Loading...
HomeMy WebLinkAboutContract Bid Documents - Volume 1Contract Documents Page 1 Maplewood Sidewalk Rehabilitation October 2025 CITY OF RENTON Maplewood Sidewalk Rehabilitation Table of Contents VOLUME I I.CALL FOR BIDS 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.Non-collusion declaration (WSDOT 272-036I) 5.Subcontractor list (WSDOT 271-015) 6.Proposal for incorporating recycled materials into the project 7.Proposal signature page 8.Proposal bid bond to the City of Renton 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.CONTRACT SPECIFICATIONS 1.Special Provisions VI.PREVAILING HOURLY MINIMUM WAGE RATES VOLUME II - PLANS Contract Documents Page 2 Maplewood Sidewalk Rehabilitation October 2025 City of Renton Contract Provisions for Maplewood Sidewalk Rehabilitation I.CALL FOR BIDS City of Renton CAG-25-290 Maplewood Sidewalk Rehabilitation Maplewood Sidewalk Rehabilitation Project Call for Bids TED4004265 Page 1 of 1 2025 CALL FOR BIDS Sealed bids will be received until 11:00 AM on October 14, 2025, at the lobby of Renton City Hall, 1055 South Grady Way, Renton, WA 98057. All supplemental documents, that are allowed to be submitted after this date and time, shall be received at the lobby of Renton City Hall. The bids will be opened and publicly read via Zoom video-conferencing web application at 11:00 AM, October 16, 2025. Any bids received after the published bid submittal time cannot be considered and will not be accepted. •The bid opening meeting can be accessed by clicking the following link to join the Zoom meeting: https://us06web.zoom.us/j/81198951280?pwd=NZXqEfwaIqDQ6exdB5YLRKnano2h6e.1 •Using the Zoom app: Meeting ID: 811 9895 1280; Password: 563829; •Via telephone by dialing: 253-205-0468; •Zoom is free to use and is available at https://zoom.us/. Approved plans, specifications, addenda, and plan holders list for this project are available on-line through Builders Exchange of Washington, Inc., at http://www.bxwa.com. Click on bxwa.com; Posted Projects; Public Works; City of Renton; Projects Bidding. (Note: Bidders are encouraged to Register as a Bidder, in order to receive automatic email notification of future addenda and to be placed on the Bidders List). Contact Builders Exchange of Washington at 425-258-1303 should you require further assistance. The City of Renton, in accordance with the provisions Title VI of the Civil Rights Act of 1964, (78 Stat. 252, 42 U.S.C. 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an award. The improvement for which bids will be received is described below: This Contract provides for curb, gutter, and sidewalk replacement, pavement overlay, relocation of a storm water line, and the addition of a raised intersection at SE 5th and SE 6th streets with bulb out corners in the Maplewood Glen neighborhood, and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. Jason A. Seth, City Clerk Published: Daily Journal of Commerce – September 30, 2025 and October 7, 2025 Seattle Times – September 30, 2025 and October 7, 2025 Contract Documents Page 4 Maplewood Sidewalk Rehabilitation October 2025 City of Renton Contract Provisions for Maplewood Sidewalk Rehabilitation II. INSTRUCTIONS AND CHECKLIST FOR BIDDERS Contract Documents Page 5 Maplewood Sidewalk Rehabilitation October 2025 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. 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 via e-mail to:Josef Harnden jharnden@rentonwa.gov.The subject line should include “Maplewood Sidewalk Rehabilitation”. b. 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. 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 Contract Documents Page 6 Maplewood Sidewalk Rehabilitation October 2025 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. ¨ 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. ¨ 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 Contract Documents Page 7 Maplewood Sidewalk Rehabilitation October 2025 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. ¨ Retainage – Refer to Standard Specification Section 1-09.9(1), Retainage. Contract Documents Page 8 Maplewood Sidewalk Rehabilitation October 2025 Contract Documents Page 9 Maplewood Sidewalk Rehabilitation October 2025 Contract Documents Page 10 Maplewood Sidewalk Rehabilitation October 2025 City of Renton Contract Provisions for Maplewood Sidewalk Rehabilitation III. PROJECT PROPOSAL Contract Documents Page 11 Maplewood Sidewalk Rehabilitation October 2025 PROJECT PROPOSAL Project: Maplewood Sidewalk Rehabilitation Federal Aid No:N/A City Project Number:TED4004265 City Contract Number:CAG-25-290 Company: _____________________________________________________________ Address: _____________________________________________________________ _____________________________________________________________ _____________________________________________________________ Phone Number: _____________________________________________________________ Fax Number: _____________________________________________________________ Total Bid Amount: $ __________________________________________________ (Total of Bid Schedule) Contract Documents Page 12 Maplewood Sidewalk Rehabilitation October 2025 PROPOSAL COVER PAGE Maplewood Sidewalk Rehabilitation 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. ITEM NO.ITEM DESCRIPTION SPEC. SECTION UNIT QUANTITY UNIT PRICE*EXTENSION 1 Roadway Surveying 1-05 LS 1 2 ADA Features Surveying 1-05 LS 1 3 Record Drawings 1-05SP LS 1 4 SPCC Plan 1-07.15 LS 1 5 Mobilization 1-09 LS 1 6 Work Zone Safety Contingency 1-10SP FA 1 7 Pedestrian Traffic Control 1-10 LS 1 8 Flaggers 1-10 HR 10 9 Other Traffic Control Labor 1-10 HR 100 10 Construction Signs Class A 1-10SP SF 1,000 11 Other Temporary Traffic Control Devices 1-10 LS 1 12 Clearing and Grubbing 2-01 SF 10,145 13 Native Growth Protection Fence 2-01 LF 115 14 Removal of Structures and Obstructions 2-02 FA EST 1 15 Removal of Portions of Existing Concrete 2-02 SY 279 16 Removal of Pavement, Sidewalks, Curbs, & Gutters 2-02 SY 4,408 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 to two (2) decimal places (including whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be regarded as nonresponsive and rejected. 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. SCHEDULE OF PRICES Maplewood Sidewalk Rehabilitation ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID Maplewood Sidewalk Rehabilitation TED4004265 CAG-25-290 Page 14 Schedule of Prices October 2025 ITEM NO.ITEM DESCRIPTION SPEC. SECTION UNIT QUANTITY UNIT PRICE*EXTENSION 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 to two (2) decimal places (including whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be regarded as nonresponsive and rejected. 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. SCHEDULE OF PRICES Maplewood Sidewalk Rehabilitation ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID 17 Pothole existing utilities 2-03SP EA 10 18 Roadway Excavation incl. Haul 2-03 CY 333 19 Crushed Surfacing Top Course (Recycled Concrete)4-04 TON 1,552 20 HMA CL 1/2” , PG 64-22"5-04SP TON 683 21 Ductile Iron Pipe, 8 In. Diam.7-04SP LF 25 22 Corrugated Polyethylene Storm Sewer Pipe 12 In. Diam.7-05 LF 409 23 Catch Basin Type 1 7-05 EA 9 24 Saddle Storm Manhole 48"7-05 EA 1 25 Open Grate Locking Lid 7-05SP EA 1 26 Thru-curb Inlet 7-05SP EA 7 27 Adjusted Catch Basin Lid 7-05SP EA 3 28 Adjust Manhole Lid 7-05 EA 5 29 Adjust Water Valve Box 7-05SP EA 1 30 Adjust Utility Lid 7-05SP EA 20 31 Hydrant Assembly 7-14.5 EA 1 32 Remove Hydrant and Salvage 2-02.3(7) EA 1 Maplewood Sidewalk Rehabilitation TED4004265 CAG-25-290 Page 15 Schedule of Prices October 2025 ITEM NO.ITEM DESCRIPTION SPEC. SECTION UNIT QUANTITY UNIT PRICE*EXTENSION 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 to two (2) decimal places (including whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be regarded as nonresponsive and rejected. 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. SCHEDULE OF PRICES Maplewood Sidewalk Rehabilitation ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID 33 Erosion Control and Water Pollution Prevention 8-01 LS 1 34 Inlet Protection 8-01 EA 10 35 Seeded Lawn Installation 8-02 SY 1,333 36 Topsoil, Type A (2" Depth)8-02SP CY 310 37 Cement Conc. Traffic Curb and Gutter 8-04 LF 1,731 38 Cement Conc. Driveway Entrance 6”8-06SP SY 603 39 Monument Case and Cover (Adjust or Replace)8-13 EA 3 40 Monument, Monument Case & cover 8-13 EA 1 41 Cement Conc. Sidewalk 4”8-14 SY 790 42 Cement Conc. Sidewalk 10”8-14 SY 78 43 Detectable Warning Surface 8-14 SF 62 44 Permanent Signs 8-21 EA 3 TOTAL BID AMOUNT = *NOTE: 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. Maplewood Sidewalk Rehabilitation TED4004265 CAG-25-290 Page 16 Schedule of Prices October 2025 Washington State Department of Transportation 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. If RCW 39.30.060 requires a proof of license, the license number of that Subcontractor is required. 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 (and License Number if required) Work to be performed Subcontractor Name (and License Number if required) Work to be performed Subcontractor Name (and License Number if required) Work to be performed Subcontractor Name (and License Number if required) Work to be performed Subcontractor Name (and License Number if required) 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 271-015 Revised 06/2025 ● Previous Versions Obsolete ● 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 Contract Documents Page 18 Maplewood Sidewalk Rehabilitation October 2025 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. __________________________________________ [Signature of Authorized OƯicial]* __________________________________________ [Printed Name] __________________________________________ [Title] __________________________________________ [Date] __________________________________________ [Business Name] __________________________________________ [Address Line 1] __________________________________________ [Address Line 2] __________________________________________ [Telephone Number] *Note: Evidence of the signatory’s authority to sign the Proposal on behalf of the business entity shall be submitted with the Bid. Otherwise, the submitted Bid will be considered irregular and non- responsive and the Bid will be rejected. Note: The address and phone number listed will be used for all communications regarding this Proposal. Type of business entity (e.g. corporation, partnership, etc.) State of Incorporation, or State where business entity was formed: Contract Documents Page 19 Maplewood Sidewalk Rehabilitation October 2025 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 20 Maplewood Sidewalk Rehabilitation October 2025 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: Maplewood Sidewalk Rehabilitation said bid and proposal, by reference thereto, being made a part hereof. NOW, THEREFORE, if the said proposal bid by said Principal be accepted, and the contract be awarded to said Principal, and if said Principal shall duly make and enter into and execute said contract and shall furnish contract bond as required by the City of Renton within a period of ten (10) days from and after said award, exclusive of the day of such award, then this obligation shall be null and void, otherwise it shall remain and be in full force and eƯect. IN THE EVENT, the Principal, following award, fails to execute an Agreement with the City of Renton in accordance with the terms of the Proposal and furnish a contract bond with Surety or Sureties approved by the City of Renton within ten (10) days from and after said award, then Principal shall forfeit the Bid Bond/Bid Proposal Deposit or Surety shall immediately pay and forfeit to the City of Renton the amount of the Proposal Bid Bond, as set forth in RCW 35A.40.200 and RCW 35.23.352. This Proposal Bid Bond shall be governed and construed by the State of Washington, and venue shall be in King County, Washington. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be signed and sealed this _____________ day of, _______________________ 20______ Contract Documents Page 21 Maplewood Sidewalk Rehabilitation October 2025 PRINCIPAL __________________________________________ [PRINCIPAL] __________________________________________ [Signature of Authorized OƯicial] __________________________________________ [Printed Name] __________________________________________ [Title] __________________________________________ [Date] SURETY __________________________________________ [SURETY] __________________________________________ [Signature of Authorized OƯicial] __________________________________________ [Printed Name] __________________________________________ [Title] __________________________________________ [Date] Name and address of local oƯice of Agent and/or SURETY Company: __________________________________________ __________________________________________ __________________________________________ Telephone:________________________________ Surety WAOIC # Surety NAIC # __________________________________________ __________________________________________ Contract Documents Page 22 Maplewood Sidewalk Rehabilitation October 2025 City of Renton Contract Provisions for Maplewood Sidewalk Rehabilitation IV. AGREEMENT FORMS Contract Documents Page 23 Maplewood Sidewalk Rehabilitation October 2025 AGREEMENT CITY PROJECT NO. TED4004265 CONTRACT NO. CAG-25-290 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: Maplewood Sidewalk Rehabilitation in accordance with and as described in the attached plans and specifications, and the 2025 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. Contract Documents Page 24 Maplewood Sidewalk Rehabilitation October 2025 5.In the event litigation is commenced to enforce this contract, the prevailing party shall be entitled to recover its costs, including reasonable attorney’s and expert witness fees. 6.This Contract is executed in two (2) identical counterparts, by the parties, each of which shall for all purposes be deemed 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 __________________________________________ [Signature of Authorized OƯicial]* __________________________________________ [Title] __________________________________________ [Business Name] __________________________________________ [Date] CITY OF RENTON __________________________________________ Armondo Pavone, Mayor ATTEST __________________________________________ Jason Seth, City Clerk *NOTE: Evidence of the signatory’s authority to sign the Agreement on behalf of the business entity shall be submitted. CONTRACTOR ADDRESS FOR GIVING NOTICES __________________________________________ __________________________________________ __________________________________________ __________________________________________ CITY OF RENTON ADDRESS FOR GIVING NOTICES Transportation Systems Division Renton City Hall – 5th Floor 1055 South Grady Way Renton, WA 98057 Contract Documents Page 25 Maplewood Sidewalk Rehabilitation October 2025 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-24-311 providing for construction of the Maplewood Sidewalk Rehabilitation 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 holds the CITY/OWNER, its oƯicers, agents, and assigns harmless from and against all claims, liabilities, causes of action, damages, and costs for such payments for labor, equipment, and materials by satisfying all claims and demands incurred under the Contract, and reimbursing and paying CITY/OWNER all expenses that CITY/OWNER may incur in making good any default by PRINCIPAL; and, against any claim of direct or indirect loss resulting from the failure of the PRINCIPAL, its heirs, executors, administrators, successors, or assigns, (or the subcontractors or lower tier subcontractors of the PRINCIPAL) to pay all laborers, mechanics, subcontractors, lower tier subcontractors material persons, and all persons who shall supply such contractor or subcontractors with provisions and supplies for the carrying on of such work; and, against any claim of direct or indirect loss resulting from the failure of the PRINCIPAL, its heirs, executors, administrators, successors, or assigns (or any of the employees, subcontractors, or lower tier subcontractors of the PRINCIPAL) to faithfully perform the Contract. Contract Documents Page 26 Maplewood Sidewalk Rehabilitation October 2025 ·The indemnities to CITY/OWNER shall also insure 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 any way aƯect SURETY 's obligation on the Contract Bond. SURETY , for value received, hereby waives notice of any change, extension of time, alteration, or addition to the terms of the Contract or the Work to be performed thereunder and agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the PRINCIPAL shall automatically increase the obligation of the SURETY on this Contract Bond and notice to SURETY is not required for such increased obligation. ·This Contract Bond shall be governed and construed by the laws of the State of Washington, and venue shall be in King County, Washington. FURTHERMORE, this Contract Bond shall be satisfied and released only upon the conditions that PRINCIPAL or SURETY: ·Faithfully performs all provisions of the Contract and changes authorized by CITY/OWNER in the manner and within the time specified as may be extended under the Contract; ·Pay, in accordance with Chapters 39.08, 39.12 and 60.28 Revised Code of Washington (RCW), the sums due all workers, laborers, mechanics, subcontractors, lower tier subcontractors, material suppliers, and all other persons or agents who supply labor, equipment, or materials for carrying on of such work under the Contract; ·Pay all taxes, increases and penalties, if any, incurred on or related to the Contract under Titles 50 and 51 Revised Code of Washington (RCW) and any and all taxes imposed on the Principle under Title 82 RCW or any other law; ·Receives a written discharge/release of bond from CITY, signed by the Mayor or by a duly authorized representative of CITY. This Contract Bond shall be executed in two (2) original counterparts, and shall be signed by the parties’ duly authorized oƯicers. This Contract Bond will only be accepted if is accompanied by a fully executed and original power of attorney for the oƯice executing on behalf of the SURETY. PRINCIPAL __________________________________________ [PRINCIPAL] __________________________________________ [Signature of Authorized OƯicial] __________________________________________ [Printed Name] __________________________________________ SURETY __________________________________________ [SURETY] __________________________________________ [Signature of Authorized OƯicial] __________________________________________ [Printed Name] __________________________________________ Contract Documents Page 27 Maplewood Sidewalk Rehabilitation October 2025 [Title] __________________________________________ [Date] [Title] __________________________________________ [Date] Name and address of local oƯice of Agent and/or SURETY Company: __________________________________________ __________________________________________ __________________________________________ Telephone:________________________________ Contract Documents Page 28 Maplewood Sidewalk Rehabilitation October 2025 FAIR PRACTICES AND NON-DISCRIMINATION POLICY DECLARATION I, by signing the Agreement, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1.That the undersigned person(s), firm, association or corporation aƯirms and subscribes to the Fair Practices and Non-discrimination policies set forth by the law and by City of Renton policy, adopted by Resolution No. 4085. 2.That by signing the signature page of this Agreement, I am deemed to have signed and to have agreed to the provisions of this declaration. Contract Documents Page 29 Maplewood Sidewalk Rehabilitation October 2025 City of Renton Contract Provisions for Maplewood Sidewalk Rehabilitation V. CONTRACT SPECIFICATIONS Contract Documents Page 30 Maplewood Sidewalk Rehabilitation October 2025 City of Renton Contract Provisions for Maplewood Sidewalk Rehabilitation 1. SPECIAL PROVISIONS TABLE OF CONTENTS Introduction To The Special Provisions .............................................................................. 1 Description of Work ......................................................................................................... 2 1-01 Definitions and Terms ............................................................................................. 2 1-02 Bid Procedures and Conditions ................................................................................ 5 1-03 Award and Execution of Contract ........................................................................... 14 1-04 Scope of the Work ................................................................................................. 17 1-05 Control of Work .................................................................................................... 17 1-06 Control of Material ................................................................................................ 23 1-07 Legal Relations and Responsibilities to the Public ................................................... 25 1-08 Prosecution and Progress ..................................................................................... 34 1-09 Measurement and Payment ................................................................................... 39 1-10 Temporary Traffic Control...................................................................................... 42 2-01 Clearing, Grubbing, and Roadside Cleanup ............................................................. 44 2-02 Removal of Structures and Obstructions ................................................................ 44 2-03 Roadway Excavation and Embankment .................................................................. 46 5-04 Hot Mix Asphalt .................................................................................................... 48 7-04 Drainage Structures, Storm Sewers, Sanitary Sewers, Water Mains, and Conduits .... 79 7-05 Manholes, Inlets, Catch Basins, and Drywells ......................................................... 79 7-08 General Pipe Installation Requirements ................................................................. 81 8-02 Roadside Restoration ............................................................................................ 83 8-04 Curbs, Gutters, and Spillways................................................................................ 85 8-06 Cement Concrete Driveway Entrances ................................................................... 86 8-14 Cement Concrete Sidewalks ................................................................................. 86 8-26 Temporary Fencing ............................................................................................... 87 9-03 Agregates ............................................................................................................ 88 9-14 Erosion Control and Roadside Planting ................................................................... 88 1 SPECIAL PROVISIONS Introduction To The Special Provisions (January 4, 2024 APWA GSP, Option A) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2025 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter “Standard Specifications”). The Standard Specifications, as modified or supplemented by these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project-specific fill-ins; and project-specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The GSPs are labeled under the headers of each GSP, with the eƯective date of the GSP and its source. For example: (March 8, 2013 APWA GSP) (April 1, 2013 WSDOTGSP) (May 1, 2013 $$2$$ GSP)Agency Special Provision Project specific special provisions are labeled without a date as such: (*****) Also incorporated into the Contract Documents by reference are: Manual on Uniform TraƯic Control Devices for Streets and Highways (MUTCD), currently adopted edition, with Washington State modifications, if any Standard Plans for Road, Bridge and Municipal Construction, WSDOT Manual M21 01, current edition City of Renton, Public Works Department Standard Details, current edition. Public Right-of-Way Accessibility Guidelines (PROWAG), current edition. Contractor shall obtain copies of these publications, at Contractor’s own expense. 2 DESCRIPTION OF WORK (March 13, 1995 WSDOT GSP) This Contract provides for curb, gutter, and sidewalk replacement, pavement overlay, relocation of a storm water line, and the addition of a raised intersection at SE 5th and SE 6th streets with bulb out corners in the Maplewood Glen neighborhood, and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 3 DIVISION 1 – GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS 1-01.3 Definitions (January 19, 2022 APWA GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following: Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date The date the Contracting Agency officially binds the Agency to the Contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the Contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract. Physical Completion Date The day all of the Work is physically completed on the project. All documentation required by the Contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the Contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the Work as complete. Supplement this Section with the following: All references in the Standard Specifications or WSDOT General Special Provisions, to the terms “Department of Transportation”, “Washington State Transportation Commission”, “Commission”, “Secretary of Transportation”, “Secretary”, “Headquarters”, and “State Treasurer” shall be revised to read “Contracting Agency”. 4 All references to the terms “State” or “state” shall be revised to read “Contracting Agency” unless the reference is to an administrative agency of the State of Washington, a State statute or regulation, or the context reasonably indicates otherwise. All references to “State Materials Laboratory” shall be revised to read “Contracting Agency designated location”. All references to “final contract voucher certification” shall be interpreted to mean the Contracting Agency form(s) by which final payment is authorized, and final completion and acceptance granted. Additive A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Business Day A business day is any day from Monday through Friday except holidays as listed in Section 1- 08.5. Contract Bond The definition in the Standard Specifications for “Contract Bond” applies to whatever bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond. Contract Documents See definition for “Contract”. Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency’s acceptance of the Bid Proposal. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins. Traffic Both vehicular and non-vehicular traƯic, such as pedestrians, bicyclists, wheelchairs, and equestrian traƯic. 5 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this section and replace it with the following: 1-02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. 1-02.2 Plans and Specifications (June 27, 2011 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed can be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17")2 Furnished automatically upon award. Contract Provisions 2 Furnished automatically upon award. Large plans (e.g., 22" x 34")0 Furnished only upon request. Additional plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor’s own expense. 1-02.3 Estimated Quantities (******) The quantities shown in the Proposal Form and the Contract Forms are estimates and are stated only for Bid comparison purposes. The Contracting Agency does not warrant expressly or by implication, that the actual quantities of Work will correspond with those estimates. Payment will be made on the basis of the actual quantities of each item of Work completed in accordance with the Contract requirements. 1-02.4(1) General (December 30, 2022 APWA GSP Option B) The first sentence of the ninth paragraph, beginning with “Prospective Bidder desiring…”, is revised to read: 6 Prospective Bidders desiring an explanation or interpretation of the Bid Documents, shall request the explanation or interpretation in writing by close of business 5 business days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their Bids. 1-02.5 Proposal Forms (November 25, 2024 APWA GSP) Delete this section and replace it with the following: The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder’s name, address, telephone number, and signature; the bidder’s DBE commitment, if applicable; a State of Washington Contractor’s Registration Number; and a Business License Number, if applicable. Bids shall be in legible figures (not words) written in ink or typed and expressed in U.S. dollars. The required certifications are included as part of the Proposal Form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified. 1-02.6 Preparation of Proposal (April 22, 2025 APWA GSP, Option B) The first sentence of the second paragraph is revised to read as follows: All prices shall be in legible figures (not words) written in ink or typed, and expressed in U.S. dollars. Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. Delete the last two paragraphs, and replace them with the following: The Bidder shall submit with their Bid a completed Contractor Certification Wage Law Compliance form, provided by the Contracting Agency. Failure to return this certification as part of the Bid Proposal package will make this Bid Nonresponsive and ineligible for Award. A Contractor Certification of Wage Law Compliance form is included in the Proposal Forms. The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name and signed by a partner. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. Add the following new section: 7 1-02.6(1) Recycled Materials Proposal (January 4, 2016 APWA GSP) The Bidder shall submit with the Bid, its proposal for incorporating recycled materials into the project, using the form provided in the Contract Provisions. 1-02.7 Bid Deposit (March 8, 2013 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1.Contracting Agency-assigned number for the project; 2.Name of the project; 3.The Contracting Agency named as obligee; 4.The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5.Signature of the bidder’s officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6.The signature of the surety’s officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 1-02.7(1)Bid Bond, Cashier’s Check, Postal Money Order (******) Section 1-02.7(1) is an added new section: As evidence of good faith, pursuant to RCW 35.23.352(1), an original Bid Proposal Deposit in the form of either a bid bond, cashier’s check or postal money order in an amount equal to five percent (5%) of the Total Bid Amount shall be submitted with the Bid Proposal. If the Bidder elects to provide a bid bond, the Proposal Bid Bond form included in the Bid Documents shall be used. Otherwise, the Bid Proposal will be considered irregular and non- responsive and the Bid Proposal will be rejected. If the Bidder elects to provide a cashier’s check, it shall be made payable to the City of Renton. If the Bidder elects to provide a postal money order, it shall be made payable to the City of Renton. Cash will not be accepted for a bid deposit. 8 1-02.9 Delivery of Proposal (April 22, 2025 APWA GSP, Option A) Delete this section and replace it with the following: GENERAL Each Proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery. To be considered responsive on a FHWA-funded project, the Bidder may be required to submit the following items, as required by Section 1-02.6: ·DBE Utilization Certification ·DBE Written Confirmation Document (from each DBE firm listed on the Bidder’s completed DBE Utilization Certification ·Good Faith Effort (GFE) Documentation (if applicable) ·DBE Bid Item Breakdown Proposals that are received as required will be publicly opened and read as specified in Section 1-02.12. The Contracting Agency will not open or consider any Bid Proposal that is received after the time specified in the Call for Bids for receipt of Bid Proposals or received in a location other than that specified in the Call for Bids. The Contracting Agency will not open or consider any “Supplemental Information” (Written Confirmations Documents, or GFE Documentation) that is received after the time specified, or received in a location other than that specified in the Call for Bids. If an emergency or unanticipated event interrupts normal work processes of the Contracting Agency so that Proposals cannot be received at the office designated for receipt of bids as specified in Section 1-02.12 the time specified for receipt of the Proposal will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which the normal work processes of the Contracting Agency resume. Supplemental bid information submitted after the Proposal submittal but within 48 hours of the time specified for receipt of Proposals, shall be submitted in a sealed envelope labeled the same as for the Proposal, with “Supplemental Information” added. DBE DOCUMENT SUBMITTAL REQUIREMENTS DBE Utilization Certification (WSDOT Form 272-056) The DBE Utilization Certification shall be received at the same location and no later than the time required for delivery of the Proposal. The Contracting Agency will not open or consider any Proposal when the DBE Utilization Certification is received after the time specified for receipt of Proposals or received in a location other than that specified for receipt of Proposals. The DBE Utilization Certification may be submitted in the same envelope as the Bid deposit. DBE Written Confirmation Document (WSDOT Form 422-031) and/or GFE Documentation, (if applicable) The DBE Written Confirmation Documents and/or GFE Documentation are not required to be submitted with the Proposal. The DBE Written Confirmation Document(s) and/or GFE Documentation (if applicable) shall be received either with the Bid Proposal or as a Supplement 9 to the Bid. Written Confirmation and/or GFE Documentation shall be received no later than 48 hours (not including Saturdays, Sundays and Holidays) after the time for delivery of the Proposal. To be considered responsive, Bidders shall submit a Written Confirmation Document from each DBE firm listed on the Bidder’s completed DBE Utilization Certification and/or the GFE Documentation as required by Section 1-02.6. DBE Bid Item Breakdown Form (WSDOT Form 272-054) The DBE Bid Item Breakdown shall be received either with the Bid Proposal or as a Supplement to the Bid. The documents shall be received no later than 48 hours (not including Saturdays, Sundays and Holidays) after the time for delivery of the Proposal. To be considered responsive, Bidders shall submit a completed DBE Bid Item Breakdown, however, the Contractor may correct minor errors to the DBE Bid Item Breakdown for a period up to five calendar days after bid opening (not including Saturdays, Sundays and Holidays). DBE Bid Item Breakdowns that are still incorrect after the correction period will be determined to be non-responsive. The DBE Bid Item Breakdown will not be included as part of the executed Contract. 1-02.10 WITHDRAWING, REVISING, OR SUPPLEMENTING PROPOSAL (July 23, 2015 APWA GSP) Delete this section, and replace it with the following: After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw, revise, or supplement it if: 1. The Bidder submits a written request signed by an authorized person and physically delivers it to the place designated for receipt of Bid Proposals, and 2. The Contracting Agency receives the request before the time set for receipt of Bid Proposals, and 3. The revised or supplemented Bid Proposal (if any) is received by the Contracting Agency before the time set for receipt of Bid Proposals. If the Bidder’s request to withdraw, revise, or supplement its Bid Proposal is received before the time set for receipt of Bid Proposals, the Contracting Agency will return the unopened Proposal package to the Bidder. The Bidder must then submit the revised or supplemented package in its entirety. If the Bidder does not submit a revised or supplemented package, then its bid shall be considered withdrawn. Late revised or supplemented Bid Proposals or late withdrawal requests will be date recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed requests to withdraw, revise, or supplement a Bid Proposal are not acceptable. 1-02.13 Irregular Proposals (September 3, 2024 APWA GSP) Delete this section and replace it with the following: 1.A Proposal will be considered irregular and will be rejected if: a.The Bidder is not prequalified when so required; 10 b.The Bidder adds provisions reserving the right to reject or accept the Award, or enter into the Contract; c.A price per unit cannot be determined from the Bid Proposal; d.The Proposal form is not properly executed; e.The Bidder fails to submit or properly complete a subcontractor list (WSDOT Form 271-015), if applicable, as required in Section 1-02.6; f.The Bidder fails to submit or properly complete a Disadvantaged Business Enterprise Certification (WSDOT Form 272-056), if applicable, as required in Section 1-02.6; g.The Bidder fails to submit Written Confirmations (WSDOT Form 422-031) from each DBE firm listed on the Bidder’s completed DBE Utilization Certification that they are in agreement with the bidder’s DBE participation commitment, if applicable, as required in Section 1-02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; h.The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award in accordance with Section 1-07.11; i.The Bidder fails to submit a DBE Bid Item Breakdown (WSDOT Form 272-054), if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to meet the requirements of the Special Provisions; j.The Bidder fails to submit the Bidder Questionnaire (DOT Form 272-022), if applicable as required by Section 1-02.6, or if the documentation that is submitted fails to meet the requirements of the Special Provisions; or k.The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation. 2.A Proposal may be considered irregular and may be rejected if: a.The Proposal does not include a unit price for every Bid item; b.Any of the unit prices are excessively unbalanced (either above or below the amount of a reasonable Bid) to the potential detriment of the Contracting Agency; c.The authorized Proposal Form furnished by the Contracting Agency is not used or is altered; d.The completed Proposal form contains unauthorized additions, deletions, alternate Bids, or conditions; e.Receipt of Addenda is not acknowledged; f.A member of a joint venture or partnership and the joint venture or partnership submit Proposals for the same project (in such an instance, both Bids may be rejected); or g.If Proposal form entries are not made in ink. 1-02.14 Disqualification of Bidders (May 17, 2018 APWA GSP, Option B) Supplement this Section with the following: 11 A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended; or does not meet Supplemental Criteria 1- 7 listed in this Section. The Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility criteria in RCW 39.04.350(1), and Supplemental Criteria 1-2. Evidence that the Bidder meets Supplemental Criteria 3-7 shall be provided by the Bidder as stated later in this Section. 1.Delinquent State Taxes A.Criterion: The Bidder shall not owe delinquent taxes to the Washington State Department of Revenue without a payment plan approved by the Department of Revenue. B.Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder does not owe delinquent taxes to the Washington State Department of Revenue, or if delinquent taxes are owed to the Washington State Department of Revenue, the Bidder must submit a written payment plan approved by the Department of Revenue, to the Contracting Agency by the deadline listed below. 2.Federal Debarment A.Criterion: The Bidder shall not currently be debarred or suspended by the Federal government. B.Documentation: The Bidder shall not be listed as having an “active exclusion” on the U.S. government’s “System for Award Management” database (www.sam.gov). 3.Subcontractor Responsibility A.Criterion: The Bidder’s standard subcontract form shall include the subcontractor responsibility language required by RCW 39.06.020, and the Bidder shall have an established procedure which it utilizes to validate the responsibility of each of its subcontractors. The Bidder’s subcontract form shall also include a requirement that each of its subcontractors shall have and document a similar procedure to determine whether the sub-tier subcontractors with whom it contracts are also “responsible” subcontractors as defined by RCW 39.06.020. B.Documentation: The Bidder, if and when required as detailed below, shall submit a copy of its standard subcontract form for review by the Contracting Agency, and a written description of its procedure for validating the responsibility of subcontractors with which it contracts. 4.Claims Against Retainage and Bonds 12 A.Criterion: The Bidder shall not have a record of excessive claims filed against the retainage or payment bonds for public works projects in the three years prior to the bid submittal date, that demonstrate a lack of effective management by the Bidder of making timely and appropriate payments to its subcontractors, suppliers, and workers, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B.Documentation: The Bidder, if and when required as detailed below, shall submit a list of the public works projects completed in the three years prior to the bid submittal date that have had claims against retainage and bonds and include for each project the following information: •Name of project •The owner and contact information for the owner; •A list of claims filed against the retainage and/or payment bond for any of the projects listed; •A written explanation of the circumstances surrounding each claim and the ultimate resolution of the claim. 5.Public Bidding Crime A.Criterion: The Bidder and/or its owners shall not have been convicted of a crime involving bidding on a public works contract in the five years prior to the bid submittal date. B.Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder and/or its owners have not been convicted of a crime involving bidding on a public works contract. 6.Termination for Cause / Termination for Default A.Criterion: The Bidder shall not have had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B.Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date; or if Bidder was terminated, describe the circumstances. 7.Lawsuits A.Criterion: The Bidder shall not have lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern 13 of failing to meet the terms of contracts, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency B.Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, or shall submit a list of all lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date, along with a written explanation of the circumstances surrounding each such lawsuit. The Contracting Agency shall evaluate these explanations to determine whether the lawsuits demonstrate a pattern of failing to meet of terms of construction related contracts As evidence that the Bidder meets the Supplemental Criteria stated above, the apparent low Bidder must submit to the Contracting Agency by 12:00 P.M. (noon) of the second business day following the bid submittal deadline, a written statement verifying that the Bidder meets the supplemental criteria together with supporting documentation (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with the Supplemental Criteria. The Contracting Agency reserves the right to request further documentation as needed from the low Bidder and documentation from other Bidders as well to assess Bidder responsibility and compliance with all bidder responsibility criteria. The Contracting Agency also reserves the right to obtain information from third-parties and independent sources of information concerning a Bidder’s compliance with the mandatory and supplemental criteria, and to use that information in their evaluation. The Contracting Agency may consider mitigating factors in determining whether the Bidder complies with the requirements of the supplemental criteria. The basis for evaluation of Bidder compliance with these mandatory and supplemental criteria shall include any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from others for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter. If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Contracting Agency’s determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before issuing its final determination. If the final 14 determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency’s final determination. Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders with concerns about the relevancy or restrictiveness of the Supplemental Bidder Responsibility Criteria may make or submit requests to the Contracting Agency to modify the criteria. Such requests shall be in writing, describe the nature of the concerns, and propose specific modifications to the criteria. Bidders shall submit such requests to the Contracting Agency no later than five (5) business days prior to the bid submittal deadline and address the request to the Project Engineer or such other person designated by the Contracting Agency in the Bid Documents. 1-02.15 Pre-Award Information (August 14, 2013 APWA GSP) Revise Section 1-02.15 to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1.A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2.Samples of these materials for quality and fitness tests, 3.A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4.A breakdown of costs assigned to any bid item, 5.Attendance at a conference with the Engineer or representatives of the Engineer, 6.Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7.Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids (December 30, 2022 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder’s unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of 15 extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1-03.1(1) Identical Bid Totals (December 30, 2022 APWA GSP) Revise this section to read: After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then the tie- breaker will be the Bidder with an equal lowest bid, that proposed to use the highest percentage of recycled materials in the Project, per the form submitted with the Bid Proposal. If those percentages are also exactly equal, then the tie-breaker will be determined by drawing as follows: Two or more slips of paper will be marked as follows: one marked “Winner” and the other(s) marked “unsuccessful”. The slips will be folded to make the marking unseen. The slips will be placed inside a box. One authorized representative of each Bidder shall draw a slip from the box. Bidders shall draw in alphabetic order by the name of the firm as registered with the Washington State Department of Licensing. The slips shall be unfolded and the firm with the slip marked “Winner” will be determined to be the successful Bidder and eligible for Award of the Contract. Only those Bidders who submitted a Bid total that is exactly equal to the lowest responsive Bid, and with a proposed recycled materials percentage that is exactly equal to the highest proposed recycled materials amount, are eligible to draw. 1-03.3 Execution of Contract (July 8, 2024 APWA GSP Option A) Revise this section to read: Within 3 calendar days of Award date (not including Saturdays, Sundays and Holidays), the successful Bidder shall provide the information necessary to execute the Contract to the Contracting Agency. The Bidder shall send the contact information, including the full name, email address, and phone number, for the authorized signer and bonding agent to the Contracting Agency. Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within 10 calendar days after the award date, the successful bidder shall return the signed Contracting Agency-prepared contract, an insurance certification as required by Section 1- 07.18, a satisfactory bond as required by law and Section 1-03.4, the Transfer of Coverage form for the Construction Stormwater General Permit with sections I, III, and VIII completed when provided. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre-award information the Contracting Agency may require under Section 1- 02.15. 16 Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency- furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of 10 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1-03.4 Contract Bond (July 23, 2015 APWA GSP) Delete the first paragraph and replace it with the following: The successful bidder shall provide executed payment and performance bond(s) for the full contract amount. The bond may be a combined payment and performance bond; or be separate payment and performance bonds. In the case of separate payment and performance bonds, each shall be for the full contract amount. The bond(s) shall: 1. Be on Contracting Agency-furnished form(s); 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the OƯice of the Insurance Commissioner, 3. Guarantee that the Contractor will perform and comply with all obligations, duties, and conditions under the Contract, including but not limited to the duty and obligation to indemnify, defend, and protect the Contracting Agency against all losses and claims related directly or indirectly from any failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform and comply with all contract obligations, conditions, and duties, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work; 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and 5.Be accompanied by a power of attorney for the Surety’s oƯicer empowered to sign the bond; and 6.Be signed by an oƯicer of the Contractor empowered to sign oƯicial statements (sole proprietor or partner). If the Contractor is a corporation, the bond(s) must be signed by the president or vice president, unless accompanied by written proof of the authority of the individual signing the bond(s) to bind the corporation (i.e., corporate resolution, power of attorney, or a letter to such eƯect signed by the president or vice president). 17 1-03.7 Judicial Review (December 30, 2022 APWA GSP) Revise this section to read: All decisions made by the Contracting Agency regarding the Award and execution of the Contract or Bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington Law. Such review, if any, shall be timely filed in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction. 1-04 SCOPE OF THE WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (December 30, 2022 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, 4. Contract Plans, 5. Standard Specifications, 6. Contracting Agency’s Standard Plans or Details (if any), and 7. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1-04.4 Changes (January 19, 2022 APWA GSP) The first two sentences of the last paragraph of Section 1-04.4 are deleted. 1-04.4(1)Minor Changes (May 30, 2019 APWA GSP) Section 1-04.4(1) is deleted. 1-05 CONTROL OF THE WORK 18 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor’s unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency’s rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency’s right to pursue any other avenue for additional remedy or damages with respect to the Contractor’s failure to perform the work as required. 1-05.11 Final Inspection Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor’s request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the 19 Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer’s right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the 20 Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not aƯect a manufacturer’s guaranties or warranties furnished under the terms of the contract. 1-05.13 Superintendents, Labor, and Equipment of Contractor (August 14, 2013 APWA GSP) Delete the sixth and seventh paragraphs of this section. 1-05.15 Method of Serving Notices (January 4, 2024 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be served and directed to the Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be written in paper format, hand delivered or sent via certified mail delivery service with return receipt requested to the Engineer's oƯice. Electronic copies such as e-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. 1-05.16 Water and Power (October 1, 2005 APWA GSP) Section 1-05.16 is an added new section: The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. 1-05.17 Contractor’s Daily Diary (******) Section 1-05.17 is an added new section. The Contractor and subcontractors shall maintain and provide to Engineer a Daily Diary Record of this Work. This Diary will be created by pen entries in a hard-bound diary book of the type that 21 is commonly available through commercial outlets. The Diary must contain the Project and Number if the Diary is in loose-leaf form, this information must appear on every page. The Diary must be kept and maintained by Contractor’s designated project superintendent(s). Entries must be made on a daily basis and must accurately represent all of the project activities on each day. At a minimum, the Diary shall show on a daily basis: 1.The day and date. 2.The weather conditions, including changes throughout the day. 3.A complete description of the work accomplished during the day with adequate references to the Plans and Contract Provisions so that the reader can easily and accurately identify said work in the Plans. Identify location/description of photographs or videos taken that day. 4.An entry for each and every changed condition, dispute or potential dispute, incident, accident, or occurrence of any nature whatsoever which might aƯect Contractor, Contracting Agency, or any third party in any manner. 5.Listing of any materials received and stored on-or oƯ-site by Contractor for future installation, to include the manner of storage and protection of the same. 6.Listing of materials installed during each day. 7.List of all subcontractors working on-site during each day. 8.List of the number of Contractor’s employees working during each day by category of employment. 9.List of Contractor’s equipment working on the site during each day. Idle equipment on the site shall be listed and designated as idle. Equipment on stand-by on the site shall be listed and designated as on stand-by. 10.Notations to explain inspections, testing, stake-out, and all other services furnished by Contracting Agency or other party during each working day on-site. 11.Entries to verify the daily (including non-working days) inspection and maintenance of traƯic control devices and condition of the traveled roadway surfaces. Contractor shall not allow any conditions to develop that would be hazardous to the public. 12.Any other information that serves to give an accurate and complete record of the nature, quantity, and quality of Contractor’s progress on each day. 13.Plan markups showing locations and dimensions of constructed features to be used by Engineer to produce record drawings. 14.All pages of the diary must be numbered consecutively with no omissions in page numbers. 15.Each page must be signed and dated by the Contractor’s oƯicial representative on the project. Contractor may use additional sheets separate from the diary book if necessary to provide a complete diary record, but they must be signed, dated, and labeled with project name and number. It is expressly agreed between Contractor and Contracting Agency that the Daily Diary maintained by Contractor shall be the “Contractor’s Book of Original Entry” for the documentation of any potential claims or disputes that might arise during this Contract. Failure of the Contractor to maintain this Diary in the manner described above will constitute a waiver of any such claims or disputes by Contractor. Engineer or Contracting Agency’s representative on-site will also complete an Inspector Daily Report (IDR) for each day work is performed. Payment 22 All costs to comply with this special provision are incidental to the contract and are the responsibility of the Contractor. The Contractor shall include all related costs in the associated bid prices of the contract. 1-05.18 Record Drawings (March 8, 2013 APWA GSP) Section 1-05.18 is an added new section: The Contractor shall maintain one set of full size plans for Record Drawings, updated with clear and accurate red-lined field revisions on a daily basis, and within 2 business days after receipt of information that a change in Work has occurred. The Contractor shall not conceal any work until the required information is recorded. This Record Drawing set shall be used for this purpose alone, shall be kept separate from other Plan sheets, and shall be clearly marked as Record Drawings. These Record Drawings shall be kept on site at the Contractor’s field oƯice, and shall be available for review by the Contracting Agency at all times. The Contractor shall bring the Record Drawings to each progress meeting for review. The preparation and upkeep of the Record Drawings is to be the assigned responsibility of a single, experienced, and qualified individual. The quality of the Record Drawings, in terms of accuracy, clarity, and completeness, is to be adequate to allow the Contracting Agency to modify the computer-aided drafting (CAD) Contract Drawings to produce a complete set of Record Drawings for the Contracting Agency without further investigative eƯort by the Contracting Agency. The Record Drawing markups shall document all changes in the Work, both concealed and visible. Items that must be shown on the markups include but are not limited to: ·Actual dimensions, arrangement, and materials used when diƯerent than shown in the Plans. ·Changes made by Change Order or Field Order. ·Changes made by the Contractor. ·Accurate locations of storm sewer, sanitary sewer, water mains and other water appurtenances, structures, conduits, light standards, vaults, width of roadways, sidewalks, landscaping areas, building footprints, channelization and pavement markings, etc. Include pipe invert elevations, top of castings (manholes, inlets, etc.). If the Contract calls for the Contracting Agency to do all surveying and staking, the Contracting Agency will provide the elevations at the tolerances the Contracting Agency requires for the Record Drawings. When the Contract calls for the Contractor to do the surveying/staking, the applicable tolerance limits include, but are not limited to the following: 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 23 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 Making Entries on the Record Drawings: ·Use erasable colored pencil (not ink) for all markings on the Record Drawings, conforming to the following color code: ·Additions -Red ·Deletions -Green ·Comments -Blue ·Dimensions -Graphite ·Provide the applicable reference for all entries, such as the change order number, the request for information (RFI) number, or the approved shop drawing number. ·Date all entries. ·Clearly identify all items in the entry with notes similar to those in the Contract Drawings (such as pipe symbols, centerline elevations, materials, pipe joint abbreviations, etc.). The Contractor shall certify on the Record Drawings that said drawings are an accurate depiction of built conditions, and in conformance with the requirements detailed above. The Contractor shall submit final Record Drawings to the Contracting Agency. Contracting Agency acceptance of the Record Drawings is one of the requirements for achieving Physical Completion. Payment will be made for the following bid item: Record Drawings (Minimum Bid $15,000) Lump Sum Payment for this item will be made on a prorated monthly basis for work completed in accordance with this section up to 75% of the lump sum bid. The final 25% of the lump sum item will be paid upon submittal and approval of the completed Record Drawings set prepared in conformance with these Special Provisions. A minimum bid amount has been entered in the Bid Proposal for this item. The Contractor must bid at least that amount. 1-06 CONTROL OF MATERIAL 1-06.1 Approval of Materials Prior to Use (April 3, 2017 WSDOT GSP) 24 Section 1-06.1 is supplemented with the following: For each proposed material that is required to be submitted for approval using either the QPL or RAM process the Contractor will be allowed to submit for approval two material sources or manufacturers per material type at no cost. Additional material sources or manufacturers may be submitted for approval and will be processed at a cost of $125.00 per material source or manufacturer submitted by QPL submittal and $400.00 per material submitted by RAM. All costs for processing additional material sources or manufacturers will be deducted from monies due or that may come due to the Contractor. Subject to a request by the Contractor and a determination by the Engineer the costs for processing may be waived. 1-06.1(4)Fabrication Inspection Expense (April 22, 2025 APWA GSP) Section 1-06.1(4) is revised to read: The Contracting agency will not deduct from monies due to the Contractor, Contracting Agency expenses for plant approval and fabrication acceptance inspection. 25 Items requiring plant approval and fabrication inspection are listed in Table 1. Table 1 Items Requiring Plant Approval and Fabrication Acceptance Inspection Anchor Bolts (ASTM A449 & F1554 Grade 105) Anchor Cables and Components Bridge Bearings (Cylindrical, Disc, Fabric Pad, Low Rise, Pin, Pendulum, and Spherical) Cattle Guards Coated Piling and Casing Epoxy-Coated Reinforcing Steel Fabricated/Welded Miscellaneous Metal Drainage Items: Grate Inlets, and Drop Inlets Longitudinal Seismic Restrainers Metal Bridge Railing and Handrail Metal Castings for Concrete Drainage, electrical, and Utility Items Modular Expansion Joints Paint & Powder Coating Facilities for Table 1 items Precast Concrete Bridge Deck Panels Precast Concrete Catch Basins, Manholes, Inlets, Drywells, and Risers Precast Culvert, Storm Sewer, and Sanitary Sewer Pipe Precast Concrete Floor Panels Precast Concrete Junction Boxes, Pull Boxes, Cable Vaults Precast Concrete Marine Pier Deck Panels Precast Concrete Pier Caps Precast Concrete Retaining Walls, including Lagging Panels Precast Concrete Roof Panels Precast Concrete Structural Earth Walls, Noise Barrier Walls, Wall Panels, and Wall Stem Panels Precast Concrete Traffic Barrier Precast Concrete Vaults (Electrical, Utility, Drainage, etc.) Precast Concrete Girders and Precast Bridge Components Prestressed Concrete Girders Prestressed Concrete Panels Precast Reinforced Concrete Box Structures Precast Reinforced Concrete Split Box Structures Precast Reinforced Concrete Three Sided Structures Prestressed Concrete Piles Retrofit Guardrail Posts with Welded Base Plates Signal Standards Signing Material Sign Structures – Cantilever, Sign Bridge, and Bridge Mounted, Roadside Type PLT/PLU Soldier Piles Steel Bridges and Steel Bridge Components Steel Column Jackets Steel Light Standards, and High Mast Light Poles Strip Seal Expansion Joints Structural Steel for Ferry Terminal Berthing, Pedestrian and Vehicle Loading Structures Timber Bridges Treated Timber and Lumber 6 inch by 6 inch or larger Welded Structural Steel (Miscellaneous) Initial plant inspections are required as follows in Table 2. Table 2 Items Requiring Initial Plant Approval Only Epoxy Coating of Dowels and Tiebars for Concrete Pavement Guardrail Posts and Blocks Precast Concrete Blocks for Structural Earth Walls Steel Pipe Piling 26 1-06.2(2)B Financial Incentive (January 4, 2024 APWA GSP) Replace the first sentence of this Section with the following: The maximum Composite Pay Factor shall be 1.00. 1-06.6 Recycled Materials (January 4, 2016 APWA GSP) Delete this section, including its subsections, and replace it with the following: The Contractor shall make their best eƯort to utilize recycled materials in the construction of the project. Approval of such material use shall be as detailed elsewhere in the Standard Specifications. Prior to Physical Completion the Contractor shall report the quantity of recycled materials that were utilized in the construction of the project for each of the items listed in Section 9-03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled glass, steel furnace slag and other recycled materials (e.g. utilization of on-site material and aggregates from concrete returned to the supplier). The Contractor’s report shall be provided on DOT form 350-075 Recycled Materials Reporting. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between diƯerent safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site oƯice, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor’s care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor’s care. The Contractor shall have sole responsibility for the safety, eƯiciency, and adequacy of the Contractor’s plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons 27 and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor’s performance does not, and shall not, be intended to include review and adequacy of the Contractor’s safety measures in, on, or near the project site. 1-07.2 State Taxes Delete this section, including its sub-sections, in its entirety and replace it with the following: 1-07.2 State Sales Tax (June 27, 2011 APWA GSP) The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(2) describes this exception. The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA-funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(1) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(2) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such 28 sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(3) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1-07.9(1) General Section 1-07.9(1) is supplemented with the following: (January 10, 2022 WSDOT GSP Option 1) The Federal wage rates incorporated in this contract have been established by the Secretary of Labor under United States Department of Labor General Decision No. WA20220001. The State rates incorporated in this contract are applicable to all construction activities associated with this contract. 1-07.9(5)A Required Documents (July 8, 2024 APWA GSP) This section is revised to read as follows: All Statements of Intent to Pay Prevailing Wages, Affidavits of Wages Paid and Certified Payrolls, including a signed Statement of Compliance for Federal-aid projects, shall be submitted to the Engineer and to the State L&I online Prevailing Wage Intent & Affidavit (PWIA) system. When apprenticeship is a requirement of the contract, include in PWIA all apprentices. 29 1-07.11(2) Contractual Requirements (November 25, 2024 APWA GSP) Delete item 11 of the first paragraph of Section 1-07.11(2). 1-07.17 Utilities and Similar Facilities (April 2, 2007 WSDOT GSP) Section 1-07.17 is supplemented with the following: Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. Public and private utilities, or their Contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. It is anticipated that utility adjustment, relocation, replacement or construction within the project limits will be completed as follows: Puget Sound Energy (PSE) – Power PSE will supply the conduits and vaults for the relocation of the power system for the project. The Contractor shall install the conduits and vaults per the plans and specifications. For Joint Utility Trench requirements, PSE material delivery lead times, etc. See Section 8-35 of these Special Provisions. Once the conduits and vaults have been installed for the entire length of the project and the installation approved by PSE, PSE will pull new wires, energize the entire new system, cut-over the new services and de-energize the old system. Puget Sound Energy (PSE) – Gas PSE will supply the conduit for the relocation of the gas line(s) for the project. The Contractor shall install the conduits per the plans and specifications. For Joint Utility Trench requirements, PSE material delivery lead times, etc. See Section 8-35 of these Special Provisions. Once the conduits have been installed for each completed section of Joint Utility Trench and the installation approved by PSE, PSE will install the gas line(s), pressurize the system and cut-over the new services within that segment of completed Joint Utility Trench. Renton Water Department City of Renton Water Maintenance Department will perform final connections to existing water mains with assistance from the Contractor in accordance with Section 7-09. All preparations, materials, and work zone safety controls shall be provided by the Contractor as shown on the Plans and specified herein. The Contractor shall provide a 10 working day advance notice for each connection which requires cutting of the existing water main or a shut-down of the existing water main. The City reserves the right to re-schedule the connection if the work area is not ready at the scheduled time for connection. 30 The Contractor shall attend a mandatory utility preconstruction meeting with the Engineer, all aƯected subcontractors, and all utility owners and their contractors prior to beginning onsite work. The following addresses and telephone numbers of utility companies known or their Contractors that will be adjusting, relocating, replacing or constructing utilities within the project limits are supplied for the Contractor’s use: Puget Sound Energy (power & gas) Contact: Dustin Weller 206-379-4347 Dustin.Weller@pse.com Puget Sound Energy (gas) Contact: Glenn Helton (425) 559-4647 Glenn.Helton@pse.com City of Renton -Surface Water Contact: Jared McDonald (425) 430-7293 JMcDonald@Rentonwa.gov City of Renton -Water Contact: Abdoul Gafour (425) 430-7210 AGafour@Rentonwa.gov Minor secondary or unexpected relocations or adjustments by the franchise utilities or by Others, shall be performed concurrent with the Contractor’s activities. The Contractor is responsible for coordination of this Work by Others and integration of the timelines into the progress schedule and sequencing. All costs associated with activity-specific scheduling and sequencing shall be included in the lump sum Contract price for ‘Franchise Utility Coordination’ as described in Section 8- 35. 1-07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following: 1-07.18 Insurance (January 4, 2024 APWA GSP) 1-07.18(1) General Requirements A. The Contractor shall procure and maintain the insurance described in all subsections of section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best rating of not less than A-: VII and licensed to do business in the State of Washington. The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer’s financial condition. B. The Contractor shall keep this insurance in force without interruption from the commencement of the Contractor’s Work through the term of the Contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated below. C. If any insurance policy is written on a claims-made form, its retroactive date, and that of all subsequent renewals, shall be no later than the eƯective date of this Contract. The policy shall state that coverage is claims made and state the retroactive date. Claims-made form 31 coverage shall be maintained by the Contractor for a minimum of 36 months following the Completion Date or earlier termination of this Contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period (“tail”) or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The Contractor’s Automobile Liability, Commercial General Liability and Excess or Umbrella Liability insurance policies shall be primary and non-contributory insurance as respects the Contracting Agency’s insurance, self-insurance, or self-insured pool coverage. Any insurance, self-insurance, or self-insured pool coverage maintained by the Contracting Agency shall be excess of the Contractor’s insurance and shall not contribute with it. E. The Contractor shall provide the Contracting Agency and all additional insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. F. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency G. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days’ notice to the Contractor to correct the breach, immediately terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, oƯset against funds due the Contractor from the Contracting Agency. H. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the Contract and no additional payment will be made. I.Under no circumstances shall a wrap up policy be obtained, for either initiating or maintaining coverage, to satisfy insurance requirements for any policy required under this Section. A “wrap up policy” is defined as an insurance agreement or arrangement under which all the parties working on a specified or designated project are insured under one policy for liability arising out of that specified or designated project. 1-07.18(2) Additional Insured All insurance policies, with the exception of Workers Compensation, and of Professional Liability and Builder’s Risk (if required by this Contract) shall name the following listed entities as additional insured(s) using the forms or endorsements required herein: §the Contracting Agency and its oƯicers, elected oƯicials, employees, agents, and volunteers §the Contracting Agency and its officers, elected officials, employees, agents, and volunteers; §Consultants hired by the Contracting Agency to provide engineering support during construction of this project; 32 §Consultants hired by the Contracting Agency to provide environmental support during construction of this project; §Consultants hired by the Contracting Agency to provide construction management, inspection and materials testing services for this project. The above-listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4) describes limits lower than those maintained by the Contractor. For Commercial General Liability insurance coverage, the required additional insured endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. 1-07.18(3) Subcontractors The Contractor shall cause each subcontractor of every tier to provide insurance coverage that complies with all applicable requirements of the Contractor-provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by subcontractors. The Contractor shall ensure that all subcontractors of every tier add all entities listed in 1-07.18(2) as additional insureds, and provide proof of such on the policies as required by that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency evidence of insurance and copies of the additional insured endorsements of each subcontractor of every tier as required in 1-07.18(4) Verification of Coverage. 1-07.18(4) Verification of Coverage The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. Failure of Contracting Agency to demand such verification of coverage with these insurance requirements or failure of Contracting Agency to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor’s obligation to maintain such insurance. Verification of coverage shall include: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07.18(2) as additional insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. 3. Any other amendatory endorsements to show the coverage required herein. 33 4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these requirements – actual endorsements must be submitted. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is required on this Project, a full and certified copy of that policy is required when the Contractor delivers the signed Contract for the work. 1-07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Contractor’s maintenance of insurance, its scope of coverage, and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the Contracting Agency’s recourse to any remedy available at law or in equity. All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible or self- insured retention shall be the responsibility of the Contractor. In the event an additional insured incurs a liability subject to any policy’s deductibles or self-insured retention, said deductibles or self-insured retention shall be the responsibility of the Contractor. 1-07.18(5)A Commercial General Liability Commercial General Liability insurance shall be written on coverage forms at least as broad as ISO occurrence form CG 00 01, including but not limited to liability arising from premises, operations, stop gap liability, independent contractors, products-completed operations, personal and advertising injury, and liability assumed under an insured contract. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement. Contractor shall maintain Commercial General Liability Insurance arising out of the Contractor’s completed operations for at least three years following Substantial Completion of the Work. Such policy must provide the following minimum limits: $2,000,000 Each Occurrence $3,000,000 General Aggregate $3,000,000 Products & Completed Operations Aggregate $2,000,000 Personal & Advertising Injury each oƯence $2,000,000 Stop Gap / Employers’ Liability each accident 1-07.18(5)B Automobile Liability Automobile Liability shall cover owned, non-owned, hired, and leased vehicles; and shall be written on a coverage form at least as broad as ISO form CA 00 01. If the work involves the transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99 48 endorsements. 34 Such policy must provide the following minimum limit: $1,000,000 Combined single limit each accident 1-07.18(5)C Workers’ Compensation The Contractor shall comply with Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 1-07.24 Rights of Way (April 22, 2025 APWA GSP) Delete this section and replace it with the following: Street Right of Way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor’s construction activities shall be confined within these limits unless arrangements for use of private property are made as described below. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor’s attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public Right of Way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours’ notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been 35 satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1-08 PROSECUTION AND PROGRESS Add the following new section: 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) Add the following new section: 1-08.0(1) Preconstruction Conference (July 8, 2024 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2.To establish a working understanding among the various parties associated or aƯected by the work; 3. To establish and review procedures for progress payment, noti fications, approvals, submittals, etc.; 4. To review DBE Requirements, Training Plans, and Apprenticeship Plans, when applicable. 5. To establish normal working hours for the work; 6.To review safety standards and traƯic control; and 7. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. Add the following new section: 1-08.0(2) Hours of Work (December 8, 2014 APWA GSP) Except in the case of emergency or unless otherwise approved by the Engineer, the normal working hours for the Contract shall be any consecutive 8-hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch break. If the Contractor desires diƯerent than the normal working hours stated above, the request must be submitted in writing prior to the preconstruction conference, subject to the provisions below. The working hours for the Contract shall be established at or prior to the preconstruction conference. 36 All working hours and days are also subject to local permit and ordinance conditions (such as noise ordinances). If the Contractor wishes to deviate from the established working hours, the Contractor shall submit a written request to the Engineer for consideration. This request shall state what hours are being requested, and why. Requests shall be submitted for review no later than 2 weeks prior to the day(s) the Contractor is requesting to change the hours. If the Contracting Agency approves such a deviation, such approval may be subject to certain other conditions, which will be detailed in writing. For example: 1.On non-Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight-time costs for Contracting Agency representatives who worked during such times. (The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews; personnel from the Contracting Agency’s material testing lab; inspectors; and other Contracting Agency employees or third party consultants when, in the opinion of the Engineer, such work necessitates their presence.) 2.Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. 3.Considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24-hour period. 4.If a 4-10 work schedule is requested and approved the non working day for the week will be charged as a working day. 5.If Davis Bacon wage rates apply to this Contract, all requirements must be met and recorded properly on certified payroll. 1-08.1 Subcontracting (December 30, 2022 APWA GSP, Option A) Section 1-08.1 is supplemented with the following: Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall submit to the Engineer a certification (WSDOT Form 420-004) that a written agreement between the Contractor and the subcontractor or between the subcontractor and any lower tier subcontractor has been executed. This certification shall also guarantee that these subcontract agreements include all the documents required by the Special Provision Federal Agency Inspection. A subcontractor or lower tier subcontractor will not be permitted to perform any work under the contract until the following documents have been completed and submitted to the Engineer: 1. Request to Sublet Work (WSDOT Form 421-012), and 37 2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal-aid Projects (WSDOT Form 420-004). The Contractor shall submit to the Engineer a completed Monthly Retainage Report (WSDOT Form 272-065) within 15 calendar days after receipt of every monthly progress payment until every subcontractor and lower tier subcontractor’s retainage has been released. The Contractor's records pertaining to the requirements of this Special Provision shall be open to inspection or audit by representatives of the Contracting Agency during the life of the contract and for a period of not less than three years after the date of acceptance of the contract. The Contractor shall retain these records for that period. The Contractor shall also guarantee that these records of all subcontractors and lower tier subcontractors shall be available and open to similar inspection or audit for the same time period. 1-08.1(7)A Payment Reporting (November 25, 2024 APWA GSP Delete this section and replace it with the following: 1-08.1(7)A VACANT 1-08.1(8)B Clauses Required in Subcontracts of All Tiers (November 25, 2024 APWA GSP) Delete item 8 of the second paragraph of Section 1-08.1(8)B. 1-08.1(9)Submittal of Executed Subcontracts (April 22, 2025 APWA GSP, Option B) Section 1-08.1(9) content and title are deleted and replaced with the following: Vacant 1-08.3 Progress Schedule 1-08.3(2) Progress Schedule Types 1-08.3(2)A Type A Progress Schedule (March 13, 2012 APWA GSP) Revise this section to read: The Contractor shall submit five (5) copies of a Type A Progress Schedule no later than at the preconstruction conference, or some other mutually agreed upon submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule format. Regardless of which format used, the schedule shall identify the critical path. The Engineer will 38 evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 1-08.4 Prosecution of Work Delete this section and replace it with the following: 1-08.4 Notice to Proceed and Prosecution of Work (July 23, 2015 APWA GSP) Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time speci fied in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traƯic control devices in accordance with 1-10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract. 1-08.5 Time for Completion (November 25, 2024 APWA GSP, Option A) Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and all partial or whole days the Engineer declares as unworkable The statement will be identified as a Written Determination by the Engineer. If the Contractor does not agree with the Written Determination of working days, the Contractor shall pursue the protest procedures in accordance with Section 1-04.5. By failing to follow the procedures of Section 1-04.5, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor is approved to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth 39 day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor’s obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certi fied Payrolls (per Section 1-07.9(5)). b. Material Acceptance Certification Documents c. Monthly Reports in DMCS of the amounts paid including the final payment confirmation to all firms required by Section 1-08.1(7)A if applicable d. Final Contract Voucher Certification e.Copies of the approved “AƯidavit of Prevailing Wages Paid” for the Contractor and all Subcontractors f. A copy of the Notice of Termination sent to the Washington State Department of Ecology (Ecology); the elapse of 30 calendar days from the date of receipt of the Notice of Termination by Ecology; and no rejection of the Notice of Termination by Ecology. This requirement will not apply if the Construction Stormwater General Permit is transferred back to the Contracting Agency in accordance with Section 8-01.3(16). g. Property owner releases per Section 1-07.24 (March 13, 1995 WSDOT GSP) Section 1-08.5 is supplemented with the following: This project shall be physically completed within ***60 *** working days. 1-08.9 Liquidated Damages (March 3, 2021 APWA GSP, Option B) Revise the second and third paragraphs to read: Accordingly, the Contractor agrees: 1.To pay (according to the following formula) liquidated damages for each working day beyond the number of working days established for Physical Completion, and 2.To authorize the Engineer to deduct these liquidated damages from any money due or coming due to the Contractor. 40 Liquidated Damages Formula LD=0.15C/T Where: LD = liquidated damages per working day (rounded to the nearest dollar) C = original Contract amount T = original time for Physical Completion When the Contract Work has progressed to Substantial Completion as defined in the Contract, the Engineer may determine the Contract Work is Substantially Complete. The Engineer will notify the Contractor in writing of the Substantial Completion Date. For overruns in Contract time occurring after the date so established, the formula for liquidated damages shown above will not apply. For overruns in Contract time occurring after the Substantial Completion Date, liquidated damages shall be assessed on the basis of direct engineering and related costs assignable to the project until the actual Physical Completion Date of all the Contract Work. The Contractor shall complete the remaining Work as promptly as possible. Upon request by the Project Engineer, the Contractor shall furnish a written schedule for completing the physical Work on the Contract. 1-09 MEASUREMENT AND PAYMENT 1-09.2 Weighing Equipment 1-09.2(1)General Requirements for Weighing Equipment (November 25, 2024 APWA GSP, Option B) Revise item 4 of the fifth paragraph to read: 4. Test results and scale weight records for each day’s hauling operations are provided to the Engineer daily. Reporting shall utilize WSDOT form 422-027LP, Scaleman’s Daily Report, unless the printed ticket contains the same information that is on the Scaleman’s Daily Report Form. The scale operator must provide AM and/or PM tare weights for each truck on the printed ticket. 1-09.2(5) Measurement (December 30, 2022 APWA GSP) Revise the first paragraph to read: Scale Verification Checks – At the Engineer’s discretion, the Engineer may perform verification checks on the accuracy of each batch, hopper, or platform scale used in weighing contract items of Work. 1-09.6 Force Account (December 30, 2022 APWA GSP) Supplement this section with the following: 41 The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by the Engineer. 1-09.9 Payments (January 19, 2022 APWA GSP) Section 1-09.9 is revised to read: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction Conference, to enable the Project Engineer to determine the Work performed on a monthly basis. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent a lump sum breakdown, the Project Engineer will make a determination based on information available. The Project Engineer’s determination of the cost of work shall be final. Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoƯ date will be established at the preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payments. The progress estimates are subject to change at any time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following: 1.Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2.Lump Sum Items in the Bid Form — based on the approved Contractor’s lump sum breakdown for that item, or absent such a breakdown, based on the Engineer’s determination. 3.Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4.Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1.Retainage per Section 1-09.9(1), on non FHWA-funded projects; 2.The amount of progress payments previously made; and 3.Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1 05.1. 42 Failure to perform any of the obligations under the Contract by the Contractor may be decreed by the Contracting Agency to be adequate reason for withholding any payments until compliance is achieved. Upon completion of all Work and after final inspection (Section 1-05.11), the amount due the Contractor under the Contract will be paid based upon the final estimate made by the Engineer and presentation of a Final Contract Voucher Certification to be signed by the Contractor. The Contractor's signature on such voucher shall be deemed a release of all claims of the Contractor unless a Certified Claim is filed in accordance with the requirements of Section 1-09.11 and is expressly excepted from the Contractor’s certification on the Final Contract Voucher Certification. The date the Contracting Agency signs the Final Contract Voucher Certification constitutes the final acceptance date (Section 1-05.12). If the Contractor fails, refuses, or is unable to sign and return the Final Contract Voucher Certification or any other documentation required for completion and final acceptance of the Contract, the Contracting Agency reserves the right to establish a Completion Date (for the purpose of meeting the requirements of RCW 60.28) and unilaterally accept the Contract. Unilateral final acceptance will occur only after the Contractor has been provided the opportunity, by written request from the Engineer, to voluntarily submit such documents. If voluntary compliance is not achieved, formal notification of the impending establishment of a Completion Date and unilateral final acceptance will be provided by email with delivery confirmation from the Contracting Agency to the Contractor, which will provide 30 calendar days for the Contractor to submit the necessary documents. The 30 calendar day period will begin on the date the email with delivery confirmation is received by the Contractor. The date the Contracting Agency unilaterally signs the Final Contract Voucher Certification shall constitute the Completion Date and the final acceptance date (Section 1-05.12). The reservation by the Contracting Agency to unilaterally accept the Contract will apply to Contracts that are Physically Completed in accordance with Section 1-08.5, or for Contracts that are terminated in accordance with Section 1-08.10. Unilateral final acceptance of the Contract by the Contracting Agency does not in any way relieve the Contractor of their responsibility to comply with all Federal, State, tribal, or local laws, ordinances, and regulations that aƯect the Work under the Contract. Payment to the Contractor of partial estimates, final estimates, and retained percentages shall be subject to controlling laws. 1-09.13(1)A General (December 30, 2022 APWA GSP)may not be used on FHWA-funded projects Revise this section to read: Prior to seeking claims resolution through arbitration or litigation, the Contractor shall proceed in accordance with Sections 1-04.5 and 1-09.11. The provisions of Sections 1-04.5 and 1-09.11 must be complied with in full as a condition precedent to the Contractor’s right to seek claim resolution through binding arbitration or litigation. Any claims or causes of action which the Contractor has against the Contracting Agency arising from the Contract shall be resolved, as prescribed herein, through binding arbitration or litigation. The Contractor and the Contracting Agency mutually agree that those claims or causes of action which total $1,000,000 or less, which are not resolved by mediation, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. 43 The Contractor and the Contracting Agency mutually agree that those claims or causes of action in excess of $1,000,000, which are not resolved by mediation, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1-09.13(3)A Arbitration General (January 19, 2022 APWA GSP) Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency’s headquarters is located, provided that where claims subject to arbitration are asserted against a county, RCW 36.01.050 shall control venue and jurisdiction of the Superior Court. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the Contract as a basis for decisions. 1-09.13(4)Venue for Litigation (December 30, 2022 APWA GSP) Revise this section to read: Litigation shall be brought in the Superior Court of the county in which the Contracting Agency’s headquarters is located, provided that where claims are asserted against a county, RCW 36.01.050 shall control venue and jurisdiction of the Superior Court. It is mutually agreed by the parties that when litigation occurs, the Contractor shall permit the Contracting Agency to have timely access to all records deemed necessary by the Contracting Agency to assist in evaluating the claims or action. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.2 TraƯic Control Management 1-10.2(1)General (January 10, 2022 WSDOT GSP) Section 1-10.2(1) is supplemented with the following: The TraƯic Control Supervisor shall be certified by one of the following: The Northwest Laborers-Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297-3035 https://www.nwlett.edu Evergreen Safety Council 12545 135th Ave. NE Kirkland, WA 98034-8709 1-800-521-0778 https://www.esc.org The American TraƯic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406-1022 44 Training Dept. Toll Free (877) 642-4637 Phone: (540) 368-1701 https://altssa.com/training Integrity Safety 13912 NE 20th Ave. Vancouver, WA 98686 (360) 574-6071 https://www.integritysafety.com US Safety Alliance (904) 705-5660 https://www.ussafetyalliance.com K&D Services Inc. 2719 Rockefeller Ave. Everett, WA 98201 (800) 343-4049 https://www.kndservices.net END OF DIVISION 1 45 DIVISION 2 – EARTHWORK 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.1 Description (March 13, 1995 WSDOT GSP, Option 1) Section 2-01.1 is supplemented with the following: Limits for clearing & grubbing shall be as shown on the plans. Clearing shall include removal of shrubs and bushes as noted on the plans or as directed by the Engineer to accommodate the improvements. Vegetation removal shall include removal of stumps and/or grinding of stumps to a depth at least two feet below finish grade. 2-01.4 Measurement Section 2-01.4 is supplemented with the following: Activities required for tree protection shall be incidental to "Clearing and Grubbing" item and shall be included in lump sum measurement. 2-01.5 Payment Section 2-01.4 is supplemented with the following: Activities required for tree protection shall be incidental to "Clearing and Grubbing" item and shall be included in lump sum payment. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.1 Description Section 2-02.1 is supplemented with the following: Sawcutting This work shall consist of sawcutting pavement the full depth of the pavement section where shown on the plans and designated by the Engineer. The location of sawcuts shall be along the limits of excavation, trenchline or as needed to facility construction of the project. Pavement shall be sawcut prior to excavation work. Sawcuts shall produce a clean vertical edge. The Contractor is responsible for protecting the pavement edge after sawcutting. If the asphalt cracks near the sawcut, a second sawcut will be required at no additional compensation. The limits of the second sawcut will be established by the Engineer. The Contractor is hereby advised that depths of existing pavement are inconsistent. 46 Contractor shall follow 2021 Surface Water Design Manual Appendix D pertaining to sawcutting shown below. Any additional equipment, labor, or materials required to meet the requirements below shall be considered incidental to the contract. Slurry and cuttings shall be vacuumed during cutting and surfacing operations. Slurry and cuttings shall not remain on permanent concrete or asphalt pavement overnight. Slurry and cuttings shall not drain to any natural or constructed drainage conveyance. Collected slurry and cuttings shall be disposed of in a manner that does not violate groundwater or surface water quality standards. Process water that is generated during hydro-demolition, surface roughening, or similar operations shall not drain to any natural or constructed drainage conveyance and shall be disposed of in a manner that does not violate groundwater or surface water quality standards. Cleaning waste material and demolition debris shall be handled and disposed of in a manner that does not cause contamination of water. If the area is swept with a pick-up sweeper, the material must be hauled out of the area to an appropriate disposal site. The Contractor shall continually monitor operations to determine whether slurry, cuttings, or process water could enter waters of the state. If inspections show that a violation of water quality standards could occur, stop operations and immediately implement preventive measures such as berms, barriers, secondary containment, and vacuum trucks. The Contractor shall satisfy themselves of the nature of the pavement cuts to be made, and no additional allowance will be allowed regardless of depth or materials encountered. For the purposes of bidding, the contractor is to assume the existing pavement sections are up to 4" of asphalt. 2-02.3 Construction Requirements 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters (January 24, 2011 APWA GSP) Section 2-02.3(3) is supplemented with the following: The approximate thickness of the SE 5 th Street and SE 6th Street pavement is 0.33 feet. 2-02.3(7) Remove Hydrant and Salvage There is one hydrant to be removed. Such hydrant shall be stockpiled and/or delivered to the following location after first contacting the Contracting Agency Resident Engineer at the City of Renton. The Contractor shall provide the agency a minimum of two (2) working days’ notice prior to delivering the equipment to: City of Renton Public Works Yard 3555 NE 2nd Street Renton, WA 98056 47 2-02.4 Measurement Section 2-02.4 is supplemented with the following: Measurement for “Sawcutting” shall be by the horizontal length of the cut multiplied by the depth in inches. Unit of measurement shall be each “Remove Hydrant and Salvage”. Payment shall be made for costs related to removal of hydrant fittings back to the water main, and replacement of valve with a blind flange. All items noted for removal, abandonment, relocation, or salvage to which other Bid items do not apply shall be considered included, but not limited to, the items shown on the Plans and those specified herein. Saw cutting, demolition, haul, and disposal/salvage of materials to which this Bid item applies shall also be considered incidental. Remove Hydrant and Salvage will be measured by lump sum. 2-02.5 Payment Section 2-02.5 is supplemented with the following: Payment for "Sawcutting" shall be by the Contract unit bid price per inch-foot, which payment shall be considered full compensation for all tools, equipment, labor, materials, and incidentals required to complete this work as specified herein. This bid item pertains to the sawcutting of asphalt and concrete pavement of all depths. “Remove Hydrant and Salvage”, each. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.1 Description Section 2-03.1 is supplemented with the following: This work shall also consist of potholing existing underground utilities as designated by the Engineer and shown on the Plans, regardless of size. The Contractor shall perform exploratory excavations as required to collect as-built utility information. Potholing includes all work necessary to determine the position of the underground utility including pavement removal, excavation and backfill if appropriate. This work is considered incidental to the bid item for "Pothole Existing Utility". The Contractor shall verify the depth and location of existing underground utilities. The Contractor shall allow the Engineer one week to allow for minor design modifications when needed. Upon completion of excavation, existing backfill material can be used for temporary restoration. Potholing shall be performed by a Vactor Truck, hand tools, or small excavator. 48 2-03.4 Measurement Section 2-03.4 is supplemented with the following: "Pothole existing utilities" shall be measured per each exploration site for up to 2 cubic yards of removed material. (March 13, 1995 WSDOT GSP, OPTION 2) Section 2-03.4 is supplemented with the following: Only one determination of the original ground elevation will be made on this project. Measurement for roadway excavation and embankment will be based on the original ground elevations recorded previous to the award of this contract. If discrepancies are discovered in the ground elevations, which will materially affect the quantities of earthwork, the original computations of earthwork quantities will be adjusted accordingly. Earthwork quantities will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method or by the finite element analysis method utilizing digital terrain modeling techniques. END OF DIVISION 2 49 DIVISION 5 – SURFACE TREATMENTS AND PAVEMENTS 5-04 HOT MIX ASPHALT Delete Section 5-04, Hot Mix Asphalt and replace it with the following: 5-04 HOT MIX ASPHALT (NON-STATISTICAL, COMMERCIAL) 5-04.1 Description This Work shall consist of providing and placing one or more layers of plant-mixed hot mix asphalt (HMA) on a prepared foundation or base in accordance with these Specifications. and the lines, grades, thicknesses, and typical cross-sections shown in the Plans. The Contractor shall maintain the existing street surface contours (e.g. street profile and cross section, etc.), unless otherwise directed by the Engineer. The manufacture of HMA may include warm mix asphalt (WMA) processes in accordance with these Specifications. WMA processes include organic additives, chemical additives, and foaming. HMA shall be composed of asphalt binder and mineral materials as may be required, mixed in the proportions specified to provide a homogeneous, stable, and workable mixture. All HMA to be placed in this contract shall be HMA CL. ½” PG 58H-22. 5-04.2 Materials Materials shall meet the requirements of the following sections: Asphalt Binder 9-02.1(4) Cationic Emulsified Asphalt 9-02.1(6) Anti-Stripping Additive 9-02.4 HMA Additive 9-02.5 Aggregates for Hot Mix Asphalt 9-03.8 Recycled Asphalt Pavement 9-03.8(3)B Mineral Filler 9-03.8(5) Recycled Material 9-03.21 Portland Cement 9-01 Fine Aggregate for Concrete 9-03.1(2) (As noted in 5-03.3(3)B for crack sealing) Joint Sealants 9-04.2 Closed Cell Foam Backer Rod 9-04.2(3)A The Contract documents may establish that the various mineral materials required for the manufacture of HMA will be furnished in whole or in part by the Contracting Agency. If the documents do not establish the furnishing of any of these mineral materials by the Contracting Agency, the Contractor shall be required to furnish such materials in the amounts required for the designated mix. Mineral materials include coarse and fine aggregates, and mineral filler. The Contractor may choose to utilize recycled asphalt pavement (RCP) in the production of HMA. The RAP may be from pavements removed under the Contract, if any, or pavement material from an existing stockpile. 50 The Contractor may use up to 20 percent RAP by total weight of HMA with no additional sampling or testing of the RAP. The RAP shall be sampled and tested at a frequency of one sample for every 1,000 tons produced and not less than ten samples per project. The asphalt content and gradation test data shall be reported to the Contracting Agency when submitting the mix design for approval on the QPL. The Contractor shall include the RAP as part of the mix design as defined in these Specifications. The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from different sources is not permitted. The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA with 20 percent or less RAP by total weight of HMA. The Contractor shall submit to the Engineer for approval the process that is proposed and how it will be used in the manufacture of HMA. Production of aggregates shall comply with the requirements of Section 3-01. Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from stockpiles shall comply with the requirements of Section 3-02. 5-04.2(1) How to Get an HMA Mix Design on the QPL If the contractor wishes to submit a mix design for inclusion in the Qualified Products List (QPL), please follow the WSDOT process outlined in Standard Specification 5-04.2(1).as follows: Comply with each of the following: • Develop the mix design in accordance with WSDOT SOP 732. • Develop a mix design that complies with Sections 9-03.8(2) and 9-03.8(6). • Develop a mix design no more than 6 months prior to submitting it for QPL evaluation. • Submit mix designs to the WSDOT State Materials Laboratory in Tumwater, including WSDOT Form 350-042. • Include representative samples of the materials that are to be used in the HMA production as part of the mix design submittal. • Identify the brand, type, and percentage of anti-stripping additive in the mix design submittal. • Include with the mix design submittal a certification from the asphalt binder supplier that the anti-stripping additive is compatible with the crude source and the formulation of asphalt binder proposed for use in the mix design. • Do not include warm mix asphalt (WMA) additives when developing a mix design or submitting a mix design for QPL evaluation. The use of warm mix asphalt (WMA) additives is not part of the process for obtaining approval for listing a mix design on the QPL. Refer to Section 5-04.2(2)B. 5-04.2(1)A Vacant 5-04.2(2) Mix Design – Obtaining Project Approval No paving shall begin prior to the approval of the mix design by the Engineer. 51 Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. The Proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation. Nonstatistical Mix Design . Fifteen days prior to the first day of paving the contractor shall provide one of the following mix design verification certifications for Contracting Agency review; • The WSDOT Mix Design Evaluation Report from the current WSDOT QPL, or one of the mix design verification certifications listed below. • The proposed HMA mix design on WSDOT Form 350-042 with the seal and certification (stamp & signature) of a valid licensed Washington State Professional Engineer. • The Mix Design Report for the proposed HMA mix design developed by a qualified City or County laboratory that is within one year of the approval date.** ** The mix design report shall be performed by a lab accredited by a national authority such as Laboratory Accreditation Bureau, L-A-B for Construction Materials Testing, The Construction Materials Engineering Council (CMEC’s) ISO 17025 or AASHTO Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO: resource proficiency sample program. Mix designs for HMA accepted by Nonstatistical evaluation shall; • Have the aggregate structure and asphalt binder content determined in accordance with WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9-03.8(2), except that Hamburg testing for ruts and stripping are at the discretion of the Engineer, and 9-03.8(6). • Have anti-strip requirements, if any, for the proposed mix design determined in accordance with AASHTO T 283 or T 324, or based on historic anti-strip and aggregate source compatibility from previous WSDOT lab testing. At the discretion of the Engineer, agencies may accept verified mix designs older than 12 months from the original verification date with a certification from the Contractor that the materials and sources are the same as those shown on the original mix design. Commercial Evaluation . Approval of a mix design for “Commercial Evaluation” will be based on a review of the Contractor’s submittal of WSDOT Form 350-042 (For commercial mixes, AASHTO T 324 evaluation is not required) or a Mix Design from the current WSDOT QPL or from one of the processes allowed by this section. Testing of the HMA by the Contracting Agency for mix design approval is not required. 52 For the Bid Item Commercial HMA, the Contractor shall select a class of HMA and design level of Equivalent Single Axle Loads (ESAL’s) appropriate for the required use. ESAL's The number of ESAL's for the design and acceptance of the HMA shall be *** 4 *** million. 5-04.2(2)B Using HMA Additives The Contractor may elect to use additives that reduce the optimum mixing temperature or serve as a compaction aid for producing HMA. Additives include organic additives, chemical additives and foaming processes. The use of Additives is subject to the following: • Do not use additives that reduce the mixing temperature more than allowed in Section 5- 04.3(6) in the production of mixtures. • Before using additives, obtain the Engineer’s approval using WSDOT Form 350-076 to describe the proposed additive and process. 5-04.3 Construction Requirements 5-04.3(1) Weather Limitations Do not place HMA for wearing course on any Traveled Way beginning October 1st through March 31st of the following year without written concurrence from the Engineer. Do not place HMA on any wet surface, or when the average surface temperatures are less than those specified below, or when weather conditions otherwise prevent the proper handling or finishing of the HMA. Minimum Surface Temperature for Paving Compacted Thickness (Feet) Wearing Course Other Courses Less than 0.10 55°F 45°F 0.10 to 0.20 45°F 35°F More than 0.20 35°F 35°F 5-04.3(2) Paving Under Traffic When the Roadway being paved is open to traffic, the requirements of this Section shall apply. The Contractor shall keep intersections open to traffic at all times except when paving the intersection or paving across the intersection. During such time, and provided that there has been an advance warning to the public, the intersection may be closed for the minimum time required to place and compact the mixture. In hot weather, the Engineer may require the application of water to the pavement to accelerate the finish rolling of the pavement and to shorten the time required before reopening to traffic. Before closing an intersection, advance warning signs shall be placed and signs shall also be placed marking the detour or alternate route. 53 During paving operations, temporary pavement markings shall be maintained throughout the project. Temporary pavement markings shall be installed on the Roadway prior to opening to traffic. Temporary pavement markings shall be in accordance with Section 8-23. All costs in connection with performing the Work in accordance with these requirements, except the cost of temporary pavement markings, shall be included in the unit Contract prices for the various Bid items involved in the Contract. 5-04.3(3) Equipment 5-04.3(3)A Mixing Plant Plants used for the preparation of HMA shall conform to the following requirements: 1.Equipment for Preparation of Asphalt Binder – Tanks for the storage of asphalt binder shall be equipped to heat and hold the material at the required temperatures. The heating shall be accomplished by steam coils, electricity, or other approved means so that no flame shall be in contact with the storage tank. The circulating system for the asphalt binder shall be designed to ensure proper and continuous circulation during the operating period. A valve for the purpose of sampling the asphalt binder shall be placed in either the storage tank or in the supply line to the mixer. 2.Thermometric Equipment – An armored thermometer, capable of detecting temperature ranges expected in the HMA mix, shall be fixed in the asphalt binder feed line at a location near the charging valve at the mixer unit. The thermometer location shall be convenient and safe for access by Inspectors. The plant shall also be equipped with an approved dial-scale thermometer, a mercury actuated thermometer, an electric pyrometer, or another approved thermometric instrument placed at the discharge chute of the drier to automatically register or indicate the temperature of the heated aggregates. This device shall be in full view of the plant operator. 3.Heating of Asphalt Binder – The temperature of the asphalt binder shall not exceed the maximum recommended by the asphalt binder manufacturer nor shall it be below the minimum temperature required to maintain the asphalt binder in a homogeneous state. The asphalt binder shall be heated in a manner that will avoid local variations in heating. The heating method shall provide a continuous supply of asphalt binder to the mixer at a uniform average temperature with no individual variations exceeding 25°F. Also, when a WMA additive is included in the asphalt binder, the temperature of the asphalt binder shall not exceed the maximum recommended by the manufacturer of the WMA additive. 4.Sampling and Testing of Mineral Materials – The HMA plant shall be equipped with a mechanical sampler for the sampling of the mineral materials. The mechanical sampler shall meet the requirements of Section 1-05.6 for the crushing and screening operation. The Contractor shall provide for the setup and operation of the field testing facilities of the Contracting Agency as provided for in Section 3-01.2(2). 5.Sampling HMA – The HMA plant shall provide for sampling HMA by one of the following methods: a. A mechanical sampling device attached to the HMA plant. b. Platforms or devices to enable sampling from the hauling vehicle without entering the hauling vehicle. 5-04.3(3)B Hauling Equipment 54 Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a cover of canvas or other suitable material of sufficient size to protect the mixture from adverse weather. Whenever the weather conditions during the work shift include, or are forecast to include precipitation or an air temperature less than 45°F or when time from loading to unloading exceeds 30 minutes, the cover shall be securely attached to protect the HMA. The contractor shall provide an environmentally benign means to prevent the HMA mixture from adhering to the hauling equipment. Excess release agent shall be drained prior to filling hauling equipment with HMA. Petroleum derivatives or other coating material that contaminate or alter the characteristics of the HMA shall not be used. For live bed trucks, the conveyer shall be in operation during the process of applying the release agent. 5-04.3(3)C Pavers HMA pavers shall be self-contained, power-propelled units, provided with an internally heated vibratory screed and shall be capable of spreading and finishing courses of HMA plant mix material in lane widths required by the paving section shown in the Plans. The HMA paver shall be in good condition and shall have the most current equipment available from the manufacturer for the prevention of segregation of the HMA mixture installed, in good condition, and in working order. The equipment certification shall list the make, model, and year of the paver and any equipment that has been retrofitted. The screed shall be operated in accordance with the manufacturer’s recommendations and shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, segregating, or gouging the mixture. A copy of the manufacturer’s recommendations shall be provided upon request by the Contracting Agency. Extensions will be allowed provided they produce the same results, including ride, density, and surface texture as obtained by the primary screed. Extensions without augers and an internally heated vibratory screed shall not be used in the Traveled Way. When specified in the Contract or required by the Engineer, reference lines for vertical control will be required. Lines shall be placed on both outer edges of the Traveled Way of each Roadway. Horizontal control utilizing the reference line will be permitted. The grade and slope for intermediate lanes shall be controlled automatically from reference lines or by means of a mat referencing device and a slope control device. When the finish of the grade prepared for paving is superior to the established tolerances and when, in the opinion of the Engineer, further improvement to the line, grade, cross-section, and smoothness can best be achieved without the use of the reference line, a mat referencing device may be substituted for the reference line. Substitution of the device will be subject to the continued approval of the Engineer. A joint matcher may be used subject to the approval of the Engineer. The reference line may be removed after the completion of the first course of HMA when approved by the Engineer. Whenever the Engineer determines that any of these methods are failing to provide the necessary vertical control, the reference lines will be reinstalled by the Contractor. The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and accessories necessary for satisfactory operation of the automatic control equipment. 55 If the paving machine in use is not providing the required finish, the Engineer may suspend Work as allowed by Section 1-08.6. Any cleaning or solvent type liquids spilled on the pavement shall be thoroughly removed before paving proceeds. 5-04.3(3)D Material Transfer Device or Material Transfer Vehicle A Material Transfer Device/Vehicle (MTD/V) shall only be used with the Engineer’s approval, unless other-wise required by the contract. A MTD/V is not required for this contract. Where an MTD/V is required by the contract, the Engineer may approve paving without an MTD/V, at the request of the Contractor. The Engineer will determine if an equitable adjustment in cost or time is due. When used, the MTD/V shall mix the HMA after delivery by the hauling equipment and prior to laydown by the paving machine. Mixing of the HMA shall be sufficient to obtain a uniform temperature throughout the mixture. If a windrow elevator is used, the length of the windrow may be limited in urban areas or through intersections, at the discretion of the Engineer. To be approved for use, an MTV: 1. Shall be self-propelled vehicle, separate from the hauling vehicle or paver. 2. Shall not be connected to the hauling vehicle or paver. 3. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 4. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 5. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. To be approved for use, an MTD: 1. Shall be positively connected to the paver. 2. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 3. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 4. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. 5-04.3(3)E Rollers Rollers shall be of the steel wheel, vibratory, oscillatory, or pneumatic tire type, in good condition and capable of reversing without backlash. Operation of the roller shall be in accordance with the manufacturer’s recommendations. When ordered by the Engineer for any roller planned for use on the project, the Contractor shall provide a copy of the manufacturer’s recommendation for the use of that roller for compaction of HMA. The number and weight of rollers shall be sufficient to compact the mixture in compliance with the requirements of Section 5-04.3(10). The use of equipment that results in crushing of the aggregate will not be permitted. Rollers producing pickup, washboard, uneven compaction of the surface, displacement of the mixture or other undesirable results shall not be used. 5-04.3(4) Preparation of Existing Paved Surfaces 56 When the surface of the existing pavement or old base is irregular, the Contractor shall bring it to a uniform grade and cross-section as shown on the Plans or approved by the Engineer. Preleveling of uneven or broken surfaces over which HMA is to be placed may be accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as approved by the Engineer. Compaction of preleveling HMA shall be to the satisfaction of the Engineer and may require the use of small steel wheel rollers, plate compactors, or pneumatic rollers to avoid bridging across preleveled areas by the compaction equipment. Equipment used for the compaction of preleveling HMA shall be approved by the Engineer. Before construction of HMA on an existing paved surface, the entire surface of the pavement shall be clean. All fatty asphalt patches, grease drippings, and other objectionable matter shall be entirely removed from the existing pavement. All pavements or bituminous surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. All holes and small depressions shall be filled with an appropriate class of HMA. The surface of the patched area shall be leveled and compacted thoroughly. Prior to the application of tack coat, or paving, the condition of the surface shall be approved by the Engineer. A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is to be placed or abutted; except that tack coat may be omitted from clean, newly paved surfaces at the discretion of the Engineer. Tack coat shall be uniformly applied to cover the existing pavement with a thin film of residual asphalt free of streaks and bare spots at a rate between 0.02 and 0.10 gallons per square yard of retained asphalt. The rate of application shall be approved by the Engineer. A heavy application of tack coat shall be applied to all joints. For Roadways open to traffic, the application of tack coat shall be limited to surfaces that will be paved during the same working shift. The spreading equipment shall be equipped with a thermometer to indicate the temperature of the tack coat material. Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the Contractor’s operation damages the tack coat it shall be repaired prior to placement of the HMA. The tack coat shall be CSS-1, or CSS-1h emulsified asphalt. The CSS-1 and CSS-1h emulsified asphalt may be diluted once with water at a rate not to exceed one part water to one part emulsified asphalt. The tack coat shall have sufficient temperature such that it may be applied uniformly at the specified rate of application and shall not exceed the maximum temperature recommended by the emulsified asphalt manufacturer. All utility appurtenances (e.g. manhole covers, valve covers, etc.) located within the paving limits shall be coated with a biodegradable soap to prevent the tack coat and HMA from sticking to them. Diesel shall not be used for this purpose. After application of the biodegradable soap, all catch basins shall be covered to prevent tack and HMA from entering into them. 57 5-04.3(4)A Crack Sealing 5-04.3(4)A1 General When the Proposal includes a pay item for crack sealing, seal all cracks ¼ inch in width and greater. Cleaning : Ensure that cracks are thoroughly clean, dry and free of all loose and foreign material when filling with crack sealant material. Use a hot compressed air lance to dry and warm the pavement surfaces within the crack immediately prior to filling a crack with the sealant material. Do not overheat pavement. Do not use direct flame dryers. Routing cracks is not required. Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly mix the components and pour the mixture into the cracks until full. Add additional CSS-1 cationic emulsified asphalt to the sand slurry as needed for workability to ensure the mixture will completely fill the cracks. Strike off the sand slurry flush with the existing pavement surface and allow the mixture to cure. Top off cracks that were not completely filled with additional sand slurry. Do not place the HMA overlay until the slurry has fully cured. The sand slurry shall consist of approximately 20 percent CSS-1 emulsified asphalt, approximately 2 percent portland cement, water (if required), and the remainder clean Class 1 or 2 fine aggregate per section 9-03.1(2). The components shall be thoroughly mixed and then poured into the cracks and joints until full. The following day, any cracks or joints that are not completely filled shall be topped off with additional sand slurry. After the sand slurry is placed, the filler shall be struck off flush with the existing pavement surface and allowed to cure. The HMA overlay shall not be placed until the slurry has fully cured. The requirements of Section 1- 06 will not apply to the portland cement and sand used in the sand slurry. In areas where HMA will be placed, use sand slurry to fill the cracks. In areas where HMA will not be placed, fill the cracks as follows: 1. Cracks ¼ inch to 1 inch in width - fill with hot poured sealant. 2. Cracks greater than 1 inch in width – fill with sand slurry. Hot Poured Sealant: For cracks that are to be filled with hot poured sealant, apply the material in accordance with these requirements and the manufacturer’s recommendations. Furnish a Type 1 Working Drawing of the manufacturer’s product information and recommendations to the Engineer prior to the start of work, including the manufacturer’s recommended heating time and temperatures, allowable storage time and temperatures after initial heating, allowable reheating criteria, and application temperature range. Confine hot poured sealant material within the crack. Clean any overflow of sealant from the pavement surface. If, in the opinion of the Engineer, the Contractor’s method of sealing the cracks with hot poured sealant results in an excessive amount of material on the pavement surface, stop and correct the operation to eliminate the excess material. 5-04.3(4)A2 Crack Sealing Areas Prior to Paving In areas where HMA will be placed, use sand slurry to fill the cracks. 58 5-04.3(4)A3 Crack Sealing Areas Not to be Paved In areas where HMA will not be placed, fill the cracks as follows: A. Cracks ¼ inch to 1 inch in width – fill with hot poured sealant. B. Cracks greater than 1 inch in width – fill with sand slurry. 5-04.3(4)B Vacant 5-04.3(4)C Pavement Repair The Contractor shall excavate pavement repair areas and shall backfill these with HMA in accordance with the details shown in the Plans and as marked in the field. The Contractor shall conduct the excavation operations in a manner that will protect the pavement that is to remain. Pavement not designated to be removed that is damaged as a result of the Contractor’s operations shall be repaired by the Contractor to the satisfaction of the Engineer at no cost to the Contracting Agency. The Contractor shall excavate only within one lane at a time unless approved otherwise by the Engineer. The Contractor shall not excavate more area than can be completely finished during the same shift, unless approved by the Engineer. Unless otherwise shown in the Plans or determined by the Engineer, excavate to a depth of 1.0 feet. The Engineer will make the final determination of the excavation depth required. The minimum width of any pavement repair area shall be 40 inches unless shown otherwise in the Plans. Before any excavation, the existing pavement shall be sawcut or shall be removed by a pavement grinder. Excavated materials will become the property of the Contractor and shall be disposed of in a Contractor-provided site off the Right of Way or used in accordance with Sections 2-02.3(3) or 9-03.21. Asphalt for tack coat shall be required as specified in Section 5-04.3(4). A heavy application of tack coat shall be applied to all surfaces of existing pavement in the pavement repair area. Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35-foot compacted depth. Lifts that exceed 0.35-foot of compacted depth may be accomplished with the approval of the Engineer. Each lift shall be thoroughly compacted by a mechanical tamper or a roller. 5-04.3(5) Producing/Stockpiling Aggregates and RAP, & RAS Aggregates and RAP shall be stockpiled according to the requirements of Section 3-02. Sufficient storage space shall be provided for each size of aggregate and RAP. Materials shall be removed from stockpile(s) in a manner to ensure minimal segregation when being moved to the HMA plant for processing into the final mixture. Different aggregate sizes shall be kept separated until they have been delivered to the HMA plant. 5-04.3(5)A Vacant 59 5-04.3(6) Mixing After the required amount of mineral materials, asphalt binder, recycling agent and anti-stripping additives have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials is ensured. When discharged, the temperature of the HMA shall not exceed the optimum mixing temperature by more than 25°F as shown on the reference mix design report or as approved by the Engineer. Also, when a WMA additive is included in the manufacture of HMA, the discharge temperature of the HMA shall not exceed the maximum recommended by the manufacturer of the WMA additive. A maximum water content of 2 percent in the mix, at discharge, will be allowed providing the water causes no problems with handling, stripping, or flushing. If the water in the HMA causes any of these problems, the moisture content shall be reduced as directed by the Engineer. Storing or holding of the HMA in approved storage facilities will be permitted with approval of the Engineer, but in no event shall the HMA be held for more than 24 hours. HMA held for more than 24 hours after mixing shall be rejected. Rejected HMA shall be disposed of by the Contractor at no expense to the Contracting Agency. The storage facility shall have an accessible device located at the top of the cone or about the third point. The device shall indicate the amount of material in storage. No HMA shall be accepted from the storage facility when the HMA in storage is below the top of the cone of the storage facility, except as the storage facility is being emptied at the end of the working shift. Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior to entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there is evidence of the recycled asphalt pavement not breaking down during the heating and mixing of the HMA, the Contractor shall immediately suspend the use of the RAP until changes have been approved by the Engineer. After the required amount of mineral materials, RAP, new asphalt binder and asphalt rejuvenator have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials, and RAP is ensured. 5-04.3(7) Spreading and Finishing The mixture shall be laid upon an approved surface, spread, and struck off to the grade and elevation established. HMA pavers complying with Section 5-04.3(3) shall be used to distribute the mixture. Unless otherwise directed by the Engineer, the nominal compacted depth of any layer of any course shall not exceed the following: HMA Class 1”0.35 feet HMA Class ¾” and HMA Class ½” wearing course 0.30 feet other courses 0.35 feet HMA Class ⅜”0.15 feet On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the paving may be done with other equipment or by hand. 60 When more than one JMF is being utilized to produce HMA, the material produced for each JMF shall be placed by separate spreading and compacting equipment. The intermingling of HMA produced from more than one JMF is prohibited. Each strip of HMA placed during a work shift shall conform to a single JMF established for the class of HMA specified unless there is a need to make an adjustment in the JMF. All cast off rock from raking shall be removed prior to compaction of final HMA lift. 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA For HMA accepted by nonstatistical evaluation the aggregate properties of sand equivalent, uncompacted void content and fracture will be evaluated in accordance with Section 3-04. Sampling and testing of aggregates for HMA accepted by commercial evaluation will be at the option of the Engineer. 5-04.3(9) HMA Mixture Acceptance Acceptance of HMA shall be as provided under nonstatistical, or commercial evaluation. Nonstatistical evaluation will be used for the acceptance of HMA unless Commercial Evaluation is specified. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, temporary pavement, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in the JMF. Any adjustments to the JMF will require the approval of the Engineer and may be made in accordance with this section. HMA Tolerances and Adjustments 1.Job Mix Formula Tolerances – The constituents of the mixture at the time of acceptance shall be within tolerance. The tolerance limits will be established as follows: For Asphalt Binder and Air Voids (Va), the acceptance limits are determined by adding the tolerances below to the approved JMF values. These values will also be the Upper Specification Limit (USL) and Lower Specification Limit (LSL) required in Section 1- 06.2(2)D2. Property Non-Statistical Evaluation Commercial Evaluation Asphalt Binder +/-0.5%+/-0.7% Air Voids, Va 2.5% min. and 5.5% max.N/A 61 For Aggregates in the mixture: a. First, determine preliminary upper and lower acceptance limits by applying the following tolerances to the approved JMF. Aggregate Percent Passing Non-Statistical Evaluation Commercial Evaluation 1”, ¾”, ½”, and ⅜” sieves +/-6%+/-8% No. 4 sieve +/-6%+/-8% No. 8 sieve +/-6%+/-8% No. 200 sieve +/-2.0%+/-3.0% b. Second, adjust the preliminary upper and lower acceptance limits determined from step (a) the minimum amount necessary so that none of the aggregate properties are outside the control points in Section 9-03.8(6). The resulting values will be the upper and lower acceptance limits for aggregates, as well as the USL and LSL required in Section 1- 06.2(2)D2. 2.Job Mix Formula Adjustments – An adjustment to the aggregate gradation or asphalt binder content of the JMF requires approval of the Engineer. Adjustments to the JMF will only be considered if the change produces material of equal or better quality and may require the development of a new mix design if the adjustment exceeds the amounts listed below. a.Aggregates – 2 percent for the aggregate passing the 1½″, 1″, ¾″, ½″, ⅜″, and the No. 4 sieves, 1 percent for aggregate passing the No. 8 sieve, and 0.5 percent for the aggregate passing the No. 200 sieve. The adjusted JMF shall be within the range of the control points in Section 9-03.8(6). b.Asphalt Binder Content – The Engineer may order or approve changes to asphalt binder content. The maximum adjustment from the approved mix design for the asphalt binder content shall be 0.3 percent. 5-04.3(9)A Vacant 5-04.3(9)B Vacant 5-04.3(9)C Mixture Acceptance – Nonstatistical Evaluation HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the Contracting Agency by dividing the HMA tonnage into lots. 5-04.3(9)C1 Mixture Nonstatistical Evaluation – Lots and Sublots A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day’s production or 800 tons, whichever is less except that the final sublot will be a minimum of 400 tons and may be increased to 1200 tons. 62 All of the test results obtained from the acceptance samples from a given lot shall be evaluated collectively. If the Contractor requests a change to the JMF that is approved, the material produced after the change will be evaluated on the basis of the new JMF for the remaining sublots in the current lot and for acceptance of subsequent lots. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced. Sampling and testing for evaluation shall be performed on the frequency of one sample per sublot. 5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling Samples for acceptance testing shall be obtained by the Contractor when ordered by the Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer and in accordance with AASH-TO T 168. A minimum of three samples should be taken for each class of HMA placed on a project. If used in a structural application, at least one of the three samples shall to be tested. Sampling and testing HMA in a Structural application where quantities are less than 400 tons is at the discretion of the Engineer. For HMA used in a structural application and with a total project quantity less than 800 tons but more than 400 tons, a minimum of one acceptance test shall be performed. In all cases, a minimum of 3 samples will be obtained at the point of acceptance, a minimum of one of the three samples will be tested for conformance to the JMF: • If the test results are found to be within specification requirements, additional testing will be at the Engineer’s discretion. • If test results are found not to be within specification requirements, additional testing of the remaining samples to determine a Composite Pay Factor (CPF) shall be performed. 5-04.3(9)C3 Mixture Nonstatistical Evaluation – Acceptance Testing Testing of HMA for compliance of Va will at the option of the Contracting Agency. If tested, compliance of Va will use WSDOT SOP 731. Testing of HMA for compliance of Va will not be performed by the Contracting Agency for this contract. Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11. 5-04.3(9)C4 Mixture Nonstatistical Evaluation – Pay Factors For each lot of material falling outside the tolerance limits in 5-04.3(9), the Contracting Agency will determine a Composite Pay Factor (CPF) using the following price adjustment factors: 63 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 Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the nonstatistical tolerance limits in the Job Mix Formula shown in Table of Price Adjustment Factors, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the Roadway shall be tested to provide a minimum of three sets of results for evaluation. 5-04.3(9)C5 Vacant 5-04.3(9)C6 Mixture Nonstatistical Evaluation – Price Adjustments For each lot of HMA mix produced under Nonstatistical Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The total job mix compliance price adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the Composite Pay Factor (CPF). 5-04.3(9)C7 Mixture Nonstatistical Evaluation – Retests The Contractor may request a sublot be retested. To request a retest, the Contractor shall submit a written request within 7 calendar days after the specific test results have been received. A split of the original acceptance sample will be retested. The split of the sample will not be tested with the same tester that ran the original acceptance test. The sample will be tested for a complete gradation analysis, asphalt binder content, and, at the option of the agency, Va. The results of the retest will be used for the acceptance of the HMA in place of the original sublot sample test results. The cost of testing will be deducted from any monies due or that may come due the Contractor under the Contract at the rate of $500 per sample. 5-04.3 (9)D Mixture Acceptance – Commercial Evaluation If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the commercial 64 tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA mix produced and tested under Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, its  individual pay factor will be considered 1.00 in calculating the Composite Pay  Factor (CPF). 5-04.3(10) HMA Compaction Acceptance HMA mixture accepted by nonstatistical evaluation that is used in traffic lanes, including lanes for intersections, ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0.10-foot, shall be compacted to a specified level of relative density. The specified level of relative density shall be a Composite Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with Section 1-06.2, using a LSL of 92.0 (minimum of 92 percent of the maximum density). The maximum density shall be determined by WSDOT FOP for AASHTO T 729. The specified level of density attained will be determined by the evaluation of the density of the pavement. The density of the pavement shall be determined in accordance with WSDOT FOP for WAQTC TM 8, except that gauge correlation will be at the discretion of the Engineer, when using the nuclear density gauge and WSDOT SOP 736 when using cores to determine density. Tests for the determination of the pavement density will be taken in accordance with the required procedures for measurement by a nuclear density gauge or roadway cores after completion of the finish rolling. If the Contracting Agency uses a nuclear density gauge to determine density the test procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the mix is placed and prior to opening to traffic. Roadway cores for density may be obtained by either the Contracting Agency or the Contractor in accordance with WSDOT SOP 734. The core diameter shall be 4-inches minimum, unless otherwise approved by the Engineer. Roadway cores will be tested by the Contracting Agency in accordance with WSDOT FOP for AASHTO T 166. If the Contract includes the Bid item “Roadway Core” the cores shall be obtained by the Contractor in the presence of the Engineer on the same day the mix is placed and at locations designated by the Engineer. If the Contract does not include the Bid item “Roadway Core” the Contracting Agency will obtain the cores. 65 For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling wheel rutting shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. Test Results For a sublot that has been tested with a nuclear density gauge that did not meet the minimum of 92 percent of the reference maximum density in a compaction lot with a CPF below 1.00 and thus subject to a price reduction or rejection, the Contractor may request that a core be used for determination of the relative density of the sublot. The relative density of the core will replace the relative density determined by the nuclear density gauge for the sublot and will be used for calculation of the CPF and acceptance of HMA compaction lot. When cores are taken by the Contracting Agency at the request of the Contractor, they shall be requested by noon of the next workday after the test results for the sublot have been provided or made available to the Contractor. Core locations shall be outside of wheel paths and as determined by the Engineer. Traffic control shall be provided by the Contractor as requested by the Engineer. Failure by the Contractor to provide the requested traffic control will result in forfeiture of the request for cores. When the CPF for the lot based on the results of the HMA cores is less than 1.00, the cost for the coring will be deducted from any monies due or that may become due the Contractor under the Contract at the rate of $200 per core and the Contractor shall pay for the cost of the traffic control. 5-04.3(10)A HMA Compaction – General Compaction Requirements Compaction shall take place when the mixture is in the proper condition so that no undue displacement, cracking, or shoving occurs. Areas inaccessible to large compaction equipment shall be compacted by other mechanical means. Any HMA that becomes loose, broken, contaminated, shows an excess or deficiency of asphalt, or is in any way defective, shall be removed and replaced with new hot mix that shall be immediately compacted to conform to the surrounding area. The type of rollers to be used and their relative position in the compaction sequence shall generally be the Contractor’s option, provided the specified densities are attained. Unless the Engineer has approved otherwise, rollers shall only be operated in the static mode when the internal temperature of the mix is less than 175°F. Regardless of mix temperature, a roller shall not be operated in a mode that results in checking or cracking of the mat. On bridge decks and on roadway approaches within five feet of a bridge/back of pavement seat, rollers shall not be operated in a vibratory mode, defined as a mode in which the drum vibrates 66 vertically. However, unless otherwise noted on the plans, rollers may be operated in an oscillatory mode, defined as a mode in which the drum vibrates in the horizontal direction only. Refer to contract drawings for HMA Paving Train requirements and restrictions (e.g. equipment spacing, weight limits, etc.). 5-04.3(10)B HMA Compaction – Cyclic Density Low cyclic density areas are defined as spots or streaks in the pavement that are less than 90 percent of the theoretical maximum density. At the Engineer’s discretion, the Engineer may evaluate the HMA pavement for low cyclic density, and when doing so will follow WSDOT SOP 733. A $500 Cyclic Density Price Adjustment will be assessed for any 500-foot section with two or more density readings below 90 percent of the theoretical maximum density. 5-04.3(10)C Vacant 5-04.3(10)D HMA Nonstatistical Compaction 5-04.3(10)D1 HMA Nonstatistical Compaction – Lots and Sublots HMA compaction which is accepted by nonstatistical evaluation will be based on acceptance testing performed by the Contracting Agency dividing the project into compaction lots. A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day’s production or 400 tons, whichever is less except that the final sublot will be a minimum of 200 tons and may be increased to 800 tons. Testing for compaction will be at the rate of 5 tests per sublot per WSDOT T 738. The sublot locations within each density lot will be determined by the Engineer. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel ruts shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. 5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation – Acceptance Testing The location of the HMA compaction acceptance tests will be randomly selected by the Engineer from within each sublot, with one test per sublot. 5-04.3(10)D3 HMA Nonstatistical Compaction – Price Adjustments For each compaction lot with one or two sublots, having all sublots attain a relative density that is 92 percent of the reference maximum density the HMA shall be accepted at the unit Contract 67 price with no further evaluation. When a sublot does not attain a relative density that is 92 percent of the reference maximum density, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The maximum CPF shall be 1.00, however, lots with a calculated CPF in excess of 1.00 will be used to offset lots with CPF values below 1.00 but greater than 0.90. Lots with CPF lower than 0.90 will be evaluated for compliance per 5-04.3(11). Additional testing by either a nuclear moisture-density gauge or cores will be completed as required to provide a minimum of three tests for evaluation. For compaction below the required 92% a Non-Conforming Compaction Factor (NCCF) will be determined. The NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of CPF, the quantity of HMA in the compaction control lot in tons, and the unit Contract price per ton of mix. 5-04.3(11) Reject Work 5-04.3(11)A Reject Work General Work that is defective or does not conform to Contract requirements shall be rejected. The Contractor may propose, in writing, alternatives to removal and replacement of rejected material. Acceptability of such alternative proposals will be determined at the sole discretion of the Engineer. HMA that has been rejected is subject to the requirements in Section 1-06.2(2) and this specification, and the Contractor shall submit a corrective action proposal to the Engineer for approval. 5-04.3(11)B Rejection by Contractor The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material. Any such new material will be sampled, tested, and evaluated for acceptance. 5-04.3(11)C Rejection Without Testing (Mixture or Compaction) The Engineer may, without sampling, reject any batch, load, or section of Roadway that appears defective. Material rejected before placement shall not be incorporated into the pavement. Any rejected section of Roadway shall be removed. No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests that the rejected material be tested. If the Contractor elects to have the rejected material tested, a minimum of three representative samples will be obtained and tested. Acceptance of rejected material will be based on conformance with the nonstatistical acceptance Specification. If the CPF for the rejected material is less than 0.75, no payment will be made for the rejected material; in addition, the cost of sampling and testing shall be borne by the Contractor. If the CPF is greater than or equal to 0.75, the cost of sampling and testing will be borne by the Contracting Agency. If the material is rejected before placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at a CPF of 0.75. If rejection occurs after placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at the calculated CPF with an addition of 25 percent of the unit Contract price added for the cost of removal and disposal. 68 5-04.3(11)D Rejection – A Partial Sublot In addition to the random acceptance sampling and testing, the Engineer may also isolate from a normal sublot any material that is suspected of being defective in relative density, gradation or asphalt binder content. Such isolated material will not include an original sample location. A minimum of three random samples of the suspect material will be obtained and tested. The material will then be statistically evaluated as an independent lot in accordance with Section 1- 06.2(2). 5-04.3(11)E Rejection - An Entire Sublot An entire sublot that is suspected of being defective may be rejected. When a sublot is rejected a minimum of two additional random samples from this sublot will be obtained. These additional samples and the original sublot will be evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.3(11)F Rejection - A Lot in Progress The Contractor shall shut down operations and shall not resume HMA placement until such time as the Engineer is satisfied that material conforming to the Specifications can be produced: 1. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and the Contractor is taking no corrective action, or 2. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95 and the Contractor is taking no corrective action, or 3. When either the PFi for any constituent or the CPF of a lot in progress is less than 0.75. 5-04.3(11)G Rejection - An Entire Lot (Mixture or Compaction) An entire lot with a CPF of less than 0.75 will be rejected. 5-04.3(12) Joints 5-04.3(12)A HMA Joints 5-04.3(12)A1 Transverse Joints The Contractor shall conduct operations such that the placing of the top or wearing course is a continuous operation or as close to continuous as possible. Unscheduled transverse joints will be allowed and the roller may pass over the unprotected end of the freshly laid mixture only when the placement of the course must be discontinued for such a length of time that the mixture will cool below compaction temperature. When the Work is resumed, the previously compacted mixture shall be cut back to produce a slightly beveled edge for the full thickness of the course. A temporary wedge of HMA constructed on a 20H:1V shall be constructed where a transverse joint as a result of paving or planing is open to traffic. The HMA in the temporary wedge shall be separated from the permanent HMA by strips of heavy wrapping paper or other methods approved by the Engineer. The wrapping paper shall be removed and the joint trimmed to a slightly beveled edge for the full thickness of the course prior to resumption of paving. 69 The material that is cut away shall be wasted and new mix shall be laid against the cut. Rollers or tamping irons shall be used to seal the joint. All transverse (butt) joints between new and existing asphalt shall be milled to the full overlay depth. All transverse (butt) joints shall be sealed after paving. See Section 5-04.3(17) for requirements. 5-04.3(12)A2 Longitudinal Joints The longitudinal joint in any one course shall be offset from the course immediately below by not more than 6 inches nor less than 2 inches. All longitudinal joints constructed in the wearing course shall be located at a lane line or an edge line of the Traveled Way. A notched wedge joint shall be constructed along all longitudinal joints in the wearing surface of new HMA unless otherwise approved by the Engineer. The notched wedge joint shall have a vertical edge of not less than the maximum aggregate size or more than ½ of the compacted lift thickness and then taper down on a slope not steeper than 4H:1V. The sloped portion of the HMA notched wedge joint shall be uniformly compacted. 5-04.3(12)B Bridge Paving Joint Seals 5-04.3(12)B1 HMA Sawcut and Seal Prior to placing HMA on the bridge deck, establish sawcut alignment points at both ends of the bridge paving joint seals to be placed at the bridge ends, and at interior joints within the bridge deck when and where shown in the Plans. Establish the sawcut alignment points in a manner that they remain functional for use in aligning the sawcut after placing the overlay. Submit a Type 1 Working Drawing consisting of the sealant manufacturer’s application procedure. Construct the bridge paving joint seal as specified ion the Plans and in accordance with the detail shown in the Standard Plans. Construct the sawcut in accordance with the detail shown in the Standard Plan. Construct the sawcut in accordance with Section 5-05.3(8)B and the manufacturer’s application procedure. 5-04.3(12)B2 Paved Panel Joint Seal Construct the paved panel joint seal in accordance with the requirements specified in section 5- 04.3(12)B1 and the following requirement: 1. Clean and seal the existing joint between concrete panels in accordance with Section 5- 01.3(8) and the details shown in the Standard Plans. 5-04.3(13) Surface Smoothness The completed surface of all courses shall be of uniform texture, smooth, uniform as to crown and grade, and free from defects of all kinds. The completed surface of the wearing course shall not vary more than ⅛ inch ¼ inch from the lower edge of a 10-foot straightedge placed on the surface parallel to the centerline. The transverse slope of the completed surface of the wearing 70 course shall vary not more than ¼ inch in 10 feet from the rate of transverse slope shown in the Plans. When deviations in excess of the above tolerances are found that result from a high place in the HMA, the pavement surface shall be corrected by one of the following methods: 1. Removal of material from high places by grinding with an approved grinding machine, or 2. Removal and replacement of the wearing course of HMA, or 3. By other method approved by the Engineer. Correction of defects shall be carried out until there are no deviations anywhere greater than the allowable tolerances. Deviations in excess of the above tolerances that result from a low place in the HMA and deviations resulting from a high place where corrective action, in the opinion of the Engineer, will not produce satisfactory results will be accepted with a price adjustment. The Engineer shall deduct from monies due or that may become due to the Contractor the sum of $500.00 for each and every section of single traffic lane 100 feet in length in which any excessive deviations described above are found. When utility appurtenances such as manhole covers and valve boxes are located in the traveled way, the utility appurtenances shall be adjusted to the finished grade prior to paving. This requirement may be waived when requested by the Contractor, at the discretion of the Engineer or when the adjustment details provided in the project plan or specifications call for utility appurtenance adjustments after the completion of paving. Utility appurtenance adjustment discussions will be included in the Pre-Paving planning planing (5-04.3(14)B3). Submit a written request to waive this requirement to the Engineer prior to the start of paving. 5-04.3(14) Planing (Milling) Bituminous Pavement The planning planing plan must be approved by the Engineer and a pre planning planing meeting must be held prior to the start of any planing. See Section 5-04.3(14)B2 for information on planning planing submittals. Locations of existing surfacing to be planed are as shown in the Drawings. Where planing an existing pavement is specified in the Contract, the Contractor must remove existing surfacing material and to reshape the surface to remove irregularities. The finished product must be a prepared surface acceptable for receiving an HMA overlay. Use the cold milling method for planing unless otherwise specified in the Contract. Do not use the planer on the final wearing course of new HMA. Conduct planing operations in a manner that does not tear, break, burn, or otherwise damage the surface which is to remain. The finished planed surface must be slightly grooved or roughened and must be free from gouges, deep grooves, ridges, or other imperfections. The 71 Contractor must repair any damage to the surface by the Contractor’s planing equipment, using an Engineer approved method. Repair or replace any metal castings and other surface improvements damaged by planing, as determined by the Engineer. After planing is complete, planed surfaces must be swept, cleaned, and if required by the Contract or directed by the Engineer, patched and preleveled. The Engineer may direct additional depth planing. Before performing this additional depth planing, the Contractor must conduct a hidden metal in pavement detection survey as specified in Section 5-04.3(14)A. 5-04.3(14)A Pre-Planing Metal Detection Check Before starting planning planing of pavements, and before any additional depth planning planing required by the Engineer, the Contractor must conduct a physical survey of existing pavement to be planed with equipment that can identify hidden metal objects. Should such metal be identified, promptly notify the Engineer. See Section 1-07.16(1) regarding the protection of survey monumentation that may be hidden in pavement. The Contractor is solely responsible for any damage to equipment resulting from the Contractor’s failure to conduct a pre-planing metal detection survey, or from the Contractor’s failure to notify the Engineer of any hidden metal that is detected. 5-04.3(14)B Paving and Planing Under Traffic 5-04.3(14)B1 General In addition the requirements of Section 1-07.23 and the traffic controls required in Section 1-10, and unless the Contract specifies otherwise or the Engineer approves, the Contractor must comply with the following: 1. Intersections: a. Keep intersections open to traffic at all times, except when paving or planing operations through an intersection requires closure. Such closure must be kept to the minimum time required to place and compact the HMA mixture, or plane as appropriate. For paving, schedule such closure to individual lanes or portions thereof that allows the traffic volumes and schedule of traffic volumes required in the approved traffic control plan. Schedule work so that adjacent intersections are not impacted at the same time and comply with the traffic control restrictions required by the Traffic Engineer. Each individual intersection closure or partial closure, must be addressed in the traffic control plan, which must be submitted to and accepted by the Engineer, see Section 1-10.2(2). b. When planing or paving and related construction must occur in an intersection, consider scheduling and sequencing such work into quarters of the intersection, or half or more 72 of an intersection with side street detours. Be prepared to sequence the work to individual lanes or portions thereof. c. Should closure of the intersection in its entirety be necessary, and no trolley service is impacted, keep such closure to the minimum time required to place and compact the HMA mixture, plane, remove asphalt, tack coat, and as needed. d. Any work in an intersection requires advance warning in both signage and a number of Working Days advance notice as determined by the Engineer, to alert traffic and emergency services of the intersection closure or partial closure. e. Allow new compacted HMA asphalt to cool to ambient temperature before any traffic is allowed on it. Traffic is not allowed on newly placed asphalt until approval has been obtained from the Engineer. 2. Temporary centerline marking, post-paving temporary marking, temporary stop bars, and maintaining temporary pavement marking must comply with Section 8-23. 3. Permanent pavement marking must comply with Section 8-22. 5-04.3(14)B2 Submittals – Planing Plan and HMA Paving Plan The Contractor must submit a separate planning planing plan and a separate paving plan to the Engineer at least 5 Working Days in advance of each operation’s activity start date. These plans must show how the moving operation and traffic control are coordinated, as they will be discussed at the pre-planing briefing and pre-paving briefing. When requested by the Engineer, the Contractor must provide each operation’s traffic control plan on 24 x 36 inch or larger size Shop Drawings with a scale showing both the area of operation and sufficient detail of traffic beyond the area of operation where detour traffic may be required. The scale on the Shop Drawings is 1 inch = 20 feet, which may be changed if the Engineer agrees sufficient detail is shown. The planning planing operation and the paving operation include, but are not limited to, metal detection, removal of asphalt and temporary asphalt of any kind, tack coat and drying, staging of supply trucks, paving trains, rolling, scheduling, and as may be discussed at the briefing. When intersections will be partially or totally blocked, provide adequately sized and noticeable signage alerting traffic of closures to come, a minimum 2 Working Days in advance. The traffic control plan must show where police officers will be stationed when signalization is or may be, countermanded, and show areas where flaggers are proposed. At a minimum, the planning planing and the paving plan must include: 1. A copy of the accepted traffic control plan, see Section 1-10.2(2), detailing each day’s traffic control as it relates to the specific requirements of that day’s planning planing and paving. Briefly describe the sequencing of traffic control consistent with the proposed planning planing and paving sequence, and scheduling of placement of temporary pavement markings and channelizing devices after each day’s planning planing, and paving. 2. A copy of each intersection’s traffic control plan. 3. Haul routes from Supplier facilities, and locations of temporary parking and staging areas, including return routes. Describe the complete round trip as it relates to the sequencing of paving operations. 4. Names and locations of HMA Supplier facilities to be used. 73 5. List of all equipment to be used for paving. 6. List of personnel and associated job classification assigned to each piece of paving equipment. 7. Description (geometric or narrative) of the scheduled sequence of planning planing and of paving, and intended area of planning planing and of paving for each day’s work, must include the directions of proposed planning planing and of proposed paving, sequence of adjacent lane paving, sequence of skipped lane paving, intersection planning planing and paving scheduling and sequencing, and proposed notifications and coordinations to be timely made. The plan must show HMA joints relative to the final pavement marking lane lines. 8. Names, job titles, and contact information for field, office, and plant supervisory personnel. 9. A copy of the approved Mix Designs. 10. Tonnage of HMA to be placed each day. 11. Approximate times and days for starting and ending daily operations. 5-04.3(14)B3 Pre-Paving and Pre-Planing Briefing At least 2 Working Days before the first paving operation and the first planing operation, or as scheduled by the Engineer for future paving and planing operations to ensure the Contractor has adequately prepared for notifying and coordinating as required in the Contract, the Contractor must be prepared to discuss that day’s operations as they relate to other entities and to public safety and convenience, including driveway and business access, garbage truck operations, Metro transit operations and working around energized overhead wires, school and nursing home and hospital and other accesses, other contractors who may be operating in the area, pedestrian and bicycle traffic, and emergency services. The Contractor, and Subcontractors that may be part of that day’s operations, must meet with the Engineer and discuss the proposed operation as it relates to the submitted planing plan and paving plan, approved traffic control plan, and public convenience and safety. Such discussion includes, but is not limited to: 1. General for both Paving Plan and for Planing Plan: a. The actual times of starting and ending daily operations. b. In intersections, how to break up the intersection, and address traffic control and signalization for that operation, including use of peace officers. c. The sequencing and scheduling of paving operations and of planing operations, as applicable, as it relates to traffic control, to public convenience and safety, and to other contractors who may operate in the Project Site. d. Notifications required of Contractor activities, and coordinating with other entities and the public as necessary. e. Description of the sequencing of installation and types of temporary pavement markings as it relates to planning and to paving. f. Description of the sequencing of installation of, and the removal of, temporary pavement patch material around exposed castings and as may be needed g. Description of procedures and equipment to identify hidden metal in the pavement, such as survey monumentation, monitoring wells, street car rail, and castings, before planning, see Section 5-04.3(14)B2. h. Description of how flaggers will be coordinated with the planing, paving, and related operations. 74 i. Description of sequencing of traffic controls for the process of rigid pavement base repairs. j. Other items the Engineer deems necessary to address. 2. Paving – additional topics: a. When to start applying tack and coordinating with paving. b. Types of equipment and numbers of each type equipment to be used. If more pieces of equipment than personnel are proposed, describe the sequencing of the personnel operating the types of equipment. Discuss the continuance of operator personnel for each type equipment as it relates to meeting Specification requirements. c. Number of JMFs to be placed, and if more than one JMF how the Contractor will ensure different JMFs are distinguished, how pavers and MTVs are distinguished if more than one JMF is being placed at the time, and how pavers and MTVs are cleaned so that one JMF does not adversely influence the other JMF. d. Description of contingency plans for that day’s operations such as equipment breakdown, rain out, and Supplier shutdown of operations. e. Number of sublots to be placed, sequencing of density testing, and other sampling and testing. 5-04.3(15) Sealing Pavement Surfaces Apply a fog seal where shown in the plans. Construct the fog seal in accordance with Section 5- 02.3. Unless otherwise approved by the Engineer, apply the fog seal prior to opening to traffic. 5-04.3(16) HMA Road Approaches HMA approaches shall be constructed at the locations shown in the Plans or where staked by the Engineer. The Work shall be performed in accordance with  Section 5-04. 5-04.3(17) Construction Joint Sealing Transverse Joints - Joints between new and existing asphalt shall be sealed within five (5) calendar days after final rolling of the final lift of HMA. The seal shall be CSS-1 emulsified asphalt. The emulsified asphalt shall be placed in a way to be smooth and flush with roadway surface with minimal overbanding. This work is considered incidental to the bid item “HMA CL. ½” PG 58H-22”. 5-04.3(18) Incidental Uses for HMA Incidental uses for HMA shall consist of restoration and adjustment to paved areas and other such uses as directed by the Engineer. Incidental uses for HMA shall be measured and paid under the “HMA CL. ½” PG 58H-22” bid item for the overlay related HMA. 5-04.3(19) Vacant 5-04.3(20) Vacant 75 5-04.3(21) Temporary Pavement Marking The furnishing and installing of temporary pavement marking shall be as described in Section 8- 23. Should the Engineer direct the Contractor to provide temporary pavement marking, it shall be short duration. This work is considered incidental to the bid item “Project Temporary Traffic Control”. 5-04.4 Measurement HMA Cl. ___ PG ___, HMA for ___ Cl. ___ PG ___, and Commercial HMA will be measured by the ton in accordance with Section 1-09.2, with no deduction being made for the weight of asphalt binder, mineral filler, or any other component of  the mixture. If the Contractor elects to remove and replace mix as allowed by Section 5-04.3(11), the material removed will not be measured. Roadway cores will be measured per each for the number of cores taken. Preparation of untreated roadway will be measured by the mile once along the centerline of the main line Roadway. No additional measurement will be made for ramps, Auxiliary Lanes, service roads, Frontage Roads, or Shoulders. Measurement will be to the nearest 0.01 mile. Soil residual herbicide will be measured by the mile for the stated width to the nearest 0.01 mile or by the square yard, whichever is designated in the Proposal. Pavement repair excavation will be measured by the square yard of surface marked prior to excavation. Asphalt for prime coat will be measured by the ton in accordance with Section  1-09.2. Prime coat aggregate will be measured by the cubic yard, truck measure, or by the ton, whichever is designated in the Proposal. Asphalt for fog seal will be measured by the ton, as provided in Section 5-02.4. Longitudinal joint seals between the HMA and cement concrete pavement will be measured by the linear foot along the line and slope of the completed joint seal. Planing bituminous pavement will be measured by the square yard. Temporary pavement marking will be measured by the linear foot as provided in Section 8-23.4. Water will be measured by the M gallon as provided in Section 2-07.4. 5-04.5 Payment Payment will be made for each of the following Bid items that are included in the Proposal: “HMA Cl. ___ PG ___”, per ton. “HMA for Approach Cl. ___ PG ___”, per ton. 76 “HMA for Preleveling Cl. ___ PG ___”, per ton. “HMA for Pavement Repair Cl. ___ PG ___”, per ton. “Commercial HMA”, per ton. The unit Contract price per ton for “HMA Cl. ___ PG ___”, “HMA for Approach Cl. ___ PG ___”, “HMA for Preleveling Cl. ___ PG ___”, “HMA for Pavement Repair Cl. ___ PG ___”, and “Commercial HMA” shall be full compensation for all costs, including anti-stripping additive, incurred to carry out the requirements of Section 5-04 except for those costs included in other items which are included in this Subsection and which are included in the Proposal. “Preparation of Untreated Roadway”, per mile. The unit Contract price per mile for “Preparation of Untreated Roadway” shall be full pay for all Work described under 5-04.3(4), with the exception, however, that all costs involved in patching the Roadway prior to placement of HMA shall be included in the unit Contract price per ton for “HMA Cl. ___ PG ___” which was used for patching. If the Proposal does not include a Bid item for “Preparation of Untreated Roadway”, the Roadway shall be prepared as specified, but the Work shall be included in the Contract prices of the other items of Work. “Preparation of Existing Paved Surfaces”, per mile. The unit Contract Price for “Preparation of Existing Paved Surfaces” shall be full pay for all Work described under Section 5-04.3(4) with the exception, however, that all costs involved in patching the Roadway prior to placement of HMA shall be included in the unit Contract price per ton for “HMA Cl. ___ PG ___” which was used for patching. If the Proposal does not include a Bid item for “Preparation of Untreated Roadway”, the Roadway shall be prepared as specified, but the Work shall be included in the Contract prices of the other items of Work. “Crack Sealing”, by force account. “Crack Sealing” will be paid for by force account as specified in Section 1-09.6. For the purpose of providing a common Proposal for all Bidders, the Contracting Agency has entered an amount in the Proposal to become a part of the total Bid by the Contractor. “Pavement Repair Excavation Incl. Haul”, per square yard. The unit Contract price per square yard for “Pavement Repair Excavation Incl. Haul” shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(4) with the exception, however, that all costs involved in the placement of HMA shall be included in the unit Contract price per ton for “HMA for Pavement Repair Cl. ___ PG ___”, per ton. “Asphalt for Prime Coat”, per ton. The unit Contract price per ton for “Asphalt for Prime Coat” shall be full payment for all costs incurred to obtain, provide and install the material in accordance with Section 5-04.3(4). 77 “Prime Coat Agg.”, per cubic yard, or per ton. The unit Contract price per cubic yard or per ton for “Prime Coat Agg.” shall be full pay for furnishing, loading, and hauling aggregate to the place of deposit and spreading the aggregate in the quantities required by the Engineer. “Asphalt for Fog Seal”, per ton. Payment for “Asphalt for Fog Seal” is described in Section 5-02.5. “Longitudinal Joint Seal”, per linear foot. The unit Contract price per linear foot for “Longitudinal Joint Seal” shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(12). “Planing Bituminous Pavement”, per square yard. The unit Contract price per square yard for “Planing Bituminous Pavement” shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(14). “Temporary Pavement Marking”, per linear foot. Payment for “Temporary Pavement Marking” is described in Section 8-23.5. “Water”, per M gallon. Payment for “Water” is described in Section 2-07.5. “Job Mix Compliance Price Adjustment”, by calculation. “Job Mix Compliance Price Adjustment” will be calculated and paid for as described in Section 5-04.3(9)C6. “Compaction Price Adjustment”, by calculation. “Compaction Price Adjustment” will be calculated and paid for as described in Section 5- 04..3(10)D3. “Roadway Core”, per each. The Contractor’s costs for all other Work associated with the coring (e.g., traffic control) shall be incidental and included within the unit Bid price per each and no additional payments will be made. 78 “Cyclic Density Price Adjustment”, by calculation. “Cyclic Density Price Adjustment” will be calculated and paid for as described in Section 5- 04.3(10)B. Asphalt Cost Price Adjustment The Contracting Agency will make an Asphalt Cost Price Adjustment, either a credit or a payment, for qualifying changes in the reference cost of asphalt binder. The adjustment will be applied to partial payments made according to Section 1-09.9 for the following bid items when they are included in the proposal: “HMA Cl. ___ PG ___” “HMA for Approach Cl. ___ PG ___” “HMA for Preleveling Cl. ___ PG ___” “HMA for Pavement Repair Cl. ___ PG ___” “Commercial HMA” The adjustment is not a guarantee of full compensation for changes in the cost of asphalt binder. The Contracting Agency does not guarantee that asphalt binder will be available at the reference cost. The Contracting Agency will establish asphalt binder reference costs twice each month and post the information on the Agency website at: https://wsdot.wa.gov/business-wsdot/how-do- business-us/public-works-contracts/payments-reporting/asphalt-binder-reference-cost. The reference cost will be determined using posted prices furnished by Poten & Partners, Inc. If the selected price source ceases to be available for any reason, then the Contracting Agency will select a substitute price source to establish the reference cost. Price adjustments will be calculated one time per month. No price adjustment will be made if the Current Reference Cost is within +/-5% of the Base Cost. Reference costs for projects located in Eastern versus Western Washington shall be selected from the column in the WSDOT website table labeled “Eastern”, or “Western”, accordingly. The adjustment will be calculated as follows: If the reference cost is greater than or equal to 105% of the base cost, then Asphalt Cost Price Adjustment = (Current Reference Cost – (1.05 x Base Cost)) x (Q x 0.056). If the reference cost is less than or equal to 95% of the base cost, then Asphalt Cost Price Adjustment = (Current Reference Cost – (0.95 x Base Cost)) x (Q x 0.056). Where: Current Reference Cost is selected from the website table based on the “Date Effective” that immediately precedes the current month’s progress estimate end date. For work completed after all authorized working days are used, the adjustment 79 will be based on the posted reference cost during which contract time was exhausted. Base Cost is selected from the website table based on the “Date Effective” that immediately precedes the contract bid opening date, and shall be a constant for all monthly adjustments. Q = total tons of all classes of HMA paid in the current month’s progress payment. “Asphalt Cost Price Adjustment”, by calculation. “Asphalt Cost Price Adjustment” will be calculated and paid for as described in this section. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount in the proposal to become a part of the total bid by the Contractor. END OF DIVISION 5 80 DIVISION 7 – DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7-04 STORM SEWERS Section 7-04.2 is supplemented with the following: 7-04.2 Materials Section 7-04.2 is supplemented with the following: Ductile Iron Pipe, 8 In. Diam. shall meet the requirements of 9-05.13. Corrugated Polyethylene Pipe, 12 In. Diam. shall meet the requirements of 9-05.1(7). 7-04.4 Measurement Section 7-04.4 is supplemented with the following: "Ductile Iron Pipe, 8 In. Diam." Shall be measured per linear foot. “Corrugated Polyethylene Pipe, 12 In. Diam.” shall be measured per linear foot. 7-04.5 Payment Section 7-04.5 is supplemented with the following: “Ductile Iron Pipe, 8 In. Diam." and “Corrugated Polyethylene Pipe, 12 In. Diam.” per linear foot shall be full compensation for all costs for procurement, trenching, and installation of the pipe into existing and proposed structures as shown on the Plans. 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 7-05.2 Materials Section 7-05.2 is supplemented with the following: Open Grate Locking Lid — City of Renton standard Plan 204.20. Solid Locking Lid — City of Renton standard Plan 204.10. 24 In. Locking Lid Non-Slip Manhole Cover shall have a skid groove pattern as shown in City of Renton standard Plan 204.40. The 24” Locking Lid Manhole Cover shall meet the standards of EJIW Catalog Number 3717C1 or equal. 7-05.3(1) Adjusting Manholes and Catch Basins to Grade Section 7-05.3(1) is supplemented with the following: Where shown in the Plans or where directed by the Engineer, existing utility covers, including water valves, water meter covers, and other utilities shall be adjusted to the final grade as staked or otherwise designated by the Engineer. Existing cast 25 iron rings, plastic or fiberglass utility basins and covers on utilities shall first be removed and thoroughly cleaned for reinstalling at the new elevation, unless covers shall fall, in the final condition, in a sidewalk, dedicated bike facility or 81 other walking or cycling surface. If covers shall fall within a shared use path, bicycle path, or pedestrian accessibility route, covers shall be replaced, as necessary, with the Slip-Resistant Manhole Lid described in these Specifications. If covers fall within a landscaping area, the covers shall be replaced, as necessary, with the Solid Locking Lid described in these Specifications. From that point, the existing utility Structure shall be raised or lowered to the required elevation. The materials and method of construction shall conform to the requirements specified above, and the finished Structure shall conform to the requirements of the Standard Plans except as approved by the Engineer. 7-05.3(5) Slip-Resistant Lids and Frames Section 7-05.3(5) is added as follows: Both the slip-resistant lid and slip-resistant frame shall be treated with one of the following products, or approved equal: 1. Mebac#1 as manufactured by IKG industries 2. SIipNOT Grade 3-coarse as manufactured by W.S. Molnar Co. Where the exposed portion of the frame is 1/2-inch wide or less the slip-resistant treatment may be omitted on that portion of the frame. The slip-resistant lid shall be identified with permanent marking on the underside indicating the type of surface treatment and the year manufactured. The permanent marking shall be 1/8-inch line thickness formed with a mild steel weld bead. 7-05.4 Measurement Section 7-05.4 is supplemented with the following: “Solid locking lid" will be measured per each. “Open Grate Locking Lid" will be measured per each. "24 In. Locking Lid Non-Slip Manhole Cover" will be measured per each. “Adjust Manhole” will be measured per each. “Adjust Catch Basin (Vaned Grate)” will be measured per each. "Adjust Water Valve" will be measured per each. “Utility Lid Only" will be measured per each. “Adjust Utility Lid” will be measured per each. 7-05.5 Payment Section 7-05.5 is supplemented with the following: “Solid Locking Lid" per each shall be full compensation for all costs, including attachment to risers, repairs of concrete and asphalt collars and procurement and installation of lids as specified in the Plans. “Open Grate Locking Lid" per each shall be full compensation for all costs, including attachment to risers, repairs of concrete and asphalt collars and procurement and installation of lids as specified in the Plans. "24 In. Locking Lid Non-Slip Manhole Cover" per each shall be full compensation for all costs for procurement and installation of the lid on existing structures as shown on the Plans. 82 “Adjust Manhole" per each shall be full compensation for all costs for procurement and installation of the lid as shown on the Plans. “Adjust Catch Basin (Vaned Grate)” per each shall be full compensation for all costs for procurement and installation of the grate on existing structures as shown on the Plans. “Adjust Water Valve" per each shall be full compensation for all costs for procurement and adjustment of the valve lid as shown on the Plans. “Utility Lid Only" per each shall be full compensation for all costs for procurement and placement of the lid as shown on the Plans. “Adjust Utility Lid” per each shall be full compensation for all costs for procurement and adjustment of the lid as shown on the Plans. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.2 Materials Section 7-08.2 Materials is supplemented with the following: Native Fill compacted to 95% or CDF per City of Renton standards. 7-08.3 Construction Requirements Section 7-08.3(2) is supplemented with the following: Section 7-08.3(2)J Abandonment of Existing 8" Storm Pipe in Place When existing pipes are to be abandoned in place, the Contractor shall thoroughly clean the pipe using approved methods. Conduct CCTV inspections before and after the cleaning process. Crush and backfill with Native Fill Compacted to 95% or CDF as specified. Restore the surface to its original condition as specified in the contract. Section 7-08.3(3) is supplemented with the following: 7-08.3(3)D Compaction for Pipe Abandonment After the pipe has been crushed, the excavation or trench shall be backfilled with Native fill compacted to 95% or CDF per city of Renton Standards. The backfill material shall be placed in lifts not exceeding 8 inches, and each lift shall be compacted to at least 95% of maximum density as determined by ASTM D698 for Standard Proctor Density. Compaction shall be performed using suitable mechanical means and equipment that will not damage the surrounding infrastructure. 7-08.4 Measurement Section 7-08.4 Measurement is supplemented with the following: 83 "Abandonment of Existing 8” Storm Pipe in place" will be measured per linear foot. “Compaction of pipe Abandonment" will be measured per linear foot of the abandoned pipe. 7-08.5 Payment Section 7-08.5 Payment is supplemented with the following: "Abandonment of Existing 8” Storm Pipe in place” per linear foot shall be full compensation for all costs, including cleaning, crushing, filling and surface restoration. “Compaction of pipe Abandonment" per linear foot shall be full compensation for all costs, including equipment, tools and labor required to meet the specifications. END OF DIVISION 7 84 DIVISION 8 – MISCELLANEOUS CONSTRUCTION 8-02 ROADSIDE RESTORATION 8-02.2 Materials Section 8-02.2 is supplemented with the following: Topsoil Type A Section 9-14.2(1) Seed Section 9-14.3 Fertilizer Section 9-14.4 8-02.3(1)Responsibility During Construction Section 8-02.3(1) is supplemented with the following: Dumping or stockpiling of topsoil or wood chipmulch shall not be allowed on roadway surfaces. The Contractor shall locate all underground utilities (both new and existing) prior to starting work and shall not disturb or damage them. Promptly notify the Engineer of any conflict between the proposed work and any obstructions. The Contractor shall be responsible for making any and all repairs for damage caused by his or her activities. 8-02.3(2)A Roadside Work Plan Section 8-02.3(2)A is supplemented with the following: The Contractor shall submit to the Contracting Agency a Roadside Work Plan meeting the requirements of the Standard Specifications a minimum of 30 calendar days prior to commencing the installation of topsoil, bark mulch, irrigation systems, and / or landscape materials. 8-02.3(4)Topsoil Section 8-02.3(4) is supplemented with the following: Thoroughly scarify subgrade in all areas to be planted or seeded, including Roadway planter areas and back-of-walk restoration areas to a minimum depth of two inches (2"), unless otherwise noted on the plans. Scarified subgrade shall be inspected and approved by the Engineer prior to the placement of topsoil. Remove all construction debris and rocks over two-inches (2") in diameter prior to placing topsoil. Upon approval of the subgrade, Topsoil Type A shall be installed in one two-inch (2”) lift. Areas within 6" of curbs and sidewalk shall not be cultivated and care shall be taken to avoid undermining base materials. In addition, areas around existing trees to remain shall not be cultivated within the dripline of the tree or any other areas which appear to have a significant number of existing tree roots. 85 Finish grade in Roadway planter areas and back-of-walk restoration areas shall be one inch (1”). In back-of-walk restoration areas, finish grade shall be adjusted at the construction limits to tie smoothly into existing finish grade of the surrounding area. Remove rocks, roots, and debris over one (1) inch diameter in all planted and seeded areas. Lightly compact soil to a compaction rate of no more than 85% and establish a smooth and uniform finished grade to allow surface drainage and prevent ponding. Any additional fine grading to get a firm smooth surface in all planted and seeded areas shall be considered incidental to and included in the unit contract price for placement and installation of Topsoil Type A. The costs of removing all excess material and debris shall be considered incidental to and included in the unit contract prices of other items in this contract. 8-02.3(4)A Topsoil Type A Section 8-02.3(4)A is supplemented with the following: Topsoil Type A shall conform to Section 9-14.2(1) of these Special Provisions and shall be supplied by a Contractor’s supplied source, and as approved by the Engineer. 8-02.3(17)Protection of Private Property and Property Restoration Protection of Private Property and Tree Protection shall consist of protecting existing trees, as indicated on the plans, shrubs, groundcover and other landscape materials, and protecting existing landscape irrigation and lighting systems outside of the limits of work. Property Restoration shall consist of placement of additional topsoil, sod, and seed in order to restore all disturbed areas to original condition or better, as directed by the Engineer. All materials shall conform to Sections 9-14 Erosion Control and Roadside Planting. The Contractor is specifically reminded that any unnecessary damage caused by construction activities will be repaired at the Contractor’s expense. Topsoil shall be Type A. Grass areas shall be restored with hydroseed where directed. The force account item provided for Property Restoration also includes any adjustments and/or replacements of existing irrigation systems. This work shall also consist of modifying existing landscape lighting systems as may become necessary by these improvements. The Contractor is advised that protecting existing private irrigation and lighting systems from damage does not constitute a basis for claim or extra work. “Property Restoration" has been provided as a basis for modifications or improvements to private lighting systems and irrigation systems that may become necessary but could not be foreseen prior to construction. Add New Section 8-02.3(18) as follows: 86 8-02.3(18)Submittals The Contractor shall submit samples for verification for each of the following: Topsoil Type A: 1-gallon volume in sealed plastic bags labeled with composition of materials by percentage of volume and sources. Sample shall be typical of the lot of material to be furnished; provide an accurate representation of color, texture, and organic makeup. Compost: 1-gallon volume in sealed plastic bags labeled with composition of materials by percentage of weight and source. Sample shall be typical of the lot of material to be furnished; provide an accurate representation of color, texture, and organic makeup. The Contractor shall submit Material Test Reports according to the Standard Specification for Topsoil Used for Landscaping and Construction Purposes ASTM D 5268 topsoil. Existing native surface topsoil, existing in-place surface soil, and imported or manufactured topsoil. Provide copies of lab accreditation and certification. 8-02.4 Measurement Section 8-02.4 is supplemented with the following: “Topsoil Type A" and “Coarse Compost" will be measured at the depth indicated in the pay item, by the cubic yard in the haul conveyance at the point of delivery. “Seeded Lawn Installation” will be measured by the square yard along the ground slope line of lawn installed and accepted by the Engineer. 8-02.5 Payment Section 8-02.5 is supplemented with the following: “Protection of Private Property and Tree Protection", per lump sum The lump sum contract price for “Protection of Private Property and Tree Protection” shall be full compensation for all materials, labor, tools, equipment, and supplies necessary to protect existing private landscapes, including but not limited to trees, plant material, irrigation and lighting systems. "Property Restoration”, per force account “Topsoil Type A (8" Depth)", per cubic yard “Coarse Compost (2.5" Depth)", per cubic yard “Seeded Lawn Installation", per square yard 8-04 CURBS, GUTTERS, AND SPILLWAYS 8-04.2 Materials 87 Section 8-14.2 is supplemented with the following: Materials for all cement concrete may not contain fly ash. 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways Section 8-04.3(1), revise the first paragraph as follows: Cement concrete curb, curb and gutter, gutter, and spillway shall be constructed with air entrained concrete Class 4000 conforming to the requirement of Section 6-02. 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES 8-06.2 Materials Section 8-14.2 is supplemented with the following: Materials for all cement concrete driveway entrances may not contain fly ash. 8-06.5 Payment Section 8-06.5 is supplemented with the following: “Cement Conc. Driveway Entrance", per square yard. All costs in constructing the driveway entrance, in compliance with the City of Renton standards as shown on the plans, in segments and installing and removing the temporary approach shall be included. 8-14 CEMENT CONCRETE SIDEWALKS 8-14.2 Materials Section 8-14.2 is supplemented with the following: Materials for all cement concrete sidewalks and curb ramps may not contain fly ash. 8-14.3 Construction Requirements Section 8-14.3, revise the first paragraph as follows: The concrete in the sidewalks and curb ramps shall be air entrained concrete Class 4000 in accordance with the requirements of Section 6-02 and without the use of fly ash. (January 7, 2019 WSDOT GSP, Option 3) 88 Section 8-14.3 is supplemented with the following: Layout and Conformance to Grades: Using the information provided in the Contract documents, the Contractor shall lay out, grade, and form each new curb ramp, sidewalk, and curb and gutter. 8-26 TEMPORARY FENCING Section 8-26 is retitled and revised to read: 8-26.1 Description This Work consists of the furnishing of all material, equipment, and labor to install temporary fencing as shown on the contract drawings. 8-26.2 Materials Temporary fencing shall be orange native growth protection fencing consisting of Tensar GS-1 safety fence or approved equal, 4 feet in height, with steel fence posts or 2 x 2 feet wooden posts spaced 8-10 feet. Galvanized wire shall be installed along the top of the fence. 8-26.3 Construction Requirements The Contractor shall install this undamaged temporary fencing at the location(s) shown on the plans to prevent public access to the work area. 8-26.4 Measurement Temporary Fencing will be measure per horizontal linear foot installed. 8-26.5 Payment Payment will be made for the following Bid items when they are included in the Proposal: “Temporary Fencing", per foot. The unit contract price for "Temporary Fencing" shall be full pay for providing all tools, materials, labor, and equipment to install temporary chain link fencing for the duration of the work and to remove the fencing at the conclusion of the work. END OF DIVISION 8 89 DIVISION 9 – MATERIALS 9-03 AGGREGATES 9-03.15 Native Material for Trench Backfill Section 9-03.15 is supplemented with the following: Trench backfill outside of the roadway prism shall be excavated material free from wood or other organic waste, with no debris, clods or rocks greater than 3 inches in any dimension. Add New Section 9-03.22 9-03.22 Cement-based Grout for Abandoning Existing Utilities The Contractor shall submit a mix proposal that has flow characteristics appropriate for filling a utility pipeline. The mix proposal for “Cement-base Grout for Abandoning Existing Utilities" shall be approved by the Engineer prior to commencing work on this item. Cement-based Grout for Abandoning Existing Utilities shall be equal to a 1-sack mix and the materials shall conform to the following: Cement: This material shall be Portland cement as specified in section 9-01. Aggregate: This material shall meet the requirements for fine aggregate as specified in section 9- 03.1. Water: Water shall conform to the provisions of Section 9-25.1. Minimum Strength: 100 psi 9-14 EROSION CONTROL AND ROADSIDE PLANTING 9-14.2(1) Topsoil Type A Section 9-14.2(1) is supplemented with the following: Imported Planting soil or manufactured planting soil from off-site sources for planting beds. In addition to general requirements listed above for planting soil, the items listed below shall be followed for imported planting soil. Planting soil shall meet the following physical requirements: Product Parameter Reported Unit of Measure Specification Range pH 5.5 –7.5 C:N Ratio < 20:1 Electrical Conductivity Mmhos/cm < 2 Exchangeable Sodium Percent Max. 10% Sodium Absorption Ratio ≤ 2 Cation Exchange Capacity Milliequivalents / 100 g dry soil > 5 90 a. Maximum particle size: 5/8 inch, with 97% to 100% passing the 1/2" screen b. Planting soil components shall consist of the following: 1) 30 — 40% by volume Sandy Loam per USDA textural classification of soil: Item Size in mm Percent by Weight / Test Method Sand 0.05 –2.0 mm 45-85% AASHTO T88 Silt 0.002 –0.05 mm 0-50% AASHTO T88 Electrical Conductivity Less than 0.002 mm 10-20% AASHTO T88 Organic matter 1.5-10% AASHTO T88 2) 30 — 40% by volume Sand 3) 30 — 40% by volume Compost c. Adjust above amounts to achieve the following in addition to the general requirements listed in the physical requirements table above and: 1) Organic content for planting: 4-8% organic content by dry weight per LOI 2) Fines as defined by #200 sieve: not more than 15%. Provide laboratory testing per this section. (AASHTO T88) d. Soil amendments and fertilizers per soil test: 1) Add or deduct types and amounts per soil test results for plant growth requirements. Provide final amounts and types as part of submittals for approval. Planting soil shall be fertile, friable, uniform, and thoroughly mixed. Planting soil shall be free of clay lumps, litter, and other extraneous materials harmful to plant growth. Planting soil shall be free of stones 1-inch or larger in any dimension. Planting soil shall meet the following criteria for heavy metals and toxics per MTCA WAC 173-340- 900 Table 749-2 for unrestricted land uses. Test methodology per MTCA: 91 Heavy Metal/Toxin Reported Unit of Measure Maximum Amount Standard Arsenic Mg/kg dry weight 20 MTCA WAC 173-340- 900 Table 749-2 Cadmium Mg/kg dry weight 25 MTCA WAC 173-340- 900 Table 749-2 Chromium Mg/kg dry weight 42 MTCA WAC 173-340- 900 Table 749-2 Copper Mg/kg dry weight 100 MTCA WAC 173-340- 900 Table 749-2 Lead Mg/kg dry weight 220 MTCA WAC 173-340- 900 Table 749-2 Mercury Mg/kg dry weight 9 MTCA WAC 173-340- 900 Table 749-2 Molybdenum Mg/kg dry weight 0 MTCA WAC 173-340- 900 Table 749-2 Nickel Mg/kg dry weight 100 MTCA WAC 173-340- 900 Table 749-2 Selenium Mg/kg dry weight 0.8 MTCA WAC 173-340- 900 Table 749-2 Zinc Mg/kg dry weight 270 MTCA WAC 173-340- 900 Table 749-2 Refer to Section 9-14.5(8) Compost of the Standard Specifications for compost requirements. No fresh sawdust or other fresh wood by-products shall be added to extend the volume after the composting process. The Contractor shall provide a complete analysis of Topsoil Type A with one cubic foot sample for review and approval. 9-14.3 Seed Section 9-14.3 is supplemented with the following: The grass seed dealer shall mix the grass seed only. The Contractor shall furnish the Engineer with a dealer’s guaranteed statement of the composition, mixture, and the percentage of purity and germination of each variety. All seed mixes shall be certified as 99% weed-free and 90% viable seeds by germination tests and by age specifications by species. Apply hydroseed mulch, tackifier, seed and fertilizer per supplier’s recommendations. Seed mix shall be composed of the following varieties mixed in the proportions indicated: 92 Common Name / Latin Name % Species Composition Desired Seeds per sq. ft. PLS Pounds / Acre Sideoats Grama / Bouteloua Curtipendula 20 30 6.8 California Oatgrass / Danthonia / Californica 20 30 6.2 Native Red Fescue / Festuca Rubra var. Rubra 30 45 3.9 Prairie Junegrass / Koeleria Macrantha 30 45 0.8 Section 9-14.4 is supplemented with the following: Fertilizer for seeded lawn areas shall be 10-10-10 slow-release formula or approved equal. END OF DIVISION 9 Contract Documents Page 125 Maplewood Sidewalk Rehabilitation October 2025 City of Renton Contract Provisions for Maplewood Sidewalk Rehabilitation VI. PREVAILING HOURLY MINIMUM WAGE RATES