix asphalt (WMA) additives when developing a mix design or 4 submitting a mix design for QPL evaluation. The use of warm mix asphalt (WMA) additives 5 is not part of the process for obtaining approval for listing a mix design on the QPL. Refer 6 to Section 5-04.2(2)B. 7 8 5-04.2(1)A Vacant 9 10 5-04.2(2) Mix Design – Obtaining Project Approval 11 12 No paving shall begin prior to the approval of the mix design by the Engineer. 13 14 Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the 15 contract documents. 16 17 Commercial evaluation will be used for Commercial HMA and for other classes of HMA in 18 the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, 19 prelevel, and pavement repair. Other nonstructural applications of HMA accepted by 20 commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of 21 HMA accepted by commercial evaluation will be at the option of the Project Engineer. The 22 Proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the 23 quantities used in the determination of nonstatistical evaluation. 24 25 Nonstatistical Mix Design. Fifteen days prior to the first day of paving the contractor shall 26 provide one of the following mix design verification certifications for Contracting Agency 27 review; 28 29 • The WSDOT Mix Design Evaluation Report from the current WSDOT QPL, or one of 30 the mix design verification certifications listed below. 31 • The proposed HMA mix design on WSDOT Form 350-042 with the seal and 32 certification (stamp & sig-nature) of a valid licensed Washington State Professional 33 Engineer. 34 • The Mix Design Report for the proposed HMA mix design developed by a qualified 35 City or County laboratory that is within one year of the approval date.** 36 37 The mix design shall be performed by a lab accredited by a national authority such as 38 Laboratory Accredita-tion Bureau, L-A-B for Construction Materials Testing, The Construction 39 Materials Engineering Council (CMEC’s) ISO 17025 or AASHTO Accreditation Program 40 (AAP) and shall supply evidence of participation in the AASHTO: resource proficiency sample 41 program. 42 43 Mix designs for HMA accepted by Nonstatistical evaluation shall; 44 45 • Have the aggregate structure and asphalt binder content determined in accordance 46 with WSDOT Standard Operating Procedure 732 and meet the requirements of 47 Sections 9-03.8(2), except that Hamburg testing for ruts and stripping are at the 48 discretion of the Engineer, and 9-03.8(6). 49 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-83 PROJECT #REN-47 • Have anti-strip requirements, if any, for the proposed mix design determined in 1 accordance with AASHTO T 283 or T 324, or based on historic anti-strip and aggregate 2 source compatibility from previous WSDOT lab testing. 3 4 At the discretion of the Engineer, agencies may accept verified mix designs older than 12 5 months from the original verification date with a certification from the Contractor that the 6 materials and sources are the same as those shown on the original mix design. 7 8 Commercial Evaluation. Approval of a mix design for “Commercial Evaluation” will be based 9 on a review of the Contractor’s submittal of WSDOT Form 350-042 (For commercial mixes, 10 AASHTO T 324 evaluation is not required) or a Mix Design from the current WSDOT QPL or 11 from one of the processes allowed by this section. Testing of the HMA by the Contracting 12 Agency for mix design approval is not required. 13 14 For the Bid Item Commercial HMA, the Contractor shall select a class of HMA and design 15 level of Equivalent Single Axle Loads (ESAL’s) appropriate for the required use. 16 17 ESAL's 18 The number of ESAL's for the design and acceptance of the HMA shall be *** 4 *** million. 19 20 5-04.2(2)B Using Warm Mix Asphalt Processes 21 22 The Contractor may elect to use additives that reduce the optimum mixing temperature or 23 serve as a compaction aid for producing HMA. Additives include organic additives, chemical 24 additives and foaming processes. The use of Additives is subject to the following: 25 26 • Do not use additives that reduce the mixing temperature more than allowed in Section 27 5-04.3(6) in the production of mixtures. 28 • Before using additives, obtain the Engineer’s approval using WSDOT Form 350-076 to 29 describe the proposed additive and process. 30 31 5-04.3 Construction Requirements 32 33 5-04.3(1) Weather Limitations 34 Do not place HMA for wearing course on any Traveled Way beginning October 1st through 35 March 31st of the following year without written concurrence from the Engineer. 36 37 Do not place HMA on any wet surface, or when the average surface temperatures are less 38 than those specified below, or when weather conditions otherwise prevent the proper handling 39 or finishing of the HMA. 40 41 Minimum Surface Temperature for Paving 42 Compacted Thickness (Feet) Wearing Course Other Courses Less than 0.10 55◦F 45◦F 0.10 to .20 45◦F 35◦F CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-84 PROJECT #REN-47 More than 0.20 35◦F 35◦F 1 5-04.3(2) Paving Under Traffic 2 3 When the Roadway being paved is open to traffic, the requirements of this Section shall apply. 4 5 The Contractor shall keep intersections open to traffic at all times except when paving the 6 intersection or paving across the intersection. During such time, and provided that there has 7 been an advance warning to the public, the intersection may be closed for the minimum time 8 required to place and compact the mixture. In hot weather, the Engineer may require the 9 application of water to the pavement to accelerate the finish rolling of the pavement and to 10 shorten the time required before reopening to traffic. 11 12 Before closing an intersection, advance warning signs shall be placed and signs shall also be 13 placed marking the detour or alternate route. 14 15 During paving operations, temporary pavement markings shall be maintained throughout the 16 project. Temporary pavement markings shall be installed on the Roadway prior to opening to 17 traffic. Temporary pavement markings shall be in accordance with Section 8-23. 18 19 All costs in connection with performing the Work in accordance with these requirements, 20 except the cost of temporary pavement markings, shall be included in the unit Contract prices 21 for the various Bid items involved in the Contract. 22 23 5-04.3(3) Equipment 24 25 5-04.3(3)A Mixing Plant 26 Plants used for the preparation of HMA shall conform to the following requirements: 27 28 1. Equipment for Preparation of Asphalt Binder – Tanks for the storage of asphalt 29 binder shall be equipped to heat and hold the material at the required temperatures. 30 The heating shall be accomplished by steam coils, electricity, or other approved means 31 so that no flame shall be in contact with the storage tank. The circulating system for 32 the asphalt binder shall be designed to ensure proper and continuous circulation 33 during the operating period. A valve for the purpose of sampling the asphalt binder 34 shall be placed in either the storage tank or in the supply line to the mixer. 35 36 2. Thermometric Equipment – An armored thermometer, capable of detecting 37 temperature ranges expected in the HMA mix, shall be fixed in the asphalt binder feed 38 line at a location near the charging valve at the mixer unit. The thermometer location 39 shall be convenient and safe for access by Inspectors. The plant shall also be 40 equipped with an approved dial-scale thermometer, a mercury actuated thermometer, 41 an electric pyrometer, or another approved thermometric instrument placed at the 42 discharge chute of the drier to automatically register or indicate the temperature of the 43 heated aggregates. This device shall be in full view of the plant operator. 44 45 3. Heating of Asphalt Binder – The temperature of the asphalt binder shall not exceed 46 the maximum recommended by the asphalt binder manufacturer nor shall it be below 47 the minimum temperature required to maintain the asphalt binder in a homogeneous 48 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-85 PROJECT #REN-47 state. The asphalt binder shall be heated in a manner that will avoid local variations in 1 heating. The heating method shall provide a continuous supply of asphalt binder to the 2 mixer at a uniform average temperature with no individual variations exceeding 25°F. 3 Also, when a WMA additive is included in the asphalt binder, the temperature of the 4 asphalt binder shall not exceed the maximum recommended by the manufacturer of 5 the WMA additive. 6 7 4. Sampling and Testing of Mineral Materials – The HMA plant shall be equipped with 8 a mechanical sampler for the sampling of the mineral materials. The mechanical 9 sampler shall meet the requirements of Section 1-05.6 for the crushing and screening 10 operation. The Contractor shall provide for the setup and operation of the field testing 11 facilities of the Contracting Agency as provided for in Section 3-01.2(2). 12 13 5. Sampling HMA – The HMA plant shall provide for sampling HMA by one of the 14 following methods: 15 a. A mechanical sampling device attached to the HMA plant. 16 b. Platforms or devices to enable sampling from the hauling vehicle without 17 entering the hauling vehicle. 18 19 5-04.3(3)B Hauling Equipment 20 21 Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a 22 cover of canvas or other suitable material of sufficient size to protect the mixture from adverse 23 weather. Whenever the weather conditions during the work shift include, or are forecast to 24 include, precipitation or an air temperature less than 45°F or when time from loading to 25 unloading exceeds 30 minutes, the cover shall be securely attached to protect the HMA. 26 27 The contractor shall provide an environmentally benign means to prevent the HMA mixture 28 from adhering to the hauling equipment. Excess release agent shall be drained prior to filling 29 hauling equipment with HMA. Petroleum derivatives or other coating material that contaminate 30 or alter the characteristics of the HMA shall not be used. For live bed trucks, the conveyer 31 shall be in operation during the process of applying the release agent. 32 33 5-04.3(3)C Pavers 34 35 HMA pavers shall be self-contained, power-propelled units, provided with an internally heated 36 vibratory screed and shall be capable of spreading and finishing courses of HMA plant mix 37 material in lane widths required by the paving section shown in the Plans. 38 39 The HMA paver shall be in good condition and shall have the most current equipment 40 available from the manufacturer for the prevention of segregation of the HMA mixture installed, 41 in good condition, and in working order. The equipment certification shall list the make, model, 42 and year of the paver and any equipment that has been retrofitted. 43 44 The screed shall be operated in accordance with the manufacturer’s recommendations and 45 shall effectively produce a finished surface of the required evenness and texture without 46 tearing, shoving, segregating, or gouging the mixture. A copy of the manufacturer’s 47 recommendations shall be provided upon request by the Contracting Agency. Extensions will 48 be allowed provided they produce the same results, including ride, density, and surface 49 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-86 PROJECT #REN-47 texture as obtained by the primary screed. Extensions without augers and an internally heated 1 vibratory screed shall not be used in the Traveled Way. 2 3 When specified in the Contract or required by the Engineer, reference lines for vertical control 4 will be required. Lines shall be placed on both outer edges of the Traveled Way of each 5 Roadway. Horizontal control utilizing the reference line will be permitted. The grade and slope 6 for intermediate lanes shall be controlled automatically from reference lines or by means of a 7 mat referencing device and a slope control device. When the finish of the grade prepared for 8 paving is superior to the established tolerances and when, in the opinion of the Engineer, 9 further improvement to the line, grade, cross-section, and smoothness can best be achieved 10 without the use of the reference line, a mat referencing device may be substituted for the 11 reference line. Substitution of the device will be subject to the continued approval of the 12 Engineer. A joint matcher may be used subject to the approval of the Engineer. The reference 13 line may be removed after the completion of the first course of HMA when approved by the 14 Engineer. Whenever the Engineer determines that any of these methods are failing to provide 15 the necessary vertical control, the reference lines will be reinstalled by the Contractor. 16 17 The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and 18 accessories necessary for satisfactory operation of the automatic control equipment. 19 20 If the paving machine in use is not providing the required finish, the Engineer may suspend 21 Work as allowed by Section 1-08.6. Any cleaning or solvent type liquids spilled on the 22 pavement shall be thoroughly removed before paving proceeds. 23 24 5-04.3(3)D Material Transfer Device or Material Transfer Vehicle 25 26 A Material Transfer Device/Vehicle (MTD/V) shall only be used with the Engineer’s approval, 27 unless other-wise required by the contract. A MTD/V is not required for this contract. 28 29 Where an MTD/V is required by the contract, the Engineer may approve paving without an 30 MTD/V, at the request of the Contractor. The Engineer will determine if an equitable 31 adjustment in cost or time is due. 32 33 When used, the MTD/V shall mix the HMA after delivery by the hauling equipment and prior 34 to laydown by the paving machine. Mixing of the HMA shall be sufficient to obtain a uniform 35 temperature throughout the mixture. If a windrow elevator is used, the length of the windrow 36 may be limited in urban areas or through intersections, at the discretion of the Engineer. 37 38 To be approved for use, an MTV: 39 40 6. Shall be self-propelled vehicle, separate from the hauling vehicle or paver. 41 7. Shall not be connected to the hauling vehicle or paver. 42 8. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 43 9. Shall mix the HMA after delivery by the hauling equipment and prior to placement 44 into the paving machine. 45 10. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the 46 mixture. 47 48 To be approved for use, an MTD: 49 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-87 PROJECT #REN-47 1. Shall be positively connected to the paver. 1 2. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 2 3. Shall mix the HMA after delivery by the hauling equipment and prior to placement 3 into the paving machine. 4 4. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the 5 mixture. 6 7 5-04.3(3)E Rollers 8 9 Rollers shall be of the steel wheel, vibratory, oscilatory, or pneumatic tire type, in good 10 condition and capable of reversing without backlash. Operation of the roller shall be in 11 accordance with the manufacturer’s recommendations. When ordered by the Engineer for any 12 roller planned for use on the project, the Contractor shall provide a copy of the manufacturer’s 13 recommendation for the use of that roller for compaction of HMA. The number and weight of 14 rollers shall be sufficient to compact the mixture in compliance with the requirements of 15 Section 5-04.3(10). The use of equipment that results in crushing of the aggregate will not be 16 permitted. Rollers producing pickup, washboard, uneven compaction of the surface, 17 displacement of the mixture or other undesirable results shall not be used. 18 19 5-04.3(4) Preparation of Existing Paved Surfaces 20 21 When the surface of the existing pavement or old base is irregular, the Contractor shall bring 22 it to a uniform grade and cross-section as shown on the Plans or approved by the Engineer. 23 24 Preleveling of uneven or broken surfaces over which HMA is to be placed may be 25 accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as 26 approved by the Engineer. 27 28 Compaction of preleveling HMA shall be to the satisfaction of the Engineer and may require 29 the use of small steel wheel rollers, plate compactors, or pneumatic rollers to avoid bridging 30 across preleveled areas by the compaction equipment. Equipment used for the compaction 31 of preleveling HMA shall be approved by the Engineer. 32 33 Before construction of HMA on an existing paved surface, the entire surface of the pavement 34 shall be clean. All fatty asphalt patches, grease drippings, and other objectionable matter shall 35 be entirely removed from the existing pavement. All pavements or bituminous surfaces shall 36 be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. All holes 37 and small depressions shall be filled with an appropriate class of HMA. The surface of the 38 patched area shall be leveled and compacted thoroughly. Prior to the application of tack coat, 39 or paving, the condition of the surface shall be approved by the Engineer. 40 41 A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is 42 to be placed or abutted; except that tack coat may be omitted from clean, newly paved 43 surfaces at the discretion of the Engineer. Tack coat shall be uniformly applied to cover the 44 existing pavement with a thin film of residual asphalt free of streaks and bare spots at a rate 45 between 0.02 and 0.10 gallons per square yard of retained asphalt. The rate of application 46 shall be approved by the Engineer. A heavy application of tack coat shall be applied to all 47 joints. For Roadways open to traffic, the application of tack coat shall be limited to surfaces 48 that will be paved during the same working shift. The spreading equipment shall be equipped 49 with a thermometer to indicate the temperature of the tack coat material. 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-88 PROJECT #REN-47 1 Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the 2 Contractor’s operation damages the tack coat it shall be repaired prior to placement of the 3 HMA. 4 5 The tack coat shall be CSS-1, or CSS-1h emulsified asphalt. The CSS-1 and CSS-1h 6 emulsified asphalt may be diluted once with water at a rate not to exceed one part water to 7 one part emulsified asphalt. The tack coat shall have sufficient temperature such that it may 8 be applied uniformly at the specified rate of application and shall not exceed the maximum 9 temperature recommended by the emulsified asphalt manufacturer. 10 11 All utility appurtenances (e.g. manhole covers, valve covers, etc.) located within the paving 12 limits shall be coated with a biodegradable soap to prevent the tack coat and HMA from 13 sticking to them. Diesel shall not be used for this purpose. After application of the 14 biodegradable soap, all catch basins shall be covered to prevent tack and HMA from entering 15 into them. 16 17 5-04.3(4)A Crack Sealing 18 19 5-04.3(4)A1 General 20 21 When the Proposal includes a pay item for crack sealing, seal all cracks ¼ inch in width and 22 greater. 23 24 Cleaning: Ensure that cracks are thoroughly clean, dry and free of all loose and foreign 25 material when filling with crack sealant material. Use a hot compressed air lance to dry and 26 warm the pavement surfaces within the crack immediately prior to filling a crack with the 27 sealant material. Do not overheat pavement. Do not use direct flame dryers. Routing cracks 28 is not required. 29 30 Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly mix the components 31 and pour the mixture into the cracks until full. Add additional CSS-1 cationic emulsified asphalt 32 to the sand slurry as needed for workability to ensure the mixture will completely fill the cracks. 33 Strike off the sand slurry flush with the existing pavement surface and allow the mixture to 34 cure. Top off cracks that were not completely filled with additional sand slurry. Do not place 35 the HMA overlay until the slurry has fully cured. 36 37 The sand slurry shall consist of approximately 20 percent CSS-1 emulsified asphalt, 38 approximately 2 percent portland cement, water (if required), and the remainder clean Class 39 1 or 2 fine aggregate per section 9-03.1(2). The components shall be thoroughly mixed and 40 then poured into the cracks and joints until full. The following day, any cracks or joints that are 41 not completely filled shall be topped off with additional sand slurry. After the sand slurry is 42 placed, the filler shall be struck off flush with the existing pavement surface and allowed to 43 cure. The HMA overlay shall not be placed until the slurry has fully cured. The requirements 44 of Section 1-06 will not apply to the portland cement and sand used in the sand slurry. 45 46 In areas where HMA will be placed, use sand slurry to fill the cracks. 47 48 In areas where HMA will not be placed, fill the cracks as follows: 49 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-89 PROJECT #REN-47 1. Cracks ¼ inch to 1 inch in width - fill with hot poured sealant. 1 2. Cracks greater than 1 inch in width – fill with sand slurry. 2 3 Hot Poured Sealant: For cracks that are to be filled with hot poured sealant, apply the material 4 in accordance with these requirements and the manufacturer’s recommendations. Furnish a 5 Type 1 Working Drawing of the manufacturer’s product information and recommendations to 6 the Engineer prior to the start of work, including the manufacturer’s recommended heating 7 time and temperatures, allowable storage time and temperatures after initial heating, 8 allowable reheating criteria, and application temperature range. Confine hot poured sealant 9 material within the crack. Clean any overflow of sealant from the pavement surface. If, in the 10 opinion of the Engineer, the Contractor’s method of sealing the cracks with hot poured sealant 11 results in an excessive amount of material on the pavement surface, stop and correct the 12 operation to eliminate the excess material. 13 14 5-04.3(4)A2 Crack Sealing Areas Prior to Paving 15 16 In areas where HMA will be placed, use sand slurry to fill the cracks. 17 18 5-04.3(4)A3 Crack Sealing Areas Not to be Paved 19 20 In areas where HMA will not be placed, fill the cracks as follows: 21 22 A. Cracks ¼ inch to 1 inch in width - fill with hot poured sealant. 23 B. Cracks greater than 1 inch in width – fill with sand slurry. 24 5-04.3(4)B Vacant 25 5-04.3(4)C Pavement Repair 26 27 The Contractor shall excavate pavement repair areas and shall backfill these with HMA in 28 accordance with the details shown in the Plans and as marked in the field. The Contractor 29 shall conduct the excavation operations in a manner that will protect the pavement that is to 30 remain. Pavement not designated to be removed that is damaged as a result of the 31 Contractor’s operations shall be repaired by the Contractor to the satisfaction of the Engineer 32 at no cost to the Contracting Agency. The Contractor shall excavate only within one lane at a 33 time unless approved otherwise by the Engineer. The Contractor shall not excavate more area 34 than can be completely finished during the same shift, unless approved by the Engineer. 35 36 Unless otherwise shown in the Plans or determined by the Engineer, excavate to a depth of 37 1.0 feet. The Engineer will make the final determination of the excavation depth required. The 38 minimum width of any pavement repair area shall be 40 inches unless shown otherwise in the 39 Plans. Before any excavation, the existing pavement shall be sawcut or shall be removed by 40 a pavement grinder. Excavated materials will become the property of the Contractor and shall 41 be disposed of in a Contractor-provided site off the Right of Way or used in accordance with 42 Sections 2-02.3(3) or 9-03.21. 43 44 Asphalt for tack coat shall be required as specified in Section 5-04.3(4). A heavy application 45 of tack coat shall be applied to all surfaces of existing pavement in the pavement repair area. 46 47 Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35-foot 48 compacted depth. Lifts that exceed 0.35-foot of compacted depth may be accomplished with 49 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-90 PROJECT #REN-47 the approval of the Engineer. Each lift shall be thoroughly compacted by a mechanical tamper 1 or a roller. 2 3 5-04.3(5)Producing/Stockpiling Aggregates and RAP 4 5 Aggregates and RAP shall be stockpiled according to the requirements of Section 3-02. 6 Sufficient storage space shall be provided for each size of aggregate and RAP. Materials shall 7 be removed from stockpile(s) in a manner to ensure minimal segregation when being moved 8 to the HMA plant for processing into the final mixture. Different aggregate sizes shall be kept 9 separated until they have been delivered to the HMA plant. 10 11 5-04.3(5)A Vacant 12 13 5-04.3(6)Mixing 14 15 After the required amount of mineral materials, asphalt binder, recycling agent and anti-16 stripping additives have been introduced into the mixer the HMA shall be mixed until complete 17 and uniform coating of the particles and thorough distribution of the asphalt binder throughout 18 the mineral materials is ensured. 19 20 When discharged, the temperature of the HMA shall not exceed the optimum mixing 21 temperature by more than 25°F as shown on the reference mix design report or as approved 22 by the Engineer. Also, when a WMA additive is included in the manufacture of HMA, the 23 discharge temperature of the HMA shall not exceed the maximum recommended by the 24 manufacturer of the WMA additive. A maximum water content of 2 percent in the mix, at 25 discharge, will be allowed providing the water causes no problems with handling, stripping, or 26 flushing. If the water in the HMA causes any of these problems, the moisture content shall be 27 reduced as directed by the Engineer. 28 29 Storing or holding of the HMA in approved storage facilities will be permitted with approval of 30 the Engineer, but in no event shall the HMA be held for more than 24 hours. HMA held for 31 more than 24 hours after mixing shall be rejected. Rejected HMA shall be disposed of by the 32 Contractor at no expense to the Contracting Agency. The storage facility shall have an 33 accessible device located at the top of the cone or about the third point. The device shall 34 indicate the amount of material in storage. No HMA shall be accepted from the storage facility 35 when the HMA in storage is below the top of the cone of the storage facility, except as the 36 storage facility is being emptied at the end of the working shift. 37 38 Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior to 39 entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there is 40 evidence of the recycled asphalt pavement not breaking down during the heating and mixing 41 of the HMA, the Contractor shall immediately suspend the use of the RAP until changes have 42 been approved by the Engineer. After the required amount of mineral materials, RAP, new 43 asphalt binder and asphalt rejuvenator have been introduced into the mixer the HMA shall be 44 mixed until complete and uniform coating of the particles and thorough distribution of the 45 asphalt binder throughout the mineral materials, and RAP is ensured. 46 47 5-04.3(7)Spreading and Finishing 48 49 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-91 PROJECT #REN-47 The mixture shall be laid upon an approved surface, spread, and struck off to the grade and 1 elevation established. HMA pavers complying with Section 5-04.3(3) shall be used to 2 distribute the mixture. Unless otherwise directed by the Engineer, the nominal compacted 3 depth of any layer of any course shall not exceed the following: 4 5 HMA Class 1” 0.35 feet 6 HMA Class ¾” and HMA Class ½” 7 wearing course 0.30 feet 8 other courses 0.35 feet 9 HMA Class ⅜” 0.15 feet 10 11 On areas where irregularities or unavoidable obstacles make the use of mechanical spreading 12 and finishing equipment impractical, the paving may be done with other equipment or by hand. 13 14 When more than one JMF is being utilized to produce HMA, the material produced for each 15 JMF shall be placed by separate spreading and compacting equipment. The intermingling of 16 HMA produced from more than one JMF is prohibited. Each strip of HMA placed during a work 17 shift shall conform to a single JMF established for the class of HMA specified unless there is 18 a need to make an adjustment in the JMF. 19 20 All cast off rock from raking shall be removed prior to compaction of final HMA lift. 21 22 5-04.3(8)Aggregate Acceptance Prior to Incorporation in HMA 23 24 For HMA accepted by nonstatistical evaluation the aggregate properties of sand equivalent, 25 uncompacted void content and fracture will be evaluated in accordance with Section 3-04. 26 Sampling and testing of aggregates for HMA accepted by commercial evaluation will be at the 27 option of the Engineer. 28 29 5-04.3(9)HMA Mixture Acceptance 30 31 Acceptance of HMA shall be as provided under nonstatistical, or commercial evaluation. 32 33 Nonstatistical evaluation will be used for the acceptance of HMA unless Commercial 34 Evaluation is specified. 35 36 Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the 37 following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, 38 prelevel, temporary pavement, and pavement repair. Other nonstructural applications of HMA 39 accepted by commercial evaluation shall be as approved by the Engineer. Sampling and 40 testing of HMA accepted by commercial evaluation will be at the option of the Engineer. 41 42 The mix design will be the initial JMF for the class of HMA. The Contractor may request a 43 change in the JMF. Any adjustments to the JMF will require the approval of the Engineer and 44 may be made in accordance with this section. 45 46 HMA Tolerances and Adjustments 47 48 1. Job Mix Formula Tolerances – The constituents of the mixture at the time of acceptance 49 shall be within tolerance. The tolerance limits will be established as follows: 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-92 PROJECT #REN-47 1 For Asphalt Binder and Air Voids (Va), the acceptance limits are determined by 2 adding the tolerances below to the approved JMF values. These values will also 3 be the Upper Specification Limit (USL) and Lower Specification Limit (LSL) 4 required in Section 1-06.2(2)D2 5 Property Non-Statistical Evaluation Commercial Evaluation Asphalt Binder +/- 0.5% +/- 0.7% Air Voids, Va 2.5% min. and 5.5% max N/A 6 For Aggregates in the mixture: 7 8 a. First, determine preliminary upper and lower acceptance limits by applying 9 the following tolerances to the approved JMF. 10 11 Aggregate Percent Passing Non-Statistical Evaluation Commercial Evaluation 1”, ¾”, ½”, and 3/8” sieves +/- 6% +/- 8% No. 4 sieve +/-6% +/- 8% No. 8 Sieve +/- 6% +/-8% No. 200 sieve +/- 2.0% +/- 3.0% 12 b. Second, adjust the preliminary upper and lower acceptance limits 13 determined from step (a) the minimum amount necessary so that none of 14 the aggregate properties are outside the control points in Section 9-03.8(6). 15 The resulting values will be the upper and lower acceptance limits for 16 aggregates, as well as the USL and LSL required in Section 1-06.2(2)D2. 17 18 2. Job Mix Formula Adjustments – An adjustment to the aggregate gradation or asphalt 19 binder content of the JMF requires approval of the Engineer. Adjustments to the JMF will 20 only be considered if the change produces material of equal or better quality and may 21 require the development of a new mix design if the adjustment exceeds the amounts listed 22 below. 23 24 a. Aggregates –2 percent for the aggregate passing the 1½″, 1″, ¾″, ½″, ⅜″, and the 25 No. 4 sieves, 1 percent for aggregate passing the No. 8 sieve, and 0.5 percent for 26 the aggregate passing the No. 200 sieve. The adjusted JMF shall be within the 27 range of the control points in Section 9-03.8(6). 28 29 b. Asphalt Binder Content – The Engineer may order or approve changes to 30 asphalt binder content. The maximum adjustment from the approved mix design 31 for the asphalt binder content shall be 0.3 percent 32 33 5-04.3(9)B Vacant 34 5-04.3(9)C Mixture Acceptance – Nonstatistical Evaluation 35 HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the 36 Contracting Agency by dividing the HMA tonnage into lots. 37 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-93 PROJECT #REN-47 5-04.3(9)C1 Mixture Nonstatistical Evaluation – Lots and Sublots 1 A lot is represented by randomly selected samples of the same mix design that will be tested 2 for acceptance. A lot is defined as the total quantity of material or work produced for each Job 3 Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day’s 4 production or 800 tons, whichever is less except that the final sublot will be a minimum of 400 5 tons and may be increased to 1200 tons. 6 7 All of the test results obtained from the acceptance samples from a given lot shall be evaluated 8 collectively. If the Contractor requests a change to the JMF that is approved, the material 9 produced after the change will be evaluated on the basis of the new JMF for the remaining 10 sublots in the current lot and for acceptance of subsequent lots. For a lot in progress with a 11 CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is 12 satisfied that material conforming to the Specifications can be produced. 13 14 Sampling and testing for evaluation shall be performed on the frequency of one sample per 15 sublot. 16 5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling 17 Samples for acceptance testing shall be obtained by the Contractor when ordered by the 18 Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer and 19 in accordance with AASH-TO T 168. A minimum of three samples should be taken for each 20 class of HMA placed on a project. If used in a structural application, at least one of the three 21 samples shall to be tested. 22 23 Sampling and testing HMA in a Structural application where quantities are less than 400 tons 24 is at the discretion of the Engineer. 25 26 For HMA used in a structural application and with a total project quantity less than 800 tons 27 but more than 400 tons, a minimum of one acceptance test shall be performed. In all cases, 28 a minimum of 3 samples will be obtained at the point of acceptance, a minimum of one of the 29 three samples will be tested for conformance to the JMF: 30 31 • If the test results are found to be within specification requirements, additional testing 32 will be at the Engineer’s discretion. 33 • If test results are found not to be within specification requirements, additional testing of 34 the remaining samples to determine a Composite Pay Factor (CPF) shall be performed. 35 5-04.3(9)C3 Mixture Nonstatistical Evaluation – Acceptance Testing 36 Testing of HMA for compliance of Va will at the option of the Contracting Agency. If tested, 37 compliance of Va will use WSDOT SOP 731. Testing of HMA for compliance of Va will not be 38 performed by the Contracting Agency for this contract. 39 40 Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. 41 42 Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11. 43 5-04.3(9)C4 Mixture Nonstatistical Evaluation – Pay Factors 44 For each lot of material falling outside the tolerance limits in 5-04.3(9), the Contracting Agency 45 will determine a Composite Pay Factor (CPF) using the following price adjustment factors: 46 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-94 PROJECT #REN-47 1 Table of Price Adjustment Factors Constituent Factor “f” All aggregate passing: 1½″, 1″, ¾″, ½″, ⅜″ and No.4 sieves 2 All aggregate passing No. 8 sieve 15 All aggregate passing No. 200 sieve 20 Asphalt binder 40 Air Voids (Va) (where applicable) 20 2 Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling 3 within the tolerance limits of the job mix formula shall be accepted at the unit Contract price 4 with no further evaluation. When one or more constituents fall outside the nonstatistical 5 tolerance limits in the Job Mix Formula shown in Table of Price Adjustment Factors, the lot 6 shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The 7 nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF 8 shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or 9 samples from the Roadway shall be tested to provide a minimum of three sets of results for 10 evaluation. 11 12 5-04.3(9)C5 Vacant 13 14 5-04.3(9)C6 Mixture Nonstatistical Evaluation – Price Adjustments 15 16 For each lot of HMA mix produced under Nonstatistical Evaluation when the calculated CPF 17 is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals 18 the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The total job mix 19 compliance price adjustment will be calculated as the product of the NCMF, the quantity of 20 HMA in the lot in tons, and the unit Contract price per ton of mix. 21 22 If a constituent is not measured in accordance with these Specifications, its individual pay 23 factor will be considered 1.00 in calculating the Composite Pay Factor (CPF). 24 25 5-04.3(9)C7 Mixture Nonstatistical Evaluation – Retests 26 27 The Contractor may request a sublot be retested. To request a retest, the Contractor shall 28 submit a written request within 7 calendar days after the specific test results have been 29 received. A split of the original acceptance sample will be retested. The split of the sample will 30 not be tested with the same tester that ran the original acceptance test. The sample will be 31 tested for a complete gradation analysis, asphalt binder content, and, at the option of the 32 agency, Va. The results of the retest will be used for the acceptance of the HMA in place of 33 the original sublot sample test results. The cost of testing will be deducted from any monies 34 due or that may come due the Contractor under the Contract at the rate of $500 per sample. 35 36 5-04.3(9)D Mixture Acceptance – Commercial Evaluation 37 38 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-95 PROJECT #REN-47 If sampled and tested, HMA produced under Commercial Evaluation and having all 1 constituents falling within the tolerance limits of the job mix formula shall be accepted at the 2 unit Contract price with no further evaluation. When one or more constituents fall outside the 3 commercial tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot shall be 4 evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The 5 commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF 6 shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or 7 samples from the street shall be tested to provide a minimum of three sets of results for 8 evaluation. 9 10 For each lot of HMA mix produced and tested under Commercial Evaluation when the 11 calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. 12 The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The 13 Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the 14 quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. 15 16 If a constituent is not measured in accordance with these Specifications, its individual pay 17 factor will be considered 1.00 in calculating the Composite Pay Factor (CPF). 18 19 5-04.3(10) HMA Compaction Acceptance 20 21 HMA mixture accepted by nonstatistical evaluation that is used in traffic lanes, including lanes 22 for intersections, ramps, truck climbing, weaving, and speed change, and having a specified 23 compacted course thickness greater than 0.10-foot, shall be compacted to a specified level 24 of relative density. The specified level of relative density shall be a Composite Pay Factor 25 (CPF) of not less than 0.75 when evaluated in accordance with Section 1-06.2, using a LSL 26 of 92.0 (minimum of 92 percent of the maximum density). The maximum density shall be 27 determined by WSDOT FOP for AASHTO T 729. The specified level of density attained will 28 be determined by the evaluation of the density of the pavement. The density of the pavement 29 shall be determined in accordance with WSDOT FOP for WAQTC TM 8, except that gauge 30 correlation will be at the discretion of the Engineer, when using the nuclear density gauge and 31 WSDOT SOP 736 when using cores to determine density. 32 33 Tests for the determination of the pavement density will be taken in accordance with the 34 required procedures for measurement by a nuclear density gauge or roadway cores after 35 completion of the finish rolling. 36 37 If the Contracting Agency uses a nuclear density gauge to determine density the test 38 procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the mix 39 is placed and prior to opening to traffic. 40 41 Roadway cores for density may be obtained by either the Contracting Agency or the 42 Contractor in accordance with WSDOT SOP 734. The core diameter shall be 4-inches 43 minimum, unless otherwise approved by the Engineer. Roadway cores will be tested by the 44 Contracting Agency in accordance with WSDOT FOP for AASHTO T 166. 45 46 If the Contract includes the Bid item “Roadway Core” the cores shall be obtained by the 47 Contractor in the presence of the Engineer on the same day the mix is placed and at locations 48 designated by the Engineer. If the Contract does not include the Bid item “Roadway Core” the 49 Contracting Agency will obtain the cores. 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-96 PROJECT #REN-47 1 For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request 2 after the Engineer is satisfied that material conforming to the Specifications can be produced. 3 4 HMA mixture accepted by commercial evaluation and HMA constructed under conditions 5 other than those listed above shall be compacted on the basis of a test point evaluation of the 6 compaction train. The test point evaluation shall be performed in accordance with instructions 7 from the Engineer. The number of passes with an approved compaction train, required to 8 attain the maximum test point density, shall be used on all subsequent paving. 9 10 HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling wheel 11 rutting shall be compacted with a pneumatic tire roller unless otherwise approved by the 12 Engineer. 13 14 Test Results 15 For a sublot that has been tested with a nuclear density gauge that did not meet the minimum 16 of 92 percent of the reference maximum density in a compaction lot with a CPF below 1.00 17 and thus subject to a price reduction or rejection, the Contractor may request that a core be 18 used for determination of the relative density of the sublot. The relative density of the core will 19 replace the relative density determined by the nuclear density gauge for the sublot and will be 20 used for calculation of the CPF and acceptance of HMA compaction lot. 21 22 When cores are taken by the Contracting Agency at the request of the Contractor, they shall 23 be requested by noon of the next workday after the test results for the sublot have been 24 provided or made available to the Contractor. Core locations shall be outside of wheel paths 25 and as determined by the Engineer. Traffic control shall be provided by the Contractor as 26 requested by the Engineer. Failure by the Contractor to provide the requested traffic control 27 will result in forfeiture of the request for cores. When the CPF for the lot based on the results 28 of the HMA cores is less than 1.00, the cost for the coring will be deducted from any monies 29 due or that may become due the Contractor under the Contract at the rate of $200 per core 30 and the Contractor shall pay for the cost of the traffic control. 31 32 5-04.3(10)A HMA Compaction – General Compaction Requirements 33 34 Compaction shall take place when the mixture is in the proper condition so that no undue 35 displacement, cracking, or shoving occurs. Areas inaccessible to large compaction equipment 36 shall be compacted by other mechanical means. Any HMA that becomes loose, broken, 37 contaminated, shows an excess or deficiency of asphalt, or is in any way defective, shall be 38 removed and replaced with new hot mix that shall be immediately compacted to conform to 39 the surrounding area. 40 41 The type of rollers to be used and their relative position in the compaction sequence shall 42 generally be the Contractor’s option, provided the specified densities are attained. Unless the 43 Engineer has approved otherwise, rollers shall only be operated in the static mode when the 44 internal temperature of the mix is less than 175°F. Regardless of mix temperature, a roller 45 shall not be operated in a mode that results in checking or cracking of the mat. 46 47 On bridge decks and on roadway approaches within five feet of a bridge/back of pavement 48 seat, rollers shall not be operated in a vibratory mode, defined as a mode in which the drum 49 vibrates vertically. However, unless otherwise noted on the plans, rollers may be operated in 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-97 PROJECT #REN-47 an oscillartory mode, defined as a mode in which the drum vibrates in the horizontal direction 1 only. Refer to contract drawings for HMA Paving Train requirements and restrictions (e.g. 2 equipment spacing, weight limits, etc.). 3 4 5-04.3(10)B HMA Compaction – Cyclic Density 5 6 Low cyclic density areas are defined as spots or streaks in the pavement that are less than 7 90 percent of the theoretical maximum density. At the Engineer’s discretion, the Engineer may 8 evaluate the HMA pavement for low cyclic density, and when doing so will follow WSDOT 9 SOP 733. A $500 Cyclic Density Price Adjustment will be assessed for any 500-foot section 10 with two or more density readings below 90 percent of the theoretical maximum density. 11 12 5-04.3(10)C Vacant 13 14 5-04.3(10)D HMA Nonstatistical Compaction 15 16 5-04.3(10)D1 HMA Nonstatistical Compaction – Lots and Sublots 17 18 HMA compaction which is accepted by nonstatistical evaluation will be based on acceptance 19 testing performed by the Contracting Agency dividing the project into compaction lots. 20 21 A lot is represented by randomly selected samples of the same mix design that will be tested 22 for acceptance. A lot is defined as the total quantity of material or work produced for each Job 23 Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day’s 24 production or 400 tons, whichever is less except that the final sublot will be a minimum of 200 25 tons and may be increased to 800 tons. Testing for compaction will be at the rate of 5 tests 26 per sublot per WSDOT T 738. 27 28 The sublot locations within each density lot will be determined by the Engineer. For a lot in 29 progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the 30 Engineer is satisfied that material conforming to the Specifications can be produced. 31 32 HMA mixture accepted by commercial evaluation and HMA constructed under conditions 33 other than those listed above shall be compacted on the basis of a test point evaluation of the 34 compaction train. The test point evaluation shall be performed in accordance with instructions 35 from the Engineer. The number of passes with an approved compaction train, required to 36 attain the maximum test point density, shall be used on all subsequent paving. 37 38 HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel ruts 39 shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. 40 41 5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation – Acceptance Testing 42 43 The location of the HMA compaction acceptance tests will be randomly selected by the 44 Engineer from within each sublot, with one test per sublot. 45 46 5-04.3(10)D3 HMA Nonstatistical Compaction – Price Adjustments 47 48 For each compaction lot with one or two sublots, having all sublots attain a relative density 49 that is 92 percent of the reference maximum density the HMA shall be accepted at the unit 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-98 PROJECT #REN-47 Contract price with no further evaluation. When a sublot does not attain a relative density that 1 is 92 percent of the reference maximum density, the lot shall be evaluated in accordance with 2 Section 1-06.2 to determine the appropriate CPF. The maximum CPF shall be 1.00, however, 3 lots with a calculated CPF in excess of 1.00 will be used to offset lots with CPF values below 4 1.00 but greater than 0.90. Lots with CPF lower than 0.90 will be evaluated for compliance 5 per 5-04.3(11). Additional testing by either a nuclear moisture-density gauge or cores will be 6 completed as required to provide a minimum of three tests for evaluation. 7 8 For compaction below the required 92% a Non-Conforming Compaction Factor (NCCF) will 9 be determined. The NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 10 40 percent. The Compaction Price Adjustment will be calculated as the product of CPF, the 11 quantity of HMA in the compaction control lot in tons, and the unit Contract price per ton of 12 mix. 13 14 5-04.3(11) Reject Work 15 16 5-04.3(11)A Reject Work General 17 18 Work that is defective or does not conform to Contract requirements shall be rejected. The 19 Contractor may propose, in writing, alternatives to removal and replacement of rejected 20 material. Acceptability of such alternative proposals will be determined at the sole discretion 21 of the Engineer. HMA that has been rejected is subject to the requirements in Section 1-22 06.2(2) and this specification, and the Contractor shall submit a corrective action proposal to 23 the Engineer for approval. 24 25 5-04.3(11)B Rejection by Contractor 26 27 The Contractor may, prior to sampling, elect to remove any defective material and replace it 28 with new material. Any such new material will be sampled, tested, and evaluated for 29 acceptance. 30 31 5-04.3(11)C Rejection Without Testing (Mixture or Compaction) 32 33 The Engineer may, without sampling, reject any batch, load, or section of Roadway that 34 appears defective. Material rejected before placement shall not be incorporated into the 35 pavement. Any rejected section of Roadway shall be removed. 36 37 No payment will be made for the rejected materials or the removal of the materials unless the 38 Contractor requests that the rejected material be tested. If the Contractor elects to have the 39 rejected material tested, a minimum of three representative samples will be obtained and 40 tested. Acceptance of rejected material will be based on conformance with the nonstatistical 41 acceptance Specification. If the CPF for the rejected material is less than 0.75, no payment 42 will be made for the rejected material; in addition, the cost of sampling and testing shall be 43 borne by the Contractor. If the CPF is greater than or equal to 0.75, the cost of sampling and 44 testing will be borne by the Contracting Agency. If the material is rejected before placement 45 and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at 46 a CPF of 0.75. If rejection occurs after placement and the CPF is greater than or equal to 47 0.75, compensation for the rejected material will be at the calculated CPF with an addition of 48 25 percent of the unit Contract price added for the cost of removal and disposal. 49 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-99 PROJECT #REN-47 5-04.3(11)D Rejection - A Partial Sublot 1 2 In addition to the random acceptance sampling and testing, the Engineer may also isolate 3 from a normal sublot any material that is suspected of being defective in relative density, 4 gradation or asphalt binder content. Such isolated material will not include an original sample 5 location. A minimum of three random samples of the suspect material will be obtained and 6 tested. The material will then be statistically evaluated as an independent lot in accordance 7 with Section 1-06.2(2). 8 9 5-04.3(11)E Rejection - An Entire Sublot 10 11 An entire sublot that is suspected of being defective may be rejected. When a sublot is 12 rejected a minimum of two additional random samples from this sublot will be obtained. These 13 additional samples and the original sublot will be evaluated as an independent lot in 14 accordance with Section 1-06.2(2). 15 16 5-04.3(11)F Rejection - A Lot in Progress 17 18 The Contractor shall shut down operations and shall not resume HMA placement until such 19 time as the Engineer is satisfied that material conforming to the Specifications can be 20 produced: 21 22 1. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and the 23 Contractor is taking no corrective action, or 24 2. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95 25 and the Contractor is taking no corrective action, or 26 3. When either the PFi for any constituent or the CPF of a lot in progress is less than 27 0.75. 28 29 5-04.3(11)G Rejection - An Entire Lot (Mixture or Compaction) 30 31 An entire lot with a CPF of less than 0.75 will be rejected. 32 33 5-04.3(12) Joints 34 35 5-04.3(12)A HMA Joints 36 37 5-04.3(12)A1 Transverse Joints 38 39 The Contractor shall conduct operations such that the placing of the top or wearing course is 40 a continuous operation or as close to continuous as possible. Unscheduled transverse joints 41 will be allowed and the roller may pass over the unprotected end of the freshly laid mixture 42 only when the placement of the course must be discontinued for such a length of time that the 43 mixture will cool below compaction temperature. When the Work is resumed, the previously 44 compacted mixture shall be cut back to produce a slightly beveled edge for the full thickness 45 of the course. 46 47 A temporary wedge of HMA constructed on a 20H:1V shall be constructed where a transverse 48 joint as a result of paving or planing is open to traffic. The HMA in the temporary wedge shall 49 be separated from the permanent HMA by strips of heavy wrapping paper or other methods 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-100 PROJECT #REN-47 approved by the Engineer. The wrapping paper shall be removed and the joint trimmed to a 1 slightly beveled edge for the full thickness of the course prior to resumption of paving. 2 3 The material that is cut away shall be wasted and new mix shall be laid against the cut. Rollers 4 or tamping irons shall be used to seal the joint. 5 6 All transverse (butt) joints between new and existing asphalt shall be milled to the full 7 overlay depth. 8 9 All transverse (butt) joints shall be sealed after paving. See Section 5-04.3(17) for 10 requirements. 11 12 5-04.3(12)A2 Longitudinal Joints 13 14 The longitudinal joint in any one course shall be offset from the course immediately below by 15 not more than 6 inches nor less than 2 inches. All longitudinal joints constructed in the wearing 16 course shall be located at a lane line or an edge line of the Traveled Way. A notched wedge 17 joint shall be constructed along all longitudinal joints in the wearing surface of new HMA unless 18 otherwise approved by the Engineer. The notched wedge joint shall have a vertical edge of 19 not less than the maximum aggregate size or more than ½ of the compacted lift thickness and 20 then taper down on a slope not steeper than 4H:1V. The sloped portion of the HMA notched 21 wedge joint shall be uniformly compacted. 22 23 5-04.3(12)B1 HMA Sawcut and Seal 24 25 Prior to placing HMA on the bridge deck, establish sawcut alignment points at both ends of 26 the bridge paving joint seals to be placed at the bridge ends, and at interior joints within the 27 bridge deck when and where shown in the Plans. Establish the sawcut alignment points in a 28 manner that they remain functional for use in aligning the sawcut after placing the overlay. 29 30 Submit a Type 1 Working Drawing consisting of the sealant manufacturer’s application 31 procedure. 32 33 Construct the bridge paving joint seal as specified on the Plans and in accordance with the 34 detail shown in the Standard Plans. Construct the sawcut in accordance with the detail shown 35 in the Standard Plan. Construct the sawcut in accordance with Section 5-05.3(8)B and the 36 manufacturer’s application procedure. 37 38 5-04.3(12)B2 Paved Panel Joint Seal 39 40 Construct the paved panel joint seal in accordance with the requirements specified in section 41 5-04.3(12)B1 and the following requirement: 42 43 1. Clean and seal the existing joint between concrete panels in accordance with Section 44 5-01.3(8) and the details shown in the Standard Plans. 45 46 5-04.3(13) Surface Smoothness 47 48 The completed surface of all courses shall be of uniform texture, smooth, uniform as to crown 49 and grade, and free from defects of all kinds. The completed surface of the wearing course 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-101 PROJECT #REN-47 shall not vary more than ¼ inch from the lower edge of a 10-foot straightedge placed on the 1 surface parallel to the centerline. The transverse slope of the completed surface of the wearing 2 course shall vary not more than ¼ inch in 10 feet from the rate of transverse slope shown in 3 the Plans. 4 5 When deviations in excess of the above tolerances are found that result from a high place in 6 the HMA, the pavement surface shall be corrected by one of the following methods: 7 8 1. Removal of material from high places by grinding with an approved grinding machine, 9 or 10 2. Removal and replacement of the wearing course of HMA, or 11 3. By other method approved by the Engineer. 12 13 Correction of defects shall be carried out until there are no deviations anywhere greater than 14 the allowable tolerances. 15 16 Deviations in excess of the above tolerances that result from a low place in the HMA and 17 deviations resulting from a high place where corrective action, in the opinion of the Engineer, 18 will not produce satisfactory results will be accepted with a price adjustment. The Engineer 19 shall deduct from monies due or that may become due to the Contractor the sum of $500.00 20 for each and every section of single traffic lane 100 feet in length in which any excessive 21 deviations described above are found. 22 23 When utility appurtenances such as manhole covers and valve boxes are located in the 24 traveled way, the utility appurtenances shall be adjusted to the finished grade prior to paving. 25 This requirement may be waived when requested by the Contractor, at the discretion of the 26 Engineer or when the adjustment details provided in the project plan or specifications call for 27 utility appurtenance adjustments after the completion of paving. 28 29 Utility appurtenance adjustment discussions will be included in the Pre-Paving planing (5-30 04.3(14)B3). Submit a written request to waive this requirement to the Engineer prior to the 31 start of paving. 32 33 5-04.3(14) Planing (Milling) Bituminous Pavement 34 35 The planing plan must be approved by the Engineer and a pre planing meeting must be held 36 prior to the start of any planing. See Section 5-04.3(14)B2 for information on planing 37 submittals. 38 39 Locations of existing surfacing to be planed are as shown in the Drawings. 40 41 Where planing an existing pavement is specified in the Contract, the Contractor must remove 42 existing surfacing material and to reshape the surface to remove irregularities. The finished 43 product must be a prepared surface acceptable for receiving an HMA overlay. 44 Use the cold milling method for planing unless otherwise specified in the Contract. Do not use 45 the planer on the final wearing course of new HMA. 46 47 Conduct planing operations in a manner that does not tear, break, burn, or otherwise damage 48 the surface which is to remain. The finished planed surface must be slightly grooved or 49 roughened and must be free from gouges, deep grooves, ridges, or other imperfections. The 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-102 PROJECT #REN-47 Contractor must repair any damage to the sur-face by the Contractor’s planing equipment, 1 using an Engineer approved method. 2 3 Repair or replace any metal castings and other surface improvements damaged by planing, 4 as deter-mined by the Engineer. 5 6 After planing is complete, planed surfaces must be swept, cleaned, and if required by the 7 Contract or directed by the Engineer, patched and preleveled. 8 9 The Engineer may direct additional depth planing. Before performing this additional depth 10 planing, the Contractor must conduct a hidden metal in pavement detection survey as 11 specified in Section 5-04.3(14)A. 12 13 5-04.3(14)A Pre-Planing Metal Detection Check 14 15 Before starting planing of pavements, and before any additional depth planing required by the 16 Engineer, the Contractor must conduct a physical survey of existing pavement to be planed 17 with equipment that can identify hidden metal objects. 18 19 Should such metal be identified, promptly notify the Engineer. 20 21 See Section 1-07.16(1) regarding the protection of survey monumentation that may be hidden 22 in pavement. 23 24 The Contractor is solely responsible for any damage to equipment resulting from the 25 Contractor’s failure to conduct a pre-planing metal detection survey, or from the Contractor’s 26 failure to notify the Engineer of any hidden metal that is detected. 27 28 5-04.3(14)B Paving and Planing Under Traffic 29 30 5-04.3(14)B1 General 31 32 In addition the requirements of Section 1-07.23 and the traffic controls required in Section 1-33 10, and unless the Contract specifies otherwise or the Engineer approves, the Contractor 34 must comply with the following: 35 36 1. Intersections: 37 a. Keep intersections open to traffic at all times, except when paving or planing 38 operations through an intersection requires closure. Such closure must be kept 39 to the minimum time required to place and compact the HMA mixture, or plane 40 as appropriate. For paving, schedule such closure to individual lanes or 41 portions thereof that allows the traffic volumes and schedule of traffic volumes 42 required in the approved traffic control plan. Schedule work so that adjacent 43 intersections are not impacted at the same time and comply with the traffic 44 control restrictions required by the Traffic Engineer. Each individual 45 intersection closure or partial closure, must be addressed in the traffic control 46 plan, which must be submitted to and accepted by the Engineer, see Section 47 1-10.2(2). 48 49 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-103 PROJECT #REN-47 b. When planing or paving and related construction must occur in an intersection, 1 consider scheduling and sequencing such work into quarters of the 2 intersection, or half or more of an intersection with side street detours. Be 3 prepared to sequence the work to individual lanes or portions thereof. 4 5 c. Should closure of the intersection in its entirety be necessary, and no trolley 6 service is impacted, keep such closure to the minimum time required to place 7 and compact the HMA mixture, plane, remove asphalt, tack coat, and as 8 needed. 9 10 d. Any work in an intersection requires advance warning in both signage and a 11 number of Working Days advance notice as determined by the Engineer, to 12 alert traffic and emergency services of the intersection closure or partial 13 closure. 14 15 e. Allow new compacted HMA asphalt to cool to ambient temperature before any 16 traffic is allowed on it. Traffic is not allowed on newly placed asphalt until 17 approval has been obtained from the Engineer. 18 19 2. Temporary centerline marking, post-paving temporary marking, temporary stop bars, 20 and maintaining temporary pavement marking must comply with Section 8-23. 21 22 3. Permanent pavement marking must comply with Section 8-22. 23 24 5-04.3(14)B2 Submittals – Planing Plan and HMA Paving Plan 25 26 The Contractor must submit a separate planing plan and a separate paving plan to the 27 Engineer at least 5 Working Days in advance of each operation’s activity start date. These 28 plans must show how the moving operation and traffic control are coordinated, as they will be 29 discussed at the pre-planing briefing and pre-paving briefing. When requested by the 30 Engineer, the Contractor must provide each operation’s traffic control plan on 24 x 36 inch or 31 larger size Shop Drawings with a scale showing both the area of operation and sufficient detail 32 of traffic beyond the area of operation where detour traffic may be required. The scale on the 33 Shop Drawings is 1 inch = 20 feet, which may be changed if the Engineer agrees sufficient 34 detail is shown. 35 36 The planing operation and the paving operation include, but are not limited to, metal detection, 37 removal of asphalt and temporary asphalt of any kind, tack coat and drying, staging of supply 38 trucks, paving trains, rolling, scheduling, and as may be discussed at the briefing. 39 40 When intersections will be partially or totally blocked, provide adequately sized and noticeable 41 signage alerting traffic of closures to come, a minimum 2 Working Days in advance. The traffic 42 control plan must show where peace officers will be stationed when signalization is or may 43 be, countermanded, and show ar-eas where flaggers are proposed. 44 45 At a minimum, the planing and the paving plan must include: 46 47 1. A copy of the accepted traffic control plan, see Section 1-10.2(2), detailing each day’s 48 traffic control as it relates to the specific requirements of that day’s planing and paving. 49 Briefly describe the se-quencing of traffic control consistent with the proposed planing 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-104 PROJECT #REN-47 and paving sequence, and scheduling of placement of temporary pavement markings 1 and channelizing devices after each day’s planing, and paving. 2 2. A copy of each intersection’s traffic control plan. 3 3. Haul routes from Supplier facilities, and locations of temporary parking and staging 4 areas, including return routes. Describe the complete round trip as it relates to the 5 sequencing of paving operations. 6 4. Names and locations of HMA Supplier facilities to be used. 7 5. List of all equipment to be used for paving. 8 6. List of personnel and associated job classification assigned to each piece of paving 9 equipment. 10 7. Description (geometric or narrative) of the scheduled sequence of planing and of 11 paving, and intended area of planing and of paving for each day’s work, must include 12 the directions of proposed planing and of proposed paving, sequence of adjacent lane 13 paving, sequence of skipped lane paving, intersection planing and paving scheduling 14 and sequencing, and proposed notifications and coordinations to be timely made. The 15 plan must show HMA joints relative to the final pavement marking lane lines. 16 8. Names, job titles, and contact information for field, office, and plant supervisory 17 personnel. 18 9. A copy of the approved Mix Designs. 19 10. Tonnage of HMA to be placed each day. 20 11. Approximate times and days for starting and ending daily operations. 21 22 5-04.3(14)B3 Pre-Paving and Pre-Planing Briefing 23 24 At least 2 Working Days before the first paving operation and the first planing operation, or as 25 scheduled by the Engineer for future paving and planing operations to ensure the Contractor 26 has adequately prepared for notifying and coordinating as required in the Contract, the 27 Contractor must be prepared to discuss that day’s operations as they relate to other entities 28 and to public safety and convenience, including driveway and business access, garbage truck 29 operations, Metro transit operations and working around energized overhead wires, school 30 and nursing home and hospital and other accesses, other contractors who may be operating 31 in the area, pedestrian and bicycle traffic, and emergency services. The Contractor, and 32 Subcontractors that may be part of that day’s operations, must meet with the Engineer and 33 discuss the proposed operation as it relates to the submitted planing plan and paving plan, 34 approved traffic control plan, and public convenience and safety. Such discussion includes, 35 but is not limited to: 36 37 1. General for both Paving Plan and for Planing Plan: 38 a. The actual times of starting and ending daily operations. 39 b. In intersections, how to break up the intersection, and address 40 traffic control and signalization for that operation, including use 41 of peace officers. 42 c. The sequencing and scheduling of paving operations and of 43 planing operations, as applicable, as it relates to traffic control, 44 to public convenience and safety, and to other con-tractors who 45 may operate in the Project Site. 46 d. Notifications required of Contractor activities, and coordinating 47 with other entities and the public as necessary. 48 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-105 PROJECT #REN-47 e. Description of the sequencing of installation and types of 1 temporary pavement markings as it relates to planning and to 2 paving. 3 f. Description of the sequencing of installation of, and the removal 4 of, temporary pavement patch material around exposed 5 castings and as may be needed 6 g. Description of procedures and equipment to identify hidden 7 metal in the pavement, such as survey monumentation, 8 monitoring wells, street car rail, and castings, before planning, 9 see Section 5-04.3(14)B2. 10 h. Description of how flaggers will be coordinated with the planing, 11 paving, and related operations. 12 i. Description of sequencing of traffic controls for the process of 13 rigid pavement base repairs. 14 j. Other items the Engineer deems necessary to address. 15 16 2. Paving – additional topics: 17 a. When to start applying tack and coordinating with paving. 18 b. Types of equipment and numbers of each type equipment to be 19 used. If more pieces of equipment than personnel are proposed, 20 describe the sequencing of the personnel operating the types of 21 equipment. Discuss the continuance of operator personnel for 22 each type equip-ment as it relates to meeting Specification 23 requirements. 24 c. Number of JMFs to be placed, and if more than one JMF how 25 the Contractor will ensure different JMFs are distinguished, how 26 pavers and MTVs are distinguished if more than one JMF is 27 being placed at the time, and how pavers and MTVs are cleaned 28 so that one JMF does not adversely influence the other JMF. 29 d. Description of contingency plans for that day’s operations such 30 as equipment breakdown, rain out, and Supplier shutdown of 31 operations. 32 e. Number of sublots to be placed, sequencing of density testing, 33 and other sampling and testing. 34 35 5-04.3(15) Sealing Pavement Surfaces 36 37 Apply a fog seal where shown in the plans. Construct the fog seal in accordance with Section 38 5-02.3. Unless otherwise approved by the Engineer, apply the fog seal prior to opening to 39 traffic. 40 41 5-04.3(16) HMA Road Approaches 42 43 HMA approaches shall be constructed at the locations shown in the Plans or where staked by 44 the Engineer. The Work shall be performed in accordance with Section 5-04. 45 46 5-04.3(17) Construction Joint Sealing 47 48 Transverse Joints - Joints between new and existing asphalt shall be sealed within five (5) 49 calendar days after final rolling of the final lift of HMA. The seal shall be CSS-1 emulsified 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-106 PROJECT #REN-47 asphalt. The emulsified asphalt shall be placed in a way to be smooth and flush with roadway 1 surface with minimal overbanding. This work is considered incidental to the bid item “Fiber 2 Reinforced HMA CL. ½” PG 64-22”. 3 4 5-04.3(18) Incidental Uses for HMA 5 6 Incidental uses for HMA shall consist of restoration and adjustment to paved areas and ther 7 such uses as directed by the Engineer. Incidental uses for HMA shall be measured and paid 8 under the “HMA CL. ½” PG 64-22” bid item. 9 10 5-04.3(19) Vacant 11 12 5-04.3(20) Vacant 13 14 5-04.3(21) Temporary Pavement 15 Temporary Pavement is required to open areas to traffic during construction. These areas 16 include paving over excavated roadway and utility trenches, to provide paved access to 17 private properties, and ramps for pedestrian access. All temporary paving shall be placed 18 with a minimum thickness of 2 inches. All temporary paving shall be approved by the Engineer 19 before placement. Any areas of temporary pavement to be removed and replaced shall also 20 be approved by the Engineer before placement. This work shall also include the removal of 21 the temporary pavement prior to paving of final asphalt concrete pavement. 22 23 Temporary Pavement, hot mix asphalt, will be used for any trench restoration within the 24 traveled way. Whether temporary or permanent, sawcut and treat edges with CSS-1 asphalt 25 emulsion. 26 27 Temporary Pavement, cold mix asphalt is allowed for any temporary paving outside the 28 traveled way. The cold mix shall be approved by the Engineer and placed with a minimum 29 thickness of 2 inches. Placement of temporary pavement without prior approval of the 30 Engineer shall be considered as a benefit of the Contractor and no cost to the owner. Any 31 areas of temporary pavement to be removed and replaced require prior approval by the 32 Engineer. This work shall include the removal of the temporary pavement prior to paving of 33 final asphalt concrete pavement. 34 35 The Contractor shall excavate and remove temporary pavement to the required subgrade 36 depth to construct and install the proposed pavement section. Excavation and removal of 37 temporary pavement, to subgrade depth, shall be considered included in the unit cost for 38 “HMA CL. ½” PG 64-22”. 39 40 5-04.4 Measurement 41 HMA Cl. ___ PG ___, will be measured by the ton in accordance with Section 1-09.2, with no 42 deduction being made for the weight of asphalt binder, mineral filler, or any other component 43 of the mixture. If the Contractor elects to remove and replace mix as allowed by Section 5-44 04.3(11), the material removed will not be measured. 45 46 HMA will be measured by the ton in accordance with Section 1-09.2, with no deduction being 47 made for the weight of asphalt binder, blending sand, mineral filler, or any other component 48 of the HMA. 49 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-107 PROJECT #REN-47 5-04.5 Payment 1 Section 5-04.5 is supplemented with the following: 2 3 Payment will be made for each of the following Bid items that are included in the Proposal: 4 5 The unit Contract price per ton for “HMA Cl. ___ PG ___”, shall be full compensation for all 6 costs, including anti-stripping additive, incurred to carry out the requirements of Section 5-04 7 except for those costs included in other items which are included in this Subsection and which 8 are included in the Proposal. 9 10 END OF DIVISION 511 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-108 PROJECT #REN-47 DIVISION 7 1 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, 2 WATER MAINS, AND CONDUITS 3 4 7-04 STORM SEWERS 5 6 7-04.2 Materials 7 (*****) 8 9 Section 7-04.2 is supplemented with the following: 10 11 Ductile Iron Pipe, 12 In. Diam. shall meet the requirements of 9-05.13. 12 13 7-04.4 Measurement 14 (*****) 15 16 Section 7-04.4 is supplemented with the following: 17 18 “Ductile Iron Pipe, 12 In. Diam.” Shall be measured per linear foot. 19 20 7-04.5 Payment 21 (*****) 22 23 Section 7-04.5 is supplemented with the following: 24 25 “Ductile Iron Pipe, 12 In. Diam.” per linear foot shall be full compensation for all costs for 26 procurement, trenching, and installation of the pipe into existing and proposed structures 27 as shown on the Plans. 28 29 30 31 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 32 33 7-05.2 Materials 34 (*****) 35 36 Section 7-05.2 is supplemented with the following: 37 38 24 In. Riser – City of Renton standard Plan 200.40 39 40 Open Grate Locking Lid – City of Renton standard Plan 204.20. 41 42 Solid Locking Lid – City of Renton standard Plan 204.10. 43 44 45 7-05.3(1) Adjusting Manholes and Catch Basins to Grade 46 (*****) 47 48 Section 7-05.3(1) is supplemented with the following: 49 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-109 PROJECT #REN-47 1 Where shown in the Plans or where directed by the Engineer, existing utility covers, 2 including water valves, water meter covers and other utilities shall be adjusted to 3 the final grade as staked or otherwise designated by the Engineer. Existing cast 4 iron rings, plastic or fiberglass utility basins and covers on utilities shall first be 5 removed and thoroughly cleaned for reinstalling at the new elevation, unless 6 covers shall fall, in the final condition, in a sidewalk, dedicated bike facility or other 7 walking or cycling surface. If covers shall fall within a shared use path, bicycle path, 8 or pedestrian accessibility route, covers shall be replaced, as necessary, with the 9 Slip-Resistant Manhole Lid described in these Specifications. If covers fall within a 10 landscaping area, the covers shall be replaced, as necessary, with the Solid 11 Locking Lid described in these Specifications. 12 13 From that point, the existing utility Structure shall be raised or lowered to the 14 required elevation. The materials and method of construction shall conform to the 15 requirements specified above, and the finished Structure shall conform to the 16 requirements of the Standard Plans except as approved by the Engineer. 17 18 7-05.3(5) Slip-Resistant Lids and Frames 19 (*****) 20 21 Section 7-05.3(5) is added as follows: 22 23 Both the slip-resistant lid and slip-resistant frame shall be treated with one of the 24 following products, or approved equal: 25 26 1. Mebac#1 as manufactured by IKG industries 27 28 2. SlipNOT Grade 3-coarse as manufactured by W.S. Molnar Co. 29 30 Where the exposed portion of the frame is ½ inch wide or less the slip-resistant 31 treatment may be omitted on that portion of the frame. The slip-resistant lid shall 32 be identified with permanent marking on the underside indicating the type of 33 surface treatment and the year manufactured. The permanent marking shall be 34 1⁄8 inch line thickness formed with a mild steel weld bead. 35 36 37 7-05.4 Measurement 38 (*****) 39 40 Section 7-05.4 is supplemented with the following: 41 42 “Solid locking lid” will be measured per each. 43 44 “Open Grate Locking Lid” will be measured per each. 45 46 “24 In. Riser” will be measured per each. 47 48 “Adjust Manhole (Slip-Resistant Lid)” will be measured per each. 49 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-110 PROJECT #REN-47 “Adjust Manhole (Slip-Resistant Lid Only)” will be measured per each. 1 2 “Adjust Catch Basin (Vaned Grate)” will be measured per each. 3 4 “Adjust Water Valve” will be measured per each. 5 6 “Utility Lid Only” will be measured per each. 7 8 “Adjust Utility Lid” will be measured per each. 9 10 11 7-05.5 Payment 12 (*****) 13 14 Section 7-05.5 is supplemented with the following: 15 16 “Solid Locking Lid” per each shall be full compensation for all costs, including 17 attachment to risers, repairs of concrete and asphalt collars and procurement and 18 installation of lids as specified in the Plans. 19 20 “Open Grate Locking Lid” per each shall be full compensation for all costs, 21 including attachment to risers, repairs of concrete and asphalt collars and 22 procurement and installation of lids as specified in the Plans. 23 24 “24 In. Riser” per each shall be full compensation for all costs, including 25 adjustments of risers, and attachment to existing structures as specified in the 26 Plans. 27 28 “Adjust Manhole (Slip-Resistant Lid)” per each shall be full compensation for all 29 costs for procurement and installation of the lid as shown on the Plans. 30 31 “Adjust Manhole (Slip-Resistant Lid Only)” per each shall be full compensation for 32 all costs for procurement and installation of the lid on existing structures as shown 33 on the Plans. 34 35 “Adjust Catch Basin (Vaned Grate)” per each shall be full compensation for all 36 costs for procurement and installation of the grate on existing structures as shown 37 on the Plans. 38 39 “Adjust Water Valve” per each shall be full compensation for all costs for 40 procurement and adjustment of the valve lid as shown on the Plans. 41 42 “Utility Lid Only” per each shall be full compensation for all costs for procurement 43 and placement of the lid as shown on the Plans. 44 45 “Adjust Utility Lid” per each shall be full compensation for all costs for procurement 46 and adjustment of the lid as shown on the Plans. 47 48 49 END OF DIVISION 750 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-111 PROJECT #REN-47 DIVISION 8 1 MISCELLANEOUS CONSTRUCTION 2 3 8-02 ROADSIDE RESORATION 4 8-02.2 Materials 5 Section 8-02.2 is supplemented with the following: 6 Topsoil Type A Section 9-14.2(1) 7 8 Seed Section 9-14.3 9 Fertilizer Section 9-14.4 10 Wood Chip Mulch Section 9.14.5(3) 11 Root Barrier Section 9-14.9 12 8-02.3(1) Responsibility During Construction 13 Section 8-02.3(1) is supplemented with the following: 14 Dumping or stockpiling of topsoil or wood chipmulch shall not be allowed on roadway surfaces. 15 The Contractor shall locate all underground utilities (both new and existing) prior to starting 16 work and shall not disturb or damage them. Promptly notify the Engineer of any conflict 17 between the proposed work and any obstructions. The Contractor shall be responsible for 18 making any and all repairs for damage caused by his or her activities. 19 8-02.3(2)A Roadside Work Plan 20 Section 8-02.3(2)A is supplemented with the following: 21 The Contractor shall submit to the Contracting Agency a Roadside Work Plan meeting the 22 requirements of the Standard Specifications a minimum of 30 calendar days prior to 23 commencing the installation of topsoil, bark mulch, irrigation systems, and / or landscape 24 materials. 25 8-02.3(4) Topsoil 26 Section 8-02.3(4) is supplemented with the following: 27 Thoroughly scarify subgrade in all areas to be planted or seeded, including Roadway and 28 Median planter areas, back-of-walk restoration areas and Tree Grate areas, to a minimum 29 depth of eight inches (8”), unless otherwise noted on the plans. Scarified subgrade shall be 30 inspected and approved by the Engineer prior to the placement of topsoil. Remove all 31 construction debris and rocks over two-inches (2”) in diameter prior to placing topsoil. 32 Areas within 6” of curbs and sidewalk shall not be cultivated and care shall be taken to avoid 33 undermining base materials. In addition, areas around existing trees to remain shall not be 34 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-112 PROJECT #REN-47 cultivated within the dripline of the tree or any other areas which appear to have a significant 1 number of existing tree roots. 2 Topsoil Type A shall be used in any areas requiring additional soil to bring subgrade up to 3 grade, prior to the placement of required depth of Topsoil Type A as noted on the plans. 4 Upon approval of the subgrade, Topsoil Type A shall be installed in two lifts. The first four-5 inch (4”) lift shall be incorporated into the top eight inches (8”) of the subgrade by rototilling. 6 Then the remaining topsoil shall be installed to achieve the minimum compacted depth 7 detailed on the Plans. 8 Finish grade in Roadway and Median planter areas and back-of-walk restoration areas shall 9 be one inch (1”) plus the specified depth of mulch below the top of adjacent curb or sidewalk. 10 In back-of-walk restoration areas, finish grade shall be adjusted at the construction limits to 11 tie smoothly into existing finish grade of the surrounding area. Finish grade of tree grate areas 12 shall be as detailed on the Plans. Finish grades shall be reviewed and approved by the 13 Engineer prior to any tree or plant installation. 14 Remove rocks, roots, and debris over one (1) inch diameter in all planted and seeded areas. 15 Lightly compact soil to a compaction rate of no more than 85% and establish a smooth and 16 uniform finished grade to allow surface drainage and prevent ponding. 17 Any additional fine grading to get a firm smooth surface in all planted and seeded areas shall 18 be considered incidental to and included in the unit contract price for placement and 19 installation of Topsoil Type A. 20 The costs of removing all excess material and debris shall be considered incidental to and 21 included in the unit contract prices of other items in this contract. 22 Contractor shall coordinate installation of Root Barrier with topsoil installation, where shown 23 on the Plans. “Root Barrier” shall be as specified in Section 9-14.9 Root Barrier of these 24 special provisions. 25 8-02.3(4)A Topsoil Type A 26 Section 8-02.3(4)A is supplemented with the following: 27 Topsoil Type A shall conform to Section 9-14.2(1) of these Special Provisions and shall be 28 supplied by a Contractor's supplied source, and as approved by the Engineer. 29 8-02.3(6)B Fertilizers 30 Section 8-02.3(6)B is supplemented with the following: 31 Trees and shrubs shall be fertilized at a rate according to manufacturer’s recommendations. 32 Fertilizer tablets shall be considered incidental to and included in the unit contract price for 33 trees and shrubs. 34 Fertilizers shall be as specified in Section 9-14.4 Fertilizer, of these Special Provisions. 35 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-113 PROJECT #REN-47 8-02.3(8)B Plant Installation 1 Section 8-02.3(8)B is supplemented with the following: 2 All trees, shrubs, and groundcovers shall be planted as detailed on the Plans. 3 Scarify sides and bottom of all planting pits prior to planting. Sufficient planting soil shall be 4 placed around the plant and compacted so as to ensure that the location of the ground line at 5 the top of the root ball is the same as the nursery. 6 Plant trees upright and face to give best appearance or relationship to adjacent structures and 7 hold rigidly in position until planting soil has been backfilled and tamped firmly around the root 8 ball or roots. 9 Balled and burlapped plants shall be placed in the planting pits with the burlap intact; then the 10 binding shall be removed and all of the burlap or cloth wrapping materials shall be removed 11 from the root ball. Remove all plastic, twine and ropes. The plant shall be rejected if the root 12 ball is cracked or broken during removal of wrapping or during the planting process. 13 When the pit is backfilled halfway, place the specified quantity of fertilizer in planting pit, unless 14 otherwise specified on the plans. Evenly spread fertilizer adjacent to the root system at a 15 depth that is between the middle and the bottom of the root system. Do not injure root system. 16 Place and compact planting topsoil carefully to avoid injury to roots; fill all voids. 17 When pit is three-quarters (3/4) backfilled, completely fill with water and allow water to soak 18 away. If water does not drain within ½ hour notify Engineer; tree planting pits which do not 19 drain properly may require drain-rock sump to facilitate drainage. Fill pits with additional soil 20 to finish grade and continue backfilling as detailed on plans. 21 8-02.3(11)B Wood Chip Mulch 22 Section 8-02.3(11)B is supplemented with the following: 23 Wood Chip mulch shall be placed over all planting beds to a depth of no less than three inches 24 (3”). Thoroughly water and hose down plants with a fine spray to wash the leaves of the plants 25 immediately after application. 26 Wood Chip Mulch shall meet the requirements of Section 9-14.5(3) Wood Chip Mulch of these 27 special provisions and shall be supplied by a Contractor's supplied source, and as approved 28 by the Engineer. 29 8-02.3(13) Plant Establishment 30 Section 8-02.3(13) is supplemented with the following: 31 32 Plant Establishment Prior to Completion of Initial Planting 33 The Contractor shall maintain the planting areas and all plants planted within the project limits 34 to ensure the resumption and continued growth of the planted material until initial planting is 35 accepted by the City. 36 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-114 PROJECT #REN-47 Maintenance shall include, but not be limited to, labor and materials necessary for removal of 1 foreign, dead, or rejected plant material, maintaining a weed-free condition, and the 2 replacement of all unsatisfactory plant material planted under the contract. All plant material 3 shall be watered, pruned, sprayed and otherwise maintained and protected throughout the 4 plant establishment period at regular intervals. Rejected plant materials shall be replaced. 5 Plant material for replacement shall be inspected and approved as equal plant material prior 6 to replacement being made. 7 If plants are stolen or damaged by the acts of others prior to final acceptance by the County, 8 the Contracting Agency will pay invoice cost only for the replacement plants with no mark-up 9 and the Contractor will be responsible for the labor to install the replacement plants. 10 Plant Establishment After Completion of Initial Planting 11 The first-year plant establishment shall begin immediately upon written notification from the 12 Engineer of the completion of initial planting for the project. Plant establishment shall consist 13 of caring for all plants planted on the project and caring for the planting areas within the project 14 limits. The provisions of Sections 1-07.13(2) and 1-07.13(3) do not apply to this Section. 15 The Contractor shall submit a first-year plant establishment plan for approval by the Engineer. 16 The first year of plant establishment shall begin immediately upon final project acceptance by 17 the County. The first-year plant establishment period shall be a minimum of 1 calendar year. 18 During the first-year plant establishment period, the Contractor shall perform all Work 19 necessary to ensure the resumption and continued growth of the transplanted material and 20 for the continued healthy and vigorous growth of all plant material, as directed by the Engineer. 21 This care shall include, but not be limited to, labor and materials necessary for regular 22 watering of all plant material not covered by automatic irrigation system, removal of foreign, 23 dead, or rejected plant material, maintaining a weed-free condition, and the replacement of all 24 unsatisfactory plant material planted under the Contract. If plants are stolen or damaged by 25 the acts of others, the Contracting Agency will pay invoice cost only for the replacement plants 26 with no mark-up and the Contractor will be responsible for the labor to install the replacement 27 plants. 28 All landscaped areas shall be kept weed free. Frequency of weeding shall be sufficient to 29 keep weeds from going to seed and shall be performed a minimum of bi-weekly during the 30 growing season, April through August. 31 Chemical herbicides shall not be used for a period of 60 calendar days after the installation of 32 plant material. When using chemical herbicides, manufacturer’s recommended application 33 rates shall be followed. Any chemical herbicide use must be approved by the Engineer prior 34 to use. Any plant material damaged by use of herbicides shall be replaced at the Contractor's 35 expense. 36 All tree stakes, wrappings, guards and fastenings shall be kept intact and effective in 37 maintaining firm support. Where fastenings have become too tight or too short, new and 38 larger fastenings shall be furnished and installed by the Contractor to prevent strangulation or 39 irregular growth of the tree. Stakes, wrappings, guards, and fastenings shall be removed 40 during the last month of Plant Establishment. 41 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-115 PROJECT #REN-47 Cleanup shall be made immediately after and as part of the work done in the area. The 1 cleanup shall include the entire area under this contract. The contract area shall be cleaned 2 of litter and debris at least once each month. Such cleanup shall include the pickup and 3 removal from the contract area of all clippings, trimmings, leaves, litter, and debris originating 4 from any source whatsoever. Planting areas shall be neatly dressed and finished; walks and 5 paved area shall be hosed off with water as necessary and otherwise kept clean and free from 6 dirt, bark, and litter. 7 Payment for water used to water in plants, or hand watering of plant material, unless otherwise 8 specified, is the responsibility of the Contractor during the first-year plant establishment 9 period. 10 Contractor is responsible for routine inspection during the Plant Establishment period. In 11 addition, the Contractor shall meet with the Engineer for the purpose of joint inspection of the 12 plant materials, on a mutually agreed upon schedule. All conditions unsatisfactory to the 13 Engineer shall be corrected by the Contractor within a seven (7) day period immediately 14 following the inspection. Corrective work shall include the removal and disposal of all 15 unsatisfactory plant material. If plant replacement is required, the Contractor shall, within the 16 7-day period, submit a plan and schedule for the plant replacement to occur immediately at 17 the beginning of the planting period between October 1st and March 1st. Failure to comply 18 with corrective steps outlined by the Engineer shall constitute justification for the County to 19 take corrective steps. All costs incurred by the County in correcting unsatisfactory conditions 20 shall be paid by the Contractor. All plants which, at any point during the plant establishment 21 period, do not show healthy and vigorous growth shall be removed and replaced. 22 23 Add New Section 8-02.3(17) as follows: 24 8-02.3(17) Protection of Private Property and Property Restoration 25 Protection of Private Property and Tree Protection shall consist of protecting existing trees, 26 shrubs, groundcover and other landscape materials, and protecting existing landscape 27 irrigation and lighting systems outside of the limits of work. 28 Property Restoration shall consist of placement of additional plant materials, sod, seed and 29 bark mulch in order to restore all disturbed areas to original condition or better, as directed by 30 the Engineer. 31 All materials shall conform to Sections 9-14 Erosion Control and Roadside Planting and 9-15 32 Irrigation System of the Standard Specifications. 33 The Contractor is specifically reminded that any unnecessary damage caused by construction 34 activities will be repaired at the Contractor’s expense. 35 Topsoil shall be Type A and Bark Mulch shall be medium grade fir or hemlock. Grass areas 36 shall be restored with hydroseed where directed. 37 The force account item provided for Property Restoration also includes any adjustments 38 and/or replacements of existing irrigation systems not covered under Section 8-03 Irrigation 39 Systems of the Special Provisions. This work shall also consist of modifying existing 40 landscape lighting systems as may become necessary by these improvements. 41 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-116 PROJECT #REN-47 The Contractor is advised that protecting existing private irrigation and lighting systems from 1 damage does not constitute a basis for claim or extra work. “Property Restoration” has been 2 provided as a basis for modifications or improvements to private lighting systems and irrigation 3 systems that may become necessary, but could not be foreseen prior to construction. 4 5 Add New Section 8-02.3(18) as follows: 6 7 8-02.3(18) Submittals 8 9 The Contractor shall submit samples for verification for each of the following: 10 11 Topsoil Type A: 1-gallon volume in sealed plastic bags labeled with composition of materials 12 by percentage of volume and sources. Sample shall be typical of the lot of material to be 13 furnished; provide an accurate representation of color, texture, and organic makeup. 14 15 Compost: 1-gallon volume in sealed plastic bags labeled with composition of materials by 16 percentage of weight and source. Sample shall be typical of the lot of material to be furnished; 17 provide an accurate representation of color, texture, and organic makeup. 18 19 Wood Chip Mulch: 1-gallon volume in sealed plastic bag. Sample shall be typical of the lot of 20 material to be furnished; provide an accurate representation of color, texture, and organic 21 makeup. 22 23 The Contractor shall submit Material Test Reports according to the Standard Specification for 24 Topsoil Used for Landscaping and Construction Purposes ASTM D 5268 topsoil. Existing 25 native surface topsoil, existing in-place surface soil, and imported or manufactured topsoil. 26 Provide copies of lab accreditation and certification. 27 8-02.4 Measurement 28 Section 8-02.4 is supplemented with the following: 29 The pay quantities for the plant materials will be determined by count of the number of 30 satisfactory installed trees, shrubs, groundcover and other landscape materials accepted by 31 the Engineer. 32 “Topsoil Type A”, “Wood Chip Mulch”, and “Coarse Compost” will be measured at the depth 33 indicated in the pay item, by the cubic yard in the haul conveyance at the point of delivery. 34 “Seeded Lawn Installation” will be measured by the square yard along the ground slope line 35 of lawn installed and accepted by the Engineer. 36 “Root Barrier” will be measured by the linear foot of root barrier installed and accepted by the 37 Engineer. 38 8-02.5 Payment 39 Section 8-02.5 is supplemented with the following: 40 “Protection of Private Property and Tree Protection”, per lump sum 41 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-117 PROJECT #REN-47 The lump sum contract price for “Protection of Private Property and Tree Protection” shall be 1 full compensation for all materials, labor, tools, equipment, and supplies necessary to protect 2 existing private landscapes, including but not limited to trees, plant material, irrigation and 3 lighting systems. 4 “Property Restoration”, per force account 5 “Topsoil Type A (8” Depth)”, per cubic yard 6 “Wood Chip Mulch (3” Depth)”, per cubic yard 7 “Coarse Compost (2.5” Depth)”, per cubic yard 8 “Seeded Lawn Installation”, per square yard 9 “PS____”, per each 10 11 The unit contract price for “PS____", per each, shall be full compensation for all materials, 12 labor, tools, equipment, and supplies necessary to fine grade, produce, plant, cultivate and 13 cleanup for the particular items called for in the plans. Tree anchoring, fertilizer and pea gravel 14 shall be incidental to the above bid items and all costs shall be included in the unit contract 15 prices. The unit contract price shall also include plant establishment until written notification 16 of completion of initial planting is received. 17 “Root Barrier”, per linear foot 18 8-03 IRRIGATION SYSTEM 19 (*****) 20 8-03.1 Description 21 Section 8-03.1 is supplemented with the following: 22 The work shall consist of installing a fully functioning and complete landscape irrigation 23 system, with two (2) points of connections and two (2) automatic controllers. 24 8-03.3 Construction Requirements 25 Section 8-03.3 is supplemented with the following: 26 Backfilling of irrigation piping shall be in accordance with Section 7-08.3(3) Backfilling of these 27 Special Provisions. 28 In paved asphalt areas, the pavement restoration shall be per typical sections shown on the 29 Plans. 30 The Contractor shall connect Point of Connection assemblies as shown on the Plans to 31 irrigation meter(s) as specified in Section 7-15 Service Connections, of these Special 32 Provisions, and as shown on the Plans. Contractor is responsible for providing and installing 33 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-118 PROJECT #REN-47 the irrigation meter and all associated equipment and connections. The irrigation meters and 1 water connections shall be measured and paid for separately as specified in Section 7-15 2 Service Connections. 3 The Contractor is responsible for coordinating and the installation of a 4 telephone/communications line with either CenturyLink or Comcast, to the irrigation 5 controllers, prior to installation of controller equipment. 6 8-03.3(3) Piping 7 Section 8-03.3(3) is supplemented with the following: 8 All irrigation sleeves shall be Schedule 40 and sized and located as shown on the Plans. 9 Sleeving size shall be a minimum of two times the diameter of all pipe and control wire to be 10 placed in the sleeve. 11 The Contractor is alerted that irrigation sleeves are not shown on the Roadway Plan & 12 Profile Sheets and thus will require coordination with the Irrigation Plans. 13 PVC Pipe and Fittings 14 Due to the nature of PVC pipe and fittings, the Contractor shall exercise care in handling, 15 loading, unloading and storing pipe to avoid damage. The pipe and fittings shall be stored 16 under cover and shall be transported in a vehicle with a bed long enough to allow the length 17 of pipe to lie flat so as not to be subject to undue ending or concentrated external load at any 18 point. Any pipe that has been dented or damaged shall be set aside until such damage has 19 been cut out and pipe is rejoined with a coupling. 20 Solvent welded joints shall be performed as a two-step process using primer and glue. In each 21 case, both fittings and pipes must be given the following applications. Both must first be 22 primed and then be glued. Give at least 15 minutes set-up time before moving or handling. 23 Pipe shall be partially center loaded to prevent arching and slipping. No water shall be 24 permitted in the pipe until at least 10 hours have elapsed for the weld to set and cure. 25 Backfilling shall be done when pipe is not in an expanded condition due to heat or pressure. 26 Cooling of the pipe can be accomplished by operation the system for a short time before 27 backfill, or by backfilling in the early part of the morning before the heat of day. 28 Before pressure testing, soluble weld joints shall be given at least 24 hours curing time. 29 No PVC pipe may be threaded or connected to a threaded fitting without an adapter. 30 Great care must be taken to ensure that the inside of the pipe is absolutely clean. Any pipe 31 ends not being worked on must be protected and not left open. 32 8-03.3(7) Flushing and Testing 33 Section 8-03.3(7) is supplemented with the following: 34 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-119 PROJECT #REN-47 The Contractor shall advise the Engineer at least 48 hours before pressure tests are to be 1 conducted and shall have the approval of the Engineer before backfilling, both main lines and 2 lateral lines and system must pass an electrical resistance test. The pressure reducing valves 3 shall also be inspected at this time. 4 Before backfilling, main lines and automatic valves shall be flushed twice, once prior to 5 placement of valves and the second after placement of the valves. 6 Main Line Test (Hydrostatic Pressure Test) 7 With all valves in place and closed, and all joints exposed. 8 Attach test pump to head of main line at beginning of new extension. 9 Attach gate valve to opposite end of main line. 10 Open gate valve at end of main line and open main shut-off valve until all air is removed from 11 main line. 12 Close gate valve at end of main line and install pressure gauge and reopen gate valve. 13 Close main shut-off valve and apply 150 psi test to main line. Hold for one hour. Maximum 14 allowable drop is 5 psi. 15 At the end of test close gate valve at end of mainline and remove pressure gauge. Open gate 16 valve and slowly remove pressure from line. 17 Lateral Line Test 18 With all valves and swing joints in place. 19 Apply 100 psi test to lateral lines for one hour. Maximum allowable drop is 5 psi. 20 Rejected systems or portions of shall be repaired and retested. Any leakage noted shall be 21 corrected and the test repeated until the system is air-tight, at the Contractor’s expense. 22 To be valid, all tests must be performed under the direction and supervision of authorized City 23 of Renton personnel, or authorized representative. 24 The location, inspection and testing provisions of these specifications will be strictly adhered 25 to. If for any reason any part of the sprinkler system is backfilled before being authorized by 26 the Engineer, it must be completely uncovered and exposed until approved for backfilling by 27 the Engineer. 28 8-03.3(11) System Operation 29 Section 8-03.3(11) is supplemented with the following: 30 Before the sprinkler system will be accepted, the Contractor, in the presence of the Engineer, 31 shall perform a water coverage test to determine if the water coverage and operation of the 32 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-120 PROJECT #REN-47 system is complete and satisfactory. If any part of the system is inadequate it shall be repaired 1 or replaced at the Contractor's expense and the test repeated until accepted. 2 The entire sprinkler system shall be guaranteed by the Contractor to give complete and 3 satisfactory service for a period of one year from the date of final acceptance of the work by 4 the City of Renton. 5 Should any malfunction develop within the one-year period, which in the opinion of Engineer, 6 is due to faulty material or workmanship, the trouble shall be corrected, without delay, to the 7 satisfaction of the Engineer at the Contractor's expense. 8 All backfilled trenches shall be repaired by the Contractor at his expense, including restoration 9 of plant materials. 10 8-03.3(14) Irrigation Electrical Service 11 Section 8-03.3(14) is supplemented with the following: 12 Power provisions for Irrigation Electrical Service and locations of irrigation controllers shall be 13 as shown on the Illumination Plans. The Contractor shall make all necessary arrangements 14 with the Electrical Contractor to establish electrical service for the irrigation system, as shown 15 on Plans, including all trenching, conduit, and restoration that may be necessary, for (2) two 16 locations to two irrigation controllers as indicated on the plans. 17 Contractor shall extend conduit to planters from the irrigation controller(s) as shown on the 18 plans for valve wiring. 19 8-03.5 Payment 20 Section 8-03.5 is supplemented with the following: 21 Payment shall be made for the following bid item: 22 “Automatic Irrigation System, Complete”, per lump sum 23 All costs associated with testing, inspection, and obtaining final approval; and for furnishing 24 and installing valve boxes where indicated and as detailed in the Plans shall be considered 25 incidental to the lump sum contract price for “Automatic Irrigation System, Complete”. 26 The lump sum price for "Automatic Irrigation System, Complete" shall be full compensation 27 for furnishing all labor, materials, tools, and equipment necessary or incidental to the 28 construction of the complete and operable sprinkler irrigation system as shown in the Plans 29 or as directed by the Engineer. 30 31 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-121 PROJECT #REN-47 8-04 CURBS, GUTTERS, AND SPILLWAYS 1 2 8-04.2 Materials 3 (*****) 4 5 Section 8-14.2 is supplemented with the following: 6 7 Materials for all cement concrete may not contain fly ash. 8 9 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways 10 (*****) 11 12 Section 8-04.3(1), revise the first paragraph as follows: 13 14 Cement concrete curb, curb and gutter, gutter, and spillway shall be constructed with air entrained 15 concrete Class 4000 conforming to the requirement of Section 6-02. 16 17 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES 18 19 8-06.2 Materials 20 (*****) 21 22 Section 8-14.2 is supplemented with the following: 23 24 Materials for all cement concrete driveway entrances may not contain fly ash. 25 26 8-06.5 Payment 27 (*****) 28 29 Section 8-06.5 is supplemented with the following: 30 31 “Cement Conc. Driveway Entrance”, per square yard. 32 33 All costs in constructing the driveway entrance, in compliance with the City of Renton 34 standards as shown on the plans, in segments and installing and removing the temporary 35 approach shall be included. 36 37 38 8-10 GUIDEPOSTS 39 40 8-10.1 Description 41 (*****) 42 43 Section 8-10.1 is supplemented with the following: 44 45 This Work shall consist of furnishing and placing white traffic separator curb with an 46 integral color-matched reflective flexible guide post in the locations indicated on the Plans 47 or where designated by the Engineer. 48 49 8-10.2 Materials 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-122 PROJECT #REN-47 (*****) 1 2 Section 8-10.2 is supplemented with the following: 3 4 The color and size of the traffic separator curb shall meet what is indicated on the Plans 5 or where designated by the Engineer. Reflectivity and specifications of flexible guide posts 6 shall meet the requirements of Section 8-10.2. Adhesives for surface mounting shall meet 7 the requirements of the manufacturer. 8 9 8-10.3 Construction Requirements 10 (*****) 11 12 Section 8-10.2 is supplemented with the following: 13 14 White Traffic Separator shall be installed according to manufacturer’s recommendations. 15 The Contractor shall confirm the manufacturer’s recommendations with the Engineer for 16 compliance with the installation sites indicated on the Plans. 17 18 8-10.4 Measurement 19 (*****) 20 21 Section 8-10.4 is supplemented with the following: 22 23 “Traffic Separator, ____” will be measured by each for each unit furnished and installed 24 per the manufacturer’s instructions. 25 26 8-10.5 Payment 27 (*****) 28 29 Section 8-10.5 is supplemented with the following: 30 31 “Traffic Separator, White”, per each. 32 33 “Traffic Separator, Yellow”, per each. 34 35 36 8-12 CHAIN LINK FENCE AND WIRE FENCE 37 38 8-12.1 Description 39 (*****) 40 41 Section 8-12.1 is supplemented with the following: 42 43 The Work consists of furnishing and constructing black polyvinyl coated chainlink fence 44 and wooden privacy fence of the types specified in accordance with the Plans and these 45 Specifications at the locations shown in the Plans. 46 47 8-12.2 Materials 48 (*****) 49 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-123 PROJECT #REN-47 Section 8-12.2 is supplemented with the following: 1 2 Materials for black polyvinyl coated chainlink fence and wooden privacy fence shall be per 3 fence detail in the Plans and as directed by the Engineer. 4 5 8-12.3 Construction Requirements 6 (*****) 7 8 Section 8-12.3 is supplemented with the following: 9 10 Construction requirements shall be per fence detail in the Plans and as directed by the 11 Engineer. 12 13 8-12.4 Measurement 14 (*****) 15 16 Section 8-12.4 is supplemented with the following: 17 18 “Black Polyvinyl Coated 4FT Chainlink Fence” shall be measured by the linear foot of 19 completed fence, along the ground line, exclusive of openings. 20 21 “Privacy Fence 6FT Wooden” shall be measured by the linear foot of completed fence, 22 along the ground line, exclusive of openings. 23 24 8-12.5 Payment 25 (*****) 26 27 Section 8-12.5 is supplemented with the following: 28 29 “Black Polyvinyl Coated 4FT Chainlink Fence”, per linear foot. 30 31 “Privacy Fence 6FT Wooden”, per linear foot. 32 33 8-14 CEMENT CONCRETE SIDEWALKS 34 35 8-14.1 Description 36 (*****) 37 38 Section 8-14.1 is supplemented with the following: 39 40 Detectable strips, consisting of cast-in-place Tactile Directional Indicator tiles shall be 41 placed at the top of all bike ramps, as shown on the Plans. 42 43 8-14.2 Materials 44 (*****) 45 46 Section 8-14.2 is supplemented with the following: 47 48 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-124 PROJECT #REN-47 Detectable Warning Surfaces installed outside of curb ramp locations, for the purpose of 1 separating bicycle traffic from pedestrian traffic, shall meet the requirements of Section 9-2 19 of the WSDOT Standard Specifications. 3 4 Materials for all cement concrete sidewalks and curb ramps may not contain fly ash. 5 6 Tactile Directional Indicator Tiles shall meet the requirements of Section 9-38 of the 7 Special Provisions. 8 9 10 8-14.3 Construction Requirements 11 (*****) 12 13 Section 8-14.3, revise the first paragraph as follows: 14 15 The concrete in the sidewalks and curb ramps shall be air entrained concrete Class 4000 16 in accordance with the requirements of Section 6-02 and without the use of fly ash. 17 18 (January 7, 2019 WSDOT GSP, OPTION 3) 19 20 Section 8-14.3 is supplemented with the following: 21 22 Layout and Conformance to Grades 23 Using the information provided in the Contract documents, the Contractor shall lay out, 24 grade, and form each new curb ramp, sidewalk, and curb and gutter. 25 26 8-14.3(5)B Cast-in-Place Detectable Warning Surfaces 27 (******) 28 29 Section 8-14.3(5)B is supplemented with the following: 30 31 Placement of tactile directional indicator tiles shall meet the installation requirements of 32 Section 9-38 of the Special Provisions. Vertical edges shall have not more than 1/4" inch 33 vertical displacement from the surface of adjacent pavements after installation. 34 35 (*****) 36 37 Section 8-14.3(5)C is supplemented with the following: 38 39 Replace “surface applied” with “cast-in-place”, for all Detectable Warning Surfaces 40 installed outside of curb ramp locations. 41 42 8-14.4 Measurement 43 (*****) 44 45 Section 8-14.4 is supplemented with the following: 46 47 “Tactile Directional Indicator” shall be measured by the square foot of 4 inch wide tiles. 48 49 8-14.5 Payment 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-125 PROJECT #REN-47 (*****) 1 2 Section 8-14.5 is supplemented with the following: 3 4 Payment per linear foot for “Tactile Directional Indicator” installed shall be full 5 compensation including all labor, equipment and materials needed to complete this item 6 as specified including cutting and/or trimming Tactile Directional Indicator to fit site 7 conditions as shown on the Plans or as directed by the Engineer. 8 9 10 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION 11 SYSTEMS, AND ELECTRICAL 12 13 8-20.1 Description 14 (*****) 15 16 Section 8-20.1 is supplemented with the following: 17 18 All work shall be performed as shown in the Plans in accordance with applicable 19 Standard Specifications, Standard Plans, City Standards, and Puget Sound Energy 20 Standards included herein and the following Special Provisions. 21 22 The Work shall also include providing a complete, functional illumination, traffic signal, 23 and Rectangular Rapid Flashing Beacon (RRFB) systems. 24 25 The Work shall also include the supply, testing, and installation of all traffic signal 26 hardware and equipment, including but not limited to video/radar detection cameras, 27 luminaires, Emergency Vehicle Preemption (EVP) detectors, vehicle signal heads, 28 pedestrian signal heads, pedestrian pushbuttons, RRFB light bars, signs, poles, junction 29 boxes, conduits, wiring, and all associated equipment. 30 31 32 The Work shall also include removing existing traffic signal and illumination equipment, 33 junction boxes, poles, loop detectors, controller cabinets, service cabinets, and bases, 34 and all necessary associated equipment where applicable to complete the Work. 35 36 The existing traffic signal and lighting circuits shall remain in operation until the new 37 system is in place and ready for transfer. Transfer shall be conducted in the shortest time 38 possible, not to exceed one 8-hour workday. The exact work plan and schedule must be 39 pre-approved by the Engineer. Work shall include all other items as shown in the Plans 40 or in these Special Provisions. Existing lighting levels shall be maintained at all times 41 unless specified otherwise by the City Transportation Operations Manager. 42 43 The Work shall include the supply, testing and installation of all traffic signal hardware, 44 including the communication cable and interface system, and replacement of existing 45 systems, also removal of existing traffic signal and illumination equipment, junction 46 boxes, poles, loop detectors, controller cabinets, service cabinets, foundations, and all 47 necessary associated equipment where applicable to complete the Work. 48 49 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-126 PROJECT #REN-47 8-20.1(1) Regulations and Code 1 (*****) 2 3 Section 8-20.1(1) is supplemented with the following: 4 5 All materials and methods required under this section, unless otherwise superseded 6 herein, shall conform to the 2024 edition of the Washington State Department of 7 Transportation Standard Specifications for Road, Bridge, and Municipal Construction, to 8 the latest edition of the State of Washington Standard Plans for Road, Bridge, and 9 Municipal Construction (herein referred to as the Standard Plans), to the State of 10 Washington Sign Fabrication Manual, to the City of Renton Standards and Details, to the 11 latest edition of the National Electric Code (NEC), and to the current edition of the 12 Manual on Uniform Traffic Control Devices (MUTCD) as adopted by the State of 13 Washington. 14 15 Delete the first sentence of the first paragraph of Section 8-20.1(1) and replace with the 16 following: 17 18 All electrical equipment shall conform to the standards of the National Electrical 19 Manufacturers Association (NEMA), FHWA IP-78-16, the Radio Manufacturers 20 Association, the American Society for Testing and Materials (ASTM), the American 21 Association of State Highway and Transportation Officials (AASHTO), the American 22 National Standards Institute (ANSI), the National Electrical Safety Code (NESC), the 23 International Municipal Signal Association (IMSA), whichever is applicable, and to other 24 codes listed herein. 25 26 Where applicable, materials shall conform to the latest requirements of the Washington 27 State Department of Labor and Industries and Puget Sound Energy 28 29 8-20.1(2) Industry Codes and Standards 30 (*****) 31 32 Section 8-20.1(2) is supplemented with the following: 33 34 National Electrical Safety Code (NESC), Secretary NESC, NESC Committee, IEEE Post 35 Office Box 1331, 445 Hoes Lane, Piscataway, NJ 08855-1331. 36 37 8-20.1(3) Permitting and Inspections 38 (*****) 39 40 Section 8-20.1(3) is supplemented with the following: 41 42 The Contractor will be responsible for coordinating, obtaining, and paying for all permits, 43 including electrical service applications, necessary to complete this work in a timely 44 fashion. All costs to obtain and comply with electrical permits shall be included in the 45 applicable bid items for the work involved. All required electrical permits shall be obtained 46 before beginning trench excavation. 47 48 The City of Renton Electrical Inspector shall inspect and approve the electrical portions of 49 the project. The Contractor shall notify the Electrical Inspector at least 24 hours in advance 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-127 PROJECT #REN-47 of required field inspection. Before work begins, the Contractor shall contact the Electrical 1 Inspector to coordinate a schedule of electrical inspections (call the request line at 425-2 430-7275). This project shall be accomplished in compliance with WAC 296-46B-010 3 Traffic Management Systems and shall conform to the current adopted version of the NEC. 4 5 Prior to PSE energizing service cabinets, a Transportation Maintenance and electrical 6 inspection must be passed with a copy of the electrical control permit and inspection 7 sticker inside cabinets. 8 9 8-20.1(4) Restrictions on the Schedule of Work 10 (*****) 11 12 Section 8-20.1(4) is supplemented with the following: 13 14 Mast Arm Erection 15 Mast arms shall not be erected more than fourteen (14) calendar days prior to the signal 16 system being turned on. 17 18 Signal Head Installation 19 The vehicle and pedestrian signal heads and push buttons shall be covered immediately 20 upon installation and shall remain covered until the signal is turned on. 21 22 Work in Roadway 23 All work in the roadway is subject to the traffic control requirements specified in Section 1-24 10. 25 26 Fiber Installation Impacts 27 The Contractor shall include all fiber cutovers and anticipated down time in their 28 construction schedule. Any change in schedule for impacts to fiber shall be provided a 29 minimum of five (5) working days in advance. The Contractor shall meet with City staff to 30 discuss cutovers to work out a plan to minimize down time. 31 32 8-20.1(5) Traffic Control During Construction 33 (*****) 34 35 Section 8-20.1(5) is supplemented with the following: 36 37 The Contractor shall include in the submitted traffic control plan, detailed plan during 38 roadway trenching, erection of mast arms, installation of vehicle detection, and other 39 activities requiring lane closures or detours. See Section 1-10 for traffic control 40 requirements and uniformed police officer requirements. 41 42 Traffic signal systems shall remain fully operational at each existing signalized 43 intersection. During the construction, existing traffic signal systems shall be modified or 44 removed and temporary traffic signal systems shall be operated until the new traffic signal 45 systems are completed and become operational. A uniformed police officer shall direct 46 traffic on the day of changeover to new signal system. 47 48 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-128 PROJECT #REN-47 The duration of traffic signal down time during changeovers and the construction 1 sequencing shall be coordinated with the City. Complete temporary traffic control system 2 plans shall be submitted by the Contractor prior to any intersection down time. 3 4 Illumination System Construction Impacts 5 6 Illumination systems shall remain fully operational on at least one side of each street 7 during the hours of darkness. The Contractor shall include all illumination system changes 8 and anticipated down time in their construction schedule. Any change in schedule for 9 impacts to illumination systems shall be provided a minimum of 5 working days in advance. 10 The Contractor shall meet with City staff to discuss all cutovers to work out a plan to 11 minimize down time. 12 13 8-20.1(6) Permits 14 (*****) 15 16 Section 8-20.1(6) is supplemented with the following: 17 The Contractor will be responsible for coordinating, obtaining, and paying for all permits, 18 including electrical service applications, necessary to complete this work in a timely 19 fashion. All costs to obtain and comply with electrical permits shall be included in the 20 applicable bid items for the work involved. All required electrical permits shall be obtained 21 before beginning trench excavation. 22 23 The Electrical Inspector shall inspect and approve the electrical portions of the project. 24 The Contractor shall notify the Electrical Inspector at least 24 hours in advance of required 25 field inspection. Before work begins, the Contractor shall contact the City of Renton 26 Electrical Inspector to coordinate a schedule of electrical inspection (call the request line 27 at 425-430- 7275). This project shall be accomplished in compliance with WAC 296-46B-28 010 Traffic Management Systems and shall conform to the current adopted version of the 29 NEC. 30 31 Prior to PSE energizing service cabinets, an electrical inspection must be passed with a 32 copy of the electrical control permit and inspection sticker inside cabinets. 33 34 8-20.1(7) Errors and Omissions 35 (*****) 36 37 Section 8-20.1(7) is supplemented with the following: 38 39 The Contractor shall immediately notify the Engineer upon discovery of any errors or 40 omissions in the Contract Documents, in the layout as given by survey points and 41 instructions, or of any discrepancy between the Contract Documents and the physical 42 conditions of the locality. If deemed necessary, the Engineer shall rectify the matter and 43 advise the Contractor accordingly. Any work done after such discovery without 44 authorization by the Engineer will be done at the Contractor’s risk. 45 46 8-20.2 Materials 47 48 Section 8-20.2 is supplemented with the following: 49 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-129 PROJECT #REN-47 Material requirements for signal, illumination and communication systems are contained 1 in Section 9-29 of the Standard Specifications and Section 9-29 of these Special 2 Provisions. 3 4 The Engineer reserves the right to inspect the manufacturing process of all materials. Final 5 inspection and acceptance of the installed materials will not be given until final installation 6 and testing has been completed on the systems. Approval to install materials and 7 equipment must be obtained from the Engineer at the job site before installation. 8 9 Controlled density fill shall meet the requirements of Section 2-09.3(1)E of the Standard 10 Specifications. 11 12 Crushed surfacing top course and crushed surfacing base course shall meet the 13 requirements of Section 9-03.9(3) of the Standard Specifications. 14 15 Bedding material shall consist of 5/8-inch minus crushed rock free of any deleterious 16 substances per Section 9-03.1(5)A of the Standard Specifications. 17 18 8-20.2(9-29.1) Conduit, Innerduct, and Outerduct 19 20 9-29.1(11) Foam Conduit Sealant 21 (January 7, 2019 WSDOT GSP, OPTION 1) 22 23 Section 9-29.1(11) is supplemented with the following: 24 25 The following products are accepted for use as foam conduit sealant: 26 27 • CRC Minimal Expansion Foam (No. 14077) 28 • Polywater FST Foam Duct Sealant 29 • Superior Industries Foam Seal 30 • Todol Duo Fill 400 31 32 8-20.2(9-29.2) Junction Boxes, Cable Vaults, and Pull Boxes 33 (September 3, 2019, WSDOT GSP, OPTION 1) 34 35 Section 9-29.2 is supplemented with the following: 36 37 Slip-Resistant Surfacing for Junction Boxes, Cable Vaults, and Pull Boxes 38 Where slip-resistant junction boxes, cable vaults, or pull boxes are required, each 39 box or vault shall have slip-resistant surfacing material applied to the steel lid and 40 frame of the box or vault. Where the exposed portion of the frame is ½ inch wide 41 or less, slip-resistant surfacing material may be omitted from that portion of the 42 frame. 43 44 Slip-resistant surfacing material shall be identified with a permanent marking on 45 the underside of each box or vault lid where it is applied. The permanent marking 46 shall be formed with a mild steel weld bead, with a line thickness of at least 1/8 47 inch. The marking shall include a two character identification code for the type of 48 material used and the year of manufacture or application. The following materials 49 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-130 PROJECT #REN-47 are approved for application as slip-resistant material, and shall use the associated 1 identification codes: 2 3 1. Harsco Industrial IKG, Mebac #1 - Steel: M1 4 5 2. W. S. Molnar Co., SlipNOT Grade 3 – Coarse: S3 6 7 3. Thermion, SafTrax TH604 Grade #1 – Coarse: T1 8 9 10 11 8-20.3 Construction Requirements 12 (*****) 13 14 Section 8-20.3 is supplemented with the following: 15 16 Signal Installation Coordination with the City 17 The Contractor shall coordinate with City of Renton Transportation Maintenance Manager 18 (contact person: Eric Cutshall at 425-430-7423) for all required signal installation work and 19 testing. 20 21 Power Source Coordination 22 The Contractor shall coordinate all of the installation details for the electrical service 23 cabinet(s) with Puget Sound Energy. Within four (4) weeks after Notice to Proceed, the 24 Contractor shall meet with a PSE Representative (call 1-888-321-7779) in the field to verify 25 the location of power source as shown in the Plans and shall notify the Engineer 26 immediately if any conflicts exist. Except for the service connection, the PSE portion of the 27 installation shall be completed prior to installation of the service cabinet by the Contractor. 28 29 8-20.3(1)A Illumination Requirements During Construciton 30 (*****) 31 32 Section 8-20.3(1)A is added as follows: 33 34 Existing or higher illumination levels shall be maintained by using existing or temporary 35 illumination until the new system is operational. The Contractor is responsible for 36 maintaining ten (10) feet clearance zone around existing aerial primary power lines during 37 the construction. Coordinate work with the power company. 38 39 8-20.3(1)B Signalization Requirements During Construction 40 (*****) 41 42 Section 8-20.3(1)B is added as follows: 43 44 Signal system shall remain fully operational during construction. Contractor shall follow 45 the Construction Sequencing and Pedestrian Detour Plans to the extent allowed by site 46 conditions. Modifications to the existing signals must be approved by the Engineer in the 47 field prior to re-channelization for construction staging. Modifications shall be provided at 48 the Contractor’s expense. The costs for any changes to the signal systems required for 49 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-131 PROJECT #REN-47 compliance with maintenance of traffic during construction shall be incidental to the lump 1 sum price of Signal Systems. 2 3 4 8-20.3(2) Excavating and Backfilling 5 (*****) 6 7 Section 8-20.3(2) is supplemented with the following: 8 Underground utilities of record will be shown on the Plans insofar as information is 9 available. These, however, are shown for convenience only and the City assumes no 10 responsibility for improper locations or failure to show utility locations on the construction 11 plans. 12 13 The location of existing underground utilities, when shown on the Plans, is approximate 14 only, and the Contractor shall be responsible for determining their exact location. The 15 Contractor shall check with the utility companies concerning any possible conflict prior to 16 commencing excavation in any area, as not all utilities may be shown on the Plans. 17 18 The Contractor shall be responsible for potholing for conflicts with underground utility 19 locations. Prior to construction, if any conflicts are expected, it shall be brought to the 20 attention of the Engineer for resolution. 21 22 The Contractor shall be entirely responsible for coordination with the utility companies and 23 arranging for the movement or adjustment, either temporary or permanent, of their 24 facilities within the project limits. 25 26 If a conflict is identified, the Contractor shall contact the Engineer. The Contractor and City 27 shall locate alternative locations for poles, cabinet, or junction boxes. The Contractor shall 28 get approval from the Engineer prior to installation. The Contractor may consider changing 29 depth or alignment of conduit to avoid utility conflicts. 30 31 Before beginning any excavation work for foundations, vaults, junction boxes or conduit 32 runs, the contractor shall confirm that the location proposed on the Contract Plans does 33 not conflict with utility location markings placed on the surface by the various utility 34 companies. If a conflict is identified, the following process shall be used to resolve the 35 conflict: 36 37 • Contact the Engineer and determine if there is an alternative location for the 38 foundation, junction box, vault or conduit trench. 39 • If an adequate alternate location is not obvious for the underground work, select a 40 location that may be acceptable and pothole to determine the exact location of other 41 utilities. Potholing must be approved by the Engineer. 42 • If an adequate alternate alignment still cannot be identified following potholing 43 operations, the pothole area should be restored and work in the area should stop 44 until a new design can be developed. 45 • The Contractor shall get approval from the Engineer prior to installation. 46 • The Contractor may consider changing depth or alignment of conduit to avoid utility 47 conflicts. 48 49 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-132 PROJECT #REN-47 The Contractor shall not attempt to adjust the location of an existing utility unless 1 specifically agreed to by the utility owner. 2 3 4 8-20.3(3) Removing and Replacing Improvements 5 (*****) 6 7 Section 8-20.3(3) is supplemented with the following: 8 9 Salvaged Equipment 10 All existing equipment that is to be removed shall not be stockpiled within the job site 11 without the Engineer's approval. The following signal equipment shall remain the property 12 of the Contracting Agency and shall be disconnected, dismantled, stacked separately and 13 delivered to the Contracting Agency unless otherwise directed by Transportation 14 Maintenance Manager 15 • Luminaire Standards and Mast Arms 16 • Luminaires 17 • Traffic Signal Controllers and Cabinets 18 • Electrical Service Cabinets 19 • Emergency Vehicle Detectors 20 • Vehicle and Pedestrian Displays and Mounting Hardware 21 • Pedestrian Pushbuttons 22 • Terminal Cabinets 23 • Visors 24 • Back Plates 25 26 The Contractor shall give the Engineer fourteen (14) calendar days advance written notice 27 prior to delivery of removed materials to the City of Renton Signal Shop. 28 29 Controller cabinets shall not be removed until all associated electronic equipment is 30 removed by Contracting Agency traffic signals personnel. All other equipment shall be 31 removed by the Contractor and delivered within 24 hours following removal to the 32 Contracting Agency. 33 34 All removed equipment which remains the property of Renton shall be delivered to Renton 35 Corporate Yard between the hours of 8:30am and 2:30pm: 36 37 City of Renton Signal Shop 38 3555 NE 2nd Street BLDG B 39 Renton, WA 98056 40 Phone: 425-430-7423 41 42 Non-Salvaged Electrical Equipment The Contractor shall: 43 • Remove all wires for discontinued circuits from the conduit system. 44 • Remove elbow sections of abandoned conduit entering junction boxes. 45 • Remove abandoned conduit that is less than 24 inches finished grade, unless 46 otherwise indicated in the Plans. 47 • Remove foundations in accordance with Standard Specifications Section 2-02.3(1). 48 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-133 PROJECT #REN-47 • Backfill voids created by removal of foundations and junction boxes. Backfilling and 1 compaction shall be performed in accordance with Standard Specifications Section 2 2- 09.3(1)E. 3 4 Pole Shaft and Mast Arm Identification 5 All removed mast arms and pole shafts shall be identified by paper identification tags 6 recording pole number, intersection location (such as SR XXX, leg XXX), and mast arm 7 length. Four (4) inch by 6 inch (minimum) tags shall be taped to corresponding pole shafts 8 and mast arms. Information on the mast arm tag shall match the information on the 9 corresponding pole shaft tag. Each tag shall be entirely covered with clear acetate tap. 10 The tape shall be wrapped one full circle around the shaft or arm with a 1/2-inch minimum 11 overlap at the ends and sides. The Contractor shall bundle the complete signal bridge, 12 poles standard assembly together. The assembly consists of pole shaft, mast arm, and 13 connecting bolts. Connecting bolts shall be attached to the original mast arm base plate. 14 15 Dismantled equipment shall be clearly marked and all hardware saved in a heavy duty 16 burlap bag attached to the corresponding signal standard or mast arm. The Contractor 17 shall be responsible for loading, delivering and unloading the salvaged signal equipment. 18 The Engineer shall determine the condition of the signal equipment. Material parts will 19 only be accepted by the Contracting Agency if in identical condition to that prior to removal. 20 21 If the Contractor’s operation causes damage to a removed equipment, it shall be repaired 22 or replaced by the Contractor to the Engineer’s satisfaction at no additional cost to the 23 Contracting Agency. The Contractor shall remove and dispose properly all debris and 24 signal equipment not identified for return to the Contracting Agency. 25 26 8-20.3(4) Foundations 27 (*****) 28 29 Section 8-20.3(4) is supplemented with the following: 30 31 The anchor bolts shall match that of the device to be installed thereon. 32 Concrete shall be placed against undisturbed earth if possible. Disturbed earth or backfill 33 material shall be compacted to ninety-five (95) percent of the material’s maximum density. 34 Before placing the concrete the Contractor shall block-out around any other underground 35 utilities that lie in the excavated base so that the concrete will not adhere to the utility line. 36 Sono tubes shall not be allowed on the project. Concrete foundations shall be troweled, 37 brushed, edged and finished in a workmanship-like manner. Concrete shall be promptly 38 cleaned from the exposed portion of the anchor bolts and conduit after placement. 39 Foundation shall all be Class 4000P concrete. After the specified curing period, the 40 Contractor may install the applicable device thereon. 41 42 All concrete foundations shall be constructed in the manner specified below: 43 1. Where no sidewalks are to be installed, the grade for the top of the foundation shall 44 be as specified by the Engineer. 45 2. Where sidewalk or raised islands are to be constructed as a part of this project, the 46 top of the luminaire foundation shall be made flush with the bottom of the sidewalk 47 or island, or the top of the signal foundation shall be made flush with the top of the 48 sidewalk or island. 49 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-134 PROJECT #REN-47 All concrete foundations shall be installed at locations per stationing on the Plans. Pole 1 locations shall be staked by the Contractor and locations shall be field verified and 2 approved by the Engineer in the field prior to excavation. 3 4 The Contractor shall secure the anchor bolts required for the item to be mounted on the 5 foundation. The Contractor shall also securely locate all conduit required, including a 6 spare 2- inch conduit to be used to connect the pole or controller cabinet ground wire to 7 the ground rod in the nearest J-box. 8 Location of all concrete foundations shall be approved by the Engineer prior to excavation. 9 10 Construction Sequence 11 All excavation for a single pile cap foundation in which the drilled shafts are to be 12 constructed shall be completed before shaft construction begins. After shaft construction 13 is completed, all loose or displaced materials shall be removed from around the shafts, 14 leaving a clean solid surface to receive the footing concrete. 15 16 Shaft Excavation 17 1. Shafts shall be excavated to the required depth as shown in the Plans or as required 18 by the Engineer. The excavation shall be completed in a continuous operation using 19 equipment capable of excavating through the type of material expected to be 20 encountered. The concrete shall be placed within two hours after the completion of 21 shaft excavation and cleanout without any undue delay. 22 2. If the shaft excavation is stopped with the approval of the Engineer, the shaft shall 23 be secured by the installation of a safety cover. It shall be the Contractor’s 24 responsibility to ensure the safety of the shaft and the surrounding soil and the 25 stability of the sidewalls. A temporary casing should be used if necessary to ensure 26 such safety and stability. 27 3. Where caving conditions are encountered, due to soft soils or water intrusion, no 28 further excavation will be allowed until the Contractor selects a method to prevent 29 ground movement. The Contractor may elect to place a temporary casing or use 30 other methods approved by the Engineer. 31 4. The Contractor shall use appropriate means such as a clean-out bucket, to clean 32 the bottom of the excavation such that a minimum of 50 percent of the base of each 33 shaft will have less than 1inch of sediment at the time of placement of the concrete. 34 The maximum depth of sediment or any debris at any place on the base of the shaft 35 shall not exceed 2 inches. 36 5. If unexpected obstructions, which require specialized equipment and/or labor are 37 encountered, the Contractor shall notify the Engineer promptly. Excavation shall be 38 continued as approved by the Engineer. 39 40 Excavation Inspection 41 1. The Contractor shall provide equipment for checking the dimensions and alignment 42 of each permanent shaft excavation. The dimensions and alignment shall be 43 determined by the Contractor with the approval of the Engineer. 44 2. Final shaft depths shall be measured with a suitable weighted tape or other 45 approved methods after final clean-out. 46 3. Shaft cleanliness will be determined by the Engineer, by visual inspection. 47 4. The excavated shaft shall be approved by the Engineer prior to placing any steel or 48 concrete into the shaft. 49 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-135 PROJECT #REN-47 Reinforcing Steel Cage Construction and Placement 1 1. The reinforcing steel cage consisting of longitudinal bars, ties, cage stiffener bars, 2 spacers, centralizers, and other necessary appurtenances shall be completely 3 assembled and placed as a unit immediately after the shaft excavation is inspected 4 and accepted prior to concrete placement. The reinforcing cage shall be rigidly 5 braced to retain its configuration during handling and when lowered into the shaft, 6 during placement of concrete and extraction of the casing from the shaft. No loose 7 bars will be permitted. The reinforcing steel fabricator shall include bracing and any 8 extra reinforcing steel required to fabricate the cage in the shop drawings. 9 2. If the bottom of the constructed shaft elevation is lower than the bottom of the shaft 10 elevation in the Plans, a minimum of one half of the longitudinal bars required in the 11 upper portion of the shaft shall be extended the additional length. Tie bars shall be 12 continued for the extra depth, spaced on 1 feet centers, and the stiffener bars shall 13 be extended to the final depth. These bars may be lap spliced, or un-spliced bars 14 of the proper length may be used. Welding to the planned reinforcing steel will not 15 be permitted unless specifically shown in either the Plans or Special Provisions. 16 3. The reinforcing steel in the shaft shall be tied and supported so that the reinforcing 17 steel will remain within allowable tolerances given in this specification. Concrete 18 spacers or other approved non-corrosive spacing devices shall be used at sufficient 19 intervals (near the bottom and at intervals not exceeding 5 feet up the shaft) to 20 insure concentric spacing for the entire cage length. Spacers shall be constructed 21 of approved material equal in quality and durability to the concrete specified for the 22 shaft. 23 4. The elevation of the top of the steel cage shall be checked before and after the 24 concrete is placed. If the rebar cage is not maintained within the specified 25 tolerances, corrections shall be made by the Contractor as required by the 26 Engineer. No additional shafts shall be constructed until the Contractor has 27 modified his rebar cage support in a manner satisfactory to the Engineer. 28 29 Concrete Placement 30 Concrete placement shall commence within two (2) hours after completion of the 31 excavation and shall be placed in one continuous operation to the top of the shaft. 32 Concrete shall be placed through a tremie. The tremie used shall consist of a tube of 33 one-piece construction. Concrete shall be placed through a hopper at the top of the 34 tube so that the concrete is deposited through the center of the reinforcing steel to 35 prevent segregation of the aggregates and splashing of concrete on the reinforcement 36 cage. The Contractor’s proposed method for depositing concrete shall have approval 37 of the Engineer prior to concrete placement. The concrete on the top 5 feet of the 38 shaft shall be vibrated. 39 40 Casing and Forming Removal 41 During casing removal, a minimum 5 foot head of concrete must be maintained to 42 balance the soil and water pressure at the bottom of the casing. This casing shall be 43 well coated with form oil prior to concrete placement. 44 All other forming materials shall be removed and adjacent area restored 45 46 Construction Tolerances 47 1. The centerline of the drilled shaft shall be within 3 inches of the Plan position in the 48 horizontal plane, at the Plan elevation for the top of the shaft. 49 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-136 PROJECT #REN-47 2. The vertical alignment of the shaft excavation shall not vary from the Plan alignment 1 by more than 1/4 inch per foot of depth. 2 3. After all the concrete is placed, the top of the reinforcing steel cage shall be no 3 more than 1/2 inch above and no more than 1/2 inch below the Plan position. 4 4. The minimum diameter of the drilled shaft shall be 1inch less than the specified 5 shaft diameter. 6 5. The top elevation of the shaft shall have a tolerance of +1/2 inch from the Plan top 7 of shaft elevation. 8 6. Excavation equipment and methods shall be designed so that the completed shaft 9 excavation will have a flat bottom. The cutting edges of excavation equipment shall 10 be normal to the vertical axis of the equipment within a tolerance of+ 3/8 inch per 11 12 inches of diameter. 12 13 Drilled shaft excavations constructed in such a manner that the concrete shaft cannot be 14 completed within the required tolerances are unacceptable. When approved, corrections 15 may be made to an unacceptable drilled shaft excavation by any approved combination 16 of the following methods: 17 18 1. Overdrill the shaft excavation to a larger diameter to permit accurate placement of 19 the reinforcing steel cage with the required minimum concrete cover. 20 2. Increase the number and/or size of the steel reinforcement bars. 21 22 The approval of the correction procedures is dependent on analysis of the effect of the 23 degree of misalignment and improper positioning. Correction methods may be approved 24 as design analysis indicate. Redesign drawings and computations prepared by the 25 Contractor's Engineer shall be signed by a Professional Engineer licensed in the State of 26 Washington. Materials and work necessary, including Engineering analysis and redesign, 27 to effect corrections for out of tolerance drilled shaft excavations shall be furnished at no 28 cost to the Contracting Agency. 29 30 Submittals 31 1. Before placing the reinforcing steel, the Contractor shall submit shop drawings to 32 the Engineer for the reinforcing cage. 33 2. Work shall not proceed until the appropriate submittals have been approved in 34 writing by the Engineer. 35 36 8-20.3(5) Conduit 37 38 8-20.3(5)A General 39 (*****) 40 41 Section 8-20.3(5)A is supplemented with the following: 42 43 Pull strings shall be provided and installed by the Contractor. 44 When copper or fiber optic interconnect cable is part of a project, the conduit sweeps 45 bringing the interconnect cable into and out of the junction boxes shall be offset as directed 46 by the Engineer to accommodate the cable’s tendency to curl. The conduit sweep shall 47 have a minimum bend radius of 24-inches. 48 49 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-137 PROJECT #REN-47 Conduits entering through the cabinet foundation shall be arranged toward the front of the 1 cabinet for maximum accessibility or as directed by the Engineer. 2 3 Conduits shall be capped during construction using manufactured seals to prevent 4 entrance of water and debris. Spare conduits shall be capped and labeled as City of 5 Renton conduits and shall include polyester detectable pull tape that meets or exceeds a 6 breaking strength of 900 lbs. Detectable pull tape shall also be added to conduits occupied 7 with non-electrical cables. 8 9 Where sidewalk panels need to be removed for the installation of conduit or junction 10 boxes, the Contractor is responsible for restoring the area near the back of sidewalk as 11 needed to repair damage from sidewalk panel formwork. 12 13 Where intercepting and splicing to an existing conduit is called out on the Plans, the 14 Contractor shall verify the conduit size and schedule before ordering the new conduit 15 sections. The size provided on the Plans is an estimation. 16 17 8-20.3(5)A3 Damaged or Blocked Conduits 18 (*****) 19 20 Section 8-20.3(5)A3 is added as follows: 21 22 Damaged or blocked conduits shall be repaired by the Contractor. The Contractor shall 23 attempt to remove debris in the conduit by blowing in air. The Contractor shall be careful 24 not to blow air towards the service or controller cabinet. If the blockage doesn’t break free, 25 the Contractor shall identify the potential blocked/damaged location using a fish tape. 26 Once the blockage location is identified, the Contractor shall attempt to remove the 27 existing cabling (if any) from the conduit. If the cabling is removed, the Contractor shall 28 attempt to pass a fish tape through the conduit again. If the fish tape passes through the 29 conduit past the identified blockage point easily, the Contractor shall attempt to reinstall 30 all existing cabling along with the new cabling called out in the Contract Plans. 31 If the existing cabling cannot be removed, or reinstalled after removal, the Contractor shall 32 excavate down to the conduit blockage point and repair the conduit break. The Contractor 33 shall obtain approval from the Engineer prior to removing existing cabling or beginning 34 excavation. 35 All cabling shall be removed from the conduit prior to repairing the broken conduit. Once 36 the conduit is repaired, the Contractor shall restore the disturbed area. The removal of 37 cable, excavation, conduit repair, and surface restoration will be paid for by change order 38 or Minor Change as determined by the Engineer. The cost for other work needed to identify 39 and remedy blocked conduits as described in this Section shall be incidental. 40 41 42 8-20.3(5)B Conduit Type 43 (*****) 44 45 Section 8-20.3(5)B is supplemented with the following: 46 47 All conduit shall be rigid non-metallic unless noted otherwise in the Contract Plans or 48 Special Provisions. 49 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-138 PROJECT #REN-47 All conduit openings shall be fitted with approved bell-ends or bushings. Wall thickness of 1 conduit shall be consistent within continuous conduit runs with no mixing of different 2 schedule types between terminations. 3 4 The Contractor shall provide all conduit and necessary fittings as needed. Conduit size 5 shall be as indicated on the wiring and conduit schedule shown on the Plans. 6 7 8 All joints shall be made with strict compliance to the manufacturer’s recommendations 9 regarding cement used and environmental conditions. 10 11 Conduits shall be capped during construction using manufactured seals to prevent 12 entrance of water and debris. The conduits shall be cleaned before pulling wire and shall 13 include bonded ground wire (including spare conduits for locating purposes). 14 15 Spare conduits shall be capped and labeled "City of Renton" conduits. 16 17 18 8-20.3(5)E1 Open Trenching 19 (*****) 20 21 Section 8-20.3(5)E1 is added as follows: 22 23 The Contractor shall provide trenching as specified herein, regardless of the material 24 encountered, as necessary for complete and proper installation of the signal, illumination 25 and ITS conduit. Trenching shall conform to the following: 26 27 Uniform Construction 28 Trenching for conduit runs shall be done in a neat manner, and the trench bottom shall be 29 graded to provide a uniform grade, with a width and depth as specified herein. All trenches 30 for placement of conduit shall be straight and as narrow in width as practical to provide a 31 minimum of pavement disturbance. 32 33 Trench Inspection 34 No work shall be covered until it has been examined by the Engineer or Inspector. Earth 35 which fills around and over the conduit shall be free of rocks greater than 2 inches up to a 36 depth of 6 inches. When trenching is being accomplished within the sidewalk area, the 37 backfill can be made with acceptable materials from the excavation and shall be 38 considered a necessary part of and incidental to the excavation in accordance with the 39 Standard Specifications. Hauling and disposal of un-used excavation material shall be 40 incidental to the cost of trenching or excavating. The compaction requirements for the 41 roadway backfill shall apply. 42 43 Saw Cut for Trench 44 Trenches in all paved areas shall be saw cut. The saw cuts shall be a minimum of 2-inches 45 deep and shall be parallel. Thoroughly clean saw cuts where necessary by the use of high 46 pressure water (1,400 psi or greater). All wastewater shall be collected and disposed of in 47 accordance with Section 1-07.15 of the Standard Specifications. Impervious surfaces 48 contaminated from cutting operations shall be cleaned in accordance with Section 1-07.15 49 of the Standard Specifications. 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-139 PROJECT #REN-47 1 Pavement Removal 2 Pavement shall be removed in a manner approved by the Engineer. The Contractor shall 3 take care in removing existing paving not to damage the pavement outside of the saw cut 4 lines. 5 6 Trench Depth 7 Trench depth shall provide 24 inches minimum of cover over all conduits unless agreed to 8 otherwise by the Engineer. Trench depth shall provide a minimum cover of 36 inches for 9 all conduits designated for fiber optic cabling. 10 11 Trench Width 12 The trench width shall be a minimum of 12 inches. 13 14 Trenching in Landscaped Areas 15 Trenches shall be placed to have minimum impact on existing landscaping and irrigation 16 systems. Any damage due to the Contractor’s operation shall be repaired or replaced by 17 the Contractor at his own expense and to the satisfaction of the Engineer. 18 19 Trenching Through Concrete Sidewalk Areas 20 Trenching in these areas shall require removal and replacement of the concrete to the 21 limits of the existing sidewalk joints. The costs for removal and replacement shall be 22 incidental to the trenching. 23 24 8-20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes 25 (*****) 26 27 Section 8-20.3(6) is supplemented with the following: 28 29 All junction boxes and associated concrete pads shall be installed on compacted sub 30 grade which shall include six inches of 5/8th-inch minus crushed surfacing top course 31 material installed under and around the base of the junction box. The junction box shall 32 include installation of a 4" thick Class "B" cement 12” minimum concrete pad enclosing 33 the junction box as per the Plans, specifications and detail sheets. Concrete shall be 34 promptly cleaned from the junction box frame and lid. 35 36 If junction boxes are placed in the sidewalk, they shall not be placed closer than 12 inches 37 from the edge of any sidewalk or sidewalk joint. The frame and lid shall be from 0 to 3/16 38 inch below a straight edge laid across the sidewalk, and the lid shall be flat to a maximum 39 of 1/16 inch positive camber. Pre-molded joint filler for expansion joints shall be placed 40 around junction boxes installed in sidewalks. All junction boxes placed in the sidewalks 41 shall have skid resistant lids. 42 43 Junction boxes shall have galvanized steel locking lids and frames. 44 45 Wiring shall not be pulled into any conduit until all associated junction boxes have been 46 adjusted to or installed in their final grade and location, unless installation is necessary to 47 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-140 PROJECT #REN-47 maintain system operation. If wire is installed for this reason, sufficient slack shall be left 1 to allow for final adjustment. 2 The Contractor shall not damage any existing conduits when replacing or excavating 3 existing junction boxes. The Contractor is to maintain the integrity of all junction boxes 4 during reconfiguration of the conduits, installation of new conduits or when excavating. 5 6 7 Small Cable Vaults 8 Small cable vaults shall be installed in accordance with the following: 9 • Excavation shall comply with the requirements of Standard Specifications Section 10 2- 09. 11 • All openings around conduits shall be sealed and filled with grout to prevent water 12 and debris from entering the vaults or pull boxes. The grout shall meet the 13 specifications of the small cable vault manufacturers. 14 • Backfilling around the work shall not be allowed until the concrete or mortar has 15 set. 16 • Upon acceptance of work, small cable vaults shall be free of debris and ready for 17 cable installation. All grounding requirements shall be met prior to cable installation. 18 • Small cable vaults shall be adjusted to final grade using risers or rings 19 manufactured by the small cable vault and pull box manufacturer. Small cable vaults 20 with traffic bearing lids shall be raised to final grade using ring risers to raise the 21 cover only. 22 • Small cable vaults shall be installed at the approximate location shown in the 23 Drawings. 24 • All existing conduits will need to be open and exposed for access within the vault. 25 Care shall be taken to identify which conduits have existing cables. All conduits will 26 extend 2-inches within the vault walls. At the 2-inch mark, the excess conduit on 27 the existing structure will need to be removed and all cables exposed. 28 • Once the conduits are located, excavate a hole large enough to install the small 29 cable vault. The vault shall have a concrete floor as indicated on the Drawings. The 30 floor shall be installed on 6-inches of crushed surfacing top course, per Standard 31 Specifications Section 9-03.9(3). If a small cable vault is installed outside a paved 32 area, an asphalt pad shall be constructed surrounding the junction box. Ensure that 33 the existing conduits are at a minimum of 4-inches above the top of the floor. If the 34 existing conduits contain existing cables, the new vault will need to be bottomless 35 to allow the existing conduit and cables to be routed into the new vault. 36 • All mounting equipment shall be included with the small cable vault. 37 38 Cable Racking in Small cable vaults 39 Cables shall be racked and secured with nylon ties. Nylon ties shall not be over- 40 tightened. Identification or warning tags shall be securely attached to the cables in at 41 least two locations in each small cable vault. 42 43 All coiled cable shall be protected to prevent damage to the cable and fibers. Racking 44 shall include securing cables to brackets (racking hardware) that extend from the 45 sidewalls of the small cable vault. 46 47 8-20.3(8) Wiring 48 (*****) 49 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-141 PROJECT #REN-47 Section 8-20.3(8) is supplemented with the following: 1 2 Contractor shall furnish and install new SC connectors to fiber optic cable, termination 3 panel, and provide patch cables for connection inside the traffic signal controller cabinet. 4 5 All illumination circuits shall be labeled with a PVC marking sleeve bearing the circuit 6 number at each junction box whether splices are present or not. Terminal strips in cabinets, 7 or when used as a connection device between conductors, shall bear the circuit numbers. 8 9 SEC fuse holders complete with pole and bracket cable shall be installed in any signal 10 standard or luminaire standard supporting a luminaire. Illumination wiring shall conform to 11 COR Standard Plans and these Special Provisions. 12 13 All stranded wires terminated at a terminal block shall have an open end, crimp style 14 solderless terminal connector, and all solid wires terminated at a terminal block shall have 15 an open end soldered terminal connector. All terminals shall be installed with a tool 16 designed for the installation of the correct type of connector and crimping with pliers, wire 17 cutters, etc., will not be allowed. All wiring inside the controller cabinet shall be trimmed 18 and cabled together to make a neat, clean appearing installation. No splicing of any traffic 19 signal conductor shall be permitted. All conductor runs shall be attached to appropriate 20 signal terminal boards with pressure type binding posts. 21 22 For installing new cables in existing occupied or empty conduit, the Contractor shall be 23 responsible for the following steps: 24 1) Install a new pull rope using a rod/fish tape in the conduit for pulling in the new 25 cabling if a pull rope does not already exist. 26 2) If the Contractor cannot get the rod/fish tape to pass through the conduit, the 27 Contractor shall blow air through the conduit to remove any debris blocking the 28 rod/fish tape path. The Contractor shall be careful not to blow air into controller or 29 service cabinets. 30 3) If the rod/fish tape still does not pass through the conduit after blowing air, the 31 Contractor shall disconnect a single existing wire as agreed to by the Engineer (if 32 the conduit is occupied) and use that wire to pull the new wiring plus a new cable 33 to replace the existing cable that is being used for pulling. 34 4) If no existing wire can be used to pull in the new wire, the Contractor shall try 35 another conduit run if one exists, or pull out all existing wiring from the conduit and 36 use to pull in the new wiring plus all new cabling to replace existing cabling. 37 Rodding, fish taping, blowing air, and disconnecting/ reconnecting cable shall be 38 the Contractor’s cost responsibility. In an event that none of these steps led to 39 successful wire installation, the Contractor shall install new conduit as directed by 40 the Engineer. 41 42 8-20.3(9) Bonding, Grounding 43 (*****) 44 45 Section 8-20.3(9) is supplemented with the following: 46 47 All street light standards, signal poles and other standards on which electrical equipment 48 is mounted shall be grounded to a copper clad metallic ground rod 5/8" in diameter x 8’0" 49 in length complete with a #8 AWG bare copper bonding strap located in the nearest 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-142 PROJECT #REN-47 junction box. All signal controller cabinets and signal/lighting service cabinets shall be 1 grounded to a 5/8" in diameter x 8’0" in length copper clad metallic ground rod located in 2 the nearest junction box with a bare copper bonding strap sized in accordance with the 3 Plans, specifications and applicable codes. 4 5 Ground rods are considered miscellaneous items and all costs are to be included within 6 the Bid Items in the proposal. 7 8 Polyester detectable pull tape shall not be connected to the equipment-grounding system. 9 The Contractor shall provide and install bonding and grounding wires as described in 10 Standard Specifications and the National Electric Code for any new metallic junction box 11 and any modified existing junction boxes. For the purposes of this section, a box shall be 12 considered “modified” if new current-carrying conductors are installed, including low-13 voltage conductors, or if the box is adjusted to grade, or if the box lid is modified. 14 15 16 8-20.3(10) Service, Transformer, and Intelligent Transportation System (ITS) Cabinets 17 (*****) 18 19 Section 8-20.3(10) is revised by deleting the second and third paragraphs and supplemented with 20 the following: 21 22 Electrical service cabinet shall be single phase 120/240 volt, 3 wire 60 cycle A.C. (street 23 lighting contactor/traffic signal, grounded neutral service). 24 25 The service point shall be as noted on the Plans and shall be verified by the electrical 26 servicing utility (the Contractor to coordinate a power service point availability, with a 27 power company). 28 29 The Contractor shall reuse existing or install new conduit from the new electrical service 30 cabinet to PSE power source as shown on the Plans (coordinate work with Puget Sound 31 Energy prior to cabinet base installation). In addition, the Contractor shall provide service 32 conductors from the electrical service to the power source with at least 20 feet of service 33 wire coiled and coordinate the connection with Puget Sound Energy representative. All 34 connections and interfacing with Puget Sound Energy shall conform to Puget Sound 35 Energy requirements. 36 37 The Contractor shall have all services inspected by Transportation Maintenance and shall 38 be solely responsible for coordination with the power company to have the service 39 energized. The Contractor shall notify the City Inspector when the service is ready for 40 connection and shall coordinate with Puget Sound Energy. The Contractor shall pay all 41 connection fees. 42 43 All service cabinets shall be shipped and delivered to the job site in a protective covering 44 with suitable dunnage to prevent damage to the exterior surface. 45 46 47 8-20.3(11) Testing 48 (*****) 49 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-143 PROJECT #REN-47 Section 8-20.3(11) is supplemented with the following: 1 2 All work shall be completed in a manner that provides the Inspector and Engineer with full 3 knowledge of the construction. The work shall proceed in accordance with the approved 4 construction schedule previously supplied to and approved by the City. The Inspector and 5 Engineer may, at their option, require work completed without their knowledge or 6 inspection to be dismantled so that it can be inspected to their satisfaction. 7 8 Prior to schedule of turn-on, an electrical inspection must be passed with a copy of the 9 Electrical Control Permit in the service cabinet. 10 Signal Turn-On 11 A minimum of five (5) working days written notice will be required for signal turn-on. The 12 Contractor shall not pick up the controller cabinet from the Contracting Agency until power 13 is present at the site and all site preparation required to install the controller cabinet is 14 complete. All discrepancies and deficiencies must be corrected by the Contractor and re-15 inspected prior to requesting signal turn-on date. All functional tests required by the 16 Contract Specifications shall be completed to the satisfaction of the Engineer 48 hours 17 prior to the turn-on date. 18 19 Signal turn-on shall not be allowed on Mondays, Fridays, weekends, holidays, and the 20 weekday immediately before and after a holiday. Signal turn-on shall be completed 21 between the hours of 9 a.m. and 2 p.m. on the day of the turn-on. No turn-on will be 22 allowed until the CITY OF RENTON TRANSPORATION MAINTENANCE MANAGER 23 gives approval. 24 25 The signal turn-on shall be by the City’s Transportation MAINTENANCE MANAGER or his 26 representative. The Transportation MAINTENANCE MANAGER or his representative 27 shall enter all signal timing parameters as supplied by the OPERATIONS representative 28 and shall certify the intersection is operating and functioning in accordance with the 29 contract documents. The Contractor shall be present during the turn-on with adequate 30 equipment to repair any deficiencies in operation. 31 32 The traffic signal controller manufacturer's representative shall fully explain the operation 33 of all control equipment to the Operations representative prior to the turn-on procedure. 34 The Operations representative may contact the manufacturer to schedule the explanation 35 of the control equipment and the training session shall be provided if deemed necessary 36 by manufacturer's representative. 37 38 Requests for traffic signal turn on will not be considered until a pre-turn on inspection of 39 signal system has taken place. 40 41 Requests for signal turn on shall not be considered until electrical service to the 42 intersection has been provided and has been energized by the electric utility. 43 44 Channelization at the intersection must be complete per plan before requesting signal turn 45 on date. Any deletions of channelization prior to turn on must be approved by the 46 Transportation Maintenance Manager or representative. City forces shall provide, post 47 and maintain proper signing warning of new signal ahead. 48 49 RRFB System Turn-On 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-144 PROJECT #REN-47 1 A minimum of five (5) working days written notice will be required for RRFB turn-on. All 2 functional tests required by the Contract Specifications shall be completed to the 3 satisfaction of the Engineer 48 hours prior to the turn-on date. 4 5 RRFB turn-on shall not be allowed on Mondays, Fridays, weekends, holidays, and the 6 weekday immediately before and after a holiday. Signal turn-on shall be completed 7 between the hours of 9 a.m. and 2 p.m. on the day of the turn-on. No turn-on will be 8 allowed until the City of Renton Transportation Maintenance Manager (contact person: 9 Eric Cutshall at 425- 430-7423) gives approval. 10 11 The RRFB turn-on shall be by the City's Transportation Maintenance Manager or his 12 representative. The Maintenance Manager or his representative shall enter all control 13 parameters as supplied by the OPERATIONS representative and shall certify the crossing 14 is operating and functioning in accordance with the contract documents. The Contractor 15 shall be present during the turn-on with adequate equipment to repair any deficiencies in 16 operation. 17 18 Requests for RRFB turn on will not be considered until a pre-turn on inspection of RRFB 19 system has taken place. 20 21 Requests for RRFB turn on shall not be considered until electrical service to the crossing 22 has been provided and has been energized by the electric utility. 23 24 Channelization at the crossing must be complete per plan before requesting signal turn 25 on date. Any deletions of channelization prior to turn on must be approved by the 26 Transportation Maintenance Manager or representative. City forces shall provide, post 27 and maintain proper signing warning of new RRFB ahead. 28 29 The Contractor shall conduct tests to assure proper intended operation of the RRFB 30 system. The RRFB turn-on procedure shall not begin until all required channelization, 31 pavement markings, and signs are installed. The Contractor shall provide traffic control to 32 stop all traffic from entering the crossing or affected street segment and shall then turn the 33 RRFB system to its flash mode to verify proper flash indications. The Engineer will verify 34 proper flash pattern and rate is implemented. The Contractor shall then conduct functional 35 tests to demonstrate that each part of the RRFB system functions as intended consistent 36 with plans, project Specifications, and manufacturer’s Specifications. This demonstration 37 shall be conducted in the presence of the Engineer. The Engineer may introduce additional 38 testing to assess full functions of the system as intended. Based on the results of the turn-39 on, the Engineer will direct the Contractor to either keep the RRFB system on normal 40 operation or to turn the system off and cover all lighted displays and push buttons until 41 necessary corrections by the Contractor are completed. 42 43 44 8-20.3(13) Illumination Systems 45 (*****) 46 47 Section 8-20.3(13) is supplemented with the following: 48 49 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-145 PROJECT #REN-47 Existing illumination shall not be removed until the temporary or new illumination system 1 is completed and operational. Temporary illumination shall not be removed until the new 2 permanent illumination system is completed and operational. If an existing street light is 3 in conflict with construction sequencing, a temporary lighting system shall be installed prior 4 to removal of the existing street light. 5 6 Light Standards shall be erected in accordance with Standard Specifications Section 8- 7 20.3(4). 8 The illumination system shall be energized from a single photoelectric cell mounted in the 9 service cabinet in accordance with City of Renton Standard Detail 122.1. All luminaire 10 fixtures in the system shall incorporate a block out (shorting cap) for the photocell. 11 12 13 8-20.3(13)A Light Standards 14 (*****) 15 16 Section 8-20.3(13)A is supplemented with the following: 17 18 Lighting standards shall be fabricated in conformance with the methods and materials 19 specified on the pre-approved Plans and outlined in the Standard Specifications and these 20 Special Provisions. 21 22 Anchor bolts shall extend through the top heavy-hex nut two full threads to the extent 23 possible while conforming to the specified slip base clearance requirements. Anchor bolts 24 shall be tightened by the Turn-Of-Nut Tightening Method in accordance with Standard 25 Specifications Sections 6-30.3(33) and 8-20.3(4). 26 27 Installation of all nuts and bolts shall be performed with proper sized sockets, open end or 28 box wrenches. Use of pipe wrenches or other tools which can damage the galvanization 29 of the nuts and bolts will not be permitted. Tools shall be of a sufficient size and strength 30 to achieve adequate torquing of the nut(s). 31 32 The grout pad shall not extend above the elevation of the bottom of the base. The hand 33 hole shall be located at 90 degrees to the davit arm on the side away from traffic. 34 35 A grounding tug or nut shall be provided in the handhole frame or inside the handhole 36 frame or inside the pole shaft to attach a ground bonding strap. 37 38 All poles and davit arms shall be designed to support a luminaire weight of 50 lbs. or more 39 and to withstand pressures caused by wind loads of 85 MPH with gust factor of 1.3. 40 41 All poles shall maintain a minimum safety favor of 4.38 PSI on yield strength of weight 42 load and 2.33 PSI for basic wind pressure. 43 44 Miscellaneous Hardware: 45 All hardware (bolts, nuts, screws, washers, etc.) needed to complete the installation shall 46 be stainless steel. 47 48 I.D. (identification for poles): 49 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-146 PROJECT #REN-47 The Contractor shall provide a combination of digits and letters on each pole (per luminaire 1 schedules on illumination plans), whether individual luminaire or signal pole with luminaire. 2 The letter and numbers combination shall be mounted at the 15 foot level on the pole 3 facing approaching traffic. Legends shall be sealed with transparent film, resistant to dust, 4 weather and ultraviolet exposure. The decal markers shall be either 5 • 3 inch square with gothic gold or white reflectorized 2 inch legend on a black 6 background, or 7 • 3 inch square with black 2 inch legend on a white reflective background 8 The I.D. number will be assigned to each pole at the end of the contract or project by 9 the Transportation Maintenance Manager. Cost for the decals shall be considered 10 incidental to the contract bid 11 12 Light standards shall be 6063-T4 aluminum and shall meet the pole detail requirements 13 indicated below and the detail sheets in the Plans. 14 15 The pole shaft shall be provided with a 3" X 5" flush handhole near the base and a 16 matching metal cover secured with stainless steel screws or bolts. 17 18 The pole shall be adjusted for plumb after all needed equipment has been installed 19 thereon. After pole is installed and plumbed, nuts shall be tightened on anchor bolts using 20 proper sized sockets, open end, or box wrenches. Use of pliers, pipe wrenches, or other 21 tools that can damage galvanizing will not be permitted. Tools shall be of sufficient size to 22 achieve adequate torquing of the nuts. The space between the concrete foundation and 23 the bottom of the pole base plate shall be filled with a dry pack mortar grout and troweled 24 to a smooth finish conforming to the contour of the pole base plate. 25 26 Dry pack mortar grout shall consist of a 1:3 mixture of potland cement and fine sand with 27 just enough water so that the mixture will stick together on being molded into a ball by 28 hand, and will not exclude moisture when so pressed. A one half-inch drain hole shall be 29 left in the bottom of the grout pad as shown on WSDOT Standard Detail J-28.40-02. 30 31 I.D. Tag: 32 Install I.D. tag on pole and in foundation per City of Renton Standard Plan 139. 33 34 35 8-20.3(14) Signal Systems 36 37 8-20.3(14)B Signal Heads 38 (*****) 39 40 Section 8-20.3(14)B is supplemented with the following: 41 42 All vehicle and pedestrian signal heads shall be securely covered with opaque (non- 43 translucent) light colored material between installation and signal turn-on. Signal heads 44 shall also be completely covered after testing and prior to signal turn-on. Visqueen duct 45 tape shall not be allowed to secure the covers to the signal heads. 46 47 Vehicle heads that are to remain covered for a period AFTER turn-on of the signal, shall 48 be covered with a heavy, waterproof, opaque canvas, white, yellow, or khaki in color, 49 securable by braided nylon rope labeled “OUT OF SERVICE”. 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-147 PROJECT #REN-47 1 The Contractor shall provide and install all new vehicular signal head mounting hardware. 2 Mounting hardware will provide for a rigid connection between the signal head and mast 3 arm or pole. 4 5 Final position of the signal heads shall be adjusted in the field in the presence of an 6 Engineer. The bottom housing of a signal face shall conform to the requirements as stated 7 in the current approved edition of the MUTCD. 8 9 The highest intensity of the red lens in the signal head shall be aimed at a point 4 times 10 the posted speed limit from the stop bar (measured in linear feet). Final orientation of 11 signal heads shall be approved by the City Traffic Engineer in the field. 12 13 14 8-20.3(14)E Signal Standards 15 (*****) 16 17 Section 8-20.3(14)E is supplemented with the following: 18 19 Traffic signal standards shall be fabricated in conformance with the methods and materials 20 specified on the pre-approved plans and outlined in the Standard Specifications and these 21 Special Provisions, Sections 9-29.6(1)B Decorative Signal Poles. All Type II and III signal 22 standards shall have terminal cabinets and luminaire arm connection as described in 9- 23 29.6(1)B. 24 25 While delivering the poles and arms to the job site and before they are installed, they shall 26 be transported and stored in a manner that will not inconvenience the public or damage 27 the surface finish. Poles shall be inspected by the Transportation Maintenance 28 Department prior to install. Poles shall be unwrapped for visual inspection by contractor 29 prior to inspection. Once approved poles can be installed. Extreme care shall be taken by 30 the Contractor during installation and pole erection to avoid damage to the finish. 31 32 The poles shall be installed on leveling nuts and washers secured to the anchor bolts and 33 with locking nuts and washers on the top of the base flange with a minimum of two full 34 threads extending beyond the locking nut. The side of the shaft opposite the load shall be 35 plumbed by adjusting the leveling nuts or as otherwise directed by the Engineer. Leveling 36 nuts shall not be encased I concrete foundation. The space between the concrete base 37 and the bottom of the pole flange shall be filled with dry pack mortar to completely fill the 38 space under the flange and be neatly troweled to the contour of the pole flange. A barrier 39 shall be placed around the anchor bolts to prevent grout from entering the conduits. A 40 plastic drain hose (3/8-inch diameter) shall be inserted through the mortar to provide the 41 drainage from the interior of the pole base and be trimmed flush with the interior and 42 exterior surface of the mortar. Dry pack mortar shall consist of a 1 to 3 mixture of cement 43 and fine sand. 44 45 Installation of all nuts and bolts shall be performed with proper sized sockets, open end or 46 box wrenches. Use of pipe wrenches or other tools which can damage the galvanization 47 of the nuts and bolts will not be permitted. Tools shall be of a sufficient size and strength 48 to achieve adequate torqueing of the nut(s). 49 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-148 PROJECT #REN-47 All welds shall comply with the latest AASHTO Standard Specifications for Structural 1 Supports for Highway Signs, Luminaires and Traffic Signals. Welding inspection shall 2 comply with Standard Specifications Section 6-03.3(25)A Welding Inspection. 3 4 Hardened washers shall be used with all signal arm-connecting bolts instead of lock 5 washers. 6 7 All signal arm AASHTO M 164 connecting bolts shall be tightened to 40 percent of proof 8 load. 9 10 Install a new ID tag on pole and in the foundation per City of Renton Standard Plan 139 11 (Signal Pole Foundation and Pole Identification Tag Detail). All pole shafts shall have nut 12 covers or decorative plate over locking nuts. 13 14 15 8-20.3(14)H Pedestrian Push Button Assembly 16 (*****) 17 18 Section 8-20.3(14)H is added as follows: 19 20 The Contractor shall furnish and field-install complete APS type pedestrian pushbutton 21 assemblies and signs on the signal poles and all associated equipment in the signal 22 cabinets. The position and orientation of the pedestrian push buttons shall be located as 23 shown on Plans; however, final positioning for the optimum effectiveness shall be 24 approved by the Engineer or Transportation Maintenance Manager. 25 26 8-20.3(15) Grout 27 (*****) 28 29 Section 8-20.3(15) is supplemented with the following: 30 31 After the pole is plumbed the space between the concrete foundation and the bottom of 32 the pole base plate shall be filled with a dry pack mortar grout troweled to a smooth finish 33 conforming to the contour of the pole base plate. Dry pack mortar grout shall consist of a 34 1:3 mixture of Portland cement and fine sand with just enough water so that the mixture 35 will stick together on being molded into a ball by hand and will not exude moisture when 36 so pressed. A one-half inch drain hole shall be left in the bottom of the grout pad as shown 37 on the standard detail. 38 39 8-20.3(16) Reinstalling Salvaged Material 40 (*****) 41 42 Section 8-20.3(16) is supplemented with the following: 43 44 Signal Standards 45 Signal equipment and signs removed from existing signal standards shall be reinstalled 46 on new decorative signal standards with the same mountings as existing mountings and 47 at locations shown and noted on the Plans. 48 49 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-149 PROJECT #REN-47 Wiring shall be fully restored to new decorative signal standards so that the signal, 1 including all reinstalled salvage equipment, is fully functional. 2 3 8-20.3(17) “As Built” Plans 4 (*****) 5 6 Section 8-20.3(17) is supplemented with the following: 7 8 Upon completion of the construction and prior to the turn-on of any traffic control 9 equipment, the Contractor shall furnish an “as-built" plans of each intersection showing all 10 signal heads, pole locations, detectors, junction boxes, miscellaneous equipment, 11 conductors, cable wires up to the signal controller cabinet, and with a special symbol 12 identifying those items that have been changed from the original Contract Drawings. All 13 items shall be located within 1-foot horizontal distance and 6 inches vertical distance 14 above, below, or at the surface. 15 16 17 8-20.3(18) Video Detection System 18 (*****) 19 20 Section 8-20.3(18) is supplemented with the following: 21 22 The permanent video detection system shall consist, but not limited to, of the following: 23 • Video cameras, including camera enclosure, filter, sunshield and connector kit. 24 • Camera mount assemblies 25 • Video image processors 26 • Remote communications module 27 • 9-inch Video Monitor, including cable 28 • Programming devices and/or software 29 • Remote management software 30 • Camera lenses and lens adjustment modules 31 • Surge Suppressor 32 • Coaxial and power cables 33 • All other equipment necessary for a fully operational video detection system. 34 35 Video detection camera shall conform to the details shown on the Plans and shall be Axis 36 Multisensor M4318-PLVE Panoramic Video Detection Camera or approved equal. Video 37 detection processor unit shall conform to the details shown on the Plans and shall be 38 Currux Vision Video Detection Processor or approved equal. 39 40 Cameras shall be mounted at a sufficient height to prevent occlusion from cross traffic. 41 The Contractor shall provide the camera mounts and cable per these Specifications. The 42 Contractor shall install the cameras and controller cabinet video camera equipment under 43 the presence of City of Renton Transportation Maintenance Representative and the 44 Representative will program the cameras to provide detection. The Contractor shall notify 45 the Engineer 48 hours in advance of changes that will require reprogramming cameras. 46 47 48 49 8-20.4 Measurement 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-150 PROJECT #REN-47 (*****) 1 2 Section 8-20.4 is supplemented with the following: 3 4 The lump sum Contract price for “Traffic Signal System Modification — ”, shall be full 5 pay for construction of the complete traffic signal system. All items and labor necessary to 6 supply, install, and test the conduit, junction boxes, vehicular and pedestrian signal heads, 7 pedestrian pushbuttons, emergency vehicle preemption, vehicle detection system, 8 connections with existing conduit and junction boxes, mast arm mounted traffic signs, 9 restoring facilities destroyed or damaged during construction, salvaging existing materials, 10 and all other components necessary to make a complete traffic signal system shall be 11 included within the lump sum measurement. This includes and is not limited to all work 12 related to the removal of existing signal equipment, the installation of the temporary video 13 detection system, the installation of the temporary signal system, relocation of temporary 14 signal equipment (vehicle heads, pre-emption, pedestrian heads, pedestrian push 15 buttons, video detection) to accommodate construction phasing throughout the project. All 16 costs for installing signing on signal mast arms or temporary signal installations shall be 17 incidental to the bid item(s) in this section and no additional compensation will be made. 18 Luminaires and luminaire arms positioned on signal poles and as shown on the Traffic 19 Signal Plans will be considered a part of the traffic signal system lump sum measurement. 20 Removal of an existing signal system or existing signal components shall be included 21 within the lump sum measurement. After construction is complete, it is Contractor’s 22 responsibility to adjust, relocate, and reposition all traffic signal heads to their final position 23 as shown on the Contract Documents, and shall be considered incidental to the lump sum 24 measurement. All painting of components shall be considered incidental to the lump sum 25 measurement. No specific unit of measurement shall apply, but measurement will be made 26 for the sum total of all items to be furnished and installed. 27 28 The lump sum Contract price for “RRFB System, Complete — ”, shall be full pay for 29 construction of the complete electrical system, as described above and as shown in the 30 Plans, and herein specified, including excavation and backfilling, concrete foundations, 31 poles, RRFB light bars, signs, cabinets/enclosures, junction boxes, conduit, wiring, 32 electrical service cabinets, restoring facilities destroyed or damaged during construction, 33 salvaging existing materials, and for making all required tests. All additional materials and 34 labor, not shown in the Plans or called for herein and which are required to complete the 35 electrical system, shall be included in the lump sum Contract price. 36 37 38 39 8-20.5 Payment 40 (*****) 41 42 Section 8-20.4 is deleted and replaced with the following: 43 44 “Traffic Signal System Modification — “S 7th St & Shattuck Ave S”, per lump sum. 45 46 “Traffic Signal System Modification — “SW 7th St & Lind Ave SW”, per lump sum. 47 48 “Traffic Signal System Modification — “SW 7th St & Hardie Ave SW”, per lump sum. 49 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-151 PROJECT #REN-47 “Traffic Signal System Modification — “S 7th St and Rainier Ave S”, per lump sum. 1 2 “RRFB System, Complete — SW 7th St", per lump sum. 3 4 Coordination of service connections with Puget Sound Energy and any necessary permits 5 and fees associated with the service connections shall be considered incidental to the bid 6 items included in this section and no additional compensation will be made. 7 8 All costs for installing junction boxes and conduit containing traffic signal system, 9 illumination system, and/or RRFB system wiring shall be incidental to the bid items per 10 this section and Section 8-20.4 and no additional compensation will be made. 11 12 All costs for painting shall be incidental and included in the bid items included in this 13 section and no additional compensation will be made. 14 15 Adjustment of junction boxes shall be incidental and included in the bid items included in 16 this section and no additional compensation will be made. 17 18 Restoration of facilities destroyed or damaged during construction shall be considered 19 incidental to the bid items included in this section and no additional compensation will be 20 made. 21 22 23 24 25 26 27 8-21 PERMANENT SIGNING 28 29 8-21.2 Materials 30 31 8-21.2(9-06.16) Roadside Sign Structures 32 (January 3, 2011 WSDOT GSP, OPTION 1) 33 34 Section 9-06.16 is supplemented with the following: 35 36 Perforated Steel Square Sign Post System 37 Where noted in the Plans, steel sign post systems shall be square, pre-punched 38 galvanized steel tubing, that are NCHRP 350 Test Level 3 Certified and FHWA approved. 39 The steel sign post system shall include all anchor sleeves, and other 6 hardware required 40 for a complete sign installation. 41 42 System Acceptance Systems listed in the current QPL will be accepted per the QPL 43 approval code. Systems not listed in the QPL will be accepted based on a Supplier’s 44 Certificate of Compliance. The Supplier’s Certificate of Compliance will be a contract 45 specific letter from the supplier stating the system is NCHRP 350 Test Level 3 compliant. 46 47 8-21.2(9-28.14) Sign Support Structures 48 (September 8, 2020 WSDOT GSP, OPTION 1) 49 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-152 PROJECT #REN-47 Section 9-28.14 is supplemented with the following: 1 2 Manufacturers for Steel Roadside Sign Supports 3 The Standard Plans lists several steel sign support types. These supports are patented 4 devices and many are sole-source. All of the sign support types listed below are 5 acceptable when shown in the Plans. 6 7 Steel Sign Support Type Manufacturer 8 Type TP-A & TP-B Transpo Industries, Inc. 9 10 Type PL, PL-T & PL-U Northwest Pipe Co. 11 12 Type AS Transpo Industries, Inc. 13 14 Type AP Transpo Industries, Inc. 15 16 Type ST 1, ST 2, ST 3, & ST 4 Ultimate Highway Solutions, Inc., 17 Allied Tube & Conduit Corp. (Mechanical 18 Division), 19 Trinity Highway Products, LLC. 20 21 Type SB-1, SB-2, & SB-3 Ultimate Highway Solutions, Inc., 22 Xcessories Squared Development and 23 Manufacturing Incorporated, 24 Trinity Highway Products, LLC. 25 26 8-21.4 Measurement 27 (*****) 28 29 Section 8-21.4 is supplemented with the following: 30 31 “Remove private sign” shall be measured per each, including all materials, tools and labor 32 required to remove the sign as shown on the plans. 33 34 35 8-21.5 Payment 36 (*****) 37 38 Section 8-21.4 is supplemented with the following: 39 40 "Remove Private Sign" shall be paid per each. 41 42 8-22 PAVEMENT MARKING 43 44 8-22.2 Materials 45 (*****) 46 47 Section 8-22.2 is supplemented with the following: 48 49 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-153 PROJECT #REN-47 Marking materials noted as “MMA” shall be Type D Liquid Cold Applied Methyl 1 Methacrylate meeting the requirements of Section 9-34.2 of the WSDOT Standard 2 Specifications, and conform to the details shown on the Plans. 3 4 Plastic Shared Lane Marking shall conform to the details shown on the Plans. Material 5 shall be Type B Pre-Formed Fused Thermoplastic meeting the requirements of Section 9-6 34.3 of the WSDOT Standard Specifications. 7 8 Plastic Bike Dot shall conform to the details shown on the Plans. Material shall be Type B 9 Pre-Formed Fused Thermoplastic meeting the requirements of Section 9-34.3 of the 10 WSDOT Standard Specifications. 11 12 8-22.4 Measurement 13 (*****) 14 15 Section 8-22.4 is supplemented with the following: 16 17 The measurement for “Remove Pavement Markings” shall be inclusive of all plastic, 18 painted and raised pavement marker markings indicated for removal on the plans, and in 19 accordance with Section 8-22.3(6) as a lump sum. 20 21 The measurement for “Plastic Bike Dot” shall be per each. 22 23 The measurement for “MMA Profiled Line” shall be per linear foot, measured in-place as 24 shown on the Plans. 25 26 The measurement for “MMA Profiled Wide Line” shall be per linear foot, measured in-27 place as shown on the Plans. 28 29 The measurement for “MMA Crosshatch Marking” shall be per linear foot, measured in-30 place as shown on the Plans. 31 32 The measurement for “MMA Crosswalk Line (Green)” shall be per square foot, measured 33 in-place as shown on the Plans. 34 35 The measurement for “Plastic Shared Lane Marking” shall be per each. 36 37 The measurement for “Plastic Bicycle Detection Marking” shall be per each. 38 39 40 8-22.5 Payment 41 (*****) 42 43 Section 8-22.5 is supplemented with the following: 44 45 “Remove Pavement Markings”, per lump sum. 46 47 “Plastic Bike Dot”, per each. 48 49 “MMA Profiled Line”, per linear foot. 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-154 PROJECT #REN-47 1 “MMA Profiled Wide Line”, per linear foot. 2 3 “MMA Crosshatch Marking”, per linear foot. 4 5 “MMA Crosswalk Line (Green)”, per square foot. 6 7 “Plastic Shared Lane Marking”, per each. 8 9 “Plastic Bicycle Detection Marking”, per each. 10 11 12 13 END OF DIVISION 8 14 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-155 PROJECT #REN-47 DIVISION 9 1 MATERIALS 2 3 9-03 AGGREGATES 4 (*****) 5 9-03.15 Native Material for Trench Backfill 6 Section 9-03.15 is replaced with the following: 7 Trench backfill outside of the roadway prism shall be excavated material free from wood 8 or other organic waste, with no debris, clods or rocks greater than 3 inches in any 9 dimension. 10 Add New Section 9-03.22: 11 9-03.22 Cement-based Grout for Abandoning Existing Utilities 12 The Contractor shall submit a mix proposal that has flow characteristics appropriate 13 for filling a utility pipeline. The mix proposal for “Cement-base Grout for Abandoning 14 Existing Utilities” shall be approved by the Engineer prior to commencing work on this 15 item. 16 Cement-based Grout for Abandoning Existing Utilities shall be equal to a 1-sack mix 17 and the materials shall conform to the following: 18 Cement: This material shall be Portland cement as specified in section 9-01. 19 Aggregate: This material shall meet the requirements for fine aggregate as specified 20 in section 9-03.1. 21 Water: Water shall conform to the provisions of Section 9-25.1. 22 Minimum Strength: 100 psi 23 24 25 9-29 ILLUMINATION, SIGNAL, ELECTRICAL 26 27 28 Section 9-29 is supplemented with the following: 29 (*****) 30 31 General 32 33 All bolts, nuts, washers, and other fasteners shall be stainless steel unless otherwise 34 specified herein. 35 Where applicable, all materials, equipment, and installation procedures shall conform to 36 the current requirements and standards of the State of Washington Department of Labor 37 and Industries. 38 9-29.1 Conduit, Innerduct, and Outerduct 39 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-156 PROJECT #REN-47 (*****) 1 2 Section 9-29.1 is supplemented with the following: 3 4 Fiber optic cable conduit shall be supplied as a system from a single manufacturer 5 providing all of the conduit, all required fittings, termination and other installation 6 accessories; all in accordance with the Contract Documents. 7 8 The conduit PVC - non-metallic shall be of the two types indicated below: 9 1. Schedule 80 extra heavy wall PVC conforming to ASTM Standards, to be used in all 10 installations under roadways. 11 2. Schedule 40 heavy wall PVC conforming to ASTM Standards 12 13 Add the following new section: 14 15 9-29.1(11) Conduit Sealing 16 Conduit Sealing 17 Cabinet conduit sealing shall be one of the following: 18 1. Duo-fill 400 — self expanding waterproof foam 19 2. Jackmoon — Triplex Duct Plugs 20 3. 0-Z Gedney — Conduit Sealing Bushings 21 Mechanical plugs shall be installed per manufacturer’s recommendations. 22 23 9-29.1(1) Rigid Metal Conduit, Galvanized Steel Outerduct, and Fittings 24 (*****) 25 26 Section 9-29.1(1) is supplemented with the following: 27 28 RGS conduit fittings shall be coated with galvanizing repair paint in the same manner as 29 conduit couplings. Electroplated fittings/couplings are not allowed. Conduit entering 30 concrete shall be wrapped in 2 inch wide pipe wrap tape with a minimum 1 inch overlap 31 for 12 inch on each side of the concrete face. The tape shall have a synthetic rubber 32 adhesive with a fungus inhibitor. 33 34 Surface Mounting Conduit Attachment Components 35 36 Unistrut type channel supports and fastening hardware components shall be stainless 37 steel. Conduit clamps shall be hot-dip, galvanized steel or stainless steel, and shall be 38 one piece, two bolt units with lock washers. The clamps shall be attached to the unistrut 39 type channel supports on both sides of the conduit with bolts and associated hardware. 40 The minimum distance between adjacent clamps and between the clamp and the end of 41 the unistrut type channel supports shall be one inch. Unistrut type channel supports shall 42 be installed with stops, which prevent clamps from sliding out of the ends. 43 44 9-29.1(12) Directional Boring 45 (*****) 46 47 Section 9-29.1(12) is supplemented with the following: 48 49 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-157 PROJECT #REN-47 If the Contractor elects or is directed to directional bore, bored conduit shall be High 1 Density Polyethylene (HDPE). All piping system components shall be the products of one 2 manufacturer. The conduit and fittings shall be free, within commercial tolerances of 3 objectionable lines, striations, bubbles, welds or other manufacturing defects which would 4 impair the service of the conduit or fittings. Conduit shall be appropriate for the stress 5 generated by the selected equipment and field conditions. Bored conduit couplings shall 6 meet or exceed all ASTM strength and composition standards for the particular type used. 7 All couplings shall be leak proof. Drilling fluid used for directional boring shall be an inert 8 mixture of water and bentonite clay conforming to the drilling equipment manufacturer’s 9 recommendations. 10 11 9-29.2 Junction Boxes, Cable Vaults, and Pull Boxes 12 13 9-29.2(1) Standard Duty and Heavy-Duty Junction Boxes 14 15 9-29.2(1)A Standard Duty Junction Boxes 16 (*****) 17 18 Section 9-29.2(1)A is supplemented with the following: 19 20 Junction boxes shall be reinforced concrete with galvanized steel frame anchored in place 21 and galvanized steel cover plate with non-slip treatment. Grounding lugs shall be stainless 22 steel and shall be mechanically and electrically bonded. Junction boxes for copper wire 23 shall incorporate a locking lid. Junction boxes placed in the sidewalks shall have non-skid 24 lids. 25 26 Junction boxes shall be marked for use in accordance with the following schedule: System 27 Type Legend 28 Illumination LT 29 Traffic Signal TS 30 Interconnect Only ITS 31 32 (August 1, 2016 WSDOT GSP) 33 34 Concrete Junction Boxes 35 Both the slip-resistant lid and slip-resistant frame shall be treated with Mebac#1 as 36 manufactured by IKG industries, or SIipNOT Grade 3-coarse as manufactured by W.S. 37 Molnar Co. Where the exposed portion of the frame is 1/ inch wide or less the slip-resistant 38 treatment may be omitted on that portion of the frame. The slip-resistant lid shall be 39 identified with permanent marking on the underside indicating the type of surface treatment 40 (“M1" for Mebac#1; or “S3” for SIipNOT Grade 3-coarse) and the year manufactured. The 41 permanent marking shall be 1/8 inch line thickness formed with a stainless steel weld bead. 42 43 Type 1 and Type 2 Junction boxes shall be as noted in the Plans and in conformance with 44 WSDOT Standard Plan J-40.10. 45 46 9-29.2(2) Standard Duty Junction Boxes 47 (*****) 48 49 Section 9-29.2(2) is supplemented with the following: 50 51 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-158 PROJECT #REN-47 All communication vaults shall be Small Cable Vaults type per WSDOT Standard Plan J-1 90.21, shall be reinforced concrete with galvanized steel frame anchored in place and 2 galvanized steel cover plate (Diamond pattern) and shall include all mounting hardware 3 and racks as shown in the Standard Plans. Grounding lugs shall be stainless steel and 4 shall be mechanically and electrically bonded. Slip resistant frame and lid shall be per 5 Section 9- 29.2(1)A per these Special Provisions. 6 7 9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable 8 (*****) 9 10 Section 9-29.3 is supplemented with the following: 11 12 Fiber optic cable conduit shall be supplied as a system from a single manufacturer 13 providing all the conduit, all required fittings, termination and other installation accessories, 14 all in accordance with the Contract Documents. 15 16 An orange trace wire shall be installed in all conduits that contain a fiber optic cable. The 17 fiber optic cable network shall be single mode, non-zero dispersion shifted, loose tube 18 fiber capable of supporting both SONET transmission speeds and protocols up to 2.4 19 GE/s, and NTSC quality color video applications. Trace wire will need to be in cable or 20 pulled in conduit with fiber cable. 21 22 Install signal controller mounted patch panels for all fiber terminating applications. Patch 23 panels shall accept SC style connectors. 24 25 The Contractor shall provide all necessary tools, consumables, cleaner, mounting 26 Hardware and other materials required for the complete installation of each patch panel. 27 28 A wiring diagram shall be supplied with each patch panel. The wiring diagram shall identify 29 the destination of each fiber terminated in the patch panel. The destination information 30 shall include at a minimum, an intersection name, cabinet number, patch panel number 31 and patch panel port. The wiring diagram shall be placed in a plastic sheet protector next 32 to the patch panel and a copy submitted to the Project Representative with As-Built 33 drawings. Each row of ports in the patch panels shall be labeled with the associated port 34 numbers with the assumption that the numbers increase from top to bottom or left to right. 35 36 The Contractor is responsible for demonstrating the functionality of the installed system 37 through testing. These tests shall be conducted in accordance with an approved test plan 38 that shall cover the key functional requirements of the Work. The Contractor shall, at its 39 cost, provide suitable test equipment, instruments and labor for the purpose of tests. 40 41 The Contractor shall provide sufficient notice of not less than three (3) working days prior 42 43 the commencement of the first test. The Contractor shall submit with this notice a schedule 44 of all tests covered by this notice. 45 46 47 48 9-29.3(2) Electrical Conductors and Cable 49 (*****) 50 51 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-159 PROJECT #REN-47 Section 9-29.3(2) is supplemented with the following: 1 2 Each wire shall be numbered at each terminal end with a wrap-around type numbering 3 strip bearing the circuit number shown on the Plans. 4 5 The Contractor shall provide and install all the necessary wiring, fuses and fittings so as 6 to complete the installation of the signal and lighting equipment as shown on the Plans. 7 All materials and installation methods, except as noted otherwise herein, shall comply with 8 applicable sections of the National Electrical Code. 9 10 Communications cable shall meet REA specification PE-39 and shall have No. 19 AWG 11 wires with 0.008 inch FPA/MPR coated aluminum shielding. The cable shall have a 12 petroleum compound completely filling the inside of the cable. 13 14 9-29.3(2)H Three-Conductor Shielded Cable 15 (*****) 16 17 Section 9-29.3(2)H is deleted and replaced with the following: 18 19 Three conductor shielded cable (3CS) for the detector circuit for optical fire preemption 20 receivers shall be Model 138 Opticom cable. 21 22 9-29.3(2)J Cable for Vehicle Video Detection Cameras 23 (*****) 24 25 Section 9-29.3(2)J is added as follows: 26 27 Video detection cable shall be Ethernet type and conform to the video detection 28 manufacturer’s recommendations. 29 30 31 9-29.6 Light and Signal Standards 32 33 (January 10, 2022, WSDOT GSP) 34 Section 9-29.6 is supplemented with the following: Traffic Signal Standards 35 Traffic signal standards shall be furnished and installed in accordance with the methods 36 and materials noted in the applicable Standard Plans, pre-approved plans, or special 37 design plans. 38 39 All welds shall comply with the latest AASHTO Standard Specifications for Structural 40 Supports for Highway Signs, Luminaires and Traffic Signals. Welding inspection shall 41 comply with Section 6-03.3(25)A Welding Inspection. 42 43 Hardened washers shall be used with all signal arm connecting bolts instead of 44 lockwashers. All signal arm ASTM F 3125 Grade A325 connecting bolts tightening shall 45 comply with Section 6-03.3(33). 46 47 Traffic signal standard types, applicable characteristics, and foundation types are as 48 follows: 49 50 Type PPB 51 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-160 PROJECT #REN-47 Pedestrian push button posts shall conform to Standard Plan J-20.10 or to one of the 1 following pre-approved plans: 2 3 Fabricator Pre-Approved Drawing No. Valmont Ind., Inc. DB01165 Rev. B (4 sheets) Ameron Pole Products Division WA15TR10-1 Rev. C (1 sheet) and WA15TR10-3 Rev. B (1 sheet) Millerbernd Manufactu ring, Co. 74514-WA-PED-PPB Rev J (2 sheets) Foundations shall be as noted in Standard Plan J-20.10 4 5 Type PS, Type I, Type RM, and Type FB 6 Type PS pedestrian signal standards, Type I vehicle signal standards, Type RM ramp 7 meter signal standards, and Type FB flashing beacon standards shall conform to Standard 8 Plan J-20.16, J-21.15, J-21.16, and J-22.15 respectively, or to one of the following pre-9 approved plans: 10 11 Fabricator Pre-Approved Drawing No. Valmont Ind., Inc. DB01165 Rev. B (4 sheets) Ameron Pole Products Division WA15TR10-1 Rev. C (1 sheet) and WA15TR10-2 Rev. C (1 sheet) 12 Millerbernd Manufacturing, Co. 74514-WA-PED-FB Rev. H (2 sheets) Millerbernd Manufacturing Co. 74514-WA-PED-SB Rev. H (2 sheets) 13 Foundations shall be as noted in Standard Plan J-21.10. 14 15 Type II 16 Type II signal standards are single mast arm signal standards with no luminaire arm or 17 extension. Type II standards shall conform to one of the following pre-approved plans. 18 Maximum arm length (in feet) and wind load (XYZ value, in cubic feet) is noted for 19 each manufacturer. 20 21 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-161 PROJECT #REN-47 Fabricator Pre-Approved Drawing No. Max. Arm Length (ft) Max. Wind Load (xvz («3 Valmont Ind., Inc. DB00162 Rev. B (5 sheets) 65 3206 Ameron Pole Products Division WA15TR3724-1 Rev. C (sheet 1 of 2), and WA15TR3724-2 Rev. D (sheet 2 of 2) 65 2935 Millerbernd Manufacturing, Co. 74516-WA-TS-II Rev. L (4 sheets) 65 3697 1 Foundations shall be as noted in the Plans and Standard Plan J-26.10. Type II signal 2 standards with two mast arms installed 90 degrees apart may use these pre- approved 3 drawings. Standards with two arms at any other angle are Type SD and require special 4 design. 5 Type III 6 Type III signal standards are single mast arm signal standards with one Type 1 (radial 7 davit type) luminaire arm. The luminaire arm has a maximum length of 16 feet and a 8 mounting height of 30, 35, 40, or 50 feet, as noted in the Plans. Type III standards shall 9 conform to one of the following pre-approved plans. Maximum arm length (in feet) 10 and wind load (XYZ value, in cubic feet) is noted for each manufacturer. Wind load 11 limit includes a luminaire arm up to 16 feet in length. 12 13 Fabricator e-Approved Drawing No. Max. Arm Length (ft) Max. Wind Load (XYZ) (ft*) Valmont Ind., Inc. DB00162 Rev. B (5 sheets), with Type “J" luminaire arm 65 3259 Ameron Pole Products Division WA15TR3724-1 Rev. C (sheet 1 of 2), and WA15TR3724-2 Rev. D (sheet 2 of 2), with Series “J” luminaire arm 65 2988 Millerbernd Manufacturing, Co. 74516-WA-TS-III-J Rev. L (5 sheets) 65 3750 14 Foundations shall be as noted in the Plans and Standard Plan J-26.10. Type III signal 15 standards with two mast arms installed 90 degrees apart may use these pre- approved 16 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-162 PROJECT #REN-47 drawings. Standards with two arms at any other angle are Type SD and require special 1 design. 2 Ameron Pole Products Division WA15TR3724-1 Rev. C (sheet 1 of 2), and WA15TR3724-2 Rev. D (sheet 2 of 2), with Series “J” luminaire arm 65 2988 Millerbernd Manufacturing, Co. 74516-WA-TS-III-J Rev. L (5 sheets) 65 3750 3 Foundations shall be as noted in the Plans and Standard Plan J-26.10. Type III signal 4 standards with two mast arms installed 90 degrees apart may use these pre- approved 5 drawings. Standards with two arms at any other angle are Type SD and require special 6 design. 7 Type CCTV 8 Type CCTV camera pole standards shall conform to Standard Plan J-29.15 or to one of 9 the following pre-approved plans: 10 11 Fabricator Pre-Approved Drawing No. Valmont Ind., Inc. DB01166 Rev. C (4 sheets) Ameron Pole Products Division WA15CCTV01 Rev. B (2 sheets) Millerbernd Manufacturing, Co. 74577-WA-LC1 Rev. H (2 sheets) Millerbernd Manufacturing, Co. 74577-WA-LC2 Rev. H (2 sheets) Millerbernd Manufacturing, Co. 74577-WA-LC3 Rev. H (3 sheets) 12 Foundations shall be as noted in the Plans and Standard Plan J-29.10. 13 Type SD 14 Type SD signal standards are outside the basic requirements of any pre-defined signal 15 standard and require special design. All special design shall be based on the latest 16 AASHTO Standard Specifications for Structural Supports for Highway Signs, 17 Luminaires and Traffic Signals and pre-approved plans and as follows: 18 19 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-163 PROJECT #REN-47 1. A 115 mph wind loading shall be used. 1 2 2. The Mean Recurrence Interval shall be 1700 years. 3 4 3. Fatigue category shall be III. 5 6 Complete calculations for structural design, including anchor bolt details, shall be 7 prepared by a Professional Engineer, licensed under Title 18 RCW, State of 8 Washington, in the branch of Civil or Structural Engineering or by an individual 9 holding valid registration in another state as a civil or structural Engineer. 10 11 All shop drawings and the cover page of all calculation submittals shall carry the 12 Professional Engineer’s original signature, date of signature, original seal, registration 13 number, and date of expiration. The cover page shall include the contract number, 14 contract title, and sequential index to calculation page numbers. Two copies of the 15 associated design calculations shall be submitted for approval along with shop 16 drawings. 17 18 Details for handholes and luminaire arm connections are available from the Bridges and 19 Structures Office. 20 Foundations for Type SD standards shall be as noted in the Plans. 21 22 9-29.11(2) Photoelectric Controls 23 (*****) 24 25 Section 9-29.11(2) is replaced with: 26 27 The photo cell to control the system shall be mounted inside the service/contactor cabinet. 28 The Contractor shall verify, before manufacturing, the photocell window shall not be 29 obscured by the adjacent cabinets. 30 31 Photoelectric controls shall be a plug-in device, rated to operate on 120 volts, 60 Hz. The 32 unit shall consist of a light sensitive element connected to necessary control relays. The 33 unit shall be so designed that a failure of any electronic component will energize the 34 lighting circuit. 35 36 The photocell shall be a solid state device with stable turn-on values in the temperature 37 range of -55 degrees C to +70 degrees C. The photocell shall be rated as a ten-year (or 38 higher) life expectancy. 39 40 9-29.15 Flashing Beacon Control 41 (January 7, 2019, WSDOT GSP, Option 1) 42 43 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-164 PROJECT #REN-47 Section 9-29.15 is supplemented with the following: 1 2 Rapid Flashing Beacons 3 Rapid Flashing Beacon (RFB) indications shall comply with the dimensional, 4 operational, and flash pattern requirements of Federal Highway Administration 5 (FHWA) Interim Approval 21 (IA-21, Conditions 4, 5, and 6, excluding Condition 5f; 6 7 https://mutcd.fhwa.dot.gov/resources/interim_approval/ia21/index.htm). RFB 8 systems shall be capable of providing, at a minimum, the following two-channel 9 flashing patterns: 10 11 1. NEMA Standard 50-50: 12 13 • Channel one is ON and channel two is OFF for 0.5 seconds. 14 15 • Channel one is OFF and channel two is ON for 0.5 seconds. 16 17 (Cycle repeats; the total flashing pattern cycle length is 1.00 second.) 18 19 2. RFB “WW+S” Pattern (IA-21 Condition 5b): 20 21 • Channel one is ON and channel two is OFF for 0.05 seconds. 22 23 • Both channels are OFF for 0.05 seconds. 24 25 • Channel one is OFF and channel two is ON for 0.05 seconds. 26 27 • Both channels are OFF for 0.05 seconds. 28 29 • Channel one is ON and channel two is OFF for 0.05 seconds. 30 31 • Both channels are OFF for 0.05 seconds. 32 33 • Channel one is OFF and channel two is ON for 0.05 seconds. 34 35 • Both channels are OFF for 0.05 seconds. 36 37 • Both channels are ON for 0.05 seconds. 38 39 • Both channels are OFF for 0.05 seconds. 40 41 • Both channels are ON for 0.05 seconds. 42 43 • Both channels are OFF for 0.25 seconds. 44 45 (Cycle repeats; the total flashing pattern cycle length is 0.80 seconds.) 46 47 The flashing pattern shall be user-selectable in the field. 48 49 RFB system pushbuttons shall include a locator tone, but shall not include 50 vibrotactile indications. RFB system shall include voice messaging that indicates 51 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-165 PROJECT #REN-47 yellow warning lights are on when activated. RFB system pushbuttons may include 1 vibrotactile functionality, provided these features can be deactivated. RFB system 2 pushbuttons shall use a 9” x 12” R10-25 sign. The R10-25 sign may include 3 integral yellow warning lights. 4 5 9-29.18 Vehicle Detector 6 7 9-29.18(3) Vehicle Detection System 8 (*****) 9 10 Section 9-29.18(3) is a new section: 11 12 Video Detection System 13 14 Video Detection Camera shall be Axis Multisensor M4318-PLVE Panoramic Camera or 15 approved equal as indicated on the plans or where designated by the Engineer. 16 17 9-29.24 Service Cabinets 18 (*****) 19 20 Section 9-29.24 is a replaced by the following: 21 22 The electrical service cabinet shall be per the City Standard Plan 122.1 and 122.2 the 23 breaker configuration shall be per the panel schedule as shown on the Plans. All electrical 24 conductors, buss bars and conductor terminals shall be copper or brass. The cabinet shall 25 be fabricated from aluminum with mill finish. Door hinges shall be the continuous 26 concealed piano type and no screws, rivets or bolts shall be visible outside the enclosure. 27 The cabinet door shall be fitted for a Best internal type lock. The cabinet shall have 28 ventilation louvers on the lower and upper sides complete with screens, filters and have 29 rain tight gaskets. The cabinet door shall have a one piece weather proof neoprene gasket. 30 31 9-29.24(2) Electrical Circuit Breakers and Contactors 32 (*****) 33 34 Section 9-29.24(2) is deleted and replaced by the following: 35 36 The electrical circuit breakers and contactors shall be as indicated on the contract Plans 37 and detail sheets. The following equipment shall be featured within the cabinet. 38 1. Main circuit breaker 200 AMP 39 2. Branch circuit breakers 40 3. Utility plug (120 volt-20 Amp rated) G.F.I. Type 41 4. Light control test switch (120 volt-15 Amp) 42 5. Contactor relay for each circuit 43 6. Double pole branch breaker(s) for lighting circuits (240 volt) 44 7. One 120 volt, 20 Amp single pole branch breaker (for utility plugs) 45 8. Type 3-single phase 120/240 volt grounded neutral service 46 9. One 120 volt 40 Amp single pole branch breaker (signal service) 47 10. Complete provisions for 16 breaker poles 48 11. Name plates phenolic black with white engraving except the main breaker 49 which shall be red with white lettering. All name plates shall be attached by S.S. 50 screws. 51 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-166 PROJECT #REN-47 12. Meter base sections are unnecessary 1 2 3 4 5 Add the following new section: 6 7 9-38 CAST IN PLACE DETECTABLE GUIDANCE TILE 8 (*****) 9 10 Part 1 - General 11 12 9-38.1(1) Description 13 14 A. This Section specifies furnishing and installing Cast In Place Detectable Guidance Tiles 15 where indicated. 16 17 9-38.1(2) Submittals 18 19 A. Product Data: Submit manufacturer’s literature describing products, installation 20 procedures and routine maintenance. 21 22 B. Samples for Verification Purposes: Submit two (2) samples minimum 4”x6” Cast In 23 Place Detectable Guidance Tiles of the kind proposed for use. 24 25 C. Shop drawings are required for products specified showing fabrication details, 26 composite structural system, reinforcement flange spacing, plans of tile placement 27 including joints, and material to be used as well as outlining installation materials and 28 procedure. 29 30 D. Material Test Reports: Submit complete test reports from qualified accredited 31 independent testing laboratory’s to qualify that materials proposed for use are in 32 compliance with requirements and meet or exceed the properties indicated on the 33 specifications. All tests shall be conducted on a Cast In Place Detectable Guidance Tile 34 system as certified by a qualified independent testing laboratory and be current within a 35 24 month period. 36 37 E. Maintenance Instructions: Submit copies of manufacturer’s specified maintenance 38 practices for each type of tactile tile and accessory as required. 39 40 9-38.1(3) Quality Assurance 41 42 A. Provide Cast In Place Detectable Guidance Tiles and accessories as produced by a 43 single manufacturer. The manufacturer shall have a minimum of two (2) years experience 44 in the manufacture of Detectable Guidance Tiles. 45 46 B. Installer’s Qualifications: Engage an experienced Installer certified in writing by tactile 47 manufacturer as qualified for installation, who has successfully completed tile installations 48 similar in material, design, and extent to that indicated for Project. Manufacturer’s 49 supervisor shall be present at all times during the installation of the Detectable Guidance 50 Tiles. 51 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-167 PROJECT #REN-47 1 C. Vitrified Polymer Composite (VPC) Cast In Place Detectable Guidance Tiles shall be 2 an epoxy polymer composition employing aluminum oxide particles in the tile surface. 3 1. Tile Dimensions: Nominal 4" by 24" by 0.3125 inches thick. Tiles 4 shall be formed with ¼" thick structural flanges which extend 5 below the surface a minimum of 1". 6 2. Water Absorption of Tile when tested by ASTM D 570-98 not to 7 exceed 0.05%. 8 3. Slip Resistance of Tile when tested by ASTM C 1028-96 the 9 combined Wet and Dry Static Co-Efficients of Friction not to be 10 less than 0.80 on tile surface. 11 4. Compressive Strength of Tile when tested by ASTM D 695-02a 12 not to be less than 28,000 psi. 13 5. Tensile Strength of Tile when tested by ASTM D 638-03 not to be 14 less than 19,000 psi. 15 6. Flexural Strength of Tile when tested by ASTM D 790-03 not to be 16 less than 25,000 psi. 17 7. Chemical Stain Resistance of Tile when tested by ASTM D 543-95 18 (re approved 2001) to withstand without discoloration or staining - 19 10% hydrochloric acid, urine, saturated calcium chloride, black 20 stamp pad ink, chewing gum, red aerosol paint, 10% ammonium 21 hydroxide, 1% soap solution, turpentine, Urea 5%, diesel fuel and 22 motor oil. 23 8. Abrasive Wear of Tile when tested by BYK - Gardner Tester ASTM 24 D 2486-00 with reciprocating linear motion of 37± cycles per 25 minute over a 10” travel. The abrasive medium, a 40 grit Norton 26 Metallite sand paper, to be fixed and leveled to a holder. The 27 combined mass of the sled, weight and wood block is to be 3.2 lb. 28 Average wear depth shall not exceed 0.060 after 1000 abrasion 29 cycles when measured on the top surface of the dome 30 representing the average of three measurement locations per 31 sample. 32 9. Resistance to Wear of Unglazed Ceramic Tile by Taber Abrasion 33 per ASTM C501-84 (re approved 2002) shall not be less than 500. 34 10. Fire Resistance of Tile when tested to ASTM E 84-05 flame 35 spread shall be less than 15. 36 11. Gardner Impact to Geometry "GE" of the standard when tested by 37 ASTM D 5420-04 to have a mean failure energy expressed as a 38 function of specimen thickness of not less than 550 in. lbf/in. A 39 failure is noted when a crack is visible on either surface or when 40 any brittle splitting is observed on the bottom plaque in the 41 specimen. 42 12. Accelerated Weathering of Tile when tested by ASTM G 155-05a 43 for 3000 hours shall exhibit the following result – ∆E <4.5, as well 44 as no deterioration, fading or chalking of surface of tile color No 45 33538 46 13. Accelerated Aging and Freeze Thaw Test of Tile and Adhesive 47 System when tested to ASTM D 1037-99 shall show no evidence 48 of cracking, delamination, warpage, checking, blistering, color 49 change, loosening of tiles or other detrimental defects. 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-168 PROJECT #REN-47 14. Salt and Spray Performance of Tile when tested to ASTM B 117-1 03 not to show any deterioration or other defects after 200 hours 2 of exposure. 3 15. AASHTO HB-17 single wheel HS20-44 loading “Standard 4 Specifications for Highways and Bridges”. The Cast In Place 5 Detectable Guidance Tile shall be mounted on a concrete platform 6 with a ½” airspace at the underside of the tile top plate then 7 subjected to the specified maximum load of 10,400 lbs., 8 corresponding to an 8000 lb individual wheel load and a 30% 9 impact factor. The tile shall exhibit no visible damage at the 10 maximum load of 10,400 lbs. 11 12 9-38.1(4) Delivery, Storage And Handling 13 14 A. Cast In Place Detectable Guidance Tiles shall be suitably packaged or crated to 15 prevent damage in shipment or handling. Finished surfaces shall be protected by 16 sturdy wrappings and tile type shall be identified by part number. 17 18 B. Cast In Place Detectable Guidance Tiles shall be delivered to location at building 19 site for storage prior to installation. 20 21 9-38.1(5) Site Conditions 22 23 A. Environmental Conditions and Protection: Maintain minimum temperature of 40°F 24 in spaces to receive Cast In Place Detectable Guidance Tiles for at least 24 25 hours prior to installation, during installation, and for not less than 24 hours after 26 installation. 27 28 B. The use of water for work, cleaning or dust control, etc. shall be contained and 29 controlled and shall not be allowed to come into contact with the general public. 30 Provide barricades or screens to protect the general public. 31 32 9-38.1(6) Guarantee 33 34 A. Cast In Place Detectable Guidance Tiles shall be guaranteed in writing for a 35 period of one (1) year from date of final completion. The guarantee includes 36 defective work, breakage, deformation, fading and loosening of tiles. 37 38 39 Part 2 - Products 40 41 9-38.2 Manufacturers 42 43 A. The Vitrified Polymer Composite (VPC) Cast In Place Detectable Guidance Tiles 44 specified is based on Armor-Tile manufactured by Engineered Plastics Inc. (800-45 682-2525). Existing engineered and field tested products, which have been in 46 successful service for a period of three (3) years are subject to compliance with 47 requirements, may be incorporated in the work and shall meet or exceed the 48 specified test criteria and characteristics. 49 50 B. Color: Onyx Black (Federal Color No. 17038) 51 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-169 PROJECT #REN-47 1 Part 3 - Execution 2 3 9-38.3(1) Installation 4 5 A. During Cast In Place Detectable Guidance Tile installation procedures ensure 6 adequate safety guidelines are in place and that they are in accordance with the 7 applicable industry and government standards. 8 9 B. The specifications of the structural embedment flange anchoring system and 10 related materials shall be in strict accordance with the contract documents and the 11 guidelines set by their respective manufacturers. Not recommended for asphalt 12 applications. 13 14 C. The physical characteristics of the concrete shall be consistent with the contract 15 specifications while maintaining a slump range of 4 - 7 to permit solid placement 16 of the Cast In Place Detectable Guidance Tile system. An overly wet mix will cause 17 the tile to float. Under these conditions, suitable weights shall be placed on each 18 tile. 19 20 D. Prior to placement of the Cast In Place Tactile Tile system, the contract drawings 21 shall be reviewed. 22 23 E. The concrete pouring and finishing operations require typical mason’s tools, 24 however a large non-marring rubber mallet are specific to the installation of the 25 Cast In Place Detectable Guidance Tile system. A vibrating mechanism such as 26 that manufactured by Vibco can be employed, if desired. 27 28 F. When preparing to set the tile, it is important that no concrete be removed in the 29 area to accept the tile. It is imperative that the installation technique eliminates any 30 air voids under the tile. Holes in the tile perimeter allow air to escape during the 31 installation process. Concrete will flow through the large holes in each embedment 32 flange on the underside of the tile. This will lock the tile solidly into the cured 33 concrete. 34 35 G. The concrete shall be poured and finished true and smooth to the required 36 dimensions and slope prior to the tile placement. Immediately after finishing 37 concrete, the electronic level should be used to check that the required slope is 38 achieved. The Cast In Place Detectable Guidance Tiles shall be tamped (or 39 vibrated) into the fresh concrete to ensure that the bottom surface of the tile’s top 40 plate rests on the concrete, and the top surface of the tile is just less than ¼" above 41 the level of the concrete to meet ADA requirements. The embedment process 42 should not be accomplished by stepping on the tile as this may cause uneven 43 setting which can result in air voids under the tile surface. The contract drawings 44 indicate that the tile is just less than ¼” above the adjacent surfaces which meets 45 ADA requirements for trip hazards 46 47 H. Immediately after placement, the tile elevation is to be checked to adjacent 48 concrete. 49 50 CITY OF RENTON 100% SUBMITTAL SOUTH 7TH ST – CORRIDOR IMPROVEMENTS AUGUST 2024 SP-170 PROJECT #REN-47 I. While concrete is workable, a 3/8" radius edging tool shall be used to create a 1 finished edge of concrete, then a steel trowel shall be used to finish the concrete 2 around the tile’s perimeter. 3 4 J. During and after the tile installation and the concrete curing stage, it is imperative 5 that there is no walking, leaning or external forces placed on the tile that may rock 6 the tile causing a void between the underside of tile and concrete. 7 8 K. Following tile placement, review installation tolerances to contract drawings and 9 adjust tile before the concrete sets. 10 11 M. Following the concrete curing stage, if concrete splashed onto the surface of 12 the tile, a soft brass wire brush will clean the residue without damage to the tile 13 surface. 14 15 9-38.3(2) Cleaning, Protecting and Maintenance 16 17 A. Protect tiles against damage during construction period to comply with Tactile 18 Tile manufacturer’s specification. 19 20 B. Protect tiles against damage from rolling loads following installation by covering 21 with plywood or hardwood. 22 23 C. Clean Tactile Tiles not more than four days prior to date scheduled for inspection 24 intended to establish date of substantial completion in each area of project. Clean 25 Tactile Tile by method specified by Tactile Tile manufacturer. 26 27 D. Comply with manufacturers maintenance manual for cleaning and maintaining 28 tile surface and it is recommended to perform annual inspections for safety and tile 29 integrity. 30 31 END OF DIVISION 9 32 33 Contract Documents Page 229 South 7th Street Corridor Improvements August 2024 City of Renton Contract Provisions for South 7th Street Corridor Improvements VII. WAGE RATES County Trade Job Classification Wage Holiday Overtime Notes King Asbestos Abatement Workers Journey Level $59.07 5D 1H King Boilermakers Journey Level $74.29 5N 1C King Brick Mason Journey Level $69.07 7E 1N King Brick Mason Pointer-Caulker-Cleaner $69.07 7E 1N King Building Service Employees Janitor $29.33 5S 2F King Building Service Employees Traveling Waxer/Shampooer $29.78 5S 2F King Building Service Employees Window Cleaner (Non-Scaffold)$32.93 5S 2F King Building Service Employees Window Cleaner (Scaffold)$33.93 5S 2F King Cabinet Makers (In Shop)Journey Level $22.74 1 King Carpenters Acoustical Worker $74.96 15J 4C King Carpenters Bridge, Dock And Wharf Carpenters $74.96 15J 4C King Carpenters Floor Layer & Floor Finisher $74.96 15J 4C King Carpenters Journey Level $74.96 15J 4C King Carpenters Scaffold Erector $74.96 15J 4C King Cement Masons Application of all Composition Mastic $72.87 15J 4U King Cement Masons Application of all Epoxy Material $72.37 15J 4U King Cement Masons Application of all Plastic Material $72.87 15J 4U King Cement Masons Application of Sealing Compound $72.37 15J 4U King Cement Masons Application of Underlayment $72.87 15J 4U King Cement Masons Building General $72.37 15J 4U King Cement Masons Composition or Kalman Floors $72.87 15J 4U King Cement Masons Concrete Paving $72.37 15J 4U King Cement Masons Curb & Gutter Machine $72.87 15J 4U King Cement Masons Curb & Gutter, Sidewalks $72.37 15J 4U King Cement Masons Curing Concrete $72.37 15J 4U King Cement Masons Finish Colored Concrete $72.87 15J 4U King Cement Masons Floor Grinding $72.87 15J 4U King Cement Masons Floor Grinding/Polisher $72.37 15J 4U King Cement Masons Green Concrete Saw, self-powered $72.87 15J 4U King Cement Masons Grouting of all Plates $72.37 15J 4U King Cement Masons Grouting of all Tilt-up Panels $72.37 15J 4U King Cement Masons Gunite Nozzleman $72.87 15J 4U King Cement Masons Hand Powered Grinder $72.87 15J 4U King Cement Masons Journey Level $72.37 15J 4U King Cement Masons Patching Concrete $72.37 15J 4U King Cement Masons Pneumatic Power Tools $72.87 15J 4U King Cement Masons Power Chipping & Brushing $72.87 15J 4U King Cement Masons Sand Blasting Architectural Finish $72.87 15J 4U King Cement Masons Screed & Rodding Machine $72.87 15J 4U King Cement Masons Spackling or Skim Coat Concrete $72.37 15J 4U King Cement Masons Troweling Machine Operator $72.87 15J 4U King Cement Masons Troweling Machine Operator on Colored Slabs $72.87 15J 4U King Cement Masons Tunnel Workers $72.87 15J 4U King Divers & Tenders Bell/Vehicle or Submersible Operator (Not Under Pressure)$129.71 15J 4C King Divers & Tenders Dive Supervisor/Master $93.94 15J 4C King Divers & Tenders Diver $129.71 15J 4C 8V King County - Prevailing wages As of 8/28/16 WG-1 County Trade Job Classification Wage Holiday Overtime Notes King Divers & Tenders Diver On Standby $88.94 15J 4C King Divers & Tenders Diver Tender $80.82 15J 4C King Divers & Tenders Hyperbaric Worker - Compressed Air Worker 0-30.00 PSI $93.26 15J 4C King Divers & Tenders Hyperbaric Worker - Compressed Air Worker 30.01 - 44.00 PSI $98.26 15J 4C King Divers & Tenders Hyperbaric Worker - Compressed Air Worker 44.01 - 54.00 PSI $102.26 15J 4C King Divers & Tenders Hyperbaric Worker - Compressed Air Worker 54.01 - 60.00 PSI $107.26 15J 4C King Divers & Tenders Hyperbaric Worker - Compressed Air Worker 60.01 - 64.00 PSI $109.76 15J 4C King Divers & Tenders Hyperbaric Worker - Compressed Air Worker 64.01 - 68.00 PSI $114.76 15J 4C King Divers & Tenders Hyperbaric Worker - Compressed Air Worker 68.01 - 70.00 PSI $116.76 15J 4C King Divers & Tenders Hyperbaric Worker - Compressed Air Worker 70.01 - 72.00 PSI $118.76 15J 4C King Divers & Tenders Hyperbaric Worker - Compressed Air Worker 72.01 - 74.00 PSI $120.76 15J 4C King Divers & Tenders Manifold Operator $80.82 15J 4C King Divers & Tenders Manifold Operator Mixed Gas $85.82 15J 4C King Divers & Tenders Remote Operated Vehicle Operator/Technician $80.82 15J 4C King Divers & Tenders Remote Operated Vehicle Tender $75.41 15J 4C King Dredge Workers Assistant Engineer $79.62 5D 3F King Dredge Workers Assistant Mate (Deckhand)$79.01 5D 3F King Dredge Workers Boatmen $79.62 5D 3F King Dredge Workers Engineer Welder $81.15 5D 3F King Dredge Workers Leverman, Hydraulic $82.77 5D 3F King Dredge Workers Mates $79.62 5D 3F King Dredge Workers Oiler $79.01 5D 3F King Drywall Applicator Journey Level $75.73 15O 11S King Drywall Tapers Journey Level $75.73 15O 11S King Electrical Fixture Maintenance Workers Journey Level $38.69 5L 1E King Electricians - Inside Cable Splicer $109.35 7C 4E King Electricians - Inside Cable Splicer (tunnel)$117.52 7C 4E King Electricians - Inside Certified Welder $105.63 7C 4E King Electricians - Inside Certified Welder (tunnel)$113.43 7C 4E King Electricians - Inside Construction Stock Person $51.53 7C 4E King Electricians - Inside Journey Level $101.92 7C 4E King Electricians - Inside Journey Level (tunnel)$109.35 7C 4E King Electricians - Motor Shop Journey Level $48.68 5A 1B King Electricians - Powerline Construction Cable Splicer $93.00 5A 4D King Electricians - Powerline Construction Certified Line Welder $85.42 5A 4D King Electricians - Powerline Construction Groundperson $55.27 5A 4D King Electricians - Powerline Construction Heavy Line Equipment Operator $85.42 5A 4D King Electricians - Powerline Construction Journey Level Lineperson $85.42 5A 4D King Electricians - Powerline Construction Line Equipment Operator $73.35 5A 4D King Electricians - Powerline Construction Meter Installer $55.27 5A 4D 8W King Electricians - Powerline Construction Pole Sprayer $85.42 5A 4D King Electricians - Powerline Construction Powderperson $63.50 5A 4D King Electronic Technicians Journey Level $65.66 7E 1E King Elevator Constructors Mechanic $111.26 7D 4A King Elevator Constructors Mechanic In Charge $120.27 7D 4A King Fabricated Precast Concrete Products All Classifications - In-Factory Work Only $21.34 5B 1R King County - Prevailing wages As of 8/28/16 WG-2 County Trade Job Classification Wage Holiday Overtime Notes King Fence Erectors Fence Erector $50.07 15J 11P 8Y King Fence Erectors Fence Laborer $50.07 15J 11P 8Y King Flaggers Journey Level $50.07 15J 11P 8Y King Glaziers Journey Level $79.16 7L 1Y King Heat & Frost Insulators And Asbestos Workers Journey Level $87.15 15H 11C King Heating Equipment Mechanics Journey Level $96.42 7F 1E King Hod Carriers & Mason Tenders Journey Level $62.49 15J 11P 8Y King Industrial Power Vacuum Cleaner Journey Level $16.28 1 King Inland Boatmen Boat Operator $61.41 5B 1K King Inland Boatmen Cook $56.48 5B 1K King Inland Boatmen Deckhand $57.48 5B 1K King Inland Boatmen Deckhand Engineer $58.81 5B 1K King Inland Boatmen Launch Operator $58.89 5B 1K King Inland Boatmen Mate $57.31 5B 1K King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Cleaner Operator $49.48 15M 11O King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Foamer Operator $49.48 15M 11O King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Grout Truck Operator $49.48 15M 11O King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Head Operator $47.41 15M 11O King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Technician $41.20 15M 11O King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote TV Truck Operator $44.31 15M 11O King Insulation Applicators Journey Level $74.96 15J 4C King Ironworkers Journeyman $87.80 15K 11N King Laborers Air, Gas Or Electric Vibrating Screed $59.07 15J 11P 8Y King Laborers Airtrac Drill Operator $60.90 15J 11P 8Y King Laborers Ballast Regular Machine $59.07 15J 11P 8Y King Laborers Batch Weighman $50.07 15J 11P 8Y King Laborers Brick Pavers $59.07 15J 11P 8Y King Laborers Brush Cutter $59.07 15J 11P 8Y King Laborers Brush Hog Feeder $59.07 15J 11P 8Y King Laborers Burner $59.07 15J 11P 8Y King Laborers Caisson Worker $60.90 15J 11P 8Y King Laborers Carpenter Tender $59.07 15J 11P 8Y King Laborers Cement Dumper-paving $60.15 15J 11P 8Y King Laborers Cement Finisher Tender $59.07 15J 11P 8Y King Laborers Change House Or Dry Shack $59.07 15J 11P 8Y King Laborers Chipping Gun (30 Lbs. And Over)$60.15 15J 11P 8Y King Laborers Chipping Gun (Under 30 Lbs.)$59.07 15J 11P 8Y King Laborers Choker Setter $59.07 15J 11P 8Y King Laborers Chuck Tender $59.07 15J 11P 8Y King Laborers Clary Power Spreader $60.15 15J 11P 8Y King Laborers Clean-up Laborer $59.07 15J 11P 8Y King Laborers Concrete Dumper/Chute Operator $60.15 15J 11P 8Y King Laborers Concrete Form Stripper $59.07 15J 11P 8Y King Laborers Concrete Placement Crew $60.15 15J 11P 8Y King Laborers Concrete Saw Operator/Core Driller $60.15 15J 11P 8Y King Laborers Crusher Feeder $50.07 15J 11P 8Y King County - Prevailing wages As of 8/28/16 WG-3 County Trade Job Classification Wage Holiday Overtime Notes King Laborers Curing Laborer $59.07 15J 11P 8Y King Laborers Demolition: Wrecking & Moving (Incl. Charred Material)$59.07 15J 11P 8Y King Laborers Ditch Digger $59.07 15J 11P 8Y King Laborers Diver $60.90 15J 11P 8Y King Laborers Drill Operator (Hydraulic, Diamond)$60.15 15J 11P 8Y King Laborers Dry Stack Walls $59.07 15J 11P 8Y King Laborers Dump Person $59.07 15J 11P 8Y King Laborers Epoxy Technician $59.07 15J 11P 8Y King Laborers Erosion Control Worker $59.07 15J 11P 8Y King Laborers Faller & Bucker Chain Saw $60.15 15J 11P 8Y King Laborers Fine Graders $59.07 15J 11P 8Y King Laborers Firewatch $50.07 15J 11P 8Y King Laborers Form Setter $60.15 15J 11P 8Y King Laborers Gabian Basket Builders $59.07 15J 11P 8Y King Laborers General Laborer $59.07 15J 11P 8Y King Laborers Grade Checker & Transit Person $62.49 15J 11P 8Y King Laborers Grinders $59.07 15J 11P 8Y King Laborers Grout Machine Tender $59.07 15J 11P 8Y King Laborers Groutmen (Pressure) Including Post Tension Beams $60.15 15J 11P 8Y King Laborers Guardrail Erector $59.07 15J 11P 8Y King Laborers Hazardous Waste Worker (Level A)$60.90 15J 11P 8Y King Laborers Hazardous Waste Worker (Level B)$60.15 15J 11P 8Y King Laborers Hazardous Waste Worker (Level C)$59.07 15J 11P 8Y King Laborers High Scaler $60.90 15J 11P 8Y King Laborers Jackhammer $60.15 15J 11P 8Y King Laborers Laserbeam Operator $60.15 15J 11P 8Y King Laborers Maintenance Person $59.07 15J 11P 8Y King Laborers Manhole Builder-Mudman $60.15 15J 11P 8Y King Laborers Material Yard Person $59.07 15J 11P 8Y King Laborers Mold Abatement Worker $59.07 15J 11P 8Y King Laborers Motorman-Dinky Locomotive $62.59 15J 11P 8Y King Laborers nozzleman (concrete pump, green cutter when using combination of high pressure air & water on concrete & rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster)$62.49 15J 11P 8Y King Laborers Pavement Breaker $60.15 15J 11P 8Y King Laborers Pilot Car $50.07 15J 11P 8Y King Laborers Pipe Layer (Lead)$62.49 15J 11P 8Y King Laborers Pipe Layer/Tailor $60.15 15J 11P 8Y King Laborers Pipe Pot Tender $60.15 15J 11P 8Y King Laborers Pipe Reliner $60.15 15J 11P 8Y King Laborers Pipe Wrapper $60.15 15J 11P 8Y King Laborers Pot Tender $59.07 15J 11P 8Y King Laborers Powderman $60.90 15J 11P 8Y King Laborers Powderman's Helper $59.07 15J 11P 8Y King Laborers Power Jacks $60.15 15J 11P 8Y King Laborers Railroad Spike Puller - Power $60.15 15J 11P 8Y King Laborers Raker - Asphalt $62.49 15J 11P 8Y King County - Prevailing wages As of 8/28/16 WG-4 County Trade Job Classification Wage Holiday Overtime Notes King Laborers Re-timberman $60.90 15J 11P 8Y King Laborers Remote Equipment Operator $60.15 15J 11P 8Y King Laborers Rigger/Signal Person $60.15 15J 11P 8Y King Laborers Rip Rap Person $59.07 15J 11P 8Y King Laborers Rivet Buster $60.15 15J 11P 8Y King Laborers Rodder $60.15 15J 11P 8Y King Laborers Scaffold Erector $59.07 15J 11P 8Y King Laborers Scale Person $59.07 15J 11P 8Y King Laborers Sloper (Over 20)"$60.15 15J 11P 8Y King Laborers Sloper Sprayer $59.07 15J 11P 8Y King Laborers Spreader (Concrete)$60.15 15J 11P 8Y King Laborers Stake Hopper $59.07 15J 11P 8Y King Laborers Stock Piler $59.07 15J 11P 8Y King Laborers Swinging Stage/Boatswain Chair $50.07 15J 11P 8Y King Laborers Tamper & Similar Electric, Air & Gas Operated Tools $60.15 15J 11P 8Y King Laborers Tamper (Multiple & Self-propelled)$60.15 15J 11P 8Y King Laborers Timber Person - Sewer (Lagger, Shorer & Cribber)$60.15 15J 11P 8Y King Laborers Toolroom Person (at Jobsite)$59.07 15J 11P 8Y King Laborers Topper $59.07 15J 11P 8Y King Laborers Track Laborer $59.07 15J 11P 8Y King Laborers Track Liner (Power)$60.15 15J 11P 8Y King Laborers Traffic Control Laborer $53.54 15J 11P 9C King Laborers Traffic Control Supervisor $56.73 15J 11P 9C King Laborers Truck Spotter $59.07 15J 11P 8Y King Laborers Tugger Operator $60.15 15J 11P 8Y King Laborers Tunnel Work-Compressed Air Worker 0-30 psi $175.79 15J 11P 9B King Laborers Tunnel Work-Compressed Air Worker 30.01-44.00 psi $180.82 15J 11P 9B King Laborers Tunnel Work-Compressed Air Worker 44.01-54.00 psi $184.50 15J 11P 9B King Laborers Tunnel Work-Compressed Air Worker 54.01-60.00 psi $190.20 15J 11P 9B King Laborers Tunnel Work-Compressed Air Worker 60.01-64.00 psi $192.32 15J 11P 9B King Laborers Tunnel Work-Compressed Air Worker 64.01-68.00 psi $197.42 15J 11P 9B King Laborers Tunnel Work-Compressed Air Worker 68.01-70.00 psi $199.32 15J 11P 9B King Laborers Tunnel Work-Compressed Air Worker 70.01-72.00 psi $201.32 15J 11P 9B King Laborers Tunnel Work-Compressed Air Worker 72.01-74.00 psi $203.32 15J 11P 9B King Laborers Tunnel Work-Guage and Lock Tender $62.59 15J 11P 8Y King Laborers Tunnel Work-Miner $62.59 15J 11P 8Y King Laborers Vibrator $60.15 15J 11P 8Y King Laborers Vinyl Seamer $59.07 15J 11P 8Y King Laborers Watchman $45.51 15J 11P 8Y King Laborers Welder $60.15 15J 11P 8Y King Laborers Well Point Laborer $60.15 15J 11P 8Y King Laborers Window Washer/Cleaner $45.51 15J 11P 8Y King Laborers - Underground Sewer & Water General Laborer & Topman $59.07 15J 11P 8Y King Laborers - Underground Sewer & Water Pipe Layer $60.15 15J 11P 8Y King Landscape Construction Landscape Construction/Landscaping Or Planting Laborers $45.51 15J 11P 8Y King Landscape Construction Landscape Operator $82.25 15J 11G 8X King County - Prevailing wages As of 8/28/16 WG-5 County Trade Job Classification Wage Holiday Overtime Notes King Landscape Maintenance Groundskeeper $17.87 1 King Lathers Journey Level $75.73 15O 11S King Marble Setters Journey Level $69.07 7E 1N King Metal Fabrication (In Shop)Fitter/Certified Welder $42.17 15I 11E King Metal Fabrication (In Shop)General Laborer $30.07 15I 11E King Metal Fabrication (In Shop)Mechanic $43.63 15I 11E King Metal Fabrication (In Shop)Welder/Burner $39.28 15I 11E King Millwright Journey Level $76.51 15J 4C King Modular Buildings Cabinet Assembly $16.28 1 King Modular Buildings Electrician $16.28 1 King Modular Buildings Equipment Maintenance $16.28 1 King Modular Buildings Plumber $16.28 1 King Modular Buildings Production Worker $16.28 1 King Modular Buildings Tool Maintenance $16.28 1 King Modular Buildings Utility Person $16.28 1 King Modular Buildings Welder $16.28 1 King Painters Journey Level $51.71 6Z 11J King Pile Driver Crew Tender $80.82 15J 4C King Pile Driver Journey Level $75.41 15J 4C King Plasterers Journey Level $70.91 7Q 1R King Plasterers Nozzleman $74.91 7Q 1R King Playground & Park Equipment Installers Journey Level $16.28 1 King Plumbers & Pipefitters Journey Level $103.19 6Z 1G King Power Equipment Operators Asphalt Plant Operators $83.62 15J 11G 8X King Power Equipment Operators Assistant Engineer $78.65 15J 11G 8X King Power Equipment Operators Barrier Machine (zipper)$82.88 15J 11G 8X King Power Equipment Operators Batch Plant Operator: concrete $82.88 15J 11G 8X King Power Equipment Operators Boat Operator $83.95 7A 11H 8X King Power Equipment Operators Bobcat $78.65 15J 11G 8X King Power Equipment Operators Brokk - Remote Demolition Equipment $78.65 15J 11G 8X King Power Equipment Operators Brooms $78.65 15J 11G 8X King Power Equipment Operators Bump Cutter $82.88 15J 11G 8X King Power Equipment Operators Cableways $83.62 15J 11G 8X King Power Equipment Operators Chipper $82.88 15J 11G 8X King Power Equipment Operators Compressor $78.65 15J 11G 8X King Power Equipment Operators Concrete Finish Machine - Laser Screed $78.65 15J 11G 8X King Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure $82.25 15J 11G 8X King Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Over 42 M $83.62 15J 11G 8X King Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Up To 42m $82.88 15J 11G 8X King Power Equipment Operators Conveyors $82.25 15J 11G 8X King Power Equipment Operators Cranes Friction: 200 tons and over $86.48 7A 11H 8X King Power Equipment Operators Cranes, A-frame: 10 tons and under $78.95 7A 11H 8X King Power Equipment Operators Cranes: 100 tons through 199 tons, or 150' of boom (including jib with attachments)$84.77 7A 11H 8X King Power Equipment Operators Cranes: 20 tons through 44 tons with attachments $83.20 7A 11H 8X King Power Equipment Operators Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $85.66 7A 11H 8X King Power Equipment Operators Cranes: 300 tons and over or 300' of boom including jib with attachments $86.48 7A 11H 8X King County - Prevailing wages As of 8/28/16 WG-6 County Trade Job Classification Wage Holiday Overtime Notes King Power Equipment Operators Cranes: 45 tons through 99 tons, under 150' of boom(including jib with attachments)$83.95 7A 11H 8X King Power Equipment Operators Cranes: Friction cranes through 199 tons $85.66 7A 11H 8X King Power Equipment Operators Cranes: through 19 tons with attachments, a-frame over 10 tons $82.56 7A 11H 8X King Power Equipment Operators Crusher $82.88 15J 11G 8X King Power Equipment Operators Deck Engineer/Deck Winches (power)$82.88 15J 11G 8X King Power Equipment Operators Derricks, On Building Work $83.62 15J 11G 8X King Power Equipment Operators Dozers D-9 & Under $82.25 15J 11G 8X King Power Equipment Operators Drill Oilers: Auger Type, Truck Or Crane Mount $82.25 15J 11G 8X King Power Equipment Operators Drilling Machine $84.46 15J 11G 8X King Power Equipment Operators Elevator and man-lift: permanent and shaft type $78.65 15J 11G 8X King Power Equipment Operators Finishing Machine, Bidwell And Gamaco & Similar Equipment $82.88 15J 11G 8X King Power Equipment Operators Forklift: 3000 lbs and over with attachments $82.25 15J 11G 8X King Power Equipment Operators Forklifts: under 3000 lbs. with attachments $78.65 15J 11G 8X King Power Equipment Operators Grade Engineer: Using Blue Prints, Cut Sheets, Etc $82.88 15J 11G 8X King Power Equipment Operators Gradechecker/Stakeman $78.65 15J 11G 8X King Power Equipment Operators Guardrail Punch $82.88 15J 11G 8X King Power Equipment Operators Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over $83.62 15J 11G 8X King Power Equipment Operators Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $82.88 15J 11G 8X King Power Equipment Operators Horizontal/Directional Drill Locator $82.25 15J 11G 8X King Power Equipment Operators Horizontal/Directional Drill Operator $82.88 15J 11G 8X King Power Equipment Operators Hydralifts/Boom Trucks Over 10 Tons $82.56 7A 11H 8X King Power Equipment Operators Hydralifts/boom trucks: 10 tons and under $78.95 7A 11H 8X King Power Equipment Operators Leverman $85.33 15J 11G 8X King Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards $83.62 15J 11G 8X King Power Equipment Operators Loaders, Overhead Under 6 Yards $82.88 15J 11G 8X King Power Equipment Operators Loaders, Plant Feed $82.88 15J 11G 8X King Power Equipment Operators Loaders: Elevating Type Belt $82.25 15J 11G 8X King Power Equipment Operators Locomotives, All $82.88 15J 11G 8X King Power Equipment Operators Material Transfer Device $82.88 15J 11G 8X King Power Equipment Operators Mechanics: All (Leadmen - $0.50 per hour over mechanic)$84.46 15J 11G 8X King Power Equipment Operators Motor Patrol Graders $83.62 15J 11G 8X King Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $83.62 15J 11G 8X King Power Equipment Operators Oil Distributors, Blower Distribution & Mulch Seeding Operator $78.65 15J 11G 8X King Power Equipment Operators Outside Hoists (Elevators and Manlifts), Air Tuggers, Strato $82.25 15J 11G 8X King Power Equipment Operators Overhead, bridge type Crane: 20 tons through 44 tons $83.20 7A 11H 8X King Power Equipment Operators Overhead, bridge type: 100 tons and over $84.77 7A 11H 8X King Power Equipment Operators Overhead, bridge type: 45 tons through 99 tons $83.95 7A 11H 8X King Power Equipment Operators Pavement Breaker $78.65 15J 11G 8X King Power Equipment Operators Pile Driver (other Than Crane Mount)$82.88 15J 11G 8X King Power Equipment Operators Plant Oiler - Asphalt, Crusher $82.25 15J 11G 8X King Power Equipment Operators Posthole Digger, Mechanical $78.65 15J 11G 8X King Power Equipment Operators Power Plant $78.65 15J 11G 8X King Power Equipment Operators Pumps - Water $78.65 15J 11G 8X King Power Equipment Operators Quad 9, Hd 41, D10 And Over $83.62 15J 11G 8X King Power Equipment Operators Quick Tower: no cab, under 100 feet in height base to boom $82.88 15J 11G 8X King Power Equipment Operators Remote Control Operator On Rubber Tired Earth Moving Equipment $83.62 15J 11G 8X King County - Prevailing wages As of 8/28/16 WG-7 County Trade Job Classification Wage Holiday Overtime Notes King Power Equipment Operators Rigger and Bellman $78.95 7A 11H 8X King Power Equipment Operators Rigger/Signal Person, Bellman(Certified)$82.56 7A 11H 8X King Power Equipment Operators Rollagon $83.62 15J 11G 8X King Power Equipment Operators Roller, Other Than Plant Mix $78.65 15J 11G 8X King Power Equipment Operators Roller, Plant Mix Or Multi-lift Materials $82.25 15J 11G 8X King Power Equipment Operators Roto-mill, Roto-grinder $82.88 15J 11G 8X King Power Equipment Operators Saws - Concrete $82.25 15J 11G 8X King Power Equipment Operators Scraper, Self Propelled Under 45 Yards $82.88 15J 11G 8X King Power Equipment Operators Scrapers - Concrete & Carry All $82.25 15J 11G 8X King Power Equipment Operators Scrapers, Self-propelled: 45 Yards And Over $83.62 15J 11G 8X King Power Equipment Operators Service Engineers: Equipment $82.25 15J 11G 8X King Power Equipment Operators Shotcrete/Gunite Equipment $78.65 15J 11G 8X King Power Equipment Operators Shovel, Excavator, Backhoe, Tractors Under 15 Metric Tons $82.25 15J 11G 8X King Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $83.62 15J 11G 8X King Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $82.88 15J 11G 8X King Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $84.46 15J 11G 8X King Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons $85.33 15J 11G 8X King Power Equipment Operators Slipform Pavers $83.62 15J 11G 8X King Power Equipment Operators Spreader, Topsider & Screedman $83.62 15J 11G 8X King Power Equipment Operators Subgrader Trimmer $82.88 15J 11G 8X King Power Equipment Operators Tower Bucket Elevators $82.25 15J 11G 8X King Power Equipment Operators Tower Crane: over 175' through 250' in height, base to boom $85.66 7A 11H 8X King Power Equipment Operators Tower crane: up to 175' in height base to boom $84.77 7A 11H 8X King Power Equipment Operators Tower Cranes: over 250' in height from base to boom $86.48 7A 11H 8X King Power Equipment Operators Transporters, All Track Or Truck Type $83.62 15J 11G 8X King Power Equipment Operators Trenching Machines $82.25 15J 11G 8X King Power Equipment Operators Truck Crane Oiler/Driver: 100 tons and over $83.20 7A 11H 8X King Power Equipment Operators Truck crane oiler/driver: under 100 tons $82.56 7A 11H 8X King Power Equipment Operators Truck Mount Portable Conveyor $82.88 15J 11G 8X King Power Equipment Operators Vac Truck (Vactor Guzzler, Hydro Excavator)$82.88 15J 11G 8X King Power Equipment Operators Welder $83.62 15J 11G 8X King Power Equipment Operators Wheel Tractors, Farmall Type $78.65 15J 11G 8X King Power Equipment Operators Yo Yo Pay Dozer $82.88 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Asphalt Plant Operators $83.62 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Assistant Engineer $78.65 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Barrier Machine (zipper)$82.88 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Batch Plant Operator, Concrete $82.88 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Boat Operator $83.95 7A 11H 8X King Power Equipment Operators- Underground Sewer & Water Bobcat $78.65 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Brokk - Remote Demolition Equipment $78.65 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Brooms $78.65 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Bump Cutter $82.88 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Cableways $83.62 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Chipper $82.88 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Compressor $78.65 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Concrete Finish Machine - Laser Screed $78.65 15J 11G 8X King County - Prevailing wages As of 8/28/16 WG-8 County Trade Job Classification Wage Holiday Overtime Notes King Power Equipment Operators- Underground Sewer & Water Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure $82.25 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Concrete Pump: Truck Mount With Boom Attachment Over 42 M $83.62 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Concrete Pump: Truck Mount With Boom Attachment Up To 42m $82.88 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Conveyors $82.25 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Cranes Friction: 200 tons and over $86.48 7A 11H 8X King Power Equipment Operators- Underground Sewer & Water Cranes, A-frame: 10 tons and under $78.95 7A 11H 8X King Power Equipment Operators- Underground Sewer & Water Cranes: 100 tons through 199 tons, or 150' of boom (including jib with attachments)$84.77 7A 11H 8X King Power Equipment Operators- Underground Sewer & Water Cranes: 20 tons through 44 tons with attachments $83.20 7A 11H 8X King Power Equipment Operators- Underground Sewer & Water Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $85.66 7A 11H 8X King Power Equipment Operators- Underground Sewer & Water Cranes: 300 tons and over or 300' of boom including jib with attachments $86.48 7A 11H 8X King Power Equipment Operators- Underground Sewer & Water Cranes: 45 tons through 99 tons, under 150' of boom(including jib with attachments)$83.95 7A 11H 8X King Power Equipment Operators- Underground Sewer & Water Cranes: Friction cranes through 199 tons $85.66 7A 11H 8X King Power Equipment Operators- Underground Sewer & Water Cranes: through 19 tons with attachments, a-frame over 10 tons $82.56 7A 11H 8X King Power Equipment Operators- Underground Sewer & Water Crusher $82.88 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Deck Engineer/Deck Winches (power)$82.88 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Derricks, On Building Work $83.62 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Dozers D-9 & Under $82.25 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Drill Oilers: Auger Type, Truck Or Crane Mount $82.25 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Drilling Machine $84.46 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Elevator and man-lift: permanent and shaft type $78.65 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Finishing Machine, Bidwell And Gamaco & Similar Equipment $82.88 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Forklift: 3000 lbs and over with attachments $82.25 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Forklifts: under 3000 lbs. with attachments $78.65 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Grade Engineer: Using Blue Prints, Cut Sheets, Etc $82.88 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Gradechecker/Stakeman $78.65 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Guardrail Punch $82.88 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over $83.62 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $82.88 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Horizontal/Directional Drill Locator $82.25 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Horizontal/Directional Drill Operator $82.88 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Hydralifts/boom trucks: 10 tons and under $78.95 7A 11H 8X King Power Equipment Operators- Underground Sewer & Water Hydralifts/boom trucks: over 10 tons $82.56 7A 11H 8X King Power Equipment Operators- Underground Sewer & Water Leverman $85.33 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Loader, Overhead, 6 Yards. But Not Including 8 Yards $83.62 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Loaders, Overhead Under 6 Yards $82.88 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Loaders, Plant Feed $82.88 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Loaders: Elevating Type Belt $82.25 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Locomotives, All $82.88 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Material Transfer Device $82.88 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Mechanics: All (Leadmen - $0.50 per hour over mechanic)$84.46 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Motor Patrol Graders $83.62 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $83.62 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Oil Distributors, Blower Distribution & Mulch Seeding Operator $78.65 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Outside Hoists (Elevators and Manlifts), Air Tuggers, Strato $82.25 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Overhead, bridge type Crane: 20 tons through 44 tons $83.20 7A 11H 8X King Power Equipment Operators- Underground Sewer & Water Overhead, bridge type: 100 tons and over $84.77 7A 11H 8X King County - Prevailing wages As of 8/28/16 WG-9 County Trade Job Classification Wage Holiday Overtime Notes King Power Equipment Operators- Underground Sewer & Water Overhead, bridge type: 45 tons through 99 tons $83.95 7A 11H 8X King Power Equipment Operators- Underground Sewer & Water Pavement Breaker $78.65 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Pile Driver (other Than Crane Mount)$82.88 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Plant Oiler - Asphalt, Crusher $82.25 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Posthole Digger, Mechanical $78.65 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Power Plant $78.65 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Pumps - Water $78.65 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Quad 9, Hd 41, D10 And Over $83.62 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Quick Tower: no cab, under 100 feet in height base to boom $82.88 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Remote Control Operator On Rubber Tired Earth Moving Equipment $83.62 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Rigger and Bellman $78.95 7A 11H 8X King Power Equipment Operators- Underground Sewer & Water Rigger/Signal Person, Bellman(Certified)$82.56 7A 11H 8X King Power Equipment Operators- Underground Sewer & Water Rollagon $83.62 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Roller, Other Than Plant Mix $78.65 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Roller, Plant Mix Or Multi-lift Materials $82.25 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Roto-mill, Roto-grinder $82.88 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Saws - Concrete $82.25 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Scraper, Self Propelled Under 45 Yards $82.88 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Scrapers - Concrete & Carry All $82.25 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Scrapers, Self-propelled: 45 Yards And Over $83.62 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Shotcrete/Gunite Equipment $78.65 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoe, Tractors Under 15 Metric Tons $82.25 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $83.62 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $82.88 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $84.46 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes: Over 90 Metric Tons $85.33 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Slipform Pavers $83.62 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Spreader, Topsider & Screedman $83.62 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Subgrader Trimmer $82.88 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Tower Bucket Elevators $82.25 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Tower Crane: over 175' through 250' in height, base to boom $85.66 7A 11H 8X King Power Equipment Operators- Underground Sewer & Water Tower crane: up to 175' in height base to boom $84.77 7A 11H 8X King Power Equipment Operators- Underground Sewer & Water Tower Cranes: over 250' in height from base to boom $86.48 7A 11H 8X King Power Equipment Operators- Underground Sewer & Water Transporters, All Track Or Truck Type $83.62 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Trenching Machines $82.25 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Truck Crane Oiler/Driver: 100 tons and over $83.20 7A 11H 8X King Power Equipment Operators- Underground Sewer & Water Truck crane oiler/driver: under 100 tons $82.56 7A 11H 8X King Power Equipment Operators- Underground Sewer & Water Truck Mount Portable Conveyor $82.88 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Vac Truck (Vactor Guzzler, Hydro Excavator)$82.88 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Welder $83.62 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Wheel Tractors, Farmall Type $78.65 15J 11G 8X King Power Equipment Operators- Underground Sewer & Water Yo Yo Pay Dozer $82.88 15J 11G 8X King Power Line Clearance Tree Trimmers Journey Level In Charge $57.22 5A 4A King Power Line Clearance Tree Trimmers Spray Person $54.32 5A 4A King Power Line Clearance Tree Trimmers Tree Equipment Operator $57.22 5A 4A King Power Line Clearance Tree Trimmers Tree Trimmer $51.18 5A 4A King County - Prevailing wages As of 8/28/16 WG-10 County Trade Job Classification Wage Holiday Overtime Notes King Power Line Clearance Tree Trimmers Tree Trimmer Groundperson $38.99 5A 4A King Refrigeration & Air Conditioning Mechanics Journey Level $95.89 6Z 1G King Residential Brick Mason Journey Level $69.07 7E 1N King Residential Carpenters Journey Level $36.44 1 King Residential Cement Masons Journey Level $46.64 1 King Residential Drywall Applicators Journey Level $74.96 15J 4C King Residential Drywall Tapers Journey Level $36.36 1 King Residential Electricians Journey Level $48.80 1 King Residential Glaziers Journey Level $28.93 1 King Residential Insulation Applicators Journey Level $28.18 1 King Residential Laborers Journey Level $29.73 1 King Residential Marble Setters Journey Level $27.38 1 King Residential Painters Journey Level $23.47 1 King Residential Plumbers & Pipefitters Journey Level $45.40 1 King Residential Refrigeration & Air Conditioning Mechanics Journey Level $96.42 7F 1E King Residential Sheet Metal Workers Journey Level $96.42 7F 1E King Residential Soft Floor Layers Journey Level $57.11 5A 3J King Residential Sprinkler Fitters (Fire Protection)Journey Level $63.61 1 King Residential Stone Masons Journey Level $69.07 7E 1N King Residential Terrazzo Workers Journey Level $62.36 7E 1N King Residential Terrazzo/Tile Finishers Journey Level $24.39 1 King Residential Tile Setters Journey Level $21.04 1 King Roofers Journey Level $64.45 5A 3H King Roofers Using Irritable Bituminous Materials $67.39 5A 3H King Sheet Metal Workers Journey Level (Field or Shop)$96.42 7F 1E King Shipbuilding & Ship Repair New Construction Boilermaker $51.85 7X 4J King Shipbuilding & Ship Repair New Construction Carpenter $51.85 7X 4J King Shipbuilding & Ship Repair New Construction Crane Operator $43.16 7V 1 King Shipbuilding & Ship Repair New Construction Electrician $51.85 7X 4J King Shipbuilding & Ship Repair New Construction Heat & Frost Insulator $87.15 15H 11C King Shipbuilding & Ship Repair New Construction Laborer $51.85 7X 4J King Shipbuilding & Ship Repair New Construction Machinist $51.85 7X 4J King Shipbuilding & Ship Repair New Construction Operating Engineer $43.16 7V 1 King Shipbuilding & Ship Repair New Construction Painter $51.95 7X 4J King Shipbuilding & Ship Repair New Construction Pipefitter $51.85 7X 4J King Shipbuilding & Ship Repair New Construction Rigger $51.85 7X 4J King Shipbuilding & Ship Repair New Construction Sheet Metal $51.85 7X 4J King Shipbuilding & Ship Repair New Construction Shipwright $51.85 7X 4J King Shipbuilding & Ship Repair New Construction Warehouse/Teamster $43.16 7V 1 King Shipbuilding & Ship Repair New Construction Welder / Burner $51.85 7X 4J King Shipbuilding & Ship Repair Ship Repair Boilermaker $51.85 7X 4J King Shipbuilding & Ship Repair Ship Repair Carpenter $51.85 7X 4J King Shipbuilding & Ship Repair Ship Repair Crane Operator $45.06 7Y 4K King Shipbuilding & Ship Repair Ship Repair Electrician $51.85 7X 4J King Shipbuilding & Ship Repair Ship Repair Heat & Frost Insulator $87.15 15H 11C King Shipbuilding & Ship Repair Ship Repair Laborer $51.85 7X 4J King County - Prevailing wages As of 8/28/16 WG-11 County Trade Job Classification Wage Holiday Overtime Notes King Shipbuilding & Ship Repair Ship Repair Machinist $51.85 7X 4J King Shipbuilding & Ship Repair Ship Repair Operating Engineer $45.06 7Y 4K King Shipbuilding & Ship Repair Ship Repair Painter $51.95 7X 4J King Shipbuilding & Ship Repair Ship Repair Pipefitter $51.85 7X 4J King Shipbuilding & Ship Repair Ship Repair Rigger $51.85 7X 4J King Shipbuilding & Ship Repair Ship Repair Sheet Metal $51.85 7X 4J King Shipbuilding & Ship Repair Ship Repair Shipwright $51.85 7X 4J King Shipbuilding & Ship Repair Ship Repair Warehouse / Teamster $45.06 7Y 4K King Sign Makers & Installers (Electrical)Journey Level $58.04 0 1 King Sign Makers & Installers (Non-Electrical)Journey Level $37.08 0 1 King Soft Floor Layers Journey Level $66.32 15J 4C King Solar Controls For Windows Journey Level $16.28 1 King Sprinkler Fitters (Fire Protection)Journey Level $95.49 5C 1X King Stage Rigging Mechanics (Non Structural)Journey Level $16.28 1 King Stone Masons Journey Level $69.07 7E 1N King Street And Parking Lot Sweeper Workers Journey Level $19.09 1 King Surveyors Assistant Construction Site Surveyor $82.56 7A 11H 8X King Surveyors Chainman $78.95 7A 11H 8X King Surveyors Construction Site Surveyor $83.95 7A 11H 8X King Surveyors Drone Operator (when used in conjunction with survey work only)$78.95 7A 11H 8X King Surveyors Ground Penetrating Radar Operator $78.95 7A 11H 8X King Telecommunication Technicians Journey Level $65.66 7E 1E King Telephone Line Construction - Outside Cable Splicer $40.36 5A 2B King Telephone Line Construction - Outside Hole Digger/Ground Person $26.92 5A 2B King Telephone Line Construction - Outside Telephone Equipment Operator (Light)$33.74 5A 2B King Telephone Line Construction - Outside Telephone Lineperson $38.15 5A 2B King Terrazzo Workers Journey Level $62.36 7E 1N King Tile Setters Journey Level $62.36 7E 1N King Tile, Marble & Terrazzo Finishers Finisher $53.19 7E 1N King Traffic Control Stripers Journey Level $89.54 15L 1K King Truck Drivers Asphalt Mix Over 16 Yards $74.95 15J 11M 8L King Truck Drivers Asphalt Mix To 16 Yards $74.02 15J 11M 8L King Truck Drivers Dump Truck $74.02 15J 11M 8L King Truck Drivers Dump Truck & Trailer $74.95 15J 11M 8L King Truck Drivers Other Trucks $74.95 15J 11M 8L King Truck Drivers - Ready Mix Transit Mix $74.95 15J 11M 8L King Well Drillers & Irrigation Pump Installers Irrigation Pump Installer $17.71 1 King Well Drillers & Irrigation Pump Installers Oiler $16.28 1 King Well Drillers & Irrigation Pump Installers Well Driller $18.00 1 King County - Prevailing wages As of 8/28/16 WG-12