request for bids specification wd17-0203scms.cityoftacoma.org › purchasing › smallworksroster...

87
CITY OF TACOMA NOTICE OF CONTRACTING OPPORTUNITY May 12, 2017 Request for Bids Specification WD17-0203S Project Scope: Pavement Restoration 89th Avenue Ct W To view and download an electronic copy of the complete bid solicitation document, visit the City of Tacoma’s Small Works Roster website and click on “SWR Solicitations” in the left column, then select the specification number referenced above. This solicitation document is available via the City’s website only. If you prefer that a different e-mail address be used to notify your company of SWR opportunities, please contact the City of Tacoma Purchasing Division at email [email protected] to update your company information. Include the Specification No. in your correspondence.

Upload: others

Post on 04-Jul-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

CITY OF TACOMA NOTICE OF SMALL WORKS ROSTER CONTRACTING OPPORTUNITY

May 12, 2017

Request for Bids Specification WD17-0203S

Project Scope: Pavement Restoration 89th Avenue Ct W

To view and download an electronic copy of the complete bid solicitation document, visit the City of Tacoma’s Small Works Roster website and click on “SWR Solicitations” in the left column, then select the specification number referenced above.

This solicitation document is available via the City’s website only. If you prefer that a different e-mail

address be used to notify your company of SWR opportunities, please contact the City of Tacoma

Purchasing Division at email [email protected] to update your company information. Include the

Specification No. in your correspondence.

Page 2: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

Form No. SPEC-040C Revised: 04/11/2017

City of Tacoma Water Distribution

REQUEST FOR BIDS WD17-0203S

Submittal Deadline: 11:00 a.m., Pacific Time, Wednesday, May 24, 2017 Delivery: Submittals will be received as follows:

By Carrier: City of Tacoma Procurement & Payables Division Tacoma Public Utilities 3628 S 35th Street Tacoma, WA 98409

In Person: City of Tacoma Procurement & Payables Division Tacoma Public Utilities Lobby Security Desk Administration Building North – Main Floor 3628 S 35th Street Tacoma, WA 98409

Note: This is a change in location for in-person deliveries.

By Mail: City of Tacoma Procurement & Payables Division Tacoma Public Utilities PO Box 11007 Tacoma, WA 98411-0007

By Email:

[email protected]

Solicitation Documents: An electronic copy of the complete solicitation documents may be viewed and obtained by accessing the City of Tacoma Purchasing website at www.TacomaPurchasing.org.

Register for the Bid Holders List to receive notices of addenda, questions and answers andrelated updates.

Click here to see a list of vendors registered for this solicitation.Pre-Proposal Meeting: A pre-proposal meeting will not be held Project Scope: Pavement RestorationEstimate: $35,000 Paid Leave and Minimum Wage: Effective February 1, 2016, the City of Tacoma requires all employers to provide paid leave and minimum wages, as set forth in Title 18 of the Tacoma Municipal Code. For more information visit www.cityoftacoma.org/employmentstandards. The following is applicable to Federal Aid Projects: The City of Tacoma in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, subtitle A, Office of the Secretary, part 21, nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises as defined at 49 CFR, part 26, will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an award. Additional Information: Requests for information regarding the specifications may be obtained by contacting Debbie Seribert by email to [email protected]. Protest Policy: City of Tacoma protest policy, located at www.tacomapurchasing.org, specifies procedures for protests submitted prior to and after submittal deadline.

Meeting sites are accessible to persons with disabilities. Reasonable accommodations for persons with disabilities can be arranged with 48 hours advance notice by calling 253-502-8468.

Page 3: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

WD17-0203S

Tacoma Water’s, Water Distribution Operations Section is providing you with an opportunity to quote this pavement restoration service within the City of University Place - Pierce County. This work category is outside our existing paving contract.

Jurisdictional pavement requirements must be followed. Products or work not meeting jurisdictional requirements shall be replaced by the contractor at no expense to Tacoma Water regardless of the impact of work, schedule, or cost. Payment will not be made for work rejected by the jurisdiction. Final certificate of payment does not constitute an acceptance of work not done in accordance with jurisdictional requirements or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The contractor will remedy any defects in the work and pay for any damage to other work resulting there from, which shall appear within a period of one year from the permit closure date unless a longer period is specified. Tacoma Water will give notice of observed defects with reasonable promptness. If it is discovered, before payment is required, that there is a failure to comply with any jurisdictional terms and provisions, Tacoma Water has the right and may withhold payment.

The contractor will be responsible for obtaining, and paying for all required pavement related permits, inspection fees, and approved traffic control plans within the City of University Place.

It is possible that other contractors or the City of Tacoma will be working in the project areas during the time of construction. It shall be the responsibility of the contractor to coordinate its work with all other agencies and/or contractors in the vicinity of the project area. All saw cutting, paint striping, torch down, clean up, and tar sealing to comply with ESA Regional Road Maintenance Program guidelines. All in-compassing work to complete pavement work including excavating roadway to firm unyielding sub-grade, backfill with 100% 5/8” crushed surfacing compacted to 95% density, saw-cut edges, tar seal edges, maintain catch basins, and gate box tops functionality, traffic control, paint striping including torch down, and road reflectors, including cross walks (paint and/or torch down) shall be included in the price quote. All removed material becomes the property of the contractor. All demolition shall be removed from work site at contractor’sexpense to a legal waste site.

Bid the entire scope of work;

For 89th Avenue Ct W, MRP2016-25

See attached drawing HMA = 91.1 Tons (includes 3” depths).

See attached drawing Concrete = 32.4 Square Yards .

See attached photos, and Request for Street Repairs form. Any and all sub-grade crushed rock is incidental to this project.

Pavement Restoration 89th Avenue Ct W

Page 4: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

Complete bid submittal package should contain:

Request For Quotation Page

Pricing Page

Sustainability Page

State Responsibility Page

Retainage or Bond election

Page 5: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

Pavement Restoration for 89th Avenue Ct W, University Place

Prevailing wage rates are applicable to this project.

101 AU

89th Avenue Ct West

RFQ InformationCollective Bid #

Bid Issue Date

Vendor Number

WD17-0203S

05/12/2017

109226 WEB VENDOR FOR RFQ

Material will ship to:

Water Distribution Engineereing Tacoma Water3628 S 35th StTaocma WA 98409

Vendor Information (vendor to complete)Firm Name:

Address:

City/State/Zip / /

Phone/Fax /

E-Mail

Contact Name

Payment Terms %, days (e.g. 2% 10,N30)

Tacoma Bus. Lic. #

Taxpayer ID #SIGNATURE OF PERSON AUTHORIZED TO SIGN THIS BIDx________________________________________DATE:____ /____ /________NAME : _________________________________TITLE : _________________________________

CITY OF TACOMA

THIS IS NOT AN ORDERAll prices quoted shall be F.O.B.

Destination, Freight Prepaid and Allowed

Return Bids By 11:00 AM, 05/24/2017 to: [email protected]

Debbie Seibert

TPU Administration Building North 3628 S. 35th St.

Tacoma WA 98409

Ph. 253 502 8587

Fax.253-502-8372

Net Value $Plus Tax at__________% $

Total Amount $

Item # Material# Delivery QTY UM Net Price Total

Description Date

Page 1 of 2

All responses & inquiries must beplainly marked with this

REQUEST FORQUOTATION6000044756

City of Tacoma tax rate 10.1 % effective April 1, 2017.

Page 6: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

1. Micah Ross (253-370-9776 )is the City of University Place InspectorTodd Honey (253-377-5846) is the Tacoma Water Inspector.

89th Ave Ct W91.1 Tons HMA (includes 3” depths).Concrete = 32.4 Square Yards

ITEMNO. ITEM DESCRIPTION QUANTITY

UNITPRICE

UNITPRICE

TOTALAMOUNT

1

Removal/Disposal ofexisting pavement. Includesall thicknesses andcombinations. 566 SY $ $

2

HMA Cl ½” PG 64-22 (5-04 &9-03.8) 91.1

3 Concrete 32.4

4 CSTC

TN $ $

SY $ $

CY Incidental Incidental

5 Saw cutting LF Incidental Incidental

SUB-TOTAL- transfer to Request for Bids page $

WSDOT Standard specifications, 2016, M41-10 referenced asguide in parenthesis (5-04).

WO 20000059736 MRP2016-25

Bid submittal to be structured such that a unit price for each element is provided. We strongly encourage your onsite inspection prior to quoting this job.

See attached photos, and Request for Street Repairs form. Any and all sub-grade crushed rock is incidental to this project.

Page 7: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

Sustainability

The City has an interest in sustainable operations with minimal adverse impact on the environment. The City seeks to do business with vendors that value community and environmental stewardship that help us meet our sustainable purchasing goals.

1. Have you incorporated sustainability into your everyday business practices? Y/N Please describe ________________________________________________________________________________________________________________________________________________________________________________________________________________________________________

2. Have you taken measures to minimize impacts to the environment in the delivery of proposed goods and/or services? Y/N Please describe.

________________________________________________________________________________________________________________________________________________________________________________________________________________________________________

3. Please describe the estimated percentage of material to be recycled or reused under this project _______%.

Page 8: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

Specification No.

Name of Bidder

Revised: 07/20/07, 04/09/12

State Responsibility and Reciprocal Bid Preference Information

Certificate of registration as a contractor (must be in effect at the time of bid submittal): Number:

Effective Date:

Expiration Date:

Current Washington Unified Business Identifier (UBI) number: Number:

Do you have industrial insurance (workers' compensation) coverage for your employees working in Washington?

Yes No

Not Applicable

Washington Employment Security Department number: Number:

Not Applicable

Washington Department of Revenue state excise tax registration number: Number:

Not Applicable

Have you been disqualified from bidding on any public works contracts under RCW 39.06.010 or 39.12.065(3)?

Do you have a physical office located in the state of Washington?

If incorporated, in what state were you incorporated?

If not incorporated, in what state was your business entity formed?

Yes No If yes, provide an explanation of your disqualification on a separate page.

Yes No

State:

Not Incorporated

State:

Page 9: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

Specification WD17-0203S

As provided for in RCW 39.08.010, a performance bond is required on any work resulting from this bid, provided that on contracts of $35,000 or less, the contractor may, in lieu of the bond, elect to have the City of Tacoma retain 50 percent of the contract amount for a period of 30 days after the date of final acceptance, or until receipt of all necessary releases from the Department of Revenue, the Department of Labor and Industries, and settlement of any liens filed under RCW CHAPTER 60.28, whichever is later. Please specify your choice:

____ 50 percent retainage (for contract amounts under $35,000 only) OR ____ Bond

Pursuant to RCW 60.28, a sum of five percent of the monies earned by the Contractor will be retained from progress estimates. Such retainage shall be used as a trust fund for the protection and payment (1) to the state with respect to taxes imposed pursuant to Title 82, RCW, and (2) the claims of any person arising under the contract. Release of the retainage will be made 60 days following the completion date (pursuant to RCW 39.12, and RCW 60.28) provided the following conditions are met: 1. On contracts totaling more than $20,000, a release has been obtained from the Washington StateDepartment of Revenue. 2. Affidavits of Wages Paid for the Contractor and all Subcontractors are on file with the contracting agency(RCW 39.12.040). 3. A release has been obtained from the Washington State Department of Labor and Industries (per Section 1-07.10) and the Washington State Employment Security Department. 4. All claims, as provided by law, filed against the retainage have been resolved. In the event claims are filedand provided the conditions or 1, 2, and 3 are met, the contractor will be paid such retained percentage less an amount sufficient to pay any such claims together with a sum determined by the contracting agency sufficient to pay the cost of foreclosing on claims and to cover attorney’s fees.

PLEASE MARK YOUR CHOICE OF RETAINAGE OR BOND AND SUBMIT THIS DOCUMENT WITH YOUR BID.

Page 10: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

Small Works Roster – General Provisions Page 1 of 15 07/07/2016

GENERAL PROVISIONS – SMALL WORKS ROSTER

Public Works and Improvements Contracts of Less Than or Equal to $200,000

(Revised July 2016)

Only contractors notified directly by the City of Tacoma regarding this solicitation may respond. If you did not receive notice directly from the City regarding this solicitation you are not eligible to participate. Additionally, only contractors that have received notice from the City confirming they are on Tacoma's small works roster are eligible to participate in the City's Small Works Roster program.

UNLESS OTHERWISE REQUIRED BY THE SPECIFICATION OR AGREED TO IN WRITING, THE FOLLOWING TERMS AND CONDITIONS SHALL GOVERN THE RIGHTS, RESPONSIBILITIES AND OBLIGATIONS OF THE PARTIES TO THE CONTRACT.

SECTION II – CONTRACT REQUIREMENTS

2.01 CONTRACTOR

As used herein, the "Contractor" shall be the Respondent(s) awarded a contract pursuant to this Specification, whether designated as a Respondent, Vendor, Proposer, Bidder, Seller, Merchant, Service Provider or otherwise.

2.02 CONTRACTOR'S RESPONSIBILITY

A. Contract Documents

The Bidder to whom the Contract is awarded, hereinafter called the Contractor, shall enter into a Contract with the City of Tacoma within 10 days after receipt from the City of Tacoma of a properly prepared Contract. In addition, the Contractor will do all things required to promptly perform this Contract pursuant to the terms of this Contract. Certain contracts for supplies, goods or equipment may use the City Purchase Order in place of a formal contract document.

B. Independent Contractor

Contractor is an independent contractor; no personnel furnished by the Contractor shall be deemed under any circumstances to be the agent or servant of the City. Contractor shall be fully responsible for all acts or omissions of Subcontractors and its and their suppliers, and of persons employed by them, and shall be specifically responsible for sufficient and competent supervision and inspection to assure compliance in every respect with the Contract. There shall be no contractual relationship between any Subcontractors or supplier and the City arising out of or by virtue of this agreement. No provision of the Contract is intended or is to be construed to be for the benefit of any third party.

2.03 CONFLICTS IN SPECIFICATIONS

Anything mentioned in the Specifications and not shown on the drawings and anything on the drawings and not mentioned in the Specifications shall be of like effect and shall be understood to be shown and/or mentioned in both. In case of differences between Drawings and Specifications, the Specifications shall govern. In addition, in the event of any conflict between these General Provisions, the Special Provisions, the Technical Provisions and/or the Proposal pages, the following order of precedence shall control:

a) Proposal pages prevail if they conflict with the General, Special or Technical Provisions.

b) Special Provisions prevail if they conflict with the General Provisions and/or Technical Provisions.

c) Technical Provisions prevail if they are in conflict with the General Provisions.

In case of discrepancy of figures between Drawings, Specifications or both, the matter shall immediately be submitted to the engineer/project manager for determination. Failure to submit the discrepancy issue to the engineer/project manager shall result in the Contractor's actions being at his/her own risk and expense. The

Page 11: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

Small Works Roster – General Provisions Page 2 of 15 07/07/2016

engineer/project manager shall furnish from time to time such detailed drawings and other information as he/she may consider necessary.

2.04 INSPECTION

A. Of the Work

All materials furnished and work done shall be subject to inspection.

The Inspector administering the Contract shall at all times have access to the work wherever it is in progress or being performed, and the Contractor shall provide proper facilities for such access and inspection. Such inspection shall not relieve the Contractor of the responsibility of performing the work correctly, utilizing the best labor and materials in strict accordance with the Specifications of this Contract. All material or work approved and later found to be defective shall be replaced without cost to the City of Tacoma.

B. Inspector's Authority

The inspector shall have power to reject materials or workmanship which does not fulfill the requirements of these Specifications, but in case of dispute the Contractor may appeal to the engineer/project manager.

The Contract shall be carried out under the general control of the representative of the particular department/division administering the Contract, who may exercise such control over the conduct of the work as may be necessary, in his or her opinion, to safeguard the interest of the City of Tacoma. The Contractor shall comply with any and all orders and instructions given by the representative of the particular department/division administering the Contract in accordance with the terms of the Contract.

Provided, that for the purposes of construction contracts, such control shall only apply (a) to the extent necessary to ensure compliance with the provisions of this contract, and (b) to the extent necessary to fulfill any non-delegable duty of the City for the benefit of third parties not engaged in promoting the activity of this contract.

Nothing herein contained, however, shall be taken to relieve the Contractor of his/her obligations or responsibilities under the Contract.

2.05 FEDERAL, STATE AND MUNICIPAL REGULATIONS

All federal, state, municipal and/or local regulations shall be satisfied in the performance of all portions of this Contract. The Contractor shall be solely responsible for all violations of the law from any cause in connection with work performed under this Contract.

2.06 INDEMNIFICATION – HOLD HARMLESS

A. Indemnification

The Contractor shall indemnify, defend and hold harmless the City, its officials, officers, agents, employees and volunteers, from any and all claims, demands, damages, lawsuits, liabilities, losses, liens, expenses and costs arising out of the subject matter of this Contract; provided that this provision shall not apply to the extent that damage or injury results from the fault of the City, or its officers, agents, or employees. The term "fault" as used herein shall have the same meaning as set forth in RCW 4.22.015, as that statute may hereafter be amended.

The Contractor specifically assumes potential liability for actions brought by the Contractor's own employees against the City and, solely for the purpose of this indemnification and defense, the Respondent specifically waives any immunity under the state industrial insurance law, Title 51 RCW.

These indemnifications shall survive the termination of this Contract.

A waiver or failure by either party to enforce any provision of this Contract shall not be construed as a continuing waiver of such provisions, nor shall the same constitute a waiver of any other provision of this Contract.

Page 12: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

Small Works Roster – General Provisions Page 3 of 15 07/07/2016

2.07 ASSIGNMENT AND SUBLETTING OF CONTRACT

A. Assignment

The Contract shall not be assigned except with the consent of the project manager or his/her designee.

Requests for assignment of this contract must be in writing with the written consent of the surety, and the request must show the proposed person or organization to which the contract is assigned is capable, experienced and equipped to perform such work. The proposed substitute person or organization may be required to submit to the City information as to his/her experience, financial ability and give statements covering tools, equipment, organization, plans and methods to fulfill any portion of the Contract prior to approval of assignment.

B. Subletting

The Contract shall not be sublet except with the written consent of the project manager or his/her designee. In the event that a prequalified electrical contractor is necessary to perform certain portions of the work, such work may be subcontracted with a City prequalified electrical contractor for the type of work involved.

Requests for subletting of this Contract must be in writing with the written consent of the Surety, and the request must show the proposed person or organization to which the Contract is sublet is capable, experienced and equipped to perform such work. The proposed substitute person or organization may be required to submit to the City information as to his experience, financial ability and give statements covering tools, equipment, organization, plans and methods to fulfill any portion of the Contract prior to approval of subletting.

The written consent approving the subletting of the Contract shall not be construed to relieve the Contractor of his/her responsibility for the fulfillment of the Contract. The Subcontractor shall be considered to be the agent of the Contractor and the Contractor agrees to be responsible for all the materials, work and indebtedness incurred by the agent.

A subcontractor shall not sublet any portion of a subcontract for work with the City without the written consent of the City.

2.08 DELAY

A. Extension of Time

With the written approval of the project manager or his/her designee, the Contractor may be granted additional time for completion of the work required under this Contract, if, in the project manager's opinion the additional time requested arises from unavoidable delay.

B. Unavoidable Delay

Unavoidable delays in the prosecution of the work shall include only delays from causes beyond the control of the Contractor and which he/she could not have avoided by the exercise of due care, prudence, foresight and diligence. Delay caused by persons other than the Contractor, Subcontractors or their employees will be considered unavoidable delays insofar as they necessarily interfere with the Contractor's completion of the work, and such delays are not part of this Contract.

Unavoidable delay will not include delays caused by weather conditions, surveys, measurements, inspections and submitting plans to the engineer/project manager of the particular department/division involved in administering this Contract.

2.09 GUARANTEE

A. Guarantee for Construction, Labor or Services Contract

Neither the final certificate of payment or any provision in the Contract Documents, nor partial or entire occupancy of the premises by the City, shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects in the work and

Page 13: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

Small Works Roster – General Provisions Page 4 of 15 07/07/2016

pay for any damage to other work resulting therefrom, which shall appear within a period of one year from the date of final acceptance of the work unless a longer period is specified. The City will give notice of observed defects with reasonable promptness.

If it has been discovered, before payment is required under the terms of the Contract, that there is a failure to comply with any of the terms and provisions of this Contract, the City has the right and may withhold payment.

In case of a failure of any part of the work, materials, labor and equipment furnished by the Contract or to fully meet all of the requirements of the Contract, the Contractor shall make such changes as may be necessary to fully meet all of the specifications and requirements of this Contract. Such changes shall be made at the Contractor's sole cost and expense without delay and with the least practicable inconvenience to the City of Tacoma. Rejected material and equipment shall be removed from the City's property by and at the expense of the Contractor.

B. Guarantee for Supply Contracts

Unless a longer period is specified, the supplier and/or manufacturer of the supplies, materials and/or equipment furnished pursuant to this Contract agrees to correct any defect or failure of the supplies, materials and/or equipment which occurs within one year from the date of: (1) test energization if electrical or mechanical equipment; (2) commencement of use if supplies or materials, provided, however, said guarantee period shall not extend beyond eighteen months after date of receipt by the City. All of the costs (including shipping, dismantling and reinstallation) of repairs and/or corrections of defective or failed equipment, supplies and/or material is the responsibility of the supplier and/or manufacturer.

When the supplier is not the manufacturer of the item of equipment, supplier agrees to be responsible for this guarantee and supplier is not relieved by a manufacturer's guarantee.

C. Guarantee Period Extension

The Contract guarantee period shall be suspended from the time a significant defect is first documented by the City until the work or equipment is repaired or replaced by Contractor and accepted by the City. In addition, in the event less than ninety (90) days remain on the guarantee period (after recalculating), the guarantee period shall be extended to allow for at least ninety (90) days from the date the work or equipment is repaired or replaced and accepted by the City.

2.10 DEDUCTIONS FOR UNCORRECTED WORK

If the City of Tacoma deems it expedient to correct work not done in accordance with the terms of this Contract, an equitable deduction from the Contract price shall be made.

2.11 CITY OF TACOMA'S RIGHT TO TERMINATE CONTRACT

If the Contractor should be adjudged as bankrupt, or makes a general assignment for the benefit of creditors, or a receiver should be appointed on account of his/her insolvency, or if he/she or any of his/her subcontractors should violate any of the provisions of the Contract, or if the work is not being properly and diligently performed, the City of Tacoma may serve written notice upon the Contractor and Surety, executing the Payment and Performance Bond, of its intention to terminate the Contract; such notice will contain the reasons for termination of the Contract, and unless within 10 days after the serving of such notice, such violation shall cease and an arrangement satisfactory to the City of Tacoma for correction thereof shall be made, the Contract shall, upon the expiration of said 10 days, cease and terminate and all rights of the Contractor hereunder shall be forfeited. In the event the Contract is terminated for cause, Contractor shall not be entitled to any lost profits resulting therefrom.

In the event of any such termination, the City of Tacoma shall immediately send (by regular mail or other method) written notice thereof to the Surety and the Contractor. Upon such termination the Surety shall have the right to take over and perform the Contract, provided however, the Surety must provide written notice to the City of its intent to complete the work within 15 calendar days of its receipt of the original written notice (from the City) of the intent to terminate. Upon termination and if the Surety does not perform the work, the City of Tacoma may take over the work and prosecute the same to completion by any method it may deem

Page 14: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

Small Works Roster – General Provisions Page 5 of 15 07/07/2016

advisable, for the account of and at the expense of the Contractor, and the Contractor and the Surety shall be liable to the City of Tacoma for all cost occasioned to the City of Tacoma thereby. The City of Tacoma may without liability for doing so, take possession of and utilize in completing the work, such materials, equipment, plant and other property belonging to the Contractor as may be on the site of the work and necessary therefore.

2.12 LIENS

In the event that there are any liens on file against the City of Tacoma, the City of Tacoma shall be entitled to withhold final or progress payments to the extent deemed necessary by the City of Tacoma to properly protect the outstanding lien claimants until proper releases have been filed with the City Clerk.

2.13 PRICE, RISK OF LOSS, DELIVERY

A. Firm Prices/Risk of Loss

All prices shall remain firm during the term of this Contract. All prices shall be FOB, the place of destination (as defined in RCW 62A.2-319, as that statute may hereafter be amended), with freight prepaid and allowed (shipping costs included in unit prices), and risk of loss remaining with contractor/Supplier until delivery is tendered unless otherwise stated in these Specifications.

B. Delivery

Deliveries shall be between 9:00 a.m. and 3:30 p.m.; Monday through Friday only (except legal holidays of the City of Tacoma). Failure to make timely delivery shall be cause for termination of the order and return of all or part of the items at Contractor/Supplier expense except in the case of force majeure.

2.14 COMPENSATION

The City shall compensate the Contractor in accordance with the Contract. Said compensation shall be the total compensation for Contractor’s performance hereunder including, but not limited to, all work, services, deliverables, materials, supplies, equipment, subcontractor’s fees and all reimbursable travel and miscellaneous or incidental expenses to be incurred by Contractor.

2.15 INCURRED COSTS

The City of Tacoma is not liable in any way for any costs incurred by respondents replying to this solicitation.

2.16 INVOICES

Each invoice shall show City of Tacoma purchase order number, release number if applicable, quantity, unit of measure, item description, unit price and extended price for each line. Line totals shall be summed to give a grand total to which sales tax shall be added, if applicable. Invoices shall be sent in duplicate to:

Accounts Payable City of Tacoma PO Box 1717 Tacoma, WA 98401-1717

Any terms, provisions or language in Contractor's invoice(s) that conflict with the terms of this Contract shall not apply to this Contract unless expressly accepted in writing by the City.

2.17 PAYMENT TERMS

Payment shall be made through the City’s ordinary payment process, and shall be considered timely if made within 30 days of receipt of a properly completed invoice OR City department payment request. Payment will not be considered late if mailed or electronically disbursed within the time specified. Payment(s) made in accordance with this Contract shall fully compensate the Contractor for all risk, loss, damages or expense of whatever nature, and acceptance of payment shall constitute a waiver of all claims submitted by Contractor. All payments shall be subject to adjustment for any amounts, upon audit or otherwise, determined to have been improperly invoiced.

Invoices will not be processed for payment, nor will the period of cash discount commence, until all invoiced items are received and satisfactory performance of the Contract has been attained, and a properly

Page 15: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

Small Works Roster – General Provisions Page 6 of 15 07/07/2016

completed invoice is received by the City. If an adjustment in payment is necessary due to damage or dispute, the cash discount period shall commence on the date final approval for payment is authorized.

Contractors with annual gross revenues below $250,000 who are awarded contracts of less than or equal to $100,000, who have completed mutually agreed upon quantities of work, shall be paid within 10 business days, less five percent retainage, unless waived, provided they have complied with all contractual requirements, including but not limited to receipt by the city of certified payrolls, statement of intents to pay, etc., of the contract at the time of payment.

2.18 APPROVED EQUALS

A. Unless an item is indicated as "No substitute," special brands, when named, are intended to describe the standard of quality, performance or use desired. Equal items will be considered by the City, provided that the bidder specifies the brand and model, and provides all descriptive literature, independent test results, product samples, local servicing and parts availability to enable the City to evaluate the proposed "equal."

B. The decision of the City as to what items are equal shall be final and conclusive. If the City elects to purchase a brand represented by the bidder to be an "equal," the City's acceptance of the item is conditioned on the City's inspection and testing after receipt. If, in the sole judgment of the City, the item is determined not to be an equal, the item shall be returned at the bidder's expense.

C. When a brand name, or level of quality is not stated by the bidder, it is understood the offer is exactly as specified. If more than one brand name is specified, bidders must clearly indicate the brand and model/part number being bid.

2.19 COOPERATIVE PURCHASING

The Washington State Interlocal Cooperation Act RCW 39.34 provides that other governmental agencies may purchase goods and services based on this Contract in accordance with the terms and prices indicated herein if all parties are agreeable. Each public agency shall formulate a separate contract with the Contractor, incorporating the terms and conditions of this Contract with the City of Tacoma. The City shall incur no liability in connection with such contracts or purchases by other public agencies thereunder. It will be the Contractor’s responsibility to inform such public agencies of this Contract. Contractor shall invoice such public agencies as separate entities

2.20 INCREASE OR DECREASE IN QUANTITIES

The City of Tacoma reserves the right to increase or decrease quantities of any items under this contract and pay according to the unit prices quoted in the submittal with no adjustments for anticipated profit.

2.21 EXTENSION OF CONTRACT

Contracts resulting from this Specification shall be subject to extension by mutual agreement per the same prices, terms, and conditions.

2.22 ENTIRE AGREEMENT

This written contract represents the entire Agreement between the parties and supersedes any prior oral statements, discussions or understandings between the parties.

** Balance of Page Intentionally Left Blank **

Page 16: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

Small Works Roster – General Provisions Page 7 of 15 07/07/2016

GENERAL PROVISIONS – SMALL WORKS ROSTER

SECTION Ill – CONSTRUCTION AND/OR LABOR CONTRACTS

3.01 BIDDER'S DUTY TO EXAMINE

The Bidder agrees to be responsible for examining the site(s) and to have compared them with the Specifications and Contract Drawings, and to be satisfied as to the facilities and difficulties attending the execution of the proposed Contract (such as uncertainty of weather, floods, nature and condition of materials to be handled and all other conditions, obstacles and contingencies) before the delivery of his/her Proposal. No allowance will be subsequently made by the City on behalf of the Bidder by reason of any error or neglect on Bidder's part, for such uncertainties as aforesaid.

3.02 PERMITS

Except when modified by these specifications, the Contractor shall procure and pay for all permits and licenses necessary for the completion of this Contract including those permits required by the City of Tacoma. The City will obtain county or state road crossing permits if required. In the event a necessary permit is not obtained, the Contractor will not be permitted to work on items subject to said permit and any delays caused thereby will not be subject to extra compensation or extensions.

3.03 NOTIFICATION OF OTHER GOVERNMENTAL AGENCIES AND UTILITIES WHEN UNDERGROUND WORK IS INVOLVED

The Contractor shall notify all other affected governmental agencies and utilities whenever underground work is done under the terms of this Contract. The Contractor is required to obtain permission of the appropriate public and private utilities and governmental agencies before performing underground work pursuant to the terms of this Contract. The Contractor is required to call "one call" at 1-800-424-5555 for all work involving excavation or digging more than 12 inches beneath ground or road surface.

The City may have indicated on the plans and specifications the existence of certain underground facilities that are known to the City department/division responsible for this Contract. It is the Contractor's responsibility to fully comply with the Underground Utility Locate Law, Chapter 19.122 RCW. If the site conditions are "changed or differing" as defined by RCW 19.122.040(l), the Contractor may pursue the party responsible for not properly marking or identifying the underground facility. The Contractor agrees not to file any claim or legal action against the City (department/division responsible for this Contract) for said "changed or differing" conditions unless said City department/division is solely responsible for the delay or damages that the Contractor may have incurred.

3.04 TRENCH EXCAVATION BID ITEM

In the event that "trench excavation" in excess of four feet requires a safety system pursuant to Washington state law and safety shoring, sloping, sheeting, or bracing is used, a separate bid item should be set forth in the Proposal for this work. If a separate bid item is not set forth in the Proposal pages, said installed safety system shall be paid at $3.00 per lineal foot of trench, which unit price includes both sides of the trench.

3.05 CONTRACTOR'S INSURANCE

The Contractor shall not commence work under this Contract until all required insurance has been obtained and such insurance has been approved by the City of Tacoma, nor shall the Contractor allow any subcontractor to commence work on his/her subcontract until all insurance required herein has been obtained by Subcontractor. It is the Contractor's responsibility to ascertain that all Subcontractors have the insurance as required by this Contract at all times such Subcontractors are performing the work. The insurance coverages required herein shall be maintained and effective at all times any work including guarantee work is being performed by the Contractor or a Subcontractor.

Page 17: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

Small Works Roster – General Provisions Page 8 of 15 07/07/2016

A. Compensation Insurance

The Contractor shall, at all times during the existence of this Contract, fully comply with all of the terms and conditions of the laws of the state of Washington pertaining to Workers' Compensation together with any and all amendments and supplements thereto and any and all regulations promulgated thereunder.

In the event any of the work herein is sublet, the Contractor shall require such Subcontractor to fully comply with all of the terms and conditions of the laws of the state of Washington pertaining to Workers' Compensation. For persons engaged in employment who are not within the mandatory coverage of the state Workers' Compensation laws, the Contractor shall provide and shall cause each subcontractor to provide compensation insurance (including self-insurance if it otherwise meets all requirements of state Workers' Compensation laws), satisfactory to the City, at least equivalent to the benefits provided for covered employment under state Workers' Compensation laws.

B. Public Liability and Property Damage lnsurance

The Contractor shall procure and maintain during the life of this Contract, a policy of comprehensive general liability insurance, with an insurance carrier authorized to do business in the state of Washington. The policy shall be approved as to form and content by the City Attorney and shall protect the City of Tacoma from liability imposed by law for damages suffered by any persons arising out of or resulting from acts or omissions in the performance of this contract: (1) for bodily injury or death resulting therefrom caused by accidents or occurrences resulting from any act or omission by the Contractor in the performance of the Contract, and (2) for injury to, or destruction of, any property, including property of the City of Tacoma, and including loss of use. The policy or policies shall include coverage for claims for damages because of bodily injury or death or property damage arising out of the ownership, maintenance or use of any motor vehicle, including hired or non-owned vehicles.

If the Contractor fails to maintain such insurance, the City of Tacoma may, at its discretion, immediately terminate the contract.

3.06 SAFETY

A. General

The Contractor shall, at all times, exercise adequate precautions for the safety of all persons, including its employees and the employees of a Subcontractor, in the performance of this Contract and shall comply with all applicable provisions of federal, state, county and municipal safety laws and regulations. It is the Contractor's responsibility to furnish safety equipment or to contractually require Subcontractors to furnish adequate safety equipment relevant to their responsibilities.

The Contractor shall obtain the necessary line clearance from the inspector before performing any work in, above, below or across energized Power Division circuits.

The Inspector and/or engineer/project manager may advise the Contractor and the Safety Officer of any safety violations. It is the Contractor's responsibility to make the necessary corrections. Failure to correct safety violations is a breach of this Contract and, as such, shall be grounds for an order from the safety officer, inspector or engineer/project manager to cease further work and remove from the job site until the condition is corrected. Time and wages lost due to such safety shutdowns shall not relieve the Contractor of any provisions of Section 3.14 of this Specification and shall be at the sole cost of the Contractor. The purpose of this authority to stop work is to enforce the contract and not to assume control except to the extent necessary to ensure compliance with the provisions of this contract.

Any of the above actions by employees of the City of Tacoma shall in no way relieve the Contractor of his/her responsibility to provide for the safety of all persons, including his/her employees.

B. Work Hazard Analysis Report

The Contractor will be required to complete a work hazard analysis report. This report shall outline how the Contractor proposes to satisfy all safety laws and regulations involved in performing the work. This report

Page 18: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

Small Works Roster – General Provisions Page 9 of 15 07/07/2016

shall be completed and submitted to the City Safety Officer before the pre-construction conference. A copy of the report shall be maintained at the work site (accessible to the supervisor).

3.07 PROTECTION OF WORKERS AND PROPERTY

The Contractor shall erect and maintain good and sufficient guards, barricades and signals at all unsafe places at or near the work and shall, in all cases, maintain safe passageways at all road crossings, and crosswalks, and shall do all other things necessary to prevent accident or loss of any kind.

The Contractor shall protect from damage all utilities, improvements, and all other property that is likely to become displaced or damaged by the execution of the work under this Contract.

The Contractor is responsible for all roads and property damaged by his/her operations as shall be determined by the engineer/project manager administering this Contract. The Contractor shall be responsible for repairing all damage to roads caused by his/her operations to the satisfaction of the particular governmental body having jurisdiction over the road.

3.08 CONTRACTOR - SUPERVISION AND CHARACTER OF EMPLOYEES

A. Superintendent to Supervise Contractor's Employees

The Contractor shall keep on his/her work, during its progress, a competent superintendent and any necessary assistants, all of whom must be satisfactory to the City of Tacoma. The Contractor's superintendent shall not be changed except with the consent of the City of Tacoma, unless the Contractor's superintendent proves to be unsatisfactory to the Contractor and ceases to be in his/her employ. The Contractor's superintendent shall represent the Contractor in his/her absence and all directions given to him/her shall be binding as if given to the Contractor directly. The Contractor shall give efficient supervision to the work, using his/her best skill and attention.

B. Character of Contractor's Employees

The Contractor shall employ only competent, skillful, faithful and orderly persons to do the work, and whenever the engineer/project manager administering the Contract shall notify the Contractor in writing that any person on the work is, in his or her opinion, incompetent, unfaithful, disorderly or otherwise unsatisfactory, the Contractor shall forthwith discharge such persons from the work and shall not again employ him or her on this Contract.

3.09 CONTRACTOR'S COMPLIANCE WITH THE LAW

A. Hours of Labor

The Contractor and Subcontractors shall be bound by the provisions of RCW Chapter 49.28 (as amended) relating to hours of labor. Except as set forth in these specifications, eight (8) hours in any calendar day shall constitute a day's work on a job performed under this Contract.

In the event that the work is not performed in accordance with this provision and in accordance with the laws of the state of Washington, then this Contract may be terminated by the City of Tacoma for the reason that the same is not performed in accordance with the public policy of the state of Washington as defined in said statutes.

B. Prevailing Wages

The Contractor and any Subcontractors shall be bound by the provisions of Chapter 39.12 RCW, as amended, relating to prevailing wages and usual fringe benefits. No worker, laborer, or mechanic employed in the performance of any part of this Contract shall be paid less than the "prevailing rate of wage" as determined by the industrial Statistician of the Department of Labor and industries. The schedule of the prevailing wage rates for the locality or localities where this Contract will be performed is by reference made a part of this Contract as though fully set forth herein. Current prevailing wage data will be furnished by the Industrial Statistician upon request. The Contractor shall immediately upon award of the Contract, contact the Department of Labor and Industries, Prevailing Wage Section, 866-219-7321, to obtain full information, forms and procedures relating to these matters.

Page 19: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

Small Works Roster – General Provisions Page 10 of 15 07/07/2016

Before payment is made by or on behalf of the City, of any sum or sums due on account of a Public Works contract, it shall be the duty of the officer or person charged with the custody and disbursement of public funds to require the Contractor and each and every Subcontractor from the Contractor or a Subcontractor to submit to such officer a "Statement of Intent to Pay Prevailing Wages." Each statement of intent to pay prevailing wages must be approved by the industrial statistician of the Department of Labor and Industries before it is submitted to said officer. Unless otherwise authorized by the Department of Labor and Industries each voucher claim submitted by a Contractor for payment on a project estimate shall state that the prevailing wages have been paid in accordance with the prefiled statement or statements of intent to pay prevailing wages on file with the public agency. Following the final acceptance of a Public Works project, it shall be the duty of the officer charged with the disbursement of public funds to require the Contractor and each and every Subcontractor from the Contractor or a Subcontractor to submit to such officer an "Affidavit of Wages Paid" before the funds retained according to the provisions of RCW 60.28.010 are released to the Contractor. Each affidavit of wages paid must be certified by the industrial statistician of the Department of Labor and Industries before it is submitted to said officer.

In the event any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the State of Washington, Department of Labor and industries whose decision shall be final, conclusive and binding on all parties involved in the dispute.

3.10 CHANGES

A. In Plans or Quantities

The City of Tacoma, without invalidating this Contract, or any part of this Contract, may order extra work or make reasonable changes by altering, adding to or deducting from the materials, work and labor and the Contract sum will be adjusted accordingly. All such work and labor shall be executed under the conditions of the original Contract except that any claim for extension of time caused thereby shall be adjusted at the time of ordering such change. When work or bid items are deducted, reduced or eliminated, it is agreed that no payment will be made to Contractor for anticipated profit.

B. Extra Work

Any claim or order for extra materials, work and labor made necessary by alterations or additions to the plans or by other reasons for which no price is provided in this Contract, shall not be valid unless the Contractor and engineer/project manager administering the Contract have agreed upon a price prior to commencing extra work, and the agreement has been signed by the Contractor and approved by the project manager or his/her designee, and approved by the payment and performance bond surety.

C. Extra Work – No Agreed Price

If it is impracticable to fix an increase in price definitely in advance, the order may fix a maximum price which shall not under any circumstances, be exceeded, and subject to such limitation, such alteration, modification, or extra shall be paid for at the actual necessary cost as determined by the City of Tacoma, which cost (including an allowance for profit) shall be determined as the sum of the following items inclusive:

1. Labor, computed at regular wage scale, including premium on compensation insurance and charge for social security taxes, and other taxes, pertaining to labor; no charge for premium pay shall be allowed unless authorized by the engineer/project manager administering the Contract;

2. The proportionate cost of premiums on comprehensive general liability and other insurance applicable to the extra work involved and required under this Contract;

3. Material, including sales taxes pertaining to materials;

4. Plant and equipment rental, to be agreed upon in writing before the work is begun; no charge for the cost of repairs to plant or equipment will be allowed;

5. Superintendence, general expense and profit computed at 20 percent of the total of paragraphs (1) to (4) inclusive;

Page 20: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

Small Works Roster – General Provisions Page 11 of 15 07/07/2016

6. The proportionate cost of premiums on bonds required by this Contract, computed by 1 1/2 percent of the total of paragraphs (1) to (5) inclusive.

7. The City of Tacoma reserves the right to furnish such materials as it may deem expedient, and no allowance will be made for profit thereon.

Whenever any extra work is in progress, for which the definite price has not been agreed on in advance, the Contractor shall each day, report to the engineer/project manager the amount and cost of the labor and material used, and any other expense incurred in such extra work on the preceding day, and no claim for compensation for such extra work will be allowed unless such report shall have been made.

The above-described methods of determining the payment for work and materials shall not apply to the performance of any work or the furnishing of any material, which, in the judgment of the engineer/project manager administering the Contract, may properly be classified under items for which prices are established in the Contract.

D. Claims for Extra Work

If the Contractor claims that any instructions by drawings or otherwise, involve extra cost under this Contract, he/she shall give the City of Tacoma written notice thereof within 30 days after receipt of such instruction, and in any event before proceeding to execute the work, except in an emergency endangering life or property, and the procedures governing the same shall be as provided for immediately above in this paragraph. The method in these paragraphs is the only method available to the Contractor for payment of claims for extra work performed under the terms of this Contract.

3.11 CLEANING UP

The Contractor shall at all times, at his/her own expense, keep the premises free from accumulation of waste materials or debris caused by any workers or the work, at the completion of the work the Contractor shall remove all his waste materials from and about the site and all his/her equipment, sanitary facilities and surplus materials. In the case of dispute, the City of Tacoma may remove the debris and charge the cost to the Contractor as the City of Tacoma shall determine to be just. All material that is deposited or placed elsewhere than in places designated or approved by the engineer/project manager administering the Contract will not be paid for and the Contractor may be required to remove such material and deposit or place it where directed.

3.12 PROGRESS PAYMENT

Progress payments will be made up to the amount of ninety-five percent (95%) of the actual work completed as shall be determined by the engineer/project manager administering the Contract.

The Contractor may request that an escrow account be established as permitted by law, in which event the Contractor will earn interest on the retained funds.

When the time for construction, services and/or installation will exceed thirty (30) days, the Contractor may request, by invoice, to be paid a progress payment based on percentage of work completed. The engineer/project manager will review and approve the progress payment request on a monthly basis.

3.13 FINAL PAYMENT

The final payment of five percent (5%) of the Contract price shall be approved on final acceptance of the work under this Contract by the project manager or his/her designee. Also, before final payment is made, the Contractor shall be required to:

A. Provide a certificate from the Washington State Department of Revenue that all taxes due from the Contractor have been paid or are collectible in accordance with the provisions of Chapter 60.28 and Title 82 of the Revised Code of Washington. In addition to the Department of Revenue requirements, releases from the state of Washington Labor & Industries and Employment Securities must be received.

B. Provide the General Release and Final Contract Verification to the City of Tacoma on the form set forth in these Contract documents, if applicable;

Page 21: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

Small Works Roster – General Provisions Page 12 of 15 07/07/2016

C. Provide a release of any outstanding liens that have been otherwise filed against any monies held or retained by the City of Tacoma;

D. File with the Washington State Department of Labor and Industries, on the state form to be provided, an affidavit of wages paid;

If there is a fee assessed to the City for any certificate, release or other form required by law, the contractor agrees that the fee amount may be passed on to the Contractor and deducted from the monies paid to the Contractor.

3.14 FAILURE TO COMPLETE THE WORK ON TIME

Should the completion of the work required under the Contract be delayed beyond the expiration of the period herein set for the completion of said work, or such extension of said period as may be allowed by reason of unavoidable delays, there shall be deducted from the total Contract price of work, for each calendar day by which such completion shall be delayed beyond said period of such extension thereof the sum of $300 or a sum of money as set forth hereinafter in these Specifications, as the amount of such deduction per calendar day.

Said sum shall be considered not as a penalty, but as liquidated damages which the City will suffer by reason of the failure of the Contractor to perform and complete the work within the period herein fixed or such extensions of said period as may be allowed by reason of unavoidable delays.

Any money due or to become due the Contractor may be retained by the City to cover said liquidated damages, and should such money not be sufficient to cover such damages, the City shall have the right to recover the balance from the Contractor or his/her Sureties.

The filing of any bid for the work herein contemplated shall constitute acknowledgment by the Bidder that he/she understands, agrees and has ascertained that the City will actually suffer damages to the amount hereinabove fixed for each and every calendar day during which the completion of the work herein required shall be delayed beyond the expiration of the period herein fixed for such completion or such extension of said period as may be allowed by reason of unavoidable delays.

3.15 CITY RESERVES RIGHT TO USE FACILITIES PRIOR TO ACCEPTANCE

The City of Tacoma hereby reserves the right to use the facilities herein contracted prior to final acceptance under this Contract. The use of said facilities, as mentioned herein, shall not be construed as a waiver or relinquishment of any rights that the City of Tacoma has under this Contract.

3.16 Intentionally Omitted.

3.17 PAYMENT AND PERFORMANCE BOND / RETAINAGE

Retainage

As provided for in RCW 60.28, five percent of moneys earned by the contractor will be retained for a period of 45 days after the date of final acceptance, or until receipt of all necessary releases from the Department of Revenue and the Department of Labor and Industries and settlement of any liens filed under chapter 60.28 RCW, whichever is later.

Payment and Performance Bond

The successful Bidder shall provide a payment and performance bond, including power of attorney, for 100 percent of the amount of his/her bid (excluding sales taxes), to ensure complete performance of the Contract including the guarantee. The bonds must be executed by a surety company licensed to do business in the state of Washington. If bonds are requested for a supply type contract, a cashiers' check or cash may be substituted for the bonds; however, this cash or cashiers' check must remain with the City through the guarantee period and any interest on said amount shall accrue to the City.

For contracts of less than or equal to $100,000, the payment and performance bonds and/or retainage requirements may be waived on a case-by case basis for City of Tacoma Small Works Roster firms whose annual gross revenue is below $1,000,000.

Page 22: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

Small Works Roster – General Provisions Page 13 of 15 07/07/2016

3.18 SUPPLEMENTAL BIDDER CRITERIA

The bidder must also meet the following applicable supplemental criteria adopted by the City of Tacoma (excerpted from TMC Chapter 1.06.262 Evaluation of Submittals, Qualifications of Bidders and Respondents).

A. In determining the “lowest and best responsible bidder” for purchase of supplies, purchased services and public works, in addition to price, the following may be considered:

1. The ability, capacity, experience, stability, technical qualifications and skill of the respondent to perform the contract;

2. Whether the respondent can perform the contract within the time specified, without delay or interference;

3. Integrity, reputation, character, judgment, experience, and efficiency of the respondents, including past compliance with the City’s Ethics Code;

4. Quality of performance of previous contracts;

5. Previous and existing compliance with laws and ordinances relating to contracts or services;

6. Sufficiency of the respondent’s financial resources;

7. Quality, availability, and adaptability of the supplies, purchased services or public works to the particular use required;

8. Ability of the respondent to provide future maintenance and service on a timely basis;

9. Payment terms and prompt pay discounts;

10. The number and scope of conditions attached to the submittal;

11. Compliance with all applicable City requirements, including but not limited to the City's Ethics Code and its Historically Underutilized Business and Local Employment and Apprenticeship programs;

12. Other qualification criteria set forth in the specification or advertisement that the appropriate department or division head determines to be in the best interests of the City.

B. Intentionally Omitted.

C. Proof of Qualifications for Award. As a condition of accepting a submittal, the City may require respondents to furnish information, sworn or certified to be true, on the requirements of this Section. If the City Manager or Director of Utilities is not satisfied with the sufficiency of the information provided, or if the prospective respondent does not meet all of the following requirements, any submittal from such respondent must be disregarded. In order to be considered a responsible bidder, the prospective bidder shall have all of the following qualifications:

1. Adequate financial resources or the ability to secure such resources;

2. The necessary experience, stability, organization and technical qualifications to perform the proposed contract;

3. The ability to comply with the required performance schedule, taking into consideration all existing business commitments;

4. A satisfactory record of performance, integrity, judgment and skills; and

5. Be otherwise qualified and eligible to receive an award under applicable laws and regulations.

a. Bidder Responsibility. Bidders shall not be in violation of 39.04.350 RCW Bidder Responsibility Criteria - Supplemental Criteria.

Page 23: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

Small Works Roster – General Provisions Page 14 of 15 07/07/2016

3.19 MODIFICATIONS TO SUPPLEMENTAL CRITERIA

Potential bidders may request modifications to the City’s supplemental criteria by submitting a written request to the Purchasing Division no later than 5:00 p.m. Pacific Time, three days prior to the bid opening date. Please include the Specification No. and Title when submitting such requests. Requests must include justification for why certain criteria should be modified. Requests received after this date and time will not be considered.

Requests may be submitted via postal mail or delivered personally, or sent by e-mail or fax, within the above timeline to:

MAIL DELIVERY

City of Tacoma Purchasing Division City of Tacoma Purchasing Division

PO Box 11007 Tacoma Public Utilities

Tacoma, WA 98411-0007 Administration Building North, Main Floor

3628 South 35th Street

Fax: 253-502-8372 Tacoma, WA 98409-3115

E-mail: [email protected]

The City will respond to the request prior to the bid opening date. Changes to the supplemental criteria, if warranted, will be issued by addendum to the solicitation documents and posted to the City’s website for the attention of all prospective notified Small Works Roster bidders.

3.20 DETERMINATION OF BIDDER RESPONSIBILITY

If the City determines the bidder does not meet the bidder responsibility criteria and is therefore not a responsible bidder, the City shall notify the bidder in writing with the reasons for its determination. If the bidder disagrees, the bidder may appeal the determination within the timeline specified in the notification by presenting additional information to the City. The City will consider the additional information before issuing its final determination.

3.21 SUBCONTRACTOR RESPONSIBILITY

A. The Contractor shall include the language of this section in each of its first tier subcontracts, and shall require each of its subcontractors to include the same language of this section in each of their subcontracts, adjusting only as necessary the terms used for the contracting parties. The requirements of this section apply to all subcontractors regardless of tier.

B. At the time of subcontract execution, the Contractor shall verify that each of its first tier subcontractors meets the following bidder responsibility criteria:

1. Have a current certificate of registration as a contractor in compliance with chapter 18.27 RCW, which must have been in effect at the time of subcontract bid submittal;

2. Have a current Washington Unified Business Identifier (UBI) number;

3. If applicable:

a. Have Industrial Insurance (workers' compensation) coverage for the bidder’s employees working in Washington, as required in Title 51 RCW;

b. Have a Washington Employment Security Department number, as required in Title 50 RCW;

c. Have a Washington Department of Revenue state excise tax registration number, as required in Title 82 RCW;

d. Have an electrical contractor license, if required by Chapter 19.28 RCW;

e. Have an elevator contractor license, if required by Chapter 70.87 RCW.

Page 24: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

Small Works Roster – General Provisions Page 15 of 15 07/07/2016

4. Not be disqualified from bidding on any public works contract under RCW 39.06.010 (unlicensed orunregistered contractors) or 39.12.065(3) (prevailing wage).

** Balance of Page Intentionally Left Blank **

Page 25: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such
Page 26: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such
Page 27: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such
Page 28: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such
Page 29: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such
Page 30: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such
Page 31: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such
Page 32: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such
Page 33: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such
Page 34: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such
Page 35: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such
Page 36: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such
Page 37: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such
Page 38: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such
Page 39: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such
Page 40: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such
Page 41: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such
Page 42: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

CITY OF TACOMA FINANCE/PURCHASING DIVISION

SPECIAL NOTICE TO BIDDERS Public works and improvement projects for the City of Tacoma are subject to Washington state law and Tacoma Municipal Code, including, but not limited to the following: I. STATE OF WASHINGTON A. RESPONSIBILITY CRITERIA – STATE OF WASHINGTON In order to be considered a responsible bidder the bidder must meet the following mandatory state responsibility criteria contained in RCW 39.04.350:

1. Have a current certificate of registration as a contractor in compliance with chapter 18.27 RCW, which must have been in effect at the time of bid submittal;

2. Have a current Washington Unified Business Identifier (UBI) number; 3. If applicable:

a. Have Industrial Insurance (workers' compensation) coverage for the bidder’s employees working in Washington, as required in Title 51 RCW;

b. Have a Washington Employment Security Department number, as required in Title 50 RCW;

c. Have a Washington Department of Revenue state excise tax registration number, as required in Title 82 RCW and;

4. Not be disqualified from bidding on any public works contract under RCW 39.06.010 (unlicensed or unregistered contractors) or 39.12.065(3) (prevailing wage).

B. RECIPROCAL PREFERENCE FOR RESIDENT CONTRACTORS: Effective March 30, 2012, RCW 39.04.380 imposes a reciprocal preference for resident contractors. Any bid received from a non-resident contractor from a state that provides an in-state percentage bidding preference is subject application of a comparable percentage disadvantage. A non-resident contractor from a state that provides an in-state percentage bidding preference means a contractor that:

1. Is from a state that provides a percentage bid preference to its resident contractors bidding on public works projects, and

2. Does not have a physical office located in Washington at the time of bidding on the City of Tacoma public works project.

The state of residence for a non-resident contractor is the state in which the contractor was incorporated, or if not a corporation, the state in which the contractor’s business entity was formed. The City of Tacoma will evaluate all non-resident contractors for an out of state bidder preference. If the state of the non-resident contractor provides an in state contractor preference, a comparable percentage disadvantage will be applied to the non-resident

Revised: 09/28/15 Page 1 of 4

Page 43: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

contractor’s bid prior to contract award. The responsive and lowest and best responsible bidder after application of any non-resident disadvantage will be awarded the contract. The reciprocal preference evaluation does not apply to public works procured pursuant to RCW 39.04.155, RCW 39.04.280, federally funded competitive solicitations where such agencies prohibit the application of bid preferences, or any other procurement exempt from competitive bidding. Bidders must provide the City of Tacoma with their state of incorporation or the state in which the business entity was formed and include whether the bidder has a physical office located in Washington. The bidder shall submit documentation demonstrating compliance with above criteria on the enclosed State Responsibility and Reciprocal Bidder Information form. C. SUBCONTRACTOR RESPONSIBILITY

1. The Contractor shall include the language of this subcontractor responsibility section in each of its first tier subcontracts, and shall require each of its subcontractors to include the same language of this section in each of their subcontracts, adjusting only as necessary the terms used for the contracting parties. The requirements of this section apply to all subcontractors regardless of tier.

2. At the time of subcontract execution, the Contractor shall verify that each of its first tier

subcontractors meets the following bidder responsibility criteria:

a. Have a current certificate of registration as a contractor in compliance with chapter 18.27 RCW, which must have been in effect at the time of subcontract bid submittal;

b. Have a current Washington Unified Business Identifier (UBI) number;

c. If applicable, have:

a. Have Industrial Insurance (workers' compensation) coverage for the bidder’s employees working in Washington, as required in Title 51 RCW;

b. A Washington Employment Security Department number, as required in Title 50 RCW;

c. A Washington Department of Revenue state excise tax registration number, as required in Title 82 RCW;

d. An electrical contractor license, if required by Chapter 19.28 RCW; e. An elevator contractor license, if required by Chapter 70.87 RCW and;

3. Not be disqualified from bidding on any public works contract under RCW 39.06.010 (unlicensed or unregistered contractors) or 39.12.065(3) (prevailing wage).

Revised: 09/28/15 Page 2 of 4

Page 44: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

II. CITY OF TACOMA

A. SUPPLEMENTAL RESPONSIBILITY CRITERIA – CITY OF TACOMA:

In order to be considered a responsible bidder, the prospective bidder shall have all of the following qualifications set forth in Tacoma Municipal Code 1.06.262:

1. Adequate financial resources or the ability to secure such resources; 2. The necessary experience, stability, organization and technical qualifications to perform

the proposed contract; 3. The ability to comply with the required performance schedule, taking into consideration

all existing business commitments; 4. A satisfactory record of performance, integrity, judgment and skills; and 5. Be otherwise qualified and eligible to receive an award under applicable laws and

regulations. a. Bidder Responsibility. Bidders shall not be in violation of 39.04.350 RCW Bidder

Responsibility Criteria - Supplemental Criteria. In addition to the mandatory bidder responsibility criteria listed immediately above, the City may, in addition to price, consider any or all of the following criteria contained in Tacoma Municipal Code Chapter 1.06.262 in determining bidder responsibility:

1. The ability, capacity, experience, stability, technical qualifications and skill of the respondent to perform the contract;

2. Whether the respondent can perform the contract within the time specified, without delay or interference;

3. Integrity, reputation, character, judgment, experience, and efficiency of the respondents, including past compliance with the City’s Ethics Code;

4. Quality of performance of previous contracts; 5. Previous and existing compliance with laws and ordinances relating to contracts or

services; 6. Sufficiency of the respondent’s financial resources; 7. Quality, availability, and adaptability of the supplies, purchased services or public works

to the particular use required; 8. Ability of the respondent to provide future maintenance and service on a timely basis; 9. Payment terms and prompt pay discounts; 10. The number and scope of conditions attached to the submittal; 11. Compliance with all applicable City requirements, including but not limited to the City's

Ethics Code and its Small Business Enterprise and Local Employment and Apprenticeship programs;

12. Other qualification criteria set forth in the specification or advertisement that the appropriate department or division head determines to be in the best interests of the City.

The City may require bidders to furnish information, sworn or certified to be true, to demonstrate compliance with the City responsibility criteria set forth above. If the city manager or director of utilities is not satisfied with the sufficiency of the information provided, or if the prospective respondent does not substantially meet all responsibility requirements, any submittal from such respondent must be disregarded. B. ADDITIONAL SUPPLEMENTAL CRITERIA – NOT APPLICABLE

Revised: 09/28/15 Page 3 of 4

Page 45: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

C. MODIFICATIONS TO SUPPLEMENTAL CRITERIA Potential bidders may request modifications to the City’s supplemental criteria by submitting a written request to the Purchasing Division no later than 5:00 p.m. Pacific Time, three days prior to bid opening date. Please include the Specification No. and Title when submitting such requests. Requests must include justification for why certain criteria should be modified. Requests received after this date and time will not be considered. Requests may be submitted via postal mail or delivered personally, or sent by e-mail or fax, within the above timeline to:

MAIL DELIVERY City of Tacoma Purchasing Division City of Tacoma Purchasing Division PO Box 11007 Tacoma Public Utilities Tacoma, WA 98411-0007 Administration Building North – Main Floor 3628 South 35th Street Fax: 253-502-8372 Tacoma, WA 98409-3115 E-mail: [email protected]

The City will respond to a timely submitted request prior to the bid opening date. Changes to the supplemental criteria, if warranted, will be issued by addendum to the solicitation documents and posted to the City’s website for the attention of all prospective bidders. D. DETERMINATION OF BIDDER RESPONSIBILITY If the City determines the bidder does not meet the criteria above and is therefore not a responsible bidder, the City shall notify the bidder in writing with the reasons for its determination. If the bidder disagrees, the bidder may appeal the determination in a manner consistent with the City’s Protest Policy. Appeals are coordinated by the Purchasing Division heard by the Procurement and Payables Division manager for contracts less than or equal to $200,000 and by Contracts and Awards Board for contracts greater than $200,000.

Revised: 09/28/15 Page 4 of 4

Page 46: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

PREVAILING WAGE RATES

for

Pierce County

September 2, 2015

The State of Washington prevailing wage rates applicable for this public works project may be found at the following website addresses of the Department of Labor and Industries:

JOURNEY LEVEL

See Department of Labor and Industries URL link

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

APPRENTICES

See Department of Labor and Industries URL link https://fortress.wa.gov/lni/wagelookup/ApprenticeWageLookup.aspx

The schedule of prevailing wage rates is made part of the Contract Documents by reference as

through fully set forth herein; and a copy of the applicable prevailing wage rates are also available for viewing at the City Purchasing Office. Upon request to the Purchasing Department,

the City will email a copy of the applicable Journey Level prevailing wages for this project.

Page 47: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

The following forms to be submitted upon award.

Page 48: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

Form No. SPEC-100A Revised: 09/11/2014

Resolution No. Bond No.

KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned,

as principal, and 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 TACOMA in the penal sum of $ , for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinances of the City of Tacoma.

Dated at Tacoma, Washington, this day of , 20 . Nevertheless, the conditions of the above obligation are such that:

WHEREAS, under and pursuant to the City Charter and general ordinances of the City of Tacoma, the said City has or is about to enter with the above bounden principal, a certain contract, providing for

Specification No.

Specification Title:

Contract No.

(which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the said principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth;

NOW, THEREFORE, if the said shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen; the claims of any person or persons arising under the contract to the extent such claims are provided for in RCW 39.08.010; the state with respect to taxes imposed pursuant to Titles 50, 51, and 82 RCW which may be due; and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall indemnify and hold the City of Tacoma harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract after its acceptance thereof by the City of Tacoma and all claims filed in compliance with Chapter 39.08, RCW are resolved, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect.

Approved as to form: Principal:

City Attorney By:

Surety:

By:

Agent’s Name:

Agent’s Address:

PERFORMANCE BOND TO THE CITY OF TACOMA

Sample

Page 49: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

Form No. SPEC-100B 06/01/16

Resolution No. Bond No.

That we, the undersigned,

as principal, and as a surety, are jointly and severally held and firmly bound to the CITY OF TACOMA, in the penal sum of, $ , for the payment whereof Contractor and Surety bind themselves, their executors, administrators, legal representatives, successors and assigns, jointly and severally, firmly by these presents.

This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinances of the City of Tacoma.

WHEREAS, under and pursuant to the City Charter and general ordinances of the City of Tacoma, the said City has or is about to enter with the above bounden principal, a contract, providing for

Specification No.

Specification Title:

Contract No.

(which contract is referenced to herein and is made a part hereof as though attached hereto), and

WHEREAS, the said principal has accepted, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth.

This statutory payment bond shall become null and void, if and when the Principal, its heirs, executors, administrators, successors, or assigns shall pay all persons in accordance with RCW 39.08, 39.12, and 60.28, including all workers, laborers, mechanics, subcontractors, and materialmen, and all person who shall supply such contractor or subcontractor with provisions and supplies for the carrying on of such work, and all taxes incurred on said Contract under Titles 50 and 51 RCW and all taxes imposed on the Principal under Title 82 RCW; and if such payment obligations have not been fulfilled, this bond shall remain in full force and effect.

The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the Contract shall in any way affect its obligation on this bond, and waivers notice of any changes, extension of time, alteration or addition to the terms of the Contract or the work performed. The Surety 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 bond and notice to Surety is not required for such increased obligation.

No suit or action shall be commenced hereunder by any claimant unless claimant shall have given the written notices to the City, and where required, the Contractor, in accordance with RCW 39.08.030.

The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of claims which may be properly filed in accordance with RCW 39.08 whether or not suit is commenced under and against this bond.

If any claimant shall commence suit and obtain judgment against the Surety for recovery hereunder, then the Surety, in addition to such judgment and attorney fees as provided by RCW 39.08.030, shall also pay such costs and attorney fees as may be incurred by the City as a result of such suit. Venue for any action arising out of or in connection with this bond shall be in Pierce County, WA.

Surety companies executing bonds must be authorized to transact business in the State of Washington as surety and named in the current list of “Surety Companies Acceptable in Federal Bonds” as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasure Department.

PAYMENT BOND TO THE CITY OF TACOMA

Sample

Page 50: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

Form No. SPEC-100B 06/01/16

Resolution No. Bond No.

One original bond shall be executed, and be signed by the parties’ duly authorized officers. This bond will only be accepted if it is accompanied by a fully executed power of attorney for the office executing on behalf of the surety.

Approved as to form: Principal: Vendor Legal Name

Deputy City Attorney By:

Surety:

By:

Agent’s Name:

Agent’s Address:

Sample

Page 51: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

Page 5-62 2016 Standard Specifications M 41-10 Amended April 4, 2016

5-05 Cement Concrete Pavement

5-05 Cement Concrete Pavement5-05.1 Description

This Work shall consist of constructing a pavement composed of portland cement concrete on a prepared Subgrade or base in accordance with these Specifications and in conformity with the lines, grades, thicknesses, and typical cross-sections shown in the Plans or established by the Engineer.

5-05.2 MaterialsMaterials shall meet the requirements of the following sections: Portland Cement 9-01

Fine Aggregate 9-03 Coarse Aggregate 9-03 Combined Aggregate 9-03 Joint Filler 9-04.1 Joint Sealants 9-04.2 Corrosion Resistant Dowel Bars 9-07.5(2) Tie Bars 9-07.6 Concrete Patching Material 9-20 Curing Materials and Admixtures 9-23 Water 9-25 Epoxy Resins 9-26

Cementitious materials are considered to be the following: portland cement, blended hydraulic cement, fly ash, ground granulated blast furnace slag, microsilica fume, and metakaolin.

5-05.3 Construction Requirements

5-05.3(1) Concrete Mix Design for PavingThe Contractor shall provide a concrete mix design for each design of concrete specified

in the Contract. The Contractor shall use ACI 211.1 as a guide to determine proportions. Concrete strength, placement, and workability shall be the responsibility of the Contractor. Following approval of the Contractor’s proposal, all other requirements of Section 5-05 shall apply.

1. Materials – Materials shall conform to Section 5-05.2. Fine aggregate shall conform to Section 9-03.1(2), Class 1. Coarse aggregate shall conform to Section 9-03.1(4), AASHTO grading No. 467. An alternate combined gradation conforming to Section 9-03.1(5) may be proposed, that has a nominal maximum aggregate size equal to or greater than a 1½-inch sieve.

Fly ash, if used, shall not exceed 35 percent by weight of the total cementitious material, shall conform to Section 9-23.9 and shall be limited to Class F with a maximum CaO content of 15 percent by weight.

Ground granulated blast furnace slag, if used, shall not exceed 30 percent by weight of the total cementitious material and shall conform to Section 9-23.10. When both ground granulated blast furnace slag and fly ash are included in the concrete mix, the total weight of both these materials is limited to 35 percent by weight of the total cementitious material. As an alternative to the use of fly ash, ground granulated blast furnace slag and cement as separate components, a blended hydraulic cement that meets the requirements of Section 9-01.2(4) Blended Hydraulic Cements may be used.

The water/cement ratio shall be calculated on the total weight of cementitious material. Cementitious materials are those listed in Section 5-05.2. The minimum cementitious material for any mix design shall be 564 pounds per cubic yard.

Page 52: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

2016 Standard Specifications M 41-10 Page 5-63Amended April 4, 2016

Cement Concrete Pavement 5-05

2. Submittals – The Contractor’s submittal shall include the mix proportions per cubic yard, test results from beams and cylinders, and the proposed sources for all ingredients including the fly ash. The mix shall be capable of providing a minimum flexural strength of 650 psi at 14 days. Evaluation of strength shall be based on statistically analyzed results of five beam specimens made according to WSDOT T 808 and tested according to WSDOT T 802 that demonstrate a quality level of not less than 80 percent analyzed in accordance with Section 1-06.2(2)D. In addition the Contractor shall fabricate, cure, and test five sets of cylinders, for evaluation of 28-day strengths, according to AASHTO T 22 and FOP for AASHTO T 23 using the same mix design as used in fabrication of the beams.

Mix designs submitted by the Contractor shall provide a unique identification for each proposal and shall include test data confirming that concrete made in accordance with the proposed design will meet the requirements of these Specifications and the 28-day compressive strength result. Test data shall be from an independent testing lab or from a commercial concrete producer’s lab. If the test data is developed at a producer’s lab, the Engineer or a representative may witness all testing.

3. Conformance to Mix Design – Cement and coarse and fine aggregate weights shall be within the following tolerances of the mix design:

Portland Cement Concrete Batch Weights, per cubic yard of ConcreteCement +5% -1%

Coarse Aggregate + 30 Pounds - 30 PoundsFine Aggregate + 30 Pounds - 30 Pounds

If the total cementitious material weight is made up of different components, these component weights shall be within the following tolerances:a. Portland cement weight plus 5 percent or minus 1 percent of that specified in the

mix design.b. Fly ash and ground granulated blast furnace slag weight plus or minus 5 percent

of that specified in the mix design.c. Microsilica weight plus or minus 10 percent of that specified in the mix design. Water shall not exceed the maximum water specified in the mix design. The Contractor may initiate minor adjustments to the approved mix proportions

within the tolerances noted above without resubmitting the mix design.The Contractor shall notify the Engineer in writing of any proposed modification. A new

mix design will designate a new lot.

5-05.3(2) ConsistencyThe materials shall be mixed with sufficient water to produce a stiff concrete which will

hold its shape when deposited upon the Subgrade. Concrete placed during wet weather must be mixed with sufficient water to produce a very stiff mixture. The consistency shall be such that separation of the mortar from the coarse aggregate will not occur in handling.

The water/cementitious material ratio, by weight, shall not exceed 0.44. When slip-form paving equipment is used, the Contractor shall further control concrete consistency to ensure that edge slump conforms to the requirements of Section 5-05.3(11).

5-05.3(3) EquipmentEquipment necessary for handling materials and performing all parts of the Work shall

conform to the following requirements:

Page 53: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

Page 5-64 2016 Standard Specifications M 41-10 Amended April 4, 2016

5-05 Cement Concrete Pavement

5-05.3(3)A Batching Plant and Equipment1. General – The batching plant shall include bins, weighing hoppers, and scales for the

fine aggregate and for each size of coarse aggregate. If cement is used in bulk, a bin, hopper, and separate scale for cement shall be included. The weighing hoppers shall be properly sealed and vented to preclude dusting during operation. The batching plant shall be equipped with a suitable batch counter that cannot be reset, which will correctly indicate the number of batches proportioned.

2. Bins and Hoppers – Bins with adequate separate compartments for fine aggregate and for each size of the coarse aggregate shall be provided in the batching plant.

5-05.3(3)B Mixing Equipment1. General – Concrete may be mixed at a batching plant or wholly or in part in truck

mixers. Each mixer shall have attached in a prominent place a manufacturer’s plate showing the capacity of the drum in terms of volume of mixed concrete and the speed of rotation of the mixing drum or blades.

2. Batching Plant – Mixing shall be in an approved mixer capable of combining the aggregates, cement, and water into a thoroughly mixed and uniform weight within the specified mixing period.

Mixers shall be cleaned at suitable intervals. The pickup and throw-over blades in the drum shall be repaired or replaced when they are worn down ¾ inch or more. The Contractor shall have available at the jobsite a copy of the manufacturer’s design, showing dimensions and arrangements of the blades in reference to original height and depth, or provide permanent marks on blades to show points of ¾ inch wear from new conditions. Drilled holes ¼ inch in diameter near each end and at midpoint of each blade are recommended.

3. Truck Mixers and Truck Agitators – Truck mixers used for mixing and hauling concrete, and truck agitators used for hauling plant-mixed concrete, shall conform to the requirements of Section 6-02.3(4)A.

4. Nonagitator Trucks – Bodies of nonagitating hauling equipment for concrete shall be smooth, mortar-tight, metal containers and shall be capable of discharging the concrete at a satisfactory controlled rate without segregation. Covers shall be provided when needed for protection. Plant-mixed concrete may be transported in nonagitated vehicles provided that the concrete is delivered to the site of the Work and discharge is completed within 45 minutes after the introduction of mixing water to the cement and aggregates, and provided the concrete is in a workable condition when placed.

5-05.3(3)C Finishing EquipmentThe standard method of constructing concrete pavement on State Highways shall be with

approved slip-form paving equipment designed to spread, consolidate, screed, and float-finish the freshly placed concrete in one complete pass of the machine so a dense and homogeneous pavement is achieved with a minimum of hand finishing. On other roads and on WSDOT projects requiring less than 1,000 square yards of cement concrete pavement or requiring individual placement areas of less than 1,000 square yards, irregular areas, intersections, and at locations inaccessible to slip-form paving equipment, cement concrete pavement may be placed with approved placement and finishing equipment utilizing stationary side forms. Hand screeding and float finishing of cement concrete pavement may only be utilized on small irregular areas as allowed by the Engineer.

Page 54: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

2016 Standard Specifications M 41-10 Page 5-65Amended April 4, 2016

Cement Concrete Pavement 5-05

5-05.3(3)D Joint Sawing EquipmentThe Contractor shall provide approved power driven concrete saws for sawing joints,

adequate in number of units and power to complete the sawing at the required rate. The Contractor shall provide at least one standby saw in good working order. An ample supply of saw blades shall be maintained at the site of the Work at all times during sawing operations. The Contractor shall provide adequate artificial lighting facilities for night sawing. All of this equipment shall be on the job both before and continuously during concrete placement. Sawing equipment shall be available immediately and continuously upon call by the Engineer on a 24-hour basis, including Saturdays, Sundays, and holidays.

5-05.3(3)E Smoothness Testing EquipmentThe Contractor shall provide a California-type computerized profilograph, complete with

recorder, for determining the profile index of the pavement according to WSDOT T 807. The profilograph shall be on the project, calibrated, in good working condition, and ready for operation before construction of any concrete pavement begins. The operator shall be competent and experienced in operation of the equipment.

5-05.3(4) Measuring and Batching MaterialsThe batch plant site, layout, equipment, and provisions for transporting material shall

ensure a continuous supply of material to the Work.1. Measuring Materials

a. Aggregates – The fine aggregate and each size of coarse aggregate shall be measured by weighing, the weight for the particular aggregates used being proportional to their respective bulk specific gravities. The weighing of each size of material shall be a separate and distinct operation.

Corrections shall be made for variations in weight of materials due to the moisture content.

The equipment for weighing aggregates shall conform to the requirements of Section 1-09.2.

b. Cement – Cement shall be weighed on scales meeting the requirements of Section 1-09.2. Adequate provision shall be made to prevent loss of cement between the batch box and the mixer.

c. Water – Water may be measured either by volume or by weight. The accuracy of measuring the water shall be within a range of error of not over 1 percent.

2. Batching Materials – On all projects requiring more than 2,500 cubic yards of portland cement concrete for paving, the batching plant shall be equipped to proportion aggregates and cement by weight by means of automatic and interlocked proportioning devices of approved type.

5-05.3(4)A Acceptance of Portland Cement Concrete PavementAcceptance of portland cement concrete pavement shall be as provided under statistical

or nonstatistical acceptance. Determination of statistical or nonstatistical shall be based on Proposal quantities and shall consider the total of all Bid items involving of a specific class.

Statistical acceptance will apply only to Contracts advertised, Awarded and administered by WSDOT, unless specifically provided otherwise in the Special Provisions. Contracting agencies other than WSDOT must specifically invoke statistical acceptance in their Special Provisions if it is desired.

Statistical Acceptance, (1) applies only to WSDOT projects, (2) is administered under the provisions of Section 5-05.5, and (3) will be used for a class of mix when the Proposal quantities for that class of mix is 1,500 cubic yards or greater.

Page 55: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

Page 5-66 2016 Standard Specifications M 41-10 Amended April 4, 2016

5-05 Cement Concrete Pavement

Nonstatistical Acceptance will be used (1) for a class of mix when the Proposal quantities for that class of mix is less than 1,500 cubic yards and (2) all contracts advertised, Awarded and administered by agencies other than WSDOT.

The point of acceptance will be per WAQTC TM 2 or at the point of discharge when a pump is used.

Acceptance of Concrete. The concrete producer shall provide a certificate of compliance for each truckload of concrete in accordance with Section 6-02.3(5)B.

For the purpose of acceptance sampling and testing, a lot is defined as having a maximum of 15 sublots that was produced for the same class of mix. The final lot may be increased to 25 sublots. All of the test results obtained from the same lot shall be evaluated collectively. The quantity represented by each sample will constitute a sublot. Sampling and testing shall be performed on a random basis at the frequency of one sample per sublot. Sublot size shall be determined to the nearest 10 cubic yards to provide not less than three uniform sized sublots with a maximum sublot size of 500 cubic yards.

Acceptance testing for compliance of air content and 28-day compressive strength shall be conducted from samples prepared according to FOP for WAQTC TM 2. Air content shall be determined by conducting FOP for AASHTO T 152. Compressive strength shall be determined by FOP for AASHTO T 23 and AASHTO T 22.

The Contractor shall provide cure boxes in accordance with Section 6-02.3(5)H, and protect concrete cylinders in cure boxes from excessive vibration and shock waves during the curing period in accordance with Section 6-02.3(6)D. Payment for cure boxes shall be in accordance with Section 6-02.5.

Rejection of Concrete1. Rejection by the Contractor – The Contractor may, prior to sampling, elect to remove

any defective material and replace it with new material at no expense to the Contracting Agency. Any such new material will be sampled, tested, and evaluated for acceptance.

2. Rejection Without Testing – The Engineer may reject any load that appears defective prior to placement. Material rejected before placement shall not be incorporated into the pavement. No payment will be made for the rejected materials unless the Contractor requests that the rejected material be tested. If the Contractor elects to have the rejected materials tested, a sample will be taken and both the air content and strength shall be tested by WSDOT.

Payment for rejected material will be based on the results of the one sample, which was taken and tested. If the rejected material fails either test, no payment will be made for the rejected material; in addition, the cost of sampling and testing at the rate of $250.00 per sample shall be borne by the Contractor. If the rejected material passes both tests, the mix will be compensated at a CPF of 1.00 and the cost of the sampling and testing will borne by the Contracting Agency.

Statistical AcceptanceThe results of all acceptance testing performed in the field and the Composite Pay Factor

(CPF) of the lot after three sublots have been tested will be available to the contractor through WSDOT’s website.

The Specification limits as defined in Section 1-06.2(2)D shall be as follows. The lower Specification limit for Air Content shall be 3 percent, and the upper Specification limit for Air Content shall be 7 percent. The lower Specification limit for compressive strength shall be 4,000 psi.

The price adjustment factor (fi) defined in Section 1-06.2(2)D shall be six for compressive strength and four for air content.

If either the air content or compressive strength is not measured in accordance with this section its individual pay factor will be considered to be 1.00 in calculating the Composite Pay Factor.

Page 56: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

2016 Standard Specifications M 41-10 Page 5-67Amended April 4, 2016

Cement Concrete Pavement 5-05

Non-Statistical AcceptanceConcrete will be accepted based on conformance to the requirement for air content and

the compressive strength at 28 days for sublots as tested and determined by the Contracting Agency. The lower Specification limit for air content shall be 3 percent, and the upper Specification limit for air content shall be 7 percent. The lower Specification limit for compressive strength shall be 4,000 psi.

Each sublot will be deemed to have met the specified compressive strength requirement when both of the following conditions are met:

1. Individual strength tests do not fall below the lower specification limit for strength by more than 12½ percent, or 500 psi, whichever is least.

2. An individual strength test averaged with the two preceding individual strength tests meets or exceeds the lower specification limit for strength.

When compressive strengths fail to satisfy one or both of the above requirements, the Contractor may request acceptance of in-place concrete strength based on core results. This method will not be used if the Engineer determines coring would be harmful to the integrity of the Structure. Cores, if allowed, will be obtained by the Contractor in accordance with AASHTO T 24 and delivered to the Contracting Agency for testing in accordance with AASHTO T 22. If the concrete in the Structure will be dry under service conditions, the core will be air-dried at a temperature of between 60°F and 80°F and at a relative humidity of less than 60 percent for 7 days before testing, and will be tested air dry.

Acceptance for each sublot by the core method requires that the average compressive strength of three cores be at least 85 percent of the specified strength with no one core less than 75 percent of the specified strength. When the Contractor requests strength analysis by coring, the results obtained will be accepted by both parties as conclusive and supersede all other strength data for the concrete sublot.

If the Contractor elects to core, cores shall be obtained no later than 50 days after initial concrete placement. The Engineer will concur in the locations to be cored. Repair of cored areas shall be the responsibility of the Contractor. The cost incurred in coring and testing these cores, including repair of core locations, shall be borne by the Contractor.

5-05.3(5) Mixing ConcreteThe concrete may be mixed in a batching plant or in truck mixers. The mixer shall be of

an approved type and capacity. Mixing time shall be measured from the time all materials are in the drum. Ready-mixed concrete shall be mixed and delivered in accordance with the requirements of Sections 6-02.3(4), 6-02.3(4)A, and 6-02.3(4)B.

When mixed in a batching plant, the mixing time shall not be less than 50 seconds nor more than 90 seconds.

The mixer shall be operated at a drum speed as shown on the manufacturer’s nameplate on the mixer. Any concrete mixed less than the specified time shall be discarded and disposed of by the Contractor at no expense to the Contracting Agency. The volume of concrete mixed per batch shall not exceed the mixer’s rated capacity, as shown on the manufacturer’s standard rating plate on the mixer.

Each concrete mixing machine shall be equipped with a device for counting automatically the number of batches mixed during the day’s operation.

Retempering concrete by adding water or by other means will not be permitted.

5-05.3(5)A Limitations of MixingConcrete shall not be mixed, placed, or finished when the natural light is inadequate,

as determined by the Engineer, unless an adequate and approved artificial lighting system is operated.

Page 57: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

Page 5-68 2016 Standard Specifications M 41-10 Amended April 4, 2016

5-05 Cement Concrete Pavement

Mixing and placing concrete shall be discontinued when a descending air temperature in the shade away from artificial heat reaches 40ºF and shall not be resumed until an ascending air temperature in the shade and away from artificial heat reaches 35ºF unless authorized in writing by the Engineer.

When mixing and placing is authorized during cold weather, the aggregates may be heated by either steam or dry heat prior to being placed in the mixer. The apparatus used shall heat the mass uniformly and shall be arranged to preclude the possible occurrence of overheated areas which might injure the materials. Unless otherwise authorized, the temperature of the mixed concrete shall be not less than 50ºF and not more than 90ºF at the time of discharge into the hauling conveyance. No concrete shall be mixed with frozen aggregates.

5-05.3(6) SubgradeThe Subgrade shall be constructed in accordance with Section 2-06.The Subgrade shall be prepared and compacted a minimum of 3 feet beyond each edge

of the area which is to receive concrete pavement in order to accommodate the slip-form equipment. Concrete shall not be placed on a frozen Subgrade nor during heavy rainfall.

The Subgrade shall be moist before the concrete is placed.

5-05.3(7) Placing, Spreading, and Compacting ConcreteThe provisions relating to the frequency and amplitude of internal vibration shall be

considered the minimum requirements and are intended to ensure adequate density in the hardened concrete. Referee testing of hardened concrete will be performed by cutting cores from the finished pavement after a minimum of 24 hours of curing. Density determination will be made based on the water content of the core as taken. WSDOT T 810 shall be used for the determination of core density. Reference cores will be taken at the minimum rate of one for each 500 cubic yards of pavement, or fraction thereof. These same cores will be used for thickness measurements as required by Section 5-05.5(1).

The average density of the cores shall be at least 97 percent of the approved mix design density or the actual concrete density when determined by the Contractor using AASHTO T 121 with no cores having a density of less than 96 percent.

Failure to meet the above requirement will be considered as evidence that the minimum requirements for vibration are inadequate for the job conditions, and additional vibrating units or other means of increasing the effect of vibration shall be employed so that the density of the hardened concrete as indicated by further referee testing shall conform to the above listed requirements. Primary units of pavement, as defined in Section 5-05.5(1), not meeting the prescribed minimum density shall be removed and replaced with satisfactory material. At the option of the Engineer, noncompliant material may be accepted at a reduced price.

5-05.3(7)A Slip-Form ConstructionThe concrete shall be distributed uniformly into final position by a self-propelled slip-form

paver without delay. The alignment and elevation of the paver shall be regulated from outside reference lines established for this purpose. The paver shall vibrate the concrete for the full width and depth of the strip of pavement being placed and the vibration shall be adequate to provide a consistency of concrete that will stand normal to the surface with sharp well-defined edges. The sliding forms shall be rigidly held together laterally to prevent spreading of the forms.

The plastic concrete shall be effectively consolidated by internal vibration with transverse vibrating units for the full width of pavement and/or a series of equally spaced longitudinal vibrating units. The space from the outer edge of the pavement to the outer longitudinal unit shall not exceed 9 inches. The spacing of internal units shall be uniform and not exceed 18 inches.

Page 58: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

2016 Standard Specifications M 41-10 Page 5-69Amended April 4, 2016

Cement Concrete Pavement 5-05

The term internal vibration means vibration by vibrating units located within the specified thickness of pavement section.

The rate of vibration of each vibrating unit shall be not less than 7,500 cycles per minute, and the amplitude of vibration shall be sufficient to be perceptible on the surface of the concrete along the entire length of the vibrating unit and for a distance of at least 1 foot. The frequency of vibration or amplitude shall be varied proportionately with the rate of travel to result in a uniform density and air content. The paving machine shall be equipped with a tachometer or other suitable device for measuring and indicating the actual frequency of vibrations.

The concrete shall be held at a uniform consistency. The slip-form paver shall be operated with as nearly a continuous forward movement as possible and all operations of mixing, delivering, and spreading concrete shall be coordinated to provide uniform progress with stopping and starting of the paver held to a minimum. If, for any reason, it is necessary to stop the forward movement of the paver, the vibratory and tamping elements shall also be stopped immediately. No tractive force shall be applied to the machine, except that which is controlled from the machine.

When concrete is being placed adjacent to an existing pavement, that part of the equipment which is supported on the existing pavement shall be equipped with protective pads on crawler tracks or rubber-tired wheels on which the bearing surface is offset to run a sufficient distance from the edge of the pavement to avoid breaking the pavement edge.

5-05.3(7)B Stationary Side Form ConstructionSide form sections shall be straight, free from warps, bends, indentations, or other defects.

Defective forms shall be removed from the Work. Metal side forms shall be used unless other forms are approved by the Project Engineer.

Side forms may be built up by rigidly attaching a section to either top or bottom of forms. If such buildup is attached to the top of metal forms, the buildup shall be of metal.

Side forms shall be of sufficient rigidity, both in the form and in the interlocking connection with adjoining forms, that springing will not occur under the weight of grading and paving equipment or from the pressure of concrete. The Contractor shall provide sufficient forms so that there will be no delay in placing the concrete due to lack of forms.

Before placing side forms, the underlying material shall be at the proper grade. Side forms shall be placed to the required grade and alignment of the edge of the finished pavement. Wood wedges may be used to adjust the form elevation provided they do not extend into the concrete. The forms shall be firmly supported during the entire operation of placing, compacting, and finishing the pavement.

Forms shall be drilled in advance of being placed to line and grade to accommodate tie bars where these are specified.

Immediately in advance of placing concrete and after all Subgrade operations are completed, side forms shall be trued and maintained to the required line and grade for a distance sufficient to prevent delay in placing concrete.

Side forms shall remain in place at least 12 hours after the concrete has been placed, and in all cases until the edge of the pavement no longer requires the protection of the forms. Curing compound shall be applied to the concrete immediately after the forms are removed.

Side forms shall be thoroughly cleaned and oiled each time they are used and before concrete is placed against them.

Concrete shall be spread, screeded, shaped, and consolidated by one or more self-propelled machines. These machines shall uniformly distribute and consolidate concrete without segregation so that completed pavement will conform to required cross section with a minimum of handwork.

Page 59: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

Page 5-70 2016 Standard Specifications M 41-10 Amended April 4, 2016

5-05 Cement Concrete Pavement

The number and capacity of machines furnished shall be adequate to perform the Work required at a rate equal to that of concrete delivery.

Concrete for the full paving width shall be effectively consolidated by means of surface vibrators, in combination with internal vibrators, or by some other method of consolidation that produces equivalent results without segregation.

When vibrators are used to consolidate concrete, the rate of vibration shall be not less than 3,500 cycles per minute for surface vibrators and shall be not less than 7,000 cycles per minute for internal vibrators. Amplitude of vibration shall be sufficient to be perceptible on the surface of the concrete more than 1 foot from the vibrating element. The Contractor shall furnish a tachometer or other suitable device for measuring and indicating frequency of vibration.

Power to vibrators shall be connected so that vibration ceases when forward or backward motion of the machine is stopped.

5-05.3(8) JointsJoints in cement concrete pavement will be designated as longitudinal and transverse

contraction joints, longitudinal and transverse construction joints, or isolation joints, and shall be constructed as shown in the Plans and in accordance with the following provisions:

All contraction joints shall be constructed at the locations, intervals, and depths shown in the Standard Plans. The faces of all joints shall be constructed perpendicular to the surface of the cement concrete pavement.

5-05.3(8)A Contraction JointsAll transverse and longitudinal contraction joints shall be formed with suitable power-

driven concrete saws. The Contractor shall provide sufficient sawing equipment capable of completing the sawing to the required dimensions and at the required rate to control cracking. The Contractor shall provide adequate artificial lighting facilities for night sawing. Joints shall not vary from the specified or indicated line by more than ¾ inch.

Commencement of sawing transverse contraction joints will be dependent upon the setting time of the concrete and shall be done at the earliest possible time following placement of the concrete without tearing or raveling the adjacent concrete excessively.

Longitudinal contraction joints shall be sawed as required to control cracking and as soon as practical after the initial control transverse contraction joints are completed.

Any damage to the curing material during the sawing operations shall be repaired immediately after the sawing is completed.

When cement concrete pavement is placed adjacent to existing cement concrete pavement, the vertical face of all existing working joints shall be covered with a bond-breaking material such as polyethylene film, roofing paper, or other material as approved by the Engineer.

5-05.3(8)B Sealing Sawed Contraction JointsSawed contraction joints shall be filled with a joint sealant filler conforming to the

requirements of Section 9-04.2. Joints shall be thoroughly clean at the time of sealing and if the hot-poured type is used the joints shall be dry. Care shall be taken to avoid air pockets. The hot-poured compound shall be applied in two or more layers, if necessary. The hot-poured compound and the cold-poured compound shall be applied under sufficient pressure to fill the groove from bottom to top and the cured joint sealant shall be between ¼ and ⅝ inch below the top surface of the concrete. The joint filled with cold-poured compound shall then be covered with a strip of nonabsorbent paper at least twice as wide as the joint and the paper shall be left in place.

Page 60: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

2016 Standard Specifications M 41-10 Page 5-71Amended April 4, 2016

Cement Concrete Pavement 5-05

5-05.3(8)C Construction JointsWhen placing of concrete is discontinued for more than 45 minutes, a transverse

construction joint shall be installed. Construction joints shall be as shown in the Standard Plans.

Transverse construction joints shall be constructed between cement concrete pavement and reinforced concrete bridge approach slabs.

All transverse and longitudinal construction joints, including the joint between new and existing pavement when widened, shall be sawed and sealed with joint filler conforming to the requirements of Sections 5-05.3(8)A and 9-04.2.

5-05.3(8)D Isolation JointsPremolded joint filler in accordance with Section 9-04.1(2) shall be placed as detailed

in the Plans through the full depth of concrete pavement when drainage features are placed within the concrete pavement.

5-05.3(9) Vacant

5-05.3(10) Tie Bars and Corrosion Resistant Dowel BarsTie bars shall be placed at all longitudinal contraction and construction joints, in

accordance with the requirements shown in the Standard Plans. In addition, tie bars shall be installed when concrete Shoulders are placed as a separate operation or when widening existing pavement.

Tie bars shall be placed at longitudinal construction joints between lanes in a manner that the individual bars are located at the required elevation and spaced as shown in the Standard Plans and in a manner that the vertical edge of the concrete is not deformed or otherwise damaged during placement of the bars.

Placement tolerances for tie bars shall be within 1 inch of the middle of the concrete slab, within 1 inch of being centered over the joint and placed parallel or perpendicular to centerline within 1 inch of the vertical and horizontal plane.

Corrosion resistant dowel bars will be required for the construction joint at the end of paving operations each day and they shall be placed in accordance with the Standard Plans. Corrosion resistant dowel bars shall be placed at all transverse contraction joints as shown in the Contract or in accordance with the Standard Plans. All dowel bars shall have a parting compound, such as curing compound, grease or other Engineer approved equal applied to them prior to placement. Any dowel bar delivered to the project that displays rust/oxidation, pinholes, questionable blemishes, or deviates from the round shall be rejected.

The Contractor shall furnish a Manufacturer’s Certificate of Compliance in accordance with Section 1-06.3, including mill test report verifying conformance to the requirements of Section 9-07.5(2) as well as written certification identifying the patching material, when applicable, used at cut dowel bar ends.

Only one type of corrosion resistant dowel bars will be allowed per contract; intermixing of different corrosion resistant dowel bar types will not be allowed.

Placement tolerances for dowel bars shall be within 1 inch of the middle of the concrete slab, within 1 inch of being centered over the transverse joint and parallel to centerline within ½ inch of the vertical and the horizontal plane.

Cutting of stiffeners within the dowel bar cage is not allowed.When fresh concrete pavement is to be placed against pre-project existing cement concrete

pavement, tie bars shall be drilled and set into the existing pavement with an epoxy bonding agent in accordance with the Standard Plans and specified tolerances for placement of tie bars. The epoxy-bonding agent shall be either Type I or IV epoxy resin as specified in Section 9-26. The Contractor may use any method for drilling the holes, provided the method selected does not damage the existing concrete. Any damage caused by the Contractor’s operations shall be repaired by the Contractor at no cost to the Contracting Agency in accordance with Section 1-07.13.

Page 61: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

Page 5-72 2016 Standard Specifications M 41-10 Amended April 4, 2016

5-05 Cement Concrete Pavement

The tie bar holes shall be blown clean with compressed air before grouting. The bar shall be centered in the hole for the full length of embedment before grouting. The grout shall then be pumped into the hole around the bar in a manner that the back of the hole will be filled first. Blocking or shimming shall not impede the flow of the grout into the hole. Dams, if needed, shall be placed at the front of the holes to confine the grout. The dams shall permit the escape of air without leaking grout and shall not be removed until grout has cured in the hole.

5-05.3(11) FinishingAfter the concrete has been given a preliminary finish by means of finishing devices

incorporated in the slip-form paving equipment, the surface of the fresh concrete shall be checked by the Contractor with a straightedge device not less than 10 feet in length. High areas indicated by the straightedge device shall be removed by the hand-float method. Each successive check with the straightedge device shall lap the previous check path by at least ½ of the length of the straightedge. The requirements of this paragraph may be waived if it is successfully demonstrated that other means will consistently produce a surface with a satisfactory profile index and meeting the 10-foot straightedge requirement specified in Section 5-05.3(12).

Any edge slump of the pavement, exclusive of specified edging, in excess of ¼ inch shall be corrected before the concrete has hardened. If edge slump on any 1 foot or greater length of hardened concrete exceeds 1 inch, the concrete shall be repaired as provided in Section 5-05.3(22).

The standard method of surface finish shall be longitudinal tining. In advance of curing operations, where longitudinal tining is required, the pavement shall be given an initial and a final texturing. Initial texturing shall be performed with a burlap drag or broom device that will produce striations parallel with the centerline. Final texturing shall be performed with a wire comb tine device that will produce grooves parallel with the centerline. The wire comb tine device shall be operated within 5 inches, but not closer than 3 inches, of pavement edges.

Burlap drags, brooms, and tine devices shall be installed on self-propelled equipment having external alignment control. The installation shall be such that, when texturing, the area of burlap in contact with the pavement surface shall be maintained constant at all times. Broom and tine devices shall be provided with positive elevation control. Downward pressure on pavement surface shall be maintained at all times during texturing so as to achieve uniform texturing without measurable variations in pavement profile. Self-propelled texturing machines shall be operated so that travel speed when texturing is maintained constant. Failure of equipment to conform to all provisions in this paragraph shall constitute cause for stopping placement of concrete until the equipment deficiency or malfunction is corrected. The wire comb of the final texturing device shall be rectangular in cross section, 3/32 to 1/8 inch wide, on ¾-inch centers, ± 1/8-inch, and of sufficient length, thickness, and resilience to form grooves approximately 1/8 inch deep in the fresh concrete surface. Final texture shall be uniform in appearance with substantially all of the grooves having a depth between 1/16 and 3/16 inch.

On projects requiring less than 1,000 square yards of cement concrete pavement, for irregular areas or areas not accessible to slip-form pavers, the surface finish may be either longitudinal tined or transverse tined.

Transverse tining shall be done by texturing with a wire comb perpendicular to the centerline of the pavement. The wire comb tines shall be rectangular in cross section, 3/32 to 1/8 inch wide, on ½-inch centers ± 1/8 inch, and of sufficient length, thickness, and resilience to form grooves approximately 1/8 inch deep in the fresh concrete surface. Final texture shall be uniform in appearance with substantially all of the grooves having a depth between 1/16 to 3/16 inch. Finishing shall take place with the elements of the wire comb as nearly perpendicular to the concrete surface as is practical, to eliminate dragging the mortar.

If the tining equipment has not been previously approved, a test section shall be constructed prior to approval of the equipment.

Page 62: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

2016 Standard Specifications M 41-10 Page 5-73Amended April 4, 2016

Cement Concrete Pavement 5-05

Regardless of the surface finish, if the pavement has a raised curb without a formed concrete gutter, the texturing shall end 2 feet from the curb line.

At the beginning and end of paving each day, the Contractor shall, with an approved stamp, indent the concrete surface near the right hand edge of the panel to indicate the date, month, and year of placement.

At approximate 500-foot intervals where designated by the Engineer the Contractor shall, with an approved stamp, indent the concrete surface near the right hand edge of the pavement with the stationing of the Roadway.

5-05.3(12) Surface SmoothnessThe pavement smoothness will be checked with equipment furnished and operated by

the Contractor, under supervision of the Engineer, within 48 hours following placement of concrete. Smoothness of all pavement placed, except shoulders, ramp tapers, intersections, tight horizontal curves, and small or irregular areas as defined by Section 5-05.3(3), unless specified otherwise, will be measured with a recording profilograph, as specified in Section 5-05.3(3), parallel to centerline, from which the profile index will be determined in accordance with WSDOT T 807. Tight horizontal curves are curves having a centerline radius of curve less than 1,000 feet and pavement within the superelevation transition of those curves.

For the purpose of qualifying the equipment and methods used by the Contractor, a daily profile index will be computed. For pavement placed in a 12-foot width or less, the daily profile index will be the average of two profiles made approximately 3 feet from and parallel to each edge of the pavement. If the pavement is placed in a width greater than 12 feet, the daily profile index will be computed as the average of profiles made approximately 3 feet from and parallel to each edge and at the approximate location of each planned longitudinal joint.

The daily profile index of the finished pavement thus determined will be 7 inches per mile, or less. Only equipment and methods that consistently produce a finished surface meeting this requirement shall be used. Should the daily profile index exceed the rate of 7 inches per mile, the paving operations shall be discontinued until other methods or equipment are provided by the Contractor. Such revised methods and equipment shall again be discontinued if they do not produce a finished surface having a daily profile index of 7 inches per mile, or less. Operations shall not be resumed until the Engineer approves further changes in methods and equipment as proposed by the Contractor.

All areas representing high points having deviations in excess of 0.3 inch as determined by procedures described in WSDOT T 807, shall be reduced by abrasive methods until such deviations do not exceed 0.1 inch as determined by reruns of the profilograph. High areas of individual profiles shall be reduced by abrasive means so that the profile index will not exceed 0.7 inch in any 0.1-mile section. All high areas in excess of 0.1 inch shall be reduced to 0.0 inch prior to reducing any high points of 0.1 inch or less. Low spots exceeding .25 inch shall be corrected in a manner approved by the Engineer.

When any of the daily profile indexes exceed 7 inches per mile, final acceptance of the pavement for smoothness parallel to the centerline will be based on profile indexes as measured with the profilograph, operating by the Contractor under the supervision of the Engineer, along a line parallel to the edge of pavement and each longitudinal joint and will not be averaged for acceptance purposes. The final acceptance profile indexes will be measured after all corrective Work is complete and will demonstrate that all 0.1-mile sections on the project are within the 0.7-inch Specification.

When cement concrete pavement abuts bridges, the finished pavement parallel to centerline within 15 feet of the abutting joint shall be uniform to a degree that no variations greater than ⅛ inch are present when tested with a 10-foot straightedge.

When paving intersections, small or irregular areas, as defined in Section 5-05.3(3), surface smoothness will be measured with a 10-foot straightedge no later than 5:00 p.m. of the day following the placing of the concrete. A 10-foot straightedge will be placed parallel to the centerline so as to bridge any depressions and touch all high spots. Should the surface

Page 63: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

Page 5-74 2016 Standard Specifications M 41-10 Amended April 4, 2016

5-05 Cement Concrete Pavement

vary more than ⅛ inch from the lower edge of the straightedge, the high portion shall be reduced by the Contractor to the ⅛-inch tolerance by abrasive means at no expense to the Contracting Agency. It is further provided that if reduction of high portions of the surface involves breaking, dislodging, or other disturbance of the aggregates, such cutting will not be permitted until the pavement has achieved its design strength. If in the opinion of the Engineer irregularities cannot be satisfactorily removed by such methods, the Contractor shall remove and replace the pavement at no expense to the Contracting Agency.

Smoothness perpendicular to the centerline will be measured with a 10-foot straightedge across all lanes with the same cross slope, including shoulders when composed of cement concrete pavement. The overlapping 10-foot straightedge measurement shall be discontinued at a point 6 inches from the most extreme outside edge of the finished cement concrete pavement. The transverse slope of the finished pavement shall be uniform to a degree such that no variations greater than ¼ inch are present when tested with a 10-foot long straightedge laid in a direction perpendicular to the centerline. Any areas that are in excess of this specified tolerance shall be corrected by abrasive means.

5-05.3(13) CuringImmediately after the finishing operations have been completed and as soon as marring of

the concrete will not occur, the entire surface of the newly placed concrete shall be cured in accordance with one of the following methods the Contractor may elect.

5-05.3(13)A Curing CompoundLiquid membrane-forming concrete curing compound Type 2 meeting the requirements of

Section 9-23.2 shall be applied to the entire area of the exposed surface of the concrete with an approved mechanical spray machine. The spray fog shall be protected from the wind with an adequate shield. It shall be applied uniformly at the rate of one gallon to not more than 150-square feet.

The compound shall be applied with equipment of the pressure tank or pump type equipped with a feed tank agitator which ensures continuous agitation of the compound during spraying operations. The nozzle shall be of the two-line type with sufficient air to properly atomize the compound.

The curing compound shall not be applied during or immediately after rainfall. If it becomes necessary to leave the pavement uncoated overnight, it shall be covered with polyethylene sheeting, which shall remain in place until weather conditions are favorable for the application of the curing compound.

In the event that rain falls on the newly coated pavement before the film has dried sufficiently to resist damage, or in the event of damage to the film from any cause, the Contractor shall apply a new coat of curing compound in one or two applications to the affected area at the rate which, in the opinion of the Engineer, will result in a film of curing value equal to that specified in the original coat.

Before placing the curing compound in the spray tank, it shall be thoroughly agitated as recommended by the Manufacturer. The compound shall not be diluted by the addition of solvents nor be altered in any manner. If the compound has become chilled to the extent that it is too viscous for proper stirring or application or if portions of the vehicle have been precipitated from solution, it shall be heated to restore proper fluidity but it shall not be heated above 100ºF. All curing compound shall have approval prior to placing in the spray tanks.

The curing compound shall be applied immediately after the concrete has been finished and after any bleed water that has collected on the surface has disappeared, or at a time designated by the Engineer. If hair checking develops in the pavement before finishing is completed, the Engineer may order the application of the curing compound at an earlier stage, in which event any concrete cut from the surface in finishing operations shall be removed entirely from the pavement. If additional mortar is then needed to fill torn areas, it shall be obtained ahead of the spraying operations. All areas cut by finishing tools subsequent to the application of the curing compound shall immediately be given new applications at the rate specified above.

Page 64: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

2016 Standard Specifications M 41-10 Page 5-75Amended April 4, 2016

Cement Concrete Pavement 5-05

The curing compound, after application, shall be protected by the Contractor from injury until the pavement has reached a minimum compressive strength of 2,500 psi. All traffic, either by foot or otherwise, shall be considered as injurious to the film of the applied compound.

The Contractor shall provide on the job a sufficient quantity of white polyethylene sheeting to cover all the pavement laid in 3 hours of maximum operation. This sheeting shall be reserved exclusively for the protection of the pavement in case of rain or breakdown of the spray equipment used for applying the curing compound. The protective sheeting shall be placed over the pavement when ordered, and in the manner specified by the Engineer.

Areas from which it is impossible to exclude traffic shall be protected by a covering of sand or earth not less than 1 foot in thickness or by other suitable and effective means. The protective covering shall be placed no earlier than 24 hours after application of the compound.

The Contractor shall assume all liabilities for and protect the Contracting Agency from any damages or claims arising from the use of materials or processes described herein.

5-05.3(13)B White Polyethylene SheetingThe sheeting shall be placed over the pavement immediately after finishing operations are

completed, or at a time designated by the Engineer.The sheeting shall be laid so that individual sheets overlap at least 2 feet, and the lapped

areas shall be held in close contact with the pavement by weighting with earth or boards to prevent movement by the wind. The sheeting shall extend downward to cover the edges of the pavement and shall be secured to the Subgrade with a continuous bank of earth or surfacing material. Any holes occurring in the sheeting shall be patched immediately to the satisfaction of the Engineer. The sheeting shall be maintained against injury and remain in place until the pavement has reached a minimum compressive strength of 2,500 psi.

5-05.3(13)C Wet CuringWet curing shall be accomplished by applying a continuous fog or mist spray to the

entire pavement surface until it has reached a minimum compressive strength of 2,500 psi. If water runoff is not a concern, continuous sprinkling is acceptable. Sprinkling shall not begin until the concrete has achieved initial set as determined by AASHTO T 197 or other approved method.

5-05.3(14) Cold Weather WorkWhen the air temperature is expected to reach the freezing point during the day or night

and the pavement has not reached 50 percent of its design strength or 2,500 psi which ever is greater the concrete shall be protected from freezing. The Contractor shall, at no expense to the Contracting Agency, provide a sufficient supply of straw, hay, grass, earth, blankets, or other suitable blanketing material and spread it over the pavement to a sufficient depth to prevent freezing of the concrete. The Contractor shall be responsible for the quality and strength of the concrete thus cured. Any concrete injured by frost action or freezing shall be removed and replaced at the Contractor’s expense in accordance with these Specifications.

5-05.3(15) Concrete Pavement Construction in Adjacent LanesUnless otherwise shown in the Plans or in the Special Provisions, the pavement shall

be constructed in multiple lanes; that is, two or more adjacent lanes paved in a single operation. Longitudinal contraction joints shall be used between adjacent lanes that are paved concurrently, and construction joints shall be used when lanes are paved separately. Tie bars shall be installed during initial lane construction.

The Contractor shall replace, at no expense to the Contracting Agency, any panels on the new pavement that are cracked or broken as a result of the Contractor’s operations.

Page 65: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

Page 5-76 2016 Standard Specifications M 41-10 Amended April 4, 2016

5-05 Cement Concrete Pavement

5-05.3(16) Protection of PavementThe Contractor shall protect the pavement and its appurtenances from any damage.

Protection shall include personnel to direct traffic and the erection and maintenance of warning signs, lights, barricades, temporary take-down bridges across the pavement with adequate approaches, and whatever other means may be necessary to accommodate local traffic and to protect the pavement during the curing period or until opened to traffic as determined by the Engineer.

The operation of construction equipment on the new pavement will not be allowed until the pavement has developed a compressive strength of 2,500 psi as determined from cylinders, made at the time of placement, cured under comparable conditions, and tested in accordance with AASHTO T 22. Exceptions would be one track from a slip-form paving machine when paving adjacent lanes or light vehicles required for sawing operations or taking cores.

Placement of Shoulder material may commence when the pavement has developed a compressive strength of 1,800 psi as determined from cylinders made at the time of placement, cured under comparable conditions, and tested in accordance with AASHTO T22 as long as construction equipment is not operated on the new pavement.

A continuous barrier of the design shown in the Plans shall be constructed and maintained along the edge of the pavement being constructed and adjacent to the portion of the Roadway used for traffic. The barriers shall be left in place until the new pavement is ready to be opened to traffic and shall then be removed by the Contractor.

Any damage to the pavement occurring prior to final acceptance shall be replaced or repaired in accordance with Section 5-05.3(22).

5-05.3(17) OpeningtoTrafficThe pavement may be opened to traffic when the concrete has developed a compressive

strength of 2,500 psi as determined from cylinders, made at the time of placement, cured under comparable conditions, and tested in accordance with AASHTO T 22.

Fabrication, curing, and testing of cylinders to measure early strength shall be the responsibility of the Contractor. The Contractor shall obtain the services of an independent Laboratory to perform these activities and these laboratories shall be approved by the Engineer. At the Contractor’s option, the time for opening pavement may be determined through the use of the maturity test in accordance with ASTM C1074. The Contractor shall develop the maturity-strength relationship and provide maturity curves along with supporting data for approval by the Engineer. The Contractor shall furnish all equipment, including thermal or maturity meter, thermocouples, wire, and qualified personnel to monitor maturity and provide information to the Engineer. Field procedures to monitor maturity shall be submitted to the Engineer for approval prior to use. The pavement shall not be opened to traffic until the maturity-strength relationship shows the pavement has a compressive strength of 2,500 psi and approved by the Engineer.

The pavement shall be cleaned prior to opening to traffic.All costs associated with early-strength cylinders shall be at the Contractor’s expense.

5-05.3(18) Vacant

5-05.3(19) Vacant

5-05.3(20) Vacant

5-05.3(21) Vacant

Page 66: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

2016 Standard Specifications M 41-10 Page 5-77Amended April 4, 2016

Cement Concrete Pavement 5-05

5-05.3(22) Repair of Defective Pavement SlabsBroken slabs, slabs with random cracks, nonworking contraction joints near cracks,

edge slumping and spalls along joints and cracks shall be replaced or repaired as specified at no expense to the Contracting Agency, and shall be accomplished prior to completion of joint sealing.

Pavement slabs containing more than one crack shall be entirely removed and replaced. Pavement slabs containing a single crack shall be removed and replaced such that the minimum dimension of the removed slab is 6 feet long and full panel width. The portion of the panel to remain in place shall have a minimum dimension of 6 feet in length and full panel width, otherwise entire removal and replacement of the slab is required. There shall be no new joints closer than 3 feet to an existing transverse joints. Saw cutting full pavement depth is required along all longitudinal joints and at transverse locations. Tie bars and dowel bars shall be used in accordance Section 5-05.3(10).

Spalls and edge slumping shall be repaired by making vertical saw cuts at least 3 inches outside the affected area and to a minimum depth of 2 inches. Spall repairs that encounter dowel bars or are within 6 inches of a dowel bar will not be permitted. These spall areas shall be repaired by replacing a half or full panel as permitted by the Engineer. Removal of the existing pavement shall not damage any pavement to be left in place. If jackhammers are used for removing pavement, they shall not weigh more than 30 pounds, and chipping hammers shall not weigh more than 15 pounds. All power-driven hand tools used for the removal of pavement shall be operated at angles less than 45 degrees as measured from the surface of the pavement to the tool. The patch limits shall extend beyond the spalled area a minimum of 3 inches. Repair areas shall be kept square or rectangular. Repair areas that are within 12 inches of another repair area shall be combined.

The Contractor shall remove material within the perimeter of the saw cut to a depth of 2 inches, or to sound concrete as determined by the Engineer. The surface patch area shall be sandblasted and all loose material removed. All sandblasting residue shall be removed using dry oil-free air.

When a partial depth repair is placed directly against an adjacent longitudinal joint, a bond-breaking material such as polyethylene film, roofing paper, or other material as approved by the Engineer shall be placed between the existing concrete and the area to be patched.

Patches that abut working transverse joints or cracks require placement of a compressible insert. The new joint or crack shall be formed to the same width as the existing joint or crack. The compressible joint material shall be placed into the existing joint 1 inch below the depth of repair. The compressible insert shall extend at least 3 inches beyond each end of the patch boundaries.

Patches that abut the lane/shoulder joint require placement of a formed edge, along the slab edge, even with the surface.

The patching material shall be mixed, placed, consolidated, finished, and cured according to manufacturer’s recommendations. Slab/patch interfaces that will not receive pavement grinding shall be sealed (painted) with a 1:1 cement-water grout along the patch perimeter.

The Contractor shall reseal all joints in accordance with Section 5-05.3(8)B.Opening to traffic shall meet the requirements of Section 5-05.3(17).Low areas which grinding cannot feasibly remedy, shall be sandblasted, filled with

epoxy bonded mortar, and textured by grinding. The epoxy bonding agent shall meet the requirements of Section 9-26.1(1)B for Type II epoxy.

Page 67: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

Page 5-78 2016 Standard Specifications M 41-10 Amended April 4, 2016

5-05 Cement Concrete Pavement

5-05.4 MeasurementCement concrete pavement will be measured by the cubic yard for the completed

pavement. The volume will be determined from measurements taken as listed below.1. The width measurement will be the width of the pavement shown on the typical cross-

section in the Plans, additional widening where called for, or as otherwise specified in writing by the Engineer.

2. The length will be measured along the center of each Roadway or ramp.3. The depth will be determined from the reference cores. The depth utilized to calculate

the volume shall not exceed the Plan depth plus 0.04 feet.The volume of the pavement section represented by the reference core shall equal the

measured length × width × reference core depth.Corrosion resistant dowel bar will be measured per each for the actual number of bars used

in the completed Work.Tie bar with drill hole will be measured per each for the actual number of bars used

in the completed Work. Tie bars with drill holes in cement concrete pavement placed under the Contract will not be measured.

The ride smoothness compliance adjustment calculation is the volume of pavement, in cubic yards, represented by the profilograph.

The calculation for portland cement concrete compliance adjustment is the volume of concrete represented by the CPF and the Thickness deficiency adjustment.

5-05.5 PaymentPayment will be made for each of the following Bid items that are included in the Proposal:“Cement Conc. Pavement”, per cubic yard.The unit Contract price per cubic yard for “Cement Conc. Pavement” shall be full

compensation for all costs incurred to carry out the requirements of Section 5-05, except for those costs included in other items, which are included in this Subsection and are included in the Proposal.

“Corrosion Resistant Dowel Bar”, per each.The unit Contract price per each for “Corrosion Resistant Dowel Bar” shall be full payment

for furnishing, and installing corrosion resistant dowel bars and any costs for drilling holes, placing dowel bars with baskets, furnishing and installing parting compound and all other costs associated with completing the installation of corrosion resistant dowel bars.

“Tie Bar with Drill Hole”, per each.The unit Contract price per each, “Tie Bar with Drill Hole” shall be full payment for

furnishing, and installing tie bars and any costs for drilling holes, and all other costs associated with installation of tie bars. All costs for tie bars with drill holes in cement concrete pavement placed under the Contract shall be included in the unit Contract price per cubic yard for “Cement Conc. Pavement”.

“Ride Smoothness Compliance Adjustment”, by calculation.Payment for “Ride Smoothness Compliance Adjustment” will be calculated by multiplying

the unit Contract price for cement concrete pavement, times the volume for adjustment, times the percent of adjustment determined from the schedule below.

1. Adjustment will be based on the initial profile index before corrective Work.

Page 68: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

2016 Standard Specifications M 41-10 Page 5-79Amended April 4, 2016

Cement Concrete Pavement 5-05

2. “Ride Smoothness Compliance Adjustment” will be calculated for each 0.1-mile section represented by profilogram using the following schedule:

Ride Smoothness Profile Index (Inches per mile) Compliance Adjustment (percent adjustment)1.0 or less +4

over 1.0 to 2.0 +3over 2.0 to 3.0 +2over 3.0 to 4.0 +1over 4.0 to 7.0 0

over 7.0 -2*

*Also requires correction to 7 inches per mile.

“Portland Cement Concrete Compliance Adjustment”, by calculation.Payment for “Portland Cement Concrete Compliance Adjustment” will be calculated by

multiplying the unit Contract price for the cement concrete pavement, times the volume for adjustment, times the percent of adjustment determined from the calculated CPF and the Deficiency Adjustment listed in Section 5-05.5(1)A.

5-05.5(1) Pavement ThicknessCement concrete pavement shall be constructed in accordance with the thickness

requirements in the Plans and Specifications. Tolerances allowed for Subgrade construction and other provisions, which may affect thickness, shall not be construed to modify such thickness requirements.

A primary unit of pavement is defined as the area of pavement placed in each day’s paving operations or a complete intersection. Within such primary unit of pavement, there may be an area or areas, which are deficient in thickness by more than 0.05 foot. This deficient area or areas will be defined as a secondary unit or units. If secondary units are found to exist, the primary unit area will be reduced by the secondary unit area included therein. At a time determined by the Engineer, thickness measurements will be made in each primary unit of pavement at the minimum rate of one measurement for each 500 cubic yards of pavement, or fraction thereof. The exact location and number of thickness measurements within each primary unit, both longitudinally and transversely, will be determined by the Engineer. In general, thickness measurements will be made at uniform intervals throughout each primary unit of pavement.

If thickness deficiencies greater than 0.05 foot are found to exist, supplemental thickness measurements will be made in accordance with Section 5-05.5(1)B. Pavement thickness variations, if any, from the thickness requirements in the Plans and Specifications will be determined by comparing the actual thickness measurement with the thickness specified at the location where the measurement was made. Such variation will be determined to the nearest 0.01 foot as either excess or deficient thickness.

Additional cores may be requested by the Contractor to isolate the area that has a thickness deficiency within the 0.05 feet of the design thickness. These cores will be used to create a secondary unit. All costs for the additional cores including grouting the core holes will be the responsibility of the Contractor.

5-05.5(1)A ThicknessDeficiencyof0.05FootorLessIf no thickness measurements in a primary unit are deficient by more than 0.05 foot, all

thickness measurements in such unit will be averaged to the nearest 0.01 foot to determine the average thickness deficiency, if any, in that primary unit. For the purpose of determining the average thickness deficiency, an excess thickness variation of more than 0.04 foot will be considered to be 0.04 foot greater than the specified thickness.

Page 69: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

Page 5-80 2016 Standard Specifications M 41-10 Amended April 4, 2016

5-05 Cement Concrete Pavement

For each primary unit of pavement which is deficient in average thickness by not more than 0.05 foot, the Contractor shall pay to the Contracting Agency, or the Contracting Agency may deduct from any moneys due or that may become due the Contractor under the Contract, a sum computed by multiplying the deficiency adjustment from the following table by the unit Contract price by the volume of such unit.

Average Thickness Deficiency (feet) Deficiency Adjustment (per cubic yard)0.01 2%0.02 4%0.03 9%0.04 16%0.05 25%

5-05.5(1)B ThicknessDeficiencyofMoreThan0.05FootWhere a thickness deficiency greater than 0.05 foot is encountered, the Engineer will

determine from supplemental thickness measurements the limits of the secondary unit area. Thickness measurements will be made in each panel of pavement adjacent transversely and longitudinally to the panel of the original measurement. This procedure will continue, regardless of unit boundaries, until such secondary unit area is bounded by panels with a thickness deficiency of 0.05 foot or less. Cores taken to isolate the secondary unit will not be used to compute average thickness of the primary unit.

Panels are the areas bounded by longitudinal and transverse joints and pavement edges. If longitudinal or transverse joints are eliminated by the Special Provisions, by the Plans, or for any other reasons, the limits of panels will be determined by the Engineer as if such joints had been constructed.

The secondary unit area will be made up of entire panels only. The entire panel will be considered to be of the thickness shown by measurement.

After the Engineer has determined the limits of the secondary unit area, a further determination will be made whether any panels within this area are usable and may be left in place. Following this determination, the Contractor shall remove and replace at no expense to the Contracting Agency such panels as the Engineer may designate in accordance with the following:

If the area to be removed is not bounded by longitudinal or transverse joints, the Contractor shall saw, at no expense to the Contracting Agency, weakened plane joints at the locations designated by the Engineer. The Subgrade shall be lowered to meet the full thickness requirements. The replaced pavement will be tested for thickness by means of additional measurements and will be subject to all of the requirements of the Specifications.

Usable panels may be removed and replaced as outlined above at the option of the Contractor, or these panels will be permitted to remain in place, provided that no payment will be made for any panels which are left in place, and that a further penalty will be assessed in the amount of 25 percent of the Contractor’s unit Bid price for all such panels. The Contracting Agency may deduct such amount from any moneys due or that may become due the Contractor under the Contract.

The cost of all thickness measurements made to determine the secondary unit areas, including filling the core holes with concrete, will be deducted at the rate of $150.00 per core from any moneys due or that may become due the Contractor under the Contract.

All additional Work required and any delay to the Contractor’s operations as a result of this Specification shall not be cause for additional pay nor for an extension of time.

Page 70: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such

2016 Standard Specifications M 41-10 Page 5-81Amended April 4, 2016

Cement Concrete Pavement 5-05

Page 71: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such
Page 72: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such
Page 73: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such
Page 74: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such
Page 75: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such
Page 76: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such
Page 77: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such
Page 78: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such
Page 79: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such
Page 80: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such
Page 81: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such
Page 82: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such
Page 83: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such
Page 84: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such
Page 85: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such
Page 86: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such
Page 87: Request for Bids Specification WD17-0203Scms.cityoftacoma.org › Purchasing › SmallWorksRoster › WD17-0203… · WO 20000059736 MRP2016-25 Bid submittal to be structured such